Loading...
HomeMy WebLinkAbout05/05/2025 Agreement Monroe County Purchasing Policy and Procedures Al"LACHMOT D.A . COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100 000 00 and Under Wit-with C -Ari ,,,; tlt7ttact a Effective Date: TBD Expiration Date. Contract Purpose/Description: -"Marathon GouemmentCent�r,80,„C Rctvn),27$8, vr&�as Hwy;Kara#hori FL 33050 Proposal lD#2184}6 ,lab„ID#1736,Sofrrewell;Csr�fr # t761II WO JA Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: ` ' Facilities Maintenance g JohnT Null 8036 CONTRACT COSTS Total Dollar Value of Contract: $ 21739 47 Current Year Portion: $ (must be$100,000.00 or less) (If multiyear agreement then �n requires BOCC approval,unless the Penal CLIIId dla iVO d1111 sLIN iS $1OO'o00 O�O of I e psi. Budgeted?Yes# No ❑ Grant: $ County Match: $ :� Fund/Cost Center/S end Cate o :,CC'20501SC00061. . ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) Insurance I e aired: YES ❑NO ❑ CONTRACT REVIEW Reviewer Date In Department Head Signature: William Desantis �w. -• ___. Jose h X. DiNovo Digitally sg dbyJoseph X DNovo County Attorney Signature: P Dale 2025,05 02 11 02:43 0400 Digitally signed by Jaclyn Flat Risk Management Signature: Jaclyn Flatt Date:2025,050212:16:12-04'OD' Purchasing Signature: Lisa Abreu 5/2/2025 John Quinn Digitally signed by John Quinn OMB Signature: Date:2025.05.05 07:23:14-04'00' Comments: Revised BOCC 4/19/2023 Page 84 of 105 �munmuilr) Phone: ( ) Fax: ( ) Marl Drop 999 P.O.Box 748552 ��I �� ' Atlanta„GA 30384-8552 Shaw Industries, Inc.. Proposal Submitted To Attention Phone Fax Date Monroe County John Null (305)587-8036 ( ) 04/22/25 Proposal Name Job Name Job# Marathon Government Center Marathon Government Center 192736 Street Job Street Proposal ID 10600 Aviation Blvd 2798 Overseas Hwy 218436 Clay,State and Zip Architect Date of Plans Add# Job City,State and Zip Customer Job# Customer PO Marathon, FL 33050 Sourcewell Marathon, FL 33050-427 None None We hereby submit specifications and estimates for: Offset StrataWorx Tile 24"x 24" 94535/Mirror Grey 286.00 SY $18.90 $5,405.40 Accord ClassicBac 12' 16 oz. 94535/Mirror Grey 67.00 SY $12.38 $829.46 4151 Pressure Sensitive Adhesive 4 Gallon 3.00 Each $217.45 $652.35 1000 Broadloom Adhesive 4 Gallon 1.00 4 Gal $53.57 $53.57 Broadloom Carpet Installation(with pattern 67.00 SY $9.18 $615.06 match) Carpet Tile Installation 238.00 SY $8.20 $1,951.60 Furnish and Install 4"Base 240.00 LF $2.63 $631.20 Transition Installation(excludes materials) 27.00 LF $2.28 $61.56 Skimcoat-Labor&Material 2,135.00 Each $1.59 $3,394.65 Adhesive Removal 2,135.00 Each $1.42 $3,031.70 Food(Per Diem) 8.00 Each $53.69 $429.52 Hotel/Motel 8.00 Each $163.58 $1,308.64 Mileage Reimbursement 460.00 Each $0.83 $381.80 Hourly Rate for Services not Listed 10.00 Each $89.49 $894.90 Supplemental Benefits 61.00 Each $24.85 $1,515.85 Estimated Freight-Pricing Good for 30 Days 1.00 Each $582.21 $582.21 Base Bid Total: $21,739.47 Proposal Inclusions and Exclusions: 1. Sourcewell Contract#061323-SII 2. Local Contact:Mateo Rodriguez 3. Material title and risk of loss passes to the purchaser at the time of material delivery to owner provided address 4. Proposal does not include removal of any materials containing asbestos. 5. All pricing is based on work being completed during normal working hours. 6. Extensive floor prep is not included in the price but may be necessary due to unforeseen conditions of the sub-floor. This work may include,but is not limited to,leveling or grinding,encapsulation or sealing,or extensive scraping of the sub-floor.Should extensive floor prep be required,you will receive a change order for the necessary work. 7. Exclusions:attic stock,major floor prep,furniture moving unless specified in proposal,disconnecting and moving of computers and electronic equipment,vacuuming and protection of finished products,and any plumbing work(removal of commodes,etc).. 8. Price is based on a consecutive installation period without delays and is based on the customer allowing installation crews access to work a minimum of 8 consecutive hours a day until completion.Delays other than"acts of God"will result in charges for down-time. 9. Price includes work as specifically stated in the above description for the quantities stated. Any circumstances that require additional labor will be handled through the change order process. 10. SITS License Numbers: AL 57717,AK 198637,AZ ROC340172,AR 425700423,CA 1104309,CT MCO.0904495,DE 2022707978, GA GCC0007817,ID 02790,IA C143575,LA 73789,MN IR793001,MS 24811-SC,MT 265535,NE 25084-22,NM 409483/28744860162022,NV 90225,INC 87924, ND 46612,OR 240563,RI GC-33871,SC 124179,TN 77794,LIT 12846822-5501, VA 2705183154,WA SHAWITT789M2,WV WV061877 Page 1 of 2 6Phone,-. MallOm 999 P.O.Box 748552 Fax { ) ABants, 303844552 Show Indualrkon, Inc. Proposal ID:218436 Proposal inclusion and Exclusions: 11. Please email your Purchase Order to Chad Cloer at chad.doereshawinc eom to initiate the order process. A purchase order is required before materials can be shipped. 12.A 2.5%fee Wit be assessed on the total bid amount at time of payment if ulifting a credit card. 13.Remit to Address:SHAW INTEGRATED SOLUTIONS PO Box 748552 Agents,GA 3038"652 We PROPOSE to perform the work complete In accordance with the specificadons and as described above for the SUM of: Signature: Chad Cuter Chad Cloer =21 739.47 Email: chadcloev@oh&vAnc.com Conditions of Proposal: 1.Tits Proposal may be withdrawn,if not a,1 q ad,within 30 days of its issuance.Shaw Industries Group,Inc.will consider reasonable request@ to engage In negotiations for rovisions to this Proposal,Including soft a subcontract that includes the toms of this Proposal.A proposal not accepted within 30 days will be subject to pdos escalation of malarial s,labor, freight and fuel toss. 2. This proposal Is subject to credit review and approval.Payment Mims are net 30 days.A convenience fee of 2.51E we be added R paying via c md'a card.Past due Invoices are subject to service charges of 1.5%per month(18%per emhum).In the case of any default,Customer @hap pay Shaw Industries Group,Ins.'s reasonable attorney fees and toss, Including those on any appeal,even If no cult or action is filed. 3.AN work @hall be perfumed in a worWnaNike manner according to Industry standards.Areas to receive flooring shall be has and dear of debris.Any changes b the work shed be performed only alter exaaAton of a written change order. 4. Prior to commencement of Shaw Industries Group,Inc:s work(a)Custkxner shod tat sit concrete sub doom receiving flooring for vapor smlsslon levels and alkalinity per manufacturers' -cammondstions utiliring ASTIR F2170 and provide wrltlen results to Shaw Industries Group,Inc.,Including a dal of any&@alone applied to the concrete sub door.(b) If Customer does not provide such reports at lent 10 days prior to commencement of Shaw Industries Group,Ina'@ work then Customer @hall provide Shaw Industries Group.Inc. with soma to ad concrete sub doom for approprints testing sad Customer @had be responsible for the costs of such Dating:and(c)Any ooncrete a*Room not mosting nenuhdurers'requirements for installation will require correction or Cho execution of a*operate waiver agmement. S.AN work Is contingent upon strikes,accidents or delays beyond Shaw Industries Group,Inc.'@ control.Customer shad cent'insurance for all hazards,Including flro.Show Industries Group,Iris's workers are fully covered by Waiter's Compensation and Uabidty Insurance. e. Customer repreants and meurards that:(a)the project ante contains no hazardous or other dangerous substances,other exposed or concesled-or(b)Customer has given written notice b Shaw Industries Group,Inc,of ati such substances and l hoc l— Norh(s).76 she fullsst extent permitted by law,Customer shad Indemndy,dolrnd and hold Shaw Industries Group,Inc.harmless from any damage,claim,loss,expense and Womay fees related to Shaw Industries Group.Ins's Nab".ti any,Including any federal or state status related to hazardous or other dangerous substances. 7. Shaw Industries Group,Inc.Is fully licensed,bonded,end insured.This proposal does not Include partidpation In any OCIMCIP or related programs.Requests for Show Industries Group,Inc—to paNdpate in such Programs may result In additional costs. It. Notwithstanding anything herein to the oontrary,ag prices are subjed b immediate Increase wilhoul lknhsWn In the avant of material change to applicable dales,tax",Willa, similar charges,or other government action. MONROE COUNTY ATTORNEYS OFFICE APPROVED AS TO FOAM STANT 0OUN1Y ATTORNEY DATE: May 2, ACCEPTANCEOFPROPOSAL:The sbove prtcsa,apscq)cadons,and ewd/b►ons sre aadefactory andare hemtyACCEPTED. You are amMoi►ed to duo&M il so apeeltled Digitally signed by Christine Hurley y Date:2025.05.0515:27:25-04'00' Customer: Monroe Countv Signed:Christine Hurle Dots: Page 2 of 2 MEMORANDUM OF UNDERSTANDING This MEMORANDUM OF UNDERSTANDING (MOU) is entered into between Monroe County,Florida(County),a political subdivision of the State of Florida, 1100 Simonton Street, Key West, Florida 33040, and Shaw Integrated and Turf Solutions, Inc. (SITS), a Foreign Profit Corporation authorized to do business in the State of Florida, whose principal address is 616 East Walnut Avenue, Dalton, Georgia 30721, but whose mailing address for purposes of this MOU is P. O. Box 748552, Atlanta, Georgia 30384-8552. This MOU provides for an additional term to be included in the SITS Proposal forms for Monroe County, Florida, projects. WITNESSETH: WHEREAS, County and SITS conduct business on a regular basis for the replacement and repairs of flooring and carpet in County facilities; and WHEREAS, on many occasions, the County can utilize the option to "piggyback" on another governmental entities' contract that was competitively bid and awarded to take advantage of the pricing; and WHEREAS, County is able to utilize one such piggyback contract between Sourcewell and SITS identified as Sourcewell Minnesota Contract No.080819-S1l(MN Contract No.080819- SII) for its projects; and WHEREAS,Sourcewell again initiated another competitive bid process for a new contract once the current MN Contract No. 0808190SII expires on October 11, 2024, and a new contract with Shaw Integrated and Turf Solutions, Inc. was approved and now known as Sourcewell Minnesota Contract No. 061323-Sll, which will expire on August 9,2027; and WHEREAS,SITS will respond to a request for a proposal from the County for a particular project by preparing its standard generated Proposal Form and set forth its products and services providing the pricing under the current approved Master Price List; and WHEREAS, for the County to comply with its current policies and procedures to obtain payment of its SITS projects, it needs an additional term included in the standard generated Proposal Form provided by SITS; and WHEREAS,there is a need to clarify the process under which the County and SITS may include the additional term by incorporating this final executed MOU in any ongoing Proposals submitted by SITS without the necessity of SITS having to modify its standard generated Proposal Form; NOW,THEREFORE,in consideration of the mutual promises and covenants hereinafter set forth, and for other good and valuable consideration, the sufficiency and receipt of which is hereby acknowledged,the parties agree as follows: l 1. PURPOSE. This MOU is intended to specify an additional term for inclusion in any SITS Proposal which is presented to the County for products and services that will be provided under the MN Contract No. 080819-SII or MN Contract No. 061323-SII. 2. ADDITIONAL TERM. Shaw Integrated and Turf Solutions, Inc. and Monroe County both agree that the highlighted products and services, including travel costs and expenses, as noted on the current Master Price List, are applicable to the project named in the specific proposal. 3. SURVIVAL OF PROVISIONS. All other terms and conditions of the MN Contract No. 080819-SII or MN Contract No. 061323-SII, any amendments thereto, and any Proposal submitted by SITS remain the same and unchanged and incorporate the above Additional Term in Proposals henceforth. 4. AUTHORITY. Each party represents and warrants to the other that the execution, delivery, and performance of this MOU have been duly authorized by all necessary County and corporate action, as required by law. Each party agrees that it has had ample opportunity to submit this MOU to legal counsel of its choice and enters into this MOU freely,voluntarily,and with advice of counsel. 5. EFFECTIVE DATE. This MOU shall become effective immediately upon execution by all the parties. IN WITNESS WHEREOF, the parties hereto have executed this Memorandum of Understanding on the dates as indicated below. Shaw Integrated and Turf Solutions,Inc. Monroe County, Florida - . By: Title: Sr. Contracts Compliance Specialist Title: ActinP.COUnty Administrator Date: 0 4/09/2024 Date: 04.16.2024 MONROE COUNTY ATTORNEY'S OFFICE EO,,AS TO "O .., I�ATRAORA�l.EE 2 AS& T C Q N"N 11Tc RNEY DATE; 4 A_2021 �� A-lE9+A 07 -a-47 -B�]--SEl' 1� sw Prices Effective:11/11/2023 i! SI IawContract S Contract Ofi 11 Updated:OB.21.2021.2024 MEMBEF MEMBER rmcr rma STYLE NUMBER GF'Mkk.IVyu,MX' TYPE a"aFfWxPX XdOPrd kl&%'I n4Gh' BM:,,eC NT �Ktl&PR; LPI x zYkNdSA ' A4GlPW tlV l95lIS I,(i,ti511 NbJMl..,,,. ,. ....... ....... WWW.....BROADLOOM .... d4kY4PAiH%khCfY INNd Ii, ... ___.°'ry_ $ 30.09 34.1.90 . $ 1980 ...f4/8.... pB ftwk GE UTRALOCe MB BROADLOOM CIILTIVATESOUL 5Y 693E 3396% $ 4F.03 $ 17 A AY... ]AMBITION Afl fnt IASSnCOA SSICRAC BROADLOOM........ SIMPLY BYNgTURE SY $ 15.55 3215% $ lOSS $ 14471 33 90%A 101TD NI 7 IA D H ....4AA4B IV 26 CLASSICBAC° P.R(,y4{kG4lifYrk 5Y 5 18.61 3214% $ 1261 $ 1724_. „.. ._ .. ........._ ,.... _ ... ........_. ..�m.,, n0'p _.,IaNHp;C711]CLASSICBAC „w, m, BPoG,kABPdFirFM _ ,v„ IP11 F^6tl C4&YdA8Wtl9fF SY $ 1971 33 gm. $ 11A03 17 ............. a .. ..,.,.,.._._.._.., _. .......... U FY ULTRALOC BROADIOOM - BRIGHTWORK SY- '1 4300 3393% $ 2RAL $ 3878 _ _. SA176 AMP .. .... .. „.. __ .... ..................... ......,....,,.,..,.,.._ .... ..,....... ., .w.,....: _._.._ _ SA270_ ARCHWAY ULTRALOC RROAD4O0M SY $ 12593 lY N4'Yw $ B3.19 $ 113,54 5A208 ARTISAN LOOM ULTRALOC BROADLOOM DESI6N1OURN EY SY '$ 8hm 23 33+EXtiK S 56,9E $ 77 77 5A283 ARTIST PALETTE ULTRALOC BROADLOOM Y $ RB M'S 33 94% $ 64.90 4 88,58_ $ Hp01wtl 3388/ $ 2358 32.18 60759 ASPIRE CLASSICBAC BROADLOOM ABU _ ...... 7Y' ,.....4 3395% $ 7275 $ 9929 NDAN7 LIFE II N roS k '7A219 h3A5E METAL WOVEN UNITA RY BROADLOOM NO COLLECTION 5A2fi7 ATL45 ULTRALOC- BROADLOOM NOBLE MATE RIMS Tx 147. 33 93% $ 97,30 132 80 FF BROADLOOM 5A290 BFlIOW l ITRA�C°MR^ _ .....,m.. � BROADLOOM ......... N .CULTIVATE SOUL- J SV�. $„m. 2458 3392,E $ 16,24 62 &Y .,,., OADLOOM PLACES SY n 2695 3395% $ 1714 r..M .14 r 7339 w,19B BIRCH CIA551CBAC .. BR .. .... .. .........__... ... p..7N F'Hlff9... BEVOND UI TRAI OG OADLOOM QFF THE GRID SY rc 7270 339 Y(pd4P BON lOUR511 PERFORMANCE RUBBEfl BACKING BI OAADgOOM SJEPFPI TERA OUT Ssy V r 65,46 3392% $ 30,50 $ 4163 BOTAN ULTRALOC SY 5 BROADLOOM 5A280 EARRARA5A3135UUTRALLOOF� .. BROADLOOM MINE FORDC USHAW CONTRACT M $ wll81 SF 3393 $ .....73,68 S 10056, _.._._ .. .... .......... .. ...ANTHOLOGY .. .. $ 7174 3619. r..... $ 809E 41b 33 94.E $ 6Il 37 M1 B3 67 p 2tdi. CASCADE ULTRALOC BROADLOOM9792 5A211 CHOK LOOM ULTRALOC BROADLOOM DESIGNIOURNEY X $ 42,Y(1 3393,E __ 26,51 36 19 SA374 dtlY0i9NH-0PL@IIyP tl8 iM1A4 M" P4gk BROADLOOM ANTHOLOGY ny $ 382E 3071% SA353 dfYp"AW I PAWL. ... w BROADLOOM WEST ELM„+SHAW CONTRACT SY_ $ 9243 3394%, m$ Nm 6106 $ 914 SA37S .COMPkRpATI0N3ULTPALOC MB .._ m.., m BROADLOOM LIVIN ANNHO OGVEMS 38.2033907%� '$ 87.6b S 10 Ntly ..__ 651 5 H 7 fi 3071% ,... ...................._. 9nFP'a:kS u'di;iN,l"I"ELLATION ULTRLOC BROADLOOM NO COLLECTION SY r 343 iJ.7H�7� 'F i',77dTF'ULTPALOC° BROADLO.. .........- m ......... _OM HAND DRAWN ,-SY $ 4L41 3388% '$ 2738 '. 37.37 r htl0 ._....._ w.. .,........... An K',M',kCVEOUR CL4SSICBAC° RffiPC7 VYDdtlkLilPft REWOVEN SY $ 2788 3396% 1 184,G 2513 NO SA033 DESIGN SERIES V 36 CLMSICBAC w.. BROADLOOOM NO COLLECTION T ,.,.SY_ $w 32 3390% 5.. 2164 5A358 DIAMONDS ULTRALOC$ BROADLOOM WEST ELM SHAW CONTRACT SY '$ BY.dBk 1b k'iJ. $ 5405 73.77 ........m.. .....�.m.,.... ..,. .._ _._........._ ..... .. ................6vi __ _.... . ..m...m ....... _....-TRACT AY $ 12TmT4B 3392% $ 2569 350E 5A276 DOTS ULTRALOC° fROADLOOM REWOVEN 57'' $ P8 ROADLOOM MIKE FORD SHAW CON %D 33 21% $ 8441 11521 5A1B4 DIMENSION ULTRALOC hA386 OIING ULTRALOC° B„ µ.„r HO/4I7IC1¢lfVi NO COLLECTION .d $ 4d:L9 $3 Bd% $ 4439 60 0 5g272 DRIP UITPAI OC BROADLOOM NO COLLECTION Sy 7 1O703 3394% $ 713E 2511 A228 5A F9Y Eh FT O UILTTRAAOCC C _ M BROADLOOM, OPENWORK . SY $ 34IT;46 2279 RTT. .4d hd, EMRRACF ULTRALOC" P�§H47/IIYL AI Yfvt' µ„ COMMUNITY 81.23 33.94%.. 5;166 $ 73 24 .. .... ......... .. .. ._ ....... ,.. ...,�..,41 $ 115 21.. VAkt,RO ULTRALOC� BROADLOOM MIKF FORD SHAW CONTRACT SV $ 126.39 3321/ $ 1Y4 iWaAV ONHANCOESOLID CIL4SSICBAC 141 __.___ .,,.,, BROADLOOM......... ,LIVING„ENVIRONMENTS SY, $,,, 16,2E bS1467,,,,. 11 15A214 � BROADLOOM HAND DRAWN SY $ 474A 3388% $ 27,3E 5 3737 5A242.. ..ESCAEJ LTRAAL, n„ ,BROADLOOM OFFTHE GRID _ GY. dX Fk 3340 $ 13.03 T 17,18 6 APE ULTRA OC .4k 3392% $ 3404 4„ A348 EN CLASSICBAC BROADLOOM LIVING ENVIRO M ... BROAYl DLOOM" NOBLE MATERIALS °' „m $ 21,21 S 28 95 SA221 FAULT ULTRALOC' BROAD TURN KEY SY 4' 5AA]BS CSTCCM ULLTRA LOCK MO BROADLOOM IIVIN_ENVIRONMENTS FID 5A356 _FIIAME ULTIRALOCO£ , � _ BROADLOOMBROADLOOM WEST ENM COHAW ONTRACT SY $ 113 86 33 97° $ 75 230 ' 104 70 5g17...... ....... ___ .. SY $ 27....... % $ $5 FI('KFR flq,5$ICBAC° BROADLOOM BRIGHT WORK -5A174 FU, �.......... .. ..........., RIGHTWOR.....,,.. ...�. a K SY $ 2741 33.97% $ 1810 14 YD ,......, ..............._. ..... ........., w....e..w .. NDLY s .._.33.90% ..� ......, aA369m %ti11ENOLY CSL4551CBACe ....... -.............m,,, PROADIOQM FONDTANDFRIENDLY SY $ 19.70, 33.90% T, .M 1490 $ ry 171,; S+k4B'0........ OUNDE LIIRLTRALOC.......... _........ ... - . BROADLOOM --MIKE-FORD ALT RNA URO..... SY 159„71 .. 03 07'Mr ...S 39,41 S 153 86. NA ULTRALOC .m BROADLOOM TRASU SY T AT BI TT 95"M"n B 1714 $ 2339 60504 HIT '$ 4501 3345% $ 2973 5 405E 5A237 HA NA GRO fiE BOOKS ULTP.4LOC� BROADLOOM PLACES SY $ I YO In 31�d 4 $ 73 16 99 85 Y 11 f LLUMINATE ULTRALOCe BROADLOOM .... mNBRIGOHTWORKN 4y $. .43 0 3393% $ z083 i 3843 5A278HERITAGE ULTRALOC BROADLOOM NO COLLECTION S 515 fi162 FKATULTRALOC BROADLOOM GATHER bV $ 615 F4 33,93% $ 4515 "` 6162 fi0784.. ... ..........Z-ER„ ..... ..... _... _ ENTS NH 591 2172 IMAGERY CL4551CBAC r BROAD 00 6ENVIRONM $ 2909 3395% 1 -64-11 SA193 INL4YU OEN-6E,IT I tl $ 31.80 4744 p 3111 5A229 INHERITULTRALOC BROADLOOM ,, NI"PEN WORK $Y 34,4fi 3387% ... 3111 LTRALOCe BROADLOOM O ................_ ___........ ... 3 39 33 .......26 38,,,. IN ULTRALOC£ BROADLOOM COLLECTION SY $ 49.25 3392 589 INTUITION UITRAIOC MR BROADLOOM BUILDING CHARACTR SY $ 49.33 3392% 5 32 fi0 4449 SA268 IOTE RPL4Y ULTRLOC BROADLOOM SY $ 109.24 72 16 98 49 ...,. ,....�., ,..,, .,,,,, ,,, 5A354 KLSTA RY IINDSAY STFAD ULTRALOC& BROADLOOM WEST ELM tSHA...... ACT SY $ 89.0E 33:93% $ 5884 JnB.. 4AVRULTRALO�RALOC _ BROADLOOM MIKE FORDREWO UN CONTRACT SY .S 138,88 ., 3392% 25 fig ,S 03506, 40, �SAA71R6 5„ wODIFV CLASSICBAC _,_,_,_ " _..O COLLECTION Smm 11043855958 Y 1 3392% GATHER SY 7029 6338EN ULTRALOC t! AICBAC R 1840 25 MEIL S Y 27 84 3390% 11 r .N 84ME OD TRAOC BROALOOM 25.66 N 3S ,,,, BROADLOOMO 14 6 5A21 3 M o $ 3340 45A01 BROADLOOM TVATESUL SY 39% E9 ,,,. Do-usppiW-d.-IDA—E—)TAE.-1572-'oc.Di 0771.-511' Prices Effective:11/11/2023 ShawContract3 Contract if 061323-SII Updated:08.21 2024 I MEMBER Moterial t!0 1b Y d"!' Sourcewell RICE ... MOSAIC BROADLOOM .....,.0 II L....,......., „UOM SIST 69'S1 %3390UNT $ �US 15 �CA.OJ MEMBER_. ... STYLE NAME .., v „.........BROA 33,95% 49 5A376... MB B NARRATIVE RRATIVERULT ALOC MB.... ., ... ...... „^ SIMMDI0041 „ „.....N A.NTOHOLOTGOY N„.. ......SY .... 3826 3071%. ,$ 2651,.,$ ...36,19,,. ..__. ..-_ .. m........,.... ..S 1718 66 33.92% 7311 5 99 79 ,SA338 NOOKCLASSICBACF _4'➢HY7A�a1a,1OM' LIVING ENVIRONMENTS S_Y_ $ 20.93 33,91% 1135 $ 1549'.. TURALSELECTION ULTALOC� ItldK69UIEtitYIvS ALTERNATURE_ SY ........... .................... ..................a.,�....... ..... .......,.,.,......, ..,,,e,.,.,.,.,..„.,.,....m $ 1363 b. ..,1888 NOTED CIASSICBACs BROADLOOM LIVING ENVIRONMENTS Sy i Ya.%�W:.r... . .. .... ____............... ... ........... d 16.68 33 93% 11,15 $ 15 22 4559 OTLIOE wSS51CBACMB _„ 96% SSAA034252 PENS0N A8LE CL45501CBAC , . ... 4ADLOOM UVINC ENS 1 .3OVE 251BROADLOOM , - _ BROADLOOM H—RC4 a 1 BROADLOOM LIVING ENVIRONMENTS � S41 JT94N 1421 $ 939„ , PETO ICA „ ,. BROADLOOM NO COLLECTION _Wi m „ i m 88 24,95 P '$ JI'bAlu 31 Bd'AW Atl ____ _,„, 4 e..,., SA295 PREPARE CIASSICBAC BROADLOOM LIVINGENVIRONMENTS SY '$ A$,qq 'p394gK 7r kN7 BKU " 1391 SA189 PRIME CIASSICBAC BROADLOOM TURN-KEY Sy $ 19.7➢ 339p% $ 6�B 0q i '1,T iB ......... ,,_,,.„„_„„........... ............ _......_... em........... ....EN .. ..� SA347 PROLIFIC BE RBER CLASSICBAC�' ---- $ 1390 ,A%.uM,.e $ 1., ,...�..W, BROADLOOM LIVING ENVIRONMENTS SY "'Pe $➢3fl y M.16 SAi4T_ :PROLIFIC SOLID CLQSSICBAC --„„„„ BROADLOOM..—._ LIVING ENVIRONMENTS SY $ 13.14 25,18,6- „. 9.83 "y .A A. O IRO ­PROS iWF SA3702__ PROSPEREULTRALOCCMB 0,50AMORI ... LIVNG ENVIRONMENS SY $ 3398 32.19h 5 „31µ45 ., m...,�„„ .. .... .... ...„„. _. ............. ....,� ... __..,,_..,, E0784 pUEST ULTRALOCS MB B➢NONLROK"A BUILDING CHAACTER SY 52,00 33 94% $ 34 35 $ 46.89 N H 2185 SWT/R REMAINI450ZACL455ACBAC „„nnn „„„„ BROADLOOM „µm LIVING,ENVIRONMENTS SY. $ 37.24 3360,E � 24,773 5 3.. A,➢t9 SiEMEDYICU1S51CBACCBAC _---„ µmm BROADLOOM rt IIVINC FNVIpRONMFNTS SY $ 25,53 3395% '$ 1686 $ 23301,,, „_„ BROADLOOM I IVIN6 r'nVIRONA'I%.BWq e' '$ 31..79 33 94h $ _ 21.00 S 28.6E SA248 GY H�1r1➢NP51,d ULTALOC BROADLOOM KINDRED 5Y .--- _.,,.m. ......... _...._,_ .,„,._..,.,.,_............... 17 15 5 23 41 $ }:Nb 33 94b � .LOC C, OADLOOM NO COLLECTION 4'A $ pp Ek.RMM 3394/0 $ 73,20 $ 99.91 SA274......... SACREDSU LTRA .. .,., ,... ......BROADLOOM ..., SV $ l3,k6 q1'1 C'4 4848 $ 6617 :.SA255 SCENERY CLASSICBAC _BROADLOOM LIVING ENVIRONMENTS Sy $ i*.�''b-43 ➢S,"997.W S 1.'B,Bp.."11 21.58 EPTERII CLASSICBAC BROADLOOM NO _ _ COLLECTION SY $ 560 50521 SC........' ... ___,.... .........._. ... ......... .... '7,➢➢1p r 'K1±i+0.. BROADLOOM HAND R 60775 SE NEE IMENTSCIIA55 CBAC - BROADLOOM_„_ LIVING ENVIRONMENTS SY, $ 2419 3393% ALOC BROADLOOM WEST ELM a SHAW CONTACT SY S 109,29 33,94/ $ 72.20 +n (YW.y4 5A357 HALE ULT., n.......... ... _.,.. ......... .,,,..... m. _ mmm..�.. 3393%~, , $ 7649 $ 1...�..,..�. SA260 SHARE ULTALOC BROADLOOM COMMUNITY SY 5 0440 A 137 SOLID CIASSICBAC _ y4ppOAERq'pq; 4 NO COLLECTION SY $ 52.24' 33.9q% $ 34.51 $ :E07B3 OPHISTICATION ULTRALOC°MB _m :. .......... ......,,.. ... ..__ 85 ....3 4, .__._. 26 5 4. 1AU➢d IttN➢ BUILDING ENVIRONMENTS ER SY $ 51.85 33.92h $ 3 -_ SA 257 STATEMENT CLASSICBAC; BRO----- LIVING..NVIRONMENTS SY a 2638 33.,91% '$.� 17.43 $ 13.19 m ---------- .. *,,, ., A dISN STAY ULTRALOC� ...� ..� _BROADLOOM^Wm,�mKINDRED a „ SY 4 25 17.15 23,,, -. CONTRACT ll ,. $,„,85.14 33 93%.� $.,_____„56..25 V11.1.111111 ....m......7677 41 5A377 STORY LOONI 5A220,._._ Sr RATAULTALOOC.MB ..... .......... ........m, .._••• •••... BROAN OOM WEST Q'p�Y I}VM,'41.11 pp pG ONTACT Sy„ �,. Y§0 A4 ,,,,,_339...... E.. 86.78 A 1184.4., 5A216 STYLUSICOIASSICBAC --___ _ BROADLOOM HAND,DRAWN ._.. 4'8 "y ,141,y m9A*JW'N IP9'1 b ,23LL43 ,,,,,,,, 4& 3.N Mk916 $ 60 69 $ 82 8 _67,55- SA205 SWITC C -Og BROADLOOM„„ NO COLLECTION„„ il SY $ 2595 3396k $ +W4,6p 6089 SA275 r SAPE RYUIET 1AB[& BR ADLOOM.. ., .._-_GATHER SV 70,29 3393 46,,,m .6 36 SA233 SUMMIT CLASSIC ROADLOOM PLACES SV 9S 9T 951v 2 1 VIEW 60788 TAPESTRY ULTALOC BROADLOOM URN KEY SY $ 259E 3398%„ $ 1N,� w 19 FS OC B y 2180 3394% $ 14,� SA037 TERRA CLASSICBAC BROADLOOM T Y ^tlU Apk9SWlpvq.......,a SUTEDY} �'... 7265. ...33�93.�.. .....7�1.130 s 29.84v 5A123 TEXTCIASSICBAC I RR SSSyyY 5. Snz49 rExraE uLTALoc� y y _._. ........ .......—_ ___...„,.._..................... ..,,,,.... $ .48.Lo 5 6s 5621._ ......... ..�_,._,.,,„.,,.m„........ ....... _________ 5A Po8.... .....OIYIV4df tlJ1lii koC.„ _ ......... .. ... BROADLOOMS"..... ...a.LTkHAD9 U.RE... ......... SY $ 2959 33,97%._ m,m1980 5........2702, Ai,74➢4 IIRANSFER CIASSICBAC BROADLOOM 1714 4a 23.39 5A393 60117 UPSCALLOCLASSCCACNB --- �„ BROADLOOM LIVINpLE NVIRON MENTS „,. SY' S 1H:8;'b d3.i0%.,. 1IN,85 5 �1466"T SA382... ... _..... ....... ........ ....----._ _„„„„.,,....... ...ULTURA SY _„__... _,,.,.�. :......�.. .,......,.�....... VALLE ULTRALOC° BROADLOOM C $ ddA� Illy $ 8K486 8307. BROADLOOM WEST ELM m SA352 +JERVE ULTALOCg a$HAW CONTACT SY $ ... 3E"P4'%'� $ '85.14 ','e 102.58 SA269 „ NATERFALL ULTRALOC 60745 BROADLOOM - SV dS yPW 13,10 AA NELCOME BROALOOM STPINOUT S 6578 3397/ 43 a 6 1B,RM Aw NO LLECTION SPER 607511mm .. m. NHIDOM ULTRA OCER B SBR L4TE% ,,, ,, BROADI OO M4 LEGACYOCOLLECTION SY 3343 3263% 22,95 y ")tll tia� m C 16i IFpA1kdU ECOWOR%'TILE fl(Po Y. PAYduA1'f SY 43.61 33,94% $ 28.81 5 ;I:p 5T003 „ABSORBED ECOWORX"TILE TILE LIGHT SERIES SY $ 59.,39 33.93% $. 39,24 5 53.5E p➢ryp ACCENTSTRATAWORXR T LE ,,, _ TILE__„„__„ ENCOUNTER SY..,. $ 33.23m 33,94% 96 -- TICF ACTIVITI'ECO WOR%ORLE TILE TILE PC0I LF�CTIVF TIME^ SY 1 6548 3390%„ ------43,,28 750E al' ANCE STOBS NDVTE ECOWORORT LTILE ,,,,,,,,,,, •••.„...,„„„, .., TILE • „UNEARTHED COLLEICTION SY�.,,,,,,, ,.,➢iN'(p8,1, 3393h... $ 46.A0 y ...•62.88 5T135 ALCHEMY ECOWORX"TILE„„ „„„ ..,... .. „TILE „ „ NOBLEMATERIALS . SV 9,A q'{ 31m^F,SVR. C�➢N..%G , ,82.9E 5T521 �AG,1tlJV.PJ pfU h➢I�ItN ➢kPP _ __ TILE CULTU RA _ SV $ ➢^1.q�Y !4',{�GfbW $' gdk m ......... .._ ➢ ... ST006 ALIGN ECOWOR%`TILE TILE REWOVEN SV $ fi1,60 13,1A4'I+� '' ,r5 µ"....... ........... ........... _...,,.,............. ........... .... "'-.----- .....,,,.,,......,-.. .. .... h4 TU TILE EE_ 5T495 ..., ALONR EDOWOWOROETILE TILE ., „,._._.. .. . .,..TILE ..._ BCOLHE TIOVEK_....... ...,..m..SY .. 5 4249 .....3344%....... $ 2B.28 ST126 ANALOG IB X36 ECOWORX°TILE TILE ALTERED SY $ 59'10 33,93% $ 39.05 S 53.30 ST004 APPLIED ECOWORX-TILE _... ➢IRmp IIVBMI SERIES SY ., 59µ39, 3393% 39,24 $ 53,5 A ST294 1RNGE STRATAWOR% TILE pI➢tE " :V_4 PM1Y"M!➢ ,,L!E. SY 30.10 33.92% _ 5Yh11'IiLA'AIM➢N.k AAI➢Ep'� MY $ 30,10 33.92% S 19, ..7j FSIJ'V. :AR AY SIT ATAWOR%"TILE TILE a ,89 ', 27.15 tt 14�R 4Y'o'P4mPN 1?Nh( ➢a, TILE .... ....a,...m... TILE m. ... .,,.. _n... .. . 0 1u 50.7E pGb4':M1 +1hIGMENT ECO WORX TILE TILE VltlfiYk.Bdhl Ick4CM 5P "rq 2"d 3393% 5 _37^19 ',.,... 150'76,� ., ........._ ... ...... ... ..t ..,,,.A_ m „„„,m,IT... ST376 PI d'�A T303 BACK pIWEAVE P¢d 4YN,FtVIRX 311Id1 tl4tl1,,,,, ,r....... .. __. ____TILE............ ... CCOMIMUNTYE SY,,,,,, $ 1010 9%ffi;r'S'n,.. $ 52:"31 72,22.. Prices Effective:11/11/2023 61323-511 ShawContract Contract 021,20 Updated::08.21,2024 dN¢nrd aIM R d Nary List S urcewell ......,,...R,,.,_m.........,..,,._._., ......___ ... .....�............._ EMBER PRICE PRICE STYL CE ST98E,7R7448LB RASAI'NRFCOWORX TILE STYLE NAME """"""""" "" ..,^___+-_ryLTILE Y """"A WAIKIANOE GARDEN UOM $5T 5fi145 %31390%NT $ (USD 3118 33 0 CO EORX TILE ........ ... .,,.,.....tli4"F....... .. ___"'SPACEIWORX— .....Si" ....,.,,.373.. ...33.94%. "a 29.15 $ 6'ib;N',,. 70 STT4R RATIK IR N3F Ff.OWORX TIIF YIRk GATHER SY 8500 3394% $ 56 64 Ti ULTKA BEYOND EEOWORXTITILE ^f TILE COFFIITHE GRID � �}SY '$ 9515 3393 h $ 6293 $ 65.,89820 5T192.... .... BOTAN ECOWORX TILE TILE ............"......... , ..m .............TILE ........,,.,..,.,,,mFLOOT TERIASU TTURE Sw ST314 BOUNDLESS ECOWORX°TILE TILE LIVING SYSTE MS N '$ 4569 3392/ $ 3019 $ 4L21 BYLINEECOWORX TILE 4796 3393/ 93 PALM STRATAWOLX TILE m^w TILE N 9tl EW PATH 5'F $ 6 " 43.25 T4 59 b54 pASAI FCOW9 X TILE TILE ..., ..... ........................ _.......TILE ......,,NOLTU RA SY.... $49 ...3311% a .. 32.96 $ �ti41N 59113 TILE NO flULES '4W ,� dX Pd GFNTFRELI STRATAWOR% TILE lILH " My .NEW PATH SY". $ „38,68 3345% 25,74 IS ,�. y95]9 4ATAXWS*ECOWDRX TILE _ _VIII rov _ 5Y $ 4419 3394/ " .... ........ ........ _____. ... 4 45.69. 33.92X� $ 30.1 p kd4 CENTRIC ECOWCOWORX TILE TILE SPiAC CES SY _ OR% TILE _ .... ......". W........ Ulp' SP .. o u'.Y.4A 'tl 33.70 ° OF ESCAPE SY $ 467.. 3. ACE WORX SV $ 3738 3399% _ T561 CHARISMA ECOW OWORX_TILE TILE ART "" .$ 3601 4399 �. ORX TILE TILE NO COLLECTION SY $ 5451 3394h s 36.01 $ 4915 TILE 5T485 tH SELTECOWORX TIIE -TILE WEST ELM+SS HAW CO NTRACT SY $ cOA"R £37dr.3 $ 43,86 M 5986I $9561 TEO 9 19W4 `, 7766 106.00 �7444 HROMATONE ECOWORX TIIE TILEm m —COLOR AT WORKII tiM .t 4p 1 3393,E y A^b,iV4 $ 46.81 ST100 C O TILE TILE DESIGN JOURNEY iV _ 1tl84 1 49 8 ST175 WORX TILE TILE PLACES i ,° 30.,19 „* 4121 3965 CIFARINCF(OWORX TT TILE """"""" SHIFTING FIELDS SY $ 5905RK SY 46.54 3395% 5 3900 5323 5T4 bV'Yifl It tECTIVE IIEOC WORXO TILETILE""" TILE ,COLLECTIVE SY § 9490 3396/ $ 2965 9049 595fi4 CIFAR FCOWORx TILE TILE TILE C LAMWOW SYm 5 461.'W ST441_ OOLLECTIVE IV ECO OR% TILE Irl COLLECTIVE SY 5 9490 3396% $ 7'A6 p M 94 t NhLLECTIVE II ECO ._ .... ......... .__. , iii� ......... t ."2 5T440 CO LECTIVE II I ECOWORX TILE VVII COLLECTIVE SY $ 49.90 3396% �v 29 fi5 4047 76 ST112 ,,, ,,,,COLOR FORM 9CO%36O ECYOWORX°TILE,,, ANDICOLOR FORM SY $„,5488 3384% $ _36,25 S P5T081 L01+rR FRAME ECOWOR% TILE TILE COLOR FRAME AND COLOR FORM SY $ 9L 91 1N k4A e $ 33,99 $ 46 39 �.,". O 14W„Po.PIAV ECOW_OR% TILE TILE NO RULES RV 5 IkCr+9Lp y,/il7'^rd,._ $, 39.91 S 5447. seiseCOLOR SHIFT ..,.".......... ....._ ,„ . .... ONFIGURE V §� BIY d#pl 339z/e $ 53 51 7303 5T323 COMMON ECOWORXNTILEWo ..... _ _ '5T352� NO � TILE TILE CCAMPUS 7 $ 4049 3393/ $ 2675 ) 3651 ... ............. ... .,.w......,,.,, ......... .,.,. MRANION STRATAWORX� TIV.E IN SVNC 5'4 $ 3539 34 A8! ?4,Y95 31 IP F, TILE ST359 GpN4l T I I CEC OUS$`SI%36 VECIOWOR%°TILE u" r ..---_ TILESYO SY, q5206 3399i6„ $ ..40 Iti N6 LL 558 9p oAlIti 1`.I.%dyTRUCI ECOWOflX° L . ........ ..........CUNTO A CNODL LCEOCMTIPOONJb TEL.ATION ECOWORX TI 9 S..E... ¶,... SY S 5577..441.. 33_33_99..22.,%,b $ 337 4999 S 511 8A5TILE l R rT160 CONTACT HEXAGON EEOWORX°TILE TIIF CONFIGURE SY $ 80,98 33,92% Ti'R 5A - 7303 ........,— _ONVF NE ECOW.. ................ ., ..�.. ... . TILE .... ,.,,.,,,ASSEMBLY SY $ 60.65 3395h $ VdUOXm $ 5468 5-T353 5T526"". ".."".,CR655 WEOAVE ECOWORO .............RTILE" " "". ... TILE...""... w CULTU PA SY, .. .w" !s9 dFk 73 4A M'd...,. $ 3296 5. 5T103 COPV ECOWORX TILE TILE CUT AND COMPOSE SY TILE STZ.6o.,. ........ DAR IO COWOIIX TILET LIEF.... ......... w .., .... TILE..... .,, '"" ___,AITIVEY","""... „".''(.......A 59 95 333 89% $ ...39,69 5 rF,m54 30 59575 RIFF 15F 29 X 24'wECOWOR% TILE TILE %II i n { $ 3738 33.94% $ 29 69 4052 ECO LOGIX TILE DIFFUSEANODISPERSE % 5T233 DIF ,,...., _'___................ ..m, "95 �99fi D"IIREICTIONRFCOWORX°4TILEE WORX TILE TILE TILE DIFFUSE ANTILE D11FJ1F D JDISPERSE p 70 CQVFRE S3A.. _,,,,,. „, ... .._ TILE....... ._ -SETUP .. .....SY. $ ....59,85 33 93% $ 39 54 v 53 9 d . g156 ERSE24COX24 OECOWOR%'TILE-- "",,,- --- bYl..i DIFFUOSE AND DIISPERSE. "w SY " S 3738 3394.0 '$" " µ^954 { „N& S g127 015TORT 18 X 36 ECOWORX TILE TILE E AND DISPERSE SY 4 3738 33 99h *y d4 Yx^l 33 70 - 24 X 24 ECOWORX TILE TILE w10 ... PERSE COLOR ............ .�_. TT LEILE ..., E ... 9 ... _ 28 tl81 $.�� 3932� 5T457 DO "\V6 _+' - ",m ALLACCESS ALTERED SY i 7691 33,94,14 3393/ $ ............. „ " 5 5T265... DREAM EOCOWO RXP... .. ........ _____.___—...TILE " .. ......... HIND EDR .. SY S 748M�10 %39AR _$ 93.. .DIVVY I WNTIMEST TILE ...... .,., ......-.,____, Y i fsN.:bl bk4'"#" .. $ 5061 $ 6 ST349 UNE ECOWORXTAWORX TILE TILE """..�.. TOURNEY d $ 64,p4 3tl4wF6 S 3170 5802 5T142.. ........ IDRIFT ECOW„ _,_ _ _ .._ TILE THE PARK __ SY Jp $ 3170 $ 4327 5T041 DYE LAB ECOWORX TILE TILE DYE LAB m,. SY k 79 4 5567 OR X°TILE ST239 DWELLING ECOWORX TILE TILE HAVEN 3d! 8$,t4 3392% $ � _ .. _._ ....,.� m... .... $ ... r .,_.. 9 26 76 79 59338 EARTH TONE ECO " ..w. 99 ';b 6755 LOGI% TILE LTERNATURE SY 5 74.90 3393/ $ 4 79 4469 VATE ECOWOR ORX TILE TILE �� SYMMETRY MV $ 99.55 3393% p 32 ST34 ;.19 %36 EED, ...,,,,.. � .... .............. .... ... ST388 6LE X'TILE TILE CANOPY SY $ 37,38 3394% $ 2969 r 3370 ;T305 FNpIF�S FCOWOR% TIILE """ """"""""".. ,,, . .. .,. TITLE "" " fvII IVINGS STEmSRS SY '" 6283. 3394A ,'5.r 41 0 $ 5664,,, 5T040 EM g m .." TILE SY $ ENCOUNTER SY 5 31,14 546 ... ....ENTREEEECOWORX pIR EE TILE .. ,................. _ M EPP NLOUTY ....Sy ...$... 550E X49;9 FNTWINE ECOWOR%'TILE TILE A LTERNATURE SY $ 7490 3393% ary 9999 X;d'xo- F8 IF SdePV6 tl°II ECOW OR% TILE TIIE ASSEMBLY SY $ GOES 3395% $ 400E S 5468 ST151_„ E%POSE ECOWORXX TILIE ELE,...,.�..... ", .............TILE V OFF TICAL A ERS,,... ..., .SY .. 4,...6138 3392% S"ww 4320 $ 5896',.. 5T235 FAMILIAR ECOWORX TILE TILE HAVEN Sy JGppl 999d4 6234 5 SS 09 5T405 FACE TO FACE ECOWORX TILE TILE DIALOGUE SY S 94 39 93 L 5T455IEEiiE6 '$ 55 78 76 13 ST199" """"" UH16H DENSITY NOWWOVEN PET,COMPOSITE TILE "" A WA!BOTT EFLOOR DEN 5,1 "$ "567] 3A b9"pd $ 17,30 Doc gi.-Il ID A-Ell-C7 -JS]..A' -3793­lT5«' Prices Effective:11/11/2023 ShawContract 4 Contract N 061323-511 Updated:OB.21,20.211024 Moterial w Il'btf U( 5 w II ..-......m,. .....,.,...... .................. .. MEMBER MEMBER�� PRICE PRICE T71-79 NUMBER FIELDECOWORK'TILE ECOWO XLENEME TILE VIEW .� ... HANVIDRAWN,.,_____,,,,,....UOM $$1ST 40131 %3390%%M $ /US 3920 $ rw0651 HAL FLAT W EAVE ECOWCRX TILE PI6.k" COMMUNITY SY $ 55.94 33.94% $ 3695 S 5043 tiP CIfA II CYLLOW UP ECOWTIL% TILE TILE TEAMWORK SY $ 46.54 33.41.E30.99 1 p;tl1i ULQRM ECOWRX TILE TILE NOBLE MATERIALS SY $ 89..13 33,92% $ 58.89 $ 80.38 q b69 FOUNDATION ECOWORX TILE TILE 4.M%FIA&79tIY11'tl1A;IM"V SY $ 67,90 33.89% S 9489 '$ 61.27 ............� ._................ .. .... ,,,, .--""._ m....._ ...:. .,...... . .__ ...._,.,.,,., .,...........4 ST517 fNENCM KNOTECOWOR% TILE TILE CONNECTED THREADS 'rV '$ 4ti51. 3216% $ 30 Be > 421 ST038 FRINGE ES9"X°TILE TILE MATERIALMATTERS 4P $ 54,39 33,94% $. 3593 g904 GL42EECOWORX TILE ....m......... :.:. .__-. E�,........ .... ..... 3965 .. 129,.. B�HFTW 5-3 5T128 GLPADIENT ECOWORX OIR% TILE, _-- BRASHADE RK SY $ Sd E00 33�F4*,b $ 3569 $-.. .._48711. 59562 59534 5T486 RIT ECOWOR% TILE .................... ........ ..,,,,,.,__ W ,,,._ _ TILE WESTELM+SHAW CONTRACT �'41P nt386 .$ 59�86..,,.,,,.,.,.,..,.,,........... .. ._......._.._,__...... . ...,�,. ..S G641 33 Y'C.'rid S 5T390 HABITAT ECOWOR%°TILE TILE _ .m CANOPY -- $ -P:t'..61 3'3..11�4% $ 7;8,8k a 3932 ST450~ HAND INOHAND EC,OWORX TILE � ...,, TILE .--�- ^,. „COLECTIE SY $ 66.15 3394% .$ 4370 5964_ 5T516 FANDSTITCH ECOWORX TILE 26 51 T71A' HEDDL E OWORO TOLR% TILE,.'.... ., ........... ....... LIK...... ..:. cMACOMMU TTERDSS .........SY $ 55.99 3394 h.,, 3593 $....,. 49.04�,. i�U ST262._ DDSTOOTHD6 X36 ECOWR SY_ % TILE - TILE m NOBLSUITED RIALS f 85.„01 3394% 0, 55616 31 HOUN 5 76650„ TAW TILE TILE gPCC%1191J9 FN SY $ 30..10 33 92% CiY"Y'P... .HUB ACCENT STRA„ ...ORX ....._._ _...................... ..m ...... :.:., .. $ „19 89 27.15 57459 HUB STRATAWOR%"TILE TILE ENCOUNTER 4;b' $ 10'..-YdY 33.92% 5 -- S 27.15__...._ _.._,,,,,,,, ,,,,,,,,,,..... ..... _ ---.mm._._..., ........ ......_._ ...,,,.,, .., .. ,.,...,. ....,....,,,,,3,,,,. ST49B HUDDLE ECOW ORX®TILE TILE TEAMWRK $'d *� 46.54 33.41% $, 3099 S 42..30 . STD237... DENTITYDECOR%d TILEIIP _., ., TILE VIRTUALISPACES £b $ $4WT,41 3398%, $ SS 76 m 7613_m, 59580 45MBNOGkt dN� ...... WORX TILE TILE HAVEN SY 5T346 IIKAT Is'X36 ECOWOR% TILE TILE GATHER Sy $ 85.00 ;{;I,yryp4, $. ',5dti.I'm........ ,,,,,,,,,,,, 76.64 ,ST168 WMPACT ECOWOR INDFUL PLAY 5Y $ S1A6 3,9-3%� ST451 IN COMMON ECOWOR% TILE � TILE '.0 $ 31 dp � 4605. TILE _ M AID 5T010.. ........ ,.IN INFINITE ECOWORX TIILE ............ _........ ME .�.......CNOLRU IESE„_ ... SY... ,S.. 4130 3397%.� $., 27,-14 $ d� , - INGRAIN ECOWOR%TILE tltlh,H ALTERNATU RE SY m.3 a4?N.......».. ..,.. ...__. .................. „. ! 74,9[1 33.93% $ 49,49 $ 6755 `7 kflu'W 'INTENT STRATAWO R% TILE TIIF DISTRICT SY 5 3010 3392h $ 1989 $ 2715 144 V3 'INTENTION I6 X36 ECOWORX°TILE TILE CREATING SPACE SY 4 5208 3394,E 3440 S g6.95 5 T344,..,,�.. W UD ., ... _................... RLUDE ECOLOGIX TILE ..... .VdP^FkFd4tl.E9Y,V SY 49..55 33..93% 4 _._._._._... ST344 4kJPE..,�.. ...... .............. .................... ....... $ ,�. 32,74 Y 4469 59558 IIMRIGUE ECOWORX TILE TILE NO RULES SY w„„ ®,,,,. $ 48..78 33 92% 5 32 23 . 43.99 5T260 I.RCrxIIA,RD 18 X36 ECOWORX TILE TILE SUITO 'rV $ 85,01 33.94% y 56,1E S 7fi 65 ST016 IASPER ECOWOR%:'TILE 71LE UNEARTHED COLLECTION ';I'M $ 7R.3p 3394% $ 97.8E _..... ...... ............. ..... .A _...___....,, ..' „,,., ._._0, ..,_..,... . ST412 IIVE ECOWORX TILE TILE ALL ACCE55 ,','m' '$ F6„y& Y9 qsM%', $ 50.81 $. 69.35 5T512 IOURNAL ECOWORX TILE TILE ANTHOLOGY $Y ._...�. 40R6 r 55-23 TILE OPEN WORK SV $ 67,31 B 3 Dti1 R3 - 57499 _ KIC.� ........ ., ...,,.,... ,..._._�.... ......,.. �...............$ 6258 Si 9d1"a6- $ 4939V 1 5622 ST046 KASURI ECOWORX TILE 59359 KINETIC ECOWOR% TILE TILE NO RULES SY 5 BU99' 1` 4230 KOfF ECOWORX TILE TILE TEAMWORK SY $ ✓vV'5+M IT kY% ... .,. S 49.FM ;'k'Au ST301 KNOTTED ECOWOR% TILE TILE COMMUNITY SY $ 80.10 33,.95% $ 52,91 , D"1.'2.2 ._.,. .... _._.,_................. ... .wa.. ........ ,,......................- ........... ...._.._ .._.... ....... . T194 MUSA ECOWORX TILE IP4.1L I TERASU SY 59.43 33.95% $ 39,25 m. itl 7RJ 4ANDFORMECO, , TILE Lyg9 FLOOR ARCHITECTURE 5Y ;$ 37,38 3394% $ 24.69 n ,7D TILE SHIFTING FIELDS NG EDGE 91Ufi--_ @A ADZE ECOWORO%OW ERX TILE ............ .... ...... ..... ....TILE ____ .....S.HI OI RULES D.S.... N- $ 5110 3389 L° 5 _ 3378 $. ..ry(i ni, SY TILE ST523..... LOCAL EICOW18XX03LEECOWOR% TILE ^} ,m TILE ..CLTURA N....., ..m. $...T146 3430,E $ 48.26 ........ 6587, 5T513 LYRIC ECOWORX°TILE TILE ANTHOLOGY 'rv' $ r8,.4k 7JN.81F71h 40.4E y. 55.23 ST325 MAKE RSPACE ECOWORX TILE TILE CAMPUS Y'Y ¢ 26.75 � 36,51 ST130 MANIPULATES %36 ECOWORX°TILE m TILE ALTERED SY $ $9 53 ....,:. ................. m "� 59.LM5. 5 53.30 40 8R 93% 5T263 ,MEMORY ECOWOflX TILE TILE KINDRED SV $ 6-7-- 3310+4 $ 18.81, 39.32 59167 Mf RGE ECOWORX,TILE TILE ON THE EDGE SV $ 67,63 3b,1Yk.'Is $ 44A.4 7 61.00 ... ........... .......,,.,.... .. ,.,.,.w ___._................ ..,, w ....._..... ._...._....,,. ......,.:....,.. TILE iWiHCE 590GMk...... ,.MOMEMUMOIV�COWORX _._ ... XII IL UNEARTHEDNOC IIEOCTGON ION ,..SY. $ 3519 2523� $ 26�31 ly_ };�.ri p,.,. 5T238 NEST ECOWRX"TILE Gd4 h. HAVEN SY '$ 61.74 .. flVE COLOR ECOWORX TILE TILE LIVING SYSTEMS SY �.,..... ......,. 5TYlbd OBSE U _ .„............... ..__ - ______ '$,,...67.36... 33,94% $ 4990 $ 6074 ry"Jy;.l4 'I;tBSERVE ECOWOR% TILE TILE LIVI NG SYSTEMS SY $ 62.83 33,94% $ 4150 S 56.64 tik7Wk p.#EFSET STRATAWOR% 'NEE TILE SIMf LY BY NATURE SY ._... „ 2715_ $ _30.10 33 92% $ ..19 B9 27 is ST166 R7R'fJ«w 1E ECOWORX9 TILE TILE MODERN EDIT .. 87.70 S 33.92% 57,95 ST413---_ VACE ECbWOR%TILE TILE ALL ACCESS +- $ -76..91 A33.94% $ SO,B1S6905 RT ......... ._._._ ,-......,,,,,,,,,,,,,,.. .....,...TILE _._.IN SYNC.. ....$im. 35.34. 3412%- f ---23.28 J .....3. ST350 PARTNERSTRATAWORX 7 ---- 'PATH __,.m,� _.-...,_. __. .._..... ... ... ....__ ............�, 5T034 PATH ECO WOR%°TILE TILE ALL ACCE55 yg $ PN""'Jl' 3394.E $ 50.61 ,I fi935 RET01120 ECOWORX TILE "�� o $ 4J.ddv 9l Y78+w $ 31,.. .............. TILE NO COLLECTION .56 ,`+ 430E 9493 5TD374 ....... PLAINSE OWROWOE LTILE L_ _._TILE DOIFTIIN GDFIELDS 5Y $ 1fi263 4q,Me S 5648 .........:................. IT.. ... , ._._ ._......... ....,............. ..... _._...__. OWOR% TILE TILE HEXAGON SV $ 76,85 33,92% 5 SWIM r 613 It 5T054 PLANE HEXAGON EC $ 76.91 33.,94% a 50.81 n tlo9 tl.�, ........... ......... ........ ....... .,,.....,.....__ ST035 (PORTAL ECOWORX'`TILE TILE ALLACCE55 SY ^-m ST491 POSITIVE STRATAWORX TILE f .... ........ .... ...^_ .... ....... .... .,..__ ..TILE . ..... ..NAECTONETURE SV $ 3323 3394 ., $....,..21,95 $ 299E.: ST206 q„ POURED ECOWORX°TILE n tlIItlY 'm FLOOR EW PATH SV 5 3868 3345b I'll $ _2574 ; 1 5T 96tld -.. ,bPRIA"5[EME eOWORX OWOE RX TILE ... .. TILE ..,CREATAINGISPACEA-- $ 60�50 33.92%„„ 39,E $ 54.57-�..�..... ........ ...��,. .................. -__.,,_ .........................,. 5T123 PRIMANY ECOWR%"TILE TILE SPACE WOR% -"....... _.....__. _„___..,,. „,.. ,..,... 'Y x 17 38 33.94% !$ 24.,69 ry 33.70 6T30 PROCL.r.CCOWON(°TILC TILE COMIv-UIJITi b'ti $ duo.Yt+ 3B?St A 51,91 ST209..... ...... PURPOSE STRATAWORX°TILE ..... ._ .............TILE...... .„ DISTRICT m.. ..� ..$d..� .. 1.,....Iktl LO Is 9Pd'N $, 19.,,89 5... ......27,1.5,.. ,6 Np4 U'${pV'Sg1.ECOWORX TILE TILE CAMPUS SY $ 4t,1i,�1'iV yA^F y^,4 ¢ lkw,;A $. 3T6..51 5T518 --_ OUILTEOE OWORX TILE,,,,,,,, ,,,,TILE „ UNEARTHED COLLECTION THREADON SY,,, $ 45,51 321E __ $ 3086� µ „t$Wp,,, Oo,vs,yu Enrvo I,m I 0 AA'_1E-A-n,F 572-.c.00-ErDH -'C,El' Prices Effective:11/11/2023 Contract N 0,212 ShawContract µ Updated:0821,202424 M rrialP fIB L r.yuV¢awuFJt rLNrC_. mrnlBB CE F".'"E'"NUMBER YIAUVAVN(.E LL45"NC'Y#tlX...ph B 57YLE NAME .TIDE ttN -k t as S9i; UOM SY LIST 68/23 %01390%NT $MRT 45.E ep 1,.'4 .........,..m....... -........ ...... ..,. ....EW S 33.93% 26.75 $ nTO78 RFAIM FCOWORX TILE .._ TILE VIEW SY $ 40.49 ,.,, &EC HEF ECOWOX9TILE .........,TILE VERTICALIAYERS m,m SY $ 6538 3392% �S 4'1741 £, :`�1ry a 0140 FII;NEW ECOWOR%°TILE ._----------------------- gg fNLI TGSYSTEMS SY $ fi675 3395,E $ 449,Y 60,1E ...a __ ...w.....-.. _.. . TNf LIVIN Ptt fi7..36 3394% $ 44..50 $ 60,74 y S 8 .. ..� :.: .... ,,.._'.,_ ....,...G,G4 Yp tt41k 6YM 1 rgldfOlOR FCO WOflX TIIE ,,, .m � & $ 4150 $ SEES 'irL STlfiB ..RESU RFAC�OECO WORXTI TILE ...T ,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,, TILE ., ,....EX7IRAORD NARY-- -SY 82,01 3392% $ 9 S ...,9... 5T165 'RETHREAOECOWORX�TILE .....__TILE „. MODERN EDIT __. SY,' S 87.,NfJ µ33..11",92% $ 57,,95, w 79,09,,, ECOWORX LE TUR TS ST E.......,- ROTAEEECCOWORX'ITILE _._._. TILE FCUT AND COMPOSE 4Y $ 57,49 3392% $ 3799 5 51855..�.. .'-.",..,-- ...'.. .... ._ .............. SY 5 40,49 33.,93% 5 3430 5 46..61 iU SY Sf RI PT Ff0W0 X!r T E. TILE AREWOVOENY SY,,,, $ fi021 ,3393%_ $ 40,,46 a tl• TOBO SH RtPl Ef0W0Rx mm T - A ^ ST007 SCUT PT fCOWORX £ .... SY 609 4 R;, !µp OyR TILE COLOR AT WORN II r .... .. .. ..._ ......................,_...... .......___ ............. ..,.,.,�._,...,..,,., ........ .. . .5T113 a.t11 PT L0,_,,.._ ......,.,... ........m,.. 68 i4 k,5 51 ECOW StlA4 _ SEEKE OWORX OTR OE XTILE IL.E.... .. ........._ p nit._ .. OFF THEESRID .....,: .. SY $ 6741 9#°d3^.ti_. `",..... 2b.7q $ 6079„ 59328, ..........KHENE ERCOWOROR TI EI LE... .................... _�_-TILE ....BRIGHTWORN .. .. SV... .$'... � .. 3393%.... S �:.25 5......41 29... ST452 SIDE BY SIDEECOWORX"TILE TILE COLLECTIVE .W $ O'd'1R 33.94/0 $ 4370 S 59.64 ...........„ ......... . ..,....................... __. m 1T524 w°TILE TILE CULTURA W $ 734fi 3430% $, 4826 Y 6587 �ST21O A OOIIRRAlr14M RATA ..._...... ........ _.,. ......... ......... m ._.._ ,..,...... ......,._..... m .__ ST133m SIAN FOOWORX tlTIT FSITN R4tl 4___ -- .. ................. TILE .. R{ELT,19X,IP 1'wRC7 tlYMV,f4A SY... $...86,,5E . 339251. 5720 S ..,'&z;„ ST315 101T F4 %3fi,,,,ECOWO RXs TI HE TILE „,,,,,, IIVI,NGSYSTEMS 5Y $, 45 fi9 3392% $ 31,19 k RM&4fl1.9' PARN FOWORXe TILE TILE WEST ELM+SHAW CONTRACT SY 66.41 3396/ $ 9.8E 596E DIA 59 ST40J7 STEPPE DECOW ORXRXTILELE .... � .... TIIF _.,. FLOOR ARCOHGTECTURESY �., 3738 3394% S 129,.69 $ „3037OW NI§rY1r itl TREgN ECOWOX �of FLOOR.... ST116 STIPPLE IB X36 ECOWORXs TILE CO rv1PO51TE TILE HAND DRAWN 5Y $ 5931 9R 9Nu S 3920 $ 5350 ST497 "" TRUCTURE STRATAWOR%a TILE m -- .......m, TILE "'""""'WESTSIMPLYSBVWCONTRACT SY. ,� id1d.0 3392% $ 19.89 $ 2715 TI CHED HIGH DENSITY NON WOVEN PET TILE BOTTLEFLOOR SF $ &70 334G1G $ 5785 l6 $ 59 8E ST aT409...... .,5............ - - ......... _. ,_. ....,.. - SUBTEXT ECOW Oft%"TILE TILE DIALOGUE AN $ 52.64 33.93% $ 39.91 K 47.65 5T421m. SURROUND EO 0W0`RIJXO%IL TILE ... .,,. ILE mm... ...,.. 7'f'n4E WORD.,., SY $ 33.P$ ..3.1.94�,� > ...?}61O'.T v Y ry 43 61 33.94% Ptikl, SUSpFNO FCOWORX TILE TILE CANOPY S _ ST414 m $WIFf FCOWORX,TILE TILE ALLACCESS SY 7691 3394% W 081 !d$ V4NLR NGIEEO_WORX TILE TILE NO RULES .w SY $. 44,26 3394% S 79A4 $ 3991 rtl'f1d! Id'dN.PESTRY I6 X36"ECOWOX°TILE ...m..... RIO.q.. GATHER SY µ 'C. B5_00 33 mm94%, .. ... SUITED ST1B6 EH NIKECOWORXETILE OR%,TILE .. TILE .. MI,NDFULPLAY _ i -SY $ BH:MJE 4'!IkNM, $ 33 74 $ 4605, T019 7E 6ETECOWORX TILEE ................ ._..., .___..... TILE ...... VERNICALLAVERS,,,,,,,- SY g30N, 3394%.- Y 2a.ti1 5 ^^ 5554 �..,. fIN _ ..._. .. VI ,,, ...... 5 ..4450. ..._ .,6074�. FRANSFORM COLOR ECOWOX TILE TILE LIVING SYSTEMS ir; ; 6L63 3394% $ 4069 ,+ 5664 ST308� tl&YRFdKIVEROAO�x'4bRu PII%R TILE LIVRNG SOYSTEMS 5 $ 5l 3393°6 $ 3191 S 47605 5936R" GRAN 0A0URSOOWORX"LTILE ... ......._... .................TILE M.. NOCIIOLLECTION ,. SY $ 50.0E 1772% # --4119 5 �3925 ITU TILE TAYS T aN,,,,,,. .....W9,fMVEROECOWORXL(TILE .. ..m.m. ....... .... ....,.,,.TILE. _._ VERTC AL lAY0ER5 .....SY..... .$.,,,65 38 33 92%, 56 Q_. TICALI'll I LAYER SY 'S 43.61 33 B4 S $ P8 8A $ 39 32 L..._ 7 ._ .._, f110 VALUE ECOWORX°TILE TILE CO NEW PATH ^ SY $ 38..68 3345% $ 2$74 $ 3513 TORN VyPRft1(TONE ECOWOR,( TILE t PFt,t UPBEAT STRATAWORK TILE S TIIF 490........ .._, ..., ... .,,�......... - .......... .. L _. — - ORATWORK SY $ 51,91 7193tl&. C Oti TO Y 4681 'TO36 VAPOR ECOWORX"TILE MATERIALMATTER _._ ....... ...m 59114 VERTICALEDGEE ...._TILE ON THE EDGE SY $ 19.1M 3393,E $ 4706 .. 53056, TILE .... TILE......IT NO RULES - 5 .,p.._.w. 06 $ 6423 VIBRANT ECOWORX TILE TILE .,. __ LIGHTSERICS SY 4130 31 W _ 27 ST0O2 ......,,_..- ...,.,..... _ ..,.. $ 44.65 33 ...29 24 53 56 5T001 .._,. _ $ 'AY q"i 3393,E $ 39 - 51 40 28 /ISIELE ECOWORX TILE TILE LIGHT SERIES 4"a JISTA ECOWORX TILE TILE SHIFTING FIELDS Gd ST426 NEATHE ECOWOORECOWORXe TILE TILE MATERIAL MATTERS %! y 46,15 3395% $' 309 4160 e CANOPY .,.. SV a 64,30 33 86% } 42 53 fi 5a 05 ORX TILE TILE WANDER ECOW .. .... _._._ .. _, _. .... ''.5T424 WEATHERED EC WORX'TILE TILE CANOPY SY $ fi0,50 33.92% $ 3998s 5457 ST407 WRITTEN ECOWOflX RTILEILE ..,....... _ TILE ®"DIAOGUE SV $ 6050 3392% VS 3998 $ 5324 TILE WEST FIM+$HAW CONTRACT Sy $ 6 366 7 $ 4 57 .. TIIF mmT _mm 7 20 33 94% 5 94 39 5 60 59 TILE _ 67 41 33 96% $ 43 86 5 59 86 ST468 2EA1 FCOW OX WQ,R TILE TILE STEPPIN OUT 6 ST031 WELCOME -._,..., ..........,,m„ ., ,.TILE sy 52487R:.. 7104YrfECOWO X-TILE ..,�.. ........ .... .... yTILEu w.. ....WEST ELMTHEHPARK ONTRACT» SY w„ ,. 77�18 3390% S,M..�.., 5 ....01.9, �F 5.......4,fi5 33 76% $,....43 dyXp ..,.44J8.... � _ gyHAR S RFA11 CE BRANCHING OUT mP� SF 5, fill 3405% S 1 Prl 5 683 Hp 0 V AQIOE HARD SURFACE ABIDE&INHABIT S AMALGAM HAW 60Ri M, EON AND AMALGAM SF S 678 3063 QA$I$ HARD SURFACE _ MINERALFLO_OR SF m all 3405/ $ 53S 778 41S4V BRANCHING OUT SMM % $ 4 35 $ 632 .130a......... - BRANCHING OUT CORETEC 12............... ',. ..... ..,._...-__ ._,_,...�....w, .... ...., .... .._.... ...,,,,.,.,.... -. RANCHING OUT SF '$ 5.01 IN�tV�'i $ 331 $ 481 EwDSURFAC..... .. .. ... ....._...... ..... a fil 1A gNCv4d $ B70 $ s 38., 3309V B RAANCH I NGOU T CORET E C 11 20 MI L HARD SURFACE mRWAkHINGOUT SF $ Sn e T SF 4143V -ODEDS MM HARD SURFACE' COMPD A366 NOGUED CAST $i b7I 34 O3% 470 5 6883 3 A 35OV U'OMMINGLE HARD SU RFACE UNITE II A F $ OOMPOSED .,.,, HARD SURFACE CONCRETE COMPOSED ¢4 „! 598� 3054%,, S 415 ...603„ 098UV,....,,.... Y ST5O MM H..,,. .. ...... ❑�7roiJu�T�IOV.9 I AA'­A-0P4E457.?4;o&7,jD0­7,1 a Prices Effective:11/11/2023 ShawContract Contract k 0 Updated:08,21,20,21.2024 Mo[erlol d1 U+adp U,vb.S an�^,fl'n. MEMBER MEMBER PRICE PRICE STYIf NUMBEF STYLE NAME TYPE Collection DOM LIST PRICE %DISCOUNT /USO/ ...... a........................__.____ .............. .. ...,..,......, ._.__.._, ,.__......._..,... .�.,�......... .. .... ...... ,.. ..._.._... ,..,.,.,.., ,..,m,..,,,,�, .....,.............. COMPO HARD SURFACE 094UV {ONCROETED SOMM „ ,,,,,,,, „ HARDSURFACE CONCRETOEA DCOM 05ED mm SF 5 5,98.111 ,3054% S 415 $ ___,y 6pk, D927V COVE B4ehYlPk PofYFlI/4C:M UNITE SF ',$ 6.78 30.63% $ 4,70 $ 6,83 O_._. ...m.. ............................. . _._ m HARD SURFACE COVER AND ENVELOP SF $ 7„24 33 82% $ 4 79 5 6,96 414 V COVER 6_RETE T111 7 k., AN.R. CRETE AND IEOGORI SF 'S� 5.14 30.71% $. 3.56 $ 5.17 9431V FROSSING PATHS 2.S _._...,.... ........ kAM I4Fk 5Nkfdd`tittl�A �.. ......._.CULT-RA SF ',Lj�.....4.48 32.4D% .............� ..... 303 440 4392V CROSSING PATHS50 1'B4NIggl:tiled R@F4w';N�, CULTURA SF _ 0922V CUT HARD SURFAC E ®NATURAL CHOREOGRAPHY -- $. 6.54 30,55% § 8,28 3958/ ....... HARDSURFACE ........-.- ...._ - ..,1% ..........36 dY dHAV.,............... ...... ._._.__,___._._........................................ ............... _ .. ':_.. .. 4 54......,.,..... 6 66 ,JNR VbrRrd SF 82B 3051% $ 575 83 EMERGE HARD SURFACE NORIF MATEJiIALS 'Kf $ ,PF3 30.64% } 404 x 587 mm WRNENVELOP .. , 33,2 479 696 4385V PIIQW 25 HARD EON AND Al Ym $ ®'}''� in 4Po'9k 5,,,,,,, 269 $ ^615 EO ......___ ___.,..... RD SURFACE -..... 5 L 4387V FLN HA FUNCTION FLOW SF $ 6.$5 334AJ$d $ 43fi ,$ 634 - COMMUNITY 44 4 69V YI Apf HARD SURFACE OW 5.0 HARD SURFACE 4 IFlOW 5.0 LLT HARD FUNCTION FLOW SF 31) 386V ... ....- _ A FUNCTION+FLLOOWW 404 m ...� p.+1 FU F ,6,55 33.40% a' 436.$ 6_H4 0896V� IN TANDEMCT GLUE - ._., HARDSURFACE NATEAD INTANEDEM „SF 4 ,9,86 3054%, $ 6,85 $ �9 MJ� 4388V 0502V T SF GRAIN FLOATING HARDSURFACE GRAIN AND PIGMEN PFY ABpYJ lb(I CULTURA SF d 7.93 3959/ '$ 4 4391V UN UNISON 5 0 bd4fl Ia ANHF Y L CULTURA SF .�„„„, 1 2 79 $ 6 96 hNCLUSIVE HARP 5I,JRFAC6 COMMUNITY SF �s 4068Vmm... .... .____..__ .____................_.....m........ _......... ........ ,.,..,......... 6_09 ....,3051/. P .......4.23,. ..,....6.15.. 0926V INLET HARD SURFACE UNITE SF _..._._. ................. _ ----HARD. .. ....� M __ ,,.._...,,,,.4 70 F, .........fi 83„ 19JRN ET II __ SURFACE pYPNllk Otl SF $ 6-- 3063% 0684V ..,,.INNPIRE �- .. ,�,.. ,,,,,,, HARD SURFACE kbNNAMINDFU LJPLAY 11WNf yP'' „„ 6tlY ,,, 33.91%.. $ 404 a"T587 $ d JG6 30 54% 6 685 9 96 4367V INNATE STRIA TILE HARDSURFACE INNATEAN DIN TA NO F M bF $ @ 0692V...., .. 1N 1:HICA'I O M,M_ „„„..... ... .............._ .. ._ HARD SU RFAC.E.. ... MIODE RN EDIT ..... ....�SF $------.46 40. 5.m... $. ..�9.4.h. .b fi}.n 0215V 1EO60Rl HARDSURFACE CRETE ANDIEOGORI BO........ __._. .......................................... ....._ _._.,.,,..,, ,.....,............ ......O ............... `.. Si ...,_,... .„,_,�,.,w, .�,�,.........., ..... ...... 0993V IOY SQUARED HARDSURFACE IOY SQUARED SF $ 5.5q $;�i#4u $ M,brM ,r 4124V 1338V '+MINDSET L , SURFACE U flmm A.C'.E .. ...___ m............ ..„�„....... ...33 ,% 8HARD SURFACE O COLLECTION SF 285 27 72% $0116V TUF 0 -- OG , ----MN $ 989�.,.. 0503V PIGMENT DIRECT GLUE 4Yh,V5pJ"vNf6UAp:S. GRAIdR AND I1F ME.Ntl' SF '5 5.04 30.52% 5 3,50 $ 5 09 365V to sF 4WIv..�. ....„REFIRAMOVERATING ........ -_. HARDSURFACE,..,, GRNENFYf tl aMnlpIMNNT.. ... .Ab...... �'. 7,21 20 0 fi.o9 ...... .9 14 . p080y NiEPOSE HARD SURFACE LIVING ENVIRONMENTS rI U $ 363 30 21% '$ 2 53 3 68 4094V G4It 090E 12 MIL HARDSURFACE RESIDE ` I' $ 2A4 3028% 5 156227 4381V tlPIE"hdtlYY 20 MIL HARD SURFACE RESIDE ! Y' '$ Y74 }8 gryyµ, $' L4A b 336m __ m.. ........ ............. , ..... ......... _ 4325V RESIDE6 MIL HARDSURFACE RESIDE SF ...S, .�7% '$� _ 6',A�,9 #2,8•!°Y5 $........k.l4V .1.74 4099V RESIDER MIL HARD SURFACE RESIDE SF '.;$ TRIG, RV',57'tll4 y 1.l5 S� 196 .... ...................... ___.........,......,.....,...,'........ ..................... ._._..... $ ,....q.. ..... J_ AS 4090V RESPITE HARD SURFACE NO COLLECTION SF 25 i.b 5<4, u•• @ 79' OLTUOE„ ._µ_ HARDSURFACE ... NATUR 5OUTU DE6RAPHY „^SF ,�y1569 1 3055% $ 3,95 $ N574 SC 4063V 50UN DSCAPE 46fnYtltlY aX.FIW&p4C.lk SOUNDAPE SF ,6 6,q6 619 12 00V STATIC SMART I2 HAY'4CA'4URNRF�"%. � - SF 1$ 8.25 3758% „ �49 ..___ ........�,., ,,a„........... ...... ...... m..,., ,....„.. 5 5.15 5 7 49 0516V STRAND ^^ HAR CE AND STRAND SF $ 4^68 30.48% $ 325 472 -..... ... ............ ... OSIJRFACE SURFA, „.. _.__.. ..... .. .......... .......,. e� '723UV .TRATUM 500 HARD SURFACE STRATUM SF $ 6,79 30 61%_ S 471 ;p 6.85 _.__ "__„m.,,.,,.,._. .............. ,.... ,_.RD '____. ....,,,............ yYd+AEV„JAIN. ....SF $ 6,79 30.61% '$ .........4,71 s.......fi 8.5.. 4pU%U'J STRATUM 700 HARDSURFACE I0.151V ATRUCTURELD EAR,.. .. ........., ___ ...HARD-------- SURFACE ....... STRATUM .y.„., 5� .$ ..•$ 30 5„ ,� 5 ,..89Z 10515V SURFACE HARD SURFACE SURFACE AND STMND SF „5 4,68 lw44A'JA. ,$ iK,A s 4.72 .. ............... �.,,,,........ .... 14111V 1'AILOREU HARD SURFACE „ TAILORED _. SF $ 16.8„ .._ „ -- _ '4 90,66:'K „�..... !,,r6 P 7S,W 9'? 1108V .,............. ..... m ,...,..... HARDSURFACE___ ., ._.„...._,TERASU............ SF. $ 5.OU 3380/,. :,__.,..:A:tit: ,_.,..,., .AS'�,„. 121fiV TERRACE50MM HARDSURFACE TERASU SF $ 6.20 30,48% $" 4,31 $, -6"?' IL I IF 0453V M_ TERRAIN 12nMIL mm ... ...... pAftD SURFAC p .. TERRAIN II ..... vSF ,. d, 3.40 33 82%.,. 5 2,25 5 _3 277,.., biim V8811d........... 6AJ&Wu4,kJ51130 MILS __..,_.._._. .._...,.,,_............. TE URFANA' TERRAIN 44 SF .364 ......„.. 4130V TERRAIN 11 20 MIL MM 6 AV'Y { $ 6„39 28 92% $ 3 54 660 IUR ERRAIN II 4(' SF $ 426 3402% Q 281 5 409 FIIi,Pwwl SMIL HARDSURFACE TERRAINII„ .,a 7 5F 6 1.89 27,81°% $ 1,36 .. 198m d14 5 ...... ..... ....... ...... .... .........,,..... ......... _..CREA......__SPA,...._ :mm, 5 R TIl ...30 60/.... $ ...4.'fi5 ......__676. 4tl,!' IIIdiA4,AWA 11MUM CORE _ HARD SURFACE TERRAINII 5F $ 724 3382% 5 479 $ 696 qOk 4 IbI0U6HTFUL HARDSURFACE CREATING SPACE 8 _..... I. .... n 6.83 4142V 55`PC HARD SURFACE DIALOGUE $ A.G.Y. 34 04% 'S 4,70 " _ ____ i ... ...... ,........... .... .., ,,. ._ ._.,... ..AEI% ....�,.... R.9'.6 3d}'61'4k, 5 3.,25 S -4,58�. 0187V UffrUMMON GROUND 4 HARD SURFACE UNCOMMON GROUND @ T 4 D m 0188V tl,tl'IU.".ANSflW„M{71'tlGRODNDfi HARDSURFACE UNCOMMONGROUN_D _ 5, M 3077q, '$ %µASµ 4349V UNION _._.....__ ....,,,,..... ....................., HARD SURFACE .. .„„UNITE II .. SF $ 6.7:8 y0 f7%.. $. .......4Y0Fi Nb3�,,, PM Ni1A WPRdVVE YL HARDSURFACE VERTICAL IAYERS SF '$ 5'" 101Q1%, $ 5h4' r 16 3gYtlA'AdgYNR$kbY4iJ1 .........: ...... w,��. m. .,.�� .,. w� ........ .... .�..... .�.. ....NTS ,. ,.....: $ 1411 3013%.., ,.._$ .__A,Yldn .......... g,P a7718V ARTESIAN SHEET _ HARD SURFACE QUITE CANVAS SY $.„, 1634 2771/ $ 11.81 $ 1717 Alb J1F AdB4'G tPoIXN18E SHEET ItlM1Hf U1v6h6 H LIVING_E_NVIRO ENVIRONMENTS SY 0301V BASSTONES SHEET dBdM1BX16 ll6401YdY NOCOLLECTION SY/R II $ 5276 3059% 5 36,63 5 5324' _., 0897V I.N TANDEM SHEET ppaAV q WWI tl INNATE AND IN TANDEM SV y 79 68 31.47% 5 54.60 79 37 ......... ........ ... _._._ ,,,....„.m,...w.... .. .... ............. ... .. .... ....... .. .... ._.,. .. 491pF.J INHABIT SHEET HARDSURFACE ABIDE&INHABIT II SY j 52.76 30.58% S" 36„63 $. 5324 9 Pid IERJATC LINUJ ----- mm HAM1D SURRA lm,. IIJIJATC AND IIJT IJULIVI „19 . 84 U4 3396/„- t SS.SU .. SUb/,�� - 4ATE SHEET HARD SURFACE INNATE AND IN TANDEM 5tl' $ IV tl'0 3147/ $ 5460 7131 U RE LIFE WOO D II HARD SURFACE NO COLLECTION J 'y 52 W6 A`LI R83d: 1ti.63 53 24 1J009V IRE%O .... .. .... .....,,. _.. d01p➢>"tv f4% D797V 6M9f G'�S SHEET HARDSURFACE TERASU $W $ ;A.F6 ldh SJ%9Po. $ qG G4 5324 COURTSHEET HARDSURFACE NO COLLECTION SY,_ $ 7775 }4N aIi6 ,� 611*pR 7846 Prices Effective:11/11/2023 Contract#061323-511 ShawContract, Updated:08.21,2024 M.ti,rwi So,urcewell __MEMBER rmcr PRICE STYLE NUMBER STYLE NAME TYPE Coll tan DOM USTPRICE %DISCOUNT `USD) (CAD) BOB SHEET "S 53.24 �079GV TATAMI SHEET 51,76 - 30.58% 3663 5 5324 HARD SURFACE TERA5U ------------­­­­------- ....................................... .................................... ................................... .............................. ,Il�IV AIjjY HARPIURFACE f "5, 5 Sy�l n��T ........ ... .......... -- HARDSWUACE VITALITY 48.11 30,58% 33,46 — --------- Alwl WIAWY IAN" _ ............................... A ....... M 1,1ARDIVO.. ..... ACIAI,HARDWWO4.),g) 9.05 )uw I T 73; ........................ .............................................. ........... MVVCN CIAL HARD flti ORE OAK_-CANI ................... HARDWOOD cUMMERCIAL HARDW666. ...........SF-- $ 1-5.41 3395% 5 to Is $ 14 so .......... ............. C6,auEka: ---------- -SF i------ j.6 ,aF s DCRAFTEDOAK HARDWOOD 6_AKTRADlT1@9Tl_W- .................... B"A"mm 0-6-6 F 5 38 637 CA3633 I'a 34 o4% 4 65' W59 ............................ ............................ ___WAMDVV6OD �j�A­ 6�'T-7 78 .................... ....................... 63;------WA wm_ s i'16'_� Lll�tl(k 0 AlKyy. FtAR 666 CO M�E REWL NA Raw CYA 5 15 _jo 4 .................. ....... ------ wi� 'vl-4�z T HIM* r6 A CNXI 3.......A.........YVN& y............... RIT�, ................................... 6131,46...............3'8 ........ Pal 4", 1 w .IWO 4_"T Ri,UFA 1.............. ------- EN T8 756 .............I t, ------ .... ............ MEW$ TXI ff 14T�R,HN 6�7iTY SUMN 64509 ................... ............................. ........... '4 ra�'6"VE—E��MCC BASE-R617L:-TkERMOPLASI Ic RUB ----------------------------------- cm�Cc6WALRA_SE 0ZEY4kM6_PLASfX 16 FACELhr��71L J� .......... ............Iw;.........­o-w o�I -i 4 1 N CRV E W44-B W�-R 6 F Tq E R M 6 P�P W RUBBER _Y iffor 4t f m Ti, _046 SBBER BCdSBRA O OACE ­ab'si iiW; iij,"64 fg IYA C'OV�WA I t ILA$1 Wh 0,VMYt TiiWc 1 711,;Ff IWO 4 1 EUVNWA LL-BASE'SlITI CRS fH CRW6 i3aS'i OkiJiAfk.......... 10 B 6 W k RR S- R ------.................. ... .............. ........................ _w"aw ic ------- Tr vur P71- ... m mvr Wa TY5u, i W[C6WR6T[TRf4WN c RUBBER HAW SUM,A(f....... ............ G; T-TWE, iT,.i.K ............... mg �y ........- -------. .....-. ..... "R,W§-­­---- 'I HxRHRF:;izF 29,16 n0i TR ra T"�FWENEWATL ms�sfWkSihkr�'REAOEOErr ,am,6 1 X6 -------- "ffi'Ja"'liRiK 14W 1� 59 TT .......... Ra� C5 IN DEUICAMU WALL BASET—HERMOPLASTIC RUBBER 60 S, faFi6-5 ............ ------- ---------- ,v,mr-s 65VE7MASE—ROLL ' F114I V­Wfit 183501t CA �666 BROADLOOM SEAM SEALER �oW AE, S 16��i .......------..... ......... .............. ....... 'I2_ ----------.................. ................ FAV 9% 0,48 $ 19 4D ...................... GAt,PAIN, zal: flG ",-3111 W"AW--------------IU51 PRESSIIJWSEOYRUONFRSAL ADHESIVE .......... .... .. ......................... .......... . ........... --------- - —­­­- ----------- RUBBER STAIR 14 i�s G,0 T 5,rkibA6 iij'ifikit�I A4��RL AD Wx 0 0 MWT ...... _WkOSLfikF4a iw; -� Wi6 ov,6 ........ ----­------------ ................_�G; 3­ff5W­---ff,�X 06"fi Z47K ............... .....__, _M14 ff jj-jr,;% ir4"CCiVC'WA-LL6;�5C�-fFCi6T—HERMQP�SIIC HURRLA......... : tlA vw i6'34' 1 )"0 .................................................... .......T.".7 14­1 , IT ----­W7S7. Tm bifm[POPEV vXr62CfEifWMOPLXsTI I0AArk3'f;IdW" 3 i-64".14 T9 G1 iw no ..................... TRW ....................... ........ UT - . ............................ .............. --fa- 169'...........NW ,zgrczr��i r[ju WS Fw,fwcm m C I$ 78 1,L'M. ­2 Oil 11111111"Faillf"ll, . ­ nynt��Lk"q FOUTS%FATA 111-�l WOW OROADIOORA 21 011% 54 t4 32 �PP,m .............­..., .............. 4 el Ait FA W' IRM10 .2------ .................7 _­ 157PT-1 1� I I, '71 -FT60-R-­-_—___ ......------ ---- ........ WwAi'T-T1676 lilyPi- V­ Alb­�_Y�K_ �1050 !TM . ..............---- �PSR-�F�!�!ENT FLOOR PRIMER WIWI 9050 RESILIENT FLOOR PRIMER Is 11fidill.11 1 A"61 T.......... TRCK'- - i,, ,-­­­,,r............... ------------ .................................... NT� .............Of", AVNET 81 .......... ......................ilWt 670_villii ................. ......... IfFmi Qf,i YWnpk ANTAGE SYSTEM Y16"d—FEWELD R515............... .................... -------- W45�RWF —­------------------------ "WT 3 Av iuwx I2'AB;�...... ....................... ----- - yc;w .................. ---WELD------- .................. mmuc iW04 ROD 1 3-ddk . ........ ................................. --- WU _TiTii�I I f6io 0� 3, �;Rl U'FACE --0 ................f p WWER ..... ............P,I sl�j.......... ..................... x6rgiqv �T ------------ ­­ Cow ADIHWVLM�414NT --------...... ............t"ZNCFX�� 'yq W ......ti 6 I ji'� . .......tW TUBE ADHESIVE [............ ........................ RIO A- ........... -��--- w�-1 F----$--Swl 0 1733%, 5 3lig 1126,hl ................................ ............. 7 14 m d,LMX.............. ADWSW R It F iwr _0flW A401. ........... .................. .................. ­1(��...... .......... ,W ------- FINISH MICRO-TRANSITIONO 25 IN BOX OF 78 FT X1 4 ;TT kY ............. (�i,, iO4i...........33,44�/ W16 V, I I� ­-­------ . ........RAWS"FAU 46x ]so 61 V'­i�gJR T _TI TV`, rum um�Cq .............. .. ...................... ... .. .................. ­­—, �ww A ww T6, rwTT4 WON 4PPLICATN'_ . ........... ......... �;"T 3"'I"Wiff 18F18'Ak4 1"SWNH ......i505m,6ANO�Tl LICADHEMIF 9 RECS�Cffi� ........ WSA ti _W .........Oi-qy .............................. ..... _�IFW­_11YA� ... ............. .... ...................... A04IWL ffidl-I NI 2,5 .............­-------------- -- §­4644i....... 215664 T 356.15 .................................... i�T -------------- UN----- .............. ypx..", ........... ... ......--------------- �Fwo rai , Tim w A.A i ou 3------aiv ...........ii�­�','x .KSEAM STARTER ................................... Ax A LOKWORX CARPET TILE ADHESIVE 1 GALLON Atiltrim Fla ,,,," ,,"" ............ I UI�4 Wil-5.4�M F W5 FI Fs�w c NY T cl fj fmc j E .............. tyl�11 Bjioo ............ Ai5MPVC4'dV �5_w�M iRAC rRw .... ................. 4(,A4 PAII 9R51 31%, OU F, Ti-Pa - 111111111,__".." _� i ---------- W�6ZUBFICTT r� ...................... �0KW6RXCR_t_U_IL_(NTjfLE A"6`H-f.'SiVE 1 GALLON ............-------- ---- T"""4, T Zii4 7"177V I- -,­ .. ............................... 05(1-4 Fj(5% iw......... tikryox VNINA LOKWORXTABS CARPET TILE ADHE51VE BOXOB�5()O firr"",.............. .. WI L F' US UR P ET T I LE AD IT LS IV�iGAUUJ N A010510�flk lif 14Uig AA5 s --------- ..... KWOFa;7PL6S'6 ffTifFAi54ffiVE,4__GA_Lu0 AW kL SI wr I kI I Z 7 I. .. ....... ADHFSIVF 4 GALLON .......... REMEWT`S�4� �C4 6A�[6N­ UI_IR Afj, T117hPol, '51 T, A, Mk\W(50Cl FRVEMIiN '�HG,f -irmb,I WIT amm SIVE I GALLON F6�4 T!M2R�tMEMIUM RESILIENT TILE ADHE gKWORXIPREMIUIAI RESILIENT YLEWN "Cd 6N­_ WIATsmw R�Uruf' ............ .........kXRbSLJRFACE A i ................. 4-Y'A - 7prp TUREKmnm4no6k - vmEsklhd C66M .... JU WFFAR M6lKTLJ4RECNNi XMCR .. ............- ......... ....... ...... ............................... ... ....... 1- ---PINLESS . . _. .. ......... jwm rh RD 1�0 ................. ... r"W IN'........ WU "ITRT7W ...... ........­ ..... A L-1 --------------- ........... i�jXRTER ROUND P ViAZiGhf�Er _6 ........ --- .............. .. .............. ................................... 6.4.i4 grtgv., ................ iq f 90 1 RE uimuysuuiICE I I"I'll",I'll EA ........RACK..... ...................................­_""" Wif" , Okir­ �1,079.69� Mi"W 1,177 19 _ tjA�RSYRFA . ............................... T - ilMs ,k?zAkuT_llEDREi T RJW�g �W IW� W�6 .................. ...... -h�4,'�_ V. VTA" ........... EIq h id ww ----S—ii'li f i f ............ ........... ... ................ N5 lkkwRTw(WINK"R ROuND HARD SURFACE '8rwv4........... T ....... LA 'I" 'mR �Wl_,_W----------- mrj,.,�AB..." -- pA Px, ......... ................___—--------------------- ..... ZSAM solo A­ A-n E-1r2a'oo-oius0-5�a1 Prices Effective:11/11/2023 Contract H 061323-511 ShawContract 1 Updated:08..212024024 M T 'al Y rr'fir V'A',iT6 uklrt rt6d .... ..---- ...---........ ,.,.,,., ,, .........w......, MEMBER MEMBER PRICE PRICE STYLE NUMBER STYLE NAME TYPE CPllec{iPn UOM LISTPRICE %DISCOUNT lUSO1 {CAD) Ff A4"R MRCl;iC4i dI4 RCS 9f4I71 Q1Y9aP ............. ...............................",...,,BAP................ SR d+C a.,.Y.µ ., 6dtkCll r ]2,5 BY S,Y 1.'N"✓,a ,,.dtli fk5 ry 1-%'t_.. ... . ..........._.... .......,, 4 a1,NIsMd:,m„ y3.„ .....uFa GA M r Auld�slvT asRwad%u.as'u 1A �aa., �,... �........... �. w_, - _ .. - �,... TRATr"e S,YUt N"baYY BiESdN.%h MYY ,0.17PRE"plVq dal4fl AN Q1'r W.xlA1,WA➢% a.%S"^P+5 Sa,la'rPo,4 dy" &d,5d} .r 1�iVA 364 kkti_.._ 'abdA IN ANS SIN"xII IGAIp AI�T9Y�E:AY'dll Rk IdI PIT ACinii'A%@ 3 ,,.,Wi$1 B a%"dE,i!6..I SF1ry'YA y PA'Xl,^k C, ... .-.-1- PUREGAS D EODORIZER_AS1__ E250SFI___ P,�.... w ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, , ,,,'._,,. .....,, m.,..,..,, 1 .....,,...",- Y56. Ru1AD WUIRfAct NbOK ;4 E.rtr^9.daM 3,b,0✓V'^4 "'.....JA13 r& r 1.0$M '.AJw'tlRlFll dNR,kUHPtlSPo FaNXT,YRd$d-11 N4�AIYIJhAa(Ha'rfdRPTtik.A' 9WAYdA9Al,kl{p'OpCli fksk W 1"a.MA9 D&Nna3m ,,�-__.'2tI,9N# 9d'dLU'tl. b aYA A .....,,.., ..... .,�...... dFA'4�f^Ilt�&thCrI�IPADYD55R98"d:&�4.atN,4NP.YN�(;9",NpJfg4NPd 6yp.......„47 11rlfRI,p RAACr - ___d'k fT�"9:;yRy.4B yJA,%K _K4 k mn6 T, wa r3:t�-n a; 4- W:F � M.6 Wrt',. k7k,R%fx, „B�gAlh 2n r:aaY 51V'PA'W IX IF11l41Wtll'.:..... ......... _____._._ ..,_,. r1DFiE51VE RE5ILIENTrc .............................. .........N:o-p.... �,_ Rp�,NM 2C B;tt _..,.�,..IrAA ..,... ..,n ;.,m ............... ,.,,, ........_ ...-� ,..,... ._.._.__ kY.a'U'�ti 7iAr,AN R7Y ti"dEl 1`=NWT4P1Yab6r&"1mB'" ,,,,,,, ,,,,,,,,,, X1akR0>�IIdkNA6"t. TUId1a � -'&«R,75 ?1.Ji.R44 � �S�'L dB fi8!A'P�a 4'r' n"nor N'I�rawNR,ReYiRTdIrPdAa I,;aroslWidNAcs...., Cr n u�s;ua i,A'A✓IF.w .."ilGbk.81fWFIMl dL dlkdJ€.`I"4l1JMN&iyRiAnNtlbaRW4"J" idPoC,'f II.Vtl".,... NI uym.p'd.Gk.`TF'fArsl.A,sC,.'{.•_< ........_._......,. s..�.......".."..i._..,,.........,..,......_....._.. .........�....T..,A, �Y Wl,R,,B ._,...'1'..wL.......,�rF.3a Nq k $.T,_.......,,........... .w N L 11 1 Ps4A ........... SOUTH DE BABY TH RESHOLD RWWsl0APA4[ A. iB , Al. ......... ......_ .-'- d5^h5 d &5' 0']NT ------- m LNS f 5R4 . RrATRu Arum 117 kRAlal P i M WAR, xs� .."sm 54.1 wRv............... , ...,a ER_ m_ 5_ sTRt ma-a . 9aoi�- " .... am�'za t' �nY�s ('PICA - IRA1aTP kaM1 PdydltSRi.ARI lr54P ..,. _..... WuYIIN�ErINpRAvA4%LMdV.. ... Wf la 14 A10 IS. AY Fk RF'N" Tu 7S:G,� afiYS L5... Fr STi bl'It.,.� U1N1G LUdb ADHESNEa'WmAST C RE%MOVER......,.......... ,...... 1YihVidu�47 Po%.... __---------------------------------------- 1�00"IRMCE W 4�RO,N'YN I NOW 74P PK -� ,,,7 '?11P 5.,. ..w@137- 4S IaV5-- ...WRPfJJ tlrIIPoX u1N Ifi dN:C7VAPVAP kr@hdCABuG41AR^Y 1pl ttl lRtl btl b0k5 Yd Lidd RIYPd Rril V...... ..... ......... A PRttl4 1 264a.r _,5 37"�^J✓M dA �311 Mmollollua l G ,,,,= 1ND+R.A'4 dk Satia� ,. .,, 8k I(rd'G ti Am mil 45 F%rry AAdkva PII u`.,Rp QPM]MPtlSN 0Ypl8%T9,'Ihi YCUA�1:5&B Rfl 11'y CUSHION�1 tl G1kF OI,SFLh m tl a°t8:13R a�Y.B".➢Mi. " A O.Y9.CYA i N- ---N;... Jd'UVS M1PP&f'l�d 11'kYJBfM0.7)H•'t GCVSrgPNf%tlYiA JSkIkYalWa TOCI'%tdl%i ..._ILIt l.V...aYIJ'P"wt% 0b5% S dBrl A9 17 V6% dBd Ad d N"Y: NT 1stl/4 yy�:� kgmavl iTP7U 4RRA4'gd dNddP 9G➢ R41CI '� +Ld'Y D5 364Yk% y p5r ddA P aA Rp gig, PNma MMwfll P"Y457 @,Vk l.n9k R¢V&ddYtld.1M(;. _'. ,,,_„_, _ ..OUK LNAOAG....... ......... ......... ...... "PS. ' Y,A' 1A.7 p7R�., .., ,95 q..... BVRPµ 4 T"I1U , 'C'4"n 6N%A Au"%M75Aat� W91CId Y gJ4ik8 dCa4 ' ar4'1 fA rmRd 2' A R it"xh.... aiTRRnwwd Kar"J&"--. ......... .................... ---- ... DTar%dwaNr........ �ro � A,.._ rii .Aii �A.kMR AJW ahm. . _ .-_,_ _ _.,. . ...m... L7TN6;V........ wIEN,Ntl du PPtl01J`M�.1 N,ffC71Y ...... --------- Pti7RY CYNa4�4 ..u&' y� ''B,&k Td,'nPs",4 s s.3L f 7.7z. __ f ®a G HM ENTED 24 X 24 MATTE Aa iaNJMkf.ERn'kNPG " r B E7 3R.RGp74 a iCT'601 a.a+4N @rINA,YM."'+1;MAr;,p'd'l` ...,. .... £"47P4f flRWIITN___._. ._.______ ------- - _._., XtN..Yri aA"rTnw yr Alt a,.,m ,.. „ Nadal I uakra ,,, � � s��R a5 u 4 ar°,rr w Fri i_ Lu rr kr arruad ro�iIrag�wx9S�aananuYr�N�� �ISPPr.U'Inaaa _. rm >ar, d'P�Ral .. I.C2'hCOflfYlll Cv R"BRT E;,NWftf9di,rY:.._____ _._...... .-_..._.. m'••9'"tl;}ikCd:4,+%NN,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,:,,,.,, ..."�A1d.TgP ..,,2y,,,,,,,11&B ,"..�7wf R.,3... %lUl'd CENTRAL I2%24 ,: ................. ....... _b4Gd u;4 R',�"...... ..,,........., gym.... ,.�..,. ..T. ..,,,.. T i' .r.48 "rm�, �a.5s ,....., _._ �.w_� 1.U I1tl,:"1'PW'%rkm ikw,CPSAI( ..... -,."....,,........_________ .._-NTnA a!b,hIV"..._____. 4,Y N4 ... -NY4.`MA Bn#AOYN'. ..,F..... ,..,.,,.., ..._,,,,, a,G PnGa'61. ,,,, P, h'FAM1.d ir1 YPI ,R... ..n. wu, arPrvhWar"rue„_„ ,,, ,v a ,,, rbs r�,rr � s�p� x RMr� 1CW G;4:mtl Pq'Whl P,x17 t:dY'UIIdA'"IV 7 Ng,ular Lmi s 4 r-B'.M6 vs.el'am 4 LYnAS zw.r bill kA'S1'Ul'' I".R81LL ................. ..........,. ........, b ,,...POR......... ,. ......, .,. ..,i R W,I ➢A NA PS, .0 ..S$R L,....., %H,. a A" am rYy 1m V i t1aP [AIAll PPkP Nd%f9Nl@NI M4ftk Ha N P C fIR lMf4aHtltikYYA IA(N4P YXN TW IIWW&NtAIMI yl y Aa9 iX PI7'F as•OdX P,Fk Pa Ar FrX.... ,,,. lkC GMENTED12X24 W PNIVIIoiha�l':rA ,. i ,,,,IPIf1dIV ARAYN., ,,,,,.....,,... ..., .. AM1f YT 91D �9R, ,� � �4 ._...... 1............. ........... _ ___,._.,.._ rTB51 .."NFlitiind✓1{PdW P:D ,i,i('p,+Y, , ."Qw,;opld,dll.filpS_..__....,. _._.____._._.-.. -_____.......___ _._'_Y,'. , . 7:BB. 5A:7fIgR � fi..&S ✓,�9.5 %Td�„H ViATwcT tUh'd' ihTr7duFAD{C T' a.6 �. R,' rvA�k sYPi N�A a4 air"' o. lhl-...-- _"9PI'uSANF P&NW�,MP.Jm1k,.A4CJiI...i9Rd:,D....... ..... ... ,... , ..,, _._..__ , ARv'd Pl lMi FF .. ..•..,.., 'S B,8 0 9AV liYtW .� a,;r"d r Y AST rtlll%FWc.0 a NY%;dM M RM&'kAajorsu ......... ......_.. .-.NQ'�1119.f?%M9 pp........ ..... .................... rP"" Ty 835 9-0�Cp^n. ....5i� .k. .'.G. (P'WiS,f INSPIREDONY%24X 24MATTE 1'k,:619t MkAVld yoM ,fkn '949tl.w 4.CR! a °'vrtt N`il"lv4D 6P#�5 o%uIT tlY(bnVIP+i RU,kYA4'6(1 rf Na4'aaY'ft; ................. Trvdal0l I.PA1N @.R �� ,............. 5,aaa 5A 7AS99Nr �n .9.81 dA A4'I I dA��Y EhAYkiq&kELY PJk'NW%PauRAdWCAWh RVlIIT.V.B.. ,. iU;'IIUn,Wfin n.ub"m -0-5 ,n %H:A tl Fk'»k9__. l,I,lkd�ARk MANIfI.P fi',�Fk d5{I6Y P{Ck'S'8i .....EN01 tPf'I'lflegW fE Sn �' io:V44 7M1)q'Iw'� NN" y 13.511a dr»i'�,"m."., k4J n9Q5Y1 k�iPURSiN E2..,F4 P �, 5.9q as dd9aA '� F,Bd!2 N105.AIC....._.........�.�. ..�......... . ................ , .. rv.,. ,"d...-," ,aa°..d.er.aVSd T1a a u aA0i� W . ma,R RA au - --anrPHMxr TdAi ---- riV .. ............................ ........................T .. ..... ........... .. ,.,,_. ... .......... . ....,. ..... nk- -------- % . A'W W� .... (WX2X2MSACMAiTH Po: wO . C1K ad'dW).GSPq I,ia,,.. ,. A . r!...N.- 51'PH' �i RP.rtl -0iO;dOti4 � Bd.M,.ILI 976, PY fl,I,Y I'ib7a M DIAW UX V dk A.l�WTIO,J(...... .... 05WI f8 RPrd � QAtl %3"d& 4A rM�ld� � aYK,.^YR 7 �1�r l'� I ra.wa 1-1:"rud"Zvrraai"sa ..,._ „ ........ k IR"o;sHauk IN - l Amy .$. _a�"a P�a.i_.� 65 3 d"Y 7Ab kTT 8K7P1dl A4Y YCYPW dN IYVa hINF pr tl %W FGp%M �z Y Tr a_11111111,,. 411 M TXUPi Yd1J5N .. NN,d lhk PA. rF5 bRMR M 'N" li"IJr'k ruWws ... h S ai srraii_ aa;a4 a rex WV H$S9BA...., n10.CRl s AM 9 Ly6NdkCdNl',Dbk - _...__.__..-m..............._. ...Mo^tid DIN....... ,...,,,,,..,, ,,;u�k� ,,,,,,d!!dN Wq E15h.. ,,,,S.SPo R ....,_f)W� fl A b! y4d ._._.-._ mwa 7RAI PJ y' A},A iG Y3nd' '�"" d.rT _ _ _. _ ,dy'rd 4NGe%fi'k.l tlMNfn is%uL.4'IFlQAM50:. _ ----4,°d V1L.N,'N�IA4 ...... GtM" G3.Rfr 6W"R4.la i 'JN,RaR b t�tl.4, CRnAW 9AR.� . ..„„ ,,,,,,,,,,,,,, ,,,,,,,.,. .. ,.,,,, ......,.,,... , ,.w.. ....,.,...,....,. a tll„APR" "" SIMPLY SLATEDI2%2 MOSAIC P'QI10,'%.,dk.id6 wr $ EB.,9� .L''p rD1'di 11k,7a m i'NRI""" Y'"TOR ,. . ..FClTWPU M..WViyRA_()ia,,., ...�, m 54. C 8R 7«..Yic,..,.._. y .......V aa nRrvA ..., vAiUM 11prO4V tTD rf,YAIRW 3 .....A,'xM.Ri.Bx.. 4"Na1:TY, aS51'41N @AR Ph7Adtl'E PRriICPdRJ�YP " " ...... WA;�Sidb Sdfi9dN.................. W.A d�.A41 AN FI;MLK� p E.&,R s l,ti�S O1 AiFM 16 P.AM1%p,{YK"W11,NR,61 rlY"._- _......... ........... ..�e.. ...,... ........, ...,.. „mN.,.. �..,,,d?Jbi 31Y'Pp��c� , ..�9'.,, �.', d91A.. aalwr a%Ahem .,. arL ". .�"." a,s s i. 11FUfitl.......... VEIN CUT 12X2�4�INATT.E....m.".... ....� . ""....R^I,NGIr,C6k19R�p ,. ... , tiY.., �... 'B.rW^p 7+I TW"F� f .._ , _....... IC"TS'1`5 MY YP$CgPtl L F OPCitinoN 4 71Mf k�AYdWV bM l" Y ae as 3«b)Bhti. "IX' AA+Wh J Y h6C Y dMlTI WlfNwkn%tl nlr Nld6tl NOrIaATtl ..,.,..gUa'AGIIANER"""" , �,,."TAB 271NA aim rCq% A" 1768 2413. Pprreaain'ARessoTFNI11A51fW IRd I1AM na4,14 I TfRDNIv"_,,,, „ ,,, tladrvttFsi4 sf[ViJ kT?.rtadzAliPnARRPNrI y.PF'""&.1°�ak3a.4pNwnY,ul1 G%(rMa Rrvd d .,.,,""."�" .._."., v' if ". ..0"'P3C•4".,'.IRP CCIb vELER50LB BAG ...... I � 6P _ 5 6I ,, , nP E A ---- y 3i,B WPI n , ,,, m ..- Y ,.. A NWYVTPAP 1 . -ad a�m . , lW � R .WRW wWm'iN..... 8;r jk 411 .....1 _... ........ r"K)W OWN S:P....." ........ Rua N4QG fiara[SN1 a1 NGdg7RP4w�dRY BC----.fl ---- .., CabldaNOAvr ........ ... . .1.l Cyon�.P„5". iAa:A'k rB,W fR. 3 N.d�.A 3 ii-ANY .................... ..... ......... 0 o.usi�iEnsebpo l0 AA,4E04A.0'AE-457,-.A70�87080-7 5E4± Prices Effective;11/11/2023 Contract III 0,212 ShawContracta Updated:08,21.2024024 ..UO �. DISCOUNT,_.,..., w PRICE MEMBER (CADI pdR yt rr+fd' -$ ✓w i MEMBER PRICE TYPE Colle tin UOM IISTPRICF % USO) M%YT"vN N3A'd a71NhXNl e'S Nb41Alr'd WOR%LhldaWd..,.,. RuMt"� d' da.AG 18;t a.r6� ..14 4 r{a .,, ............. _ d�a'Y dYIA�VAV 54'k1J'M9�iV r. a ..__. _..,_ __,_. {al'7#4&4.8�wJPu _ .._,. 167CM '.('dh7 U'rfu N¢6tl4E M�a,jFtN11d t"sOMAvpnOPAR CftV1(s rkYwRiIdjar'ulM,:l&dNuYNN__ 1%tlIA,VNAGr n1,wlaP ld&i&tlIf.G9tJ%ATlfl1A4"JRaaN Pd NPJ�aYI%.vG'N p.NI .... Y4��1"IIRC4if A@w..➢l.6 d.a...... -... ............ry.... WaL_rt_Yn 'R� aMadF:.b:..7r A.hIu 7 ..Ja2.ABB.B_13'.rhsAW.11G �A3Iaa�wa1a 1 aDOs! ; �b%r.P k59a u WVM`mlIR6G R "Alin" - O7 IX df IlOmtlAIM m1% a }sNkL%F9\% WYdyha X a m p ------kiL .yF. IAt;6Wu"A%#AIRY l:ftt:.IiF,W.6R5'h'iJw` a'r 9B.p1 'tee "h Ofa w _----------- _ ......... -- (1 YY CCRIJ9WHHY'MPW264N'NWM1 l.hU49Vf)I 41fi W4dRi%tlAIIV 9 W' a,g dA 11AN Ad tYIE d%5 i GROUT 4SIBEgS hd416W 011 YaN Ff?R4'ttlAa ... .,.. Alklsr r b I�fda'y 0 Rh'7N'V d C,lhr1pa11 f.NdM1,X Ci15d.YUk''Po IN A.fe.Cbu.i.4YtJl UMMptlN ii Mltil B1Cv Freight responsibilRY Is FOB Destlnat/on.Erc!Wtl rosts orar amT7raNurFn d iao Y h.u°mt�an5brm Yaati'n amd wRf 6n 17mded pnpunpepYeNy oan pur¢hussd asaderm nsacP Crrvgdcmd. *Freight costs will be fully disclosed to the Authorized Userprior to order placement,will be prepaid by the Contractor,and that all such orders will be shipped on an F.O.B.Destination. 'All prices are subject to immediate increase without limitation in the event of larirys or other government action not to exceed the percentage of the tariff%. 'Application of the MositureShield Solution System must be performed by a trained and approved flooring contractor.All requirements ofShaw's 10-year Moisture Limited Warranty must be met and approved by a 1Cradle to Cradle-Certified by McDonough Braungart Design Chemistry as safe,healthy and ecologicallysound using closed loop design.www.mbdc.com. 1Gmen Label Plus-Certified by the Carpet and Rug Institute for low-VOCemissions and healthy indoorairquality.www.carpet-rug.org, 3NSF-140-Certified by NSF International to deflne sustainable carpet,establishing performance requirements for public health and the environment.Www.nsf.org. Dacusign Envelope ID AA24E94A-07AE-4572-A705-B70607775E42 Region 1(West): AK,CA,HI,ID,MT,NV,OR,WA Region 2(Central): AR,AZ,CO,IA,KS,MN,MO,NO,NE,NM,OK,SD,TX,UT,WY Region 3(Southeast): AL,GA,KY,LA,MS,NC,SC,TN „ RA Region 4(Northeast): CT,DC,DE,IL,IN,MA,MD,ME,MI,NH,NJ,OH,PA,RI,VA,VT,WI,WV Estimated Labor Rates by Replow Pricing effective for 12 months from award date. Re ion 1(West) Rr^ don 2)Cevt;raP fla fon 1 Sf) Re ion 4 Northeast) SERVICE DESCRIPTION UOM Standard PW/Umon Standard PW/Ungon Standard PW/Union I Standard PW/Union Rates Rates Rates Rates Rates Rates Rates Rates Carpet Demolition(standard) SY $ 4.24 $ 6:29 $ 3.63 $ 5,57 $ 3.33 $ 5 20 $ 484 $ 702 Carpet Disposal ...._._., Sy „r------1.33 $ 2,81 $ -..._133 $ 2,81. $... i,33.. $. ....2.81 $ ,.. 2.20...-......... 0 a $_ 3.30 Broadloom Carpet Installation(no pattern)-- - -�� SY $. 10.59 $ 13,e2 8.17 $ lioi $ %Ba $ lo.aa S- li.zz $ 15.18 Carpet Tile Installation .µ ... ........,,,. ..-....SY m$� 9.32 . 12.39 S 7 87 ,t 10„65 ..� ._,.... ....... ...............................................�.�. " „m 7.54 $ 10.08 $ 9 35 $..... 12.65 Carpet Border Work LF $ 3.03 $ 4.84 $ 333 s 5.20 $ 2.18 $ 3.82 '" ,,,,,,,,,,,,,,,, .-_---- ...---- ------------- .....,.,...,.,.,..,......,. ...�.......�.... ...m�., ............__------------._..----_.. _.,__- .. ,.. _„..,., _.................en..m.,................. .,. 4"Vinyl Base Installation(excludes materials) LF $ 1.63 $ 3.17 $ 151 $ 3,03 4 133 $ 2.81 $ 1.98 $ 3.24 ,...m... ,.,..,..._.. .......... ,..�.... .... -------- _.._.._..._.� 41/2"Vinyl Base Installation(excludes materials) LF $ 1.83 $ 3.57 $ 1.,69 $ 3.39 $ 1:49 $ 3.16 $ 2,22 $ 3,63 ,_...,. ......._.__._ .__.... .._ ... ,., ,. .,�.,.......................... -----. .... .�.w......_ .,_.. 6'Vinyl Base Installation(excludes materials)_ LF $ 2 02 $ 3.96 $ 1.87 $ 3..76 $ 1.65 $ 3.51 $ 2.45 $ 4.02 Transition Installation(excludes LF $ 3. �.. _ 45 $ 5.95 $ 2.72 $ ,,,,..,„ 5,08 $ 2,30 $ 4.29 $� 3.45 $ 5.95 Rubber Stair Tread,1 Piece Un 90 89 S 63.90 S 77,89 $ 63 90 -$ 77.89 $---�71,24 $--86.70 18'X18,Rubber Landing Tile Install y SF '$ 617 h. ,8 S 808 $ 688 $ 947 ,__.._„ ........_ 62 $ 617 S, 862 {. 572 5, .,...,. , VCT Installation(no pattern excludes-materials) SF $ 1.63 $ 3,17 .1,51 S .3 03 $ 1.09 $ 2.52 S 169 ,tu 3,24 LVT Installation(no pattern;excludes materials) SF $ _3.52 $ 5.44 $ 2,98 S 4 78 $ 2.85 $ 4.63 $ 3,19 5. 5,04 ......LVT/VCT Demolition(standard) ... ................ ,,,,,,,,. ._.......- ---.__SF_...$,... 0.81 $ ,,,,. .,......,. .., ..,...... _.:...........a ,... ....---- ivr%vcw..., . �._.. �. ,. z.18 $ 0,75 $ 2,10 $ 0.75 $ 2.10 $ 154 $ 2,42 T Disposal ----- -m ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,, ,, ,,, SF $ 0.,61 $ 1,94 $ 0.61 $ 1.94 $ ...062. $ ... ..,_.,,..., $ 194 $ 0.73 $ 2.29 Sheet Vinyl Demolition(standard) SY $ 752 $ 10.23 5 6.44 $ 8,94 $ 610 $ 8.53 $ 698 -$�- 9.58 Sheet Vinyl Disposal„ ------ .,_.__._...........SY $ 1.70 $ 3... m µ, ....... .............. ....... ........ _, �.........,. m ������ .25 $ 1.70 $ 3.25 $ 1.69 $ 3.24 $ 170 $ 3.25 Sheet Vinyl Installation(no weld;cove;pattern;excludes materials) SY $ 32.19 $ 39.84 $ 27.,52 $ 34.23 S 24.05 $ 30.08 S 29,75 S 36..91 Furniture Removal and Replacement HR $ 78.65 ...$ 95,59 $ 66s5 $ 81.07 $ 60.50...$ 73.81 $ 78.65 95,59 ..................... .. ... .. .,...,,.�„ , .Furniture Lift and Carpet Removal SY $ 27.83 '$ 34.61 m,.....22 9.............28 2 �-0.25...v 0 $ 22.99 $ 2S 80 $ 24.20 $ 30.25 $ 25,41 $ 3L.70 Mmor Floor Preparation(excludes materials) HR $ 78.65 $ 95.59 $ 66.,55 $ 8L $ 60.50 $ 73.81 $ 78,.65 $ m 95 59 ...................._................., .......,......................................------. .---------------------_. ..._........,..................... .,_,....-....._...............,................................................................... ..._____........_.._._..m,,,,._ __.........-__.,.,__. ...,_..,.....,.,,m,.,,,,,,,,, Skimcoat Labor&Material(LVT requires two skimcoats) SF $ 1.93 „r 3.03 $ 1�.79 $ $ 1.60 $ 2.60 $ 1,79 $ 2.97 .... ..... __ ._„ .. .. .._.,__�...�..�. _ Moisture Testing(quantity varies based on Job size) EA $ 200 00 $ 200.00 r 200,00 N 20 $, 200.00 $ 200 00 $ 200 00 S 200 00 .,.Food Per Diem PP $ 61 68 5 8327 t 55..11 5 7 $ 54 00 $ 72 90 $ 6168 $ 83 27 Hotel/Motel Night $ 171.35 $ 231.33 $ 16534 $ 22 �'$ 164.51 $. 222.07 5 185 06 n 249 83 Mileage Reimbursement.........,w. .....w�....,,, .... ......... ._.,_Mile $ 0.86 $ 1.16 $ .. .......z .__.�.., ........- ..w.w..76 $ 0.80,76 $ 102 es not Listed HR l$ 90.00 $.,,,,.125 00 $ 60_.00 $ _8 .....55.00 $ s oa $ 7s oo S 9so0pplemental Benefit 5.su 5 HR $ zs.00 �. zs.00 $zs oa Sz $ zs oo zs oo ''Ali labor pricing listed for regular time rates are"Not to Exceed."Overtime rates will apply for night/Saturday work at 1.5x regular time rates&Sunday/holiday at 2.0x regular time rates `•Standard job size is a minimum of 200 Sy for carpet tile&broadloom and S00 SF for resilient products.Additional charges may apply for smaller projects. "`•Assumes stairs/floors are concrete and ready to receive. '*Stair tread pricing based on average-size of tread to be determined before pricing can be finalized. **Excludes all adhesives,demo and disposal of existing finishes,extensive floor prep,union rates,and any stair nosing. **Supplemental Benefits to be utilized if prevailing wage rates exceed the labor rates listed above. **Labor/installation services are not available in Canada Docusign Envelope ID AA24E94A-07AE-4572-A706-B70B07775E42 Region 5(NY) NY Region 6(FL) FL Estimated Labor Rates by Region: Pricing effective for 12 months from award date. ..� _..-...._, Region 5(NY) Region 6(FL) I SERVICE DESCRIPTION UOM StRat Rates Rates P Rates n StRatesrd IP Rates n Carpet Demolition(standard) 7.02 $ 3.69 $ 5.17 t,,brlbr t Demolition(double stick irlstaflation) $ 7,37 $ 10.29 ............ Carpet Disposal . _._ SY $ 2.42 3.47 1,33 µm$ 2.81 Carpet Reclamation&Recycling SY $ 2.79 $ 3.42 $ 2.79 $ 3.42 Broadloom Carpet Installation no pattern) � ........ ..._. pITIT.... ( p rn) SY $ 11.50 $ 15.51 $ 7.84 $ 10.44 pattern .... m _ _ ,_. ...� Broadloom Carpet Installation wBtPw ��. $ 13.59 ti 18.26 $ 9.24 $ 12.21 ' CarpetTil (Installation SY �. ( � SY _..._.._--........ .. $ 9p98 j$ 13.19 $ 8.25 11.55 F $ 3.03 $ 4.84 $ 2.18 I$ 3.82 Carpet Border Work L mmmmm Carpet Binding _...._ _ -.... L $ 2.42 $ 3.30 $ 2.42 $ 3.30 Furnish and Install 6' Carpet Basm--_-. .....,�.�,�,, -------- ----------- WWW e ...... __...- LF $ 4.26 $ 4.99 $ 4.26 $ 4.99 _. ........ ... .,.... .. �..__...-�. _..-.. _.� .... � m - Removal and disposal of cove base LF $ 0.64 $ 0.78 $ 0.66 0.88 4 Vinyl Base Installation(exclude materials) LF $ 2.00 $ 3.61 $ 133 $ 2.81 14 1/2 Vinyl Base Installation(excludes materials) LF $ 2.24 4.06 $ 1.49 $ 3.16 4s Vinj Base Installation(excludes materials)mis) LF $ 2 48 $ 4 51 L65 i 3 52 w -w_..... - �._ ..._. ........ _.... -._. ,_.. Furnish and Install 4"Base LF $.... 3.36 $ 4.05 $ 2.64 $ 3.69 Furnish and Install 4 1/2 Base LF 3.94 $ 4.71 $ 3,00 $ 4.21 Furnish and Install . ....... _ all 6'Base _. ._..�, _ - --- LF $ 4.52 $ 5.37 $ 3.36 $ 4.73 Transition Installation(excludes materials) LF $ 3.45 $ 5.95 a 2.30 4.29 d _**Rubber Stair Tr- ,1 Piece Unit Tread, .. NC $ ..79.75 $ 96.91 $ 63.90 $ 7789 Stair Tread Installation LF 26.68 $ 37.24 .mm_ _. � $ 24.20 $ 33.88 S�a 6.22 18 iX18e Rubber Llatndmg Tile Install,,,,,,,, m.. _. _ SF y ..., $. 8.66 $ 1$61 $ 5r72 $ .... 8.08..,1 LVT Installation p ) .. m .,. - SIF 3_4 $ 54 ' $ 2.15 2.85 �A„ �(_(standard) _...... ) .a,m.., $ 0.94 $ 234 $ 0.83 $....._ 1,1.6. LVT/VCTDemoht�hopn standaredxcludesmaterrals SF-- 1 69 3 24 1 LVT/VCT Disposal SF $ 0.73 $ 2.29 $ 0.62 , 1.94 IDsnyl mosalon(standard _.._. SY.. .._�8.54 $$ ..--_ . _w SheetViny p ) _ 13.25 $ 169 $w 324 SheetVi _-� pattern;.ex �36.59 $ 45.12 � 24.05 $ 30.08 46 61 Sheet Vinyl-Flash Cove( o weld;cove; excludes materials _ .............. LF $ 18.60 $ F201 29 IT$ 13.34 $ 17.48 Sheet Vinyl Installation n ) Sheet ,, ww.. �............ .... r . _17 $ 21.29 $ 13.04 $ ...16.23 Y SheetVmyl Corners EA 16.84 Iw .._- -. Furniture Removal and Replacement HR $ 84.70 $ 102.85 $ 60.50 $ 73.81 Furniture Lift and Carpet SisInor Floor or Preparation Material clude )� SY $ 31.4670 $ 102.85 $ 660 20 $ 73 25 4 Minor Floor Preparation(excludes materials HR $ 84,70 0 0 $ 73 II1 1.93 $ 3.03 1.60 $ 2.60 ... .. � .w,,....�(LVT requires two s,krmcoats) .-....�.�...a �ww.. SF... $....-_....� �,...,.. .w� ...,..._.,.,... .. ......,.a .g up to 1/4wwwwwwm SF $ 1.43 $ 1.98 $ 1.43 $ 2.70 Self levelin ......_ .... .-...._. ............._,---._ Adhesive Removal 1.98 Install Floor Primer m �.•.SF 0.73 $ 1.00 $ 0.73...$...... 1,00.. .B-Bad' . .. __-.......�._ .. . .., ,. Bad Blast/Grind Floor SF $ 2.98 $ 4.16 u, 2 42 $ 3 41 (excludes ) $ 4 27 $ 5 56 $ 4 27 $ 5.56 Install wonmatenatlent SF _ Y � � $ 1018 $ 1183 $ 10,18 $ 11..83 Moisture Testing(quantityvaries based on lo EA $ 200.00 " _00.00 $ 20000 y200000 Moisture Mitigation(bead blast pri ,moisture mitigation& leveler) SF $ 8.42 $ 9.44 $ 4.02 $ 5.61 (Per _ .._ Food(w r Diur rat). n a n .am..._ mer ..�... .�.... ._www. ..... . .p.P.. $" 61 68 $ 83.27 $ 54.00 $ 72.90 )_.. Hotel/Motel NIGHT $ 185.06 $ 249.83 $ 16451 `� 222.07 Mileage Reimbursement MILE $....- ..mwm .... _.. 0.76 $ 1.02 $ 0 84 $ 1.1313 Hourly Rate for Services not Listed � .� HRR y $ 120.00 $ 160.00 $u 90.00 $ 130.00 Supplemental Benefits.. HR $ 25.00 $ 25.00 ;i 25.00 $ 25.00 ... ........ .�- _. -„ ...,..,. �,„ __..._.w.........-...-- .. . _....._._..... "All labor pricing listed for regular time rates are"Not to Exceed." Overtime rates will apply for night/Saturday work at 1.Sx regular time rates&Sunday/holiday at 2.Ox regular time rates **Assumes stairs/floors are concrete and ready to receive. **Stair tread pricing based on average-size of tread to be determined before pricing can be finalized. **Excludes all adhesives,demo and disposal of existing finishes,extensive floor prep,union rates,and any stair nosing. **Supplemental Benefits to be utilized if prevailing wage rates exceed the labor rates listed above. Docusign Envelope ID:AA24E94A-07AE4572-A706-B70B07775E42 Custom Options Classicbac® mmmUltraloc® $ 2.82 Backing Option Classicbac Ultraloc®MB 1.78 High performance,top-down moisture barrier Classicbac Ultraloc®MP $ 6.52 High performance,top-down moisture barrier . .•. _�_ .� . .... ...... _ r.w� Classicbac® Ultraloc°MPC $ 7.78 Attached High Perform Cushion Classicbac® Classicbac®PC __...._ ._. WWWWWWWW__ ........ $ 7.05 Attached Cushion wUltraloc® Ultraloc®MB� $ _ 1 05 'Highperformance,top-down-.,moisture barrier m $ 6.80 c®l MP l Ultraloc® Utrao 6. mm barrier . ......._ _.....� .. ..,....m �....w. ... High performance,top-downmoisture b ...... .__ww_ .—___... PC $ 7.49 Attached High Perform.Cushion Ultraloc® Ultraloc®M ..�„�.,�.... ..... ..... ...._...._... ..�wa � ........................... ..�._._......_._. .�._.. . _.� Ultraloc® Classicbac®PC $ 6.18 Attached Cushion Ultraloc MB Ultralocll MP $ 4.97 ,High performance,top-down moisture barrier .._........_ ..........-.... Ultralocm MB Ultraloc MPC $ 7.00 Attached High Perform.Cushion ® .., Ultraloc®MB Classicbac°PC $ 5.95 Attached Cushion Ultraloc®MP Ultraloc MPC $ 3.40 Attached High Perform.Cushion Ultraloc®MP Classicbac®PC $ 1 46 Attached Cushion www_�... ". ......_.........� .. .. __._...... w Classicbac®PC Ultraloc®MPC $ 1.86 lAttached High Perform.Cushion Strata W o rx® Eco W o rx® ���� 1.95 PVC-free StrataWorx® EcoLo ix® $ 6.95 Cushion b acking StrataWorx® EcoWorx®ES $ 3.93 Peel and Stick self adhesive StrataWorxO EcoLogix®ES $ 8.93 Attached Cushion Peel and Stick EcoWorx® EcoLogix® $ 5.00 Polyurethane Recycled Cushion .................. �._.. ......... -.,._—. - -..m......--------- -------.. --. ., _.. .... �... EcoWorx® EcoWorx®ES $ 2.60 Peel and Stick self adhesive _- _............... ___............. .. �..._. w 'EcoWorxm EcoLo ix®ES $ 6.98 Attached Cushion Peel and Stick EcoLogix® EcoLogix®ES $ 1.98 Attached Cushion Peel and Stick __... w.— .... ..._...... .._.......... ... Custom Color,Weight, ..�....�.... � . .._...........�ri�.. ....... _..._..ptlons Pattern,or Size up to+ $4.50 sq.Ord Custom 0 �.. *If exchange rate is ±109,16,then we will reevaluate and adjust accordingly,fir o m current value. _ *Price may vary based on the product selected and may exceed the pricing shown above. Please contact your local Shaw._. ........_. representative for exact pricing prior to submitting your purchase order. Not all styles can be made custom in all colors,weights,patterns,or sizes.Please contact your local Shaw representative for assistance. Minimums and overage requirements apply. Please contact your local Shaw representative for details. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII rc 1 " Solicitation Number: 061323 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219,Staples, MN 56479(Sourcewell) and Shaw Integrated and Turf Solutions, Inc., 616 E. Walnut Ave., Dalton, GA 30721(Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21)that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit,tribal government,and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Flooring Materials with Related Supplies and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE.This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION.This Contract expires August 9, 2027, unless it is cancelled sooner pursuant to Article 22.This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following:Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. Rev.3/2022 1 DocuSign Envelope ID:CC604DEE-0EAE-4C93-8B4D-276CODBAD34E 061323-SII 2. EQUIPMENT, PRODUCTS,OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY.Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and, subject to the applicable generally published manufacturer's limited product warranty, are free from defects in design, materials, and workmanship. In addition,Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. EXCEPT AS EXPRESSLY SET FORTH HEREIN AND TO THE MAXIMUM EXTENT PERMITTED BY LAW, SUPPLIER MAKES NO OTHER WARRANTIES FOR ANY EQUIPMENT, PRODUCTS, SERVICES, OR MATERIALS PROVIDED UNDER THIS AGREEMENT AND HEREBY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE OR USE. C. DEALERS, DISTRIBUTORS,AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier's authorized dealers, distributors,or resellers relative to the Equipment, Products, and Services offered under this Contract,which will be incorporated into this Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition.This means that the quoted cost is for delivered Rev.3/2022 2 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity,the total cost associated with any purchase option of the Equipment, Products,or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS.All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products,the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certifi cation(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. Unless exempt, Participating Entity shall be responsible for all applicable taxes arising from the provision of Products, Equipment, or Services under this Contract. C. HOT LIST PRICING.At anytime during this Contract,Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. Rev.3/2022 3 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, Service or price changes, additions, or deletions at any time.All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. Sourcewell's approval of such requests shall not be unreasonably withheld. Notwithstanding anything herein to the contrary, all Equipment, Product, and/or Service prices are subject to immediate increase without limitation in the event of material change to applicable duties, taxes,tariffs, similar charges, or other government action. This approved form is available from the assigned Sourcewell Supplier Development Administrator.At a minimum,the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition,deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion.The new pricing restatement must include all Equipment, Products, and Services offered,even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. S. PARTICIPATION,CONTRACT ACCESS,AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education,tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract.A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws.Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access.Supplier understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will use commercially reasonable efforts to encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. Rev.3/2022 4 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII R. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government- owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT.To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier.Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number.All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however,Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Participating Entities and/or their authorized purchasing agent, contractor, or similar designee shall be solely responsible for noting the applicable Sourcewell contract number on all purchase orders. Supplier's acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum,the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract(such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements),the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees,will not be made a party to a claim for breach of such agreement. Rev.3/2022 5 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements. E. GOVERNING LAW AND VENUE.The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed.The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year.The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter,Supplier must provide a contract sales activity report(Report)to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter.A Report must be provided regardless of the number or amount of sales during that quarter(i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: • Participating Entity Name (e.g., City of Staples Highway Department); • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • Participating Entity Zip/Postal Code; Rev.3/2022 6 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities.The Administrative Fee must be included in, and not added to,the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter, less any applicable taxes,freight,fees and discounts and less amounts attributable to any Services,freight, delivery installation, unpaid invoices, returned Products or materials, or credits issued. Payments should note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn:Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date,the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Authorized Representative is the person named in the Supplier's Proposal. If Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. Rev.3/2022 7 DocuSign Envelope ID:CC604DEE-OEAE4C93-8B4D-276CODBAD34E 061323-SII 10.AUDIT,ASSIGNMENT,AMENDMENTS,WAIVER,AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5,the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld.Any prohibited assignment will be invalid. C. AMENDMENTS.Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right.Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE.This Contract represents the complete agreement between the parties. No other understanding regarding this Contract,whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract,the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES.The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses.This Contract does not create a partnership,joint venture,or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys'fees incurred by Sourcewell or its Participating Entities, arising out of any negligent act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s)or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell's responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. Supplier shall not be liable Rev.3/2022 8 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII hereunder for any indirect or consequential damages of any nature whatsoever, even if advised of the possibility thereof. 12.GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained,or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING,AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free,worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free,worldwide, non-exclusive right and license to use Supplier's trademarks in advertising and promotional materials for the purpose of marketing Supplier's relationship with Sourcewell. 2. Limited Right of Sublicense.The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively"Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities.Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party's trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use,the other party's trademarks only in good faith and in a dignified manner consistent with such party's use of the trademarks. Upon written notice to the breaching party,the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees,will have 30 days to remove all Trademarks from signage,websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of suppliers which may be used until the next printing). Each party must return all marketing and promotional materials, including signage, provided by the other party, or dispose of it according to the other party's written directions. Rev.3/2022 9 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII B. PUBLICITY.Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors,with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING.Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT.The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW,JURISDICTION,AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract.Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control.A party defaulting under this provision must provide the other party prompt written notice of the default. 16.SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable,or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT,AND REMEDIES A. PERFORMANCE. During the term of this Contract,the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. Rev.3/2022 10 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management.The Supplier will have sixty(60) calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute,the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work,the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements,or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default,with 30 calendar days to cure the default.Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure,the non-defaulting party may: • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS.At its own expense,Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A-or better, with coverage and limits of insurance not less than the following: 1. Workers'Compensation and Employer's Liability. Workers' Compensation:As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations,with coverage on an occurrence basis, and must be subject to terms no less Rev.3/2022 11 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition),or equivalent.At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury.All required limits,terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired,and non-owned automobiles in limits of liability not less than indicated below.The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract,Supplier will maintain umbrella coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability.The coverage may be endorsed on another form of liability coverage or written on a standalone policy.The insurance must cover claims which may arise from failure of Supplier's security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data—including but not limited to,confidential or private information,transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the in%jrance required under this Rev.3/2022 12 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract.The certificates must be signed by a person authorized by the insurer(s)to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Supplier, and products and completed operations of Supplier.The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable,and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors.The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors.Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION.The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19.COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. Rev.3/2022 13 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII 20. BANKRUPTCY, DEBARMENT,OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota;the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to "federal"should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT,AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of$2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to Rev.3/2022 14 DocuSign Envelope ID:CC604DEE-OEAE-4C93-BB4D-276CODBAD34E 061323-SII laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week.The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination.The non-federal entity must report all suspected or reported violations to the federal awarding agency.The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction,completion, or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled.The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT(40 U.S.C. § 3701-3708).Where applicable, all contracts awarded by the non-federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§3702 and 3704, as supplemented by Department of Labor regulations(29 C.F.R. §5). Under 40 U.S.C. §3702 of the Act,each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of"funding agreement" under 37 C.F.R. §401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 C.F.R. §401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. Rev.3/2022 15 DocuSign Envelope ID:CC604DEE-OEAE4C93-8B4D-276CODBAD34E 061323-SII E. CLEAN AIR ACT(42 U.S.C. § 7401-7671Q.)AND THE FEDERAL WATER POLLUTION CONTROL ACT(33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of$150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689).A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189)and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension."SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT,AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract,grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with,the Byrd Anti-Lobbying Amendment(31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS.To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333.The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE.To the extent applicable,Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Rev.3/2022 16 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII J. BUY AMERICAN PROVISIONS COMPLIANCE.To the extent applicable,Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS(2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier's discharge of its obligations under this Contract for the purpose of making audits, examinations,excerpts, and transcriptions.The right also includes timely and reasonable access to Supplier's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS,AND FLAGS.The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT.The U.S.federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity,Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. 0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS.The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements)applies to the Supplier's actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT.The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST.The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to Rev.3/2022 17 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 061323-SII the anticipated work under this Contract raises an actual or potential conflict of interest(as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell,and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224.The Supplier,and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT.To the extent applicable,Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS.To the extent applicable,Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time,with or without cause, upon 60 days'written notice to the other party. However,Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Shaw Integrated and Turf Solutions, Inc. E E By: a sa ux ti Rc016489_ By: WK5M.4211 Jeremy Schwartz James L. Kirkpatrick Title: Chief Procurement Officer Title:Vice President 8/4/2023 1 2:10 PM CDT 8/7/2023 1 4:23 AM PDT Date: Date: Approved:. Rev.3/2022 18 DocuSign Envelope ID:CC604DEE-0EAE-4C93-6B4D-276CODBAD34E 061323-SII rrIIDoccuSiguuod by; (Wit l v d°F d'itl'�lhddlff 9445�9..., By: Chad Coauette Title: Executive Director/CEO 8/7/2023 1 6:57 AM CDT Date: Rev.3/2022 19 DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E I FP 061323 - Flooring Materials, with Related Supplies and Services Vendor Details Company Name: Shaw Integrated and Turf Solutions,Inc. Does your company conduct business under any other name?If Shaw Integrated Solutions yes,please state: 616 E.Walnut Ave. Address: Dalton,Georgia 30721 Contact: Nick Peters Email: nick.peters@shawinc.com Phone: 202-315-8162 HST#: 874486016 Submission Details Created On: Thursday May 11,2023 09:00:03 Submitted On: Tuesday June 13,2023 08:17:35 Submitted By: Nick Peters Email: nick.peters@shawinc.com Transaction#: fce40d84-f674-46db-b1b3-92744fe5d2fc Submitter's IP Address: 136.226.3.98 Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Specifications Table 1: Proposer Identity&Authorized Representatives General Instructions(applies to all Tables)Sourcewell prefers a brief but thorough response to each question.Do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank;respond"N/A"if the question does not apply to you(preferably with an explanation). Line Item Question Response" 1 Proposer Legal Name (one legal entity only): Shaw Integrated and Turf Solutions, Inc. (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer Not applicable whose equipment, products, or services are included in the Proposal. 3 Identify all applicable assumed names or DBA Not applicable names of the Proposer or Proposer's subsidiaries in Line 1 or Line 2 above. 4 Provide your CAGE code or Unique Entity 4BU82 Identifier (SAM): 5 Proposer Physical Address: 616 E Walnut Ave. Dalton, GA 30721 8 Proposer website address (or addresses): www.shawconbEct.com www.patcraft.com www.philedelphiacommercial.com 7 Proposer's Authorized Representative (name, James L. Kirkpatrick title, address, email address & phone) (The Vice President representative must have authority to sign jim.kirkpatrick@shawinc.com the "Proposer's Assurance of Compliance" on 706-532-2913 behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 8 Proposer's primary contact for this proposal Nick Peters (name, title, address, email address & phone): VP of Healthcare and Public Sector Global Accounts Nick.peters@shawinc.com 202-315-8162 9 Proposer's other contacts for this proposal, if Lindsay Waters any (name, title, address, email address & Government & Education Business Solutionist - Shaw Integrated Solutions phone): lindsay.waters@shawinc.com 770-276-7504 Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE4C93-8B4D-276CODBAD34E Table 2A: Depth and Breadth of Offered Equipment Products and Services Vim Wlues0o� f�espooso 10 Provide a detailed description of the We offer a variety of products to you including: products, and services that you are offering Carpet tile in your proposal. Broadloom LVT Resilient sheet - Engineered hardwood - Ceramic tile - Porcelain tile Flooring hybrids - Rugs - Walk-off mats Accessories and Adhesives Additionally, we provide you with seamless turnkey services through our project management division, Shaw Integrated Solutions (SIS). They have managed more than 150,000 projects since the division's inception in 2001. Through this group, you will be assigned a single point of contact who will manage your orders, shipments, inventory and reporting. 11 What levels of service (material only, turnkey, We will provide you with material and turnkey labor services through our project other) are being proposed? management division, Shaw Integrated Solutions. 12 Does the response include installation Yes. A services? 13 If the answer to Line #12 above is Yes, Please see below responses. describe in detail the following elements (Lines #14-16) of installation services. 14 How does the Participating Entity select an We partner with an installer based on their level of service and performance quality. installer? Shaw has a diverse portfolio of installation providers from various socio-economic statuses. In order to continuously support new business and meet the needs of our customers, we frequently add new installation partners to our portfolio. Shavils installation providers are required to have the following: • Active insurance policy with minimum coverage requirements • Warranty on labor • Jobsite code of conduct • E-verification of employees 15 How does Proposer ensure installers are Shaws installation services are managed by Shaw Integrated Solutions (SIS). SIS trained, experienced, and fully licensed within works with more than 500 installation providers across the country. SIS makes jurisdictions where work is performed? every effort to partner with installation providers that have established relationships with the end user. Prior to utilizing the installation provider, they are thoroughly vetted by SIS. Each installation provider must certify their strict compliance with Shaw's installation instructions and Carpet $ Rug Institute (CRI) guidelines. The CRI guidelines are the industry's gold standard for commercial carpet installation. Each installation provider is required to have a minimum of five years of experience in commercial carpet installation. They are also required to obtain any government licenses, permits, certificates and approvals necessary for the performance of this contract. All installation providers are required to maintain current insurance coverage, comply with E-Verify requirements & must provide SIS with current contractor license numbers and expiration dates (as applicable) on each proposal submitted to SIS for service under the contract. 16 Does Proposer have a standard installation We aim to make purchasing and project completion easy for your members. We agreement it will require Participating Entities can service Sourcewell members without needing additional paperwork by utilizing to use? If so, please upload a copy with our SIS division. SIS will internally manage the completion of proper documents for response. our installation partners and authorized sellers. Examples of these forms are attached. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE4C93-8B4D-276CODBAD34E Table 213: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types of products or services are offered within your proposal.Provide additional comments in the text box provided,as necessary. Line tem Category or Type Offered Comments 17 Resilient r Yes r No 18 Ceramic r• Yes Shaw's ceramic flooring offering will be r No available in 2024. 19 Porcelain Tile r Yes Shaw's porcelain flooring offering will be r No available in 2024. 20 Wood r Yes We offer engineered wood. r No 21 Hardwood r Yes r No 22 Laminate r Yes We offer commercial grade resilient LVT r No 23 Rubber r Yes r. No 24 Vinyl r. Yes We offer commercial grade resilient LVT„ r No 25 Broadloom r. Yes r No 26 Carpet Tile r Yes r No 27 Epoxy r Yes r No 28 Flooring hybrids r Yes r No 29 Floor mats r: Yes r' No 30 Rugs r Yee r No 31 Supplies related to the removal, r. Yes installation, maintenance, restoration, and r No cleaning of flooring materials complementary to the offering above (Lines #17 - 30) 32 Services related to the removal (including a Yes take back and recycling), installation, r No maintenance, restoration, and cleaning of flooring materials complementary to the offering above (Lines #17 - 30) Table 3: Pricing Offered Line Item The Pricing Offered In this Proposal is: Comments 33 'c better than the Proposer typically offers to GPOs,cooperative procurement organizations,or state purchasing departments. Table 4: Pricing and Delivery Provide detailed pricing information in the questions that follow below.Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as described in the RFP,the template Contract,and the Sourcewell Price and Product Change Request Form. Item lag, on Response" Line Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 34 Describe your pricing model (e.g., line-item discounts or We value the buying power of Sourcewell and that value is reflected product-category discounts). Provide detailed pricing data in the pricelist we created. It includes line-item discounts generated (including standard or list pricing and the Sourcewell to be competitive while delivering the best value to the member. To discounted price) on all of the items that you want simplify our extensive offering, we have created a special price list Sourcewell to consider as part of your RFP response. If that is easy for you and your members to understand that includes applicable, provide a SKU for each item in your proposal. columns for the list price, the discount, and the member price. Upload your pricing materials (if applicable) in the Additionally, we have included the product name and style number document upload section of your response. but not a specific SKU; a SKU would be specific to the selected color, and there is no price change based on color. 35 If Proposer is including installation services within its Shaw works with more than 500 flooring installation providers proposal, please describe how installation services will be nationwide to provide turnkey services for our customers. We priced, including applicable labor rates that may apply. How 'communicate with our installation providers on a regular basis to will Proposer address any prevailing wage requirements of ensure that we are providing our customers with labor rates which Participating Entities? are both competitive in the local market and sustainable for our installation providers. We have divided the country into 5 distinct regions to provide competitive, local labor rates for all of the customers within any given region. Our labor rates are based on the unit of measure for each individual service required for a job. We work with our installation providers to ensure that the unit-based pricing meets any hourly prevailing wage requirements. In the event where prevailing wage requirements exceed the maximum labor rates on the contract, we have a supplemental benefits line to compensate the installation providers any difference to meet their prevailing wage requirements. 36 Quantify the pricing discount represented by the pricing Your proposed products are priced with a percentage discount from proposal in this response. For example, if the pricing in list price. The percentage discount range is 17.73-39.41% your response represents a percentage discount from MSRP or list, state the percentage or percentage range. 37 Describe any quantity or volume discounts or rebate Our pricing contains a 17.73-39.41% discount range. Additionally, ,. programs that you offer. volume discounts may be considered case by case. 38 Propose a method of facilitating "sourced" products or At Shaw, we strive to meet our client's ever-changing demands. related services, which may be referred to as "open Sometimes this means we must find innovative solutions, products, market" items or "nonstandard options". For example, you and services to complete a project. If Shaw or SIS does not have may supply such items "at cost" or "at cost plus a a viable solution, we will work diligently with our service partner to percentage," or you may supply a quote for each such source one. In this case, we would offer a cost-plus model to stay request. within fair market value. 39 Identify any element of the total cost of acquisition that is The proposed pricing is not inclusive of use tax which is imposed NOT included in the pricing submitted with your response. upon the contractor for turnkey installation as this can vary This includes all additional charges associated with a depending on the project location. For these projects, Shaw will purchase that are not directly identified as freight or seek reimbursement of the use tax paid from the Participating Entity.. shipping charges. For example, list costs for items like pre- delivery inspection, installation, set up, mandatory training, Additionally, Accessorial Fees are required additional freight charges or initial inspection. Identify any parties that impose such that can be applied for any of the following reasons: costs and their relationship to the Proposer. • Residential Delivery - $300.00 + Standard Freight Charges • Job Site Fees - $75.00 + Standard Freight Charges • Liftgate - $75.00 + Standard Freight Charges • Pallet Jack - $75.00 + Standard Freight Charges • Redelivery - $75.00 + Standard Freight Charges • Storage Fees - $10.00 per piece/rolVtube/pallet per week after 2 weeks (10 business days) in warehouse. Job Site Fees A job site fee will be charged for any non-standard delivery. These charges will be applied as follows: $75.00 will be charged for the initial delivery. Additional fees of$55.00 per hour could apply if the delivery is delayed and will be left to the discretion of the regional distribution center management. • Examples: New construction, apartment complexes, hotels, restaurants, etc. 40 If freight, delivery, or shipping is an additional cost to the The cost of freight is not included in the provided material prices. Sourcewell participating entity, describe in detail the Freight is calculated per unit of measure based on the following complete freight, shipping, and delivery program. parameters: • Truckload or Less-than-a-Truckload per shipment • Location (zip code) • Delivery dates Base rate with fuel surcharge or fixed fee • If fixed fee, length of time rates is to be held Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 41 Specifically describe freight, shipping, and delivery terms or Shaw uses partner carriers to deliver to Hawaii, Alaska, and programs available for Alaska, Hawaii, Canada, or any Canada. For Hawaii customers, our Los Angeles distribution center offshore delivery. delivers the product to our partner's dock and is shipped twice a week. For Alaska customers, our Seattle distribution center delivers the product to our partner's dock and ships twice weekly to Alaska. Shaw ships to Canada daily from our North Georgia hub distribution centers using our core partner carrier, which has terminals in all major cities in Canada. 42 Describe any unique distribution and/or delivery methods or If an area is determined to not be accessible with a Shaw truck, options offered in your proposal. the Shaw RDC can set up a "hot shot" carrier which is a smaller box truck for an additional cost to the customer. Expedited deliveries can be arranged for additional charges. Table 5: Payment Terms and Financing Options Line Item 'Question Response 43 Describe your payment terns and accepted payment Our payment terns are Net 30. We accept the following payment methods. methods: • Check • Credit card • Wire transfer 44 Describe any leasing or financing options available for use We do not have any leasing or financing options available. by educational or governmental entities. 45 Describe any standard transaction documents that you For each project, Shaw will provide the customer with a formal propose to use in connection with an awarded contract proposal/quote outlining all of the project details and pricing. Each (order fortes, terms and conditions, service level proposal contains terms & conditions of sale that are necessary for agreements, etc.). Upload a sample of each (as a successful turnkey project. Any additional transaction documents applicable) in the document upload section of your required by the customer will be managed on a project-by-project response. basis. We have included an example project proposal with our submission. 46 Do you accept the P-card procurement and payment Yes, Shaw does take P-Cards as a form of payment. There is a process? If so, is there any additional cost to Sourcewell 2.5% processing fee required unless otherwise determined by state participating entities for using this process? law. Table 6:Audit and Administrative Fee Line Question Response Item 47 Specifically describe any self-audit process or program that you Before installation partners are able to sell to a Sourcewell plan to employ to verify compliance with your proposed Contract member, Shaw requires them to sign a dealer participation with Sourcewell. This process includes ensuring that Sourcewell agreement agreeing to abide by the terms of the Sourcewell participating entities obtain the proper pricing, that the Vendor contract. Each authorized installation partner is required to reports all sales under the Contract each quarter, and that the place their orders through Shaw Integrated Solutions (SIS) to Vendor remits the proper administrative fee to Sourcewell. Provide ensure contract compliance and the correct pricing is used. sufficient detail to support your ability to report quartedy sales to This process also ensures that the orders are properly Sourcewell as described in the Contract template. coded for reporting and the accrual of the required administrative fee is included. 48 If you are awarded a contract, provide a few examples of internal We will track the following metrics to measure whether we metrics that will be tracked to measure whether you are having are having success with the contract: success with the contract - On time in full metrics - Contract compliance - Quality of installation • Accurate reporting of sales Accurate rebate payment - Success of promoting contract to increase contract use • Customer satisfaction survey - Sustainability metrics (landfill diversion, reclamation) 49 Identify a proposed administrative fee that you will pay to The proposed administrative fee is 2%. Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per-unit fee; it is not a line-item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Table 7: Company Information and Financial Strength Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Line tf6R1"am QueoffOn t pAr1 50 Provide a brief history of your company, Shaw started in 1946 as Star Dye Company, a small business that tufted scatter including your company's core values, rugs. In 1967, Shaw developed a holding company to purchase Philadelphia Carpet business philosophy, and industry longevity Company, established in 1846. Within a year, Shaw included Star Finishing in the related to the requested equipment, products portfolio, marking the company's first move into carpet manufacturing. By 1971, the or services. holding company had gone public as Shaw Industries, Inc. Shaw began a new chapter in its history in 2001. It became a wholly owned subsidiary of Berkshire Hathaway, Inc. Today, Shaw has more than 20,000 associates worldwide, bound by a shared vision to create a better future for our peopte and our customers. Our mission, "Great People. Great Products. Great Service. Always.", has driven us to dive deeper to create top flooring solutions that will serve our customer's needs. Combining deep market knowledge with new ways of thinking, we drive innovation into our business and set the standard for next-generation manufacturing. Shaw supplies carpet, resilient, hardwood, laminate, tile and stone flooring products, and synthetic turf to residential and commercial markets worldwide. Shaw's headquartered in Dalton, Ga., with offices throughout the U.S., Australia, Belgium, Brazil, Canada, Chile, China, India, Mexico, Singapore, United Arab Emirates, and the United Kingdom. These communities are home to our salesforce and brand showrooms. Voted Forbes' 2023 Best Employer for Diversity, Shaw is proud to foster an inclusive work environment that empowers our associates to create a better future for our people, customers, and communities. 51 What are your company's expectations in the We hope to be Soumewell's first, best choice for all future flooring projects. Our event of an award? vast network of more than 400 Account Managers will stay in communication with you to keep you updated on any new flooring products, solutions and trends that would benefit your flooring program. 52 Demonstrate your financial strength and We are a financially secure, wholly owned Berkshire Hathaway subsidiary with $7 stability with meaningful data. This could billion in annual revenues and more than 56 years of experience. We have attached include such items as financial statements, Berkshire Hathaway's annual report with our response. In addition, we are happy to SEC filings, credit and bond ratings, letters provide our Shaw specific financials upon receipt of a non-disclosure agreement of credit, and detailed reference letters. from you. Upload supporting documents (as applicable) in the document upload section of your response. 53 What is your US market share for the For more than 20 years, Shaw and Sourcewell have had a successful partnership solutions that you are proposing? providing flooring solutions across the US. As the largest carpet manufacturer in the world and your largest flooring partner, we are positioned perfectly to provide products and services to your members. Shaw will be more than happy to provide our market share with a fully executed NDA. 54 What is your Canadian market share for the For more than 20 years, Shaw and Sourcewell have had a successful partnership solutions that you are proposing? providing flooring solutions across Canada. As the largest carpet manufacturer in the world and your largest flooring partner, we are positioned perfectly to provide products and services to your members. Due to being a privately held subsidiary of Berkshire Hathaway, we are unable to share our Canadian market share. However, Shaw will be more than happy to provide our market share with a fully executed NDA. 55 'Has your business ever petitioned for No. bankruptcy protection? If so, explain in detail. 56 How is your organization best described: is Shaw is a flooring manufacturer and flooring pnstallation service provider. We employ it a manufacturer, a distributoddealedreseller, hundreds of full-time associates throughout North America who can provide you with or a service provider? Answer whichever on-site assistance, product consultation and any updates about flooring solutions we question (either a) or b) just below) best can provide you with. applies to your organization. a) If your company is best described as We also provide installation and project management services through our Shaw a distributor/dealer/reseller (or similar entity), Integrated Solutions (SIS) team. They utilize our nationwide network of thousands of provide your written authorization to act as a dealer partners to provide quality installation services. Our depth of service after the distributor/dealedreseller for the manufacturer Isale includes: of the products proposed in this RFP. If More than 400 Account Managers for local support in your member's regions applicable, is your dealer network • Customer service phone support independent or company owned? • Technical service phone support b) If your company is best described as On-site technical service and training a manufacturer or service provider, describe • On-site maintenance training your relationship with your sales and service Online maintenance and installation guidelines force and with your dealer network in • Online video training guidelines delivering the products and services Industry leading warranties proposed in this RFP. Are these individuals your employees, or the employees of a third party? 57 Provide all "Suspension or Debarment" Not applicable. information that has applied to ynur organization during the past ten years. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Table 8: Industry Recognition&Marketplace Success ILtn ii Question Response 58 Describe any relevant industry awards or Please see below for a list of rewards from the last five years: recognition that your company has received in the past five years. 2023: • America's Greatest Workplaces for Diversity Best Employer for Diversity Dealer's Choice • Silver Edison Award • Supplier Best Product Award • Trailblazer Award 2022: • Trailblazer Award • Award of Excellence Best Employer for Diversity • Dealer's Choice • Great Place to Work® Canada • GreenStep Award International Winner • GreenStep Award - People Winner • GreenStep Award - Pinnacle Honoree (Recognized for Shaves Shaw's EcoWorx® carpet tile which was the first product in the built environment to be certified to the most rigorous Cradle to Cradle Product Standard to date, version 4.0.) • GreenStep Award - Product Honoree (Recognized for Introducing a new product innovation, ReWorxTm. made of 100% PET, including 30% post-consumer plastic bottles) • Innovation by Design Award • ReCo - Carpet (Shaw voted #1 in 7 our of 8 categories including service, quality and consumer preference.) • ReCo - Hardwood (Shaw voted #1 in all categories including service, quality and consumer preference.) ReCo - LVT/ Rigid Core (COREtec voted #1 in 6 of 8 categories including quality, service and consumer preference. Shaw Floors voted #1 in price and product availability.) • Shipper of Choice • St. Jude Organizational Support Award 2021: • 50 Best Companies to Sell For • A+ Product Finalist, Sustainable Design A+ Product Winner, Commercial & Residential Carpet • A+ Product Winner, Healthcare • Award of Excellence (Carpet, LVT, Hardwood, WPC/Rigid Core, Hybrid) • Best of NeoCon Gold, modular carpet category Best of NeoCon Silver, broadloom carpet category • Best of NeoCon Silver, modular carpet category Best of NeoCon, innovation category Best of NeoCon, sustainability category Business Leader Award - Shaw Contract Dealer's Choice GreenStep Award - International Winner (tie) • GreenStep Award - People Honoree • GreenStep Award - Pinnacle Winner * GreenStep Award - Practice/Process Winner • ReCo - Carpet, Hardwood, LVT/Rigid Core 2020: • 50 Best Companies to Sell For - #16 • America's Best Employers for Diversity 2020 - #454 • Award of Excellence (Shaw brands voted best overall in carpet, hardwood and luxury vinyl tile) • GreenStep Environmental Awards Program Top 250 Design Survey - Second Place • Top 250 Design Survey - Service: Shaw Contract 3rd Quality: Shaw Contract 1st Design: Shaw Contract 1st Performance: Shaw Contract 3rd Value: Shaw Contract 4th • Top 250 Design Survey - Shaw Contract 1st in Service, Quality, Design, Performance, and Value • Top 250 Design Survey -Carpet: Shaw Contract 1st Ceramic Flooring: Shaw Contract 4th Resilient Flooring: Shaw Contract 2nd • WELL Platinum Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE4C93-8B4D-276CODBAD34E 2019: • 50 Best Companies to Sell For • America's Best Employers for Diversity • GreenStep Award - People Winner • GreenStep Award - Pinnacle Winner (tie) • GreenStep Award - Practice/Process Winner • Innovative Vendor Partner of the Year IIDA/HD Product Design Competition — Best Carpet/Rugs — Community Contract's Best of NeoCon Award — Silver, Modular Flooring — Suited • Mixology Award — Product of the Year, Flooring — Inside Shapes • IIDA GlobalShop Product Design Competition — Best Flooring — Natural Choreography 59 What percentage of your sales are to the 2020: 7% governmental sector in the past three years? 2021: 6% 2022: 6% 60 What percentage of your sales are to the 2020: 14% education sector in the past three years? 2021:14% 2022: 13% 61 List any state, provincial, or cooperative We currently have the following state contracts with the below ranges of sales purchasing contracts that you hold. What is volumes: the annual sales volume for each of these Kentucky: $700,000 - $800,000 per year contracts over the past three years? • Massachusetts: $30,000 - $40,000 per year • Pennsylvania: $800,000 - $900,000 per year • Alaska: $500,000 - 600,000 per year • Connecticut: $125,000 - $150,000 per year • Florida: $8,500,000 - 9,000,000 per year • Iowa: $50,000 - $60,000 per year Louisiana: $40,000 - $50,000 per year Michigan: $3,500,000 - $4,000,000 per year • Missouri: $200,000 - $250,000 • New Jersey: $950,000 - $1,000,000 per year • New York: $750,000 - $1,000,000 per year • North Carolina: $3,300,000 - $3,500,000 per year • Ohio: $5,000,000 - $5,100,000 per year • Oregon: $4,200,000 - $4,500,000 per year • Tennessee: $650,000 - $700,000 per year • Utah: $2,700,000 - $3,000,000 per year • Washington: $35,000 - $40,000 per year 62 List any GSA contracts or Standing Offers We are currently on contract with Soureewell, as well as the following entities: and Supply Arrangements (SOSA) that you • Keystone Purchasing Network - KPN hold. What is the annual sales volume for • Massachusetts Higher Education Consortium -MHEC each of these contracts over the past three • Panhandle Area Educational Consortium - PAEC years? Purchasing Association of Cooperative Entities - PACE • Purchasing Cooperative of America - PCA • CMAS • OMNIA • Texas Buyboard • IPHEC The above entities do not publish sales figures and have entrusted us to maintain their confidentiality. We are committed to maintain the integrity of all our confidentiality agreements with these entities and are unable to share this Information without an executed NDA. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Table 9: Top Five Government or Education Customers Line Item 63. Provide a list of your top five government,education,or non-profit customers(entity name is optional)to whom you have provided equipment,products,or services similar to the solutions sought in this RFP, including entity type,the state or province the entity is located in,scope of the project(s),size of transaction(s),and dollar volumes from the past three years. DollEntity Name Entity Type Pr nce Scope of Work ` Size of Transactions Yea Volume Past Three Sourcewell Government Minnesota-MN Flooring Material and Full This varies per order 2022: $22,163,764.95 Turnkey material and installation 2021: $21,067,551.36 services. 2020: $16,153,195.83 State of Florida Government Florida-FL Flooring Material and Full Confidential Confidential Turnkey material and installation ' services. State of Ohio Government Ohio-OH Flooring Material and Full Confidential Confidential Turnkey material and installation services. State of Government Georgia-GA Flooring Material and Full Confidential Confidential Georgia Turnkey material and installation services. University of Education California-CA Flooring Material and Full Confidential Confidential California Turnkey material and installation services. Table 10. References/Testimonials Line Item 64.Supply reference information from three customers to whom you have provided equipment, products,or services similar to the solutions sought in this RFP and who are eligible to be Sourcewell participating entities. Entity Name Contact Name' Phone Number' County of Riverside Jamie Garcia 951-204-9876 GP Land Corporation Josh Reinhard 585-637-2828 State of Florida Joseph Thomas 850-488-8367 Table 11:Ability to Sell and Deliver Service Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada,as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers,the number of workers(full-time equivalents)involved in each sector,whether these workers are your direct employees(or employees of a third party),and any overlap between the sales and service functions. Line]'Question Response*' Ite 65 Sales force. Shaw Industries has been named in Selling Power magazine's 50 Best Companies to Sell For in 2022, marking the 19th consecutive year. We are proud to have been ranked No. 10 and are the only flooring company recognized in the top 20. Our salesforce includes more than 400 account managers throughout North America and Canada, led by Regional and Divisional Vice Presidents and supported by our National and Global Account Specialists. Most of our account managers have been with Shaw since the conception of our commercial brands with over 20 years of commercial flooring expertise, and our new sales associates are provided robust training throughout their careers. For 19 consecutive years, Shaw has received Training magazine's Training APEX Awards (formerly known as Training 100)! Our field hire and new hire training ensures your clients receive the highest service level. While our team is highly trained and knowledgeable, we also offer additional resources in technical support, product maintenance, digital tools, marketing materials, warranty services, and sustainability innovation. With the client experience as a top priority, our sales force is positioned in all local markets to support members of all sizes. 66 Service force. Shaw is offering fully turnkey service and project management. A Shaw associate will handle all aspects of the project from ensuring product availability to coordinating service providers for installation. The Shaw project manager will be the single point ' of contact on every project. In order to accommodate installation, Shaw will hire vetted installation providers to complete the project. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-BB4D-276CODBAD34E 67 Dealer network or other distribution Shaw has more than 500 installation partners located throughout North America. If methods. turnkey service is requested, we will select the dealer based on their ability to provide all of the necessary services for the specific project. With more than 20,000 dealer partners, we are able to pick the best dealer for your members' projects. Additionally, Shaw owns and operates the largest private trucking fleet in the flooring industry comprised of 800 trucks and 3,000 trailers. We also have distribution centers located across North America allowing us to stock material in closer proximity to your member's project locations. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 68 Describe in the detail the ordering When you select Shaw and the prc ect management services we are proposing, you process, including the respective roles of receive a .streamlined order proem. Working with you, we will develop standards to distributors„ dealers, or others (including ensure branding consistency, You receive a dedicated single poet of contact ('SPOC) sub-contractors) In providing solutions to who will manage all of your orders and shipments who Is an expert on your aunt. Participating Entities. This may include a We have a cDmprehensive ordering process for each We of flooring transaction: step by step process identifying who is Material-only orders, Turnkey orders, and Dealer Mateft-only orders. The process for responsible for meeting the needs of the each of these is as follows: Participating Entity at each stage of delivery. Material Only Orders • Customer smalls SIS with order request listing customer information, bill to address, job name, product name and style number, adhesive and requested quantities. SPOC will create a proposal to send to the customer for review. If the proposal is accepted, the customer will now issue a formal purchase order back to their SPOC. • SPOC will process the order and email the customer with an order confirmation and live order tracking link. Material is shipped to customer. • Customer is invoiced and pays Shaw Integrated Solutions (SIS) per the instructions on the invoice. Turnkey Orders • Customer smalls SPOC with order request listing customer information, bill to address, job name, product name and style number, adhesive and requested quantities. The installation vendor can send this as well if they are working directly Wth the customer. • Installation vendor provides labor quote. • SPOC creates a turnkey proposal and sends to the customer. If the customer accepts the proposal, the customer will issue a formal purchase order and send it back to the SPOC. • SPOC processes the order and smalls customer and installer with stock/backorder information, along with an order confirmation and live order tracking link. • Material Is shipped out to the Installation vendor or customer. • SPOC sends installation vendor the work order and work release forms. • Once job is complete, the signed work order and customer work release are sent to SIS. • SIS pays the Installation vendor. • SPOC sends the customer their invoice and customer pays invoice per instructions on the invoice. Dealer Material Only Orders • The dealer sends the customer proposal for material and labor services (if needed). •The dealer sends SIS a PO for "material only" (This is for reporting to Sourcewetl)„ Dealer must sign a dealer participation agreement, if one is not on file, SIS will provide.) • Dealer PO must have the following information: - Sourcewell Member number and member name - Shaw Industries Contract # • SIS processes the order and smalls the dealer with stock/backorder information, along with an order confirmation and live order tracking link. • Dealer is invoiced for Shaw material. We have six SIS points of contacts for different regions: - Chad Cloer - Central Email: chad.doer@shawinc.com Phone: 706-532-7411 - Rosio (Rosie) Hernandez - Southeast Email: rosio.hemandez@shawinc.com Phone: 770-276-7511 Crystal Zachary - New York ✓f< Florida Email: crystalzachery@shawinc.com Phone: 706-276-7509 - Sarah Pickett - Western Canada Email: sarah.pickett@shawinc.com Phone: 706-532-7481 - Shelli Warren - California Email: shelli.warren@shawinc.com Phone: 706-428-3293 Sean Carter - Northeast Email: rahsean.carter@shawinc.com Phone: 706-532-7568 Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 69 Please describe the relationship between Shaw has long-term relationships, some spanning more than 25 years, with more Proposer any distributors, dealers, or than 500 dealers and subcontractors across North America. We work closely with others (including sub-contractors). them, so we are able to select which dealer or subcontractor is best to choose for your members installation projects. 70 Describe in detail the process and Shaw's responsibility to provide our clients with excellent product is only matched by procedure of your customer service our dedication to provide outstanding service. Our customer service mission is to be program, if applicable. Include your a world-dasss customer service organization driven to exceed customer expectations. response-time capabilities and From the pre-gander process through installation and aftermarket service, Shaw commitments, as well as any incentives representatives are available to assist every step of the way. that help your providers meet your stated service goals or promises. Customer Service Hours and Access Each client has access to Shaw's customer service team by phone, Monday through Friday, between the hours of 8:00 am and 8:00 pm Eastern Time, as well as via Shaw Online — an Internet portal from which account information can be accessed and orders placed and tracked. Shaw Online is available 24 hours a day, 7 days a week. Additionally, we assign a dedicated contract team that will work closely with Sourcewell to ensure contract compliance, accurate reporting, and updated product 'lists to ensure your members have access to all Shaws flooring products and installation services. 71 Describe your ability and willingness to We currently provide products and services to your members in the United States. provide your products and services to Sourcewell participating entities in the United States. 72 Describe your ability and willingness to We provide Sourcewell agencies in Canada with the same level of service as the provide your products and services to United States, with the exception of installation services. Sourcewell participating entities in Canada. 73 Does Proposer intend to serve nonprofit Yes. agencies if awarded a contract? 74 Identify any geographic areas of the United We will serve all areas in the United States or Canada through the proposed contract States or Canada that you will NOT be fully serving through the proposed contract. 75 Identify any Sourcewell participating entity We will serve all sectors. sectors (i.e., government, education, not-for- profit) that you will NOT be fully serving through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? 76 Define any spedfic contract requirements Contract requirements for Hawaii, Alaska and US Territories are the same as the or restrictions that would apply to our contiguous United States. However, full turnkey services are unavailable for these a, participating entities in Hawaii and Alaska areas. and in US Territories. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Table 12: Marketing Plan Ism Question Response 77 Describe your marketing strategy for Our commercial division is comprised of three brands - Patcraft, Philadelphia Commercial promoting this contract opportunity. and Shaw Contract. The brands will develop and implement our proposed Sourcewell Upload representative samples of your strategy in their respective markets. As part of our strategy, we will provide tools and marketing materials (if applicable) in resources for our sales team to drive contract growth. the document upload section of your response. To execute, each brand will leverage a variety of marketing vehicles including: Email marketing • Internet advertising • Print advertising • Marketing collateral • Social media • Public relations • Trade show exhibitions and in market events • Personal sales calls and presentations • CEUs • Visualization support Additionally, we will conduct regular training for Sourcewell contractors, installers, and/or dealers to expand installation support for contract customers. The training will also include the benefits of working with Sourcewell members and ensuring contract compliance. 78 Describe your use of technology and We will consider all of our digital brand channels for your marketing plan. This will include digital data (e.g., social media, social media platforms, email blasts and brand websites. We track metadata for our metadata usage) to enhance media marketing outlets to determine the most effective content, ensuring we are using marketing effectiveness. the best channels for your contract marketing. See attached marketing plan for more detailed information. 79 In your view, what is Sourcewell's role We ask that Sourcewell continue our proven partnership by providing access to Sourcewell in promoting contracts arising out of members, information about potential members, email lists, usage reports, access to leads this RFP? How will you integrate a and cross-promotion of websites. In addition, host collaborative trainings for our internal Sourcewell-awarded contract into your sales teams and external dealer partners to increase contract knowledge. 'sales process? Sourcewell is integrated into our onboarding and continuing education of our sales force. The contract, training resources and marketing materials are available on our internal websites for ease of access. Brand specific marketing support is available via our Directors and Marketing Managers. 80 Are your products or services Yes, your members can order through EDI. available through an e-procurement ordering process? If so, describe your e-procurement system and how governmental and educational customers have used it. Table 13:Value-Added Attributes Item Question Response ine 81 Describe any product, equipment, When you order product from Shaw, you receive exceptional service and benefits. We maintenance, or operator training provide your members with free maintenance and installation training upon request. Our programs that you offer to team of technical experts is available to provide on-site installation and maintenance training Sourcewell participating entities. if your members request it. We also have hundreds of free video tutorials on YouTube that Include details, such as whether are available for members and installers alike. Additionally, we provide detailed written training is standard or optional, guidelines that can be downloaded directly from our websites. These available services who provides training, and any benefit your members by allowing them easy access to resources that help them with any costs that apply. installation or service question they may have. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 82 Describe any technological Shaw is a partner who will bring innovation to your members flooring program. We provide advances that your proposed a continuous stream of game-changing products and services such as: products or services offer. Products ReWorx - Hybrid Flooring Platform Designed with the end in mind. ReWorx, a new, innovative flooring made from post- consumer PET bottles, is the first collection to launch on the flooring platform. This hybrid flooring solution combines the durability of a hard surface with the comfort of a soft surface. A total PET product that can be reused and recycled back into Itself, ReWorx merges innovation in product performance, materiality and circularity. PVC Free Flooring Options We positfvety Impacted the pianat with our EwWdrx Tile, which was the first safe alternative to PVC carpet tie In the industry and we have not strapped moving forward. Our blowbased resliient file and sheet represent a new and innovative flooring platform. Composed of bio- based pofyurethe!ne material, these products are easy to Install and have seamless transitions. With no PVC, ortho-phthalate plasticizers or sotvants, these products are Cradle to Cradle Cartifteft Silver. They achieve the highest Martindale rating to scratch resistance. Ecosolution Q100 A high-performance solution-dyed nylon fiber, E,coslutlon Q100TM is made with 100% recycled content allocated from waste minimization and collection efforts. This Nylon 6 fiber is engineered to reduce the visibility of dirt and soil while retaining color and appearance. With more than 200 color options, this fiber offers expansive visual options that deliver durability and ease of maintenance. Dry Adhesive LokDots is a pressure-sensitive adhesive for the installation of EcoWorx carpet tile. This odorless system provides an altemative to wet adhesive, virtually eliminating the issue of Volatile Organic Compounds (VOCs), and providing ease and versatility of installation. Solutions Moisture Management Systems We help your members mitigate risk's through a portfolio of moisture solutions. Our products solve moisture issues In your concrete stabs and provide assurance that your flooring will not be damaged in incidents involving moisture, We are the only manufacturer to warrant from the subftoor to the finished product, making us an ideal single source for your flooring solutions. Our comprehensive portfolio, allows us to work with you to address your members specific needs from basic to extreme conditions. Our moisture treatment solutions are backed with a 10-Year Commercial Limited Warranty. Sound Advisor We are excited to be able to assist your members achieve quieter offices and facilities. We completed hundreds of sound tests to develop Sound Advisor, which allows you to hear how flooring will sound in your spaces. As sound experts, we help you determine the effect Mooring has on sound in your facilities and select the best flooring option to reach your desired IIC rating. Visualization Services From installation methods to visualizing color schemes in a floor plan, to understanding the amount of flooring material needed for an installation, Shows Visualization Services team is available to create complementary rendering files based on floor plans, design inspirations or sketches you provide. 2D renderings can be created to show how Shaw s products will look in your space (either a specific zone or the entire floor plate). Product placement is tailored to your plans and spaces to highlight focal points and create way finding. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 83 Describe any "green" initiatives We know that people are conscious about making smart choices and, having a positive or Environmental, Social, and impact on the planet. For more than two decades, we have been committed to sustainable Govemance (ESG) that relate to practices through our commitment to Cradle to Cradle principles. We track and measure your company or to your products our significant environmental Impacts, which Include water stewardship, material health„ or services, and include a list of product circularity, renewable energy and carbon management, as well as social fairness, the certifying agency for each. * Material Health: The Cradle to Cradle CertifiedS Products Program ensures our product's are made from ingredients the standard deems safe and healthy, Product Circularity: Our re[TURN)& Reclamation Program allows your members to retum your EcoWorx, ReWorx and Shaw-made resilient flooring at the end of its useful life to , divert from the landfill and provide, us with the means to continue the cycle of creating new products out of old.. * Renewable Energy & Carbon Management. Shaw s commercial carpet manufacturing operations worldwide are carbon neutral and we offer carbon neutral product collections.. Social Faimess. We support fair labor and human rights principles. No matter where of by whom a product or ingredient is made, operations are held to the same high standards.. Annually, we report our progress on these initiatives in our Sustainability Report. You may view these reports at: hftps://showinc.comlNewsroom#Sustainability-Reports 84 Describe how your products At Shaw, we are keenly focused on the material health of our products and adopted, the contribute to or promote the Cradle to Cradle design philosophy more than 20 years ago and today almost 90n of health, quality of life and well- the products Shaw makes are Cradle to Cradle Certifieft, We have the most Cradle to being of our members and others Cradle Certified@ product platforms of anyone in the flooring Industry. We aim to know as (e.g., Low VOC emissions, much as possible about our products and their Ingredients.. The Cradle to Cradle Certified minimal acoustical impact, Products. Program helps us ensure that every, ingredient in our products are assessed down allergen repellant materials, light to 100 pp , or 99.99% of the Ingradienrs composition by a 3rd party toxicologist that not reflectant). only assesses what Is in the materials but also the risk of those Ingredients to both people and the environment to 24 different end points. While we have not conducted product testing specific to Polychlorinated biphenyis (PCBs), we are confident that our products are PCB-free down to 100ppm based on assessment of our raw materials and we do not expect any PCBs below the 100 ppm threshold. We understand that sound affects how we feel, work, sleep and team. At Shaw, we extensively reseamhed, tested and patented the award-winning acoustics tool — Sound Advtsor& This toot is not limited to any one product category and provides you with data and a sound file that lets you actually hear the difference between all of your Rooting, options. By bringing science-based deciston making, to building design, room design and product selection, Shaw empowers Sourcewell and its member entities to make the right choice for your needs. 85 Identify any third-party issued eco- Our awards, our partnerships„ our vast Cradle to Cradle Certified@ product offering and our abels, ratings, ESG scores or suatainabilty certifications speak to Shaws excellent environmental performance and we are certifications that your company humbled to be part of a larger movement leading the way in this arena. The following serve has received for the equipment or as examples of third-party verification of our performance: products included in your Proposal related to energy Product Certifications: efficiency or conservation (such • Cradle to Cradle Certified® as: FloorScore, Formaldehyde • NSF 140 Emission Standards, FSC • CRI Green Label Plus Certified, EPDs, HPDs, LEED, • FloorScore Certified® WELL Building Standard), life- Declare cycle design (cradle-to-cradle), or Health Product Declaration other green/sustainability factors. Environmental Product Declaration Awards and Recognition: In 2022, Shaw was recognized at Floor Covering Weekly's annual GreenStep awards, which recognize the flooring industry's contributions to sustainability. We eamed the following awards: Intemabonal Winner - Recognized for the introduction of ComfortWorxTm carpet file which utilizes 90% post-consumer PET plastic bottles and is manufactured at Shaw's Scotland manufacturing facility (Plant SQ). " People winner- Recognized for Shaw's commitment to fostering an inclusive and diverse culture as supported by seven Associate Resource Groups, including the most recent addition of Mosaic. • Pinnacle Honoree - Recognized for Shaw's Shaw's EcoWorx® carpet file which was the first product in the built environment to be certified to the most rigorous Cradle to Cradle Product Standard to date, version 4.0. • Product Honoree - Recognized for Introducing a new product innovation, ReWorxTM, made of 100% PET, including 30% post-consumer plastic bottles. • Promotion Honoree - Recognized for promotion of events that bring together professionals from all aspects of the built environment to Team and share. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E 86 Please Identify whether Proposer As a privately-held subsidiary of Berkshire Hathaway, Inc., we do not quality as a minority is a minority, women, veteran enterprise. However, we do strive for diversity and Inclusion within our supplier base. We awned business enterprise, a believe partnering with diverse suppliers Is a strategic advantage that will drive Innovation small business entity, or a labor Into our business, open new markets for growth and allow us to continue to meet our surplus area firm. If so, please customers' expectations. Shaw provides equal access to purchasing opportunities to all provide all certification forms. qualified suppliers by promoting supplier participation reflective of Shaw's diverse customer Additionally, please describe how base and business communities. Proposer may partner with these entities in performance of this Our target Is 25% to 30% of Shaw's allowable spend (domestic spend in categories in contract. which we have diverse suppliers from which to choose). We have a Supplier Diversity manager„ who along with our Global Sourcing team, tracks our diverse spend. We report our performance on a quarterly basis and each year, deliver a plan outlining our upcoming goals and efforts. 87 What unique attributes does your One of our biggest strengths and differentiators is to be able to provide you and your company, your products, or your members with exceptional, consistent service. Our customer satisfaction and on-time-In-full services offer to Sourcewell (OTIF) metrics are among the most favorable in the industry. We propose a Shaw support participating entities? What makes team for Sourcewell members centered on a single point of contact who will handle all of your proposed solutions unique in your quotes, orders, requests and purchases around North America. This level of your industry as it applies to individuatized service provides you with single-source accountability and allows us to quickly Sourcewell participating entities? deliver product and service to all of your locations. We provide this through our Shaw Integrated Solutions (SIS) turnkey and project management division. We can also handle your flooring projects from start to Finish in the U.S. with full turnkey service by helping your members select the perfect installer from our network of professional service providers. We vet these installation providers and have long;-term relationships with many of them„ ensuring seamless servlce. We can provide you with MWSE and other diverse Installation partners to 'support your diversity goals in many markets. We own and/or control the majority of our supply chain, manufacturing, distribution, customer experience and recycling processes. As the most vertically integrated carpet manufacturer, we provide you with consistency through a single high-quality standard and competitive pricing regardless of our manufacturing location. We provide a full fine of flooring Products and services for all of Sou ll`s participating entities needs, Including carpet tile, resilient tile and sheet, engineered hardwood, ceramic and porcelain, and adhesives and accessories„ Additionally, Shaw offers specialized design services that are tailored to meet your, member's needs. We provide tiered services and one-on-one resources to help Scurcewell members design their spaces and transform the way they work. Options of these services include: • Project design collaboration - 3D visualizer tools • Visualization Services - 2D/3D renderings, estimating and budgeting • Custom design - Create one-of-a kind flooring products • Product palettes • Digital/physical presentation packages • Space design consultation Floor pian ideas Table 14A:Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify,claims procedure, and overall structure.You may upload representative samples of your warranty materials(if applicable)in the document upload section of your response in addition to responding to the questions below. Line question Response*' Item Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-BB4D-276CODBAD34E 88 Do your warranties cover all products, parts, and Yes, we offer detailed warranties for each of your proposed products. The labor? specific coverage will vary based on product type. For your carpet tile products, Shaw provides a Lifetime Commercial Limited Warranty covering: Abrasive wear (will lose no more than 10% fiber over a lifetime) Acid-based stains (the most common) Delamination (separation of fiber and backing) Static (prevents static build up) Tuft bind (yam will not pull out or zipper) Dimensional stability (carpet tile will remain square) Colorfastness to light and atmospheric contaminants (will not fade) Edge ravel For your broadloom products, we provide a non-prorated warranty covering: Abrasive wear (will lose no more than 10% fiber over a lifetime) Static (prevents static build up) Stain Colorfastness to light and atmospheric contaminants (will not fade) TuftbindlZippering Delamination For your proposed resilient products, Shaw provides a non-prorated warranty covering: Manufacturing defects Wear (normal foot traffic will not wear through the pattern layer of the product) In addition to applicable product warranties, we provide a two-year warranty for all installation services under the Sourcewell contract. We have included an attachment with our product warranties for each of our commercial brands with our submission. 69 Do your warranties impose usage restrictions or To maintain warranty coverage, we ask that the product is installed and other limitations that adversely affect coverage? maintained in accordance with our written installation and maintenance guidelines. These instructions are available on our websites, through the dealer and through our customer service department. 90 Do your warranties cover the expense of Ye& technicians' travel time and mileage to perform warranty repairs? 91 Are there any geographic regions of the United If a validated quality issue covered by the warranty occurs, we will reimburse States or Canada (as applicable) for which you for labor accordingly. However, we do not provide labor for replacement of cannot provide a certified technician to perform material that is covered by the product warranty In any geographic region, warranty repairs? How will Sourcewell The labor must be approved by our financial services commercial claims participating entities in these regions be provided department. Below is the process for warranty service: service for warranty repair? * You„ the original purchaser, will contact ,your authorized dealer or Company sales representative for claim, service. Please provide a valid proof of purchase and a detailed description of the Issue, along with photographs showing the concern. Samples shouid be submitted for reviewltesting when available. The dealer or Company sales representative will file a claim via www.ShawNow.com and submit the information you provided. A Company claims representative will thoroughly evaluate your claim. If you have questions, you can contact Shaw Industries Financial Services, PO Box 2128, Dalton, GA 30722, 1-800-257-7429. 92 Will you cover warranty service for items made by We cover the warranty service for the products we sell. other manufacturers that are part of your proposal, or are these warranties issues typically passed on to the original equipment manufacturer? 93 What are your proposed exchange and return We accept returns within 90 days of invoice. Running line products that are programs and policies? icancelled prior to shipping will not incur restocking or cancellation fees. Orders that have shipped and are cancelled an route or upon delivery will incur restocking and freight fees. Products shipped in error by Shaw or defective material will be returned at no charge to the customer. Restocking charges for refused shipments will be Invoiced separately on terms of net 30 days. Restocking fees charged against paid invoices will be deducted from the credit memo issues on the return. All retums must be on a, core and wrapped before being returned. 94 Describe any service contract options for the We can provide turnkey services for projects through our Shaw Integrated items included in your proposal. Solutions (SIS) division, which works with a network of more than 500 installation partners across North America. Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Table 148: Performance Standards or Guarantees Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure,and overall structure.You may upload representative samples of your performance materials(if applicable)in the document upload section of your response in addition to responding to the questions below. Line Item iQuestion Response 95 Describe any performance standards or Through our installation partners, we commit to having your projects completed on guarantees that apply to your services time and in budget to your exact standards. In addition to the applicable product warranties, Shaw provides a two-year warranty for all installation services provided under the contract. 96 Describe any service standards or We will provide Sourcewell with customized KPI reporting that include metrics such guarantees that apply to your services as: (policies, metrics, KPIs, etc.) Historical details of purchase volumes • Outgoing shipments • Orders by location • Inventory levels On-time delivery • Material recycled Metrics on our reports can be fully customized to include the information most important to you based on conversations we have with you. These reports can be made on a monthly, quarterly or annual basis depending on your preference. Additionally, we can include sustainability metrics to help you and your members achieve their sustainability goals. Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms,Conditions,or Specifications that have been accepted by Sourcewell have been incorporated into the contract text, Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective,corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s)cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one(1)document for a single item,you should combine the documents into one zipped file. If the zipped file contains more than one(1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-BB4D-276CODBAD34E . Pricing-Shaw Pricing-Sourcewell RFP.xlsx-Tuesday June 13,2023 08:03:58 F ifl.011ciat_ AronaL�g��c t�9i r,-Berkshire Hathaway Annual Report-2022.pdf-Friday June 09,2023 12:16:13 • IMarke l n ;tLrrtpf -2023 Sourcewell RFP-Marketing Plan Submission.pdf-Friday June 09,2023 12:15:56 WMBE/MBE/SBE or Related Certificates (optional) • Warranly Information-Shaw Warranties.pdf-Friday June 09,2023 12:45:59 • tpndqrAlrArlser +0 ,,.0 ppument I -Question 45. Example Sourcewell Project Proposal.PDF-Tuesday June 13,2023 08:11:32 • . � d.EX -Sourcewell Exception.Modification(Shaw 6.13).xlsx-Friday June 09,2023 12:15:40 • Upload Additional Document (optional) Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-OEAE-4C93-8B4D-276CODBAD34E Addenda,Terms and Conditions PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name,and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true,correct,and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal,has arrived at this Proposal independently and the Proposal has been created without colluding with any other person,company,or parties that have or will submit a proposal under this solicitation;and the Proposal has in all respects been created fairly without any fraud or dishonesty.The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract;and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation.Additionally, if Proposer has worked with a consultant on the Proposal,the consultant(an individual or a company)has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief,and except as otherwise disclosed in the Proposal,there are no relevant facts or circumstances which could give rise to an organizational conflict of interest.An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is,or might be,impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract,the Proposer will provide to Sourcewell Participating Entities the equipment, products,and services in accordance with the terms,conditions,and scope of a resulting contract. 7. The Proposer possesses,or will possess before delivering any equipment, products,or services,all applicable licenses or certifications necessary to deliver such equipment, products,or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products,and services through valid contracts,purchase orders,or means that are acceptable to Sourcewell Members. Unless otherwise agreed to,the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal,state,and local laws,regulations, rules,and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked"confidential"(or"nonpublic,"etc.),either substantially or in their entirety. Under Minnesota Statutes Section 13.591,subdivision 4,all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded.At that point,proposals become public data.Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a"trade secret,"and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees,agents,and subcontractors are not: 1. Included on the"Specially Designated Nationals and Blocked Persons"list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: J(p�,; t 'wrlofa n8ndsJsdr�list '; 2. Included on the government-wide exclusions lists in the United States System for Award Management found at: L6 ..;or 3. Presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded from programs operated Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:CC604DEE-0EAE-4C93-8B4D-276CODBAD34E by the State of Minnesota;the United States federal government or the Canadian government,as applicable;or any Participating Entity.Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. F By checking this box I acknowledge that I am bound by the terms of the Proposers Affidavit,have the legal authority to submit this Proposal on behalf of the Proposer,and that this electronic acknowledgment has the same legal effect,validity,and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect,validity,or enforceability solely because an electronic signature or electronic record was used in its formation. - Taylor Nickerson, Proposal Writer,Shaw Integrated and Turf Solutions, Inc. The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission,and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated In the bid. r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column"I have reviewed this addendum"below to acknowledge each of the addenda. l have relfwwod the bellow adden urni arwd Pages File Name echin�onts(if 9 ppileallblle) Addendum_7_RFP_061323_Flooring Pr Fri June 2 2023 03:02 PM Addendum_6_RFP_061323_Flooring 1 Tue May 30 2023 03:03 PM Addendum_5_RFP 061323_Flooring p 1 Tue May 23 2023 03:08 PM Addendum_4_RFP 061323_Flooring p 2 Thu May 18 2023 01:36 PM Addendum_3_RFP_061323_Flooring Pr 1 Wed May 17 2023 04:25 PM Addendum_2_RFP_061323_Flooring ,, 1 Tue May 16 2023 03:20 PM Addendum_1_RFP_061323_Flooring R 1 Tue May 9 2023 09:07 AM Bid Number: RFP 061323 Vendor Name: Shaw Integrated and Turf Solutions, Inc. DocuSign Envelope ID:74B99531-E9AE-4A72-8623-18CO2F12A88F AMENDMENT#1 TO CONTRACT#061323—SII THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and Shaw Integrated and Turf Solutions, Inc. (Supplier). Sourcewell awarded a contract to Supplier to provide Flooring Materials with Related Supplies and Services, effective August 7, 2023, through August 9, 2027 (Contract). NOW, THEREFORE, the parties wish to amend the Contract as follows: Section 18, Insurance—Subsection A. Requirements— Item 5. Network Security and Privacy Liability Insurance of the Contract is deleted in its entirety. Except as amended by this Amendment, the Contract remains in full force and effect. Sourcewell Shaw Integrated and Turf Solutions, Inc. Docto:E3Xgned by: 00c'umped by: Sc(�.wollf, R ,,outilt,S a. rlat'auu�sa����:��. Jeremy Schwartz, Director of Operations/CPO James Kirkpatrick Date: 11/29/2023 1 9:05 AM CST Title: vice President Approved: Date 11/29/2023 1 5:34 AM PST DocuSlgneedA by: ,. By. E l��^ 11 Chad Coauette, Executive Director/CEO Date: 11/29/2023 1 9:07 AM CST Sourcewell Contract#061323-SII I Amendment#1 Page 1 of 1 Docusign Envelope ID:AA89C3B1-9F5B-444E-9465-EC9DC17021C8 AMENDMENT#2 TO CONTRACT#061323-SII THIS AMENDMENT is effective upon the date of the last signature below by and between Sourcewell and Shaw Integrated and Turf Solutions, Inc. (Supplier). Sourcewell awarded a contract to Supplier to provide Flooring Materials with Related Supplies and Services, effective August 7, 2023, through August 9, 2027 (Contract). NOW, THEREFORE, the parties wish to amend the Contract as follows: The Proposal line items 36 and 37 under "Table 4: Pricing and Delivery" are deleted in their entirety and replaced with the following response: Line 36 Products are priced within a percentage discount range from list price: • Adhesives, Sundries, and Accessories products at a 10%or higher discount • Broadloom, Tile, and Hard Surface (Resilient) products at a 15%or higher discount. Line 37 Volume discounts may be considered on a case by case basis. Except as amended by this Amendment, the Contract remains in full force and effect, Sourcewell Shaw Integrated and Turf Solutions, Inc. ..,,-S1gMtd by: -1 [� AkA" SIgrR�nw ° St6mf y By. W6M �arz�aaras�r�u�,41gr. ... .., 7cre14Q620F242,A., Jeremy Schwartz, Chief Procurement Officer Matthew Moore Date: 8/27/2024 1 10 28 AM CDT Title Deputy 1 Counsel U. ...... ....._ ... Date: 8/26/2024 1 1:47 PM CDT Sourcewell Contract#061323-SII I Amendment#2 Page 1 of 1 ��W°"rwen ur.ra r�etiri�n RFP#061323 REQUEST FOR PROPOSALS for Flooring Materials with Related Supplies and Services Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [htt : ro ortal.sourcewef-mn. ov].Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. SOLICITATION SCHEDULE Public Notice of RFP Published: April 25, 2023 Pre-proposal Conference: May 17, 2023, 10:00 a.m., Central Time Question Submission Deadline: June 5, 2023, 4:30 p.m., Central Time Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time Late responses will not be considered. Opening: June 13, 2023, 6:30 p.m., Central Time See RFP Section V.G."Opening" Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 1 I. ABOUT SOURCEWELL A. SOURCEWELL Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21)that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell's solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements (including Canadian Free Trade Agreement, Ontario-Quebec Trade and Cooperation Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement, as applicable), and results in cooperative purchasing solutions from which Sourcewell's Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings.At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourcewell uses a website-based platform,the Sourcewell Procurement Portal,through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell's contracts are available for use by: • Federal and state government entities'; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and Other public entities. In Canada, Sourcewell's contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Indigenous self-governing bodies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly funded academic, health, and social service Pursuant to HAR§3-128-2,the State of Hawaii,Department of Accounting and General Services,State Procurement Office,on behalf of the State of Hawaii and participating jurisdictions,has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 2 entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton,Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; a Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; and • Members of the Canoe procurement group of Canada, and their partner associations: Canoe members are regional, local, district or other forms of municipal government, school boards, publicly-funded academic, health and social service entities in Alberta and across Canada, as well as any corporation or entity owned or controlled by one or more of the preceding entities—as well as partner associations, including Saskatchewan Association of Rural Municipalities, Association of Manitoba Municipalities, Local Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of Municipalities, Federation of Prince Edward Island Municipalities, Municipalities Newfoundland Labrador, Union of New Brunswick Municipalities, North West Territories Association of Communities, Civiclnfo BC, and their members. For a listing of current United States and Canadian Participating Entities visit Sourcewell's website (note:there is a tab for each country): htt s: www.sourcewell-mn. ov sourcewell-for- vendors a enc -locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities' needs,Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In addition, where applicable, other purchasing cooperatives and procurement officials receive notice and are encouraged to re-post the solicitation opportunity. Proof of publication will be available at the conclusion of the solicitation process. II. SOLICITATION DETAILS A. SOLUTIONS-BASED SOLICITATION This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 3 B. REQUESTED EQUIPMENT, PRODUCTS OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Flooring Materials with Related Supplies and Services, that include, but are not limited to the following types of flooring solutions; a. Resilient; b. Ceramic; c. Porcelain Tile; d. Wood; e. Hardwood; f. Laminate; g. Rubber; h. Vinyl; L Broadloom carpet; j. Carpet Tile; k. Epoxy; I. Flooring hybrids; m. Floor mats; n. Rugs; o. Supplies related to the removal, installation, maintenance, restoration,and cleaning of flooring materials complementary to the offering above (a.—n); and, p. Services related to the design services, removal, installation, maintenance, restoration and cleaning of flooring materials complementary to the offering above (a.—n.). Proposers may include related equipment, accessories, supplies and services to the extent that these solutions are ancillary or complementary to the equipment, products, or services being proposed. 2. The primary focus of this solicitation is on Flooring Materials with Related Supplies and Services.This solicitation should NOT be construed to include a services-only solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in pending or planned Sourcewell solicitations, or in contracts currently maintained by Sourcewell, identified below: a. Athletic Surfaces with Installation, Related Equipment, Materials, and Services (RFP #031022); and, b. Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies (RFP#031622). Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 4 Generally, the solutions for Participating Entities are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment-only or products-only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third- party contractors,to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities,the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services,the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell encourages suppliers to offer the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Re uirements.All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. PROSPECTIVE CONTRACT TERM The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four years. Sourcewell and supplier may agree to up to three additional one-year extensions based on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 5 consider additional extensions beyond seven years as required under exceptional circumstances. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts,the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD$60 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer's sales force will be the primary source of communication with Participating Entities. The proposer's Marketing Plan should demonstrate proposer's ability to deploy a sales force or dealer network to Participating Entities, as well as proposer's sales and service capabilities. It is expected that proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. A proposer may submit only one proposal. If related, affiliated,or subsidiary entities elect to submit separate proposals, rather than a single parent-entity proposal, each such proposal must be prepared independently and without cooperation, collaboration, or collusion. 3. If a proposer works with a consultant on its proposal, the consultant(an individual or company) may not assist any other entity with a proposal for this solicitation. 4. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal.Sourcewell reserves the right to verify proposer's information and may request clarification from a proposer, including samples of the proposed equipment or products. 5. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 6. A proposer's documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 6 III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line-item Pricing is pricing based on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer's Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any contract resulting from this RFP. 2. The proposer's not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). 4. Clearly understandable,complete,and fully describe the total cost of acquisition (e.g.,the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity's location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent(2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 7 Minnesota law may result in the proposal being disqualified from further review and evaluation. To request a modification to the template Contract, a proposer must submit the Exceptions to Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell's sole discretion,the contract award may be revoked. V. RFP PROCESS A. PRE-PROPOSAL CONFERENCE Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal.The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell's competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal conference attendance is optional. B. QUESTIONS-REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal.Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 8 C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer's proposal status to INCOMPLETE.The proposer can view this status change in the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account.The proposer is solely responsible to check the "MY BIDS" section of the Sourcewell Procurement Portal Vendor Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer's proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer's complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer's sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise.The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal,the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell's support provider at support@bidsandtenders.ca. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 9 To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted electronically through the Sourcewell Procurement Portal.A list of all proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to "All" or "Closed." The solicitation status will automatically change to "Closed" after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 10 price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: w Total evaluation scores(giving consideration to natural breaks in the scoring of responsive proposals); • The number and geographic location of highest-scoring proposers that offer: o A comprehensive selection of the requested equipment, products, or services; o A sales and service network ensuring availability and coverage for Participating Entities' use; and o Other attributes of the proposer or contents of its proposal that assist Participating Entities in achieving environmental and social requirements, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the highest-scoring proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 11 Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later than 10 calendar days following Sourcewell's notice of contract award(s)or non-award. and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must allege a procedural,technical, or legal defect, with supporting documentation.A protest that merely requests a re-evaluation of a proposal's content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of$20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select,for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity's state or province; has an officer, or other key personnel,who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 12 • Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete.Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer's responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev.3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 13 Sourcewell 05/09/2023 Addendum No. 1 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials,with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Referencing Table 14B Line Item 95, "Describe any performance standards or guarantees that apply to your services". Is "services" intended to mean installation Services or Warranty Services? Answer 1: Table 14A affords a proposer the opportunity to describe their warranty program and coverages.Table 14B is intended to allow a proposer to describe any performance standards or guarantees associated with any services offered as part of their proposal. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/09/2023, is required at the time of proposal submittal. �j Sourcewell 05/16/2023 Addendum No. 2 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Will the pre-proposal conference be recorded? Answer 1: A copy of the presentation slides for the Sourcewell pre-proposal conference will be made available to all registered vendors after the completion of the webcast. In addition, assuming no technical difficulties, a link to a recording of the webcast will be shared and posted within the RFP's "Bid Documents" section on the Sourcewell Procurement Portal. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/16/2023, is required at the time of proposal submittal. Sourcewell 71 05/17/2023 Addendum No. 3 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Table 213: Indicate below if the listed products or services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Where is the text box or how do we add a box to provide additional comments. Answer 1: The text box was not appearing due to a system setting oversight and has since been corrected. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/17/2023, is required at the time of proposal submittal. Sourcewell 05/18/2023 Addendum No. 4 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What is the expected delivery timeframe after a PO is issued? Answer 1: Sourcewell utilizes a competitive, solutions-based solicitation approach that is not based on detailed specifications, finite quantities, or pre-determined locations. Sourcewell participating entities include thousands of public agencies located in the United States and Canada.There is no estimate of participating entity use by service type or category. Question 2: Can you elaborate on the marketing plan? It is unclear to me to whom my firm will be promoting and marketing our services/goods, and what such promotional activities might look like. Answer 2: Refer to RFP Section II. F.—Marketing Plan for guidance on the marketing plan requirements. Each proposer, in its discretion, will determine the content of its marketing plan. The solicitation is a competitive process and proposals will be evaluated on the content submitted. Question 3: If my company does not have a CAGE code or a Unique Entity Identifier (SAM), only a Federal Employer Identification Number(FEIN), are we allowed to participate in the RFP? Answer 3: A CAGE or Unique Entity Identifier(SAM) code is not required lu be considered for or awarded a Sourcewell contract. Proposals are evaluated based on the criteria as stated in the RFP. Refer to the General Instructions above Questionnaire Table 1."...respond "N/A" if the question does not apply to you (preferably with an explanation)." End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/18/2023, is required at the time of proposal submittal. f Source�well 05/23/2023 Addendum No. 5 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Referencing Table 7 Line Item 51: When asking about our company's expectations in the event of an award, what are you really referring to? Answer 1: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal. It is left to the discretion of each proposer to determine their internal expectations should they be awarded a contract. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/23/2023, is required at the time of proposal submittal. ,Sourcewell 05/30/2023 Addendum No. 6 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Addendum to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. RFP Addendum: The provider that services the Sourcewell Procurement Portal rescheduled a production release of their application. Due to this update,the Sourcewell Procurement Portal will be inaccessible during the release night of June 12, 2023 from 7:00 pm to 12:00am (EST). The remainder of the RFP content and the solicitation schedule remains unchanged. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/30/2023, is required at the time of proposal submittal. Sourcewell 06/02/2023 Addendum No. 7 Solicitation Number: RFP 061323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Item 97:To identify any exception, or to request any modification,to Sourcewell standard Contract terms, conditions, or specifications, a Proposer must submit the proposed exception(s) or requested modification(s)via redline in the Contract Template provided in the "Bid Documents" section. Proposer must upload the redline in the "Requested Exceptions" upload field. All exceptions and/or proposed modifications are subject to review and approval by Sourcewell and will not automatically be included in the Contract. Where do we find this Contract Template?Additionally,where do we locate the standard contract terms and conditions? Answer 1: The Contract Template is available for download (as well as the RFP)on the Bid Details page of the Sourcewell Procurement portal.The Contract Template contains the standard contract terms and conditions. End of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 06/02/2023, is required at the time of proposal submittal. ;2 The This document printed New York State Tuesday, 04/25/2023 Contract Reporter NYS'official source of contracting opportunities Bringing business and government together ContractingOpportunity Title: Flooring Materials with Related Supplies and Services Agency: Sourcewell Division: Procurement Department Contract Number: 061323 CR Number: 2097504 Contract Term: 4 years Date of Issue: 04/25/2023 Due Date/Time: 06/13/2023 4:30 PM Central Time County(ies): All NYS counties Classification: Construction Vertical: Building Construction; Rehabilitation&New Construction- Commodities Opportunity Type: General Entered By: Tara Wolff Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal tt s: ro ortal .surcewell-mn. ov Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Service-Disabled Veteran-Owned Set Aside: No Business entities awarded an identical or substantially similar procurement contract within the past five years: Bentley Mills, Inc. Interface Americas, Inc. I<arndean International, LLC 1 of 5 Mannington Mills, Inc. Mohawk Carpet Distribution, Inc. Shaw Industries, Inc. Tarkett USA, Inc. 2 of 5 Contact Information Primary contact: Sourcewell Procurement Department Tara Wolff Procurement Manager 20212th Street NE P.O. Box 219 Staples,MN 56479 United States Ph: 218-541-5362 rfp©sourcewell-m n.gov Submit to contact: Sourcewell Procurement Department Tara Wolff Procurement Manager 20212th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfp©sourcewell-mn.gov 3 of 5 Bid Results Bid Results have not been entered 4 of 5 Awards Awards have not been entered © 2023, Empire State Development http://www.esd.ny.gov/ 5 of 5 Daily Journal of Commerce 11 NE Martin Luther King Jr Blvd. III Portland, OR, 97232 MCOREGU Phone: 503-226-1311 Fax: 503-222-5358 Affidavit of Publication To: Sourcewell - Carol Jackson Po Box 219 Staples, MN, 564790219 Re: Legal Notice 2497782 State of OR ) SS: County of Multnomah) I, Nick Bjork, being duly sworn,depose and say that I am the Publisher of the Daily Journal of Commerce, a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.101 and 193.020, published in Portland in the aforesaid County and State;that I know from my personal knowledge that the notice described as: SOURCEWELL a printed copy of which is hereto annexed,was published in the entire issue of said newspaper 1 time(s) in the following issues: 04/26/2023. SEE EXHIBIT A State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON 2nd day of May 2023 By: .1 -A Nick Bjork By: State of Oregon Notary Public, State of OR No. 1031542 My commission expires on December 5, 2026 0 I IAA.STAMP Mic E ANNF ROPP NOTARY PUBLIC-0REGON COMMISSION NO. 1031542 IAYCOMISSIONEVIRESDECEV,BfRO5,2020 Page 1 of 2 EXHIBIT A SOURCEWELL FLOORING MATERIALS WITH RELATED SUPPLIES AND SERVICES Proposals dare 4:30 pm, June 13,2023 REQUEST FOR PROPOSALS Sourcewell, a Stale of Minnesota local government unit and service 000pera- live, is requesling proposals for Floor- Ing Materials with Related Supplies and Services to result in a contracting solu- tion for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher ad- ucallon, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procure- ment Portal � 112pk� ,rlollrc :-. vmllvrelt-mn.aovl, Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13,2023, at 4:30 p.m,Central Time,and late proposals will not be considered. Published Apr.26,2023,2497782 Page 2 of 2 The Oklahoman PO Box 631643 Cincinnati,OH 45263-1643 PROOF OF PUBLICATION Sourcewell, a State of Minnesota local govern- Sourcewell ment unit and service Sourcewell cooperative, is requesting PO BOX 219 STAPLES MN56479 proposals for Flooring Materials with Related ' Supplies and Services to STATE OF OKLAHOMA, COUNTY OF OKLAHOMA result in a contracting The Oklahoman, a daily newspaper of general circulation in the solution for use by Its State of Oklahoma,and which is a daily newspaper published in Participating Entities. Oklahoma County and having paid general circulation therein; Sourcewel I Participating published and personal knowledge of the facts herein state and Entities include thousands that the notice hereto annexed was Published in said newspapers of governmental, higher in the issues dated on: education, K-12 education, 04/25/2023,05/02/2023 nonprofit, tribal govern- ment, and other public and that the fees charged are legal. agencies located in the Sworn to and subscribed before on 05/02/2023 United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal ��­,_ [https:#Proportal.sourcew .. _, _, ell-mn.gov]. Only propos- Legal f i als submitted through the Sourcewell Procurement Notary,State of"Wl,cawtdtpt a,0rown _.............. Portal will be considered. --f_ Proposals are due no My commision expires later than June 13, 2023, Publication Cost: $40.25 at 4:30 p.m. Central Time, and late proposals Order No: 8732049 #of Copies: will not be considered. Customer No: 727698 1 4/25/23, 5/2/23 8732049 PO#: TIIIS IS NOT AN INVOICE! Please do not use this lbrm for purnten!remittanc e rs.« rca+ unm im�nm. n �.m�mm.� DENISE R0,3FR'TS Notary Public State of Wisconsin Page 1 of 1 Fr�-srr-_,Bte Miami Herald Sur,Herald-Biloxi AFFIDAVIT OF PUBLICATION Account 4 order Number Identification order PO Amount Cols Depth 34474 411983 Print Legal Ad-IPL01194760-IPLO119476 $157.13 1 18 L Attention: Carol Jackson State of South Carolina SOURCEWELL N PO BOX 219 County of Richland carol.jackson@sourcewell-mn.gov REQUEST FOR PROPOSALS Sourcewell, of cceope[oral Rleo� ,,.._...-.,_----�_.____-.----,..-.----._._.._.._-_ ..�_._.....___-----...... I,Tara Pennington,makes oath that the requesting proposals for Floorlag Mate- advertisment,was published in The State,a rlals wt1h Related Supplies and Ser- vices to result in a contracting solution for „ newspaper published in the City of Columbia, use by its Participating Entities Sourcewell r Participating Entities include thousands of State and County aforesaid,in the issue(s)of governmental,higher education, K-12 ed- ucation, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Re- 1 insertion(s)published on: quest for Proposals can be found on the « Sourcewell Procurement Portal[httpsJ/pro- r 04/25/23 portal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procure- ment Portal will be considered..Proposals i are due no later than June 13,2023,at 4:30 p.m..Central Time,and late proposals will not y be considered. ' IPLO119476 0 Apr25 2023 ; a r Tara Pennington q V Sworn to and subscribed before me this 24th day of April in the year of 2023 r r Notary Public in an or t e state o exas,residing in Dallas County STEPHM41E HATCHER My Notaq ICt#133534406 « "'• `' . Expires J'ainuary 14,2026 r Errors-the liabilityofthepublisheronaccount oferrorsin or omissionsfromanyadvertisementwillinno wayexceedthe «' amountof the charge forthespareoccupiedby the itemin error and then only for the first Incorrect Insertion" Extra charge for lost or duplicate affidavits. Legal document please do not destroy! 6A 1 TUESDAY APRIL 25,2023 1 OSATODAY NI :WS New study links sugary drinks to early death in some people W Adrienne Rodriguez Dries or sugars in them,it's good advice � USA TODAY for everybody." Ih , �riuuu Americans may want to think twice What sugary drinks about reaching For that coal glass of are bad for you? lemonade this summer after a study 2 -PRODUCTION/OETTY1MAGES published last week found sugary The report included data from 1980 to drinks may be linked to an increased 2018 and is among the first large-scale 'Be picky':Replacing sugary drinks lowers risk risk of heart disease and death in cer- studies to examine links between death tain people or disease and beverages among people Researchers Found replacing One serving of,sugar-sweetened beverage with Researchers from Harvard T.H.Chan with Type 2 diabetes,study authors say.. coffee.tea,low-fa ,w',milk or plain water led to better health outcomes. School of Public Health studied more Sugar-sweetened beverages that than 12,000 participants diagnosed were reported included caffeinaled and The da'k ass;egulUd with.bB,ceame And the Oak asitadfated with with Type 2 diabetes and reported how caffeine-free colas,and non-caybonat- mortality was lower with the death lwainfa—t disease was often they consumed such sugar-sweet- ed drinks like fruit punches,lemonade following drinks: Itlawrsu"withthesa dwhukc ened drinks as soda,fruit punch and and fruit drinks like orange,apple and •7B%far coffee •s0%with coffee lemonade. grapefruit,according to the study. They found people with Type 2 dia- Researchers found each serving of .16%for tea •24%with tea betes who regularly drank sugar-sweet- one ofthese drinks was associated with •12%far taw-fat cow',milk •19%with low-fat cow's milk ened beverages had a higher risk of de- 8%higher risk of all_cause mortalily veloping cardiovascular disease or dy- among people with Type 2 diabetes, •16%For plain water •I,pg%wAh plow...wlolra ing prematurely compared with those The recommended daily intake Or who consumed other drinks,according sugarshould be no morethan 10%ofthe "People living with diabetes should he picky a bout how they keep themselves I.the report published Thursday in the calories consumed,Nestle said,which hydrated," aid lead author Oi Sun,assoc iated peer-reviewed journal The BMJ.. is about 50 grams a day. professor in the department of More than 37 million Americans have nutrition and epidemiology at Harvard T.H Chan School of Public Health. "Switching from sugar-sweetened beverages to healthier beverages will bring diabetes,according to the Centers for Sugar vs.artificial sweetener health benefits' Disease Control and Prevention,and it's estimated that up to 95%of them have The study also found that switching Type 2 diabetes. out sugar-sweetened beverages with 'This adds to a growing body of re- one that was artificially sweetened was both artificial and natural. Though I/eallh and patient safely coverage searlh,"Said Marion Nestle,an emeritus associated with an B%lower risk of all- they're considered safe by federal regu- at USA TODAY is made possible in Part professor of nutrition and food studies cause death and a 15%lower risk of lators,they're not necessarily consid- by agrant from lheMnsimo Foundation at New York University.Although"it's a death related to heart disease, ened healthy,and the long-term effects for Ethics,Innovation and Competition message to people with diabetes to try But more studies have been raising of sugar substitutes are largely un- in Healthcare.The Masin o Foundation to switch drinks that don't have any cal- the concern about sugar substitutes, known does notprouide editorial input, Genetherapy "They can stop the degeneration,but choose to go first in such trials demon- ll they cannot heal what is broken,"Feld- strafe greatecurage,as they make sacri- I brag said of the scientists, fices for the benefit of those who come Continued From Page 1A The couple's one regret is that they after them" ID "'dff, couldn't convince the PDA to be less Still,gene therapy holds tremendous destroying nerve cells in the brain and li/fig - cautious about the therapy. Barger promise,Collins said. spinal cord The child rapidly deterio- /� '' treatment and a higher dose might "I would want people to be optimistic rates and usually dies by age 3 ��/ have led to a different outcome,Feld that over the coming years,were going The in. Which which USA TODAY wrote bar and Rokina said.The f�i/, g y would hap to get much better at[his-and not to about in 2021 as part of a series on rare p 1// / ply have faced the risk of a brain hem feel hopeless or despondent or pessi- diseases offered them adiffere I son 1✓'t j/ 7,, �� arrhage for the possibility of a better mistic,he said of the future,even though the result r P / "tl�j r / wtcome, wasn't what they dreamed of „/✓/ii��/ y "If we could have changed anything, Deriving meaning from misery "We are heartbroken,butalsowe yr .�� we would have shouted loud enough For j re- realize within ourselves that[h battle ✓ "� FDA to hear usl' Over the past six months,Alissa re- was lost long ago,not now,"Al sa s fa- ✓' /j ',o / gressed rap dly. theTsaid in a video conversation awcck / Risk is a necessary [let seizures returned with a ven- aRer her funeral."Ifs hard to say,but it f ,/ part of progress geance.Breathing became a struggle., was far the best far her in the end" Alissa Feldberg had a rare disease that Though doctors had told them she triggered seizures and other problems. Medicine advances in fits and starts wasn't aware of her surroundings,her The promise of clinical trials PROvala sv TN_PansosO and relies on volunteers like Alissa's parents worried she was suffering family,said Dr,Francis Collins,former They certainly were.Their lives and Feldberg and Rokina,who live in Co- longtime director or the National(nsti- those ofthch four alder children-three penhagen,Denmark,had read about the cure her,we were afraid that it would be tortes of Health and a lifelong champion sons from his previous marriage and UMass trial online and were thrilled along devastating life For her,"Feldberg of genetic research and therapy. one from hers-were dictated by Alis- when Alissa passed all the require- said., "I think it's appropriate to he enor- sas round-the-clock care needs.. "I ments to be included., mously inspired and excited about the would not wish this on my worst ene- The researchers were clear Alissa How much and how soon? poleatial"for gene therapy,Collins said my,"Feldberg said. might not benefit from treatment-her Roughly 6,500 rare diseases are Alissa was resuscitated five times in diaeaae mightalready be tooadvanced- About 10 raoutat,al'Iga A16%ok`a,lwa- caused by known DNA misspellings,but the last three weeks ofherlire,The sixth the dosage,based on studies in sheep, ment,the company that sponsored the treatments exist for fewer than 500 of time,it didn't work, might be too low As the weeks and then trial said it could no longer afford to them se far,he said Now,the boys are each w 1fenFng,in months ticked by,waiting for the Food keep it going.UMass raised funds to As to why therapies like this don't al- illelr wwwn wave ast.9.FctdbuTgl and Ro!ki, and Drug Administration to approve the contin ore to Follow the nine children who ways work,Collins pointed to biology. na mostly Feel emptiness. treatment,their expectations dimmed had already been dosed. "People don't appreciate how cam pit- "No emotions,no happiness..The sun Still, where there's action, there's Dr.Terence Flatte,dean of the T,H. cated human biology is,"said Collins, is shining,the spring is coming,but hope and the couple was grateful to be Chan School oFMedicine atUMass,said who has spent his career trying to re- you're just indifferent,"Rokina said. able to grab onto any sliver. via email that his team intends totry the verse a genetic disease called progeria They have no regrets about partici- So,at the end of January 202L when therapy rasa umor Ow'Iwo Anum children, that causes rapid aging pacing in the trial even though the out- Alissawasn't yet 14 months old,doctors bringing the total to lO or R. Only one or two spelling mistakes in come didn't meet their wildest dreams.. gave her two doses oFgene therapy,one Some in the trial were infants and a person's 3-billion-letter genome can Alissastill had a brief blooming after infused into her spinal cord and one di- otherswere older children with lateron- affect trillions of cells across the body, the treatment when she should have rectly into her brain set disease The infants show mild im- including in the brain,which Is ex- seen nothingbut decline,Feldberg said. The early days were promising.For provements and retained neurologic tremely hard toaccess with treatments, "What we really hope for now is that about six months, her deterioration function longer after treatment,Platte he said.. there's some kind of meaning with her slowed.Hersmile Teturned.Sheseemed said,while some of the older children With gene therapy treatments like life.They're going on with the trial,"he almost present experienced a mixed picture with both the one Alissa tried,"you can see the said"At some point,there will be some- "There were a lot of positive things positive and negative signs, payoff,"Collins said'You just can't see where it succeeds and this is whatwe'Te after this treatment,"Rokina said, The gene therapy,which enables the how long it is,how many twists and hoping for...,If this is the meaning of Herability to swallow and cough also children to make the enzyme they're turns, how many unexpected hail- AhwussWe,shun al irm fhur J%alnnaa improved,which worried her parents, m lising,.also seems to be more consis- storms are going to hit you along the meaning." The couple's biggest fear was that the tently c0i cHae'in o closely related dis- way." Health and patient safety coverage therapy,intended to correct the genetic ease called Tay-Sachs. Being among the first patients to re- at USA TODAY is made possible in part mistake that was poisoning Alissa s Alias,had been the First patient fully ceive a gene therapy is challenging for by agranl from the Mosimo Foundation brain,would extend her life but not sub- enrolled.Some later children received patients and families, UMass'Flatte for Ethics,Innovation and Competition stantially improve her vegetative state, higher doses and were treated when said in an emailed statement."Those in Healthcare.The Masimo Foundation "When we realized it wasn't going to they were younger pioneering patients and families who does not provide editorial input. MARKETPLACE TODAY visit: i view more Classified listings oc more Clasatoday.com For adverllsing mlarm[a[ion 1900 3970070 vnvw russelllOhns cam/usat __ ----------- MA o.� az l l ( Earr�Bs 1 "MAw ���11 ASSOCIATE sENERAI BENTINT OPPORTUNITY [ Atltl matt fawlaraYYA a,aita AAWa6t Aawnw'A �8 vldl Ste I M I el g I I ark Po Y Malmcooperal ve sr ,I.,g Woposals for Floadng lah Wh RA,IMAlpNl...rrn samrn,m l'n t duns raa� ,„uaa.sw�.cow�,r�a` An.lIy1G�lnp� p��naestX. a conlracl ng advl on for use by is Pea cps rg Ern,car �-- -- -- a'ipw4MaRNT FIBw[iIt'AE sourcewdl Par,c Paing E LIas [,,da lhecaanea ENnnnnRTLST P09TON AVAILABLE Hannl Newd .r HlllrA elgwe'nmelal hgheeduca on Kt2 eoucal on YanNFwen IAfR({IY IFYIS g _ rywrim r qn cats a dogs nenpml t 1 gavemmenl and omen Cu FaiW bNla I * LW o0tp Y 1 h a 10 heal hot s luuled�the lln lea sines and Canada [ ' n 6 '-I lwi aw O R dw ayq EP p015 A Ile ,a`ln Rey urPfP Aa anna a a t c T,,F1101 kH &skin allergies t sas=n n Sa wellP an, mPanal ..E ..... ..... m,MA,pk4d'k't6t,Akwtdda,NMf:ae Wid1001 steroids! f1tal6,w,lifANRpdekoaW�nurel6t.alY,imr. POLL TIME GENERAL DENTIST WANTED a aa�,w sa�aAgl Tarr,lH�,re GET NOTICED a ".lama, tw H.ew At IFa0Wr Supply° Only propwcaksubm Bed lnrough lhesoumewell w ' eAr'�en.uc WeaeawcernJ u'gemi��nrwn 1 MC� ovol vs, Adve.eaean =:Yana:WAa qra 0320 Pmcuremenl Paaalwellbe cans dared UlA3UUAY'[ br[vaM[wnNrwWdko'PWxumWv r.ge.re.wYw 7.,77 7777777, r'rrre core[nxae V C. l Vs..1 NU yanWam,al Wslw l2e2%W an el T d; ..� nr II ° ail USA TODAV fall.t80013BT-0BTe ift Nberta Purchasing 9pC I Connection opportunity Notice t,oNrparWI God. .......... Flooring Materials with Related Supplier and Services as, arprtrorur pity.brYtowaa4rt0ou IDxµrynul14xdaUd�mun MnfaMucw,r. IICmQmemnnwln lWulropll— mIW-,W.OMN,l Fall .� h M urplrv19war. JA 11W ff.H'UWrvMm VVIINa.', Ner YeYCY�cap kA W'xumW4urvW�{WOIM14BMai/bm4'v;l¢ 0(100 G 9'.CU��fiU Y11 NImMrPw'Y'rYnik r,y u«,, ar�YS 14'df .1rlpdm,I I'll I',,.,,I In J'IITI'II PR".v-W'a 11an e.il'imYGu vWuiie. pgelr�womcatl T... !i! /YVUNA I,all,'^f'I'll,11 M1'Y.0 n�ybn w0�ppoaYOlwnlUrfi 4M1yYrr. �dan raC lUaYBUmvy�i ht'maiku �ppmu9wWIW'uypa: Cryc[m w,a,CARn IJhLi U=r4l 4�nmmrod�N 2.6— MY7A0bC�Gk.HOE'P �raatue;wmxer r�r„eir� voalr I,wiurrrr M1 mI rrce: MVP 1. ll.el�✓.f kl �l.t. I. rAY} P .v.JY rtYIr LL�Id dnu, LtUFJl"l,Ei iY{ ka12.fOliTW:r,,urJ.d IIIIIIIIJ, ro'W1,It xc an.IA l .ai I.Insrtrt,nxr r.,ub°r�.eKro� +M1 r vn b.M1,II AYurW�uM1U NOV� L✓rn,�. pu i niaOn f0'��i VPe.61 viNvv.'ar,N,Iftnvlrr✓d°, lklu4).11 41 UY W,Cf 141„ I412hY1', Y V /'Rt YCLIMJi 11 J i a 44vN: I .YII N V() 1 ac(P L'�J,F !!I I�YP'{f;'!IMe63 .V.11 Vm uvoAnud 4u rmfm�xnWw•r mni.iornmm u,mib.V4mM1wn uo unm alx mars, my I.rvivmwwnkmArvXiY inlml gllwv mr m NrY uMarMmirvu'w irlwx i,rallun A• ,p f nL PurchaserNl C� ................ ..................1111111111­111-1111.. .... Chat Help Logout Home New Bid Closed Bids My Stuff Tools Bid RFP #061323 - Flooring Materials [Switch to Vendor View] Soi,.Arcewell with Related Supplies and Services Bid Type RFP Bid Number 061323 Access Reports View reports on who Title Flooring Materials with Related has been notified of Supplies and Services the bid or accessed it. Start Date Apr 25, 2023 B:51:29 AM CDT [Notification report] [Access report] End Date Jun 13, 2023 4:30:00 PM CDT Questions Agency Sourcewell 0 Questions 0 Unanswered Bid Contact Jeremy Schwartz [View/Ask Questions] (218) 894-5488 rfp@sourcewell-mn.gov Edit Bid 202 12th Street NE [Create Addendum] P.O. Box 219 Staples, MN 56479-0219 Description Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government,and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Pre-Bid Conference Date May 17, 2023 10:00:00 AM CDT Location Online Conference Notes Login information will be emailed two business days prior to the event. Documents No Documents for this bid Customer Support: agencysupport@publicpurchase.com I Copyright 1999-2023© I The Public Group,LLC.All rights reserved. I h'.pt thfic I G"R-Al]). S o u r c e w,e I I , Bawds F��irrw�u�.����:.. �irtd_�c)-re---b-id--s Create Account I��a ire Bid Details Bid Goods Classification: Bid Type: RFP - General Bid Number: RFP 061323 Bid Name: Flooring Materials, with Related Supplies and Services Bid Status: Closed Bid Closing Tue Jun 13, 2023 4:30:00 PM (CDT) Date: Question Mon Jun 5, 2023 4:30:00 PM (CDT) Deadline: Electronic Not Applicable Auctions: Language for Bid English unless specified in the bid document Submissions: Submission Online Submissions Only Type: Submission Online Submissions Only Address: Public Opening: Yes Public Opening See RFP and FAQ documents for details. Address: Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [h2 jj.,/Zprp.p .i. �.�..,. .��. g. �:�"::w." . .�.- mriu �y]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. Bid Document Bid Opportunity notices and awards and a free preview of the bid Access: documents is available on this site free of charge without registration. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. There is no cost to obtain an unsecured version of the document and /or to participate in this solicitation. Categories: h LeBodes...�wl..o Register for this Bid Download Bid Documents P hhwlq j #Or f dwh^qv The following are the meeting times and locations for the opportunity: Meeting Location,DescriptionIDate / Time�Mandatory Meeting'Meeting Document Online Login instructions will be posted to the Wednesday May t.Jnl Pre-'Proposal "Documents" section and available to registered 17, 202 10:00 AM No Conference suppliers two business days prior to the web (CDT) conference. SOU rcew ell' f Hovrit VAloiPas tt:rPtly:o�..ou•.rm u..w 6,3'+ fd, Ck � tVitl�l��l Flooring Materials with Related Supplies and Services Sourcewell,a State of Minnesora local government unit and service cooperative,is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities.Sourcewell Participating Entities include thousands of governmental,higher education,K 12 education,nonprofit,tribal government,and other public agencies located in the United States and Canada A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[mlps,;I;repo rral snu rrewell mn govi Only proposals submitted through the Sourcewell Pioauement Portal will be considered Proposals are due no later than June 13,202 3,at 4:30 p in Central 1 ime,and late proposals will not be considered Important Dates Pre Proposal Conference: May 17,2023 at 10:00 am CDT Proposals Due: June 13,2023 at 4:30 pm CDT To obtmn a copy of the complete RFP,ask questions related to the RFP,of submit a proposal,please use the link below. SanuLu«ewra�4V YrtazsadPeavteirnh PoflRall EI,' Sourcewell u AN Souuau:aons...� f ✓ in V Abauv.ea Q:amateus 4':ammpnlluaurore 0e 0..agaaV P,:rc.9ua0.aa:t News P:ppWUTk"dGb(ra-OUq Y,y SuD uuQoeauu's'_ N—,a,vamu3ot-s P-acymOWV kr—sitolll:v sUPJpNdeo GdPt'ourt:es••• A rian: . U All Ash, ner„ea Closed • Bid Notice Only Publish :v,.r fy o firms Solicitation Setting un lnlrir,l'L'AO— No r Lvuuu."l. No w InPei i"iA Al@ii-M No ,t I:ol;aPi lay✓ II Y "n014a ro vv ul VI V,sir No Solicitation Detalls n Mandatory Information Widlohon type RFP ,.call.V rvll� Nheo ruae YI9IV3 Solicitation Name Flooring Materials with Related Supplies and Sell I'I"n Qu1lr[v,s ^nn Mr,bmi�v0r„ai�u Country&11--ei5 le Canada/Ontario lhuloltl '. 'IlIlfly ii.+vnuo.a.wr;�l Accept Questions Not Applicable Internal Information(For Internal Use only) Procurement Tllle/Praiect Name 061323 Flooring Materlalswllh Related Supplies and Sery1c. Advertisement A — BaslcSeUings ..... ...... .... ,® ......... _ ..------- ,, _ ...... ......... ............0 vo.Of¢ItiP 3rl tllrlco fdPue ruin rtuVVa ullull tV^ua I Vo o[vrldi ry .Ih ru n0 $240 000 000 00 nr II,n�P:4,Vu Pd/10Ir12023 ✓:I,asiI mrl,',N,il 06/13/202316:30:000T V I I s1J�I:upVinn rll'�lw irk .Sv',lv, 10.000.001 over :veidieipauinu^ Selected Categories...........................�. ...................�.w,....�.,.,,,.,.,...,.......... .,,,�............................._.... Construction Bulltling Cons[ruC['on Crnxrete Work.Sldewalks.Sleer N—Inum.Metal Fabncal on Mortar �, Reiru'klm Stole Claclding Flooring Supplies And Services CarpenuyAnd Wood S'fv Building Projects/Renovallon.r Demolition plalecls Demo)U-Cvll Works Earch Movin si[cpre g para[lon Masonry Works llntlergt of 1tl Storage Fences•PalletRacking.Mhvmk.Waterprcrohng Par king Lels.Modular FImn etc Sollcltallon Overvlew Source el Flooring Materials with Related Supplies and Services <.In• IJ P.,,rs t i � nolJ nc+. PJer,�il: Sourrewell,a stare of Mhmesola local gover—otunit and se rvlceceope,,Il,e,Isrequesting proposals for Flooring Materials with Re lal ed supplles and Services to result In a contracting solution tar use by Its Participating E,l sourcewell Pm Uclpating Fntides Include thousands of govemmentA,higher education,g 12 education,nonproRl,ldbal governmenl,and other public agendas lolated In the UnllM States and Canada,A full ropy of the Request for Proposals can be found on the Sourcewell Procurement Poflal Ilalp0/pi,.l,,la:punerseil inn girvj,Only proposals submitted through the sourrewell Procurement portal will be consldered,proposals are due no later than June l3,2023,at 4:10 p or Central l lnte,and late proposals will not W considered 6 Copcylrh12023 R2CoW.NI Rights Resened Powered by Lldl evn hkvin]wNi"'±"lirwrcz:.°.I g Materials with Related Supplies and Se.... 061323 Floonn _.. ...,IT.m .....-._. .._ w _...._..m. Notice Basic Information Estimated Contract Value(CAD) $240,000,000.00(Not shown to suppliers) Reference Number 0000245972 Issuing Organization Sourcewell Owner Organization Solicitation Type RFP-Request for Proposal(Formal) Solicitation Number 061323 Title Flooring Materials with Related Supplies and Services Source ID PP.CO.USA.868485.C88455 Details Location All of Canada,All of Canada Purchase Type Duration:4 years Description Sourcewell,a State of Minnesota local government unit and service cooperative,is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities.Sourcewell Participating Entities include thousands of governmental,higher education,K-12 education,nonprofit,tribal government,and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal[http .//proportdl.souroewell-mn gov).Only proposals submitted through the Sourcewell Procurement Portal will be considered.Proposals are due no later than June 13,2023,at 4:30 p.m. Central Time,and late proposals will not be considered. Dates Publication 2023/04/25 09:38:52 AM EDT Question Acceptance Deadline 2023/06/05 05:30:00 PM EDT Questions are submitted online No Bid Intent Not Available Closing Date 2023/06/13 05:30:00 PM EDT Contact Information Procurement Department 218-894-1930 rfp@sourcewell-mn.gov Bid Submission Process Bid Submission Type Electronic Bid Submission Pricing Lump sum Pricing Lump sum Bid Documents List Item Name Description Mandatory Limited to 1 file Bid Documents Documents defining the proposal No No 2023/04/25 09:39:01 AM EDT Page 1 of 2 061323-Flooring Materials with Related Suv liess and Se.m.wwwwwwwwww__ Categories Selected Categories SIN Category(1) G Goods Goods N72 Household And!Commercial Furnishings And Appliances Household And Commercial Furnishings And Appliances N7220 FLOOR COVERINGS Floor Coverings Includes Linoleum;Rubber and Asphalt Tile;Carpets;Rugs;Rug pads. MERX Category(1) C Goods Goods G13 Fabricated Materials Fabricated Materials UNSPSC Categories(2) 30000000 Structures and Building and Construction and Manufacturing Components and Supplies 30160000 Interior finishing materials 30161700 Flooring 52000000 Domestic Appliances and Supplies and Consumer Electronic Products 1 52100000 Floor coverings 52101500 Rugs and mats 2023/04/25 09:39:01 AM EDT Page 2 of 2 DocuSign Envelope ID:CDE32CC8-0B5D-4CF2-9591-F477BDOE175E NO- Source Proposal Opening Record Date of opening: June 13,2023 Sourcewell posted Request for Proposal#061323,for the procurement of Flooring Materials with Related Supplies and Services,on the Sourcewell Procurement Portal [ j9pgrt 1. urcewe11-Mn gov on Tuesday,April 25,2023,and the solicitation remained in an open status within the portal until June 13,2023,at 4:30 pm CT. The RFP required that all proposals be submitted through the Sourcewell Procurement Portal no later than 4:30 pm CT on June 13,2023,the date and time specified in the Solicitation Schedule. The undersigned certify that all responses received on Request for Proposal#061323 were submitted through the Sourcewell Procurement Portal,and that each Proposer's response material was digitally sealed upon submission and remained inaccessible until the due date and time specified in the Solicitation Schedule. Responses were received from the following: Bentley Mills, Inc.-Submitted 6/13/23 at 10:11:50 AM CBC America, LLC dba TOLI International TOLI TOLI Corp.-Submitted 6/09/23 at 2:15:39 PM Champion Flooring-Submitted 6/13/23 at 12:26:17 PM Division 9 Flooring-Submitted 6/13/23 at 3:14:53 PM Emser Tile, LLC-Submitted 6/13/23 at 4:22:32 PM Engineered Floors,LLC dba J+J Flooring Group-Submitted 6/13/23 at 9:03:57 AM Facility Armor-Submitted 6/13/23 at 2:05:16 PM Forbo Flooring, Inc.,dba Forbo Flooring Systems-Submitted 6/12/23 at 1:57:27 PM Gerflor USA-Submitted 6/12/23 at 4:20:31 PM Giant Floor and Wall Covering Co., Inc.-Submitted 6/02/23 at 5:39:36 PM Interface Americas,Inc.-Submitted 6/09/23 at 11:55:32 AM Karndean International, LLC-Submitted 6/13/23 at 2:24:30 PM Mannington Mills,Inc.-Submitted 6/09/23 at 10:59:07 AM Mats, Inc.dba Matter Surfaces-Submitted 6/12/23 at 2:49:11 PM Maxxon, Inc.-Submitted 6/13/23 at 1:15:24 PM MegaCera, LLC-Submitted 6/13/23 at 5:24:56 AM Milliken Services, LLC-Submitted 6/13/23 at 9:28:54 AM Mohawk Carpet Distribution, LLC-Submitted 6/12/23 at 2:25:09 PM RB&G Products, LLC dba Zandur-Submitted 6/08/23 at 11:06:44 AM Roppe Holding Company-Submitted 6/13/23 at 4:13:58 PM Shaw Integrated and Turf Solutions, Inc.-Submitted 6/13/23 at 8:17:35 AM Tarkett USA, Inc.-Submitted 6/13/23 at 12:26:11 PM UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring-Submitted 6/13/23 at 11:43:45 AM DocuSign Envelope ID:CDE32CC8-OB5D-4CF2-9591-F477BDOE175E The Proposals were opened electronically,and a list of all Proposers was made publicly available in the Sourcewell Procurement Portal,on June 13,2023,at 4:31:17 PM CT.All responsive proposals were then submitted for review by the Sourcewell Evaluation Committee. DoesaW9910d bys DocuMpned by, F E m Greg Grunig, MS, Procurement Lead Analyst Carol Jackson, Procurement Analyst DocuSign Envelope ID:C9C99609-99CF4D7C-9D23-BFF9DF895732 Proposal Evaluation FIooP'lakg materials sa h Rolatod$uppffes and$afiPMlm RFP 053327 Soulcewell ewMlMrliy lnt�l. eoM rYw�.wal Idrn�nn '." *rx.� ar•=".c �.n.^^,'^.MgW,rtwanrvq nPa„a,!Mrr,4E.... .W,-------_„ arA .. 41 .. @ Iva' • ___....... �-- ..,,,,.... ..._,.^W; .... . .........r .. PYnnaol MrwMlYonY .. fA SAI SS tAA A AIT. AOt F _AAP, Aq Apl1 AAP API m — AH0 AM A11I ,____._ 41 anPIN MN rvwiU sl Pllwoi�L N� .......�.,...,..a,�%FOM.v.�.w.. ..,.A �.mm ,.....,.................�. �.,.w......w....,...KW.N .�..����M,�AWw .....�.,m ;:..u......,�...... ..7.... Y" ....,..�..��,....... APT 9F9 .............. .m..........,...,...,...A�. MYMYY>MPw �gP�Ndllq kry mrow'A UAONDGI Mwrb, 4AS_ M1MdmAraw Kwa w.�p YOM .....,..�.. ... ..........-- ....,,. ...�.. �, ..,...,....',,,,... �....�.�.,,,... ..�..,�.,.,.,.,.....,,,..— Y A4A' AAA dAt AM AAk,,,m.,.yyyyyyy., illnw�dY'YAYNNy MIf AA.IwI Limw_.....,_.� —__� ,�.................. t.� ..... .......?A b7 __, V N R Sr MrJW� .. ...,,,, .. .,.,,,, �„ .,,..,...._ ........ 0.N ....,.................. .�.. �� COPN ra M�/1ti`M r�olr�^Y. ......... ., w69 ....,.,...-,... TOM1tl. fAP W.�... I� ...,..,. i.............. A ,. .......... ....,„?X4, ,,.. ......... ... lAll,, :.ad drPel __ :... ^. �In7",rWAi74,DIN?i'XdIB ecxaaGA,rynrYa qAq U'Y5Y"b0a 1&y PP.gP M4' MA'AAw.CkY 4"aA �" I -,__- b4h alt*i NkEt l�r6�AgYk n'�yPpODCA01467._ J---vxlkI.GcPCKcF .Prow - Supen4mr BfMkon Town,NIGP{PP,CPSA,I,CPS[I,PloovemeYrt AYMIyY. GroIAMAoon,PrtartmeYrt MAAYYt Nkk S.W.,P—...M Andy. DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551E07D �GrxSNt9Nn PM Ir q^��i Sourcewell COMMENT AND REVIEW to the REQUEST FOR PROPOSAL(RFP)#061323 Entitled Flooring Materials with Related Supplies and Services The following advertisement was placed April 25, 2023 in USA Today, in South Carolina's The State, and on the Sourcewell website www.sourcewell-mn, oy,Sourcewell Procurement Portal,hu as. ro_portal.sourcewell- mn.gov, Biddingo, Merx, PublicPurchase.com,The New York State Contract Reporter www.nyscr.ny.gov,April 26, 2023 in Oregon's Daily Journal of Commerce, and April 25 and May 2, 2023 in The Oklahoman: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Flooring Materials with Related Supplies and Services to result in a contracting solution for use by its Participating Entities.Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [htt &. ortaLsourcewell-mn.aov)'. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal.The following parties expressed interest in the solicitation by registering for this opportunity within the portal: Accu Steel, Inc. Kal-Trading, Inc. AHF Products Karndean International, LLC American Biltrite(Canada), Ltd. Mannington Mills, Inc. Bentley Mills, Inc. _ Mathusek, Incorporated BOSS CARPET ONE, LLC Mats, Inc. dba Matter Surfaces Britespan Building Systems, Inc. Maxxon, Inc. CBC America, LLC dba TOLI International TOLI TOLI Corp. MegaCera, LLC CDK Logistics, LLC Milliken &Company cfs INTERIORS&FLOORING Milliken Services, LLC Champion Flooring Mohawk Carpet Distribution, LLC Division 9 Flooring NPN Carpet Installation, Inc. DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D Ecore ..�.... ........ ......................_ ...... ..�...._.. -��------------- International NWT&Nunavut Construction Association Emser Tile, LLC OplerwFlooring _........ .........._.. _ ...... ...... _...... Engineered Floors, LLC dba J+J Flooring Group PANDAFLOOR CONTRACTING, LTD Equitable PWXPress Excelsior Concrete Coatings RB&G Products, LLC dba Zandur Facility Armor Regina Construction Association Floorsite, Inc. Resell Solutions, LLC Forbo Flooring, Inc.,dba Forbo Flooring Systems Ro pe Holding Company Freedom Construction, LLC Sentinel Polymers Canada, Inc. Gerflor USA Share Corporation Giant Floor and Wall Covering Co., Inc. Shaw Integrated and Turf Solutions, Inc. Good News Group, Inc. Sled Consulting, LLC Great Floors, Inc, Tarkett USA, Inc. .............. healthchek network, �......_. . t ._ rk, LLC Tiles In Style DBATaza Supplies, LLC UPOFLOOR Americas, Inc. dba Kahrs Interface Americas, Inc. Commercial Flooring All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened,and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal,on June 13,2023 at 4:31:17 pm CT. Proposals were received from the following: Bentley Mills, Inc. CBC America, LLC dba TOLI International TOLI TOLI Corp. Champion Flooring Division 9 Flooring Emser Tile, LLC Engineered Floors, LLC dba J+J Flooring Group Facility Armor Forbo Flooring, Inc.,dba Forbo Flooring Systems Gerflor USA Giant Floor and Wall Covering Co., Inc. Interface Americas, Inc. Karndean International, LLC Mannington Mills, Inc. Mats, Inc. dba Matter Surfaces Maxxon, Inc. MegaCera, LLC Milliken Services, LLC Mohawk Carpet Distribution, LLC RB&G Products, LLC dba Zandur Roppe Holding Company Shaw Integrated and Turf Solutions, Inc. Tarkett USA, Inc. UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551 E07D Proposals were reviewed by the Proposal Evaluation Committee: James Voelker,CPCM, CFCM, Procurement Supervisor Carol Jackson, Procurement Analyst Brandon Town, NIGP-CPP,CPSM,CPSD, Procurement Analyst Nick Scholer, Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that the products and services offered in the proposal response from Champion Flooring,fell outside of the Requested Equipment, Products,or Services of the RFP. All other proposals were found to meet the scope and mandatory submittal requirements and were evaluated. Bentley Mills, Inc., manufactures a wide selection of flooring options including resilient,vinyl, broadloom, carpet tile,flooring hybrid,and rugs.Their sales staff and service network will work throughout the United States and Canada to serve Sourcewell participating entities. Bently Mills, Inc.,actively promotes recycling and carpet waste minimization through their FULFILL program.They are offering substantial discounts off list price. Division 9 Flooring,distributes a comprehensive catalog of flooring solutions such as resilient,ceramic, porcelain tile,wood, hardwood, laminate, rubber,vinyl, broadloom,carpet tile,epoxy,flooring hybrids,floor mats,and rugs. Their sales and installers are ready to serve Sourcewell participating entities in the United States and Canada. Division 9 Flooring is a nationally certified Woman-Owned Business from both NWBOC and WBENC.They are offering Sourcewell participating entities competitive pricing discounts. Forbo Flooring, Inc., provides a broad offering of flooring types including resilient,vinyl, broadloom,carpet tile, flooring hybrids,and floor mats.Their sales staff and dealer network will serve Sourcewell participating entities throughout the United States and Canada.All of Forbo Flooring's product categories offer 100%safe and traceable raw materials.They are offering considerable discounts off list price. Interface Americas, Inc., manufactures a variety of flooring options such as resilient, rubber,vinyl,and carpet tile. Their sales team and extensive dealer network are ready to serve Sourcewell participating entities in the United States. Interface Americas'flooring products are carbon neutral across their full product life cycle through their third-party verified Carbon Neutral FloorsTM program.They are offering Sourcewell participating entities solid pricing discount. Mannington Mills, Inc., is a manufacturer of resilient, rubber,vinyl, broadloom,carpet tile, and rug flooring solutions.Their regionally aligned sales teams and 400 dealer/installer partners will work throughout the United States to serve Sourcewell participating entities. Mannington Mills'commercial products can also contribute credits towards LEED,WELL,and other green building rating certifications.They are offering competitive discounts off list price. Mats, Inc., distributes a solid selection of resilient,wood, rubber,vinyl, broadloom, carpet tile,flooring hybrids, floor mats,and rug flooring materials.Their internal sales staff and dealer partners are ready to serve Sourcewell participating entities in the United States and Canada. Mats, Inc.,offers sustainable flooring solutions that support green building and certification programs including LEED, Mindful Materials,and WELL Building Standard and are also a signatory of the Manufacturer Materials Pledge with Mindful Materials.They are offering Sourcewell participating entities solid discounts from list pricing. DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551E07D Milliken Services, LLC, provides a full selection of flooring solutions including resilient,ceramic, porcelain tile, wood, hardwood, laminate, rubber,vinyl, broadloom,carpet tile,epoxy,flooring hybrids,floor mats,and rugs. Their sales staff and dealer network of over 7000 will work throughout the United States and Canada to serve Sourcewell participating entities. Milliken Services'acoustic technology of their carpet the solutions reduces in- room and through-floor noise by up to 50%compared to other flooring.They are offering substantial discounts off list price. Mohawk Carpet Distribution, LLC, manufactures a wide variety of flooring solutions including resilient, laminate, rubber,vinyl, broadloom, and carpet tile.Their commercial sales force and dealer network are ready to serve Sourcewell participating entities in the United States and Canada. Mohawk Carpet Distribution's EcoFlex ONE backing is 100%carbon neutral and additionally provides a 5%carbon offset.They are offering Sourcewell participating entities solid pricing discounts. Roppe Holding Company, is a manufacturer of flooring solutions such as resilient, rubber,and vinyl.Their regionally aligned sales staff and distributor partners will work throughout the United States and Canada to serve Sourcewell participating entities.All of Roppe Holding Company's products are emissions tested to GreenGuard Gold or FloorScore certification.They are offering competitive discounts off list price. Shaw Integrated and Turf Solutions, Inc., provides a large selection of resilient,ceramic, porcelain tile,wood,vinyl, broadloom, carpet tile,flooring hybrids,floor mats,and rug flooring solutions.Their sales staff and installation partners are ready to serve Sourcewell participating entities in the United States and Canada. Shaw's re[TURN]® Reclamation Program allows for the return of EcoWorx, ReWorx,and Shaw-made resilient flooring to be diverted from landfills and recycled into new products.They are offering Sourcewell participating entities substantial pricing discounts. Tarkett USA, Inc., manufactures a wide selection of resilient, ceramic, porcelain tile, laminate, rubber,vinyl, broadloom, carpet tile,epoxy,and flooring hybrid solutions.Their sales force and approved dealer network will work throughout the United States and Canada to serve Sourcewell participating entities.Tarkett USA's products are Cradle to Cradle Certified"'for five criteria which include, material health, product circularity, renewable energy and climate requirements,water stewardship, and social fairness.They are offering competitive discounts off list price. For these reasons,the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #061323 to: Bentley Mills, Inc. #061323-13PS Division 9 Flooring #061323-DV9 Forbo Flooring, Inc., dba Forbo Flooring Systems #061323-FRO Interface Americas, Inc. #061323-IFA Mannington Mills, Inc. #061323-MMI Mats, Inc.dba Matter Surfaces #061323-MAT Milliken Services, LLC #061323-MAC Mohawk Carpet Distribution, LLC #061323-MCD Roppe Holding Company #061323-RPP Shaw Integrated and Turf Solutions, Inc. #061323-SII Tarkett USA, Inc. #061323-TFU DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551E07D Sou,VV'd;eWkNJeH Page 5 of The preceding recommendations were approved on July 21,2021 DocuSdgsesd iwyr'. James Voelker, CPCM,CFCM,Procurement Supervisor DocuSignedby: ua F'FF�ddtFDF:0.�:�Fd td'F,,, Carol Jackson, Procurement Analyst � OacuSignad bw G�dadP +� y�drN°.,, 1d3rt�,���61ad'4y"d7+tl�d�.. Brandon Town, NIGP-CPP,CPSM,CPSD, Procurement Analyst Doc.u:ftndd'..by:. Y 9�9i�9.M100CA04467._. Nick Scholer, Procurement Analyst DocuSign Envelope ID:84096366-2C22-4E08-8244-E13A6551E07D STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP#061323 for Flooring Materials with Related Supplies and Services. The committee accepted,deemed responsive,evaluated,and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell's bylaws,the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency,created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21),and in conformity to Sourcewell's Procurement Policy. D"uS.Vg,ned by: .frF1';�F413G'M6,489,. Jeremy Schwartz,CSSBB,CPPO, NIGP-CPP Sourcewell Chief Procurement Officer DocuSign Envelope ID:870F5044-274F-4979-8044-B464723BBEE2 SOURCEWELL STATE OF MINNESOTA sourcewell Member Thi el moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES 3/21/2023 Resolution No.2023.07 WHEREAS,Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation,for the categories listed on Appendix A, which is attached and incorporated. WHEREAS,through the Sourcewell Procurement Policy,the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program;and WHEREAS,the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member Nagel and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows , Arts , Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: DorkASIgned by: 5 Clerk to the Board of Directors DocuSign Envelope ID:870F5044-274F-4979-8044-B464723BBEE2 APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS-March 2023 Ra uIestiro Brra d err Isslo o to Solicit the folicrirriri ategartesw Z None m Z 1 Gal z Ro Ia stln Board rrnissiion to Re-Sailcit the lollawiri categories: o , . a Flooring Materials with Related Supplies and Services 1 m '® 9 to NEW CONTRACTS Supplier Name Contract Number Solicitation Title BOXX Modular,Inc. 120822-BXX "Relocatable Building and Storage Solutions with Related Services" Z McGrath RentCorp dba Mobile Modular Management 120822-MMR "Relocatable Building and Storage Solutions with Related Services" LA Triumph Modular,Inc. 120822 TRM "Relocatable Building and Storage Solutions with Related Services m 1 Avaya,Inc. 120122-AVY "Unified Communication and Contact Center Solutions" a Gioia P.Ambrette dba Newcastle Communications 120122-NEW "Unified Communication and Contact Center Solutions" C1 '" Mitel Business Solutions,Inc. 120122-MBS "Unified Communication and Contact Center Solutions" Z t7 Presidia Networked Solutions 120122-PSO "Unified Communication and Contact Center Solutions" 1 RingCentral,Inc. 120122-RNG "Unified Communication and Contact Center Solutions" m 3 CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Krueger International,Inc. 121919 KII "Furniture Solutions with Related Accessories and Services" "Athletic and Physical Education Equipment and Supplies with Flaghouse,Inc. 071819-FLG Related Accessories" "Athletic and Physical Education Equipment and Supplies with Litania Sports/Porter Athletic/Gill Athletics 071819PTA Related Accessories" "Athletic and Physical Education Equipment and Supplies with ,Prophet Corp./Gopher Sport 071819-PRO Related Accessories" "Athletic and Physical Education Equipment and Supplies with School Health Physical Education 071819-PAL Related Accessories" "Pre-Engineered Buildings with Related Materials,Site Preportlon, Nucor Buildings Group 013019-NUC Installation and Ancillary Services" "Portable Construction Equipment with Related Accessories and Clark Equipment/Bobcat/Doosan 041719 CEC Attachments" NEW IDIQ CONTRACTS None IDIQ;Contract Extensions Company Name Contract Number None DocuSign Envelope ID:637A0871-A414-46B3-AF92-633293B80E65 fA SOURCEWELL � STATE OF MINNESOTA sourcewd Member Kircher moved the adoption of the following Resolution: RESOLUTION TO RATIFY COOPERATIVE CONTRACTING AWARDS 8/15/2023 Resolution No.202321 WHEREAS,the Sourcewell Board of Directors previously authorized the solicitations for the cooperative categories listed on Appendix A,which is attached and incorporated;and WHEREAS,Sourcewell issued the cooperative contracting solicitations for the authorized categories; and WHEREAS,through the Sourcewell Procurement Policy,the Board designated the Chief Procurement Officer to administer Sourcewell's cooperative purchasing and contracting program and to award all competitively solicited contracts,without limitation;and WHEREAS,the Chief Procurement Officer made the awards listed based on the results of the competitive solicitation process;and WHEREAS,the Board acknowledges that the awards made by the Chief Procurement Officer are valid and binding; however, based upon some members'legal requirements the Chief Procurement Official is required to seek subsequent Board ratification of all cooperative purchasing awards. NOW THEREFORE BE IT RESOLVED by the Board of Directors ratifies the cooperative contracting awards made by the Chief Procurement Officer listed on Appendix A. The motion for the adoption of the foregoing resolution was duly seconded by Member Barrows and the following voted in favor: (list names here) zylka, Nagel , Thiel , Barrows, Arts, Kircher, Kicker and the following voted against: (list names here or"NONE") NONE whereupon said resolution was declared duly passed and adopted. ATTEST: RmSigg"ed by: bvJ& alp Clerk to the Board of Directors DocuSign Envelope ID:637AO871-A414-46B3-AF92-633293BBOE65 APPENDIX A SOURCEMIW'ELL PROCUREMENT DEPARTMENT BOARD ITEMS-August 2023 Raf 4w o*1 Board parnfietdaat to Ulldt"tR 101101WIng'categoLtes- 0 Empl'oyee Benefit Administrative Products and Services Z an m Z a z o d .Nsedem to i Sodicdt the followin oat o esl D School Buses with Related Accessories Su lies,Parts,and Services =I Refuse Collection Vehicles with Related Equipment,Accessories,and Services 3 Industrial and Workplace Storage Systems with Related Accessories a' Indefinite Delivery Indefinite Quantity Construction-California NEW CONTRACTS Sup pler Name Contract Number Solicitation Title "Fleet Electrification Transition Planning,Management and Related Guidehouse,Inc. 051123-GUI Services" "Fleet Electrification Transition Planning,Management and Related Hatch Associates Consultants,Inc. 051123-HAT Services" "Fleet Electrification Transition Planning,Management,and Related ri Highland Electric Fleets,Inc. 051123-HEF Services" N "Fleet Electrification Transition Planning,Management and Related Z ICF Resources,LLC 051123-ICF Services" a "Fleet Electrification Transition Planning,Management and Related G1 InCharge Energy,Inc. 051123-INC Services" M Z "Fleet Electrification Transition Planning,Management and Related a INF Associates,LLC 051123-INA Services" "Fleet Electrification Transition Planning,Management and Related m U PA Consulting Group,Inc. 051123-PAC Services" "Fleet Electrification Transition Planning,Management and Related Positive Energy,Inc. 051123-PST Services" "Fleet Electrification Transition Planning,Management,and Related Sia Partners,Inc. 051123-SIA Services" AXIS Insurance Company 051623-AXC "Group Employee Benefits and Related Services" Colonial Life&Accident Insurance 051623-CLA "Group Employee Benefits and Related Services" Lincoln National Group 051623-LNG "Group Employee Benefits and Related Services" Meti-ife,Inc. 051623-MET "Group Employee Benefits and Related Services" Reliance Matrix 051623-RLC "Group Employee Benefits and Related Services" Adroit Advanced Technologies 062723-ADT 'Alternative Student and Client Transportation Services" Assist Services 062723-ARS 'Alternative Student and Client Transportation Services" First Student 062723-FIR "Alternative Student and Client Transportation Services" HopSkipDrive 062723-HSD 'Alternative Student and Client Transportation Services" Bentley Mills 0613223•BPS "Floating Materials with Related Supplies and Services' Division 9 061323-DV9 "Flooring Materials with Related Supplies and Services" Forbo Flooring Systems 061323-FRO "Flooring Materials with Related Su lies and Services" Interface Americas 061323-IFA "Flooring Materials with Related Supplies and Services" Mannington Mills 061323-MMI "Flooring Materials with Related Supplies and Services" Mats,Inc. 061323-MAT "Floorinm Materials with Related Su Iles and Services" Milliken Services 061323-MAC "Flooring Materials with Related Supplies and Services" Mohawk Carpet Distribution 061323-MCD "Flooring Materials with Related Supplies and Services" Roppe Corporation 061323-RPP "Flooring Materials with Related Supplies and Services" Shaw Integrated and Turf Solutions 061323-Sll "Fluuting Muleriuls wilt Reluled Su lies und5ea vices" Tarkett USA 061323-TFU "Floating Materials with Related Sappies and Services" CONTRACT EXTENSIONS So plier Name Contract Number Soiicitaidan Title Genuine Parts Company-NAPA Integrated "Fleet and Facility Related Vendor Managed Inventory and Logistics Business Solutions 110520-GPC Management Solutions" Unifirst Corporation 040920-UFC "Uniforms with Related Products and Services" CNH Imdustrial America 110719-CNH 'Ag Tractors with Related Attachments,Accessories and Supplies'' NEW IDIQ CONTRACTS Company Name Contract Number Region-Type of Work None 1014 Contract Extensions Company Name Contract Number DocuSign Envelope ID:637AO871-A414-46B3•AF92-633293B8OE65 APPENDIX A Continued Johnson-Laux Construction,LLC MD-RI-GC04-052621-1LC Centennial Contractors Enterprises,Inc. MD-RI-GC03-052621-CCE Step 1 Enterprises,LLC MD-RI-GCOl-052621-S1E Vigil Contracting,Inc. MD-R4-GCO1-052621-VGL Adrian L.Merton,Inc. MD-R5-HVACO2-052621-ALM Centennial Contractors Enterprises,Inc. MD-R3-GCO2-052621-CCE Centennial Contractors Enterprises,Inc. MD-114-GCO2-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R3-EO1-052621-BEC Vigil Contracting,Inc. MD-R2-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R4-EO2-052621-VGL S-Works Construction Corporation MD-R2-GC03-052621-SWC Paige Industrial Services,Inc. MD-R3-GC03-052621-PAI Paige Industrial Services,Inc. MD-R3-EO2-052621-PAI Paige Industrial Services,Inc. MD-R3-RW02-052621-PAI Vigil Contracting,Inc. MD-RS-GCO2-052621-VGL Adrian L.Merton,Inc. MD-R4-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R4-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R5-HVAC01-052621-VGL Vigil Contracting,Inc. MD-R2-EO2-052621-VGL The Matthews Group MD-R2-GC04-052621-TMG Paige Industrial Services,Inc. MD-RS-GC03-052621-PAI Skyline Roofing,Inc. MD-112-RW01-052621-SKY Skyline Roofing,Inc. MD-R3-RW01-052621-SKY Vigil Contracting,Inc. MD-R2-GCO1-052621-VGL Pai a Industrial Services,Inc. MD-R6-HVACO2-052621-PAI Paige Industrial Services,Inc. MD-R5-RW02-052621-PAI Paige Industrial Services,Inc. MD-R6-RW02-052621-PAI Bethel Electric Construction Company of Maryland, LLC M D-Rl-E01-052621-BEC Paige Industrial Services,Inc. MD-R3-PACOl-052621-PAI Paige Industrial Services,Inc. MD-R5-PACO2-052621-PAI Bethel Electric Construction Company of Maryland, LLC M D-R4-EO1-052621-BEC Bethel Electric Construction Company of Maryland, LLC M D-R5-E01-052621-BEC Adrian L.Merton,Inc. MD-R2-HVACO2-052621-ALM Vigil Contracting,Inc. MD-R6-GCOi-052621-VGL Vigil Contracting,Inc. MD-R6-HVACOl-052621-VGL Vigil Contracting,Inc. MD-R5-EO2-052621-VGL Centennial Contractors Enterprises,Inc. MD-R6-GC04-052621-CCE Vigil Contracting,Inc. !MD-R3-GC04-052621-VGL Vigil Contracting,Inc. MD-R3-HVAC01-052621-VGL Nichols Contracting,Inc. MD-113-GC01-052621-NIC Bethel Electric Construction Company of Maryland, LLC MD-R6-EO1-052621-BEC Skyline Roofing,Inc. MD-RI-RWOS-052621-SKY Skyline Roofing,Inc. MD-R5-RWO1-052621-SKY Vigil Contracting,Inc. MD-R6-E02-052621-VGL Nichols Contracting,Inc. MD-115-GC01-052621-NIC F.H.Paschen,S.N.Nielsen&Associates,LLC MD-Rl-GCO2-052621-FHP S-Works Construction Corporation MD-R4-GC04-052621-SWC Paige Industrial Services,Inc. MD-R6-GC03-052621-PAI Centennial Contractors Enterprises,Inc. MD-R5-GC04-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R2-E01-052621-BEC Adrian L.Merton,Inc. MD-R3-HVACO2-052621-ALM Paige Industrial Services,Inc. MD-R6-PACO2-052621-PAI Place Services,Inc. KY-E-GC01-062420-PLS The Lusk Group KY-E-RWO1-062420-LMC Calhoun Construction Services KY-NC-GCO2-062420-CAC The Lusk Group KY-W-E02-062420-LMC Tecta America Corp. KY-W-RW02-062420-TEA Place Services,Inc. KY-NC-GC03-062420-PLS Place Services,Inc. KY-NC-EO1-062420-PLS The Lusk Group KY-NC-RWO1-062420-LMC DocuSign Envelope ID:637AO871-A414-46B3-AF92-633293B8OE65 APPENDIX A Continued The Lusk Group KY-NC-E02-062420-LMC The Lusk Group KY-W-RW01-062420-LMC Tecta America Corp. KY-NC-RW02-062420-TEA Tecta America Corp. KY-E-RW02-062420-TEA Triton Services,Inc. KY-NC-HVAC01-062420-TRS The Lusk Group KY-W-GC03-062420-LMC The Lusk Group KY-E-HVAC01-062420-LMC The Lusk Group KY-E-E02-062420-LMC The Lusk Group KY-NC-GC05-062420-LMC The Lusk Group KY-E-GC03-062420-LMC Place Services,Inc. KY-W-EO1-062420-PLS Place Services,Inc. KY-W-GC01-062420-PLS Place Services,Inc. KY-E-E01-062420-PLS Triton Services,Inc. KY-NC-GCOl-062420-TRS The Lusk Group KY-W-HVAC01-062420-LMC F.H.Paschen,S.N.Nielsen&Associates,LLC KY-NC-GC04-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC KY-W-GCO2-062420-FHP F.H.Paschen,S.N.Nielsen&Associates,LLC _ KY-E-GCO2-062420-FHP The Lusk Group KY-NC HVACO2-062420-LMC