Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item P2
P2 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting August 20, 2025 Agenda Item Number: P2 2023-4396 BULK ITEM: Yes DEPARTMENT: Administration TIME APPROXIMATE: STAFF CONTACT: Lindsey Ballard n/a AGENDA ITEM WORDING: Report to the Board of County Commissioners on the Small Contracts signed by the County Administrator. ITEM BACKGROUND: PREVIOUS RELEVANT BOCC ACTION: INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: STAFF RECOMMENDATION: Staff recommends approval. DOCUMENTATION: Small Contract ® Canon BUIL I 07.30.2025.pdf Small Contract m Florida Keys Electric 07.28.2025.pdf signed.pdf Small Contract m Gallagher LOSAP FR 07.18.2025.pdf Small Contract m Milliken 07.28.2025.pdf signed.pdf Small Contract m T'arlcett USA Inc. 07.28.2025.pdf signed.pdf FINANCIAL IMPACT: 4029 Monroe County Purchasing Policy and Procedures COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM„FOR CONTRACTS $1 00,000 00 and Under, CANfJN FINANCIAL SERVICES CaaL=t. . 187& Effective Date: 4-414 shi� az 5J3TJ�o3o ' tttftt Expiration Date. Contract Purpose/Description: 60 month Fh�S/Lease unite Ip1FL 1876�6 for ;Canonlrgswwait Advance D3�5$441�,w/ asttte, NP iJn 611 aticf Inner 1^rnlshet L1 ;;- l�a0160 MT t pl for Key Largo office46 be sh* d With'P a ilfl &ErtSrrrorfi ettf�l �s it(i ttl i Al r/ r i Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: MIChelle 1Czenas 255,6 Widtfl p CONTRACT COSTS Total Dollar Value of Contract: $ p 6.00 Current Year Portion: $ 870,4G (must be$100,000.00 or less) —.., .0-•-- - (If multiyear agreement then -•- �•�M� - requires BOCC approval,unless the r4�)Ml s,un1m6JU m allwnm Is `It 11 00 0W 00 ill es o-) Budgeted? Yes❑✓ NoD Grant: $ County Match: $ C '(spt Fund/Cost Center/Spend ADDITIONAL COSTS Estimated Ongoing Costs: $3000/yr For: Copier meter usage charges (Not included in dollar value above) (e.g.maintenance,utilities,janitorial,salaries,etc.) insurance Required: YES ❑NO *0 CONTRACT REVIEW Reviewer Date In Dig tally signed by Rick Grain Department Head Signature: Rick Griffin D 1e:2025.04.17 10:58:00-04'00' ._. -__ D gilally 6 PIv1d,6C Kelly Dugan County Attorney Signature: Kelly Dugan Dale:20Y g 2 11:4944 0400' Digtlally signed by Janlyn Flail Jaclyn Flatt ' Dale:2D25oa25,°:D2s, D4° Risk Management Signature: Purchasing Signature: Lisa Abreu 4/28/2025 Digilally signed by Jon Wind OMB Signature: John Quinn Dale 2D2s04,261z4707 04'00 Connments: Revised BOCC 4/19/2023 Page 84 of 105 4030 rl�tft m-Inc. — S" 11beir 01)7ce Technology ParfrrerProposal for MC Building Dept. Key Largo Office Canon imageRUNNER ADVANCEC5840i The imageRUNNER ADVANCE DX 5800 Series is designed to enable enhanced office productivity. These intelligent systems provide an intuitive user experience and support Canon's range of holistic business solutions.The imageRUNNER ADVANCE DX C584i model delivers speeds of u to 40 ppmfor black-and-white and color (LTR). The imageRUNNER ADVANCE 5500 Series is built on the Third Generation mageRUNNER ADVANCE platform and offers standard Universal Login Manager(UL ), U R II/PCL/ S Printing, HDD Encryption Kit, Wireless LAN and Remote Operators Software Kit. Options include staple finisher with convenience stapler and Super G3 fax board. Location of Unit: 102050 OverseasKey Largo,Fl.33037 Pricing: 60-month FMV lease under NASPO FL#187646 at$217.60 per month to include set up,delivery, installation for ( I)-Canon(I)-Canon imageRUNNER ADVANCE DX C5840i as well as pickup and return of old device,plus the following options, Options included in pricing: are listed in the attached CSAP Worksheet 1002, to include Cassette Feeding UnitAQ1; Inner Finisher-L1 Service and Supply Agreement: Zero base maintenance program billed by CFS under state contract# 17646 rates of $0.0078 per B&W page and $0.0609 per color page to include all toner, service, parts and labor. Excludes paper and staples. Includes delivery,setup,and connectivity Onsite customer training Toner replenishment Meter service provided through Canon Financial Services All local supplies,parts,and labor excluding paper and staples Average 2 hour response time to service priorities Please feel free to contact me with any questions at 305d783-8002 Thanks,John Ribble Confidential-net to be shared or copied it out the prior written consent of Sands of the Keys,Inc PAGE I OF I Confirmed proposal falls under Enterprise Alternate Contract Source No.44100000-24- NASPO-ACS State Contract Digitally signed by Kelly Dugn Kelly Dugan Da ea 2025.07.30 13 12 40 -04'00' Kelly Dugan, Asst. County Attorney Christine Hurley, County Administrator *Initial legal review conducted 4/25/25 as reflected by D5 form 4031 N s` m o T C O O w�a ww w w w wa w w.......wm .... w w p C � F O w'uti w w rrw w w wwn w�w w w v�+.. c`m' w m � w LL Y' LL � n N o ly ° i � w w w w w w....,w w w w w w ww w w iJ C � N 9 E _ a w ,ww w»:ary w ww w w w (0 ~ N M p w w w w w w w w w w u a:. U 0 c o 0 oa 0 c 8 8 0 N O O O O o 0 N m N W O O 0 O O O O O 0 0 0 0 0 0 0 N y e o O n w o w u a a a" .oo 0 0 00 0 0 0 0 r o 0 (/7 U 0 o O O N a o ' N O O O. o 0 0 0 0 0 0 O Q c > q '" 0 0 0 0 0 0 0 0 0 0 0 0 v o LLI c Z w m w LL W °5 z a , 0 uJ � E c p,�ry. , LAY. O E 15 O a O O a O o U o U o 0 0 0 0 o W Ikw _ U 0 0 o 0 m � .. o 0 0 0 0 0 0 0 0 0 0' o wL" 100- ,zo o 0 0 0 a u 0 o 0 0 0 o E a a a w - fa - ate _ - '.. ci w = in w w e � w4 W m _a �A x ° w w w w w ww w _ V w E r cn 4 o w > N r m a ca w w w w w w w w w w w w w N r u N nw. W (n CD Y U 0, a 9 � Q g brE LL d - a in a d r s 3 a w x c c f <. `o E W sM w wrm w wwwww!w�a wwwawww C Z o rr N am O nN n,LLa3m 0 r I' r E o wE 0 W, w caw w wlww N w V m o w ca w w ca w G7 C �. r p ,..e. 0 w-........caw w.w ca w w Ica O �I LU N r' caw ca w wlw caw w w w w w w 0 �I cl m,7 W 0 a..z v _ Z W E o +Yw E E E °' a o�z LL r IFS z Eaua d wU, jE to 4032 Monroe County Purchasing Policy and Procedures ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT.SUMMARY FORM FOR CONTRACTS $1„00,000.00 and Under Florida.Keys Eledtric, Inc. Contract 4 Effective Date: June 3, 2025 Expiration Date: 90 days after Sulu Completion Contract Purpose/Description: Installation of Automatic Transfer Switch for the Key Weat Public Defender's Office generator Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Breanne Erickson x4427 Project Management/#1 CONTRACT COSTS Total Dollar Value of Contract: $ 33,847 26 Current Year Portion: $ 331847 26 (must be$100,000.00 or less) (If multiyear agreement then requires BOCC approval,unless the s:,Md �Kodmii�ltiNc Moro�aasdwt.is Budgeted?Yes No� os Grant: $N/A County Match: $ Fund/Cost Center/Spend Category: 304-24007 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (e.g. maintenance,utilities,janitorial, salaries,etc.) Insurance Required: YES W1N0❑ CONTRACT REVIEW Reviewer Date In Department Head Signature: Cary Vick Digitally 025.D7dby Cary Vick Dace:zzs.o7sa o9s7:45-oaoo County Attorney Signature: Joseph X. DiNovo Digitally signed by Joseph X.-D4'DY vo Date'.2025.07.08 10:59:58 Digitally by Gaelan PJones Risk Management Signature: Gaelan P Jones Date'.2025.07.10 12:05:30-04'00' Lisa Abreu Digitally signed by Lisa Abreu Purchasing Signature: Data 21325.o7.1108:57:18-o4'os' John Quinn Digitally signed by John Quinn OMB Signature: Date'.2025.07.25 13:34:34-04'DY Comments: Revised BOCC 4/19/2023 Page 84 of 105 4033 Agreement Between Owner and Contractor Where the basis of payment is a STIPULATED SUM AGREEMENT Made as of the 3rd day of June 2025 BETWEEN the Owner: Monroe County Board of County Commissioners 500 Whitehead Street Key West, Florida 33040 And the Contractor: Florida Keys Electric, Incorporated 905 Overseas Highway Key West, Florida 33045 For the following Project: Public Defender's Office Automatic Transfer Switch Installation (ATS) Scope of the Work The Scope of Work shall include, but not be limited to, all labor, supervision, materials, power, tools, equipment, supplies, permits, and any other means of construction necessary or proper for performing and completing the Scope of Work, unless otherwise specifically stated. Work shall include the installation of an Automatic Transfer Switch (ATS) at the Public Defender's Office located at 316 Simonton Street in Key West, Florida. The ATS will be used to facilitate connection of a portable generator in the event of a power outage. Scope of work shall include the following: 1. Install Automatic Transfer Switch (ATS) as per plans (EXHIBIT C): • Public Defender Generator Bid Drawings- Bender&Associates Architects, P.A. & Hursey, Nicolaides, Garcia & Suarez, Consulting Engineers (1 July 2024) • Owner provided ATS: ASCO ATS SPECS 2. The Contractor shall Coordinate with Keys Energy Services to de-energize and re-energize service if necessary. AGREEMENT Page 1 of 40 4034 3. The Contractor shall install the Owner purchased ATS per the Drawings and Specifications found in Exhibit C. 4. The Contractor shall commission the ATS using an Owner provided generator once in place. 5. The Contractor shall obtain all necessary permits, including any fees. 6. The Contractor shall provide labor, equipment, and all of the needed materials and hardware to complete the project and properly dispose of debris. See General Conditions. 7. The Contractor shall provide storage containers for material, as needed. 8. The Contractor shall provide necessary waste disposal and daily clean up. 9. The Contractor shall provide adequate security to protect delivered products from theft, vandalism, or damage during the installation. 10. Installation shall commence upon agreed upon date between the Owner and the Contractor, and it shall proceed without interruption until complete. Contractor Responsibilities: A) The Contractor shall coordinate all activities with the Monroe County Project Management Department. Contact: Wendy Carter at Qa..i! it ink, „(_)Mq,il,Pr.Q.2. .!i ,!y,,lE;ll ov. B) The Contractor is required to provide protection for all existing surfaces including, but not limited to: i. Existing equipment to remain ii. Existing fencing and building iii. Vehicles and Personal Property iv. Landscaping C) The Contractor shall ensure that all non-exempt employees for this effort are compensated in accordance with all State and Local Laws. D) The Contractor shall load, haul, and properly dispose of all construction debris and materials. E) The Contractor shall provide and maintain appropriate (OSHA required) construction warning signs and barriers. F) The Contractor shall furnish all required work site safety equipment. G) The Contractor shall furnish and maintain on-site material safety data sheets (MSDS) for all materials used in the construction. H) Construction work times shall be limited to: Times specified by Monroe County Project Management 1) All materials must be approved by submittal prior to commencement of work. J) The Contractor needs to be aware of weather and location and plan accordingly. K) The Contractor shall provide a safety lift plan for any crane/hoist work. AGREEMENT Page 2 of 40 4035 L) If applicable, the Contractor shall provide paper or electronic copies of all original device specifications, warranties, maintenance schedules, shop drawings, permits, repair and maintenance contacts, and any other information necessary for the proper function and maintenance of the equipment. M) The Contractor shall provide a schedule for all phases of the project. N) The Contractor shall coordinate all activities with concurrent site work being performed, if any. ARTICLE 1 The Contract Documents The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Specifications, and all required insurance documentation, and Modifications issued after execution of this Agreement. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 10. In the event of a discrepancy between the documents, precedence shall be determined by the order of the documents as just listed. ARTICLE 2 The Work of this Contract The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: N/A ARTICLE 3 Date of Commencement and Substantial Completion 3.1 The date of commencement is the date to be fixed in a Notice to Proceed issued by the Owner. The Contractor shall achieve Substantial Completion of the entire Work not later than Ninety (90) calendar days after the date of commencement or issuance of a Notice to Proceed. The time or times stipulated in the contract for completion of the work of the contract or of specified phases of the contract shall be the calendar date or dates listed in the milestone schedule. Liquidated damages will be based on the Substantial Completion Date for all work, modified by all approved extensions in time as set forth by the Director of Project Management's signature of approval on the Certificate of Substantial Completion. The liquidated damages table below shall be utilized to determine the amount of liquidated damages. FIRST SECOND 31ST DAY & CONTRACT AMOUNT 15 DAYS 15 DAYS THEREAFTER Under $50,000.00 $50.00/Day $100.00/Day $250.00/Day $50,000.00-99,999.00 100.00/Day 200.00/Day 750.00/Day $100,000.00-499,999.00 200.00/Day 500.00/Day 2,000.00/Day $500,000.00 and Up 500.00/Day 1,000.00/Day 3,500.00/Day AGREEMENT Page 3 of 40 4036 The Contractor's recovery of damages and sole remedy for any delay caused by the Owner shall be an extension of time on the Contract. Uncontrollable Circumstance. Any delay or failure of either Party to perform its obligations under this Agreement will be excused to the extent that the delay or failure was caused directly by an event beyond such Party's control, without such Party's fault or negligence and that by its nature could not have been foreseen by such Party or, if it could have been foreseen, was unavoidable: (a) acts of God; (b) flood, fire, earthquake, explosion, tropical storm, hurricane or other declared emergency in the geographic area of the Project; (c) war, invasion, hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest in the geographic area of the Project; (d) government order or law in the geographic area of the Project; (e) actions, embargoes, or blockades in effect on or after the date of this Agreement; (f) action by any governmental authority prohibiting work in the geographic area of the Project; (each, a "Uncontrollable Circumstance"). The Contractor's financial inability to perform, changes in cost or availability of materials, components, or services, market conditions, or supplier actions or contract disputes will not excuse performance by the Contractor under this Section. The Contractor shall give the County written notice within seven (7) days of any event or circumstance that is reasonably likely to result in an Uncontrollable Circumstance, and the anticipated duration of such Uncontrollable Circumstance. The Contractor shall use all diligent efforts to end the Uncontrollable Circumstance, ensure that the effects of any Uncontrollable Circumstance are minimized and resume full performance under this Agreement. The County will not pay additional cost as a result of an Uncontrollable Circumstance. The Contractor may only seek additional time at no cost to the County as the Owner's Representative may determine. The Contractor may only seek a no cost Change Order for such reasonable time as the Owner's Representative may determine. ARTICLE 4 Contract Sum 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Thirty-One Thousand, Seven Hundred, Thirty-Five and 91/100 Dollars ($31,735.91), for parts and labor and Two Thousand, One Hundred Eleven and 35/100 Dollars ($2,111.35) for Permit Fees, for a total contract amount of Thirty-Three Thousand, Eight Hundred, Forty-Seven and 26/100 Dollars ($33,847.26), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: N/A ARTICLE 5 Progress Payments [Not Used] ARTICLE 6 Final Payment Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor and the work has been accepted by the Owner except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment, and (2) a final AGREEMENT Page 4 of 40 4037 approval for payment has been issued by the Director of Project Management. Such final payment shall be made by the Owner not more than twenty (20) days after the issuance of the final approval for payment. The following documents (Samples in Section 01027, Application for Payment) are required for Final Payment: A. Warranties, bond and guarantees. B. Operating and maintenance data, instructions to the Owner's personnel. C. Spare parts and maintenance materials. D. Proof of permit closure. E. Evidence of release of liens, if any. ARTICLE 7 Miscellaneous Provisions 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payment shall be made according to the Florida Local Government Prompt Payment Act and Monroe County Code. 7.3 Temporary facilities and services: As described in Section 01500, Temporary Facilities, of the General Conditions. 7.4 Annual Appropriation. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the County funds on which this Agreement is dependent are withdrawn, this Agreement is terminated, and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 7.5 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract to supply any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 7.6 The following items are included in this contract: a) Maintenance of Records. The Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven (7) years from the termination of this Agreement or in accordance with the State of Florida retention schedules (https:Hdos.fl.gov/library-archives/records- AGREEMENT Page 5 of 40 4038 management/general-records-schedules/), whichever is greater. Each party to this Agreement or their authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for seven (7) years following the termination of this Agreement. b) Right to Audit (Availability of Records). The records of the parties to this Agreement relating to the Project, which shall include, but not be limited to, accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner or by the Monroe County Office of the Clerk of Court and Comptroller (hereinafter referred to as "County Clerk")to substantiate charges related to this Agreement, and all other agreements, sources of information and matters that may, in Owner's or the County Clerk's reasonable judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner or the County Clerk. The Owner or County Clerk may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for ten (10) years after Final Completion of the Project. The County Clerk possesses the independent authority to conduct an audit of records, assets, and activities relating to this Project. If an auditor employed by the County or County Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Section 55.03, Florida Statutes, running from the date the monies were paid to Contractor. The Right to Audit provisions survive the termination or expiration of this Agreement. c) Governing Law, Venue, and Interpretation. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the County and Contractor agree that venue will lie exclusively with the appropriate court, or before the appropriate administrative body, in Monroe County, Florida. The Parties waive their rights to trial by jury. The County and Contractor agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. Severability. If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this AGREEMENT Page 6 of 40 4039 Agreement would prevent the accomplishment of the original intent of this Agreement. The County and Contractor agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. d) Attorney's Fees and Costs. The County and Contractor agree that, in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and court costs as an award against the non-prevailing party and shall include attorney's fees and court costs in appellate proceedings. e) Binding Effect. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the County and Contractor and their respective legal representatives, successors, and assigns. f) Authority. Each party represents and warrants to the other that the execution, delivery and performance of this Agreement 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 Contract to legal counsel of its choice and enters into this agreement freely, voluntarily and with advice of counsel. g) Claims for Federal or State Aid. The Contractor and County agree that each shall be, and is, empowered to apply for, seek, and obtain federal and state funds to further the purpose of this Agreement. Any conditions imposed as a result of the funding that affect the Project will be provided to each party. h) Adjudication of Disputes or Disagreements. The County and Contractor agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of the parties. If the issue or issues are still not resolved to the satisfaction of the parties, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. This Agreement is not subject to arbitration. This provision does not negate or waive the provisions of Section 7.4, Section 7.6 or Article 9 concerning termination or cancellation. i) Cooperation. In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, the County and Contractor agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. The County and Contractor specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. j) Nondiscrimination/Equal Employment Opportunity. The parties agree that there will be no discrimination against any person, and it is expressly understood that, upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. The parties agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352), which prohibit discrimination in employment on the basis of race, color, religion, sex, and national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the AGREEMENT Page 7 of 40 4040 Rehabilitation Act of 1973, as amended (20 USC § 794), which prohibits discrimination on the basis of disability; 4)The Age Discrimination Act of 1975, as amended (42 USC§§ 6101- 6107), which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, §§ 523 and 527 (42 USC §§ 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC §§ 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC § 12101 Note), as may be amended from time to time, relating to nondiscrimination in employment on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) Any other nondiscrimination provisions in any federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. During the performance of this Agreement, the Contractor, in accordance with Equal Employment Opportunity(30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, ¶C, agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation AGREEMENT Page 8 of 40 4041 conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 4. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6. The Contractorwill furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7. In the event of the Contractor's non-compliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8. The Contractor will include the portion of the sentence immediately preceding Paragraph (1) and the provisions of Paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non- compliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. k) Covenant of No Interest. The County and Contractor covenant that neither presently has any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 1) Code of Ethics. The County agrees that officers and employees of the County recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. AGREEMENT Page 9 of 40 4042 m) No Solicitation/Payment. The County and Contractor warrant that, in respect to themselves, they have neither employed nor retained any company or person, other than a bona fide employee working solely for them, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for them, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Contractor agrees that the County shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. n) Employment or Retention of Former County Officers or Employees. The Contractor warrants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee pursuant to Subsection 2-152(b), Monroe County Code of Ordinances. o) Public Records Compliance. The Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of Article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to Section 119.0701, Florida Statutes and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon request from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. AGREEMENT Page 10 of 40 4043 (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. The Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH ST., SUITE 408, KEY WEST, FL 33040, publicrecords@monroecounty-fl.gov, (305) 292-3470. p) Non-Waiver of Immunity. Notwithstanding the provisions of Section 768.28, Florida Statutes, the participation of the Contractor and the County in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the County be required to contain any provision for waiver. AGREEMENT Page 11 of 40 4044 q) Privileges and Immunities. All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the County, when performing their respective functions under this Agreement within the territorial limits of the County shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the County. r) Legal Obligations and Responsibilities. This Agreement is not intended to relieve, nor shall it be construed as relieving, any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. s) Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to authorize, nor shall it be construed as authorizing, the delegation of the constitutional or statutory duties of the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. t) Non-Reliance by Non-Parties. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the County and the Contractor agree that neither the County nor the Contractor or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. u) Attestations. The Contractor agrees to execute such documents as the County may reasonably require, to include, but not limited to, a Public Entity Crime Statement, an Ethics Statement, Non-Collusion Statement and a Drug-Free Workplace Statement. v) No Personal Liability. No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. w) Execution in Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. If any signature is delivered by email delivery of a ".pdf"format data file, such signature will create a valid and binding obligation of the party executing (or on whose behalf such signature is executed) with the same force and effect as if the ".pdf' signature was an original signature. The Contractor's transmitting an electronic signature will provide the inked original to the County, at the County's request. x) Hold Harmless, Indemnification, and Defense. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, and/or to the fullest extent permitted by law, the Contractor shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or AGREEMENT Page 12 of 40 4045 causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of the Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. The limits of liability shall be as set forth in the insurance requirements included in this Agreement. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. y) In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. z) The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. aa) Agreements with Subcontractors. In the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor specifically agrees to identify the County as an additional insured on all insurance policies required by the County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with its subcontractors shall include the County as additional insured. bb) Independent Contractor. At all times and for all purposes under this Agreement, the Contractor is an independent contractor and not an employee of the Board of County Commissioners of Monroe County. No statement contained in this Agreement shall be construed so as to find the Contractor or any of its employees, subcontractors, servants, or agents to be employees of the Board of County Commissioners of Monroe County. cc) E-Verify System. Beginning January 1, 2021, in accordance with Section 448.095, Florida Statutes, the Contractor and any subcontractor shall register with and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to AGREEMENT Page 13 of 40 4046 verify the work authorization status of all new employees hired by the subcontractor during the Contract term. Any subcontractor shall provide an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall comply with and be subject to the provisions of Section 448.095, Florida Statutes. Pursuant to Section 448.095: 1) A public agency, Bidder, or subcontractor, who has a good faith belief that a person or an entity with which it is contracting has knowingly violated Subsection 448.09(1), shall terminate the contract with the person or entity. 2) A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the Bidder otherwise complied with this subsection, shall promptly notify the Bidder and order the Bidder to immediately terminate the contract with the subcontractor. 3) A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a Bidder under this paragraph, the Bidder may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A Bidder is liable for any additional costs incurred by a public agency as a result of the termination of a contract. dd) Entire Agreement. This writing embodies the entire agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Any amendment to this Agreement shall be in writing, approved by the Board of County Commissioners, and signed by both parties before it becomes effective. ee) Florida Green Building Coalition Standards. Monroe County requires its buildings to conform to Florida Green Building Coalition standards. ff) Section Headings. Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. 7.7 Any written notices or correspondence given pursuant to this contract shall be sent by United States Mail, certified, return receipt requested, postage prepaid, or by courier with proof of delivery and delivery pre-paid. The place of giving Notice shall remain the same as set forth herein until changed in writing in the manner provided in this paragraph. Notice is deemed received by Contractor when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non-acceptance of delivery. Notice shall be sent to the following persons: For Contractor: Florida Keys Electric, Incorporated 905 Overseas Highway Key West, Florida, 33045 AGREEMENT Page 14 of 40 4047 For Owner: Cary Vick Assistant County Administrator 1100 Simonton Street, Suite 2-216 1100 Simonton Street, Suite 2-205 Key West, Florida 33040 Key West, Florida 33040 County Attorney 1111 12th Street, Suite 408 Key West, Florida 33040 ARTICLE 8 Insurance 8.1 The Contractor shall obtain insurance as specified and maintain the required insurance at all times that this Agreement is in effect. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. 8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of A: VI or better, that is licensed to business in the State of Florida and that has an agent for service of process within the State of Florida. The coverage shall contain an endorsement providing sixty (60) days' notice to the County prior to any cancellation of said coverage. Said coverage shall be written by an insurer acceptable to the County and shall be in a form acceptable to the County. 8.3 The Contractor shall obtain and maintain the following policies: a) Workers' Compensation insurance as required by the State of Florida, sufficient to respond to Chapter 440, Florida Statutes. b) Employers' Liability Insurance with limits of$500,000 per Accident, $500,000 Disease, policy limits, $500,000 Disease each employee. c) Comprehensive Business Automobile and Vehicle Liability Insurance covering claims for injuries to members of the public and/ or damages to property of others arising from use of motor vehicles, including onsite and offsite operations, and owned, hired or non-owned vehicles, with $200,000 per person, $300,000 per Occurrence, $200,000 Property Damage or $300,000 combined single limit. d) Commercial General Liability Insurance, including Personal Injury Liability, covering claims for injuries to members of the public or damage to property of others arising out of any covered act or omission of the Contractor or any of its employees, agents or subcontractors, including Premises and/or Operations, Products and Completed Operations, Independent Contractors; Broad Form Property Damage and a Blanket Contractual Liability Endorsement with $1,000,000 Combined Single Limit. e) An Occurrence Form policy is preferred. If coverage is changed to or provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported must extend for a minimum of 48 months following the termination or expiration of this contract. AGREEMENT Page 15 of 40 4048 f) The County shall be named as an additional insured with respect to Contractor's liabilities hereunder in insurance coverages identified in Paragraphs C and D. g) The Contractor shall require its subcontractors to be adequately insured at least to the limits prescribed above, and to any increased limits of the Contractor, if so required by the County during the term of this Agreement. The County will not pay for increased limits of insurance for subcontractors. h) The Contractor shall provide to the County certificates of insurance or a copy of all insurance policies including those naming the County as an additional insured. The County reserves the right to require a certified copy of such policies upon request. i) If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. ARTICLE 9 Termination or Suspension 9.1 The Contract may be terminated by the Owner as provided in Article 14 of the General Conditions. 9.2 In the event that the Contractor shall be found to be negligent in any aspect of service, the County shall have the right to terminate this Agreement after five (5) calendar days' written notification to the Contractor. 9.3 Either of the parties hereto may cancel this Agreement without cause by giving the other party sixty (60) days' written notice of its intention to do so. 9.4 Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with the Contractor should the Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide the Contractor with seventy-two (72) hours' written notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this Agreement with the Contractor, the County shall pay the Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. However, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to the Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recoup monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code. 9.5 Termination for Convenience: The County may terminate this Agreement for convenience, at any time, upon thirty (30) days' written notice to the Contractor. If the County terminates this Agreement with the Contractor, the County shall pay the Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract. The maximum amount due to the Contractor shall not exceed the spending cap in this Agreement. 9.6 For Contracts of any amount, if the County determines that the Contractor/Consultant has submitted a false certification under Subsection 287.135(5), Florida Statutes or has been placed AGREEMENT Page 16 of 40 4049 on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have the option of (1) terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Subsection 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions of Subsection 287.135(4), Florida Statutes, are met. 9.7 For Contracts of$1,000,000 or more: a) If the County determines that the Contractor/Consultant submitted a false certification under Subsection 287.135(5), Florida Statutes, the County shall have the option of(1) immediately terminating the Agreement after it has given the Contractor/Consultant written notice and an opportunity to demonstrate the agency's determination of false certification was in error pursuant to Subsection 287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement, at the County's option, if the conditions of Subsection 287.135(4), Florida Statutes, are met. b) If the Contractor/Consultant has been placed on the Scrutinized Companies with Activities in the Sudan List, or if the Contractor/Consultant has been placed on a list created pursuant to Section 215.473, Florida Statutes relating to scrutinized active business operations in Iran, or been engaged in business operations in Cuba or Syria, the County shall have the option of (1) terminating the Agreement, or (2) maintaining the Agreement, at the County's option, if the conditions of Subsection 287.135(4), Florida Statutes, are met. ARTICLE 10 Enumeration of Contract Documents 10.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: N/A 10.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor. 10.1.2 The General Conditions are the General Conditions of the Contract for Construction. By signing this Agreement, the Undersigned has read and accepts the terms and conditions set forth by the Monroe County General Requirements for Construction, found at the following link on the Monroe County webpage: ht,t; ,//fIII moinir"oecouurmD; ,cliivliic Illus,courmm/Ilf;;�liids,as mx CaD;lllllf; °t8 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,:1.,,,....,,,,,,,1�,,,,,,,,,,,,,,,,,,,,,,,,,,,, ...........,,. 10.1.3 Not Used. 10.1.4 The Addenda, if any, are as follows: N/A REMAINDER OF PAGE INTENTIONLLY BLANK AGREEMENT Page 17 of 40 4050 agreement is entered into as of the day and year first written above. Execution by the Contractor must be by a person with authority to bind the entity. SIGNATURE OF THE PERSON EXECUTING THE DOCUMENT MUST BE NOTARIZED. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA MONROE COUNTY ATTOMNEYS OFFCE By: APPROVED AS TO FORM County Administrator or Designee TAW COUWfYATTORNEY oATE: - 30-2025 CONTRACTOR'S Witnesses Attest: CONTRACTOR: FLORA) YS ELECTRIC, INCORPORATED Contractor must two witnesses Signatures Signature: 7 Signature:_ Print Name: Raymond Vazquez L/ Print Name:-Faith Vazquez Title: President Date: 07/01/25 Date: 07/01/25 and Print Name: Andrea Rainer Date: 07/01/25 STATE COUNTY OF YCA On this day of 20 :L,? before me e undersigned n to public, by means o ysical presence;or 171 online, personally appeared 7 LIJ (name of affiant) known to, me to be the person whose name is subscribed above or who produced as identification, and acknowledged that he/she is the person who executed the above contract with Monroe County for the Public Defender's Office Automatic Transfer Switch Installation (ATS) for the P7,7 s therein contained. Notary Publii t Print Name tit State of FkXW My commission expires: (Seal) j ON WaWasAndrea L Rainer 2 My CornmWsW HH'148853 D 4 Exoes 10t2=026 AGREEMENT Page 18 of 40 4051 GENERAL REQUIREMENTS Where Project Management is Not a Constructor Section 00750 General Conditions Section 00970 Project Safety and Health Plan Section 00980 Contractor Quality Control Plan Section 01015 Contractor's Use of the Premises Section 01027 Application for Payment Section 01030 Alternates Section 01040 Project Coordination Section 01045 Cutting and Patching Section 01050 Field Engineering Section 01200 Project Meetings Section 01301 Submittals Section 01310 Progress Schedules Section 01370 Schedule of Values Section 01385 Daily Construction Reports Section 01395 Request for Information — (RFI) Section 01410 Testing Laboratory Services Section 01421 Reference Standards and Definitions Section 01500 Temporary Facilities Section 01520 Construction Aids Section 01550 Access Roads and Parking Areas Section 01560 Temporary Controls Section 01590 Field Offices and Sheds Section 01595 Construction Cleaning Section 01600 Material and Equipment Section 01630 Post-Proposal Substitutions Section 01640 Product Handling Section 01700 Contract Closeout Section 01710 Final Cleaning Section 01720 Project Record Documents Section 01730 Operation and Maintenance Data Section 01740 Warranties GENERAL REQUIREMENTS Page 19 of 40 4052 EXHIBIT "A" MONROE COUNTY REQUIRED COUNTY FORMS COUNTY FORMS Page 20 of 40 4053 COUNTY FORMS AFFIDAVIT CONTRACTOR/CONSULTANT: Florida Keys Electric, Inc. By signing this Affidavit, CONTRACTOR/CONSULTANT has sworn or affirmed to the following requirements as set forth in the Public Entity Crime Statement, Ethics Clause, Drug-Free Workplace Statement, Vendor Certification Regarding Scrutinized Companies List, and Non-Collusion Affidavit as set forth below. Public Entity Crime Statement The CONTRACTOR/CONSULTANT certifies and agrees that CONTRACTOR/CONSULTANT nor any Affiliate has been placed on the convicted vendor list within the last 36 months. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid, proposal, or reply on a contract to provide goods or services to a public entity; may not submit a bid,proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on contracts to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By executing this Affidavit, CONTRACTOR/CONSULTANT represents that the execution of this Affidavit will not violate the Public Entity Crimes Act(Section 287.133, Florida Statutes). Violation of this section shall result in termination of the Agreement and recovery of all monies paid hereto and may result in debarment from COUNTY's competitive procurement activities. In addition to the foregoing, CONTRACTOR/CONSULTANT further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONTRACTOR/CONSULTANT has been placed on the convicted vendor list. CONTRACTOR/CONSULTANT will promptly notify the COUNTY if it or any subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. COUNTY FORMS Page 21 of 40 4054 Ethics Clause By signing this Affidavit,the CONTRACTOR/CONSULTANT warrants that he/she/it has not employed, retained or otherwise had act on his/her/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. Drug-Free Workplace CONTRACTOR/CONSULTANT in accordance with Florida Statute, Sec. 287.087, hereby certifies that CONTRACTOR/CONSULTANT shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. The person authorized to sign this Affidavit certifies that CONTRACTOR/CONSULTANT complies fully with the above requirements. Vendor Certification Re2ardin2 Scrutinized Companies Lists CONTRACTOR/CONSULTANT agrees and certifies compliance with the following: Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized COUNTY FORMS Page 22 of 40 4055 Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473,Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of CONTRACTOR/CONSULTANT, I hereby certify that the company identified above as "CONTRACTOR/CONSULTANT" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County,if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Note: The List are available at the following Department of Management Services Site: http://www.dms.mvflorida.com/business�oyerations/state purchasing/vendor information/convicted s uspended_discriminatory complaints vendor lists Non-Collusion Affidavit CONTRACTOR/CONSULTANT by signing this Affidavit, according to law on my oath, and under penalty of perjury, depose and say that the person signing on behalf of the firm of CONTRACTOR/CONSULTANT, the bidder making the Proposal for the project described in the Scope of Work, and that I executed the said proposal with full authority to do so; the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; the statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. SIGNATURES ON NEXT PAGE COUNTY FORMS Page 23 of 40 4056 UNDER PENALTIES OF PERJ1JRV, I DECLARE THAT I HAVE READ THE FOREGOING AFFIDAVIT OF COMPLIANCE AND THAT THE FACTS STATED IN IT ARE TRUE. Florida Keys Electric, hic - orated, a Florida Electric, Prolit Corporation By: (Si nature) Printed Name: Title: President Dated- 07/01/25 S'I'A,rE OF FLORIDA COUNTY OF The 6oregoing instrument was acknowled-ed before me, by means ()K�,," physical esence, or e 'c, online notarization, this day o' b#1 �h�4"2025, y o I C if�vq- 0 GA, h i"ersonaHykfi Me or has prodUced as identification. w [Notary Seal] Af VIC A, Signature of Notary rrlal 30 h Warf pbjjC Staw of FWIda Andres L Rainer ) 10/2en02 o N ommission HH 148853 Printed Name ol'Notary res 5 My Commission Expires,: COUNTY FORMS Page 24 of 40 4057 INSURANCE REQUIREMENTS AND FORMS MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES General Insurance Requirements for Contractors and Subcontractors As a pre-requisite of the work and services governed, or the goods supplied under this contract(including the pre-staging of personnel and material), the Contractor shall obtain, at his/her/its own expense, insurance as specified in the attached schedules, which are made part of this contract. The Contractor will ensure that the insurance obtained will extend protection to all Sub-Contractors engaged by the Contractor. Alternatively, the Contractor may require all Subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract(including pre-staging of personnel and material)until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work, resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance, shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required Insurance throughout the entire term of this contract and any extensions specified in any attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor will be held responsible for all deductibles and self-insured retentions that may be contained in the Contractor's Insurance policies. The Contractor shall provide, to the County, as satisfactory evidence of the required insurance, either: • Certificate of Insurance, or • A Certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non-renewal, material change, or reduction in coverage unless a minimum of thirty (30) days prior notification is given to the County by the insurer. COUNTY FORMS Page 25 of 40 4058 The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, its employees and officials, 1100 Simonton Street, Key West, Florida 33040, will be included as "Additional Insured" on all policies, except for Workers' Compensation. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management. COUNTY FORMS Page 26 of 40 4059 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT: OFFICE OF PUBLIC DEFENDER BUILDING (KEY WEST)AUTOMATIC TRANSFER SWITCH INSTALLATION BETWEEN MONROE COUNTY, FLORIDA AND FLORIDA KEYS ELECTRIC, INCORPORATED Prior to the commencement of work governed by this contract, the Contractor will obtain General Liability Insurance. Coverage will be maintained throughout the life of the contract and include, as a minimum: • Premises Operations 0 Products and Completed Operations • Blanket Contractual Liability 0 Personal Injury Liability The minimum limits acceptable is: $1,000,000 Combined Single Limit An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy,its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. COUNTY FORMS Page 27 of 40 4060 BUSINESS AUTOMOBILE LIABILITY INSURANCE REQUIREMENTS FOR OFFICE OF PUBLIC DEFENDER BUILDING(KEY WEST)AUTOMATIC TRANSFER SWITCH INSTALLATION BETWEEN MONROE COUNTY, FLORIDA AND FLORIDA KEYS ELECTRIC, INCORPORATED Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Business Automobile Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: 0 Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $300,000 Combined Single Limit(CSL) If split limits are provided, the minimum limits acceptable shall be: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements COUNTY FORMS Page 28 of 40 4061 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR OFFICE OF PUBLIC DEFENDER BUILDING(KEY WEST)AUTOMATIC TRANSFER SWITCH INSTALLATION BETWEEN MONROE COUNTY, FLORIDA AND FLORIDA KEYS ELECTRIC, INCORPORATED Prior to the commencement of work governed by this contract, the Contractor will obtain Workers' Compensation Insurance with limits sufficient to respond to applicable Workers' Compensation state statutes and the requirements of Chapter 440, Florida Statutes. In addition, the Contractor will obtain Employers' Liability Insurance with limits of not less than: $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $500,000 Bodily Injury by Disease, each employee Coverage will be maintained throughout the entire term of the contract. Coverage will be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self- insurer, the County may recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. COUNTY FORMS Page 29 of 40 4062 Worker's Compensation Statutory Limits Employers Liability $500,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease Policy Limits $500,000 Bodily Injury by Disease, each employee General Liability, including $1,000,000 Combined Single Limit Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Business Automobile Liability $300,000 Combined Single Limit (Owned, non-owned, and hired vehicles) If split limits are preferred: $200,000 per Person $300,000 per Occurrence $200,000 Property Damage Builder's Risk Not Required Performance Bond Not Required MONROE COUNTY, 1100 SIMONTON STREET, KEY WEST, FL 33040, SHALL BE NAMED CERTIFICATE HOLDER AND AS AN ADDITIONAL INSURED ON ALL POLICIES EXCEPT WORKER'S COMPENSATION. INDEMNIFICATION, HOLD HARMLESS, AND DEFENSE. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, Contractor shall defend, indemnify, and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions, or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses (including attorney's fees) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Contractor or any of its employees, agents, contractors or other invitees during the term of this Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of Contractor or any of its employees, agents, sub-contractors or other invitees, or (C) Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Contractor). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. Insofar as the claims, actions, causes of action, litigation, proceedings, costs, or expenses relate to events COUNTY FORMS Page 30 of 40 4063 or circumstances that OCCUr during the term ofthis Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. In the event that the completion of the protect (to include the work of others) is delayed or suspended as a result of the Contractors failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from SLICh delay, Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the plans and specifications provided by the Contractor,the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it frorn all losses occurring thereby and shall forther defend any claim or action on the County's behalf'. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this Agreement. FDEM Indemnification To the fullest extent permitted by law, the Contractor shall indernnify and hold harrnless the Agency, the State of'Horida, Department of Emergency Management,and its officers and employees, frorn liabilities, darnages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. This indemnification shall Survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the('County,)Agency's sovereign immunity, ]PRO POSER'S S'l1'Arlrr IMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with 0' all of the requirements herein. I fully accept the indernnification and ho 0,111less and duty to defend as Set Out in this proposal. -Florida 1fCeys Electric, Inc, 401 PROPOSER Signature COUNTY FORMS Page 31 of 40 4064 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the proposer named above. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES General Liability 1,000,000 Liability policies are X Occurrence Claims Made Acrisure, LLC Insurance Agency Signature COUNTY FORMS Page 32 of 40 4065 COMMON CARRIER RESPONSIBIL[TIES,AFFIDAVIT F.S. 908.111 1, Raymond.Vazquez "I of the City of Key West according to law on my oath, and Under penalty of perjury, depose and say that: If Contractor is a common carrier, as defined by Section 908.1 11, Florida Statutes, then Conti-actor hereby certifies that it is not willfully Providing and will riot willfully provide any service during the Contract term in furtherance of transporting a person into this s,tat. wing that the person is an Unauthorized Alien, except to facilitate the detention, r o removal, �ure of the person from this state , or or the United States, .1010� (Signature) Raymond Vazquez Printed 'acne Date: 07/01/25 ............ S'rAJ'E OF. C 0 U NTY 0 F Subscribed and sworn to or atfin-ned) before me,,,tb)YMe,a,,s ()O�.physical resence or Cl online notarization, oil personally ,(name of affiant). He/She is kilo to me or ' has produced (type of identification) as identification. ,fitft Wary POW State Of F'MD(Wa NOTARY PUBLIC 6% Andrea L"nor . MY commiswn HH 148853 OF Expires 1012tV2026 My Commission Expires: COUNTY FORMS Page 33 of 40 4066 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: -Florida Ks Electric, Inc. Vendor FEIN: 65-0053891 Vendor's Authorized Representative- Raymond Vaz_iLiez President (Name and Title) Address: 905 Overseas tjy�y City: Key West State: FL Zip: 33040 Phone Number: 305-296-4028 Email Address: fvazquezrZb, flke selectriccom As a non-governmental entity eXCCLIting, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit Linder penalty of perjury attesting that Vendor does not use coercion Im labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means: I. Using or threatening to use physical force against any person'. 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person Without lawful authority and against her or his will; 3. Using lending or other credit rnethods to establish a debt by any person when labor or services are Pledged as a security for the debt, if the valLIC of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature ol*the labor or set-vice are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled Substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person. As a person authorized to sign on behalf of Vendor, I Certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by sane. Certified By: Ra mondVaz uez who is authorized to sign on behalf of the above referenced cot ur Authorized Signature: Print Name: R�mqnd Vazquez Title.- President COUNTY FORMS Page 34 of 40 4067 APPENDIX A,44 C.F.R. PART 18— CERTIFICATION REGARDING LOBBYING (To be submitted with each bid or offer exceeding$100,000) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal: loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement, 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and subrnit Standard Form-LLL, "'Disclosure Form to Report Lobbying," in accordance with its instructions, 1 The undersigned shall require that the language of this certification be included in the award documents for all subalwards at all tiers (including subcontracts, suibgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S, Code. Any person who fails to file the required certification shall be suibject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Florida Keys Electric, Inc., certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 Ul. 38, 0 Administrative Remedies for False Claims and Statements, apply ' i,,s certification and disclosure, if any. Signature of&ontractW;A—u orized Official Raymond Vazquez, President Name and Title of Contractor's Authorized Official gZLO lj2 5 Date COUNTY FORMS Page 35 of 40 4068 I OTDRISCT,OLOSIULR Of BLBORMINI"G ACMIETIES;T "ICINIUETMS FONIF DSCOST LOYN V-TVk=S FULSU,,�U TO 31 11,1 C 7�3152 L, Type of Federal ActiGn: 2. stsitus of'Fede.s."d -Action: 3. Report'Type: ❑a,cartmct b p2all L iLhM2 NTNMd b mweriz]chakge C. loopwffllke: L POFI-AwWd d" i0m Fur Muffri'all,ClAne 00-: 'E. LOM,fLjAr7LjUee Yen'— jq'IMME f lamimm-amce dae oaf list rEpart 4. Name amd,Ad&ess of'Reparfing,Emfiq 5. Emiu Nameand Addres-,of Prime El Prame ElSubmudea 'Tier. ff k mw V, Con—gresmalual Iiiistrict.,if kimmm Coagre-shm2l'Disstrict,if knuolm 61L Fede.ra]DepznmtmVAgEnrY:, '7- Federal Program NameTewripfialu: CFDA Numbez, if Npp�cable 9, 9,. A7drmr;d.4LMMMt,,ffknolam, 10. %. N,,A�mipazdAddressefL,obbyl,mtity b. lmdhiduals Perfbrmjmg Sernres (including ('ff inINIL132,12%.1 MAMR,L-A,nal3le,mi), address ff differsmi from No I On) (13.7.mame. ant mmm-miji (attach Coulmummu Sllejet(-)if meceismy,,i 11. Amoumt of Payment 11(1cleck,A that appb,), 13. Tv pe,of'Paymeni(cli*ck,-ad]that apply'"!' ❑actual F—]pig F a. reminer F—I b, DUE-bMPIfew 12. Form of Psymplist(,check aM ffizt s", j ly)- C, Co=,Ssicc, F-1 a, C'a',21 d. cmatmgent fpp ❑ b m4hmxi:; 1sWffy: mature e defensi umhla f, OlhEr^ sped!.� 14. BrjefDe,.,,rrip,&n olf'Sfarviices Perfumed arto be peTformied and Date(u)afSenrxe,imcbAng or membeT(s)camlact4 for P2(ymemt lmdjuled,iin ftemmll: (Imach c"'Olilinuahco Sh'alev"s),if necesiary) 15. CDetimmaiiam Sheei(s)Ambed: YeSEI Na El doom#1 dus furm^L waffixugd b7,, TkIz H U&C-Stactim 13 2, '771w.,di,�ch(swq d lCobbimp, Sipatllxp.�� rsL,nm--Q was pbucod by them,tLar mborus whan hii tmmavdrau. Mi urdwaL-ohrsqw;d Prmt I;amp 1351 Msmf=26mlAii1b� rapoiud,to Ccmpwir Ngmummmflymdrent bo aTmLabk Ew, pkIz impQCdall. Any pwlim who Eu.'h tz,Ek th';mq#r : TAT le: &'scl:mus'iLj2 TV I P ra,Imp SIG"4M aud mot mcm thm S EDO'COO foriach nmh fidimli, "Telephome"N'0. Reproductom Feclerml Use,Onlv,: Slmdm,d Fa mm-Lam: CC 2-6,r, PAR7 2JCOIIJIWY 4069 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status ofthe covered Federal action. 3. Identify the appropriate classification ofthis report. If this is afollow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,state and zip code ofthe reporting entity. Include Congressional District ifknown. Check the appropriate classification ofthe reporting entity that designates if it is or expects to be aprime or subaward recipient. Identify the tier ofthe subawardee, e.g.,the first subawardee ofthe prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). Ifknown,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1(e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes,e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value ofthe in-kind payment. 13. Check the appropriate box. Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description ofthe services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identifythe Federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response,including time for reviewing instruction, searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project (0348-0046),Washington,D.C.20503. SF-LLL-Instructions Rev.06-04-90aENDIF» 2-6d PART 2/COUNTY COUNTY FORMS Page 37 of 40 4070 e� ei Minority Owned Business Declaration F'larida Kos Electric Inc. a sub -contractor engaged by Monroe County ctrirg tle ccapiekioc of work associated with the below indicated project (Check one) x is a minority business enterprise, as defined in Section 28 .703, Florida.Statutes or' is not a minority business enterprise, as defined in Section 288,703, Florida Statutes. Pursuant to Subsection 2118,703(3), Florida Statutes "Minority business enterprise" means any small business concern as defaced in subsection(G)(see below)which is organized to engage in commercial transactions,which is domiciled in Florida, and which is at least 5 1-percent-owned by minority persons who are members of an insular group that is of particular racial, ethnic,or gender makeups or national origin,which has been subjected historically to disparate treatment due to identification in and with that group resulting in an underreparesentation of commercial enterprises under the group"s control, and whose management and daily operations are controlled by such persons,A minority business enterprise may primarily involve the practice of"a profession. Ownership by a minority person does not include ownership which is tlae result of transE r from a nonminority person to a minority person within a related immediate fannily group if the combined total net asset value ofall members of such fancily group exceeds$1 million.For purposes of this Subsection,tlae terns"related immediate fannily group" means one or more children under 16 years of age and a parent of such children or the spouse of such parent residing in the same house or living unit. Pursuant to Subsection 7841.703(6)),Florida.Statutes"Small business"oceans all independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that,together with its anihates„has as net worth of not more than $5 million or any term based in this state which has aa, Small Business Administration s(a) certification. As applicable to sole proprietorships,the$5 million net worth requirement shall include both personal and business investments, Contractor mav rel`er to Se tion 88.703 Florida Statutes f'or more information. Contractor Florida etric, Inc, Sub-Recipient: Monroe County Signature Signature Print Name: Ramcund Vaz uez; Printed Name: Title: President _ Title/ OMB Departr�rent: Verified via: Address: 905 Overseas H � _ _ State of Florida Contract Number: City/State/Zip Key West COUNTY FORMS Page 38 of 40 4071 EXHIBIT `B" VENDOR PROPOSAL VENDOR PROPOSAL Page 39 of 40 4072 Florida Keys Electric, Inc. rlrlrrrFLORIDAHEYS r , ELECTRIC,/1MC 905 Overseas Highway Key West, FL 33040 305.296.4028 admin@flkeyselectric.com 7P7.REIUI 0ERELECTRICALCONTRACTOR wwu�,.'�IIIh� s�ll�clu uc c�au�o ......................... ...................:..y....:....:::.......:::......:::.:.................................... . PROPOSAL 03/27/25 Prepared for: Proiect Location: Monroe County Public Works& Engineering Public Defender 16th Judicial Circuit (305)619-0297 316 Simonton Street Aguirre-Wendy@MonroeCounty-FL.gov Key West, FL33040 Proiect Name: Public Defender 16th Judicial Circuit—ATS SCOPE OF WORK:INCLUDED • REWORK(1)4"PVC CONDUIT WITH SERVICE FEEDERS(REMOVE FROM EXISTING JUNCTION BOX,INSTALL 400A ECB). • (1)NEW 400A ECB. • REWORK(3)1"CONDUITS(GROUNDING CONDUCTORS). • REWORK(1)EXISTING JUNCTION BOX(SEE ATTACHED DRAWING FOR NEW LAYOUT). • REWORK(4)2"PVC CONDUITS(INSTALL TRAFFIC RATED HANDHOLE AND EXTEND CONDUITS,SEE ATTACHED DRAWING). • REWORK(1)3 A"CONDUIT(INSTALL TRAFFIC RATED HANDHOLE AND EXTEND CONDUIT,SEE ATTACHED DRAWING). • (2)NEW TRAFFIC RATED HAND HOLES. • REWORK(3)EXISTING DISCONNECTS(SEE NEW LAYOUT ON ATTACHED DRAWING). • INSTALL(1)ONWER PROVIDED 600A RATED ATS(SEE DRAWING FOR LAYOUT). • PROVIDE/INSTALL(1)NEW TEMPORARY GENERATOR CONNECTION(SEE DRAWING). • EXTENSION OF RACK AS SHOWN ON THE ATTACHED DRAWING TO ACCOMMODATE EQUIPMENT AS SHOWN. • ALL LABOR AND MATERIALS,REWORK OF EXISTING RACK,EQUIPMENT,MATERIALS TO PROVIDE A COMPLETE WORKING ELECTRICAL SYSTEM AS DICTATED BY THIS PROPOSAL AND THE ATTACHED DRAWING. SCOPE OF WORK:NOT INCLUDED • UTILITIES AND PERMIT FEES. • CONCRETE/ASPHALT PROCUREMENT,INSTALLATION,DEMOLITION,CORE DRILL,REMOVAL,REPAIR ETC... • TEMPORARY POWER. • ANY OTHER ELECTRICAL SERVICES OTHER THAN WHAT IS LISTED ABOVE. Clarifications: • NO TEMPORARY POWER IS PROVIDE IN THIS PROPOSAL.TEMPORARY POWER CAN BE PROVIDED UPON REQUEST FOR ADDITIONAL FEES. • REWORK OF THE EXISTING RACK WILL TAKE APPROXIMATELY 2 TO 3 DAYS. • NEMA 3R ENCLOSURES ARE BEING PROVIDED,NEMA 4X CAN BE PROVIDED FOR ADDITIONAL FEES,HOWEVER LEAD TIMES ARE CURRENTLY 6 MONTHS OR LONGER FOR SS NEMA 4X ENCLOSURES. • FKE WILL DO THERE BEST TO SHORTENED OUTAGETIME AND GET POWER UP AND BACK ON. • NO OVERTIME WAS PROVIDED IN THIS PROPOSAL,NORMAL WORKING HOURS ONLY 8 A.M.TO 4 P.M.-MONDAY THRU FRIDAY. • PLEASE LET US KNOW IF WE NEED TO ADD,DELETE OR MAKE ANY ADJUSTMENTS TO ANYTHING OR ANY ITEMS.OR IF WE CAN ASSIST IN ANYWAY. Florida Keys Electric(Hereinafter referred to as FKE),is pleased to submit this proposal for your consideration to furnish and install the electrical requirements for the above referenced project.This bid is based on and is in accordance with the drawings listed,applicable specifications and clarifications. Total Price: $31,735.91 Signature of Acceptance Signature of Acceptance 4073 1 )J Hello wendy Aguirre. Below is a Dashboard of your current activities. J . y�t ry Active Permits I total record(s). T Ilil ID2024 31 16 REVIEW ELECTRICAL $2,111.35 312b 'iilii*ki I ELECTRIC J Under Florida law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public-records request,do not send electronic mail to this entity. Instead,contact the city office by phone or in writing. Please be further advised that any writing received by the City is also a public record under Florida law and is subject to being released pursuant to a public records request. @1990-2025 CentralSquare Technologies,LLC.All Rights Reserved. milml I )A'si'n'(mio 4074 EXHIBIT "C" DRAWINGS AND SPECIFICATIONS DRAWINGS AND SPECIFICATIONS Page 40 of 40 4075 M.. o .N NERv,m r� ao �Ian i w 11 Nl A �r �r W Lu Li nw[nrz4x�umx � N t� �"xciwc aw¢ q Y ~00 Em, LU Ell Lem 10 ecnie.ix•i-a Obi d o � m w ¢ E—I m Qi L I I I I I 4076 A �Ery. t w LU LU L� U � J 07 Q ELECTR o R' GENERAL ELECTRICAL NOTES r z0 0 °.nzwaseu,,Fo urv, �,=o.... �� 11.... si. u"I n,°ac°s°. � uu xmxrm au — w �r TT.,E Tl— E„n o,w,nwa xexT:unneTe rea rET�.�,�.M_ :wPTETu s IT..„°TE,EP„wE I,TTEr _ - iT..LL T � —IC a--1 11„. T°IY �.°. ,Ta„la— ° �. nnu%T ll O raw°x s.Ta, N w o,,a T E of P z �TE°o„Pu .Bala 30 0 c „° ENa T.„All IS- m Q T, i. Aa uhw,� „ ��,TE�TTd�Ax�3 .'n.ro R=1,C �«T - - awe ry n 21.T, .., .I..� .LLS .arga.a T.T., mTE _z � 7 I'll 11 ELECTRICAL RISER DIAGRAM o PE �° —11INI T TE E3.0 L I I I I I 4077 i f/1f� r / u I 1 r Fill � �� II ."'� IIIIIIIII / „/ PART NUMBER QUOTED J 03ATSA20400 FGXF.I I BE Sc ii wi pp ppw i�lll iou N w IIIYi Ip^mw 4078 060 0/01 o / ; ASCO SERIES 300 Power Transfer Switches for Power Outage Protection Where would you be without a constant flow of electrical power?We often take for granted that power will always be around when we need it. In reality, power failures are common, and when the power goes out, your business suffers. Power failures are unpredictable. They can occur at any time and for any number of reasons a bolt of lightning, a power surge, a blackout, an accident or even equipment failure. They come without warning and often at the most inconvenient times. if en . " jrp It's for this reason that many businesses and other entities have invested ( � � in emergency power backup systems. Typically, the system consists of an w engine generator and an automatic transfer switch (ATS) that transfers the Toad from the utility to the generator. An ATS with built-in control logic monitors your normal power supply and senses interruptions and unacceptable abnormalities. When the utility power fails, the ATS automatically starts the engine generator and transfers the load after the generator has reached proper voltage and frequency. This happens in a matter of seconds after the power failure occurs. When the utility power has been restored, the ATS will automatically switch the w Toad back and, after a time delay, shut down the engine generator. `° With an ATS, you are protected 24 hours a day, seven days a week. ' ( / k ti t r+k01 W / ff TYPICAL APPLICATIONS TELECOM In the telecommunication industry, providing a high level of service and dependability is crucial. Lost power means an interruption in service for your customers and lost business for your company. For instance,with cell sites scattered across a wide geographical region and in many remote areas, the chances of an interruption in power are increased, making an ATS valuable resource at each location. To maintain dependable service, each cell site must be monitored 24 hours a day. This can be very difficult without some type of remote monitoring and testing capability. The SERIES 300 Transfer Switch, combined with ASCO's monitoring and control management system, is a cost-effective, packaged solution that can achieve both of these challenging objectives without a major investment at each cell site. With ASCO's connectivity solutions, you can remotely monitor and control numerous sites from around the corner or across the world. AGRICULTURE Maintaining electrical power is vital to an agriculture operation. If the flow of power is interrupted, your operation will be at risk unless the backup generator is quickly activated. A prolonged power outage can affect numerous aspects of the operation, from housing and feeding livestock to processing and producing the end product. With an ASCO SERIES 300 Transfer Switch, power will automatically be transferred over to your backup generator, eliminating the need to manually switch from utility to generator. When power is restored, the ASCO SFRIEs 300 Transfer Switch will, after an adjustable time delay to allow for utility stabilization, automatically switch the load back to the utility service. COMMERCIAL/RETAIL, LIGHT INDUSTRIAL The retail industry is very competitive. An electrical power failure can have a dramatic impact on a retailer's bottom line. If power is interrupted during peak shopping times, the effect can be extremely damagin to present and future business. A power interruption will not only suspend shopping, it can also create safety problems, result in lost transaction data, lost account information and possible damage to data collection equipment. In addition, retailers who rely on controlled climates to protect valu- able inventory could suffer even greater losses, especially if the power failure occurs at a time when no one is available to rectify the situation. To avoid any of these power outage problems, simply install a backup generator with an ASCO SERIES 300 Transfer Switch, and your power outage concerns will be a thing of the past. MUNICIPAL The ASCO SERIES 300 Transfer Switch can be a critical component of a municipal government's emergency power backup system. Residents of townships, cities and counties rely on police, fire, ambulance/first aid and other critical public sector services. An interruption in power can affect the ability of emergency services to effectively respond to the needs of the community. When time is a critical factor, such as when responding to a fire alarm or an emergency call, an ASCO SERIES 300 Transfer Switch can be a lifesaver, by automatically switching to power from the backup generator. While not all municipal services are a matter of life and death, they are always expected to be there. 4080 PART NUMBER QUOTED J03ATSA20400FGXF.11 BE SERIES 300 POWER TRANSFER SWITCHES MAXIMUM RELIABILITY & EXCELLENT VALUE With a SERIES 300 Transfer Switch, you get a product backed by ASCO Power Technologies, the industry leader responsible for virtually every major technological advance in the Transfer Switch industry. The ASCO SERIES 300 was designed for one purpose to automatically transfer critical loads in the event of a power outage. Each and every standard component was designed by ASCO engineers for this purpose. The SERIES 300 incorporates the Group G controller with enhanced capabilities for dependable operation in any environment. A user-friendly control interface with a 128x64 graphical LCD display and intuitive symbols allow for ease of operation while visual LED indicators display the transfer switch status. Operating parameters and feature settings can be adjusted without opening the enclosure door. The rugged construction and proven performance of the ASCO SERIES 300 assure the user of many years of complete reliability. The SERIES 300 is Fig.1:ASCO Power Transfer Switch even designed to handle the extraordinary demands placed on the switch rated 200 Amps when switching stalled motors and high inrush loads. Restriction of Hazardous Substances (RoHS) ASCO's SERIES 300 modular, compact design makes it easy to install, compliant controller. inspect and maintain. All parts are accessible from the front so switch 30 through 3000 amperes in a compact design. contacts can be easily inspected. Switch operating temperature range of 0 to +40'C. • Available to 600 VAC, single or three phase. FEATURES True double-throw operation: The single • The SERIES 300 is listed to UL 1008 standard for total system loads for solenoid design is inherently inter-locked automatic transfer switches. and prevents connections to both sources at the same time. • Meets NFPA 110 for Emergency and Standby Power Systems and the No danger of the SERIES 300 ATS transferring National Electrical Code (NEC) Articles 700, 701 and 702. loads to a dead source because the unique ASCO single-solenoid operator derives power to UL 1008 WITHSTAND AND CLOSE-ON RATINGS FOR operate from the source to which the load is being ASCO SERIES 300 GROUP G PRODUCTS 1'2 transferred. (RMS Symmetrical Amperes) Easy-to-navigate 128x64 graphical LCD display with keypad provides LED indicators for switch position, source availability, not in auto mode, and ; alert condition. % ;% % //// Integrated multilingual user Interface for configuration and monitoring. � Delayed transition operation is now available (Dual Jr? ,, � Operator Configuration). D /30 100kA - 60 J 22kA 22kA 10kA Non-automatic operation can be selected using the ,,,,,,,,,,,,,,,,,,, ������ ������ key pad opening I ad without o enin enclosure door. 5kA 5kA 200 RK1 1 - D 70 104 ( 42kA 22kA 10kA Rea expansion module with extra relays for aCCES 200kA 35kA 200 J J 1 y p y sory outputs (optional). 5kA 35kA 200 RK1 D 150 d - �, 65kA 25kA 10kA 200kA 35kA Includes soft keys for test function and time delay �200 J bypass as standard features. D 200 200kA 200 J 65kA 25kA 10kA Emergency source failure alert Indication. • Historical event log (optional). D 230 100kA - 300 /J 65kA 25kA 10kA Statistical ATS system monitoring information. Y g 150 p g g 4 004 Diagnostic functions. p 2 04 60 200kA 200kA 600 J 50kA 50kA 42kA protection rotection to revent unauthorized tam- 40 erin o settings. J 600 200kA 200kA 800 L 50kA 50kA 42kA f.................................. • Adjustable time-delay feature prevents switch from H 800 1200 200kA 200kA 1600 L 65kA3 65kA 65kA being activated due to momentary utility power out- .. ,m,,,zm o„m,,,,,,, dm„ „�„�,� ,m„ 3 3 3 ages and generator dips. G � 1600-2000 200kA � 200kA � 2500 � L � 85kA � 85kA 85kA ................................. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,j[ Auxiliary contacts to indicate position of main con- G 2600-3000 200kA 200kA 4000 L 100kA 100kA 100kA J.... taCtS. TWO (2) for normal and two (2) Notes: emergency position 1.All WCR values indicated are tested in accordance with the requirements of UL 1008,7th Edition.See Supplied with solid neutral termination. ASCO Pub.1128 for more WCR information. Optional switched neutral pole available. 2.Application requirements may permit higher WCR for certain switch sizes. 3.Front connected only Field modification accessory kits available. 4.J150,200,230 Amperes available in 3ADTs and 3NDTS only Available for immediate delivery. 4 4081 SERIES 300 POWER TRANSFER SWITCHES DESIGNED TO FIT ANYWHERE The ASCO SERIES 300 product line represents the most compact design of ° automatic power transfer switches in the industry. With space in electrical closets being at a premium, the use of wall-or floor-mounted ASCO Power �r i Transfer Switches assure designers optimum utilization of space. All transfer switches through 2000 amperes are designed to be completely �� 4 front accessible. This permits the enclosures to be installed flush against the '. wall and still allow installation of all power cabling and connections from the � f front of the switch. Cable entrance plates are also standard on the 1600 and r 2000 amperes units to install optional side-mounted pull boxes for additional cable bending space. Fig.2:ASCO Power Transfer Switch rated 200 Amps Fig.3:ASCO Power Transfer Switch rated 600 Amps Fig.4:ASCO Power Transfer Switch rated 1000 Amps Fig.5:ASCO Power Transfer Switch Fig.6:ASCO Power Transfer Switch rated 2000 Amps shown in Type 3R enclosure rated 3000 Amps 4082 SERIES 300 GROUP G CONTROLLER The SERIES 300 incorporates the group"G"controller I, C' with enhanced capabilities for dependable operation in any environment. TIME DELAYS Engine start time delay-delays engine starting signal to override momentary normal source outages, adjustable from 0 to 6 seconds (Feature 1 C). • Emergency source stabilization time delay to ignore momentary transients during initial generator set loading, adjustable from 0 to 4 seconds (Feature 1 F). • Re-transfer to normal time delay with two settings (Feature 3A). • Power failure mode-0 to 60 minutes • Test mode-0 to 10 hours RR°A Unloaded running time delay for engine cooldown, adjustable L.... • from 0 to 60 minutes (Feature 2E). Pre- and post-signal time delay for selective load disconnect with a programmable bypass on source failures, adjustable from 0 to 5 minutes (specify ASCO optional accessory 31Z). °R Delayed transition load disconnect time delay, adjusable e " e e eo °° from 0 to 5 mi-nutes (3ADTS/3NDTS configuration only). so� �. cm°k .......Pam„°r �°mver C:;.rda,a STANDARD SELECTABLE FEATURES • Inphase monitor to transfer motor loads, without any intention- °F F°` 18ly al off time, to prevent inrush currents from exceeding normal Mn qL , -n starting levels. �....^. Engine exerciser to automatically test backup generator each week, with or without load 20 minutes not adjustable F-." fe (Advanced multi-schedule exerciser available as part of "d'e ° optional 11 BE bundle). • Commit to transfer. Fig. 7:ASCO SERIES 300 Selective load disconnect circuit to provide a pre-transfer Group G Controller and/or post-transfer signal when transferring from emergency CONTROL AND DISPLAY PANEL to normal and/or normal to emergency. • Re-transfer to normal through soft keys on user interface permits selection of "manual" or"automatic" operation. • Easy-to-navigate 128x64 graphical LCD display with keypad 60Hz or 50Hz selectable switch. Three-/single- phase provides LED indicators for switch position, source availability, selectable switch. not in auto mode, and alert condition. It also includes test and time delay bypass soft keys. REMOTE CONTROL FEATURES VOLTAGE, FREQUENCY & CURRENT SENSING • External inputs for connecting: • Remote test switch. • Remote contact for test or peak shaving applications. If emer- • 3 phase sensing on the Normal source and single phase gency source fails, switch will automatically transfer back to sensing on the Emergency Source (3 phase Emergency normal source if acceptable. sensing optional). Inhibit transfer to emergency. • Under and over voltage and frequency settings on normal Remote time delay bypass switch emergency to normal. and emergency. • True RIMS voltage sensing with +/-1% accuracy. • Frequency sensing accuracy is +/- 0.1 Hz. • Voltage and frequency parameters adjustable in 1% incre- ments. • Selecting settings: single or three phase voltage sensing on normal, and single phase sensing on emergency; 50 or 60Hz. 3-phase voltage unbalance on normal (Emergency unbalance optional). • Load current sensing card (optional). 6 4083 SERIES 300 GROUP G OFFERS SOPHISTICATED FUNCTIONALITY The new Group G controller offers an intuitive, easy-to-navigate 128*64 graphical LCD display with soft keypad and provides six(6) LED indicators. • Switch Position (green for normal, red for emergency LED) • Source Availability (green for normal, red for emergency LED) • "Not In Auto" (amber LED) • Common Alarm (amber LED) The ASCO group "G" controller is self-contained with an integrated display (no other components are required for efficient operation). The controller allows for open or delayed transition transfer operation (both automatic, and non-automatic configurations). An integrated multilingual user interface for configuration and monitoring (this design approach allows greater application flexibility). Multiple source-sensing capabilities of voltage,frequency(under frequency sensing on normal and emergency sources), and optional current card, single and three phase (does not require an external metering device). Fig. 8: Door-Mounted Control & Display Panel �r IIIIIIIu --� �//fir Common Alarm ///��„ / IIN Not In Auto Indicator Scroll, Up/Down Arrows Escape Key J � �'/ Enter Key LED Source Availability and Switch Position Indicators Transfer/Time Delay Override control push-button Control Status Source status Alarm Status Controller Information .� / /ia//////�„ V a��"/ / roc rr, �•r/or^ ' ,,,, "£ /dH �/%%/ > �i91 E`4�'!////'✓ * �' r /iiii rii/i�riiii��`/'/,,,, "„r/7"'iiiii / ' '// /'/ ll�r�"rid"96 55�"i i % i Ib1I IMP //gg /,%/a�/ 1J rr/IID/ri o"'✓/y..rm, ,k7,'a; r ✓% f / r%/iiiiii%%////;i /j //iiiiii///�'//r i/%���/ m{/r Main Menu/ Settings/ Settings/General/ Settings/General/ Settings Engine Exerciser Communications Common Alarms o�x����� rV�j��1�hFJl�a,„� C',Vt?`��'„F�V;,�7,�a�Nl�,�i �R�k{+��jx�j�,,. � n . ✓ ii..r Ii/WIN- u' FainMenu/ (Hain Menu/ (Hain Menu/ (Hain Menu/ Event Logging Statistics Factory/Diagnostics About 4084 SERIES 300 ATS OPTIONAL ACCESSORIES ACCESSORYIUP ACCESSORY73 UPS back up power to allow controller to run with LCD display for Surge Suppressor(TVSS) Rated 65kA. 30 seconds without AC power. ACCESSORY 62W ACCESSORY 11BE FEATURE BUNDLE Audible alarm with silencing feature to signal each time switch A fully programmable engine exerciser with seven independent transfers to emergency(may require oversize enclosure routines to exercise the engine generator with or without loads, on depending on accessory combination for 'D"frame only). a daily, weekly, bi-weekly or monthly basis. Engine exerciser setting ACCESSORY 37B can be displayed and changed from the user interface keypad. 6' Extension harness for units shipped open type to Event Log display shows the event number, time and date of event, accommodate customer mounting of controls and switch. event type, and event reason (if applicable). ACCESSORY 37C A maximum of 300 events can be stored. RS 485 Communications Port Enabled Common Alarm Output Contact 9' Extension harness for units shipped open type to On three phase systems 11BE also enables line to line voltage accommodate customer mounting of controls and switch. unbalance and three phase sensing capability for the,Emergency ACCESSORY 135111_2 Source as well as Phase Rotation Checking for both sources. Power Meter on load side (includes shorting block and ACCESSORY 18RX CTs) Note 2: This feature is not available with Load Current Metering Option (23GA or 23GB). Relay expansion module (REX) provides for some commonly used ACCESSORY 30A3 accessory relays, includes one form C contact for source availability of normal (18G), and one form C contact for availability of Shedding circuit initiated by opening of a customer-supplied emergency(18B) (contact rating 5 amperes @ 30Vdc or a�125 VAC contact. resistive) (100 ma, 5Vdc min). Additional output relay is provided, ACCESSORY 30B*3 the default is to indicate a common alarm. (See operator's manual Load-shedding circuit initiated by removal of customer- for configurable options.) supplied voltage. (Specify Voltage) ACCESSORY 23GA1 (SINGLE PHASE)AND 23GB(THREE ACCESSORY 30AA3 PHASE) Load-shedding circuit initiated by opening of a customer- Load current metering card measures either single or three phase supplied contact. load current. ACCESSORY 30BA*3 Note 1: This feature is not available with a Power Meter Option (135L). Load-shedding circuit initiated by removal of customer- supplied voltage. (*Specify Voltage) ACCESSORY 44A Note 3: Accessory 30A and 30B*are only available for 3ATS Strip Heater with thermostat for extremely cold areas to prevent only; condensation and freezing of this condensation. External 120 volt accessory 30AA and 30BA*are only available for 3ADTS. power source required. ACCESSORY 44G Strip Heater with thermostat,wired to load terminals: 208-240, 360-380, 460-480, 550-600 volts. Contains wiring harnesses for all transfer switch sizes. j ACCESSORY 72EE Connectivity Module enabling remote monitoring and control capabilities includes accessory 11 BE featured bundle (pages 12-14). Fig.9:Strip Heater Kit Fig.10:Relay Expansion (Accessory 44G) Module(Accessory 18111 FIELD CONVERSION KITS FOR SERIES 300 TRANSFER SWITCHESf � / j � Advanced Function Bundle Retrofit Kit(11 BE)-See above I 935147 1accessory 11 BE description for details 935148 REX Module with Source Availability Contacts(Acc 18RX) Fig.11: Load Current Card Fig. 12: Programmable - (Accessory 23GA/GB) Engine Exerciser 935149 UPS to allow controller to run for 30 seconds minimum without AC Power(Ace. 1 UP) 935150 1/3 Phase load current sensing card only(Acc 23GA/GB) o rl K613127 001 Strip Heater(125 watt) 120 volt(Ace. 44A) lr " K613127 002 Strip Heater(125 watt)208 480 volt(Acc 44G) � �%/;; Fig.13:Accessory 1 UP ---- UPS Backup Power 948551 Quad-Ethernet Module(Ace. 72EE) f11 K609027 Cable Pull Box(1600 2000 amperes) 8 4085 SERIES 300 POWER TRANSFER SWITCHES SERIEs 300 NON-AUTOMATIC TRANSFER SWITCHING (3NTS) ASCO non-automatic transfer switches are generally used in applications in which operating personnel are available and the load is not an emergency type requiring automatic transfer of power. They can also be arranged for remote control via ASCO's connectivity products. 3NTS FEATURES ASCO Non-Automatic Transfer Switches are manually initiated via soft i keys on the user interface panel. • Sizes range from 30 through 3000 amperes. a Group G controller provides for addition of optional accessories. Controller prevents inadvertent operation under low voltage � � condition. Source acceptability lights inform operator if sources are available to accept load. Source inphase monitor to transfer motor loads between live sources. " • Two auxiliary contacts closed when transfer switch is connected to normal and two closed on emergency standard feature 14AA/14BA. t� Iim�uV Jmimi i «i �miV�iN,i�n Fig. 14:ASCO 3NTS 400 Amps Type 1 Enclosure SERIEs 300 DELAYED TRANSITION TRANSFER SWITCHING (3ADTS/3NDTS) r ASCO Delayed Transition Transfer Switches are designed to provide transfer of loads between power sources with a timed load disconnect y position for an adjustable period of time. 3ADTS/3NDTS FEATURES y Sizes from 150 through 3000 amperes. Reliable field proven dual solenoid operating mechanisms. Mechanical interlocks to prevent direct connection of both sources. 1If Adjustable time delay for load disconnect(0 to 5 minutes). Available in manual operation configuration (3NDTS). Available with optional load shed feature for(3ADTS). Fig. 15: ASCO 3ADTS/3NDTS 400 Amps Type 1 Enclosure 4086 SERIES 300 TRANSFER SWITCH ORDERING INFORMATION To order an ASCO SERIES 300 Power Transfer Switch, complete the following catalog number: MIM1112 1 / / / /11 / Frame Transition Type Neutral Code Phase Amperes Voltage Group Enclosure Poles Code Code Open Automatic A=Solid Neutral 2 1 00301 A3= 115 GO 0=Open Type(zero) Transition 03ATS Open I00701 B3= 120 No Optional D=30A-230A Transition B=Switched 3 1 Accessories C=Type 1 Enclosure Neutral 01041 C=208 Open/Delayed 3ADTS Delayed Transition 01501 5 D=220 GX F=Type 3R/ Enclosure Transition Optional J- 150A-600A Non Automatic 02001,3,4 E-230 Accessories H=800A-1200A 03NTS Open 02301,3,4 F—240 G-Type 41 Enclosure G- 1600A- Transition 3000A 02601,4 H=380 H=Type 4X1 Enclosure 3NDTS Delayed Transition 04001,4 J=400 (304 Stainless Steel) 06001,4 K-415 08004 L—440 L=Type 121 Enclosure 10004 M=460 M-Type 3R3 Secure 12004,5 N=480 Double Door Enclosure 16004,5 P-550 N-Type 4 Secure 20004,5 Q=575 Double Door Enclosure 26004,5 R-600 30004,5 Q=Type 12 Secure Double Door Enclosure R-Type 3RX7,8 Secure Double Door Enclosure (304 Stainless Steel) Notes: 1. Switch sizes 30-600 amperes supplied in non-secure enclosures as standard. 2. 115-120 volt available for 30-400 amperes only.For other voltages contact ASCO. 3. 200 and 230 amperes rated switches for use with copper cable only. 4. Switch sizes 800-3000 amperes,and 150-400 amperes 3ADTS/3NDTS provided In secure type outdoor enclosures when required. 5. Use Type 3R secure for 1200,2000,2600,and 3000. 6. Type 304 stainless steel is standard.Suitable for indoor or outdoor use where there may be caustic or alkali chemicals In use.To provide an Improved reduction In corrosion of salt and some chemicals,optional type 316 stainless steel is recommended.This is the preferred choice for marine environments. 7. Available on switches rated 1200,2000,2600,and 3000 amperes. 8. When temperatures below 320F can be experienced,special precautions should be taken,such as the inclusion of strip heaters,to prevent condensation and freezing of this condensation.This is particularly important when environmental(Type 3R,4)are ordered for installation outdoors. 9. Type 3R enclosures are not suitable for installations subject to wind blown rain or snow.Use type 4 enclosures where available or install supplemental shelter protection around the 3R enclosure. SERIEs 300 EXTERNAL POWER CONNECTIONS Size UL-Listed Solderless Screw-Type Terminals Notes: 1.All SeRies 300 switches are furnished with a solid neutral plate(unless switched neutral configuration is specified)and terminal lugs. 2.200 and 230 amperes rated switches for use with capper cable only.Refer to paragraph 30 2302 ATS and NTS One#14 to 4/0 AWG 310.15 of the NEC for additional information. Only i 3.Use wire rated 750C minimum for all power connections. Two 1/0 AWG to 250 MCM or One#4 AWG to 150 for DTS only 150 260 400 600 MCM 600 Two 210 AWG to 600 MCM 800 1000 1200 Four 1/0 to 600 MCM 1600, 2000 1 Six 1/0 to 600 MCM ,,, 2600,3000 Twelve 1,,0 to750MCM,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, EXTENDED WARRANTIES FOR SERIES 300 TRANSFER SWITCHES (3ATS/3NTS/3ADTS/3NDTS) Notes: addition Standard warranty the two lye(a s,for at total of 3r 4,or date ofshipment,extended warranty is "t 1 Year EXtenSlOn (Total of 3 YeaYS) 1 2.Refer to Publication 3223 for warranty terms and conditions. 2 Year Extension (Total of 4 Years) 3 Year Extension (Total of 5 Years) 10 4087 SERIES 300 Transfer Switch Dimensions and Shipping Weights UL TYPE 1 ENCLOSURE' 2,3,4 Notes: I. Unit is designed for top cable entry of emergency and load,and bottom entry of normal.A cable pull box is also available for all to or bottom ....................................................................... cable access when required(optional 303,703,1043 18(457) 31 (787) 13 (330) 33) 1 accessory kit#K609027).Not required ........................... ............................................. .................................. ...................................................... 150 20033 A j 131 08 j I 13'f 3 3 6J...........I........... for type 3R,4X and 12 enclosures 18(4 ) I here available. , 57 31 w ........... .......................... ................ 1 1............. 2. Enclosures for 2600,3000 amperes ..........1111�111( 4�0,?J�)..............1�PA.......................................................... ...................... are free-standing with removable top, 230 B 18(4§7) 3................. . , 48(12fq).............. PA........................................................... 7).................................................... sides and back. 18 �7).............4��(1ZIP).............13 PA..........................................................1��(�D................................................... 3. Dimensions for 30-200 amperes when 48 ................................... ............................................................................... furnished With accessory 135L power I—1 1 4 356 1 ................................................................................. ....................... C!1 ................ meter, 18"W-41"H-13"D F24 _ F 4 3 6 1 (,118.............................................. —24 i --l-........................... ( ).................................................. 260, 400 ........................ .......................................... .....�g 6")............................................................................. 60(118) 4. Dimensional data is approximate A and subject to change.Certified ........... ................. 0,��)........,.................... dimensions available 2 A ............ 150, 200, 230 .............................................................. ....................... ....A .............. ......................................................... ................................ upon request. 24(610) 56 SERIES ..............I I............... A 24 3ADTS/3NTS only 19).............. 04��)..............14(q�§)....................................................... 01,�)................................................. ..............?A(§1 9)................... (JAZ?)...................14 P,�. ...........................................................................ZTq_� ...................... I �,4(�J,p)...........1 600) ................................................................................. .................................— 4q� 1111111111111111111111111�1991(137)................ 432 3 (300 .............. .......... 00, ��9 CIA§)............................................. 3 A 1 24(610) 1 63(1600) 1 7 ...........I.................................................................j20(146) ............ ........... ....................................... 2 A 3 ...............................................................--l-................................ .............. ............. ........................................................ ...................................... 800, 1000 ......................... ............i?0,§?P)............. .......................................................ii�q Pp).............................. .................................34 §4)..............72� ............. 8).......................................................469( Q%................................................. 3 B 34 864) 72(1829) 20(508) 489(222) 1600,2000 A 3 ........................... ................ ..... .............. ............. ..................................................... 25)............................................... ...................... ...................................................................................... —————— J.............. 2600,3000 "I'll'I'll/1,111,11,'ll""I'll""I'll",ll,A...................................I.......... ........... ................. .............................................................. ..........................4................................. ...........................1495 679............................. UL TYPE 3R, 4 OR 12 ENCLOSURE 1�2,3,4 Notes: 1.When climate conditions at installation site present condensation risk,special precautions R should be taken,such as the inclusion of space heaters,to prevent interior 84 (38) condensation and freezing of this 295 condensation. .1. 7 2.Dimensions for 30-200 amperes when 30 2 B 11 17.5(44 3 886 1 .6 1 furnished with a power meter 18"W-48"H 1502 2002 ..................................... ................ ............................................. 3 A .......... -ITE) (Non-�ecure 3 8 8 6 11.625 87 (40) 3.30-1000 amperes switches are available in Enclosure) (295) .............................................................. secure type enclosures,contact ASCO for ...................... ............................................ ................................... 3 8 8 6 90(41) details. ........... ....................................................................................................................."I'l""I'll""I'll'll""I'll""I'll",(29�')............."I'l""I'll""I'll'll""I'll""I'll",'ll""I'll""I'll,'ll""I'll""'ll""I'll""I'll",'ll"I........... 4.Dimensional data is approximate and subject 2 A 18 230 _( ��) �Q_� N�j)........................................................99 01)....................................., to change.Certified dimensions available §3 132 (Non-Secure ........................ 0�§� �P,�(1�4) P�4) ..............................., ...... upon request. r 18 Enclosure A (��4).................................................... ................................................... ............... I...............................I........................_........... 2 B 34,p(,I .............................................. 260, 400 ........................... ........... 0�,?P) 3" ................................. .......... 4 .............................................. r 24 ..........11 ............................ .......... (160) 150, 200, 230 .................?...........................................!A................................. ............ (Ij6qq)............ ......................"I'l""I'll""I'll'll""I'll329,11(lil4fl",""""'ll""IlI............................ SERIES 2 B 263 1600 18 2 3ADTS/3NTS only 1111111111114111.....................................A..............................24..(610 ...................--1................................ j,q)............ ........... (4�?).................................................... (1��).................................................. 462 (Non-Secure .......................................................111111111!�11111111111111111111............. IT.............. ........... ....................................................�Mq(1��).................... Enclosure) 3 B 24 610...................630 6,?P)...............182 462 350(160) N-19)...........I (1600, ) (J§2) 1 320(146) 600 1 2 ..........?A N1 T........... p')........................................................................340(155) (No Secure ...................................... r 3 A 1 24(610) 1 63 34 Enclosure) ......................................... ................... 9(1 ................................................................. ( ) 1 ............... 3.................................................................................24.............610...................../.....63........... (1,60).............................I'll................................................ 59)............i?(1,8?J).............?9 .........................................................51.9..(236)................................................. 543 800, 1000 ................ B 111111111-11111134(859)............72(J�§2J)..............2p(PP§)....................................................... (24§)............................. 3..........................................A................ ..... ..................... .............. .............. (�P§)....................................................... �)............................ ...................T?0 PI-)...................ZIP ............................................................................�65(257) .......... .............................. .............................................................. ------- 41 (10 12002" B 1 (Secure Enclusure A 1 41 (1037) 195.5 .....................................................1160(526) fl 89 539 1600,2000 ......3.......................................... ............................ 0_t 9)...................................................... 705 ............................................... (Secure Enclosure) 3 B 830 832 26 6 J A 1 41 (101'�,T) !_95 (se I ............. ......................cure ................................... 4088 SERIES 300 72EE MONITORING AND CONTROL 72EE enables basic local or t~ remote monitoring for ASCO Mobile Series 300 Transfer Switches. �b Device evice 111us �lo Desktop Will Facility im Utility ME ASCO 5700 CPMS Engine Generator Sample drawing for demonstration purposes only Consult ASCO for exact connection specifications. 300 ATS with 72EE 72EE FEATURES CONTROL FEATURES MONITORING FEATURES CONNECTIVITY FEATURES • ATS Transfer/Re-transfer ATS and Generator Stats • Modbus TCP/IP (over Ethernet or Serial) • ATS Timer Bypass Alarms SNMP Protocol • Generator Start Voltage and Frequency • AES 128 Bit Encryption • Generator Test Statistics and Activity - Four Port Ethernet Switch • Email Notifications • Event Log (300 Events) • Optional Monitoring Features Energy Consumption, Acc 135L Required Power Demand,Acc 135L Required 72EE ALSO ENABLES ENHANCED POWERQUESTCPMS FUNCTIONALITY • 5310 Series Single Channel Annunciator • 5350 Series Eight Channel Annunciator • 5700 Critical Power Management Systems • 5705 8-Device Annunciator 12 4089 SERIES 300 72EE MONITORING SCREENS Imm=EZ" L llillr,,,'r,,W 11ll m wIl i INK 1 oaar,t o we :1, hill ao t „wWllll�' Name ATS 1 Name:ATS 1 NW�EMANO L—ton.BAS—ENT N A_-1.1n L...1, :BASEMENT plfll or;] d Total Tra xsfers 35 4 12p Vca 120 a Tansiels Due 2Sat ace F,,i 1 12o Vra11 120 1 B' 61].o Hz GD 0 Hz tat Number of Days Fal Energized 1.20 60 o t2 fi0 0 Hz Tlme Nomra�Avallable 0� (d,h.m) 415d iFh 5'Im BA L T Emergency An-anable(a,h,tn} 1lsd tan a5rm OkW van Fen mar Sol may ,lun xul mug seo Dv rvov Be. I me Totalrme on Nor 112d Iha2m I NOlmaI OK Total Tlane On Emergency(d,tl..m) 10d 31145m Normal ON liil .r.P uxlllllu it �I%y�l II III oadonN Gene2to[Stad Elapsed Tlme gSec) 1 .—N Ndttmai(kWf) o In-Phase Tlme(Sec.) Iry 6553.II5 Emergency(kWh) 0 i. Last Oeneaar6tart99nadlDate&T �dd1 Q2 M System Type WowI II7 IIII 'llAli i�II.V .. NN �I, ��p �! IIIIIIINHNJ�fl��IIIIIII�NmNO�WII 1,Il�lllmllla.l II.I InIP".. mYM M1m rf' ImeJ t2l1 V2D1111 1-- Max.Demanb(kW 0 (Sec E) utce type _OAD Max.Demand bate 00/09/2000 Last Sv4 (ePOulatlon N tO 63 So Nominal VOltage OQ 00 Nominal CUlrent(Amps) d00 In Last Hour{kVJ) 0 IT f3,tM 120.-120 In Last Day(kW) o I�II�I E IIIIIImm III ,I,u II M"' IIIIIIIII�pp ��"II �µ41ppI�I WIIII„ CT Ratlq AoOb In Lot Moon(kW) o �umV ��������������������111dIMv Neuzrmt IT rxanb mobs Im Last vear(kwl o KEN 0 o o 0 M 0 o M D d D . m m _ Gemand t 10 K o D o doa DN VA re 03m12Goo mlllllW' °I��le ^', 'I�: allmbl KVAR 0 0 0 0 Ma Demantl TmE ol):a0 agx(V .,) ]W6c999 (69999 "1p °Im � ,Np� Pom-er Factor o 0o Doc coo c oD m Last nbor(Nb 1) O current nonpss an,D, onn9D van(vDIxI n9 Dashboard Power Metering ZZ =g . .iW� Iti�, lil f lilil�l �oM TRANSFER SWITCH CONTROLLER EVENT LOG 5170 QUAD-ETHERNET MODULE CONFIGURATION 1 }21111201]11:41o85 Englne.tDp , =l11111111Zx==M1E= 2 121 1/2Q17 11:41JDa5 Emergency Sa ,,:Ac pkd ---- pevtce-N,tdoo: TTLIRS495 Ell APAC E,a1 Notl4ra11on: a Enable DSsadle 12I14121114103.5 Novnal SO Amept'ed .F '..I,- "' A4thIltl-1111: Bnarote DAaale O t2/iV2D1]11:4t D22 Englne Stag Normal NOLA[cepted 12lii/2DI]11.4o'D92 Emel�ency Solace"t Accepted cmeyency U,der�Oltape T—IIPA-Atldress Usemame'. IMf.,po e aAStll.al Passvmrd: 6 421111201]11:40:59.9 Nbnnal Saute Mot A11epte0 Nbenal UntlerValta4e Enable Type Motlhus 11 Asmbus Name tldress --- -- ] 1129/201]1:24.592 Englne-P 1 --1 f- AT51 11-- SMTP Pod Nnlmber. ,h) --- --- i8 51 f2912o17 17:24.531 Ta,,.r Emexgency lD N-1 2 " 2 I ASCO1 21 DNS Server lP Adtlress'. -- - 5 11129/20171714:529 No ral Source Atxzpted ---- 3 , / Hosi N elPAtlticcs_ Ito 11/2212Q17tQ444Q.4 T2neler Moxmal to EmergelncY NQnnaINOt Accepted 5=nt=blS Dior 11 lV22 17ID:44:4Dt nitia ,,DhPosition(boot up) Svytch on Notmal 5 From E—ll Addmss: llM atW S.n�pnw r+.m 12 112212o1]1D:44:391 EmelyencY Squrce Acceptetl Tq Email Atltleess1: if tlt9hliRo.r,on -- I 13 £1S2212Q119:44:39.Q Emergency 6o Not Accepted Enegen4]Jnder Voltage ,i To-Email Address I - --- 14 11l21/2011D:44:390 ND,nal Scl—Mot D—p- Nb,na l Untler Voltage [oult(gyntl¢tm 1b 11r222o17 1 D:43:5D 5 Englnestad N it-1 NO(Accepted AES Motle_ Enable Dlsadle TIM Email Addxecs 3: of IJ(}o crrr rIG 41,222017 10 43 474 N ounal 9orrce—A...pt,d NOtnal Jr,-Frequency DROP Mode E;adle a Disable Ta Enall Atl ,t 17 1111G)2D11211'635 Emergency Solace Nat1—pted Emergency U4dzd Frequency tP Address: 41 11 J2.34 ----- Td Enall Address 5: t1pPRo.c,on --- 18 11/1G12o1i t21t:523 Enpina Stop —_ s vutlel nddleu. z,„ry=ao 11s urls/2on 1e1t4as Trasrert r7e.4e,cy tN Nomnal -- a � a m.., �..., 2 1/061201 P 1211:463 Tim as Timer 3A Bypass Lmca' Gatev;ay Address: 4d qry YA 1 -- --- '.:21 1v1s/zon 121r4x2 Trasrer Normn Dmergeecy --_- rcP Porr. IDaot slat Signal Acvvated 22 ti/I 61201712:11437 Emergency SOutce Acceptetl 1 GeteratorS,l S'gtal Removed Events Configuration 617D QUAD-ETHERNET MODULE&CONNECTED DEVICES Controller Type: S-1,G Ilmr;are Vetslon'. 9fl]20d-020 FI[mwa2 VSSIIDn: R94o61— Fit nr Date: t1/131201] Flnnware Date: D6IOL11] Boo11-1 Varslpn: 98I21-02 Notvinal Voltage(Vo451: t20 MACAddresa: oo:D1:01.o2.Q384 Nominal Current rAllps). t50 IP Atldtess_ 4719.22320 Nominal Frequency(I!rzp: 6n NBme: AIJI Location: BASEMENT A—PPower TeUnning➢es-Glo 11. 16o alk Avenue, Devlca Address: 15 Florham Park New Jer'seyo]AR2 ranter-Itch Type OTT. dnitetl Slates n.ema4ona1l4umber +11711G-96©o Mal,-i It,, i1 Soo® 21A F eVetslon: &43086019 Emalt 1 ___ y rr F Datz: Apr 162Q11 Netrslle: .9L __ Name A.CG1 Loa4an: ASGO DeviceAddi--, 20 About Content-rich monitoring screens enable real-time information for power metering, event logs, voltages, time delays and alerts. The 72EE also allows for remote switch transfer. 4090 SERIES 300 72EE CONNECTIVITY MODULE The ASCO 72EE Connectivity Module offers remote monitoring for SERIES 300 ATSs and 5210 Power Meter. For the ATS, the optional accessory 72EE provides remote ATS and generator control, monitoring and connectivity features via integrated web page dashboards. Once connected to an Ethernet, WiFi or cellular connection,the dashboards can easily be pulled up by any mobile or desktop device on the network by multiple users. CONTROL The control capabilities allows remote transfer and re-transfer of the ATS while allowing you to view time delays and bypass functions. The generators can also be called to start and stop for emergency situations as well as for testing and maintenance. Running the generator periodically ensures that the battery is charged for power anomalies and increases reliability. Generator pick-up and drop-out set points are also viewable for comprehensive understanding of control events. MONITORING Monitor transfer switch and generator health, system state, metering and review calculated transfer statistics and activity.Active control timer information allows the operator to anticipate an automated control action such as generator start or ATS transfer. The device can also interface with an email server to keep users up-to-date on alarms and critical power events with alerts. In addition the 72EE can interface to an optional 5210 Power Meter, (stand-alone or with the ATS Acc. 135L)for enhanced monitoring features such as power metering, demand and energy usage. CONNECTIVITY Connect and extract ATS and metering data using industry-standard open protocols such as Modbus and SNMP. An integrated four-port Ethernet switch maximizes connectivity options and flexibility. Embedded password protection will only allow access to appropriate users while utilizing AES 128-bit encryption for enhanced data security per National Institute of Standards and Technology (NIST). Fig. 22:Accessory 72EE ADDITIONAL OPTIONAL POWER QUEST COM PON ENTS 5160 ASCO 5160 Remote Connectivity Unit(RCU)provides 10 Ethernet and Dual-Fiber Optic connections in a NEMA 3R enclosure. Connectivity Module 1 5210 Power Meter pS ASCO 5210 Power Meters measure, displays and provides single-or �r���:►,� 3-phase Energy and Power information AM MiN 5310, 5350 ASCO 5310(Left)and 5350(Right)ATS Remote Annunciators provide Annunciators `' `x's distributed monitoring of transfer switch position and source availability as well as transfer test and re-transfer control. 5710, 5700 Critical Power Management Systems(5790 Shown)provide 5750, 5790 various levels of monitoring, control and management capability of power Display equipment. It seamlessly monitors ASCO transfer switches as well as Terminals generators, breakers, paralleling busses, panel boards and other power equipment via a 5221 PMU. It consists of servers and touch-screen interfaces. 14 4091 n i • . . . .• I NORMAL OK ,` Load On Normal A ;e�In "I em"VoRNA T—ef,7 R.T-4- 77 208 V_L-N 1 20 ASCO POWERQUEST® POWER MONITORING AND CONTROL SYSTEMS The PowerQuest®family is the most III comprehensive communication, monitoring and VVV control solution ever offered by ASCO Power Technologies. It empowers you. It provides the CIO' ability to test, manage loads, optimize the bus bar, remotely monitor and be aware of the status of your facility's utility source and on-site power. It provides reports for events, tests, energy use or settings, and gets data directly from uu�VVuuV�VVuu��VVVVVVVVIVVVGVhCllu Iuu��VVuuVWuVVVvi'uVVVVVu'u�uVVu411VVVVVVVVVVVVV generators and transfer switches. Whether users require standard monitoring rl��y� ��IIVVVVV. and control r a comprehensive Management System, PowerQu st�c� l an satisfy mm your needs. Hardware. Software. Installation and testing. Service. And upgrades and technology m refreshes. A truly complete solution for all your m IIY communication, monitoring and control needs. III IIIIII IIII IIII IrltOrrEt Remote I:7isljlay This web-enabled management system is based Fen-ninal on open protocols. As communications among PowerQuest provides monitoring, alarming and control of Critical Power equipment improve, so does the performance of Management Systems,which comprise transfer switches, paralleling control critical power systems. switchgear, gensets, circuit breakers, UPSs, load banks, distribution and other gear. It also integrates with building management systems. Ilm ppp IIIIII Ilm IIIIII Ilke IIIIII II. IIIIII Ilkd IIIII � III � II• III IIIIII IIIIII III I� III • . I • W W I k B I . ® W ..• ,. I® < I w �. ® 'w I�. Imo. ,� < �. • •' IM. ® ®"' < I W "' "• < W f a. �,.••• ••• Imo. W® I m B ;: R m ,� . ® "' . I W w"••• I I ®�, m I W ,. W."' ,. . W. M. 0 ••® I•••' I.. 4092 r / r / r r r it / l 1. f f / ASCO Power Fechnolog es - Global Headquarters 160 Nark Avenue www.ascopowe r:com Florham Bark, NJ 07932 custornercare(O'ascopc)wer.cor77 T I: 000 000 ASC O ©2019 AS CO Power Technologies.All Rights Reserved.Life Is On Schneider Electric is a trademark and the property of Schneider Electric SE,its sub sid aries and affiliated companies. Publication 1195 R3.Printed In the U.S.A. 4093 FLORKEY-07 TMARKEE ,acofro„ CERTIFICATE OF LIABILITY INSURANCE DAT7/8/2 2YYYY) �---"' /8/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Taylor Markee Acrisure Southeast Partners Insurance Services,LLC PHONE EXt): 239 261-3646 FAX 1317 Citizens Blvd ) (A/C,No): Leesburg,FL 34748 E-MAIL AShaw@acrisure.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Amerisure Insurance Company 19488 INSURED INSURER B:Lloyd's Syndicate 2001 -Syndicate 2001 A1122J Florida Keys Electric,Inc. INSURER C 906 Overseas Highway INSURER D Key West,FL 33073 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR GL21231700002 4/26/2026 4/26/2026 DAMAGE TO RENTED 1,000,000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: By GENERAL AGGREGATE $ 2,000,000 POLICY� JECT LOCn7E_------'' 2 PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO X X CA21206660201 4/26/2026 4/26/2026 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 EXCESS LIAB CLAIMS-MADE CU21236110202 4/26/2026 4/26/2026 AGGREGATE $ 3,000,000 DED X RETENTION$ 0 $ A WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER YIN WC21206680202 4/26/2026 4/26/2026 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE I N/A X E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Professional Liab. PF0096OA24 6/8/2025 4/26/2026 Per Occ$1 M/Agg$2M DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder is included as Additional Insured with respects to General Liability only as required by written contract with ongoing and completed operations on a primary non contributory basis per form CG7048 1015 and Waiver of Subrogation per form CG7289 0417.Additional Insured and Waiver of Subrogation with regards to Auto Liability as required by written contract per form CA7171 0508.Waiver of Subrogation in regards to Workers Compensation only as required by written contract per form WC000313.Umbrella follows form." CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe Count BOCC THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 600 Whitehead St Key West,FL 33040-0000 AUTHORIZED REPRESENTATIVE s ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights res--••--' The ACORD name and logo are registered marks of ACORD 4094 y��/1.01'"I "ill_ tl�4 IJ1"',]'Iv17 (I 1 I SI() I: tl�ll I4i I'" :I,Itl_ 1i.':I\0 A 1\IIJ A ATTACHMENT D.5 COUNTY ADMINISTRATOR CONTRACT SUMMARY FORM FOR CONTRACTS $100,000.00 and Under Contract with: Contract# 2025-0626 Gallagher Benefit Services, Inc. Effective Date: 7/16/25 Expiration Date: 3/25/26 Contract Purpose/Description: Complete Annual Actuarial Valuation Services for the Monroe County Length of Service Award Plan (LOSAP) for volunteer firefighters, including pension reporting and state disclosure requirements. Contract is Original Agreement Contract Amendment/Extension Renewal Contract Manager: Zully Hemeyer 6020 Fire Rescue/Stop#14A (Name) (Ext.) (Department/Stop #) CONTRACT COSTS Total Dollar Value of Contract: $ 24,000 Current Year Portion: $ 24,000 (must be$100,000 or less) (If multiyear agreement then requires BOCC approval, unless the 1Oalll ciisnnoiull u6 k o uuu�niunu�its S V 00,.00.00 o Moss) Budgeted?Yes I© No ❑ Grant: $ n/a County Match: $ n/a Fund/Cost Center/Spend Category: 141 / 11500/SC_00038 Prof Svs ADDITIONAL COSTS Estimated Ongoing Costs: $ n/a /yr For:n/a (Not included in dollar value above) (e.g. maintenance,utilities,janitorial,salaries,etc.) Insurance Required: YES IZ NO ❑ CONTRACT REVIEW R —p/Wpr�r� R. LeV V I I I I a Digitally signed by R.L.Colina Department Head Signature: Date:2025.06.27 15:48:57-04'00' Eve M. Lewis Date 2025.07.16 11 51 5904'00' lea1y Eve M.Lewis County Attorney Signature: _ Jaclyn F I att Digitally signed by Jaclyn Flatt Risk Management Signature: Date:2025.07.11 08:46:40-04'00' Lisa A b re u Digitally signed by Lisa Abreu Purchasing Signature: Date:2025.07.17 10:08:12-04'00' g John Quinn Digitally signed by John Quinn OMB Signature: Date:2025.07.17 10 50 05-04'00' Comments: Revised BOCC 4/19/2023 1 csoI,Y l 2�2' 8591 P ,t r c 4095 AGREEMENT between MONROE COUNTY,FL and GALLAGHER BENEFIT SERVICES,INC. for Annual Actuarial Valuation Services for LOSAP THIS AGREEMENT is made and entered into this $day of July S by and 202 between the Monroe County, Florida, a political subdivision of the State of Florida, with principal offices located at 1100 Simonton Street,Key West,FL 33040,and the Board of Governors of the Fire and Ambulance District 1 of Monroe County,Florida,a municipal services taxing unit established under Florida law and codified in Section 22-129, Monroe County Code of Ordinances, with a principal address being the same as the County, (collectively referred to herein as the "County"), and Gallagher Benefit Services, Inc., a Delaware corporation with principal offices located at 2850 Golf Road, Rolling Meadows, IL 60008 (the "Contractor") to provide annual actuarial valuation services(details below) for the Monroe County Fire Rescue Length of Service Award Plan(LOSAP) Fiscal Year 2025. Now therefore, in exchange for good and sufficient consideration, the parties hereby agree to the following terms and conditions: 1) The Contract Documents The contract documents consist of this Agreement and"Scope of Services,"attached and incorporated herein as"Schedule A."In the event of a conflict between the aforementioned documents,any duly executed amendment to this Agreement will control,followed by this Agreement,and then "Schedule A,"in that order. 2) The Work/Services The Contractor must perform all work for the County required by this Agreement, and as set forth below: a) Contractor will furnish all labor, materials, and equipment necessary as indicated in"Schedule A." b) Contractor must comply with any and all Federal, State, and local laws and regulations now in effect,or hereinafter enacted during the term ofthis Agreement, which are applicable to the Contractor, its employees,agents or subcontractors, if any, with respect to the work and services described herein. Contractor shall maintain throughout the term of this Agreement, appropriate licenses. Proof of such licenses shall be submitted to the County upon execution of this Agreement, if not previously submitted to the County. 3) Contract Amount Contractor will perform contract requirements with lump sum pricing of $24,000.00 pursuant to "Schedule A." Payment of an undisputed invoice submitted by the Contractor will be processed within 30 business days after being stamped as received, or otherwise as provided in accordance with the Florida Prompt Payment Act, Section 218.735, Fla. Stat., as amended. Contractor must submit invoices with supporting documentation that are acceptable to the Monroe County Office of Clerk and Comptroller (County Clerk). Acceptability to the County Clerk is based upon generally accepted accounting principles and such laws, rules and regulations as may govern the disbursal of funds by the County Clerk. County is exempt from payment of Florida State Sales and Use taxes. Contractor Page 1 of 15 4096 shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's Tax Exemption Number in securing such materials. Contractor shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this Agreement. 4) Agreement Subject to Funding The County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the County funds on which this Agreement is dependent are withdrawn,this Agreement is terminated, and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 5) Contract Term The contract period commences as of the date written on the first page of this Agreement and will expire on March 25, 2026 or upon completion and final written acceptance by County of the Work described herein, whichever occurs first. This is a Time-is-of-the- Essence agreement regarding performance obligations set forth herein. That applies to all of the Contractor's obligations to perform,including but not limited to,timely submittal of reports. 6) Contract Extension Beyond the Term In the event services are scheduled to end because of the expiration of this contract, the Contractor must continue the service upon the request of the County's Contract Administrator. The extension period will not extend for more than ninety(90)days beyond the expiration date of the existing contract. The Contractor will be compensated for the service at the rate(s)in effect when the County invokes this extension clause. 7) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the County's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act,the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor will retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement will be those of Contractor, which policies of Contractor will not conflict with County, State, or United States policies,rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the County, that it had full opportunity to find other business,that it has made its own investment in its business,and that it will utilize a high level of skill necessary to perform the work. This Agreement must not be construed as creating any joint employment relationship between the Contractor and the County and the County will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 8) Assignment and Subcontracting Contractor must not transfer or assign the performance required by this Agreement without the prior written consent of the Board of County Commissioners. This Agreement, or any Page 2 of 15 4097 portion thereof,must not be subcontracted without the prior written consent of the County nor may the Contractor assign any monies due or to become due to him or her,without the previous written consent. 9) Termination In the event that the Contractor is found to be negligent in any aspect of service,the County shall have the right to terminate this Agreement after seven (7) days' written notification to the Contractor. a) Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, prior to termination, the County shall provide Contractor with seven (7) calendar days' written notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured, the Agreement will be terminated for cause. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recuperate monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance,located at Section 2-721 et al.of the Monroe County Code. b) Termination for Convenience: The County may terminate this Agreement for convenience,at any time,upon ninety (90) days' written notice to Contractor. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due as of the appointed termination date, unless the cost of completion of the remaining work under the Agreement exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. 10) Data Management;Data Security Standards.Contractor must agree to comply with the County's written demands regarding cooperation (and any applicable financial responsibilities) for timely data breach incident reporting, response activities/fact- gathering,public and other governmental agency notification requirements, severity level assessment, and after-action reporting, consistent with Sections 282.3185(5) & (6), and 501.171,Fla.Stats.,as amended from time to time. For any system integration between the County's network systems and that of the Contractor, the Contractor hereby agrees to comply with ISO/IEC 27001 for its internal system, at a minimum, and any unique integration requirements of the County's network and information technology systems. 11) Insurance Requirements Contractor shall at all times during the term of this Agreement and for a period of two (2) years thereafter,obtain and maintain in force the following minimum insurance coverages and limits at its own expense: • Commercial General Liability(CGL)insurance on an ISO form number CG 00 01 (or equivalent) covering claims for bodily injury, death, personal injury, or property Page 3 of 15 4098 damage occurring or arising out of the performance of this Agreement, including coverage for premises, products, and completed operations, on an occurrence basis, with limits no less than $2,000,000 per occurrence and$4,000,00 in the aggregate; • Workers Compensation insurance with statutory limits,as required by the state in which the work takes place, and Employer's Liability insurance with limits no less than $1,000,000 per accident for bodily injury or disease.Insurer will be licensed to do business in the state in which the work takes place; • Automobile Liability insurance on an ISO form number CA 00 01 covering all hired and non-owned automobiles with limit of$1,000,000 per accident for bodily injury and property damage; • Umbrella Liability insurance providing excess coverage over all limits and coverages with a limits no less than$10,000,000 per occurrence or in the aggregate; • Errors & Omissions Liability insurance, including extended reporting conditions of two (2) years with limits of no less than $5,000,000 per claim, or $10,000,000 in the aggregate; • Cyber Liability and Network Security & Privacy Liability insurance, including extended reporting conditions of two(2)years with limits no less than$2,000,000 per claim and in the aggregate, inclusive of defense cost; and • Crime insurance covering third-party crime and employee dishonesty with limits of no less than$1,000,000 per claim and in the aggregate. All commercial insurance policies shall be written with insurers that have a minimum AM Best rating of no less than A-VI,and licensed to do business in the state of operation. Any cancelled or non-renewed policy will be replaced with no coverage gap, and a Certificate of Insurance evidencing the coverages set forth in this section shall be provided to County upon request. CERTIFICATES OF INSURANCE.Original Certificates of Insurance shall be provided to the County at the time of execution of this Agreement and certified copies provided if requested.Any cancelled or non-renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided to the County.The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the County Administrator, the Commercial General Liability insurance coverage shall be primary insurance with respect to the County, its officials, employees, agents, and volunteers. Failure of Contractor to comply with the insurance requirements of this section shall be cause for immediate termination of this Agreement. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS, 1100 SIMONTON STREET, KEY WEST, FLORIDA 33040, MUST BE NAMED AS ADDITIONAL INSURED ON THE COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY, AND CERTIFICATE HOLDER ON ALL POLICIES EXCEPT WORKER'S COMPENSATION. In the event that the Contractor subcontracts any or all of the work in this project to any third party,the Contractor specifically agrees to identify the County as an additional insured on all insurance policies required by the County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature Page 4 of 15 4099 with his subcontractors shall include the County as additional insured. 12) Indemnification,Hold Harmless,& Limitation of Liability a) The parties agree that one percent (1%) of the total compensation paid to Contractor for the work or services under this Agreement constitutes specific consideration to Contractor for the indemnification to be provided under the Agreement. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement,the Contractor shall defend, indemnify,and hold the County, and the County's elected and appointed officers and employees,harmless from and against any third-party claims,actions or causes of action, any litigation, administrative proceedings,appellate proceedings,or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and any costs or expenses that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with:(A)any activity of the Contractor or any of its employees,agents,contractors or other invitees during the term of this Agreement; (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees,agents,sub-contractors or other invitees; or(C)the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation, proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). b) Nothing contained herein is intended, nor may it be construed, to waive County's rights and immunities under the common law or Section 768.28, Florida Statutes, as amended from time to time; nor will anything included herein be construed as consent to be sued by any third parties in any matter arising out of this Agreement. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. c) Notwithstanding any other term or provision of this Agreement, Contractor shall only be liable for actual damages incurred by the County and shall not be liable for any indirect, consequential or punitive damages. Furthermore, the aggregate liability under this Agreement, if any, of Contractor to the County for claimed losses or damages shall not exceed$1,000,000.This provision applies to the fullest extent permitted by applicable law. 13) Discriminatory Vendor List Contractor hereby acknowledges its continuous duty to disclose to the County if the Contractor or any of its affiliates, as defined by Section 287.134(1)(a),Florida Statutes,are placed on the Discriminatory Vendor List. Pursuant to Section 287.134(2)(a),Florida Statutes: "An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity;may not submit a bid,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity." Page 5 of 15 4100 14) County Suspended Vendor List The eligibility of persons to bid for an award of County contract(s),or enter into a contract, may be suspended pursuant to sec.2-347(1)of the Monroe County Code of Ordinances.In the event an eligible person is suspended by the County after the contract is awarded, or a suspended person is employed to perform work (e.g. subcontractor in a bid or contract) pursuant to a County contract,same shall constitute a material breach of the contract.The County, in its sole discretion, may terminate the contract with no further liability to the contractor beyond payment of the portion of the contract price that may be due for work satisfactorily completed up to the date of termination, and hereby reserves all other rights and remedies available at law or in equity. 15) Prohibition on Conflict of Interest, Gratuities, Kickbacks,and Collusion The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained herein in awarding the contract for this Project. a) Conflict of Interest.Contractor covenants that it presently has no interest and will not acquire any interest that would conflict in any manner or degree with the performance of services required. Each party hereto covenants that there is no conflict of interest or any other prohibited relationship between the County and itself. b) Gratuities. Contractor hereby certifies that it has not offered,given,or agreed to give any Monroe County employee a gratuity, favor, or anything of monetary value in connection with any decision, approval, disapproval,recommendation, preparation of any part of the Project or award of this contract. c) Kickbacks. Contractor certifies that it has not given payment, gratuity, or offer of employment to be made by or on behalf of a Sub-contractor under a contract to Contractor or higher tier sub-contractor or any person associated therewith, as an inducement of the award of a subcontract or order. d) Non-Collusion Statement. By signing this Agreement, Contractor certifies under penalty of perjury that the price proposed by Contractor was arrived at independently without collusion, consultation, or communication for the purpose of restricting competition;and no attempt has been made to induce another person or entity to submit a proposal,or not submit,for the purpose of restricting competition in the award of this Project. e) Contract Clause. The prohibitions on conflict of interest, gratuities, kickbacks, and collusion prescribed in this paragraph must be conspicuously set forth in every contract and subcontract and solicitation initiated by Contractor in its performance of this Agreement. 16) Ethics Clause pursuant to Monroe County Ordinance No. 010-1990 By signing this Agreement, the Contractor warrants that he/she/it has not employed, retained or otherwise had act on his/her/its behalf any former County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances, or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. For breach or violation of this provision the County may, in its discretion, terminate this Agreement without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover,the full amount of any fee, commission, percentage, gift,or consideration paid to the former County officer or employee pursuant to Subsection 2-152(b),Monroe County Code of Ordinances. 17) Disclosure of Litigation,Investigations,Arbitration,or Administrative Proceedings Throughout the term of this Agreement,the Contractor has a continuing duty to promptly Page 6 of 15 4101 disclose to the County, in writing, upon occurrence, all civil or criminal litigation, investigations, arbitration, or administrative proceedings relating to or affecting Contractor's ability to perform under this Agreement. If the existence of such causes the County concern that the Contractor's ability or willingness to perform the Agreement is jeopardized, the Contractor may be required to provide the County with reasonable assurances to demonstrate its ability to perform as required hereunder, and that its employees/agents have not or will not engage in conduct similar in nature to the conduct alleged in such proceeding. 18) Notice All written correspondence to the County shall be dated and signed by an authorized representative of the Contractor. Any written notices or correspondence required or contemplated under this Agreement shall be sent by U.S. Mail, certified, return receipt requested,postage pre-paid,or by courier with proof of delivery.Notice is deemed received by Contractor when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of refusal or non-acceptance of delivery. Notice shall be sent to the following persons: FOR COUNTY: FOR CONTRACTOR: County Administrator Oe^43 Monroe Count 1100 Simonton Street Room 2-205 uomi W,.S,a x 5'o, go S6 31 Key West,FL 33040 Email: c-4,1 —h c-t+:1 C cf_� ,a..rat .. And(with copy to) Monroe County Attorney's Office 1 I I 1 12th Street, Suite 408 Key West, FL 33040 19) Choice of Law and Venue The parties expressly agree that the only laws that apply to this Agreement are those of the State of Florida and United States of America,without regard to choice of law principals. The parties waive the privilege of venue and agree that all litigation between them in the state courts will take place exclusively in the Sixteenth Judicial Circuit in and for Monroe County, Florida, and that all litigation between them in the federal courts will take place exclusively in the United States District Court in and for the Southern District of Florida, or United States Bankruptcy Court for the Southern District of Florida, whenever applicable. This Agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the Circuit Court of Monroe County,Florida. 20) Attorney's Fees and Costs County and Contractor agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees,court costs,investigative, and out-of-pocket expenses,as an award against the non-prevailing party, at all levels of the court system, including in appellate proceedings. 21) Public Records County is a public agency subject to Chapter 119, Florida Statutes, as amended from time Page 7 of 15 4102 to time. To the extent Contractor is a Contractor acting on behalf of the County pursuant to Section 119.0701, Florida Statutes, as amended from time to time, Contractor must comply with all public records laws in accordance with Chapter 119, Florida Statutes. In accordance with state law, Contractor agrees to: a) Keep and maintain all records that ordinarily and necessarily would be required by the County in order to perform the services. b) Upon request from the County's custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copies within a reasonable time at a cost that does not exceed the costs provided in Chapter 119, Florida Statutes, or as otherwise provided by law. c) Ensure that public records that are exempt,or confidential and exempt,from public records disclosure are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the County. d) Upon completion of the services within this Agreement, at no cost, either transfer to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the services. If the Contractor transfers all public records to the County upon completion of the services,the Contractor must destroy any duplicate public records that are exempt, or confidential and exempt, from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the services, the Contractor must meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of public records, in a format that is compatible with the information technology systems of the County. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE COUNTY'S CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY ATTORNEY'S OFFICE, 1111 12TH STREET, SUITE 408,KEY WEST, FL 33040, EMAIL: PIIBLICREC R]DS R EC U TY- FLmGO ° OR PHONE: 305-292-3470. If Contractor does not comply with this section, the County will enforce the Agreement provisions in accordance herewith and may unilaterally cancel this Agreement in accordance with state law. 22) Audit Rights The Contractor must maintain accurate books,records,documents and other evidence that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance this Agreement,in accordance with generally accepted accounting principles. County reserves the right to audit the records of the Contractor for the commodities and/or services provided under the contract at any time during the performance and term of the contract and for a period of five(5)after completion of the contract. Such records must be retained by Contractor for a minimum of five (5) years following the close of the Agreement,or the period required for this particular type of project by the General Records Schedules maintained by the Department of State, whichever is longer. The Contractor agrees to cooperate with the County and agrees to submit to an audit as required by the Page 8 of l5 4103 County, or other authorized representative(s) of the State of Florida. The Contractor must allow the County or such other auditing agency to have access to and inspect the complete records of the Contractor in relation to this Agreement at any and all times during normal business hours for the purposes of conducting audits or examinations or making excerpts or transcriptions. The requirements set forth in this paragraph will survive the termination of this Agreement. 23) Third Party Beneficiaries Neither Contractor nor County intends to directly or substantially benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party is or will be entitled to assert a right or claim against either of them based upon this Agreement. 24) Uncontrollable Circumstances ("Force Majeure") As used herein,"Force Majeure"means the occurrence of any event that prevents or delays the performance by either party of its obligations hereunder which are beyond the reasonable control of the non-performing party. Examples of"Force Majeure" include,but are not limited to, acts of God, natural disasters, or emergency governmental action. To invoke this paragraph, immediate written notice, consistent with the "Notice" provisions of this Agreement,must be sent by the non-performing party describing the circumstances constituting force majeure and proof that the non-performance or delay of performance is a direct and reasonable result of such event(s). Any claim for extension of time by Contractor pursuant to this paragraph will be made not more than Seventy-two (72) hours after the commencement of the delay.Otherwise, it shall be waived. The Contractor shall immediately report the termination of the cause for the delay within seventy-two(72)hours after such termination. The County reserves its right to challenge the invocation by the Contractor within five(5)calendar days of receipt of said notice,in such case uninterrupted performance in required. However, in the event the invocation is accepted by the County, the Contractor must take all reasonable measures to mitigate any and all resulting damages, costs, delays, or disruptions to the Contractor's performance requirements under this Agreement. All obligations must resume when the circumstances of such event(s) have subsided, or other arrangements are made pursuant to a written amendment to this Agreement. 25) Public Entity Crimes Statement Pursuant to Section 287.133(2)(a), Florida Statutes, as amended from time to time, Contractor hereby certifies that neither it nor its affiliate(s) have been placed on the convicted vendor list following a conviction for a public entity crime. If placed on that list, Contractor agrees: to immediately notify the County and is prohibited from providing any goods or services to a public entity; it may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; it may not submit bids on leases of real property to a public entity; it may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and, it may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category TWO ($35,000), as may be amended, for a period of thirty-six(36) months from the date of being placed on the convicted vendor list. 26) Foreign Gifts and Contracts The Contractor must comply with any applicable disclosure requirements in Section Page 9 of 15 4104 286.101,Florida Statutes. Pursuant to Section 286.101(7)(b),Florida Statutes:"In addition to any fine assessed under [§ 286.101(7)(a), Florida Statutes], a final order determining a third or subsequent violation by an entity other than a state agency or political subdivision must automatically disqualify the entity from eligibility for any grant or contract funded by a state agency or any political subdivision until such ineligibility is lifted by the Administration Commission [Governor and Cabinet per §14.202, Florida Statutes] for good cause." 27) Scrutinized Companies and Countries of Concern per Sections 287.135, 215.473, & 287.138,Florida Statutes Contractor hereby certifies that it: a) has not been placed on the Scrutinized Companies that Boycott Israel List,nor is engaged in a boycott of Israel;b)has not been placed on the Scrutinized Companies with Activities in Sudan List nor the Scrutinized Companies with Activities in the Iran Terrorism Sectors List (fonnerly the Iran Petroleum Energy Sector List); and c) has not been engaged in business operations in Cuba or Syria. If County determines that Contractor has falsely certified facts under this paragraph,or if Contractor is found to have been placed on a list created pursuant to Section 215.473,Florida Statutes, as amended, or is engaged in a boycott of Israel after the execution of this Agreement, County will have all rights and remedies to terminate this Agreement consistent with Section 287.135, Florida Statutes, as amended. The County reserves all rights to waive certain requirements of this paragraph on a case-by-case exception basis pursuant to Section 287.135, Florida Statutes, as amended. Beginning January 1, 2024, the County must not enter into a contract that grants access to an individual's personal identifying information to any Foreign Country of Concern such as: People's Republic of China,the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor, under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs(2)(a)-(c)of Section 287.138, Florida Statutes, as may be amended. Beginning January 1, 2025, the County must not extend or renew any contract that grants access to an individual's personal identifying information unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor, under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs(2)(a)-(c)of Section 287.138, Florida Statutes, as may be amended. Violations of this Section will result in termination of this Agreement and may result in administrative sanctions and penalties by the Office of the Attorney General of the State of Florida. GALLAGHER BENEFIT SERVICES. INC. is not owned by the government of a Foreign Country of Concern, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern,and the government of a Foreign Country of Concern does not have a Controlling Interest in the entity. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Printed Name: Pru.c�icQ �-etJer� �-c+u-G�i`cl and Q,�ire.w.�ti7i` vyice.I Title: Signature: k Date: 6 Page 10 of 15 4105 28) Noncoercive Conduct for Labor or Services As a nongovernmental entity submitting a proposal, executing, renewing, or extending a contract with a government entity, Contractor is required to provide an affidavit under penalty of perjury attesting that Contractor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As an authorized representative of Contractor, I certify under penalties of perjury that Contractor does not use coercion for labor or services as prohibited by Section 797.06. Additionally, Contractor has reviewed Section 787.06, Florida Statutes,and agrees to abide by same. 29) Nondiscrimination The Contractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes,and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color, religion, sex or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3)Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended,relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article I1, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) The Pregnant Workers Fairness Act(PWFA) pursuant to 42 U.S.C.2000gg et seq.;and 12)Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to,or the subject matter of,this Agreement. 30) E-Verify Requirements Effective January 1, 2021, public and private employers, contractors and subcontractors must require registration with, and use of the E-verify system in order to verify the work authorization status of all newly hired employees_ Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of- a) All persons employed by Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the County. The Contractor acknowledges and agrees that use of the U.S. Department of Homeland Page I of 15 4106 Security's E-Verify System during the term of the contract is a condition of the contract with the County. By entering into this Agreement, the Contractor becomes obligated to comply with the provisions of Section 448,095, Florida Statutes, "Employment Eligibility," as amended from time to time.This includes,but is not limited to,utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit to Contractor attesting that the subcontractor does not employ,contract with,or subcontract with,an unauthorized alien.Contractor agrees to maintain a copy of such affidavit for the duration of this Agreement. Failure to comply with this paragraph will result in the termination of this Agreement as provided in Section 448.095, Florida Statutes, as amended, and Contractor may not be awarded a public contract for at least one (1) year after the date on which the Agreement was terminated. Contractor will also be liable for any additional costs to County incurred as a result of the termination of this Agreement in accordance with this Section. Upon executing this Agreement, Contractor will provide proof of enrollment in E-verify to the County. 31) Prohibited Telecommunications Equipment Contractor represents and certifies that it and its applicable subcontractors do not and will not use any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system, as such terms are used in 48 CFR§§ 52.204-24 through 52.204-26. By executing this Agreement, Contractor represents and certifies that Contractor and its applicable subcontractors must not provide or use such covered telecommunications equipment, system, or services for any scope of work performed for the County for the entire duration of this Agreement. If Contractor is notified of any use or provisions of such covered telecommunications equipment, system, or services by a subcontractor at any tier or by any other source, Contractor must promptly report the information in 40 CFR § 52.204-25(d)(2)to County. 32) Antitrust Violations; Denial or Revocation under Section 287.137,Florida Statutes Pursuant to Section 287.137, Florida Statutes,as may be amended,a person or an affiliate who has been placed on the antitrust violator vendor list (electronically published and updated quarterly by the State of Florida)following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply for any new contract to provide any goods or services to a public entity;may not submit a bid, proposal, or reply for a new contract with a public entity for the construction or repair of a public building or public work;may not submit a bid, proposal, or reply on new leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier,subcontractor, or consultant under a new contract with a public entity;and may not transact new business with a public entity. By entering this Agreement, Contractor certifies neither it nor its affiliate(s) are on the antitrust violator vendor list at the time of entering this Agreement. False certification under this paragraph or being subsequently added to that list will result in termination of this Agreement, at the option of the County consistent with Section 287.137, Florida Statutes,as amended. 33) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the County, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and authorized designees of the County. Page 12 of 15 4107 34) Interpretation The titles and headings contained in this Agreement are for reference purposes only and will not in any way affect the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement include the other gender, and the singular includes the plural,and vice versa, unless the context otherwise requires. Terms such as "herein"refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a section or article of this Agreement, such reference is to the section or article as a whole, including all subsections thereof,unless the reference is made to a particular subsection or subparagraph of such section or article. Any reference to "days" means calendar days, unless otherwise expressly stated. 35) Joint Preparation It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and accordingly the rule that a contract will be interpreted strictly against the party preparing same does not apply herein due to the joint contributions of both parties. 36) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction will, as to that jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction.The non-enforcement of any provision by either party will not constitute a waiver of that provision nor will it affect the enforceability of that provision or of the remainder of this Agreement. 37) Signatory Authority; Counterparts and Multiple Originals. Upon request, the Contractor must provide the County with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. This Agreement may be executed in multiple originals, and may be executed in counterparts,each of which is hereby deemed to be an original,but all of which, taken together,constitutes one and the same agreement. [Signatures to follow] Page 13 of 15 4108 IN WITNESS WHEREOF, County and Contractor have executed this Agreement as of the date first written above. CONTRACTOR: GALLAGHER BENEFIT SERVICES,INC. Signat re Print Name &Title STATE OF VA COUNTY OF &Aof6 "" The foregoing instrument was sworn to/affirmed and acknowledged before me by means of physical presence or ❑ online notarization, this �'� day of _;�ynrV 20 2 9 by Cols_ 14���� ,President [or Authority Title] of GALLAGHER BENEFIT SERVICES, INC., a Delaware Corporation. He/She is personally known to me/or has produced ��� 11rNref LCC�S�ft (type of identification) as identification. ture of NotarNbrMo PUBLIC REG. #00340404 (Prh � � Pubic) BOARD OF COUNTY COMMISSIONERS FOR MONROE COUNTY,FLORIDA BOARD OF GOVERNORS,FIRE AND AMBULANCE DISTRICT I OF MONROE COUNTY,FLORIDA Digitally signed by Christine Christine Hurley By.H u rl ey Date:2025.07.18 08:35:32 04'00' Christine Hurley,County Administrator Approved as to legal form& sufficiency: E" M. I digitAlysigned by Eve M.Levas ve . Lc.V V p`A21 ,,te:202,.06.17 10:27M-04'00' Eve M. Lewis, Assistant County Attorney Page 14 of 15 4109 SCHEDULE A SCOPE OF SERVICES 1. CONTRACTOR agrees to provide annual actuarial valuation services(details below) for the Monroe County Fire Rescue Length of Service Award Plan(LOSAP).These services will ensure sufficient funds for eligible volunteer firefighters and emergency medical services volunteers pursuant to the LOSAP and enable the County to properly plan for its fiscal year 2025-2026 budget. 2. The work includes reviewing data for each LOSAP participant. Data includes the annual eligibility spreadsheet and the vested member's roster. 3. CONTRACTOR will provide a statement of changes(from the previous year to the current year) in market value of net assets for the LOSAP for Monroe County Fire Rescue. Annual Actuarial Valuation Services 1. Annual data reconciliation, including the annual eligibility spreadsheet and vested member's roster. 2. Annual GASB 73 pension reporting for fiscal year 2024-2025 (December 31, 2024 valuation date). 3. Annual funding report for calendar year 2025(January 1,2025 valuation date). 4. Engaging with the County's auditor and completing auditor requests for both the plan and the financial statements. 5. Attendance to at least one(1)meeting with the County to present results. 6. Complete State of Florida disclosure requirements under Chapter 112.664, Florida Statutes, and upload(to FRS online portal)the actuarial valuation results for calendar year 2025. Lump Sum Fee for all of the above services: $24,000.00 Page 15 of 15 4110 ll(Afiu"ng Wadcvjs,L 65C"UO8.4050 wwwwajg corn Gallagher Insurance Risk Management Consulting June 24, 2025 TO WHOM IT MAY CONCERN: Colin Henty is the Practice Leader Actuarial and Retirement Services of Gallagher Benefit Services, Inc. and in such capacity has the authority to sign contracts for actuarial valuation services on behalf of the Corporation. � r Donna Jenncr7S"ecretary Gallaghen enefit Services, Inc. 4111 77/2/2025 E(MM/DDIYYYY) A�" CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Arthur J. Gallagher Risk Management Services, LLC PHONE FAx 300 S Riverside Plaza Ste 1500 AIC No Ext: 312-704-0100 AIc,No:312-803-7443 Chicago IL 60606 ADDRESS: certrequests@ajg.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Lexington Insurance Company 19437 INSURED ARTHJGA113 INSURER B:XL SpeCi21ty Insurance Company 37885 Arthur J Gallagher&Co and its Subsidiaries 2850 West Golf Road INSURERC: Underwriters at Lloyd's London 15792 Rolling Meadows, IL 60008 INSURERD: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:1470758076 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBRTYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP LTR MM/DDIYYYYI iMMIDDIYYYYI LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE O CLAIMS-MADE OCCUR PRE."ES Ea occurrDence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY❑ PRO ❑ LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO ,,, BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONL j BODILY INJURY(Per accident) $ Y AUTOS u HIRED NON-OWNED r PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident UMBRELLA LIAB g 7.11.25 OCCUR . ''"w� W, .,..,,�- „ EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE '.... NA X -. .„ .. AGGREGATE $ ID ED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Errors&Omissions 016024438 10/1/2024 10/1/2025 Per Claim/Aggregate $12.000,000 B Excess Errors&Ommisisons ELU199733-24 10/1/2024 10/1/2025 Per Claim/Aggregate $10:000,000 C Excess Errors&Omissions F10121924 10/1/2024 10/1/2025 Per Claim/Aggregate $13:000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Coverage extends to: Gallagher Benefit Services, Inc.2255 Glades Rd.Suite 240W, Boca Raton, FL 33431 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Eve Lewis 1100 Simonton St. AUTHORIZED REPRESENTATIVE Key West FL 33040 f @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 4112 DATE(MM/DDIYYYY) ACCOR" CERTIFICATE OF PROPERTY INSURANCE 7/2/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. PRODUCER CONTACT Direct All Inquires via E-mail Arthur J. Gallagher Risk Management Services, LLC PHONE q FAX 300 S Riverside Plaza STE 1500 AIC No Ezt:312-704-0100 Alc,No):312-803-7443 Chicago IL 60606 ADDRESS: CertRequests@ajg.com PRODUCER ARTHJGA113 CUSTOMER ID: INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Federal Insurance Company 20281 Arthur J Gallagher&Co and its Subsidiaries 2850 West Golf Road INSURER B: Rolling Meadows, IL 60008 INSURERC: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1559942358 REVISION NUMBER: LOCATION OF PREMISES I DESCRIPTION OF PROPERTY(Attach ACORD 101,Additional Remarks Schedule,if more space is required) THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS LTR DATE(MMIDDIYYYY) DATE(MMIDD/YYYY) PROPERTY BUILDING $ CAUSES OF LOSS DEDUCTIBLES PERSONALPROPERTY $ BASIC BUILDING _ °^ BUSINESS INCOME $ BROAD EXTRA EXPENSE CONTENTS $ SPECIAL ° RENTAL VALUEIll $ EARTHQUAKE BLANKET BUILDING WIND DATE_____ �E� 7 11 25m V ,. �q „� BLANKET PERS PROP $ FLOOD kffiBLANKET BLDG&PP $ INLAND MARINE TYPE OF POLICY $ CAUSES OF LOSS $ NAMED PERILS POLICY NUMBER $ A X CRIME J06039418 9/1/2024 9/1/2025 X Aggregate $$15,000,000 TYPE OF POLICY $ Employee Dishonesty $ BOILER&MACHINERY 1 $ EQUIPMENT BREAKDOWN SPECIAL CONDITIONS/OTHER COVERAGES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Coverage extends to: Gallagher Benefit Services, Inc.2255 Glades Rd.Suite 240W, Boca Raton, FL 33431 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Monroe County Board of County Commissioners Attn: Eve Lewis 1100 Simonton St. AUTHORIZED REPRESENTATIVE Key West FL 33040 4 @ 1995-2015 ACORD CORPORATION. All rights reserved. ACORD 24(2016/03) The ACORD name and logo are registered marks of ACORD 4113 77/8/2025 E(MM/DDIYYYY) A�" CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Arthur J. Gallagher Risk Management Services, LLC PHONE FAx 300 S Riverside Plaza Ste 1500 AIC No Ext: 312-704-0100 A/c,No:312-803-7443 Chicago IL 60606 ADDRIESS, INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Arch Insurance Company 11150 INSURED INSURERS:Arch Indemnity Insurance Company 30830 Gallagher Benefit Services, LLC 2255 Glades Rd. Suite 240W INSURERC:Continental Insurance Company 35289 Boca Raton, FL 33431 INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:912563625 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBRTYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF PO LTR MM/DDIYYYYI fMM1LD1CDy1YEYXYPY1 LIMITS A X COMMERCIAL GENERAL LIABILITY Y 41GPP4938417 10/1/2024 10/1/2025 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES Ea occurrence $1,000,000 A 161d. T MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: DAY,E-- 11 25 IT GENERAL AGGREGATE $4,000,000 POLICY❑ JECT PRO � LOC WANN K?A'� �yftPRODUCTS-COMP/OPAGG $4,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y 41 CAB4938317 10/1/2024 10/1/2025 COMBINED SINGLE LIMIT $5,000,000 A 41 CAB4939017 10/1/2024 10/1/2025 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED L NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C X UMBRELLALIAB X OCCUR 7034611269 10/1/2024 10/1/2025 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$1 n nnn $ A WORKERS COMPENSATION 44WCI0501917 10/1/2024 10/1/2025 X PER OTH- B AND EMPLOYERS'LIABILITY YIN 41 WCI4938117 10/1/2024 10/1/2025 STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? FNI NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) General Liability: General Aggregate Per Location Subject to$10 Mil Policy aggregate. Monroe County Board of County Commission, Florida is included as Additional Insured solely with respect to General Liability and auto liability coverages as required by written contract per form 00 GLO596 00 04 10 and 00 CA0115 00 0410 pursuant to and subject to the policy's terms,definitions, conditions and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Eve Lewis 1100 Simonton Street AUTHORIZED REPRESENTATIVE Key West, FL 33040 USA _._ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 4114 THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR TRUCK CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Under SECTION III — LIABILITY COVERAGE, the Who is An Insured provision in paragraph A. 1 is amended to Include as an additional "insured"the person or organization who is required under a written contract with you to be included as an "insured" under this policy, but only with respect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. All other tens and conditions of this policy remain unchanged. Endorsement Number: Policy Number: 41CAB4939017 Named Insured: Arthur J. Gallagher, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 10/01/2024 00 CA0115 00 04 10 Page 1 of 1 ARCH INSURANCE COMPA 4115 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM LIQOUR LIABIILITY FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM SECTION II — WHO IS AN INSURED is amended to include as an additional insured the person or organization who is required under a written contract with you to be included as an insured under this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. All other terms and conditions of this policy remain unchanged. Endorsement Number Policy Number: 41 GPP4938417 Named Insured: Arthur J. Gallagher, LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 10/01/2024 00 GL0596 00 04 10 Page 1 of 1 4116 Monroe County Purchasing Policy and Procedures AT]I ACHIMENT D.5 COUNTYADMINIS I IAA TOR C0N YRACT SUNINIARNJ ORM FOR ONTRACTS S 100,000.00 and [Airier Conti'aclwith� Cont. ...................... 4. Effective Date: (70MI-11Ct I?Urpose/Descripfiow Lxpiration Date: MOW .............."" ik, .. ...........4 t ®r, ........", 4 . ..... mi 5 3'D m --------------------- -—--------- ................. Contract is Original Agreernent Contract Amendment/Emension Reny: M mg(g' Rm. W Con tract Manager: 1XIj ment Ston #1 T(.)La I Do I I a r Va I u e o f o 11 t rac t C'Urrent Year Portion: S S 0) w�or less)(must b requjTreS(j4)C'Caipprmat oarless the mmdho�"' BUdgeted? Yios* No D Grant: S County Match-I Svm// FUndA ost Center/Spend CateLor� A DDITI L, COS VS Fstimated 0tigoing ('cysts; SO /yr For: N/A (Not inc�udcd in dollar valuc above) (e.g, maintenance, utifides, )an lorial, salaries, etc,) ItIStArance Reqthee: YE.S N() C ME 0NTR ACT R FV I E W Reviewer Date In Depanment Head Signature: WO and DeSantis —------------- oun tv tt Aornev S h'MItUre:- Joseph X DNo vo C .................................................................... Risk Management Signaftlre: Jaclyn Flatt aara .......................... Signature: Lisa AbreU IW Jm 1'0 uur C ................................ ............—................... 0 m 13 S11111atUre: John Quinn "W"aN 'Y7 L, 33 N A",Y -------------- . Rvvised BOCC 4/19/2023 Page 84 of 105 4117 Milliken Services, LLC Customer Proposal Sourcewell 061323-MAC Pr-oposal Date- /16/2025 N1(,) Nuniber: 1021003020 111-(rject NalTie: Islamorada Libr-ary Milliken Sales Rep: Alice Bethea ity, State, Zip: lslwnorada, I'L 31036 Prinim% Phone: Pn,)Ject NLHnber: OP-400326303 EniaH-. al ice.bet hea.,d)in i I I i ken.com Sefler(conipany): Wliken Sei-vices, LLC Pwject Manager: Katy Nton-is Addre.ss: 201 W. Lukken Industrial fXive I)Hm.,ary Nione' 706-880-3(:67 ity, State, Zip: LaGi-angc, GA 30240 ErnaH: CUSWftlef'(cot'npan;a)' klonroe COUnly Contact [)el-sow Kevin Dillon Adcjress: 300 Magnolia St. f)ritnary Phone: 305-R')3)-9200 City, State, Zip: Key Largo. [°[, 3330337 FmaiL di lon-kev [I 6�1)Mon roccoun ty-fl.g(,)y ffill To(conipany): Monroe COUnty Con'lact Person: Kevin DiHon Ad&ess: 300 Magnolia St flr-inlal-v 111011C., 305-363-9200 1 City. State, Zip: Ikea 1-w-go, FL 33037 Famik ........... "05 1 CRT" -C Olor-Field COL,19-118 Downl)OUr 25x l 673.946 S Y, S 2949 S 19,87~ 67 Standard Carpet file Adhes ve (order by pail), 5A00 4-gal. pail $ 147,2�2 S 736.10 TOTAL S 20,61077 If there is a change in materials or scope of work,a new propmosal must be issued by Milliken Services, LLC. Any revisions made to this proposal will invalidate the proposal. This proposal is valid for 301 davnS from the "Proposal Date" posted at the top of this form. Prices are subject to change,based on price increases or modifications if they fall during this timeframe. spCci'al Con(fitions: 4118 VlatcrW phces fre ghl- Rate,,,,do rwi u%h de �pc6aR ftLo- 4.;hi scmr ce,�unle�!s ipeic�tiecl nri quote uuk :gin All orders placied, wilder Mdlikon's Sourc"ell Contrai:t an: su' act 1.0 MMiken's contracted tenns and con&t4xis uNirh Sotwccv�eH Sign and return one cqM�'ol"this agreement,before aw.v worA begins. Keep ofte cop'foryour records. SeHees Representatke Signature: Date: 7,16/202-5 Printed Narne: Kal�y Morri's Vrcaj,ect Managr L Signature: Date� Rnntied Naine: rite 17*1 77774sr 107twas Mu"ST st ml Abr.57777`77. 710a"Z"k7s.77, JJ92W pligqW,a gM of your 2VaAMgLft and 3 LU jS9M9j,99Ak'gft should be,emaited to: katymorr�s—( fliken ur mailing,plicase wnd to: MillIken Siervim, LLC Katy Morris 201 Lukken IndustnW Drive,West L!2Lang, G=La 30240 706-880-3067 WORM COUNTY ArrURNEY*S OFFCE APPROVED AS TO FORM .......... .,�g WrA'RNJT* krill'AlPTO M EY oAT,E' 7-18-2025 4119 Ooi:;usign Envellope ID•E5,A1 28CI-96C7-4037-EIAA2-EFA2B58ECB0D MQ#: 1021 G03019 Contact:Stephen Matthews RIM ArrOc Survey 25cm x Im $45,,23 Change Agent 25cm x I irn, 50cm x 1 rn 529,49 Oty Proper 50cm x 50cm S39.20 Clean Break 50cm x 50cm $2&99 Coastline 50cm x 50cm $29,60 Collective Mind 25cm x 1mi 529,99 Color Field Patina 25cm x 1m: $28.12 Col air Thesis,-Details 25cm x Im 529,49 Color Thesis-Artwork 25cm x I m, 50cm x I in, I m x I rn $44.54 Comfortable Concrete Global Portfolio 50cm x 50cm i $42,46 Comfartable Concrete ID/LUX 150cm x 50cm $33.87 Common Factor 2,0 1ni x Inn $39.991 Consequence 2.0 50cm x 150cm, 1 m x I no $45131 Counter Culture 50cm x 50cm 28,63 jEcho Field 25cm x Im $2739 !Edge Lit 25cm x lim, I rn x 1 m $29,49 'First Sight 50crn x 501 $44.90 ormwork 50crin, 215crin x 1m $3 it.48 Free Flow 50cm, 25cm,x Im 24,16 iFree Space 25cm x Im $27 99 Gallery, The 50cm,x 50cm $38.99 iGhost Artist 50cm x 50cm $41.Si 9 Grain bt Bias 50cm x 50cm $35.41 Grand Plaza 40oz(500yd min,order) 11M x 1m $57,,00 Grand Plaza 36oz(500yd.rnin.order) ImxIrn $5330 Heavy Meta 25cm x 1 mi $40.58 oi 50cm x 50cm $30,72 apddus 25cm x Inn, Im x 1 rn S43.53 !Laylines 50cm x 5011 $29.78 'Light+Stiadows 50cm x 50cm $56,99 Lineation 50cm x 50cm $28.47 Live Circuit 25cm x Im 529.49 Loudspeaker 25cm x 1M $291.60 Low Country 25cm x Im $251,51 Lowdown 25cm x Im S28.00 Lyceorn 25cm x I m, I'm x 1m $3432 Lyceum- TrirnHne 25cm x 11m, Inn x Im $27,24 Major Freqvency: One 25cmi x I m $3173 Major Frequency: Two 25cm x I m, 50cm x I m $30,99 Major Frequency. Three 25cm x I m $32.68 Moraine 50cm, 50crn x 1 im $29,49 Motioniscape 25cm x inn $34.22 Naturally Drawn 50crn x 50cm $29.49 New Ground 2 5cim x I rn $29.99 Nibi 25cm x 1mi $30,99 krdt Stories-Loop Et Tip Shear 50cin,25crn x I mi S33.18 Sourcewett Contract#061323-MAC Page 1 of 7 Effective Dates: July Ist,2025 4120 DOCUsligin Envelope iD:E5A128CI,,g16C7,-4037-BAA2-EFA2B58EGBOD MQ#: 10210:03019 ContacL Stephen Matthews 0 Collection,The-Connect&CoUlaboraffil Fielld, Orb, Omni 7!70cm, $35,38 te 50cm x 5 _rn 0 CWectton,The , Unite; Fjetd, Orb, Omni 50cm x 50cm $52e 70 55099 Open Studito 50cm x 50cm $50,99 Rem x Remastered 50cm x 50cm, 1 m x 1 m $39A2 Rennix Remastered Trim(ine 50cm x 50cm, I m x 1 m $29,49 ................. ReveLation BK9 Base 50cm x 11m $35,52 ReveWioni Coot Stripe Base 50cm x I M $43,83 Scattergraph 50cm x 50cm $28,,47 zr.Pack 5Ocm x 50cm, 25cm x inn '526.49 Sound of Cotor 50cm x 50c ni, 25cm x I m $29,99 Southern Analog 50cm, 25cm x II 50cm x I Im $39,62 Space Between, The socin X 50cm $24,44 stereovi'sioln 25cm x Im $24.09 Textured Sky 50cm,25cm,x lm $48,60 Tracing Landscapes 511 x,50cm $25,199 Whate Song 50cm X 50cm $37.51 L Customs Options up to 10 M yard I Sourceweit,Contract 4 061323.MAC Page 2 of 7 Effective Dates. July 1st„ 2025 4121 OOCUsgn Envebpe ID A1128CI-96C7-4037-BAA2-EFA2B58ECBOD MQ#: 10210103,019 Ccrntact: Stephen Matthews Igljl� NO i i I MISSION= Formwork Broadloom 13'6 BL 52033 Design for Senior Living Majesty 13'6"BL S35A9 Design for Senior,Living- IRoyat 13'6'BL $42A9 E==i i,ii 1 lil 1;gil; rillilglig gl�oilrl 1 11 HE, Ad'vantaie LVT 7"x 48" $2,90 All Together Now.22m;it 7'x 48', 91'x 60*' 3.33 Chars E 6gent MuIttie'Sizes $5,53 En Plein Air- PVC Free Resilient'l Multi le Sizes Fortified Foundations 2.5 Multi2le Sizes Fortified Foundations 5.0 multiple Sizes 5.26 Local Measure-2.5mr-n/ 22miA 6"x 48" i2:77 Local Measure- 5,0mml 22m11 6"x 48" $4.90 Lumerrology 2.5 25cm as 100cm 412 Lumenology 5.0 25cm x 100cm $5.54 1 is Hour, The 50cm x 50,cm,25crn_x 1 50c= 3,49 Merge Forward - (PVC Free Resilient) Tx48", 18'x 36" =T �19% Mesa- (PVC Free Resilient) Tx 48", 18"x 36L" 1 33,.99 Metro Park .7'x 4&', 18"x 36" 4.74 Laterals 5.0 25crm X 150cm 6,19 guiet Life 5,0 25cim x 150cm $6.5 Max Order from Inventory-200m',240yd', 21617ft' Sourcewell Contract#G61323-MAC Page 3 of 7 Effecbve Dates: July ist, 2025 4122 Docusign Envelope 10:E5A128CI-96C74037-BAA2-EFA2,B58EC80D MQ 1021003019 Contact:Stephen Matthews NINE I I Mill !!I I'l, I'M= ty NMI! I I Per Box $277.2,8 OBEX Tite CutX-Contour Fiber, Fizz, Footpath, Stipple, Thread 50cm x 50cm Per Sqft $8.59 PerSqYd $7718 Per Box $184,85 OBEX Till CutX -Grain 25cm x irn III Per Scif t $8,59 PerSqYd $77.Z8 Per Box $24116 OBEX Tile Cut- Contour, Fiber, Fizz, Footpath, Stipple, 'Thread 50cm x 50cm Per Sqft $7.47 PerSl $67,,24 Per Box _$1 60,84 OBEX Tile Cult-Grain 25cm x 1m Plank. Per Soft $7.47 Per SqYd $67,24 Per Box $199,52 '!OBEX Tile Lool, Stark, Bark 50cm x 50cm Per Still $6.18 'PerSqYd $55,61 OBEX Tiles: 50 cm - 12 tiles per box(3.59 sq, yds. Or 32.29 sq, ft.)25cm x lim Planks-8 planks per blax(2.39 sq. yds. Or 21,53 sq. ft.) OBEX Tiles: Said by the box, Notes: All Pricing is delivered contiguous USA. I OBEX Identity Till Cut or CutX 1 meter Tile Per Tile $425,00 M 10BEX Bar CutX 11 - (Dark Grey and Grey) 27.6 cm x 1010 crin Planks Per Box $919,60 Per Scift $44.22 OBEY Bar Mono 11 - (Greyp 27,6 cm x 100 cm Planks Per Box $919.60 I Per Sqft $44,22 OBEX Bar Accessory Kits Box contians: 4 1 J-proffle,4 pcs L- OBEX Bair: Recessed Kit Per Box $225�00 � pllfite, and 2 pcs 5mm spacer OBEX Bar: Half-Bars Box contains 2 pcs @ 2m Per Box $75,00 OBEX Bar: Surface Mount Kit Box contains 4 pcs side ramp,4 pcs Per Box $2 80,DO start / finish ramp,6pcs corners I OBEX Grad Vinyi: (110cl 200 mm Per Box $186,07 Per Sqft $14m70 OBEX Grid Morl (110or1IC) 2001 mm Per Box $384,55 Per Sqft $30,38 OBEX Grad CutX: (110 or 11 Q 200 Mon Per Box $375.84 Per Scift $29„69 OBEX Grid: Vinyt Edge Kit Box contians: 20 mate/ 20 female6 Per Box $,115,00 corners OBEX Grid: Aluminum Edge-4 straight pcs. (2.7m 8,86 ft,) Box contains 4 pcs @ 2.7m I Peril $305,00 I OBEX Grad: Alluminuirn pre-mitered corners-4 1 Box contains 4 pcs pre-mitered corners I Per Box 1150,00 I(goes with straight _j" I I Sourcewelit Contract#061323-MAC Page 4 of 7 Effective Dates: July 1st, 2025 4123 Docusign Envelope III E5A1 28C 1-96C7-403'7-BAA2-EFA2B58EC80D MQ#: 1021003019 Contact: Stephen Matthews >Per F.A.R. Section 52.299-4 c, the vendor will charge,for reimbursement of taxes imposed on the contractor >Actual Installation costs will require site review and estimate. Ail Prices are Do No,Exceed Pricing >When installation is purchased, the contract price wilt be increased in States where State and, or Local taxes are applicable for installed projects >AR Installation projects are subject to an administrative processing fee >Prevailing Wage and Union Labor are not included in pricing listed above. Pricing,for these projects will be project and quote specific according to the specific market. !>High-Cost areas Include, but are not limited to the following: Boston, Chicago, Kansas City, Los Angeles, Orange County,Miami, New York, Philadelphia, San Diego,San Francisco, St. Louis, Washington, D.C, Denver, Phoenix, and Sacramento >Open Market Iterl Certain projects may require products and services not listed in the contract, These items will be priced and provided at open market price. Project Minimunrl Carpet Installation Pricing is for projects of 250sy or more. If project requires less than 250sy, minimum charges may apply. >Project Minimums: LVT/'VCT Installation Pricing is for projects 750sf or mo,ire, if project requires less than 750sf, minimum charges may apply. >Turnkey Invoicing. Material will be invoiced as it is shipped (or phased)and tabor wilt be invoiced upon completion of project. >E xctusions. Asbestos Testing and Abatement,Major floor prep and Leveling, Hoisting, Handling electronic equipment including(but not limited to) computers, telephones and personal belongings, >Payment and Performance Bonds, Floor and Equipment protection and Long Term Storage of Materials, >Mobilization charges may apply if installation crew arrives on project site and cannot perform schedute,d work due to unexpected conditions by customer. �>Att Prices include freight(FOB Destination, contiguous U.S.) Orders should be entered as inclusive of Freight. Terms: net 30 days - ----------- Sourcewett Contract#061323-MAC Page 7 of 7 Effective Dates: July 1st, 2025 4124 Dacu&gn Envebpe 0�A1644AG4-16EE3-4EBB-AC91'1-673D5CAD3DD6, 061323-MAC 10"A Sourcewell 144 � Solicitation Number: 061323 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Milfiken Services, LLC, 920 Milliken Road, M-620, Spartanburg, SC 29303 (Suppilier), Sourcewell is a State of Minnesota local government unit and, service c�ooperaltive 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 federall, 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 Serviices 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 (Participatlng 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 aillows 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 yeairs as required under exceptionali circurnstances, 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 expuration or cancellation of this Contract. Ali other rights will cease upon expiration or termination of this Contract. Rev, 3/'2022 4125 Docu&gn Ervekope 01 Al�A4AO4-6EE3-4EB,B-AC97-673D5CAD3DD6 06 13 2 3)-,V1 A C' 2. EQUIPMENT, PRODUCTS, OR SERVIICES A. EQUIIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted Linder the Solicitation Number listed above. Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract, All Equipment and Prod!ucts, provided under this Contract must be new and the current model. Supplier may offer close-nut 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 volurne are not guaranteed., B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materiials, 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 warrainty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed onto the Participating Entity, C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS, Upon Contract execution and throughout the Contract term, Supplier must provide to Sourceweil a current means to validate or authenticate Supplier's, authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered Linder this Contract, which will be incorporated into this Contract by reference. It is the Supplier's responsibilfty to ensure Sourcewell receives the most current informatioln. 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 acquisftion. This means that the quoted cost is for delivered 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. Rev. 3/2022 2 4126 Dacu&gn Enveiape ID A1644AO4 BEE3-4EBB-A('97 673D5CAD3D(3 061.323-,,%,'IA C' 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 aind Products to be returned within a reasonable time at no cost to Sourcew0l 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 aind Products at the time of delivery, In the event of the delivery of nonconforming Equipment and Products, the Participating Entity wiB notify,the Supplier as soon as possible and the Supplier will) repilace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Partici1pating Entity, Supplier must arrange for and pay for the return shipment on Equipment and Products that arhve in a defective or inoperable condition. Sourcewefll may declare the Sluppber 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 certification(s), When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific seiection of Equipment, Products, or Services at discounts greater than those, iisted in the Contract, When Supplier determines it wilil offer Not List Pricing, it must be submiitted electronically to Soiurcew0 in a Il"ine-item format, Equipment, Products, or Services may be added or removed from the Not List at any time through a SourcewOl Price and Product Change Form as defined in Article 4 below. Not List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those ciose-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Not List Pricing must be published and made available to ali Participating Entities, 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or,Service changes, additions, or deletions ait any time. Ail requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcew0 Supplier Development Administrator, This approved form is available from the assigned Souircewell Supplier Development Administrator. At a minimum, the request must: Rev. /2022 3 4127 DocuSgn Envelope 0 A�644AO4-6EE3-4EBB-.AC97-67!3D5CAf.)3DD6 0161323-VIAC' * 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 * lincWde 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 iterns where pricing remains unchanged. A fully executed Sourcewell P6ce and Product Change Request Form will become an arnendment 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 aind open to public and nonprofit entities across the Ulnited 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 cooperatove 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 solle 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 may 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, B. PUBLIC FACILITIES,, Supplier's employees maybe required to perform work at government- owned facilities, including schools. Supplier's employees and agents must conduct themselves in a professional mainner whiile on the premises, andl 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 IEntity must clearly indicate to Supplier that it intends to access this Contract; however, order-flow and procedure will be developed jointly between Sourcewell and Rev, 3/2022 4 4128 Docu&gn Enve ope 0 A'1644A04 61EE3-4EBB-AC97-673D5C;AD3DD6 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, bust 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 obhgations, and any applicable warranty periods or other Supplier or Participating Entity obfl:gations may extend beyond the term of this Contract. Supplier's acceptaWe 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 TERIVIS AND COINDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions, to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Suppfler, such as job oir 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 teirrns 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 miust 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 agreernent, apart from this Contract. Sourcewell, inciluding its agents and employees, will not be made a party to a claim for breach of such agreement, D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immeldiately 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 reguWations prohibit the Purchase or change the Participating Entity's requirements, E. GOVERNIING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the IParticiipating Entity making the purchase, Rena. 3/2022 51 4129 DocuSign Enye op e 0 A1644AO4-6EE3-4EBB,-FCC 97-6730:!5CAD3DD,6 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 Sourceweli 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 IFEE 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 sailes 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, H�ighway Department)„ • Participating Entity Physical Street Address; • Participating Entity City; • Participating Entity State/Province; • IParticiplatiing, Entity ZipPostal Code; • Participating Entity Contact Name; • Participating, Entity Contact Email Address; • Participating Entity Contact Telephone Number; • Sourcewell Assigned Entity/Pa,rticipating 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 an all Equipment, Products, and Rev. 3/2022 4130 DocuSign 1Enveioire 0 A1644AO4-6EE3.-4EBB-A�',',97,673D5C,AD3ClD6 06 13 2 3-N/LN Services provWed to Participating Entities. The Adm4iistrative 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 quairter and invoiced by Supplier, less returns, taxes, and shipping. 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 pier 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. 91. AUTHORIZED REPRESENTATIVE Soiurcewell's Authorized Representative is its Chief Procurement Officer. Supplier's Autho6zed Representative is the person named in the Suppher's Proposal, If 'Supplier's Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10.AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER,AND CONTRACT COMPLETE A. AUD11T. 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 Mthheld. Any prohibited assignment will be invalid. Rev, 3/2022 7 4131 Docu&gn Envelope ID A,16,44AO4-6EE3-4EBB-AC97-673DSC�AD3DD6 061323-MAC' 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 122 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 ainy claims or causes of action, including attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any negligent act air 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 apphcable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourciewell 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, Curing 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 Soiurceweli in advertising and Rev. 3/2022 8 4132 DocuSign Envelope ID:Al(,i44AO4,,6EE�3.4EBB-A(,97-f),73D5CAD3DD6 O6 1323-MA� C promotional materials for the purpose of marketing So,urceweli"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 Righit of Sublicense, The righit 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 sub1licensees. 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 aind: 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, wfll have 30 days to remove all Trademarks from signa!ge, websites, and the like bearing the other party's name or logo (excepting Sourceweil's pre-printed catalog of suppliers which may be used until the next printing), Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions, 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. Rev, 3/2022 9 4133 Docu&gn Envelope 0 A,@644AiD4,6EE3-4EBBAC97-673D5CA, )3DD6 061323-MA(..' 14. GOVERNING LAW,JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legali 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 wiil 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 displute and work in, good faith to resolve such dispute within a reasonable period of time, if necessary, SourceweIl and the Supplier will jointly clevOop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 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 30 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 falls 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 Sourcewelli 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 reqiuirements,, or 2. A material breach of any term or condition of this Contract. Rev, 3/2022 10 4134 Docu,&gn Envelope 0 1644AO4-6EE3-4EBB-AC9'7-673D5CAD,3DD6 061 323-M, ,,V' 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 proviided 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(jes) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or Ibletter, with coverage and limits of insurance not less than the following: 1. Workers'Compensation and Employer's Liability. Workers' Compensation: As required Iby 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 in,juiry 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 broad than the Insurance Services Office ("ISO") Commercial General Liability Form CGO001 (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-clomplieted operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required l,irri:lts, 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 $1,0100,000 Personal and AdveirUsing Injury $2,0100,000 aggregate for products liability-completed operations $2,0100,000 general aggregate ,3. CommercialAutomobile Liability insurance, During the terra 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 Rev. 3/2022 4135 Doc�u&gn Envebpe ID AIC:k44AO4 EE3-4EBB-AC97-673D5CAD3DD6 06 1323-M A(, no less broad than ISO Business Auto Coverage Form CA 0�001 (2010 edition or newer), or equivalent. Minimum Limits: $1,00�0,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Suppher will maintai`�n umbrella: coverage over Employer's Liability, Commercial General Liability, and Commercial Automobile.. Minimum Limits:. $2,0100,000 5, Network Security Of7d 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 Sourc�ewell to immediately terminate this Contract for default, R. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier Must furnish to Sourceweli a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates, must be marled to Sourcewell, 202 12th Street Northeast, P.C. Box 219, Staples, MN 5647'9 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates miust be signed by a person authorized by the insurer(s) to brand coverage on their ble,half. Failure to request certificates of insurance by Souircewell, 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-CONiTRIBUTORY INSURANCE CLAUSE, Supplier agrees to list Sourcewell and its Participating Entities,, including their officers, agents, and employees, as an additional insured unider 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, anid products and completed operations of Supplier. The policy provision(s) or endorsements) must further provide that coverage is, Rev, 3/2022 12 4136 DocuSign Enveh')pe 0 A1644AO4-6EE3-4E�.BB-AC97-673D5CAD3DD�6 06 I,323-N1,N(' 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, Suppliier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIAMLITY/SELF-I NISU RED RETENTION. The limits required by this Contract cain be met by either providing a primary policy or in combination with Umbrelia/excess liability policy( es), or self-insured retention, 1,9. 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, aind local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 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 Suipiplier 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 Sourceweli if this certification, changes,at any time. Rev. 3/2022 13 4137 DOCUSign EnveNope IID A1644AO4-CiEE3-,41EBB-AC97-673DSCAD3D�ID6 06 1323-NMA(" 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 F�EMA 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 thiat meet the definition of"fedeiraliy assisted construction contract," in 41 C.F.R. 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §601-1,4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity'" (30 FR 123,19, 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 muist include a provision for cornphance with the Davis-Bacon Act (40 U.S.C, § 3141-3144, and 3146-3,148) 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 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 miust 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 Cop0and "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 inon-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. Rev, 3/2022 14 4138 Doaj&gn Envelope ID:A1644A04 6EE3-4EBB,-A(,,97 673[)�5CAD3[D6 06 13 2 3 A,C' C. CONTRACT WORK HOUIRS AND SAFETY STANDARDS ACT(40 U,S,C, § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of$100,0100 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 tunes 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 cornply 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 "lade Iby Nonprofit Organizations and Small Business Firmis Under Government.Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Supplier certifies that dluring the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. 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, 126891). A contract award (see 2 C.F.R. § 180.220) must not be made to paroles listed on the government wide exclusions in the System for Award Management (SAM'), in accordance with the OMIB 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 Rev. 3/2022 IS 4139 Doci &gn Enve ope 1101 A'1644AO4-6EE3,4EBB,,,ACC 7-67'3D5C.,AD3DD6 0 6 1'32 IM A C 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, cleciared 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 aill records as required by 2 C.F.R. § 200.3,33 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, 1. 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 compliaince with the Energy Policy and Conservation Act. .L 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, § 2010.336). Supplier agrees that dully authorized representatives of a federal agency must have access to any books, documents, papers and records Of Supplier that are directly pertinent to Suipplier'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 discussioln relating to such docurnents, L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200322), A non-federal entity that is a state agency or agency of a political suibdivision of a state and its contractors must comply with Section, 6002 of the Solid "waste Disposal Act, as arnencled by the Resource Conservation Rev, 3/2022 16 4140 Docu&ign Envek)pe 0 A1644AO4-6EE3.,4EBB-AC9767�ID5CAD'3DD6 061'3 2 N/1 A 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; procuiring solid waste management services in a manner that maximizes energy anid resource recovery, and establishing,an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND F!LAGS,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 obitigations 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 Suppfier certifies that it is non-clelincluent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audft diisallowance, and benefit overpayments, Q. CONFLICTS OF INTEREST, The Supplier miust notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon, as possible if this Contract or any aspect related to 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. EXECUTWE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S, Executive Order '13224 and UI,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 certffies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. Rev. 3/2022 17 4141 Dow w','3ignEnvPbpeID Al'r)44,AO4-6EE3-4EBB-AC97C�73f),F)(,",Af,'):3Df)16 061.3)23-Nd A' T, DOMESM PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable reclOrements of 2 C,F,R, § 200.322, 22. CANCELLATION Sourcew0l or Supplier may cancel this Contract at any time, with or without cause, upon 60 days' wrutten 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 Milliken Services, LLC DoCuSigned by 0"',IS'9ned Oy: I S"o+� V(, Wbi�kL By:I '11319DO6489 — By ANE-09453 Jeremy Schwartz Tamlin Antoine Title: Chief Procurement Officer Title: Director of Government Sales & Institutional Contracts 8/4/2023 1 2:20 PM CDT 8,11012023 p 7:07 PM CD"T Date; Date.- Approved: D SIVftd by cmjxK ay:E... j re w.06944 5A ....... 486AF 7.... Chad Coauette Title: Executive Director/CEO 8/1.1/2023 1 8:03 AM CDI Date: Rpv, 3/2022 18 4142 DOCUSign Enveqope ID:A 1644AO4-BE E 3-4 EBB-AC97,6 73D 5CAD3D D6 RFP I 06" 323 Flooring Materials, with Related Supplies and Set rvices Vendor Details Company Name Mifliken Services LLC 920 Wfiken Road, M-62'0 Address Spartanburg, SC 29303 Contact: egan Rader Ernai[ mega n.rader@m Iliken,com Phone 706-415.,1324 HST# 27-4264711 Submission Details Created On Wednesday Apr 26,2023 14 55 59 SLibmJted On Tuesday June 13,20,23 09 28 54 Subm tied By Megan Rader Erna& megan,rader@r-rijilken corn Transaction 79516623-ae,ce-447b-895c-7c4742739623 Siubrridtees IP Address 47 39,240,215 Bid NLImber, RFP 0161323 Vendor Name-, Wliken Services, LLC 4143 f')ociuskjn IE""'nVelope ID A'lf'44AG4-6& 1-4F-BB-AC5J7.6'7!3D5,C�AD!3DID6 Specifications Table Ill Proposer Identity &Authorized Representatives Generali lristructions (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"NA"if the question does not apply to You (preferably with an explanation). Lloo Q uuestion Ittesponse", '40M I Proposer Legal Narne (one legal entity only) Milliken Services LLC (In the event of award, will execute the resulting contract as "Supplier") 2 Identify all subsidiary entities of the Proposer Milliken Services, LLC does not have any subsidiary entities whose products or whose equipment, products, or services are, services are included in the proposal. Included-in the Proposal. 3 ldenWy afl apphcabge assumed names or DBA Milliken Services, LLC does not have any assumed names or DBA narries. names of the Proposer or Proposer's subsidiaries, m Une 1 or Lune 2 above .................... 4 Provide your CAGE code or Unique Entity Cage Code 9DB85, SAW J4C4H5G6ZZV4 identifier (SAM): 5 Proposer Physical Address 920 Milliken Road, M-620, Spartanburg, SC 29303 6 Proposer website address (,or addressers") www miflikel & www milfikenfloors.com 7 Proposer's Aj.Ahohzed Representative (name, Tarnfin Antoine, Director of Government Sales & institutional Contracts, 9120 Milliken title, address, ernafll address, & phone) (The Road, M-6,20 Spairlaniourg SC 29303 Ta,rrilun.,Auitoiine@Milliken,com, 202-4801-64611 representative must havie aijjhonty to sign the "Proposer's Assurance of Compliance" on behalf of the Proposer and in the event of award, wili be expected to execute the resulting contract;-, Proposers primary contact for this proposal Tarrifin Amcilne,, Director of Government Sales & instAutional Contracts, 9120 Milliken (name, title, address, emaRi address & phoneK Road, M-620, Spartanburg, SC 29303, 202-480-6461 9 Proposer's other contacts for this proposal, if Jason Richardson, Dtrector of Operations — Milliken Services-_LLC, any (name, title, address email address 3 Jason Richardson@Milliken corn, 706-302-8333. Meredith Conner, Strategic Marketing phone): Specialist, Meredlith.Conner@Milliken.coni, 864-5014-1910 Megan Rader, Contract Analyst, Megan Rader@Milli liken.corn, 706-415-13�24 .......................... ................ Table 2A: Depth and Breadth of Offered Equipment Products and Services r-7-77777- 10 Provide a detailed description of the in thls proposal, Milliken is offering Cushion Baoked Carpet 'rile, Resihern FloorIng, products, and seirwces that you are offering Entrance Floorling, and Broadloom Carpet product Iliines that are preclsety crafted to, in your proposal enhance interiors, with cutting-edge technology, superior performance, and eye- ,catching aesthetics In addition to Milliken's innovative flooring solutions, Milliken is also providing a comprehensive offering of Turnkey/Installation Services, with details of these products and services outlined Wow. Milliken's carpet We is offered in both la3ank and square the sizes a:nd comes standard with WeIlBAG'19 cushion backing Milliken offers a variety of oolors, sizes, and patterns in ail offered products Additionally, multiple platforms are available in Milfikens, resilient offering, including both flexiNe and rigid luxury vinyl file iLVT), 'along with a PVC-free iesilient option Milhken's entrance flooring is designed to prevent moisture cl and other contaminants frorn entering your bUilding The use of nylon to act as a high-mosture-absorbing fiber and rrionofflarnent as an aggressive scraper creates a dual-action approaich Combining these two fibers with open-cut pile constructlon allows for the collection of all particulates Milliken's OBEX"r" entrance fboring files corne standard with WelIBAGE0 cushion backing and ,is available in a variety of patterns and colors to create a site-specific entry thiat � woNs, weH with your overall design. Bid NUmber: RFP 0161323 Vendor Name: Milliken Services, LLC 4144 DocuSlgn Envelope Its Al 644,A04 6EE3-4EBB-A(,9'7-673D5CAD3D.D6 The bemefrds of Milliken's Carpet Tile Rees ent Flowing and 0BE�X1'11 Entrance Flooring are as foilowws Durabiity illiken's carpet and resilient products are made for Ngh-traffic areas and won't Nose ttheur beauty like substandard floors do. Myiilliken's eilSAr" open. cell cushion backing absorbs impact, extending life up to 50% longer than hardback carpet. That's why our carpet leads the industry with a Lifetime Warranty Our LVT outperforms other coatings in scuff, stain, and scratch resistance Thanks to a 22mil wear layer it offers a best-in.-class 22 year vwear, warranty, For moire informatlon, please view the attachments uploaded in the Pricing Section (INgiltiiken Pricing PR-2), the Marketing PIan(Samples section (,Milliken %arketnnrg Plan/Samples MP,-2, MP-g) Also please visa hops,Uwwww rriidlnkeui,coiritp.n- uusfbUSiines slklloor-coveir0ngilechni Uproduct- neffrts. ostur'e Mitigation: Milliken developed fNocring systems to avoid costly molsture mitigation. For examrpie, our carpet's 'WW"eIIISA tt;;i open cell cushion backing allows the floor to breathe and rmousture to evaporate, where hardback products can cause the vapor to get trapped', turning into liquid vwater. Milliken offers one,-step no-test warranty options, and you can save significantly on prep, materials, and installation. For more information, please view the attachments uploaded in the Pacing Section (Milliken Pricing PR-2), the Marketing Plan/Samples section (Milliken Marketing Plan/Samples MP-2, MP-12, MidIP-13 MP-14, MMP•27, MP-28, MIP-29, Look: Book page 4). Also please visit: hops I/wanrw mlliiken comlem-usibuslnesses°fRoor- coveimng0tec0mnicaliproduct-benefits and https:tl iniilliken.corm,""en-Lis/busenesse,srflocir- coveiriri ,ltechnicattr,noistto' -mmariagement. » Acoustics Norse causes stress and hinders concentration That's vwlmy Mutilitken makes the quietest floors in the industryr The acoustic technology of our carpet tits l reduces in-roorn and through-floor noise by up to 501% compared to other flaoonnig. For more information, please view the attachments uploaded on the Prncrnag Section (MIdliken Pricing PR-2), the Marketing Plan/Samples section (Milliken Marketing Plart/Samples MP-2, MP-10, Look Book page 5). Also please visit. https ttvwvi+vw milliken commfen-ustbu inesses/four-covenng/technacal/product-benefits and httpsalwvwvvw mmilllken.coca/ei-ustbusumesses/floor-cr veringitechnucat/acoustlms Health and "Wi llimess Resigning interiors that protect and enhanice wellness is more omportant than ever. At Milliken, we select carpet materials that are Red Last Free and PVC Free We construct our carpet tulles with open cell, cushion backiingl to rnitigate moisture„ reduce noise arid lmprove comfort, And our 0BEXT%1 entrance f%uocrengl keeps out moisture and contaumminarr,ts, which can amprove Indoor air quaity and cleanliness For mmore information, please view the attachments uploaded m the Pricing Section (Mwtiiliken Pricing PR-2), the Marketing Plan/Samples section (Milliken Marketing Plan/Samples MP-2j. ,Also please visit: https10vw^wvw mili k,en.clo�,nten-us,tbus#nesseslfloor-, rovering/tech niiraltproduct-bcmnefits, Ir i carpet E onom cs; Our ,a ,.t and resilient floonn . are rrroire comfortable underfoot: g rp g which affects everyone in time workplace, In fact, our carpet's 1r°Wdel BAC8 cushion backing can reduce muscle strain by as much as 24% compared to harcdback. carpet, which us especially important in sit-to-s'land wvorkplaces. For more informmalion please views the attachments culploade,cd in the Prricing, Section ,MwMillliken Pricing) PR-2t, the Marketing Plan/Samples section (Milliken Marketing Plan/Samples MP-2, MP-11, Look gook page 5 and 7) Also please visit: Ihittps�JOwww midlliken cormlen-usdbusimessesl'floor•coveringltechndcalyproduct-beneflts and hhttps/Wwwnr milllukcen icormw"en.usibusimessestfloor-cowverongliechnicaltsit-to-stand. . Installation Cost Savings by Reduction in Floor Prep & Flour Compatibility: The cost of floor prep can make an unexpected impact on your project. But thanks to Miitiken's engineered cushion carpet backing„ you°II have minimal prep to do, saving time and money. Our hikes can be installed over alld adhestwes. It's seldom necessary to scarify or seal the floor And you won't have to worry about telegraphing on poor subfloor's. For more information, please view' the attachments uploaded in the Pncung Section (Mrtulhkeri IPri6ng PR-2 and PR-4), the Marketing Plan/Samples setliom (MMulluken ,Marlenn, PlanlSarnples MgP"2, MP.15) Also please visit: hops,lwww.imiltuken.rorrmlen- uslbuslnessestfoor-m. veringtlechnicalfproduuct-benefdts. - Carbon Neutral M iilluken carpet, resilient, and entrance tiles are carbon neutral laid Number RFP 061323 Vendor Name: Milliken ;services, LL 4145 DOCUSign Envejope ID A1644AO4-6EE3-4EBB-ACIw)7-673.D5 AD3DD6 everywhere in the word. As part of our MIP,ACT program, great care is taken when seWecfing materials,, manufacturing products, and delivering thern to OUT customers We believe it takes humans to protect huniarirty, so let's work together in the fight against climate change For more informalion, please view the attachments uploaded in the, Pricing Seot*n (KIliken Pricing PR-2) Also please visit. hftpsflwAw.mjhkein,conI/en- ,us/busiiiessesifEoor-coverungimpact-our-plainet/carboin-neutral-prodLicts Milliken's turnkey solutilenshnstallation services are as follows: - Coordination of project quantity estimates, site visits, proposals, order processing and 96% on time delivery - Responsible for scheduling all eleirents of every project — we will ensure timely delivery and inslaillation - Visualization — not only can we provide quanfities for your protects, but we can supply color coded drawings of your space to show product layout - A keen focus on proactive communication ..-- all project participants will be actively in the loop You'll have the peace of mind that comes with knowing every technical and installation procedure will be followed precisely as specified - Operating under Milfilken supervision: a national network of tralred profess&iall installation spedalsts — familiar with MRlikeri products, skilled in Mliliken procedures ,as well as installation of ancillary products - We manage all jobsri scopes of work, rnicludmg: removal and disposal of existing flooring, floor preparater, Installation of new flooring, occupied irenovabons - Experience in all segments (i.e, retail, corporate, healthcare, education, government, non-profits, etc) Milliken is also responsible for all troubleshooting and issue resolution — we strongly believe these are areas that realty separate one company from another Furnish and inistalll the following product types, inducling but not limited toi carpet tile, broadloom carpet, resifient, rugs, floor rnats, laminate hardwood rubber vinyt, epoxy, flooring hybrids, Wood, porcelain tile, cerainic flooring With Mdkker's Turnkey Services, project management is strei We, are the single point of contact Let our team deal with the coordination of all stakeholders for each of your projects Plus, there will only be one purchase order, for materials and labor combined We will take full responsbilrty for your project. Based on your specific needs, processes are standardized and repeatable — all managed by a single Milliken team. Plus, you'll have cost and budget control due to consistent pn&g. lns4flng carpet tde and other types of Rooring does require some skull, a4orrq with knowledge about the products being installed That's why we've assembled a team of experienced unstaltahon companies with wide-ranging skills For more information, please view the attachments uploaded in the Pricing section (RFP document PR-3,) and the Marketing Plan/Samples section (RFP document MP- 7, Look Book page, 68, Turnkey Brochure) ill What levels of service (material only, turnkey, Material, turnkey, and full flooring sWutions are proposed by Milliken. !other) are being proposed? 12 Does the response include installairon Yes, Milliken does, include installation services services? .............. ............ --- ------------------------------------------ 13 If the answer to Line #12 above is Yes, describe in deta4 the following elements (Unies, #:14-16) of instal Lion services, Bid Number RFP 0161323 Vendor Name- Milliken Services, LLC 4146 DocuSigin Envelope 9D l644AOl4.6EE3-4EBB-4,C97,673,D5cAL)3�)II)6, ........... 14 How does the Pairticipa6ng Enfity select an Hnslaflahon partners can be selected on a few different ways In most Cases, Mriliken irstaller'? Services will recommend an installation partner to the Participating Entity that has treein identrfied and approved to provide aistakafion services for projects Wilken Services currently ublizes a national network of mstaHafion partners that are quafifled to Provide these services, Our installation database consists of many types of instaflation partners with d&erent skiU sets, The selection process is pramariiy, driven, by the type of Project that as being performed Milfiken Services has experience in all segments, including corporate, retail, education, non-profit, heafthrare, institutionat and government (local, state & federally in some cases, the Participating Enfity may already have a relationship with an instaVation partner that is familiar with their fadkfies and stakeholders In this case, if the installation partner has a proven track record of providing quafity, installation services and, is qualified and trained ff needed), can meet Iocal,l and state requorernents, vain provide required cer-lificale of insurance and a W9, then the installation partner willl be considered for acceptance as an approved mstaiiat on partner for Mflliken Services 15 How does Proposer ensure installers are mstallation partners are required to have certftation or proven history of instaflation trained,, experienced, and fully licensed within for Milliken ServIces and providing ancillary products, They must be in current good durisdictlons where work us performed) credit standing and have a current certificate of insurance on file. They are required I to follow all OSHA and safety requirements for jobsite safety and hazardous materials Installation partners must also hod all required federaUstate/locali ficersing requirements as well as sign a Master Service Agreement (MSA) provided by Miltliken Services, pnor to engaging in any service or installation project Installation partners are to hold and maintain alb above requirements, Milliken Sourcing supports Ithie management of this, process. `16 Does Proposer have a standard installation No, Milliken does not have a standard installation agreement It will require agreement lit wall require Participating Entities, Participating Entities to use to use'? if so, please upload a copy with response --- ....... —----- ........... Bid Nurtnber: RFP 0 132'3 Vendor Nanne: Milliken Services, LLC 4147 Docu&gn EnveIope I01 A1644A04-6EE3-4EBB-AC97 673D5CAD3DD6 Table 2B: Depth and Breadth of'Offered Equipment Products and Services Indicate beiow if the listed types of products or services are offered within your proposal Provide additionat COMMents in the text box proOded,as necessary. ---------..... une litm, or T09 y or Offered Comments 17 Resilient r Yes r No 18 Ceramic r Yes r No 19 Porcelain T r Yes Ie r No 20 wood r Yes, r No .......................... 21 Hardwood r Yes r No 22 Laminate r. Yes r No ............ 23, Rubber r. Yes r INo 24 7in I r- 'Yes r No 25 Broadloom Yes No 12'6 Carpet Tile r. Yes r No 2!7 Epoxy r Yes r No ............ 28 Flooring hyb6cls r- Yes • No ............. ...................... 29 Floor mats r Yes • No M Rugs Ir. Yes r No I31 Supplies reated to the rernoval, f.- Yes mstaHafion, maintenance, restoration, and r No cleaning of ficoring rnatenals �complementary to the offering above (Lines #17 - 30) 32 Services related to the removal (including r Yes take back and recycling), installation, r~ No maintenance, restoration, and cleaning of flooring matenals complementM to the, offering above dLines #17 - 30) Table 3: Pricing Offered co""t%' 33 b the same as the Proposer typically offers to GPOs,cooperative procurement organizations,,or state purchasing While we are offering "Not to departments. Exceed Pncmg'', equal to our other national cooperative contracts and state contracts iwe are sumRar to Option C. :We MH routriety discount ptildfisheo pnc4iq for SCUrCeWell mernbers based! on volume bUidgets, customer need, past cusdomer busmess. etc. Bid Number: RFP 061323 Vendor Name. Milliken Services, LLC 4148 Diacu.5agn Envelope 0 9644A04-6t.E 3-4EBI3 AC97.67 D sw"AD3D D6 ' Our pricing is fair and reasonable. as Ot Iiis compliant to our other statettocal and national cooperative contracts. winch mandate equal or better published phdng but also alllovws for reducedidiscounted pricing on a per project or customer bases. We wilt accept pricing discount requests per the items listed above (volume, budgets, customer need, past customer business, etc.) Our pricing also unrJudes value aldd d benefits of our products arr-et servr ces through our WORBACS cushion backing and turnkey program as fisted beloww. Ail Milliken carpet tiles come standard with WeHBAC& cushion backing, which plays Into our pricing. There are marry reasons wily, but first„ and foremost, it is because we believe un delmwerdng quality products, superior performance„ and cost savings W'WhoRe the initial selling price may appear higher, IulBiken's carpet the is more cost effective when looking at the overall investment due to ease of unstallat'ioan„ reduced floor preparation, floor coampatlbilllty, and duraloi tydlife of the (product, In addition to Milliken's WW'eUBA S cushion backing; extending the life cycle of the carpet We,, outlined below are severai inherent benefits that Mililiken's flooring provides that contributes to cost savings As stated the previously, benefits of lW Illikerr s Carpet THe, Resu4ment Eloonngl, and OBEX"I Entrance Flooring are as foHowws; • CDurability� Millilkeln's carpet and resilient products are made for high-traffic areas and won't Rose their beauty Bike substandard floors do. Milfiken's W°WeUBAC3 open-celfl cushion hackling absorbs rrnpact, extending life up to 50% longer than hiarlbblack carpet Thais why our carpet leads the industry with a Bid Number RFP 061323 Vendor Narrwe Milliken Services„ LL 4149 Doc,tuSign Envelope ID A1644Af14-6EE3-41 BB-At)97.673R)5t)AtD,3C)t)f Lifetime Warranty Our LET outperforms other coatings un scuff, stain and scratch resistance Thanks to a 22rnii wear layer it offers a best-0- ciass 22-year wear warranty For more unfformatiorn, please view the attachments uploaded in the Pncing Section (Milliken Pricing PI - 2), the Marketing Plar/Sarnp�es section (Milliken Marketing Ptann/Samples MP- 2, MP-9) Also please visit. https:/Nvww.mfftllukern corNen- a.uscuslnessee1'door- cove h rrg/t ech n iica iu°p rod u ct. beneffits • Moisture Mitugalion Milliken ' developed floornng systems to avoid costr moisture mitigation Fo,r example„ our carpet's 'WeIlBAC@ opera ce1R cushion backiing allows the floor to breathe and moisture to evaporate where hardback products can cause the vapor to get trapped, turning into Oigwd vwatler. Millen offers one-step no-test warranty options, and you can save si+gniificauntty on prep, mate6als and dnstaliation For more information please view the attachments uploaded in the Pricing Section (Milliken Phdrig PP- 2), the Marketing PWNSarnplles section (Milliken Marke'tlnig Ran�lSampfes MP- 2 MP-12, Ut,P&P-13, MIP-1'4, MP 27, MP-28, IMP-29, Look Book (page 4) Allso please visit, hitlos 11www mVRRiken.comlen- us/busNnessesrfloor- coveringftechr Ical/product- bernefits and hHps:flwww.milltken.com/en- usibusmessesAloor- cove ring/te +rilcaYrnoisture- management. • Acoustics Noise causes stress and hinders corncesntratuon That's why, 1JiNkern makes the quietest floors in the industry The acoustic technology of our carpet No reduces in-room and through-floor noise by up to 501% compared to other flooring. For more information, please view the attachnents uploaded ion tine Pnwing Section (Milliken Pricing PR- 2t, the Markeung Phan/Sarnpkes swlion (MOIlliken Marketing Plrarn/Sarnptes MP- 2, MP-19, Look Book page 6) Also pkeuase visit; Bid Number: RFP 061323 'vendor Name Milliken Services, LL 4150 DOCUSIgn Envelope ID,A1644A4114 6EE3-4EB8-AC97-673D5CAD3DD6 https./Nvww rniiliken cornlen- I usIbusinesses/Roor- covenngltechnical/lproduict- benefits and https:Hwww milliken comlen- us/businessesffloor- covering/technical/acoustics. - Hearth and WeHness� Designing interiors that protect and enhance wellness is more important than ever At Mifliken we select carpet materials lhat are IRed List !Free and PVC Free We construct our carpet tiles with open-cell, custrion backing to rnaigate rnoisture, reduce raise and mprove comfort. And our OBEXIII entrance floonng keeps out moisture and contaminants, which can improve ondoor air quWity and cleanliness For more, informabon, please ,view the attachments uploaded in the Pricing Section (Mililken Pricing PR- 2) the Marketing Plan(Sampies section (Mflbken Marketing Plan/Samples, MP- 2). Aiso please visit httpsJIwwv;miNken comien- us/businesses/foor- covering/technicaUproduct- benefits. Ergonomics Our carpet and resilient flooring are more corniMabie underfoot, which affects everyone in the workplace in fact, our, carpet's WeRBACIO cushion backing can reduce rnusde strain by as much as 24% compared to hardback carpet, which is especially important in sit-to-stand workpVaces. For more information, please view the attachments uploaded ln the Pri6ng 'Section (Millfiken Pricing PR- 12), the Marketing Ran/Samples, section (Milliken Marketing Ran/Samples NIP- 2 MP-1 1, Look Book page 5 and 7). Aiso please visit: http&/Mmw.n1llliken conn/en- uslbusnnesses)floor- covering1technicailproduct- benefits and https)Iwww mill'iken.com/en- Us/businesses/floor- coveringttechnical)sat-to-stand. - Installation Cost Savings by Redurtion in FiDor Prep & Floor Compafibifity The cost of floor prep ran make an unexpected urnpact on your project. But thanks to Milliken's engineered cushion carpet backing, you'll have Bid Number: RFP 061323 Vendor Name Ufliken Services, LLC 4151 DOCUSIgrIl Envelope 0 AIFA4AO4-6EE3-4EBB-.AC97-673E), (.,AD3DD6 nimimat prep to do, saving time and nroney Our tiles can be installed over old adhesives Its seldom necessary to scarify or seat thie floor And you won't have to worry about telegraphing Oil poor subfioars Per more information, please vilew the attachments uploaded in the Pricing Section (Miffiken Pricing PR!-2 and PR-4), the Marketing Plan/Sampies, section (Milliken Marketing RanlSamples MP- 2, MP-15) Also please visit httpsIIwww milliken com/en- uslbusinesses,ffloor- cove6ng/technIcal/product- benefits - Carboin Neutral Mlilliken carpet, resilient, and entrance tulles are caton neutral everywhere in, the worPd As part of our MI]PACT programer great care is taken when selecting inaterials, manufacturing products, and delivering therm to our customers. We believe it takes, hurnars to protect humanity, so Ret's work together in the fighit against 0mate change. For more information, please view the attachments Upicaded in the Pncing Section tMrffiken Pricing PP- P). Also pllease visil: hltpsJ/www.m ingImpact-ou r- planet/carbon-neutral- products ,As stated previously. Milfiken's turnkey solutions6installation services are as follows . Coordination Hof project quantity estimates, site visits, proposals, order processing and 96% on time defivery Responsible for schiedulling alil elements of every project -- we wilit ensure timely delivery and iinstallafion - ViUafiZallOn — not Only can we provide quantities for your projects, but we can supply color coded drawings of your space to show product iaYOUr - A Ikeen facus on proactive C(X`rtnlunicat on — an project participants wid be actively in the icop Bid Number: RFP 061323 Vendor Name, Ulliken Services, LLC 4152 ItocuuSigr:Envelope lD A1644AO4 6EE3-4EBB-AC97 673D5CAE)3f"1[)6 l F Yalu Il have the peace of mind that conies with knowing every technical and nstaN4a pin procedure will be followed preci:sedy, a specified * Operating under Milliken supervisicl a national network of trained professional installation specialists — familiar with Mdlliken products, skilled ors fi lken procedures as well as onstatatwon of ancillary products e manage all pobsite scopes of work, including removal and disposal of existing flooring, floor preparation, kistailation of new flooring, occupied renovations Experience in ail segments (i.e., retail, corporate, heaithcare, education, governrmnent, non-profits, etc.) Milliken is also responsible for all troubleshooting and issue rel — we slrongly beNeve these are areas that really separate one company from another. • Furnish and install the following product types, including but not luni ted to: carpet the broadloorn carpet, resolvent, nags, floor gnats, lar'niinate hardwood, rubber, vuumyll, epoxy, flooring hybrids, wood: porcelain We, ceramic flooring With t4rtoBl'oken's Turnkey Services, project management is strearinfined We are the single point of contact. Let cur team deal with the coordonabon olf all, stakeholders for each of your projects. Pius, there will only be one purchase order, for rnatertalls and labor combined, We will take full responsibility for your project Based on your speclf0c needs, processes are standardized and repeatable — all managed by a single Milliken tearn. BMus, you'll have cast and budget control due to consistent pricing,. installing carpet We and other types of floo dng does require sm,ne skvOl, aping with knowledge about the products being mstafled. That's wwhy Bad Nulrnber' RFP 061323 Vendor Nanhe' Milliken Services, LL 4153 Docu&gn Envelope ID A1644A04-6EE3-4EBB-AC97 673D5CAD3DlDG we've assembled a team of experienced installation companies with wide-ranging skiia, For more inforniahon, please ,view the attachments uploaded in the Pricing section (RFP document PR-3) and the Marketmg F`larl/Sarnples sactron (RFP document MIP-7, Look Book 9e 68, Turnkey Brochure) .............. ........................... ........... .......... ................................ J 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 teinplate Contract, and the SOUrrewell Price and Product Change Request Form. ft, JJ U I 111R 34 Describe your prraing model (e g irrie-Item discounts or We are offering "Not to Exceed Pricing", equal to our other national product-category discounts), Provide detailed pricing data cooperative contracts and state contracts We wdl routinely duscount (lncludirg, standard or iM pricing and the Soumewefl published prioung for Sourceweil members based on volume, c1mcounted puce) on all Hof the items that you want bUdgia_13, customer need, past customer business, etc, Cur offered Sourcewelt to consider as pail of your RFP response, if pricing is discounted from our hst pricing with discounts ranging applicable, provide a SKU for each item In yow proposal from 01% to 7TY, by product collection or offered service Upload your pricing matenails (if applicable) in the document upload section of your response. Our pricing is fair and reasonable, as R IS Cornpliart to our tattler' statellocal and national cooperative contracts, which mandate equal or better published pricing, but also allows for reduced4scounted pricing on a per project or customer basis We will accept pricing discount requests per the iterns listed above ('Volume, budgets, customer need, past customer business, etc.) Our pricing also includes value added benefits Of our products and services through our WeHBAD& cushion backing and turnkey program All Milliken carpet file comes standard with WellBACCrD cushiion backing, which plays into our pricing as well There are many reasons why, but first, and foremost, it is because we believe In defivering quality products, superior performance, a,nd cost savings While the initial selfingi price may appear hiigher, Wilken's carpet We rs mare cost effective when looking at it holrsbca4 In addition to Milliken's VVel1BAC1,D cushion baloldnig extending the life cycle of the carpet tile, outhriled below are several inherent benefits that cusrr�oil backing provides that contributes to cost sayings ,As stated previously, the benefits of Milliken's Carpet Tile, ResIlient Flooring, and 013EXT11 Entrance Flooring are as follows . Durability, Milliken's carpet and resflient products are inaide for high-traffic areas and won't lose their beauty like substandard floors do Milhkeri's WeHBACC�,F open-cell cushIon backing absorbs impact, extending We up to 50% longer than hardback; carpei. That's why our caipet leads the Industry with a Lifefirne Warranty Our L%rr outperforms other coatings in scuff stain, and scratch resdslance Thanks to a 22r-nil wear layer 4 offers, a best-in-,class 22-year wear warranty Bid Number- RFP 061323 Vendor Narne, Milfiken Set-vices L I 4154 Docu.uSign EnvOope ID A1644A04-6FE„1 4E66-AL;47..t"r73B: 5CA1)3t.D6 For nwoue information, please wow, the attachments uploaded m the Pricing 'Section (Milliken Pncrng PR-2) the Marketing PVani,Sarmnpdes section i,;l' itCoken Marketing PVan/Sanwples MP-2, MP.gp Also p ease v6swt http :rliiii nmilhtrken cornlen-arsmbusini s s r_ coverintigiter:hn cakprodu .-beri fits . Moostur'e Mitigation Mil9iken developed flooring systems to avoid costly moisture ramitbgateon. Fcr example, our carpet's ° ellBAU& open cii cushion backing allows the floor to breathe and moisture to evaporate where hardback products can cause the vspao,r to get trapped, turning into liquid water Milliken offers one-step no-test warranty options, and you car save segnlifcant.11y on prep, mateilatl.s, and irnstaHation. For more information please of the attachments, uplloaded xm~n the Pricing Section ll' iiltukern Pricing P'R-2l the Marketing PVanlSanrptes section (Milliken Marketing PVammSamplles IP_2 MP-'12 tl P'-13 IVIP- 14 MP-27, V P-28, MP•294 Look Book page 4l Also pllease wsl't hops Pwww i ortlu`ken.connien-usibusineswsesa°floor- coverurng,technocall'product-benefits and htt,ps 1`+,rwww millikemn„onafen- uisfbusmmmewssesiftoorr-covering/ttechnir aVdmmnolsture-managennent. . Acoustics Nioi e causes stress and hinders concentration. That's why Milliken makes the quietest floors to the 'industry- The acoustic technology of our carpet the reduces in-roonn and through-floor noise by up to ate% compared to other flooring For more information, please view the attachments uploaded in the Prlcing Section iVMl liken Pricing PR-2p„ the Marketiie gg Panl'Sannples section (Miilteken Marketing PtantSampVes MP-2 MP-10 Look Book page Fit Also please visit https t'lwww mellrken.ccorn/en- uslbusernessesffBoor-couerenrgltechnncaVfproducf-bernefat's and hops lip mnelliken.comien-uuslbuslne'ssesllloor- covero ngitech n ecalYacoustirtcs Health and Weflness Designing interiors that protect and enhance wellness is more important than ever At Milliken, we seVect carpet materials that are Red. List Free and PVC Free. We construct our carpet tiles with open-cell, Cushion backing to mitigate Moisture, reduce noise arrd improve comfort And our OBEX'm entrance flooring keeps out moisture and contaminants, which can improve indoor air quality andi cteantllness. For nnore infonmat'ion, please view the a'ttachiments uplloacted in the Prucmmg Section (Milliken Pricing PR-2p the Marketing PtainlSamples sectnon lMilhken Marketing PlarnlSannptes MP-2) Adso please wwsit: https ll .mmnelluken.cormn0'en-u'sibus4nesseslfroor'. covenngltechnecaliproduct-benefits. �• Ergonomics: CJur carpet and resilient flooring are more comfortable underfoot, which affects everyone in the workplace In fact, our carpet's WeHByAGS cushion, backing can reduce muscle strain by as much as 24"'1% compared to hardback carpet, which is es'pecwally lmportaa'nt In sot-to-stand workplaces. For more information, please view the attactaments uploaded In the Prlcwng 'Section (fir Ilken Pnicing PR-2). the Marketing Plan/Sample's section (fw iHiken Marketing Plan/SampVes P- MP-11 Look Book page 5 and 7) Also please vwsnt: https ldwmw°ww milleken.comlemn- uslbustlnesseslfloor-coveringltechnecaVlprodu -benefits and https uhw milflken.comlen•uslbustlnessesifgoor-coveringttechnVcaVlslt•to- stand. lnstaHation Cost Saviings by Reduction in Floor Prep & Floor Compatibittty The cost of floor prep can make an unexpected impact on your protect. But thanks to Mill ken s engineered. r:ushion carpet backing, you'll have, minimat prep to do, saving time and money. Our titles can be mstalted overr old adhesives it's seldom necessary to scarify or seat the floor And you won't have to worry about telegraphing on poor subf ciors For More information please wrwew"ry the attachiments uploaded m the Pricing Section (Milliken Prlcrng P'R-2 and PR4), the Marketing, PlanlSamrnpVes section (Milliken Marketing PianlSarmrple's MP-2, I' P. 1d) Also protease visit https.lip,rniElikeri.comm/'en-u busmmessesdpoor- Enid Number: RC=P 061323 Vendor Name Milliken Services LL 4155 DocuSigin Envelope lD AI!644Ad)4-6EE3-4EBB-AC97,6730154:,AE)3DD6 cove r i ng/tech;nicali/p rod uct-be nefts - Carbon Neutral: Milliken carpet resilient, ands entrance tiles are carbon neutral everywhere un the world As part of our M/PACT program, great care is taken whein selecting materials, manufacturing products, and de rvening thern to our customers We believe it takes huim:ans to protect humanity, so Ili work together in the fight against climate change For more information, please view the attachments uploaded in the Pricing Section (Milliken Pricing PR-2). Also please visit htli//vww nilfliken com/en-luslbusiaiesses/floor-coveringimpairt-o,ur- pianeUi:arbon-neutral-prodkaicts. As stated previously, Milliken a turnkey solutions/installation services are as follows: - Coordination of project quant�,ty esbrnates, site ivrs1s, proposals, order processmig and 96%1 on time delivery - Responsible for scheduling alll elements of every project — we will ensure timely delivery and installation - Visualization — not only ran we provide quantities for YOV projects, but we can supply color coded drawings of your space to show product layout - A keen focus on proactive, communication — alit project partidpants will be actively in the loop - You'll have the peace of mrird that comies with knowing every technicall and installation procedure wilt be followed precisely as specified - Operating under Milliken supervision: a national network of trained professional installation specialists — fanrflOr with Milliken products, skilled in Milliken procedures as, well as installation of ancillary products, - We manage all jobsitie scopes of work, including: rernova9 and disposall of existing flooring, floor preparation, installation of new flooring, occupied renovations - Expenerice in all segments (I e , retail, corporate, healthicare, education. government, non-lorofits, etc,) Milliken is, also responsible �for all troubleshooting and issue resolution — we strongly belreve these are areas that really separate one company from another. Furnish and install the following product types, including but not limited to: carpet tile, broadloom carpet, resilient, rugs, floor mats, larninate, hardwood, rubber, vinyl, epoxy, flooring hybrids, wood!, porceJiah tile, cerarnic flooring, With Mifliken's Turnkey Services, project management is strearnHned. We are the single point of contact. Let our team deal with the coordination of all stakeholders for each of your projects Plus there will on�y be one purchase order, for materials and labor corrbaned. We wiN take full responsiloflity fair your project- Based on your specific needs processes are standardized and repeatable — all managed by a single Milliken team Plus, you'll have cost and budget control due to consistent priclngr inistaffing carpet file and other types of flooring does require soave skit/ along with knowledge about the products being nislailed That's why we've assembled a team of expenenced installation companies with wide-ranging skills. For more information, please vew the attachments uploaded in the Bid Number, RFP 061323 Vendor Name Milliken Services, PLC 4156 DocuSlign Envolope 0-Plf344A04-6EE3-4EBB-A(.,97-673D5CAD3DD(3 Pricing section (RFP document PR-38 and the Marke1mg Ran/Samples sectOn (RFIFI document MP-7, Look Beck page 68 Turnkey 6�rxhure) Copy of Ust Ph6ng, Sourcewefl offered price,, and offered discount from fist as attached in the document upload section as an attachment and Misted pebw Sourcewefl Price Lrst� Arctic Survey (25cm x Irn) List Price S173 36, Offer Price $45 23: Discount 74% !Centro CoHeiction (1m x Irn) bst Price $84 46 Offer Price $28 75 Discount 66% Change Agent - Brushed Metal Magnetic FiePd (25cir x 1m) List Price $65.6Z Offer Price: $2949, DrSCOUnt 55% City Proper 4 50cirn x 50cm) List Price $147 94 Offer Price: S39 20 Discount 73% Coastline (50cm x 50crri9 List Price $40,991, Offer Price: $29,60. Discount 2811/6 Cor CoRection (36" x 36") List Price $87 4 11; Offer Price $39.42 Discount 551"1/. C,Vcr Field (25crn x Irn) Ust Price $59140 Offer Price $2949; Discount 50'1% Color Fiord Painter (25cm x 1m) Liist Price S76601 Offer Price: $34.96: Discount 54% Color Fiie"d Patina (25cm x Ini) List Price $195 15> Offer Price $28 12: Dscount 701%, Color "Thesis - Details (25cm x 1m) List Price: $65 67, Offer Price $29,49 Discount 55% Cobr Thesis - Artwork (25crn x 1m: Irn x Im� List Price. 396.19, Offer Price $44.5,4 Discount 54%6 Bid Number: RFP 061323 Vendor fume: Milliken Services, LLCM 4157 Docu&qn Envebpe ID A1644AlO4.6EE34EBB-AC97-673D5CA013DDG CollorNeave CoRection (36" x 36") List Price. $91.60; Offer Price: $3942; Discount 57%, Comfortable Concrete Gioball Porlfbfio — Laud Bare Utan Drama (50cm x 50cm) List Price: $84.2'0; Offer Price: $42,46; Discount 50'%, Cornfortabie Concrete DILUX — Urban Sketch, Ultan Portrait, Urban Vista (50cm x 50orn) List F`6ce $91 54, Offer Price $33 87; Discount 6311/6 Consequence 2.0 (50cm x 50cm, Irn x 1m) List Price. 611308 Offer Price: $4523; Discount 60% Counter CuRure (50cm x 50cm) List Price $76 57, Offer Price $28 63 Discount 63% Dis&dent & Fringe (50cm x 50cm 1m x 1m) List Pri 3111,26, Offer Price: $45.64, Discount 591% Edge Lit (25crn x 1m) List Price: $68.78 Offer Price: $2949; Discount 57% Devation Man x 50cni; 1mi x 1m) List Price $62.63; Offer Price $27 79; Discount 56%, Encrypfion — Micro, Medium (25crn x Irn) List Price, $62.2T Offer Price: $2949; Discount 53%, Formwork C50crn x 50crn, 25cm x Im) List Prrce S101.% Offer Price $31,48; Discount 69'% Free Flow (50orn x 50crn, 25crn x 1m) List Price $9520, Offer Price: !$24 16; Discount 75'1% Ghost Artist Coliection (50cmi x 50rArn) List Price $914 60: Offer Price, 'S41 W Discount 56% Bid Number RFP 061323 Vendor Name: Milliken Services, LL(, 4158 Llnrcn6 yni Envelope Ifs: 1644AO4.6EE3-4EBB-AG 7_67',3 55-,A 3DD6 Grain & Bos (50cm x 50cari) Lost Price, $ ,73' Offer Price 535.41, Discount 64% Grand Plaza 40cz (500yd.min order) (36"xW) List Price $114.010; Offer Price $57 00, Discount 50% Grand Plaza 36oz (500yd.nnin order) (35'x36") List Price 5107 59, Offer Price $53 30; Discount 50% Heavy Meta �2'5cm x 1m) List Prate 7 4 5 6 99, Offer� e Prti ce 5 0 53; Discount 47/a Journal (50cm x 50cm) Lest Price $121.2Z Offer (Price $30 7Z Discount 7'5% Landmark t;50cm x 50cm"p 1List Price: 562 53, Offer Price; $27.79: Discount 56% LapidUS (1m x 1m; 25cm x 1m) List Pnd "5100,79; Offer Price: $43 53„ Discount 57'% Latitude (25cm x 1m) List Price 532 W Gaffer P6m 535.04, Discount 513`'�k% Laylines (50rrn x 50cm) List Price $95 16� Offer Price $29.'75; Dsccunt 69'% Lirneatirunm (50cm x 50cm) List Price '51 1T Offer Price a28,47: Discount 53%6 Liner, 2 0 (50cm x 5Ocm) List Price: $95.5T Offer Price: $32.36„ Discount 66% Lave Circuit (2,�. cm x 1m) Lust Price: $81 90, Offer P6ce $29 49: Discount 54% Loudspeaker 2, rrn x 1 m t 5c ) Bid lumber RFP 061323 Vendor Narrte Whkerl Services,, LL 4159 DocurASigcn Envebpe ICE:A1644AO4S 6EE ••4EBB-,AC' 7w6733 SC 3[)D6 List Price $72,83; Offer Price $29 50 Discount 59% Lew Country l25cm x 1rn) Lust Price S95.15, Offer Pence: p25.51, Discount 73% Lowdown (25cm x 1m) List Price $ 95, Offer Price $23 673, Discount 72% Lyceum (Im x: 1m) Lust Price, $75,74; Offer Price $34,82, Discount 541,14) Lyceumro 'Trimaline (1m x 1m) List Price: $50 72; Offer Price. $27.24, Dscount 46% Major Frequency n n x lira.a� e � c One 625cwrra 1 � y ) List Pnce: S72 33; Offer Price $33 73; Discount 54'wdra Matarr Frequency: Two (25cm x lnn; 53cm x 1ni) List Price: $112.15: Offer Price S•30.99, Discount 72% Ma)or Frequency, Three (25or x 1m) List Price: $71.; ; Offer Pnc..e 3,2.58; Discount 5411% Midna ght Sparkle Coliectiorn (36 x 36"`) List Price: S90..71„ Offer Price S45.23; Discount 50% @l4'araine 50crra x 50cmr 50orm x 1m) List Price: S59 35o Offer Price: $29 49, Discount 67"Y6 Moticroscape (25cm x 1rn) List Price: $119.52 Offer Prince S342Z Discount 71% Multiform (25cmi x 1m) List Price: $52.27; Offer Price. $29 49; Discount 53`, Natrurallly Drawn (50cm x 50ri7i) Lust Price. $52.27; Offer Price 52949 Discount 53% Bid Number, RFP 061323 vendor Name: dMifikert Services, LL. 4160 EtDocu&gn Envelope PD.A1644A04-61E 5 3-4EBB-A 97..6'r 3D CAD3DD6 New Vistas ('1rm x 1rn) Lust Price S96 30; Offer Price $28,75 Dsscount 70% Nordic Stones -- Loop & Tip Shear (50crn x 50crn) List Price: $110 06„ Offer Price. $33 18; Discount 70'%, Collection, '75e - Connect & Doitaborate Field, Orb, Orrim (503crm x 50cnm) List Prrooe 376 79: Offer Price $35,38 Discount 54% D SoltecJtion 75e - Unite Field, Orb Omni (50cm x 5Ocm) List Price $105 40; Offer Brice $52 70; Discount 50% Out of the Shadows (50cn x 50crn) Lust Price $96 61; Offer Price $32.31. Discount 67"1n Rermix IF.ernastered (50crn x 503crn, 1m x 1rn) List Price $99.18, Offer Price. $39.42„ Discount 60°ua} Permix Remastered 7rimline )50cm x 50cm; 1rm x 1m) List Price: $89 3,5; Offer Price $29.49 Discount 67% Revelatuon S 9 Base (50crrii x 50cirum; 1rn x 1m) List Price: $73 99i Offer Pnce $ 5.52; Discount 52% Revelation Cool Stripe Base (50cm x 50crm; 1rn x 1m) List Price 681.00; Offer Pruce 3.83, Discount 461% Scatter ra 5 t50orn x 50cr n. g Ip ) List Price: $86.10, Offer Pruce 828.47, Discount 67""1rs Southern Analog. (50crm x 50crm) List Price $101.37; Offer Pnce $3962; Discount 61% Stoney Brook (50crn x 50cmr 'Prm x 1m) Lest Price: $96 30; Offer Prue $28.75: Discount 70% Bid Number: RFP 061323 Vendor Name: Milliken Services, LL 4161 Docu&gn Errvetope ID.A1644A,r)4- EE3-4EBB-A,Cgl-673D5CAD3DD6 Straiighit TaNk 2 0 CoHection (50cm x 50crn, Im x Irn) IList Price. $91.96; Offer Price $30 94; Discount 66% Sorlace Study 150(n x 50cryi) List Price $141 16, Offer Price 532.58; Discount 77% Talkative Rain Collection (50cm x 501cm, 1ni x lrn( List Price,: $96.30; Offer Pnce� S28.75; Discount 70% rextured Sky 125crn x lm: 50v-n x 50cm) U51 Price 111563, Offer Price S4860 Discount 71% WhaOe Song (50cmr x 50cm) List Price. $151 73; Offer Price $3751, Discount 75% Custom Options up to $10 per yard Broadloom Carpets Formwork (13'6"BL) List Price: $59.00o Offer Price, $20,33� Discount 66% Adhesives, Backing Treatments, and Options. Tractionl3ack - Non Adhesive Backing (Sq.Yd,) List Prure. $1 77, Offer Pace $1 77, Discount 01% Milliken Non-Reactive Standard Adhesive (4 gallon paflN 150 so ydavg. spread rate per pail List Price $1472Z Offer Price $14722, Discount 0% Mifliken Non-Reactive Standard Adhesive (pallet qty.) List Price. $13971. Offer Price 5139.71; DiSCOUnt 00/6 Milirkerr LVT Adhesive Spread Rate 220-260 sq ft./gallon (1gao List Price 544.49, Offer Price $44.49; Discount 01% Bid Number RFP 061323 Vendor Name, Milliken Services, LLC 4162 Dor,ruSnr3lru Envelope; ID ,A1644AO4-FEE3-4EBB-AC 97 67°3DSC D'3(�c)ta Mifli ken LV7" Adhesive Spread Rate 225-250 srq ft igaHon (gal) Lust Price, 515058 Offer Prue: $1 50.58; Discount 01% ,AcouustH-oc Adhesive Porous - 200 spff i gaiion Non Porous - 250 sgff i gallon (2 gal) Ust Price $152,g0 Offer Price, $152.90; Discount 0% Prenvurn Undedayrnent for Luxury Vinyl Tile (,1010 Srq Ft. - 4 rolllslhx) List Price $331,27 Offer Price $331.27, l # count ft'% Sroadioom Adhesive - 4 gal gain - 30 srq yd avg spread rate- per pail List Price $84 34; Offer Price $84.34; Discount Ou% Broadloom Adhesive (paRlet Qty-) (4gal) List Price 580 16, Offer Price '$80 15 Discount 0% LVT Products: Fortified Foundafions 2.5 - Twist (18" x 18"") List Price: $8 71 Offer Price' $3 89; Discount 55% Fortified Foundations 2.5 - Charlotte, Slate (18" x 18") Lust Priice 58 71; Offer P ce $3.89 ouscount 5%, Fortified Foundations 2.5 - Serpeggrante (12"P x 24") List Prim $8 71„ Offer Price $3.89 Discount 55% Fortified Foundations 2.5 - Stone (18" x 36") Last Price $871, Offer Price $3W Discount 55% Fortified Foundations 2.5 - Apple Wood, Oak (5"" x 48') List Price: $8 71 Offer Price $3.89; Discount 55""auua Fortified Foundations 2.5 - Cherry, Eucalyptus Saligna, Fine Line, Kokutan, Laurel Oak, Rosediff Ch�erry, P�osewood, Rust. Pine, 'Teak (7" x 48") List Price $8 71 Offer Price $3 SS: Discount 55% Rid Number: RFP 061323 Vendor Name: Milliken Services, LL 4163 Docu&gn Envelope ID At 644AO4 6EE3-4E8B-AC97-673D5CAD3DD6 Fortified Foundatlons 2.5 - Aged Oak, Fissure Oak (9" x 43") List Price $8 71, Offer Price, $3 89 Discount 55% Fortified Foundations 5.0 — Tangible (18" x 36") List Prioe. $12 10t Offer Price. $5 26, Discount 57% Forfified Foundations 5 Ci - Power Grid, Polished Concrete (36`x36") L6st Price $12 10� Offer Price $5 26 IDrSCOUnt 57% Fortrfed Foundations 5.0 - Fargesia Bamboo, Heritage Wood, Eero, Shenandoah, P,ike, Gunnison (9" x 59 72") List Price. $12 M Offer Pace S526, Discount 57% Metro Park Rigid Form - Shenandoah, Pike, Kokutan, Eudaylos Sal igna, Appilewood Heritage Wood (T x 48"') List Price $10 OT Offer Price: S4.74, Discount 53% Metro Park Rigid Form — Tangible (18" x 36") List Price: $1'0 07" Offer Price. S4.74, Discount 53% Change Agent Relic - Rune, Philosphy, Virtue, Shrine, Antiquity, Heirloom Artifact, Fortune, Hero Elixir, Fqure, Quest (25cm x 100cni) 'List Price SI 1,84, Offer Prose: $5 53� Discount 53% Change Agent Conjure - Arse, Sprint, Ember, NeXUS, Ash, Cycle, !Coatl (25crn x 15Ocmi) List Price S1 1 84, Offer Price $5 53 Discount .53% �Change Agent Rootwork - Enchant, Harvest, Sacred, Divine Crest Honor', Revere, Heir, Legend (25cmi K 150cm) :List Price SI 1.84; Offer Price $5 53, Discount 53% Local Measure 2 Ornrnll2rnirt (T x 48") (10,368sf rilin order) IList Price: S4 72, Offer Price: $2.103; Discount 57% Locall Measure 2 5mrr/22nni (6" x 48) (1 01,368sf min order) Bid Number RFP 0613,23 Vendor Name: Mijhken Services, L 4164 DocuSign Envelope ID:Al 4A04-.6EE3-4EBB-AC97-C)73D5CAD3Dd")6 List Price $8 45; Offer Price $2 74 D scount 68�4, LocaO Measure 5 Onim/22rnfl C6' x 48) (10,368sf min order) List Price $11,56: Offer Pncle $4,90: Discount 58% Ouiet Life / Laterals 55mmI22rnd — Alabaster, Fotk,wood, Longs1raw 625crn x 150cin) List P'n.ce $12,28, Offer PrVre $6 19 D�scount 50%, Lumenology 5.0 - Light Wash, Light Stitch, Reflective (25cm x 100CM)i List Price $11.57, Offer Price $5 54 Discount 521% Lumenology 2 5 - Light Wash, Light Stitch, Reflective (MO Q = 10,297 sf)(25cm x 100cm) List Price $8 43� Offer Price $4 1Z Discount 51% Installation Prices (Not to Exceed hosts)� **Actual Installation costs will require site review and estimate— instaH Carpet (renovation) (Sle) Standard Cost Areas: $9 73 High-Cost Areas $15 57, Discount 0% Install Carpet (new construction) (SY) Standard Cost Areas. $9,19 High-Cost Areas $14.71; iDiscount 0% Take Up / Remove Exlsting Carpet (SY) Standard Cost Areas $3 79, Hgh-Ccst Areas $6 06 Discount 01% Hard Surfa:ce Flooring Removal (SF) Standard Cost Areas; $5 41 High-Cost Areas: $8 65, Discount 011/6 Floor Prep (SF) Standard Cost Areas $1,08; Hglh-Cost Areas: $1 73: Discount 0% Furniture Move (fight moong) 0SY) Standard Cost Areas: $5.41 High-Cost Areas S8.65, Discount 0% Bid Number, RFP 061323 Vendor Name: Milliken Services, LLC 4165 Docu&gn Envelope I'D A1644AO4-6EE3-4EBB-AC97-673F)5CAD3DID6 Furniture Move (rinediurn moving) (SY) Standard Cost Areas $9,73�; High-Cost Areas: $15 57, Discount 0% Furniture Move (heavy movIng) (SY) Standard Cost Areas $29 20 High-Cost Areas: $46 7Z Discount 0% Off-Hours Labor - blights', Weekends, Hofidays (SY) Standard Cost Areas: S5.41-1 High-Cost Areas $8 65; Discount 011/6 Matenai Disposai !SY) Standard Cost Areas, $,1,35', High-Cost Areas. $2 16� Discount 0% Material! Handiling I Staging (SF) Standard Cost Areas $2 16, Hilgh-Cost Areas $3.46, Diiscounit 0% Flooring Instaill - Staurs (LNF) Standard Cost Areas $324 High-Cost Areas $5 19, DItscount 01% InstaO L.VT (SF) Standard Cost Areas. $2.9T Kgh-Cost Areas $4 76 Dwourt 09/6 InstaIll Underiayment (SF) Standard Cost Areas, $2 43 Kgh-Cost Areas $3 89: Drscount 0% VCT Standard - Furnish & 4nstafl (SF) Standard Cost Areas $2,97; High-Cost Areas $4.76: Discount 01% SRTfVCT Slip Resistant - Furnish & install (SF) Standard Cost Areas: $7.57, High-Conk Areas: $12.11; Discount 0%, Remove VCT d LVT (SF) Standard Cost Areas: $1 89, High-Cost Areas: $3.03. Discount 0% Furnish and install Hard Surface TieA(Vood/Rubber TIJe (SF)—* Standard Cost Areas $21 63, High-Cost Areas $3461 Discount 0% -Price Ilnckudes Settrig/Grout/Base —Price Does Not Indude Eploxy/Mud BedNVaterp roofing Bid Number, RFP 061323 Vendor Name, MiHiken Services, LLC 4166 DOCUSugn Ernvelope Its A1644AQ4-6EE3-4E BBB-AC97 673t715CAD3CnC6 Scanty Subftoor (SF) - Requires S500 ruin Trip Chair le Standard Cost Areas $1 19 high-Cost Areas 51.96; Discount 01% InstallN Carpet cove base (LN,F) Standard Cast Areas: 54,33 High-Cost Areas: $6.92'„ D scourrt % 4„ Cove (Base - Furruish & IA"MaIl (LNIF) Standard Cast, Areas $2 97 High-Cost Areas: $4.76 Discount 0% 4.5 Cove Base - Furnish 5 Installl (LNF) Standard Cost Areas $3.14, IFigh-Cost Areas $5.02' (Discount (l% 6°" Cove Base - Furnish &, Install (LNF), Standard Cost Areas $3 24, N- gh-Ccst Areas $5 19, Discount 01X, I Ietai Transition Strips . Furnish & Install (LNF) Standard Cost Areas: $4.33, High-Cost Areas; $6.92', Discount 0% Vinyl "Transition Strips - Furnrsh & Install ('LNF) Standard Cost Areas: $4 33 High-Cost Areas S6 9Z Discount 0% Starr Nosing - Furnish & instaff (LNF) Standard Cost ,Arens $5.41 H-gh-Cost Areas $8.65; &3rscourit 0% Starr` Tread - Furnish & Install (LNF) Standard Cost Areas: $43.26, high-Cost Areas $69.22� Discount T7''76 Ournpister 30 Yard (Each) Standard Cost Areas 51061.50, high-Cost Areas S1730.40 !'Discount tB% Moisture Testing; Per Test NTF (Each) (Includes tests and labor/time to set and ready Standard Cost Areas $243.34: high-Cost Areas S369 34; Discount 01% Project Management Fee - uap to 20% of contract value Id Number RFP 061323 "Vendor Marne: Milliken: Services, LL 4167 [)ocuSigi Envelope lD A'1644AO4-6EE3,,-4E1 B-AC97-673D5CAD3DD6 OBEX Tiles: OBEX Tile CWX - Fizz, Thread, Drift (50cm, x 50crin) Pnce per Box - List Price $47325: Offer Price $27728, Discount 41% Price per Sq Ft List Pace S14,66, Offer Pince S359, Discount 41 IX, Pnce per Sq. Yd List Price 3131 90, Offer Pnce S77 28; Discount 41% OBEX 'Tie Cut Fizz, Thread, Drift, Strum, Cross (50cm x 50cm) Price per Box - Llst Pricier $42520; Offer Price; $241,26, Discount Price per Sq F1 List Price $13 17, Offer Price: S7 47 Discount 1 43% Price per Sq Yd List Price: $11851; Offer Price: S67 24, Discount 43% 0i Tie Loop Stack, Bark (50cm x 50cm) Price per Box - Lust Price $341 59; Offer Pnce: $199.52; Discount 4 2% Price per Sq. R List Price $10.518: Offer Price: $6.15r Discount 4 2%6 Price per Sq. Yd List Puree $195.2t Offer Pnce S55.61 Discount 4211/. 35 If Proposer is including installation services within its Installation services will be listed as a part, of the submission proposal, please describe how installation services will be located in the pricing section and will specifically pertain to the type priced, including applicable labor rates that may apply. How of installation being performed. Pricing will also contain al unit of will Proposer address any prevailing wage requirements of measure depending: on the product type (Square Yards, Square Participating Entities? Feet, etc,) This will not be an exhaustive list of installation services but should cover most ty,pes of products and installation for the types of projects that will be encountered. In rare cases where a specific service or product is, not included, Milliken Services can provide itemsiservices as an 'open market" line item on the quote that will be priced at the current market value. Since each state has cirflerent requirements for Prevailing Wage Union projects, these rates will have to be determined per protect depending on that states i current Prevailing Wage rates. Providing Prevailing Wage may also be determined by Participating Eni internal project size requirements for Public Works projects, In these cases, proper documentation (Apprentice Hours, Certified Payroll, etc,) will be provided, audited, and submitted as requested by the Participating l and!, based on the requirements of the state 36 Quantity the pricing discount represented by the pricing MiNken will offer pricing discounts ranging frorn 0% to; 771IT:FhZe proposal in this response For examl if the pricing in discounts are on a per product basis from our list price to our offer your response represents a percentage discount from pace and represent an average discount of 54%. MSRP or kst, state the percentage or percentage range, 37 Describe any quantity or volume discounts or rebate We will routinely discount offered pricing for Sourcewell members programs that you offer. when requested based on vollurne, budgets, customer need, past customer busilness, etc, However, we do, not have a standard program to offer any specific quantity or volume discounts, nor do we offer rebates. These would be handled on an individual customer request basis. 'As stated previously, out priong is fair and reasonable, as it is Bid Number RFP 061323 Vendor Name: Milliken Services, LLC 4168 IDccuuSign LnveBope ID:A'1644A044"aED-4EBBB AC97.67'3D C« D3D compliant to our other State/Local and National cooperative Contracts, w Nch mandate equalll or better published pricing but also allows far reduced/discounted pricing on a per project, or customer basis. Vie will accept pricing discount requests per the ftems Misted above (volume, budgets, customer need, past customer business, etc) As stated in other questions, our pricing also includes value added benefits of our products ,and services through our V 608ACS cushion backing and turnkey, program. As stated pre0ously, the benefits of Milliken's Carpet Tile„ Resibent Flooding„ and J t Entrance Flooring are as fall M Durability: Mcelhken s carpet and resilient products are made for high-traffic areas and won't lose their beauty take substandard floors ido. Millikenn's 'W ellB'AOFts operi-cell cushion backing absorbs impact, extending life up to 50% longer than hardback carpet That's why our carpet leads the industry with, a Lifetime "Warranty, Our LVT outperforms other coatings in scuff, stain, and scratch resistance, Thanks to a 22mit wear layer mt offers a best-0-class 22-year wear warranty, For more information, please view the attachments uploaded) in the Pricing Section (Milliken Pricing PR-2), the Marketing Plan/Bamplles section (Milliken Marketing Plan/Samples MP-2 MP-g), Also please visit Mips f' milliken,comien~uusi'bursinesse Moor_ ooverin 'technicatlproduct-wbenefi�ts. • Moisture (Mitigation, Milliken develloped flooring systems to avoid costly moisture mitigation. For example, our carpet's "WWu'ellBA open celt cushion backing allows the floor to breathe and moisture to evaporate, where hardback products can cause the vapor to get trapped, turning into liquid water Milliken offers one-step no-test warranty options, and you can save significantly on preps„ materials, and installation.. For more information, piease view the attachments uptoaded in the Pricing Section (Milliken Pi PR-2) the Marketing Plantsamples section (Milliken Marketing Plan/Samples, MP-2„ MP-12, MP-1 , MP irk, MP-27, MP•28, MP-29, Look, Book page )1. Also please visit; https/M www,mallliken, omten-usibusinesse floorw rovering(techniicalfproduct benefits and httpas fWwrawai rmlliken,1C0m n- us/businessesiffoor-covering rhnicaaVmoisture-management,, Acoustics, Eloise causes stress and hinders concentration 'Thal"s why Milliken makes the quietest flexors in the industry, The acoustic Itechniokc y of our carpel Ne reduces in-room and through-floor noose by up to 0% compared to other flooring. For more information, please view the attachments uploaded in the Pricing Section (Milliken Pricing PR-2), the Marketing Plani'Barnples section (Milliken Marketing Plaru/Barm^wpiles MP-2, MP-10, Look Book page B). Also please visit: httpsAWww,mfflken.coi us/busine^sse "floor-coveringffecfiunma procfiuct-be tits and https,,/Avww milliken.com/en-us/buusinesses/floor coveringlitechnical/'acouustics, � Health and Wellness: Designing interiors that protect and enhance weltness is more important than ever, At Milliken, we select carpet rnaternats that are 'Red List Free and PVC Free. VVL- construct our carpet tiles with open-cell, cushion backing to mitigate moisture, reduce noise and improve comfort. And our OBEX Im entrance flooring keeps out moisture and contaminants, which can improve indoor air quality and cleanliness For more information, please view the attachments uploaded in the Pricings Section (Milliken 'Pricing PR-2), the Marketing Plan/Samples section (Milliken Marketing Plan/Barriples MP-2), Also please visit httpsIMrw wr.malliken,comten-us/buisinesse/floor- Bid Number; RFP 061 'Vendor Name: Milliken Services,, LL 4169 Docu&gn Envelope ID A"b6Al4Aa"Y4,._6EEr 3-4E.BB-AC97-6i3DaCAD3,L)D' cmerp ngitech nicatd'product-benefrls,. w Ergonomics Our carpet and resilient flooring .are more comfortable underfoot„ which affects everyone in the Workplace, In fact„ our, carpets 'w"igellBAC8 cushion backing can reduce miuscle strain by as much as 24% compared to hardback carpet, which i lespecially important in sit-to-stand workplaces. For more information, please view the attachments uploaded in the Pricing Section (Millliken Pricing, PR-2), the Marketing Planl ampler section (Milliken Marketing Plani amples MP,2„ MP-1 t„ Look Book page 5 and 7), Also please visit; https if rnilttken comien- usibusinessesMoor-covenngltechnicaVproducl benefits and https:/B rnilliken comPen-uuslbusiinessesifloor-cover rr utechnd k"sit-to- stand. Installation Cost Savings by Reduction in Floor Prep ell, Floor Oornpaubility: The cost of floor prep can snake an unexpected impact on your p-roject. But thanks to Milliken„s engineered cushion carpet bacWn , 'you'll have minimal prep to do, saving time and money, Our tiles can be instatted over old adhesives H's, seldom necessary to scarify or seal the floor. And you won't have to worry about telegraphing on poor subfl000rs. For more information, please view the attachments uploaded in the Pricing Sectiuon (Milliken Pricing PR-2 and PRµ4), the Markefing Plan/Samples section (Milliken Marketing, Plan/Samples MP-2 MIP- 1 ) Also please visit: hftps°d r'rill°Gken.comn en-u^s/businessesi"blrror- coveringAechns ttproduct,-benefits. Carbon Neutral Milliken carpet„ resilient„ and entrance tiles are carbon neutral everywhere in the world, As pat of our MIPAC:T program, great care is taken when selecting materials manufacturing products„ and delivering therm to our customers. We believe it takes humans to protect humanity„ so lets work together in the fight against climate change. For more information please view the attachments uploaded in the Pricing Section (Milliken Pricing PR-2) Also please visrt: https l ,milliken,conUen- usimess oor-coverin +mpact-our_ planeVearbo n-neultralwproducts. As, stated previously, Milliken"s turnkey solutionsfinsfallation service's are as froltowws' Coordination of project quantity estimates, site vests Proposals, order processing, and 96'% on tinge delivery Responsible for scheduling all elements of every project — we will ensure hmneh delivery and installation Msuialiaation — not only can we provide quantities for your projects, but we can suppty color coded drawings of your space to show product layout A keen focus on proactive communication --- all project participants will be actively in the loop You'll have the peace of mulnd that comes with knowing every technical and installation Procedure will be followed precisely as specified Operating under Milliken super0sion, a national network of trained professional installation specialists — familiar with Milliken products, skilled in Milliken procedures as waeilll as installation of ancillary products We manage all )obsne scopes of work, inckWing removal and disposal of existing flooring, floor preparation, installation of new flooring„ occupied renovations Experience in all segments (m.e„ retail, corporate, healthcare,. education, government non-profits, etc) Milliken is also responsible for all troubleshooting and issue resolution •-- we strongly befieve Bid Number: FO P` 061323 Vendor Name, Uli kern Services, I. I r, 4170 DOCUSign Envelope ID Ale)44AO4-6EE3-4EBB-AC97-673D5CAD3DD6 these are areas that reality separate one company from another - Furnish and install the foliowing product types, including but not limited tar carpet tile, broadiolorn carpet, resHient, rugs, floor orate, laminate, hardwood,, rubber, vinyl, epoxy, flooring hybrids, wood, porcelain file, ceramic floorinigi, With Wiliken's Turnkey Serwioes, project management * strearinfined, We are the single point of contact, Let our team ideal with the coordination of all stakeholders for each of your projects, Plus,, there will only be one purchase order, for materials and labor combined. We will take full responsibRity, for your project, Based on your specific needs, processes are standardized and repeatable — all managed by a single Milliken team, Plus, you'll have cost and lbudgiet control due to consistent pricing Installing carpet file arid other types of flooring does require some skill, along with knowledge about the products being installed. That's why we've assembled a team of experienced installation companies with wide-ranging skills For more information, please view the attachments uploaded in the Pricing section (RFP document PR-3) and the Marketing Plan/Samples section (RFP document MP-7, Look Book Ipage 68, Turnkey Brochure), 38 Propose a method of faciWating 'sourced" products, or AH acgumition costs, with the exception of open market line leans related services, wNch may be referred to as "open are included m pricing submitted with i our response Open market market" riterns or "nonstandard options". For sluolaou sllied as reqUested and will be provided as a cost may supply such rterns, "at cost" or "at cost plus plusa percentagepercentage," oomayuppIy ate each request, Identify any element of the total cost of acquisition that is Things outside of normallstandard delivery charges such as lift, NOT included in: the pricing submitted with your response, gates, caill before delivery, inside delivery are not included In the This includes aft additional charge's associated with a offer price, These elements will be included! as open, market line,. purchase that are not directly identified as freight or item charges when requested by Participating Entities shipping charges, For example, list costs for items like pre- delivery inspection, installation, set up, mandatory training, or initial inspedion Identify any parties that impose such costs and their relationship to the Proposer. 40 If freight, delivery, or shiipping is an addifionaI cost to the Freight, Delivery and Shipping are included in offer pricing SOUrceweil pairtcmpalirg entity, describe iiin detail the complete freight, shipping, and delivery program 41 Specifically describe freight, shipping, and delivery terms or Milliken has partnered with a third-party logistics provider to support programs available for Alaska, Haw offshore Canada, or any [ffshore (HawaiilAilaska) delivery needs including the management offshore delivery, with ocean consolidators when necessary. Canada/Alaska destined freight will be serviced via an over-the-road and/or tell service, and in instances, where necessary, can act as the importer of record for border crossing purposes 42 Describe any unique dustribi,lfion andlor delivery methods or Milliken has partnered with a third-part y logistics provider to support options offered an your proposal offshore (Havvaii/A aska) delivery needs including the management with ocean consolidators when, necessary, Canada/Alaska destined freight wild be serviced via an over-the-road and/or rail seirvke, and in instances where necessary, can act as the imporler of record for ...................... border crossin-gi purposes Table 5: Payment Terms and Financing Options "7 Z 43 Describe your payment terins and accepted payment Milliken standard payment terms are Net 30. Milliken can receive methods payments 0a bank ACH, wire or check. Milliken oan also accept payment via P-Card, Pease irnote that P-card is authorzed at order entry and charged at shipment �44 L— Cbescribe any leasing of financing options, available for use MRliken does not, offer any leasing, or financing, by educational or governmental entities. Bid Nurrtber: RFP 061323 Vendor Name: Milliken Services, LLC 4171 DocuSign Envelope jD:A'lf,�A4AO4-6EE3,-4E BB-AC 97-673D5CAD3DD6 45 describe any standard transaction documents that you Attached documents show our standard transactJon documents that propose to use in connection with an awarded contract Millaken proposes to use in connection with an awarded contract torder forrns terrors and conditions, ser0ce ievel These inCWde sample proplasal form order confirrnation, leinns and agreements, etc) UpIoad a sample of each (as, conditions and sanittie invoice. There aire samples of each one of applicable) in the docurneM upload sectkor of your these documents in the document upload sectron except for the response order confirmation, The sample invoice will serve as an example for the Cinder Confirmation as they both contain the same information except the invoice wifl be assigned an invoice nurnber when issued Standard proposal document contains the fallowing„ Proposal Date MQ Number - Milliken's internal number for contract Project Narne & Location Milliken SaWs Representative Milliken; Services Project Manager (if applicable) Custorner Information and Contact Bill To 01nvoicing) information and Contact - Where invoice w9l be subrnutted Matenal Description, Unit of Measure, Unit Price and Total ifor each material) LaboriAncillary DescriptQn, Unit of Measure, Price and Toltaf (for each labor or ancillary item) Project Management Fee Total Total Protect Amount �Specia6 Conditions — This sections will include items that may be out of the normal scope or project splecific req&eryienls. (Notes — This is a standard notes section that Oduldes items regardsng scope, pricing, exclusions, sate conditions, installation Ischiedule, taxes, billing, freight, attic stock and overage �Provildes information regarding where signed contract or purchase order is to be sent. Standard Invoice document contains the following; Remft to information Bill To Party Ship To Party Scid To Party Invoice Number Invoice Date Defivery Number Order Number Order Date .Shipment NUrnber/Date Bid Number: RFP 061323 Vendor Name: Milliken, Services, LLC 4172 I`.roci�.afaign Envelope IO:Aafi44AO4.6E 3-4EBB-A 97 PJ73D5CAD3DD6 Customer Purchase Order Number Currency - USD Terms of Payment Incoternms Freight Payment Terms Payment Cane Cate Freight Carrier Name Shipping Pomt Milliken Salesperson Name Pnceng Agreement Number Project Name and Description Material Item Number Descn pk o ll n u Quantity,tt'ty. Unit of Measure, Unit Price and "total LaborPArrA lary' Item Nunmbeer, Descriptlon Quantity, Unit of Measure, Unit Price and Total ToW Mvoce Amount Tenn and Conditions Standard Order Confirmation v,N include time following ftenms tls nilar to invoice Oforrmation above] Kahl To Party Clh 1p To Party Sod To Party Order Number Order IC4ate Customer Purchase Order Nummber Currency - USO Teams of Payment I nc oterams Freight Payment Terms Payment Cue Pate Freight Carrier Name Milliken Salesperson Name Customer Service or VItIllken Services Project Manager Name Project Name and Description Material itenm INumber, Description, Quantity, Unit of Measure, Unit Price and Total LaborAn Har^y ltemm Number, Oewiptbn Qmantlty, Unit of Measure, Unit Price and Total Sid Number: R P 061323 Vendor Name Milliken Services, L L 4173 DOCUSign Envelope ID AlrA4AC.�4-6EE3-4E BB-AC 97-673D5CAD3DD6 iTotati Invoice Arnount �Term arid Conditions 46 IDo you accept the P-card procurement and payment Milfilken can accept payment via P-Card. Please not that P-card is process? lif so, is there any additional cost to Sourcewell, authorized at order entry and charged at shipment, participating entitles for using this process? Table 6: Audit and Administrative Fee L ttr yin T 47 Specifically describe any self-audit process or program that you Milliken utilizes internal Mtn nurnbers assigned to every order plan to employ to verify compliance with your proposed Contract placed by Sourcewell members directly to Milliken or through with SOLUcewelt This process includes ensuring that Sourcewell a Milliken authorized dealer, That allows Milliken to accurately participating entities obtain the proper pricmg that the Vendor capture track, report and pay fees on all Milliken invoiced reports alll sales under the Contract each quarter and that the sales to SourceweQ members Vendor rernas the proper adminisilrafive fee to Sourcewell Provide sufficient detaiill to support, your abdity to report quarterly sales to Miil4ken has dedicated Contract Management and Finance Sor.iriceweH as described in the Contract ioniplare, teams focused on tracking and reporting this orforniahori and ensuring proper administratwe fee payments to Sourcewelt. Milliken sales learns and dealer partners wfli have dairy access to pricing for distribution to all Sourceweill Members per requests. .................. 148 If you are awarded a contract, provide a few examples of internal iA Sourcewell awarded contract is an extremely important metrics that will be tracked to measure whether you are having part of Milliken institutional growth strategy and targets, On success with the icontract, a monthly basis, Milliken wills analyze and track sales, understand successes, and Identify growth opporturrifies as it relates to the Sourciewiell contract, Wliken has a dedicated team focusing on growing) sales through the SourceweIl contract Milliken has a dedicated National Director of Government Sales and Institutional Contracts responsible for all sates and partnership with Sourcewell, This Sales Director a responsible for working with the, entire Milliken sates team and support functions in the United States, and Canada, as welt as Milliken's national institutional sates leader. to facilitate, promote, and grow Milliken's business through t!he —---- i"Sourcewell contract, 49 Identify a proposed administrative fee that you will pay to Milliken proposes a 2% administration fee on all sales Sourcewell for facifitating, managing, and promoting the SOUrcewell mvoIced by Milliken, Contract in the event that you are awarded a Contract This fee oS typically Cal'CUlated as, a percentage of Vendors, sales under the Contract or as a per-unit fee; it is not a ine-rern addition to the Member's cost of goods, (See the RFP and template Contract for additional details) ..............-.............. ............... ...................... Table 7: Company Information and Financial Strength **Spon 50 Provide a brief history of your company, In 1884, the company invested in a new facility in Pacoiet, South Carolina, and from including your company's care values, that basic beginning a larger inanufactunrig operation grew With an eye on the business philosophy, and industry longevity future, research took on a leading role within the company's hierarchy - and was related to the requested equipment, prodiUCJS offiaa4y organized un 11945 as the Deering Mfliliken Research Trust or services. By 1958, the research organization had more, than 130 patents and nroved to a new specially desgried home (or current woridwide headquarters) in Spartanburg, SC, now known as, the Roger Milliken Center (RMC) in 1976 Deering Milhken officially became Milliken & Company, "Today, the company operates in a number of civerse, disciplines nndLjding Specialty Cheinica4s, Floor Covering, Performance Textiles, and Healthcare Bid Number RFP 061323 Vendor Name: Milliken Services, LLC 4174 Dr,rcrjSqnEnvelopeli) A1644Af34-6EE3-4EB,B-AC97-6731.115C,AC),3DID6 Our belief that profits, should be put back into research and development has aillowed us to, become one of the most tech nokig bca fly advanced manufacturers iin existence loclay. We believe in the power of mnovation. Every day, we challenge ourselves to find creative ways to enhance people's lives and to make the world around us easier, safer, more SUstainabAe and more beautifui, Mifliken has long invested m knowledge - we employ 90 PhDs, and have accumulated over 2,2010 iJS patents (more, than 5000 patents woridwrde) since our founding in 18S5 With over 40 rrianUfaCtUring facrfirtes in the ilUnited States, United Kmgdom, Belgium, France, China, and Auslraha, and wdh saves and service operations thrOUghout the Americas, Europe, and As4 Milliken's 8,0001-plus associates work to create, exernpiary customer experiences, build for the future and ensure a healthier tomorrow for generations to come. Milliken has a rich history of delivering innovative flooring solutions from Our research center, manufacturing facilities and our creative collective of inspired problem solvers Our reliable and stylish fiao6ng products offer great design solutions built from un ue insights and an exiceptloi4 array of lechnicat capabifties. Engineering sustainable solutions is central to our mission to create a healthier planet for generations to cornie, while also designing for the imoutern nnarket 71he Milliken Floor Covening Division Is a division of MrHiken & Cornpany that &s a pnvately held for-profit corporation divided into four regions: Americas, EMEtA Aga Pacific, and Australia. The company is headquartered m Spartanburg, South Carolina and, operates facilities in the United States United Kingdorn, China, and Australia. Milliken's Purpose Statement: Together we strive to positively impact the worid around us for generations to come Whiven's Values are as foHows lntegdty - Rio the right thing. 'Innovation - Reward big tilinking Peopte - Empower exceptional learns. Excellence - Set a high bar for performance. Sustainability - Create a healthy future For more infrjrrnatuon, plea visri www.milfiken com, wwvv.rniH!jkenfbors,corn, and atso view attachments m the Milliken Fmanciall Strength & Stability section (MiNikien IFinancial Strength & Stability FSS 1- FSS 18), t�he dliken Marketing Plan)Sarrtples, section (Mdkken Marketing Plan/Samples MP-1-MP-5 and Look Book page 2) Bid Number RFP 061323 Vendor Nainne Milliken Services, LLC 4175 Docu&gn Enwaiope 0 A16,44AO4-tatE3-4EBB-AC97-673D5CAD3DD6 51 What are your company's expectations in the In the event of an award, Mill expects the Sourcewell Contract to drive event of an award? significant growth and increased) market share for our Institutional Segments With our commitment to institutional segments and growing our, national cooperative contracts, Mitliken is ideally suited to drive %ginificant growth �As stated in other answers, Milliken employs a Director of Government Sales who is also responsible for driving and growing all institutional contract sales, Milliken also employs Directors of Healthcare, Education, and Mufti-Family Housing who, are responsible for driving and growing sates within those segments In addition to our extensive network of outstanding sales professionals in every region Sourcewell will cover, we also have RegllDnaI Strategic Account Managers who wilt also be responsiblie for growing Ynsfitutional sates throughout the United States, Canada, and US Territories Milliken expects to partner with Sourcewell on driving success through the contract if awarded Wilkens goal will be to exceed 25% market share for all flooring sWes facilitated through the Sourcewell Contract if awarded, 52 Demonstrate your financial strength ands Per attached letter, Milliken & Company is a privately held (farnity owned) CIS stability with meaningfut data. This could Corporation that has been continuously doing business for more than 155 years Include such items as financial statements, (See www milliken.corn for further Information about our company) SEC filings, credit and bond ratings, letters of credit, and detaiied reference letters As a private company, Millken does not release Is financial statements to ills Upload supporting documents (as applicable) customers or suppkers,. The company's financial position is exceptionally strong. in the docl upload section of your Millken has been profitable and mantalning significant free cash now and u,rel:14 response reserves for many years, Milliken's globall sages exceeded $3 blIllon in 2022 and the business is diversified around floor covering, specialty chemicals, perforniance, textiles and healthcare As the compal continued along its growth trajectory during 2021, the conipary decided to conservatively adjust its capital structure to take advantage of the historically low interest rate enwronment for funding of 20121 and 2022 M&A activity. The company's audltor Is Grant Thornton and it issued a "clean audit opinon" during the most recent audit of Milliken's Financial Statements. Finally, all five of Wliken's main banks have full access to Milliken's financial statements and have rated Milliken as an "Investment Grade" company �-5"3--W—ha-t""i-s,--y—our—US—ma—rk—et share for the Per attached letter, Milliken & Company is a prvately-held (family owned) US solutions that you are proposing? Corporation that has been continuously doing busmess for more than 155 years (See www.milliken,corn for further information about: out compal As, a private company, Wilken does not release its financial statements to as customers or supphers, The company"s firianciat position is exceptionafty, strong, Milliken has, been profitable and maintaining significant free cash flow and credit reserves for many years. Miffiken's global sales exceeded $3 billion in 2022 and the business is diversified around floor covering, specialty chemicals, performance textiles and healthcare As the company continued along its growth trajectory during 2021, the company decided to conservatively adjust its capital structure to take advantage of the historically low interest rate environment for funding of 2021 and 2022 M&A activity. The company's auditor e Grant Thornton, and A issued a "clean aul opinion"' during the most recent audit of Milliken", Final Statements, Finally, altl five of Wilken's main banks have NO access to Will financial statements and have rated Milliken as an, "Investment Grade" company, Bid Number; RFP 061323 Vendor Nal Milliken Services, LLC 4176 DocuS gn Envelope iD A'1644A,04-6EE3.4E BB-,AC97-(i73�.),5(,AD3DD6 ............ ............. ....................... �4 What is your Canadian market share for the lPer attached lefter, Milliken & Company js a pnvately-held (family owned) US solutions that you are proposing? Corporal that has been continuously doing business for more than 155 years (See www rill1liken,com Moir further rnfomrahon about our company). As a private company VIdlikeri does not release its, financial statements to its customers or suppliers The company's financial positron is exceptionally strong milliken has been profitable and inamlaining significant free cash flow and credit: ireserves for many years Milliken's global sales exceeded $3 billion In 2022 and the business is diversified around floor covering, spe0alty cherli performance textiles and healthcare As the company corifinued Wong its growth trajectory during 2021, the company decided to conservatively adjust its capital structure to take advantage of the histoiricaIIy low interest rate environment for fundwg, of 2021 and! 2022 M&A activity The cornpany's auditor s Grant Thornton and 9 rssued a "clean audit opinion" during the most recent audit of Milliken's, Fiirianciall Statements. Finafly, all five of MOkien's main banks have full access to MOken's firlanicia& statements and have rated Mildlkwi as an "Investment Grade" company. I55 Has you'i-r—bu-s—iness has newer 1'p"e t rh-o-n e d for--bankruptcy—protection. bankruptcy protectioO If so, explain in detail. 56 How is Your organization best described, is B. it a manufacturer, a distrIbutor/dealer/reseller, Milllken employs an extensive network of sales associates and managers dedicated or a service provider? Answer whichever to growing sales throughout Ina entire North Arnenican footprint which includes the question (either a) or b) jiust below) best entire United States Canada, and US Territories, Milliken employs a National Sales applies to your organizaWn Director responsible for all sales and services for North Arnerica which includes the a) If your company is best described as United States and Canada. Milliken also) employs Regional Vice Preswdertts a disi�ribut�orldealerei-eselller (or similar entity), responsible for all saes and services arid approximately 100 territory sales provide your w6tten authorization to act as, a associates throughout the United States and Canada. Wken ennploys National d list ribulorldea le ri'rese Per for the manufacturer Directors for the enure North American foolpnirn for the following segrrients� of file products proposed in this RFP If Government, Educa0ion, Wlilj_Frarnjly IHousing, Hearmcare, and Corporate Strate# applicable,, is your dedier network Accounts. independent or company owned? b) If your company is best described as Wilken's National Drector of Government Sales & linstitutionall Contracts is a manufacturer or service provider, describe responsible for all msblulonal and national cooperative contracts and willl manage your relationship with Your sales and service the Sourcewell Contract partnership if awarded, force and with your deater network In delivering the products and services proposed in this IRFP Are these individuals your empio,ye,es or the ernployees, of a third In addifilon to Milliken's direct employees fisted ablove, Milliken utilizes an extensive party? network, of over 7,000 dealers throughout the United States, Canada, and US Terriliones These dealers are located in every rpgion, spate, and province, and will i be authorized to utilize the Wlaken-SOUrceweO Contract to servioe Souircewell, Members if Mi is, awarded. Milliken also has direct employees, in the Milliken Seivr�ces division that are directly responsible for managing all turnkey projects from quote and order entry to installation of prodluicts and services, as well as invoicing Sourcevvell Members As stated previciusly, Millikens turnkey s6ul6n!&Ainsta1Wfion sermces are as follows: - Coordinatlon of project quantity estimates, site v*rts, proposals, order process+ng and 96% on time delivery - Responsible for scheduling all elements of every project — we will ensure timely delivery and installation - Visualization -.-• not onlly can we provide quarififies for your projects, but we gran supply color coded drawmgs of your space to show product layout - A keen focus on proactive communication — all project partclipants will be actively in the loop You'll have the peace of inind, that comes with knowing every technical and Installation procedure will be, followed precisely as specified - Operating under MOker; supervision: a national network of trained professional ristaflation, specialists, — farm fiar with Milliken products, skilled in Whiken procedures as, well as �nstallatlon of ancillary products, - We manage all jobste scopes of work, including: removal and disposal of existing Bid Number �FP 06,1323 Vendor Name Mil Services, LLC 4177 Dricu&gn Envelope ICI A1644AD4-6EE3 4EBB-AC97-673D5CAD3DD( flooring floor preparation tristallation of new flooring, occupied renovafions - Expenence in ail: segments (ii e, retail, corporate, heafthicare, educafivi, governirrient, non-profits, etc) MiJfiken is also responsoble for all troubleshooting and lssue resolufion — we strongly believe these are areas that really separate one company from another. - Furnish and install the following product types including but not Illrmuted to carpet title. broadloom carpet resilient, rugs, floor malls, laminate, hardwood, rubber, vinyl epoxy, flooring hybriid:s, wood, porcelain tile, cerarmc flooring. Vv'ith Milliker's Turnkey Services, project management is strearnfined. Vve are the single point of contact Let our tearr deal withi the coordination of Ml stakeholders for each of your projects Plus, there will only be, one purchase order for matenals and labor combined. We woll take full responsibility for your proled Based on your specific needs. processes are standardized and repeatable — 0 manaiged by a single Milliken learn. Plus, you'll have cost and budget controll due to consistent pricing installing carpet file andi other types, of flooring does require sorne skill, along with knowledge about the products being installed That's why we've assembled a team of experienced installation companies with wide-ranging skills For more unfcrrmattori please view the allachrrients uploaded in the Pricing Section, (RFP document PR,3) and tire Marketing PlaniSamples section (RFP docuirrient MP- 7, Look Book page 68, Turnkey Brochure) ............ 57 Provide all "'Suspenslion or Debarment" Williken Ihas not been., suspended or debarred, information that has applied to your organization during the past ten years. Table 8: Industry Recognition & Marketplace Success lil Rio 58 Describe any reievant industry awards or 20,23: recognition that your cornpary has received in the past five years (17-year Honoree) Woitrfs Most Ethical Companies I Presented by Elhiisphere instnute, Global Most Loved Workplaces I Presented by, Newsweek, Arnerica's Best Midsize Employers (Corporate) I Presented by Forbes, Arnerica's Best Errlpdoyers for Diversity (Corporaiey Y Presented by Forbes, America's Most invirwative Companies (Corporate) Presented by Fortune, Most Loved Workplace Certification (Corporate) I Presented by Best Practice Institute (BPI:), Top 100 Most Loved Workplaces (Corporate) I Presented by Newsweek and Best Practice tristrtute (BR); Stannet Dream Tearn Award (Floor Covering), Metropolis Likes Award — The Space Between (Floor Covering) 2022 1(16-year Honoree) Wodd's Most Ethical! Companies l Presented by EthispIreire institute; Arnehca's Best Mudsjze Employers (Corporate�l G Presented by Forbes rnagazine, America's Best Employers for Dwersdy (Corporate) I Presented by Forbes rnagazine, OSHA VPP Star Certification re-approval for rigorous safety standards and nriplementaljon for the following MIkken D.S. facilities Enterprise, Cushman Most Loved Workplace Certification (Corporate) I Presented by Best Practice lristitule (BPI); Top 1010, Most Loved Workplaces (Corporate) I Presented by Newsweek and Best Practice institute (BPII), Design Guild Mark Award, recognizing Northward Bound (Milliken Floor Covering) I Presented by The Furniture Makers' Company: SIES SOP Award 2021 (Milliken Chernical) I Presented by SIES School of Packaging - Packaging Technology Centre, Outstanding Supplier (Milliken Chemical) l Presented by China Cleaning Ilndustry Association (=A) Best Collaboration (Milliken Chemical) l Presented by EMD Electromcs, Planet Positive Award "inner, recognizHig Coastline (MMiken Floor Covering) I Presented by Metropolis Magaz4ie. Best of Year Finalist, rec*gnimng Coastline (Miihkerr Floor Covering) I Presented by Interior Desugrr Magazine EcoVadiis Gold Sustainabflity Rafinig, Approved by the Science Based Targets lmfiative (SBTi) to become net- zero by 2050 Starnet Dreams Tearni Award fRoor Covenng) Bid Number RFld 061323 Vendor Name Mijhken Services, LLC 4178 Cr..)CiUSign Envelope ID A1644AO44 Rs6~E3-.4I--BB-- C 7-673D5CAD"5VDID 2021 (t5-year Honoree') >Wwi'orld's Most Ethical Companies I Presented by Ethrsphere � institute, Anneroca's Best Midsize Employer's (Corporate) I Presented by IForces mnagazdnie OSHA VPP Star Certiifucation re-a�ppro'va0 for rigorous safety, standards, �and implementation for the following Milhken O.S, facilities: Allen, Hatch, and Golden Vallley; REPREVE Charnptons of Sustainabiillity Award (Milliken Textile) i Presented by REPREVE REPREVE Champions of rustainabudity+ Billion Bottle (Poiartec) I Presented by REPREVE; R&D 100 Award W" nner recognizing Solvite Garment Rejuvenator (Mild'ik'ein Chemical) I Presented by R&D 100 (Magazine;; 00 `Wornen liin Tech recognizing Aflison Cur I Presented by Forbes China WELL v2 certification, recognizing the Molldkern Roors U K. Showroom V Presented by lnternatiomnat WWELL.. Buodding lristiRamite (d"uA"E'llg. 2020 Plant Safety Award, reicagnizing the Allen, Cedar Hill„ Cushman, Dewey, Gerrish, Hilicrest Johnston Keystone and! Pendleton Ptards, and � Roger Milhken Center I Presented by SC Manufacturers Assocetionn; OSO 9001 201E Standard recertification for the Johnston Plaint, Fifty Most OnfNuertial People, recognazunng Halsey Cook l Presented by Greeun0lie, Business Magazine, SdES SOP Award 2020 (Mitllpken Chernicaal) C Presented by SPES School) of Packaging - PackagOng 'Ter„hnotogy Centre; Outstanding Suppiier (Milliken Chemdcai) I Presented by China Cleaning Industry Association (CCIA), Best of Year Finalist, recognizing Lumemotagy (Miltiken Floor Covering) � Presented by Interior Design Magazine Starniet Dream rear Award (Floor Covering) 2020: WWo dd's Most Ethuica0 Carcnlpainiies (Corporate) I Presented by Ethisphere Ilmstituite; Spartanburg Economn c Visionary (Corporate) II Presented by Spartanburg Community College; Grand Truck Safety Award and First P4ace Truck Safety Award (Miltikenn Transpotai6oun 'Team) I Presented by the South Car'oiina Trucking Association, OSHA V'PP Star Cerlifur;atiorn re-approval for rigorous safety standards and impllementation for Cedlar Hill & Magnolia', Laundry & Home Care Suustainabili'ty Award (Milliken Chemicall) l Presented by Henkel, REPRIEVE Champions of Sustainabilrty Award (Milliken Textile) V Presented by REPREVE; R&D 100 Award frnahst, recognzong WhJestex C DH Air'"" (Milliken Textile) I Presented by R&D World magazrne; 2020 Supplier Award (Performance Solutions by Milhken) I Presented by ADM; SC Econorinu lrnpac,t Award (Corporate) l Presented by Greenvidle Business MagazPne, 'lEt"h Annual Upstate Diversity L.eadershdp Awards; OutstandPng Business I Presented by the Greenville Chamber and the Rii* lnstrtute at Funmmamn; 'Top '10 Lear Manufacturing ConsuAirg'Servmces Companies — 20201; E.dttocs Choice designation (Perfbmnaince ,Solutions by Milliken) I Presented by Manofaicduarin,g Technology insights; Cd=JLCFA Award, Fib0finig un Offices, rerorgnuznng (Milliken with Loughto n Contracts at. Delotte HQ, Londoin (Mullrken Fbors) l Presented by Contract Roofing Journal, Outstanding) Contribution for New Product Devetopment (PA China) � Presented by HuaJnm Group, Best Raw Materials Provider' (PCt China) 0 Presented by CiMP; Outstanding Member in Fighting COVlD-19 (M0liiken Shanghai) V Presented by the PPastic Industry Association, 2020 Appreciation (PA Korea) I,, Presented by Lotte Chermnicai Group; HiP Award Winner for Product, Health & Wellness, Flooring, recognizing Social Factor (Miltiken Floor Covering) Presented by Interior Design Magazine; HiP Award Honoree for Product, Workplace, Flloohrng Carpet recognizing Layiines (Milliken Roor Covering) l Presented by iruterror Design Magazine-, Best of Year Honoree recognizing ILayhres (Millllrken Floor Covering) I Presented by, Interior Design Magazine, London Studio is WELL Certified"°' Platinum (MAken Floor Covering); All OBEX'r" Entrance Floorngg is certified Iowa 'VC,C through SCS Glabai's gridoor Advantage Gold Certification (Villrken Floor Covering), SIES SLOP Award 2019 (Milliken Chenmoecall) I Presented by SOES School of Packaging - Packagrng Technotogy Centre. Ouatstanduumg Supplier (Milliken Chemical) I Presented by China Cleaning Industry Association (Cci,A); Oiutsianding conldbutbn award for new products (Milliken Chemical)( Presented by Huaa)ini Group; Starnet Dream Team Award (Floor Covering) 2019 'W§6orld's Most Ethioal Companies (Corporate) I Presented by Ethlsphere institule, Arredca`s Best Miid-Size Employers (Corporate) I Presented by Forbes ¢nnagazrne and powered by Statusta. innoVision Award Finalist Sustainabillity, recognuzung �DeltaMax"'I Performance Modifiers (Milliken ChemmPcad) V Presented by the South Caroiiina InnoVisiam Awards, 2019 Industry Champion (Corporate) I Presented by eText'iles Caommunicatbrrs: REPREVE Champions of Sustainabiloty, Award (Milliken Textile) I Presented by REP'RE'VE: OM 2018 SUpplier of the Year (Miltiken s Textdte Division) I Presented by OM, HR Rising Star Award, Ricaye Harries, Md1llmken & Bind Number- RFP 061323 Vendor Name 'i9liken Services, LLC 4179 DocuSign Enveiope ID A1644AO4.,F)FE3-4EBB-AC97-Fi73D5CAD3DDf,3 Company Divers4y & incluvoin Program Manager (Corporate) I Presented by the Sowh Carolina Chamber of Comrnerce° A111 Millfikien modular Carpet in the Arne6cas, ,Asia, and Australia/New Zealand is now Cradle to Cradle Certified",' S0ver (Milliken Floor Covering), Pilot Member of WELL Portfolio (Miillikeir Floor Cowering); HiP Award Honoree for Health & Wellness: Floonng recognizing Heavy Mete (Milliken Floor Covering) I PresPrited by lriterior Design Magazine', iSO 9001 cetfication for QuaRy Management Systems, China Zhanigiaagang plant: OSHA VPR Slar Certification re-approval for rugorous safety standards and implementation for Valway, Kingsley, New, Holland, Newton, Plne Mountain; R&D 100 Award finalist, recognizing D2 Coriverlible Mats (Milliken Floor Covering) I Presented by R&D �World magazine; R&D 100 Award, Mechanical/Material, recognizing DetaMaxrio Performance Modifiers masterbatches for potypropylene (Milliken Chemical) Presented by R&D World magazine; R&D 100 Award, Mechanical/Material, re-cognizing PolartecO Power Air (MiNken's Textile Division) I Presented by R&D World rnagazine� Design, Guild Mark, recognizing Artistic Liberties (Milliken FloorsY CFJ1CFA Awards, Best Use of Flooring in Education recognizing Further Education (Milliken Floors) l Presented by Contract Floonng, Journal; Backpacker Editors' Choice Award, recognizing Power Air p, Presented by Backpacker; VVTuN Future Textile Award for Best lnrrovafion. Sustainabte TexWes, recognizing Power Air I Presented by World Textile Information Network (VVTIN): 2019 Best Partner Award (PA Korea) I Presented by Poly Wee, SIES SOP Stair Award, Exceflerice iin �Packaging I Presented by SIES, Chicago & San Francisco Showrooms are WELL Certified"' Platinum (Milliken Floor Covering), Outstanding Supplier (Milllken Chemical) I Presented by China Cleaning Industry Association (CCIIA); Starner Dream Tearn Award (Floor Covering) 2018, World's Most Ethical Companies (Corporate) I Presented by Ethisphiere lrrstituie, Product of the Year, Safety Equrpment & Workwear, recognizing Westex by Milliken FR fabric (Westex by MiRiken) Presented by EC&M magazine, America's Best Mid-Size Employer (Corporate) Presented by Forbes magazine and powered by Stai REPRIEVE Champions of SustairiabOlty Award (Milliken Textile) j Presented by REPREVE, Best of NeoCon Editors' Choice Award for Carpet MioduOir recognizing Textured Sky (Milliken Floor Covering) G Presented by Contract magazines I-fiP Award honoree for Workplace. Flooring, Carpet, recognizing Milliken Floor Covering's 'rextured Sky, (Milliken Floor Covering) I Presented by interior Design magazine, Readers Choice, Apparel - Arc Flash/Flame Resistant, recognizing Westex by Milliken FIR fabric (Westex by, Milliken) I Presented by iSHN, magazine. Readers' Choice Protective Fabric recognizing Westex by MOkenil Presented by Canadaan Occupat=al Safety rnagazine 10 Best Production Operations Consultants, recognaing Performance Solutions by Milliken ; Presented by ALM intellii Best Showroom for Showtinne, recognizing Milliken Specialty Interiors' new High Point Showroom (Mflkken's Textile Division) l Presented by International Textile Alfiance, the producers of Showtime, and Inremational Market Centers; MAW Design and Innovation Awards, recognizing Colour Compositions (Milliken Floor Covering) l Presented by MUUZ Magazine, France, Redl Dot Award �for Product Designs recognizing Colour Compositions (Milliken Floor Covering) l i'Presented by Design Zentrurn, Germany; Stamet Dream Tearn Celebration Award (Milliken Floor Covering & Lippert Tile partnership) I Presented by Starriet, Starner Dream Teams Celebration Award (Milliken Floor Covering & Hoem and Associates partnership) I Presented by Sl:a,rnet; R&D 1111, Finalist, recoignizin, L iqu ili n, V41 , Presented by R&D 100 rriagaz niei R&D 100 Green Tech Merit Award, recognizing Breathe by Mill/ken i Presented by R&D 100 magazine Please also see additional award information in the attachments found in the Financial Strength & Stability section (Milliken FlnanciW Strength & Stability FSS- 10 - FSS-16), 59 What percentage of your sales are to the 14% governimentali sector In the past three years? .................. ........ 60 What percentage of your sales are to the 26% education sector in the past three years? Bid Number. RFP 061323 Vendor Narne: Milliken Services, LLC 4180 Doi Envelope 0,A1644AD4-6F,E3-4EBB-AC97-673D5CAD3DD(3 M. ,61 List any !state, provincial, or cooperative MIliken purchasing contracts include: GSA, CrMfi Partners, E&I, MIHEC, State of purchasing contracts that you hold. What is 'Utah, State of North Camlirra, Air Force, CMAS the annual sages volume for each of these contracts; over the past three years? While we do not release sales data as a privately held company, we have been extremely successful over the past three years on our Cooperative and state contracts, through our vast network of sales professionals and deafer partners covennig every region, state, province in the United States, Canada, and US territories. iPer attached letter, Milliken & Company us a pirivatety-held' (family owned) US Corporation that has been continuously doing business for more than 155 years kSee www,imilliken com for further information abolut our cornpany). As a private corniparry, MRiffiken does not release its financial statements to its customers or suppifiers. The cornparry's financial position is exceptionally strong, Milliken has been, profftabie and maintaining significant free cash flow, and credit reserves fair many years, Miflikerr's global sales exceeded $3 billion in 2022 and: the business, is diversified around floor covering, specialty chemicals, performance textiles and healthicare. As the company continued along its growth trajectory during 2021, the company decided to conservatively adjust its capital structure to take advantage of the historically low interest rate environment for, funding of 2021 and 2022 M&A activity. The company's audirtor m Grant Thornton and it *,sued! a "clean, audit opinion"' during the most recent audit of Milliken"s Financial Statements Finally, all five of Mitliken's main banks have full access to Milliken's finandal --statements and have rated Milliken as an "'investment Grade" company, 62 List any GSA contracts or Standen ig Offers Milliken Services, LLC GSA Contract # 4TQSMA23D08P8, Wifilken & Company I and Supply Arrangements (SOSA) that you GSA Contract # 47QSMA19DO8P2 hold, What is the annual sales volume for each of these contracts over the past three years? Whfle our sales annually are in the miflions, we do not list actual financial data (see details below) Per attached etter, Mfllrken & Company is a prrvately-hed (family owned) US Corporation that has been wrifinuously doing business for more than 155 years (See www iniHiken corn for further information about our company) As a private company, Cm iliken does riot release Is financial statements to its customers or suppliers The company's finandai pi is excepbonaHy strong Milfiken has been profitable and maintaining significant free cash flow and credit reserves for many years Mrilikens global sales, exceeded $3 billion in 2022 and the business is, diversified around Moor covering, specialty chemicals, performance textiles and healthcare As the company continued along its growth trajectory during 2021, the company decided to conservativey adjust its capital structure to take �advantage of the historically low interest rate environment for funding of 2021 and 2022 M&A activity. The comparrys auditor is Grant Thornton and I issued a ",clean audit opinion"" during the most recent auMt of Milliken's Financial Statements Finally, all five of %orken's main banks have full access to Milliken's firrandai statements and have rated Milliken as an "Investment Grade" company ........................ ....................... Bid Number-, RFP 061323 Vendor Name! Milken Services, LLC 4181 Docu&gn Envelope iD-A1644A,04-6EE3-4FBB-AC97-6713ID5CAD�3DD6 Table 9,°: Top Five Government or Edu,cation Customers Line Item 63. Provide a iist of your top five government,education, or non-profit customers (entity name is optlonal)to whom you have provided equipment, products, or servicessirnilar to the solutions souight in tNs RFP, inciuding 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. tons, Dollar Volume iPast Ttvroo entity Na�mi ieoftty TOO Styof"Work sizoof Trairmact Years City of Government California-CA Fuld turnlikey services including Various sizes with the $743,00000 Livermore material, installation, fUrnishi and largest being $668,00000 install of ancillary iterns, (VC7, Cove Base, 'Transitions, etc), Furniture Handling o-w—a r d Education Ftoriida-FL Full turnkey services inicludmg Various sizes with the $825,00000 Cottage maternal, installation, furnish and largest berm $585,540,00 install of ancillary 4erns (VCT, Cove Base, Transitions, etc.), Furniture Handling Lee County iGoverment Florida-FL Full turnkey services including Various sizes with the :$2,194,000 00 i material, installation, furnish and largest being $266.431,00 install of ancillary items (VCT Cove Base, Transitions, etc Furniture Handling Navy Federal Govemrmit V"'ginO-VA Material I Carpet Tice axle n Various sizes wrth the $2,0181,700 00 Credit Union.— largest being $663,00000 lnManapofis Government fndlana-iN Mater4 ( Carpet Tile Sale One transacfion at $2,35,01,000 00 Convention $2,350,000,00 Center ...................—........... Table 10: Referee ces/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. City of Livermore (CA) Jason Calkins Public Works Supervisor 925-337.6981 Lee County, (FL) Bamester Rowland - Facilities Supervisor—239-707-6616 San D1eqo Convention Center Coq)oration Corey Albright - Chief Operating Officer 16,19-525-5320 ................................. 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(rrr employees of a third party), and any overlap between the sales and service functions. estioa Bid Number RFP 061323 Vendor Name: Milliken Services, I I C 4182 DocuSgri Envelope 0:A1644A�)4-6EC,-,3-4FBB-AC97-673�)5CAD3[.)D6 ...................... Sates force M&ken employs approxrrnialeiy 100 sales professonais throughout the Unted States and Canada These direatty employed sales professionals cover every territory, region, state, and pro0noe in the Unfled States, Canada, and US Territories Milliken sates professionals are experts at serv"nig all sectors utlhzed by the Souirceiveill Contract Also, as stated above, Milliken ernpi[crys dedicated Directors for all instrtut:lonial segments covered by the SOUrcewell Contract who are committed to growing their segment business through the Sourcewell Contract if awarded Milliken also has an extensive network of over 7,0010 dealers that cover every territory, region, slate and province in the United States, Canada, and US Territordes There are no areas of coverage where we do riot have sales professionals or dealers available to service Sourirewell Members if awarded Our employed sales professionals are fully equipped, competent, and eaoger to, handle ali service functions i66 Service force. Milliken's service force and turnkey department, is an experienced, cluallyfied team, of 380 direct Milliken employees, who are eager and ready to support MI Sourcewell members throughout the Unhed State!s, Canada, and US Territories MdRiken's service force, includes the foltowirg departments that wffl support order entry to delivery of materials and servri customer service, visualization, manufacturing, supply chain, quality assurance anid turnkey operations Miffiken's, service force, is located in LaGrange, Georgia. 67 Dealer network or other distribution Mifliken has a dealer network of over 7,000 that wifl be authorized to utflize a methods. Miffiken Sourcewell contract if awarded at offered member pricing. Milliken will capture all invoiced sates by Milliken and will pay all applicable fees based on those sales invoiced by Mflliken Milliken"s dealer network covers every territory, region, state, and province in the United States, Canada, and US Territories 68 Describe in the detail the ordering Milifiken Services — Material and Installation', process, including the respective roles of distributors, dealefs, or others (including STEP 1: Participating Entity has internatty approved' a proposal provided by Milliken sub-contractors) in providing solutions to Services for matenallinstallatilian. Participating Einfifies, This may include a step by step pc dentifying who is, STEP Z Participating Entity will provide Purchase Order or Signed Milliken Services responsiltite for meeting the needs of the proposal to the designated Millfilren Services Project Manager via email. Participating Entity at each stage of defivery. STEP 3-1 MrIliker Services Project Manager will enter order. STEP 4: Order will) receive production date and will also receive a projected ship date STEP 5: Order Acknowledgement will be sent to Participating Entity via email STEP 6, Material is Manufactured based on current lead times. if Ancillary products are also being provided, this could influence the installation date depending on if lead times are not aligned with Milliken produced miatenal, STEP T Products are shipped and received by installation Partner or site designated by Participating Entity per parameters proposed on quote STEP 8: Delivery confirmation will The provided to Participating Entity by Wiliken Services Project Manager. Biid Number, RFP 0613123 Vendor Name: Milliken Services, LLC 4183 Docu&gn Envelope lD AICA4AO4-6EE3-4EBB-AC97-673015,f.,AD3DO6 69 P&ease describe the relationship between Niflfilkeri Services has reiatlonsNps with a national network of over 7,000 Proposer any distributors, dealers, or dealler/inst0ation partners that includes fLM-service dealers and se vice proOders of all others iincludlng sub-contractorS)r sizes and certificafions (Bncluding - SBE, WMBE, SOB, HUB, VOSS & SDVOSB) Wiliken Services LLC takes every opportunity to work with small buslnesses iin all socio-economlc categories when selecting installatoin partners. Wliken sales teams work daily in partnerships with our cleaieWristallafion partners to fully support our customers We wN authorize dealers to utilize the Sourcewelt Contract on our behalf if awarded. As we build these relations and the program, our primary objective is to ensure quality and adherence to, nslallat*n specifications, which is of utrilost oirnpartarce when selecting an mstallation partner. The mstallatlon partner should be qualified and trained to kistafl Miflikeni & Company products as well as any andilary products that rnay be required to complete the wistallation. All Teilevant factors are considered in the, selection process to ensure that the instafliallon partner that is chosen has the required experience as it pertains to each project. These factors include proOding the needed workforce SOILiten to maintain the custorner schedule, communication, following safety protocol, sound logistical capabilifies, and a strong ck record of installation performance (minimal punch terns) etc. Building this type of relationship is why we refer to them as our installation partners. Partnership is important as we work together to provide a desirable experience and world-class products to the Particepating Entity 70 Describe in detald the process and We have a dedicated team of Customer Service, professionals who are avaliable, to procedure of your customer service respond by email ands phione within 24 hours to any customer request arising from a program, if apphicable, Include your Sourcewelil member lf awarded, Milfiken's turnaround response time goal for order response-firne capabiWes and entry is 24 hours, commitments, as well as any incentives that help your providers meet your stated service goals or prornises. Miltikein's ordering process is as follows: Customer Service receives a purchase order froim the customer via email (govorders@milllken,com) or phone. Order entry process begins. Customer confirms the product(s) and quantities they are wanting to order and, provide pricing that was quoted by their Milliken sales rep �Once the order is entered into our SAP system, then a financial review process happens, �The customer, receives an order confirmation with the estimated completion date Order confirmations go out electronically and can be mailed to the account address in certain cases, 71 Describe your abilrly, and wilfingness to Millliken will provide product and turrikey/instatialton services to Sourcewelll participating provide your products and services to entities throughout the United States either directly ffirough and by Mfliken or through Sourcewell participating entities in the Our extensive network of authorized dealers, in the United States United States. 72 Describe your abilry and willingness to Mithken will supply product either directly or through our extensive network of provide your products and services to authorized dealers throughout Canada, and we can recommend those authorized Sourcewell participating entifies, in Canada, dealers to provide labor services throughout Canada, 73 Does Proposer intend to serve nonprofit Yes Milhkeri *111 service non-profit agencies if awarded the contract agencies iif awarded a mrilract7 74 Identity any geographic areas of the United Miffiken will fully serve all areas of the United States and Canada. States or Canada that you will NOT be fully serving through the proposed contract, 75 Identify any SourceweH participating entity Milliken will fully serve government, education, and non-profit members of Sourcewelll sectors (i.e., government, education, not-for- in the United States, Canada, and US Territories profit) that you w0 NOT be fully serving through the proposed contract Explain ln detalir For example does Your company �(have only a regional presence or do other cooperative purchasing contracts firrid your albJity to promote another cointract? Bid Number! RFP 061323 Vendor Name- Milliken Services, LLC 4184 DocuSign Envelope 0 A1644A1f46EE3-4EBB-AC97 673[)5CAD3DE)6 ........... Milliken has no F wan Contratt 6 Define any specific contract, requrrerneriis..... Milliken has no requirements or restdctions for panicipating entifies" in or restrictions that would apply to c Hawaii, Alaska, and US Territories, participatingi unifies in Hawaii and Alaakai and in US Territories ..................... .......... ......... ............ Table 12, Marketing Plan he, QUOS00111 T7 Describe your rnarketing strategy for The Milliken sales team, comprised of approximately 100 sales ass,06ates throughout the promoting lhbs contract opporlunify. United States, Canada, and US Territories will promote the benefits of utilizing, the Upload representative samples of your Souircewell Contract to ex¢song Sourcewell Mernbers xn addition to recruiting and soliciting marketing materials (iif applicable) in new iniernbers the document upload section of your response,. Millfiken has proven success in niarkefing and prompting National Cooperative Contracts including Sourceweli Sourcewell is a key contract that would drfve our growth in the government, education, and non-profit segments if awarded, we will implement the marketing plan with a focus on growing sales by utilizing the Sourcewed contract We will develop and promote marketing materials as attached (two-page co-branded marketing brochure, co-branded look book, website, etc), promote dealer training sessions throughout the year every year, and host mill trips for Sourcewell Members, trr addition to our marketing pian, Milhken will continue to, add addltjoi4 regional resources by expanding our sales force, who will be dedicated to current Siourcewefl rnernbers in addition to working to engage new rnerribiers We will also continue addpng Regional Strategic Account Managers focused on mstitwOonai and contract sales Upon award, Milliken's marketing plan will include, but is not limited to, the following. 1. Milliken will plan to participate in all Sourcewell University Sessions, and Sourcewell H2O We wills also have frequent communication with SiourceweR to discuss statutory regulations related to this contract and how to continue to raise customer, market awareness 2 Mitfiken has a large dealer network with a lot of strong dealer, partners. We host and *1111 confinue to host dealer trainings throughout the year for our dealer pariners These training sessions will include infomiation on the Sourcewell contract and how to grow sales together using the SourcevvelI contract Dealer trainings will also include field training and travel throughout the United States and Canada. 3 In addition to Our Dealer speclfic training, Souroewelt training will also be Included in our sales team arid service team training sessions, and held travels throughout the year each year 4 Mifliken will plan to mcorporale the Sourcewell logo on the www milikenfloors,corn webste, into our standard presentations, and markehng malenals 5 We wild promote the use of the Sourcewell contract as a purchasing vehicle with co- branded materials at tradeshows arid will exh16t at select shows. We currenty exhibit and afterril NAEP', NIGR NlGP Djsthct 6 and CAPRO. We will plan to continue exhibibrig and attending these tradeshows and will add to the list as apprciprtate. 6 We will market a two-page co-branded brochure and a look book of products Wored to the Sourcewell contract. These items will be available to the Milliken sales force to distribute to customers, These items will also be marketed at tradeshows where applicable. The brochure and look book are attached in the Marketing Plan/Samples secfion of uploaded documents 7 We wifl add the Sourcewell i0iagO to Our Government Segment webpage at wwwrnfllikenfloorscom under the State & Local Cointracis section The Sourcewell logo will link to the Sourcewell website A mockup of the webpage with the Sourceweltl logo can be found attached to the Marketing Pllan/Samples secIrcui of uploaded documents The current webpage can be found at (Sourciewail logo to be added if awarded) htIps:I/www,rnllliken c,,omieni-usrl)usiinesses/floor-cr)venngi'segments,tgovemiu'neint 178 Descnbe your use of technology and IMilhken is a leader in the induOy with our digital tools and we continue, to invest in new Bid Nunhber: RFP 061323 Vendor Narrie! Milliken Services, LLC 4185 DocuSign Envelope 0:A1644AC14-6EE -4EBB-AC97-673D5CAD3DD6 digital data (e.g., social media, digital technology to better serve our clients. Below are some gays we use technology metadata usage) to enhance and digital data to enhance marketing effectiveness. marketing effectiveness. ri'U'ebslte:. Milliken has a robust website at www.millikenfioors.com, Not only does it house information around who we are and benefits of our products, but 0 also houses our digital product: catalog which includes content ranging from beautiful images of our products to the technical specification information of our products. tour website also has a visualizer (more info below), project profiles installation information adhesive information, warranty information„ and dedicated webpages for specific segmeints. Marketing Tools: Milliken utilizes interactive brochure capabilities along with videos for product launches. These tools help walk you through the inspiration behind the product, the options available for the product, and examples of how the product can be used and installed in addition to product specific marketing tools Mliiltken's sales force will utilize several' digital assets to promote the Sourceweil contract. As attached to this RFP response in the uploaded documents under the Marketing Plan/Samples, Mliiliken has created a digital took book. and a digital two-page co-branded brochure to promote Milliken's partnership with Sourcewetl. visualizer: Milliken has a best-in-class visualizer housed at www.mitlikenfloors.com, This easy-to-use tool can be used by Sourcewell Members to customize room scenes with different patterns, colors, and layouts offered with Milliken products, There are several preloaded rooms to choose from and the user can customize the flooring within the room in just a click. The My (Room Toot is an additional unique feature that allows users to upload their own images and view Milliken flooring products in their own space. The direct link to the visualizer is., hlftp;//mi�lluken.esignserve,rl.comi/gallery,doljsessionid=B2686522D6BABOAB696A989B335IA11Ea Social Media Mlilliken sales associates consistently receive cueated social media posts that they can use to post on their accounts. These are pushed to them via a digital content distribution platform to make it easy for them to share with their local markets.. Sales Enablement Tool: Mtilfiken sales associates utilize a sales enablement toot which allows them easy access to all of M illiken's digital toots and marketing assets This tool also enables sates associates to send information quickly and easily to customers. Additionally, this platform provides specific analytics on the use of the toots shared to help us improve the effectiveness of our digital toots This tool is linked to our Salesforce instance which provides additional data to help us continue to create relevant content for our clients.. Visiont..AB: Visions AB is a Milliken team who offers Concept, Collaboration, and Creative services for our customers. The following services are available through Mlflliken's VisionLAB team: Paper Samples: Our paper samples are high-resolution paper prints on matte paper, mailled directly to you. Designed to showcase product scaie and color„ samples are scaled and color-calibrated to closely match sample colors. Room Scenes: Transform your design dream into reality. Our in-house team can provide floor coverings design advice and offer hands-on collaboration with design teams. Our team will help you visualize your Ideas by providing high-resolution room scenes„ useng either a Bid Number-, RFR 0161323 Vendor Name; (Milliken Services, LLC 4186 DocuSign Envelope IC:Al i44A.d ...6EE -a4EBB—AC97-673D5CAD f. D6 room from our Visiont.AB image library or a photo/render of your own space. Floor Plans. View your design concepts in a detailed 2D floor plan before a purchase decision is made. We can use your existing project architectural floor plans, or we can generate an architectural visualization based on similar spaces, Our rendered floor plans provid+ein-depthh product details and specification information as well as showing suggested installation methods, zoning areas and pattern match. This helps, to ensure complete accuracy at the point of final installation, The coLABoratory Experience next-level collaboration in VisionLAB"s interactive design session, where we can modify 3D models of your space in real time Make design selections and decisions efficiently with your team while recervingi expert guidance on executing your project. Fly-Through Videos: Our fly-through videos bring your project one step closer to realization. Deceive a published fly-through of your space created by our Arch-V"rz rendering specialists. Estimates; Deceive a detailed estimate before approving your project. Estimates budget flooring quantity by product type used in order to compare waste and installation methods, Product information, scope of work, and product size are all factored into the final estimate. Carbon Calculator: Sustainabitity is at the core of what we do, and we share this passion wroth our clients. After you request an estimate from VisionLA'g, we will use our Carbon Calculator to provide an estimated carbon offset for your project, 'We will provide estimates based on the quantity of product and bases selected., so that you can snake the best decision for your project. earming Diagrams: install your flooring with ease. Seaming diagrams are supplied in a detailed 2'D carpet layout and show the exact placement of carpet tiles on the floor plan, as well as an estimation of product requirements. Labeled and color-coded areas show each carpet the depicted on the diagrams with directional arrows indicating carpet installation. Project Management: People are at the core of VisronLAB and building strong client relationships is one of our priorities. Our team of project managers provides expert. knowledge in the custom flooring process„ working alongside you and your team to bring your vision to life. From project conception to completion, our team will serve as your personal resource. Bid Nurnder: D P 061 Vendor Maisie: Milliken Services, LLB 4187 DOCLA'Sign Envelope ID:At644AC4-6EE3..4EBB-AC97-6730 5CAD3DD6 .................._........... 79 In your view, what is Sourcewell's role In Mfll'Iken's view, Sourcewetl's role would be to educate potential Members oil the in promoting contracts airising Out Of benefits of using National Cooperative Contracts, including why and how they are this REP? How wilt you integrate a compliant to use Sourcewell-awarded! contract into your sales process? Millfiken will integrate a Sourcewell Awarded Contract into our contracts sates training with Our sales professionals, dealers, and Sourcewelt current and potential members Miltiken will prornoto the use of the Sourcewell contract as a purchasing vehicle with cc- branded materials at tradeshows and witl exhibit at select shows. We currently exhibri and attend NAER NIGP, NIGP District 6, and CAPPO We will plan to continue exhibiting and attending these tradeshows and wfl0 add to the list as appropriate We will also provide cc- branded marketing materials at these tradeshows to our sales associates and these tools will be available to current and prospective Sourcewe.0 Members as wet. As allso stated in question: 77, The Milliken sales team, comprised of approximately 1010 sates associates throughout the United States, Canada, and US Territories will promote the benefits of utilizing the Sourcewell Contract to existiing SourceweH Members in addition: to recruiting and soliciting new members. Milliken will continue to add additional regional resources by expanding our sales force, who wfll be dedicated to current SourceweH members in addition to working to engage new members. We will ailso continue adding Regional Strategic Account Managers focused on institutional and contract sates. If awarded, Milliken is also committed to the following directives: I Milliken will plan to participate in all Sourcewell University Sessions and Sourcewell H20 We will also have frequent communication with Sourcewell to discuss statutory regulations related to this contract and how to continue to raise customer market awareness 2 Mithken has a large dealer network with a lot of strong dealer partners. We, host and will continue to host dealer traunings throughout the year for our dealer partners These training sessions will include information on the SOUrceweIl contract and how to grow sales together using the Sourcewell contract. Dealer trainiings will also include field training and travel throughout the United States and Canada 3. In addition to our Dealer specific training, Sourceweti training will also be included in our sales team and service team training sessions, and field travels throughout the year each year. 4 Milliken will plan to incorporate, the Sourceweil liogo on the wwwmHlokenfloors.com website, into Our standard presentations, and marketing materials. �5 We will promote the use of the Sourcewell contract as a purchasing vehicle with co- branded materials at tradeshows and wN exhibit at select shows We currently exhibit and attend NAEP, NIGP, NIGP Dstrict 6, and CAPPO. We wilt plan to continue exhibiting and aittending these tradeshows and wdl add to the list as appropriate. 6 We will market a two-page co-branded brochure and a look book of products tailored to the Sourcewell contract. These items will be available to the Milliken sales force to 6stdbule to customers. These items will also be marketed at tradeshows where applicable The brochure and iook book are attached in the Marketing Plan/Samples section of uploaded documents 7 We willi add the SourceweO iogo to our Government Segment webpage at www.millikenfloorscom under the State & Local Contracts section. The Sourcewell logo will link to the Sourcewell website. A mockup of the webpage with the Sourcewell logo can be found attached to the Marketing Plan/Samples section of uploaded documents. The current webpage can be found at (Sourcewell logo to be added if awarded) https:Pwww milliken.coin/en-us/buisflnesses/floor-covei,i:ilg/segments/government Bid Nurnber RFP 061323 Vendor Nlame: Milliken Services, LLC 4188 Docuu&gn Envelope to A164,4AO4-6EE3-4t°BB-A(:97..673D5CAD3DD(a 83 Are your p mm _ .._.._..r products or services MrlYmken is working an developing an e-procurement processss that would' allow Sourcewell available through an e- rocurement Members if awarded fuV�hll orders and quote requests through an online process. orderingprocess? If so, describe your e-procurement system and, how governmental and educational customers have used it, Table 1 ; Value-Added Attributes C frm t smtion 3t Describe that product, equipment, ipment dealers hla en ffers free training programs t parti6pting entctnes,through sales calls, which maintenance or operator training include product and service trainingb our employed sales rofessionais and our authorized t1 9 y Sourceweil participating entities. Include details such as whether training is standard or optional, who provides tramming, and any Additionally, Milliken will invite Sourcewell participating entities to Milliken University for costs that apply product and service training on site at Mi Riken Headquarters. This training is standard but optional for the participating entity Milliken will provide the training, but the cost wouid be at the discretion of the participating entity's compliance rules, regulations, and laws Milliken wiiU cover allowable costs on an as needed basis when compliant. Milhken's Directors of Education, Government, Healthcare, and our Regional Strategic I Account Managers will routinely travel throughout the United States, Canada, and US Territories to work with our sales professionals and dealers on training Sourcewell Members if awarded. 52 describe any technologNcat As stated in other answers.. Milliken is a 155-year-old science-based company, focused on advances that your proposed insights and innovation„ with 95 PhD scientists on staff products or services offer. As stated previously, W IIBACO Cushion Backing, Resilient Flooring, and Entrance Flooring Technology Benefits; :Acoustics: Noise causes stress and hinders concentration, That's why Milliken makes the quietest floors in the industry The acoustic technology of our carpet the reduces in-room and through-floor noise by up to 50% compared to other flooring, For more information, please view the attachments uploaded in the Pricing Section (Milliken Pricing Pt -2) the Marketing Plan/Samples section (Milliken Marketing Plant Samples MP- , MP-1G, Look Book page 6) Also please visit https:fANww.millliken,com/en-usfbusinessesifroor- covering/technical/product-benefits and hops:fiwww.mitliken.com/en-u usinesses/foo,r coveringltech niGaVacoustics. -Moisture Miligabon: We developed flooring systems to avoid costly moisture mitigation For example, our carpet"s WellBAC@ open cell backng allows the floor to breathe and moisture to evaporate. Both our carpet and LVT have one-step no-test warranty options and you Gan save s�gmf cantty on prep„ materials„ and installation. For more information„ please view the attachments uploaded in the Pricing Section (Milliken Pricmngi PR-2), the Marketing Ptan/Samples section (Milliken Marketing Plan/Samples MP-2, MP-12, MIP-1 , MP-14, MP-27, MP-28, MP-29„ Look (Book page 4'), Also please visit: hfitpslA~,mit liken.comlen-us/businesses/floor-coveringftechnir,aVproduct-benefits and https:fhvww millliken.com,ien-us(krtusinesseslfloor-coveringftechnicaVmoisture-management. -Health and Wellness, Designing interiors that protect and enhance wellness is more important than ever, At Milliken, we select carpet materials, that are Bed List Free and PVC Free We construct our carpet tiles with open-cello cushion backing to mitigate moisture, reduce noise and improve corxmfort. And our OBE Pm entrance flooring keeps out moisture and contaminants, which can improve indoor air quality and cleanliness, For more information„ please view the attachments uploaded in the Pricing Section (Milliken Pricing PP-2)„ the Marketing Plan/Samples section (Milliken Marketing Plan/Samples MP-2). Nso please visit: https"/Avww millliken comlen-u.islbu inesses/fkuor-coveringktechnicaLproduGt- beneflts, ,Ergonomics Our carpet, and resilient flooring are more comfortable underfoot, which affects everyone in the workplace, In fact, our carpet's WelIBAC@ cushion backing can reduce muscle strain by as miuch as 24% compared to hardback carpet, which is especially important in sit-to-stand workplaces. Bid Numbers k FP 061323 Vendor Name: Milliken Services, LL 4189 0o(.,,u`Iiqn En%oeGope Ifs:A 1644AQ4-6EE3 4FBB-AC97� .673D!5C.AD3DI For more information, please view the attachments uploaded Mn the Pricing Section (Milliken Pricing PR•2)„ the Marketing Plain/Samples section (Milliken Marketing PlantSamples MP-2, MP-11, Look Book page S and 7) Also please vis& https,i miltlken.comlen- usibusmiaesses oor-oovehliigAec�hiniicaVprodu -benefits and! htipsI .milliken,comxrPen- usibusmnesses oor-coveringltechnmcalisiut-to-stand. •Installation Cost Savings by Reduction in Phan Prep & Floor compatibility. The cost of floor prep can make an unexpected impact on your project. But thanks to our engineered cushion carpet hacking, you'll have minimal prep to do„ saving time and money, Our tiles can be installed over old adhesives. it's seldom necessary to scarify or seal the floor. And you won't have to worry about te"raphing on poor suhfloors. For more information, please views the attachments upioaded in the Pncmng Section (Milliken Pricing PR-2 and PR•4), the Marketing Plan/Samples section (Milliken Marketing PlanlSamptes MP'-2 MP-115) Also please visit. https:lh n79ilinken.ccrmlen-us usurressesM,00r- covermngrtechnmca yproduct-bemaefts. -Curability, Our carpet and resiMuerut products are made for high-traffic areas and won't lose their beauty, like substandard floors do Milliken WellBACO open-cell cushion backing absorbs impact, extending life up to 50% longer than hardback. That's why our carpet leads the industry with a Lifetime warranty. Our LVT" outperforms other coatings In scuff, stairs, and scratch resistance. Thanks to a 22mil wear layer it offers 'a best-in-class 22- ear weary y warranty, For more information, please views the attachments uploaded in the Pricing Section (Milliken Pricing PRµ2), the Marketing Plan/Samples section (Milliken Marketing Plan/Samples MIP- , MP-g) ,Also please visit; hltps l miltskeni,corrmlen-uslbus,inesses Moor- covermrr Aechnioaur'product-benefits. P'n II n s Technolo gy Bring your creative vision to Rife in vibrant C0101'r Milliken is hacked by d des--long precision dye research and development, pushing 'the boundaries of what is possible. The precision of our Pnntwrorksrm precision dye technology allows our design engineers to individually color each; fiber of flooring to match your project specifications and preferences. Ranging from boutique projects to large-scale installations, Printvwork$TV technology has the proven power to generate eye-catching floor cc»apes, With Millliken's Printwworks rM technology, you can incorporate custom colors, school or brand Ilogos, and other messaging into 'your flooring.. cBBX: Milliken"s entrance flooring is designed to prevent moisture, dirt, and other contaminants from entering your buiilding The use of nylon to act as a trigh-rmoisture-absorbing, fiber and monofitament as an aggressive scraper creates a dual-action approach Combining these two fibers with open-cut pile construction allows for the collection of all particulates. Milliken's OIBBXI'm entrance flooringtiles come staindard with weltB.AGO cushion backing g and is available in a variety of patterns and colors to create a site-specific entry that works well with your overall design.. For more information„ please w" the altachments uploaded un the Marketing PlanlSamples section (Milliken Marketing MaardSamples MP-4, Look Book: page 68) Also please visit https.11wwrwrwu.miRiken,con^mien-usrbusiinessesi'floor-cover'in,gAeohnscallentrance flooring. Visiont-AR VisionLAB is a Milliken team wnho offers concept„ collaboration, and creative services for our customers. The following services are avataible through Mililken's VisionLAB rearm Project Management: People are at the core of VisionLAiB„ and building strong client relationships is one of our priorities. Our team of project managers provides expert knowwriedge in the custom flooring process, working alongside you and your team to bring your vision to life. From project conception to cornplatmcn, our team will serve as your p�ersonat resource, Paper Samples: Our paper samples are high-resolution paper prints on matte paper, mauled diireefly to you. Designed to showcase product scale and color samples are scaled and Id Nurrlber: RFP 061323 Vendor Name. Milliken Services, LL 4190 Docus'Sign Envelope Ott A1644AD4,., l 3-4EBB,.,AC)7 673015(,:�AD3DD6 color-caitbrated to closely match sample colors. Boom Scenes, Transform your design dream into reatky. Our in-house learn can provide flooir covering design advice and offer hands-on cottaboration with design teams Our team will help you visualize your ideas by providing high-resolution rooim scenes, using either a room from our VisionLAB irna e kbrary or a photolr nd r of your ogre spacer Floor Plans View your design concepts in a detailed 2D floor plain before a purchase decision is made. U"'a"e can use your existing project existing architectural floor plans or we can generate an architectural visualization based on similar spaces, Our rendered floor plans provide in depth product details and specification information as welt as showwing suggested installation methods„ zoning areas and pattern match This helps to ensure complete accuracy at the point of finM instaflation, The coLAABoratory Experience next-level collaboration in Visiii interactive design g session„ where we can modify 3D models of your space to read time. Make design selections and decisions efficiientty with your tearer while receiving expert guidance on executing) your project. Fiy-Through `dy`ii Our, fty-through videos bring your protect one step closer to realization Receive a published fly-through of your space created by our Arch-Viz rendering specialists„ Estimates Receive a detailed estimate before approving your project. Estimates budget flooding quantity by product type used in order to compare waste and installation methods. Product 'information, scope of work, and product size are aill factored into the final estimate, Carbon calcailator Susta nabilrty is at the core of wvhat, we do, and we share this- ;paission wawdh our clients. After youi request an estimate from VsioinLAd, we will use our Carbon Catculator to provide an estimated carbon offset for your project. We will proviwdle estimates based, on the quantity of product and bases selected„ so that you can make the best decision for your project. Seaming Diagram& install your flooring with ease. Seaming diagrams are supplied in a detailed 2D carpet layout and show the exact ptacerneat of carpet tiles on the floor plain, as well! as an estimation of product requirements labeled and color-coded areas shown each carpet file depicted on the d4grarms with directional arrows indicating carpet _ _ installation, 83"* Describe any "green" initiatives Milliken has been a steward of the environment and for more than 100 years The company or Environmental, Social, and was founded in 1885, and its first recycling policy was documented in 1900 it was this t ovemanre iESG) that relate to year that we began reining packaging and textile materials in our operations. Soon after, to your company or to your products 1012 we began utilizing hydroelectric energy to power the textile plant We installed a or services, and include a lust of wastewater treatment system in 1952 prior to the estabkshment of the EIPA and were the the cedif&g agency for each Hirst carport manufacturer to use 0andtiil urethane gas as an emery source. 'w1m"e are a signatory to the UN Giobal Compact and our sustainabul4ty strategy aligns with the UN Sustainable Development Goads 'wrw'e are one of the wwoiid's most ethical companies, receiving the eth'isphere award for the last 17 years We are a founding member of the UI S Green building council and a founding member of WELL Living Lab. ST'i - in 2022, Milliken achieved 'a major milestone on our sustainabitity journey by announcing that we will become a net-zero company by 2050r Milliken is one of the first 0 companies in the world„ and the first in South Caro4ina where our global headquarters is located, to have science-based near- and long-term targets approved by the U N-backed Science used Targets initiative 6SSTi) Milliken wfil reach net-zero greenhouse gas elmussuons across our vaiiue chain by thie year 2050 compared to our 2018 base year We wwiilll do this by reducing our scope 1 2, and 3 emissions — all the direct and indirect emmmsions from the company "wlwre established near-term targets for 2030 and Bong-term targets for 200 Our targets have been approved by the Science Eased Targets irituative, known as SETT, a coflective of international organizations dedicated to heiprng conapandes set emission reduction tairgets in dine with climate science and the Paris Climate Agreement. These science-baserl targets wilt impact eveirytlhing we do „ from how, we make products and interact with our supply' chains to the ways we engage with our associates and reach out to the commmunity. They will Mather empower our teams to reduce risks, drive efficiency, controt casts, and identify new, ways to deliver innovative solutions Signatory to UN Global Compact - in addition to our goats, tVtii kken has reaffirmed our cominitrnecwt to the tt!N Gbball Compact, its Term Principles, and Bits emission do cmot"ailize a global movement of cornlpanies and stakeholders to create a better world Reponung - Reporting is informed by the following internationally recognizedframeworks and Rid' Number: RFP 061323 Vendor Name: Milliken Services, LAC 4191 DocuSigni Envelope ID:A1644AG4..6EE3 4EB6-AC97 673D5CAMDD16' standards: Global Reporting nnMatNe (GRI'm) Standards 2021, Susta6iaNlty Accounting Standards Board Standards (SAS B 7M) [BuNding Products and Furnishings; Apparel, Accessories and Footwear; Containers and Packaging, and Chemicals] 2018; Task Force on Chmate-Related FinancW Disclosures (TCFD�), UMed Nations Global Compact Party Adopter Enhanced Comniuirrucation on Progress; and Unaed Nations, Sustainabie DeveGopnrent Goals Global Reporting initiative (GRI) - GRi is an independent international organization that helps Mifliken understand and commumcate our SLMtainabulrty impacts Suslainablhly Accounting Standards Board (SASS) - We report to SASB's indiustry-specific standards for Building Products and FurnUshingso Applareti, Accessories and Foolwear� Coniainers, and Packaging; and Chemicals. Taskfoirce on CInate Related Financial Disclosures (TCFD) - TCFD provides a consistent framework for Milhken to pirowde, ctimate-related risk dnsciosures to Our staikehoiders UnAed Nations Global Compact Communications on Progress (UINGC) Milliken supports the Ten P61nciples of the UNGC m the areas of human rights, laipor, environment, and anti-corruphon United Nations SustarnabVe Development Goais Alignment - The UN SDGs, and the 2030 Agenda for SustainaNe Development guide our coHaboraWe mindset to addressanig environmenW, and economic challenges We aim to rnNnumize our negave impact and maximize positive contribution across the areas covered by the SDGs, with a focus on our highest impact areas. For more informabon, piease v6ew the attachments upPoaded in the MarketingPlarilSampi(es section 'Milliken Marketing PlanlSamples MP-16 - MP-24, Look Book page 3 and 8, Also please visrt: https:/Avww.miittiken.com/en-us/businesses/floor-covering/mpact-our-plaitietication- neutrakproducts, https://www m lliken.com/en-us/businessesMoor covering/mpact-our-planeUthird- party-certifications, https://www rmiliken corrilen-us/sustannability, and hftps�/lwww,niillikeai.colm/en- lus/sLasl�ainabi:lity/niet-zero Bid Number, RFP 0161323 Vendor Nanne: Wliken Services, LLC 4192 Clow ign Envelope 07 A1644AO4-6 EIE3-4EBB AC97•6373D50AD3DD6 54. __........._ Describe howw your products Milliken invests heavenly into R&D, Atis a founding member of the WELL Living Lab,, was contribute to or promote the focus heavily on the health and wellness attributes of our products, Ali Milliken modular heatth rituality of life and well- carpets contribute to human and climate health outcomes, are Cradle to Cradle", Silver beiing of ou,r members and others Certmfied„ and carry Environmental and Health product Declarations, which contribute to (e.g, Lowy VO,C emissions, LIEEDTM and WEILLTm certifications minimal acoustical impact, allergen repellant materials, light refiectant(. Millfiken was the first company to develop and offer cushion-backed carpet the and is nowwr time recognized leader in this technology. Milliken°s WellBACS, comfort cushion backing supports sit-to-stand ergonomic requiinarrients, reducing muscle strain by up to 24% when standing. Additionally, our cushion backing offers superior sound absorption and thermal resistance, absorbing 50% more sound than hardback carpet tiles. Acting as a built-in moisture solution, Milliken's 'wrw"ellBAC0 cushion backing has inherent moisture-wriclking technology that allows water to evaporate and escape from underneath carpet tiles,, eliminating the risk of mold and rnoasture-related problems. This technology is so effective, was offer a 0ifetirnme warranty for no moisture build up under the carpet tiles. Milliken has newer had ai single moisture claim?' Aidditionalty„ alt Milliken Wel[BACEI modular carpets carry Declare transparency labels and are third-party verified to be free, of the 22 Red List chemicals defined iin the Living Building Challenge'" . All carpet file products are PVC-free, chlorine-free and are manufactured with alternative energy. AH Milliken fluor covering products are third-party certified Gireen Label Plus for indoor Air EtuaI4 by CRt. MiPACT • At MWllliken Floor Covering, was feel the urgency to take action! That°'s why was launch h P I launched the Mi A "f carbon neutral program.. 'Today, our carpet, L4iT and enitryway tiles ar e e carbon neutral everywhere in the world, The f fit against climatechange must be a priority for all of us lirw`e will continue to invest in new technologyand create flooring g products that enable you to make better choices. I or more information, please views the attachments uploaded in the Marketing PlaniSampies !section (M!°oldmken Marketing PlantSarmpies MP-16 -, MP-24„ Look Book page 3 and g( Also please visit httpsa m�illiken.comien-us/businessesiff r-coverinxgirmmpact-purr-pla!n!etfr rbon- neutral-products, https- mrltaken coma"en-usibusa :s sifl -wvenngimpact-o °-ps ane Ch . party- rtif lbons, https°l www"a.malhken comi'en-us/sustainabildy, and hftps-,/Nvw ir.milliken,comlen- usisustainabilityinet-zero Bid Number: RFP 0161323, Vendor Warne. W iken Services, LLC 4193 DocuSqni Envelope 110' A I FA4A04-6EE3-4E8B-AC97 673D5�CAD3DD6 _____................------- ................................... �85 identify any third-party issued ecru- 'All Milliken modular carpets are Cradle to Cradle''" Silver certified, certified Gold/Piatiriunii labels ratings ESG scores or through NSF-140 (a Carpet specific Prulti-attribute SuStairiabifity, 3rd party certification), and cedifications that yolur company UL celified. All Milliken rriodiw[ar carpets carry third party, venfied Envnonrnerilai and Health has received for the equipment or Product Deiciaralons (EPDs and HPDs) AdditionalOy all Milliken WeHBAGrs� rnodular products, included In your carpets carry Declare transparency labels and are third party vedfied to be free of the 22' Prooposalk related to energy Red List chernicats defined in the ILiiving Building Challenge"' Alt carpet We products are efficTency or conservation (such PVC-Iree, chlorine-tree, and are manufactured with afternative energy, Milliken LVT products as FloorScore. Formaldehyde carry third party verified Declare transparency labels, Emission Standards, FSC Certified, EPIDs, HPDs, LEER, WELL Building Standard) life- cycle design (cradle-to-cradle), or Aill Milliken floor covering pirodurts are third-party ceilified Green Label Plus for indoor Air other green/sustaiinability factors. Quahty by CRi. LVT products ai!so carry Floor Score retfication Whken floor covering products are certified to contribute to LEER v4 Material and Resources Opton 3 - Supply Chain Optimazition credit, and VVELL Budding certAcations, Aii Milliken floor covering products are third-party ceirtified Green Label Plus for Indoor Air Quality by CRI. LVT products aiso carry FoorScore cerirdficaton Milhken floor cowering products are certified to contribute to LEED v4 Material and Resources Option 3 - Supply :Chain Optimization credit, and VVELL Budding certifications All carpet manufacturing sites are ISO-14001 Certified, the highest global standard for environmental responsibility In 2022, Milliken received an EcoVadis Gold rating, piacing us in the top 7% of cornpanies rated globafly, EcoVadiss an ESG rating for global supply charens that covers a broad range of non-financial management systems. That iincludes Environmental, Labor & Hurrian Flights,, Ethics and Sustainable Procurement impacts. This 6s submitted corporately, and encompasses all divisions Another standard is the Carbon Disclosure project, or CDP which is a popular reporting frairrieworkthat companies use to disclose environmental information to stakeholders, There are three categories one can report on climate chiange, water security and forests mine were rated B for tackling chirnate change in 2021 For more inforrnation, please view the attachments upioalded in the Marketing Plan/Samples section (Milliken Marketing Plan/Samples MP-16 — MIP-24, Look Book page 3 and 8) Also please visit httpsi//wwwniililiken,comlen-us/businesses,dfloor-covering/mpact-our-planett(,arboTi- neutral-products, httpsI/vvww mriliken com/en-us/buslne!sses/floor-co,vering/inpact-our,-pllaileVthird- party-ceffifications, hitps://www irilliken corn/en-ustsustainability, and http&/Iwww milfiken com/en- us/su,sta,inability/net-zero 66 Please identify whether Proposer Milliken is not certified as a small business in any category However, we have an extensive us a minority, women, veteran network of sintafl business deaters, In all socio-econornic, categories we will authodze to owned business enterprise, a utifize and promote the Sourceweiii contract with MiNken if awarded. Our connirinftiment to small business entity, or a tabor small business utilization extends throughout Miltiken & Company with over $100M in annual surplus area firm if so, please spend to cedtfied small, bus,inesses, in all socio-economic categories provide all cedlficatkoni forms. Additiona4, please describe how Proposer may partner with these entities, in performance, of this contract, 87 What unique attributes does your Milliken is a 158-year-old science-based company, focused on insights and innovation, with company, your products, or your 9() Ph scientists on staff, Milhken is inore than a flooring manufacturer Milliken is a services offer to Sourcewell diverse company focused on Performance Textiles, Specialty Chemicals, Healthcare, and participating edifies? What imakes Floor Covering, with research and innovation at the heart of the company There �s shared your proposed solutions Urnque in science between businesses to maximize quafty and functionality of our prodUcIS your indiusiry as I applies to SourceweH participating entitres? Milikens carpet the comes standard with WelIBACS cush*n backing, where the indiuslryr is standardized on Ihardback carpet lile. WeHBAG& cushion barking is wi open-cell cushion backing, that provides severail benefits that hardbark, carpet file does 1101 provide Bid Number, RFP 0161323 Vendor Name: Milliken Services, LLC 4194 Do�cuSign Enveiope 0 At644AO4 6EE3,4EBF3 AC97,673D5CAD3DD6 As stated previously, WeHBAC',2'1 Cushion Backing, Resdent F9oonng, and Entrance Rooring Technotogy Benefits - Curability Milli ken's carpet and resdient products are made for high-traffic areais and! won't lose their beauty like substandard floors do Milhken's WelIBAC(D open-cell cushion backing absorbs impact, extending fife Lip to 50% longer than hardback carpet. That's why Our carpet ileads, the industry with a Lifetime Warranty OUr LVT outperforms other coatings in scajff stain, and scratch resistance. Thanks to a 22m l wear layer it offers a best-in-class 22- y,ear wear warranty. Fw more infonrnatilon, please view the attachments upIrraded in the Ph6ng Seclon (Wbken Pn6ing PR-2), the Marketinq PlariSarripies section (Wfiken Marketing Plan/Samples MP-2, MP-9). AIso please visit httpsWwww rnifliken CO(71/erl-LMtL�SVnesseslflooir- cov,ering/tecPiriocaliproduCt-benef�ls - Moisture Mitigatiom MiNkien deveioped flooring systems to avoid costly moisture mitigation, For example, our carpet's WeilBAC0 open cefl cushion backing allows the floor to, breathe, and rnoisture to evaporate, where hardback products can cause the vapor to get trapped, turning onto IiqLiid water Milliken offers one-s,telp no-test warranty options, and you call save significantly on prep, materials, and instaliaVon. For more onforrnafion, please view the attachments uploaded on the Pd6ng Sechoin (Milhken Pricing PRE-2p, the Marketing PBan/Samples section (Milliken Marketing Plan/Sampies MP-2 MP-12 MP-13, MIP-14, MP,-27, MP-28, MP,-29, Look Book page 4). AIso p4ease visit https lhvww rn illPken,com/en-usabusinesseslfloor-covp-rpng/technucal/producI-benefits and hops b`www millliken comte,n-ris/busiiresses/floor-covemingltechnicaV,irnoiisturf,,-management, - Aicriusbcs. Noise causes stress and hinders concentration That's why Miltiken makes the quietest floors In the industry The acoustic technology of our carpet tile reduces ln-room and through-floor noise by up to 50% compared to other flooring. For more information, pIease, view the attachments uploaded iin the Pricing Section (Milliken Pricing PR-2), the Marketing Pla n/Sa rn pies section (Milliken Marketing Pian/Sarnples MP-2, MP-tit, Look Book page 6) Also please visit https./&mw.milliken.com/eri-us/ usinesses/floor- cove ring/tech n i�ca Vp roduct-benefits and https://www,rnftken cor,n/en-u,ilbusinessesifloor- coveriingttechriical/aclotisti(,s, - Health and Wellness esiqnorigi inferiors that protect and enhance wellness is more limportant than ever At Whken, we select carpet matenals that are Red Ust Free and PVC (Free We, construct our carpet Wes with open-celi, Cushion backing, to niftigate mmsture, reduce =se and improve, cornfort And our OBEXIIA entrance floohng keeps out moisture and contaminants, which can Nrnprove indoor aiir quafity and cteanliness. For more information, please view the attachments up Ioaded in the Pricing Section (Mikiken Pricing PR-2), the Marketing Plan/Samples section (Wtken Marketing Plan/Samples MP,2). Also please visit: hftps:/Iwww moll ken comlen-Lls/businesses/floor-covering/technicaVprodkio- benefits. - Ergonomics Our carpet and resilient flooring are more comfortable underfoot, which affects everyone in the workplace In fact, our carpet's WeilBADID cushion backing can reduce muscle strain by as much as 24% compared to hardback carpet which rs espectaffy umporlant in sit-to-stand workplaces For niore inforrnafion, please Oew the attachments uploaded in the Pricing Section (Wifiken Pricing PR-2), the Marketing Plan/Samples section (Wfiken Marketing Plan/Sarnpiles MP-2, MP-11, Look Book page 5 and 7). Also please visit hftpsPwww.rnill*eincom1ein- usibusinesses/floor-coverirg/ter.hnlcal/product-benefits and httpsWwww mifliken corrVen. Llsibusinesses/floor-covering/techtiuc,al/sit-to-stand Installation Cost Savings by Reduction in Floor Prep & Floor Compatibility: The cost of floor prep can make an unexpected impact on your project But thanks to Milliken's engineered cushion carpet backing, you'll have minirnall prep to do, saving time and money. Our tiles can be installed over old adhesives. It's seldioni necessary to scarify or seal the I ficioir And you wont have to worry about telegraphing on poor subfloors For more information, please view the attachments uploaded, un the Pricing Section (Milliken Pricing PR-2 and PR-4) the Marketing PqardSamples section (Milhken Marketing Plan/Sampies MP-2, MP-15). A�so please visit: https,'4ww milfiken co�ii/e,ri-i�isibiusunes-seslfloor- - Carbon Neutral Milliken carpet, resilient, and entrance Wes are carbon neutraJ everywhere Bid Number RFP 061323 Vendor Name, Milliken Services, LLC 4195 DocuSign Envelope ID,A'1644AO4-6EE3-4EBB-AC97-673D5CAD3DD6 in the world As part Of our M/PACT program, great care is taken when selecting rnatenais manufacturing products, and delvedngi them to our custinrrrers We believe it takes hurnans to protect humanity so let's work together in the fight against climate change For more information, please view the attachments uploaded in the Pricing Section (Miihken Pricing PR-21 Also please Oat. https.//wwvv,m llikeri.corni/en-u:slbu,siriesses/flloor.cover�igiaiipar,1- oiur-planettoaton-neutral-produ its Prinitworiks 11,1 Technology. in addition to Solution Dyed Nyiicn (SDN) products, Whken also offers products that use our proprietary PrintworkSTV Precision iDye method. Printworks'14 allows your creative wsiion to corrie to life in vibrant color. IMullltken is backed by decades4ong precision dye research and devellolonient. pushing the boundaries of what is poss6ie The precision, Of Our Prurtworks", pfeCiSrOn dye technology allows our design engineers to individually color each fiber of Itooring to match your project specifications and preferences Raingiing from IbOUtlque protects to large-scale installations, Printworks"I technology has the proven power to generate eye- ratching floorscapes With Milliken's Printworks 11" teichirc,iogy, you cain incorparate custom collors, school or brand irigics, and other messagiing minto your flooring OBEXIm Entrance Flooring Milliken's entrance flooring is designed to prevent moisture, dirt, and other contarniinants from entering your building, The use of noon to act as a high-moisture-absorbing floor and monofitarneint as an aggressive scraper creates a dual-ac:tiion approach. combining these two fibers with open-cut pile construction allows for the collection of all particulates MilIlliker's OBEX'11 entrance floohing Was come standard with WeilBACI,9) cushion backing and us avaitable in a variety of patterns and colors to create a site-specific entry ghat works Well With your overall design For more information, please view the attachments uploaded in the Marketing Plian/Samples section (Milliken Marketing Plan/Sai MP-4, Look Book page 68). Also please visit: https://www.miWl'iken.comY'en-uslbusifiesseslfloor-covering/teclinocaltentrance-flooring VisionLAR Vis,ionLAB us a Mlifliken teafn who offers Concept, Coll laboratio n, sand Creative services for our Customers. The following services are available through MOkeris VlisbnL_AB team. Project Management People, are at the core of VisionLAB, and building strong client rellalionships, is one of our priorities Our team of prolecl. managers provides expel knowledge in thie custom flooring process, working alongside you and your team to bring your vision to life From prollect conception to cornpietion, our learn will serve as your personal resource, Paper Samples: Our paper saimples are high-resolution paper prints on matte paper, mailed directly to you Designed to showcase product scale and color, sarnptes are scaled and coior-callibrated to, closely match sample colors, Room Scerres Transform your design dream into reafity Our in-house team Cain provide floor covering design advice and offer hands-on collaboration with design teams Our learn will help YOU ViSUalliZe Your ideas by providing high-resolution roorn scenes, using either a room from our Vi&onLAB image library or a photofterder of your own space Floor Plans: View your design concepts in a detailed 2D floor plan before a purchase decision is made We can use youir existing architectural floor plans or we can generate an architectural visualization based on, similar spaces,. Our rendered floor plans provide !in depth product details and specification information as well as showing suggested installation methods, zoning areas and pattern match This helps to ensure complete accuracy at the pci of final installation The col-ABoratory Expenerice next-level co0aboration in 'VisiionLAB's interactive i sessQn, where we can rniadofy 3D models of your space in real time Make design seleccons and decisions efficienilly with your team while reca ving expert guidance on executing your proiecl Fly-Through, Videos Our Py4hrough videos bring your project one step closer to realization Receive a pubiished fly-through of your space created by our Arch-Viz rendering BId Number: RFld 061323 Vendor Name Milliken Services, LLC 4196 DacuSign Einvetope ID A1644AO4-SEES-4EBB-AC97- 73D5CAD3DD6 spei:4Ws. Estimates: Receive a detailed estimate before approving your project Estdnlates bad ,.et flooring quantity by product type used in order to compare waste and installation methods Product information scope of work, and product size are all factored into the final estimate Camon Calculator, Sustamabilrty is at the core of what we do, and we sharp this passion with our, clients. After YOU request an estimate from Visil we wiilll use our Carbon Calculator to provide an estimated carbon offset for your project We will provide qu,antqies based on the repeat sizes or product and bases selected, so that you can make the blest decision for your projeci I Searning Ciiagrams Instak your flooring wiilh ease Seaming dragrams are siupp4ed in a detailed 2D carpet layout and show the exact placement of carpet tides on, the floor plan, as well as an estimation of product requirements Labeled and color-coded areas show each carpet the depicted on the diagrams with directional arrows indicating carpet installation Milliken Warrantil Milliken Commercial Modular Carpet Warranties: FACE FIBER WEAR STA INING/SOI LING RESISTANCE (Starri Smart @)) COLOR PATTERN PERMANENCY DELAMINATION OF BACKINIG EDGE RAVEL TUFT BIND FLOOR COMPATIBILITY ANTISTATlC FLAMMABILITY rAJSHION RESILIENCY DiMENSIOINAL STABILITY FLOOR RELEASE TOP-DOWN MOISTURE RES4STANCE SPECIALTY PRODUCT LrIMI7ED WARRANTIES: TRACTIONBACKAP0 MODULAR CARPET SITE RELATED SOLUTIONS Additional warranties may apply when Mill(liken Non-Reactive Standard or Miliiken Mosaill: Moisture XT Adhesive is, used with Mflldker Mol Carpet Tile Ill Non-Reactive Standard Adhesive. Warranty, Urnited Warranty tvil Mosaic Moisture XT Spray Adhesive Warranty Lirnited Warranty fill Commercial Resiheirl Roorinq Warranty Bid Number-, RFP 061323 Vendor Name-, Milliken Services, LLC 4197 DocuSigrr Envelope ID A1644AO4-6EE,'3.4EBB-AC97 C)73D5CAD3DOG 6 Manufaclunirg Defect Warranty Wear Warranty Miliken Commercial Broactoom Carpet Warranties: Wear STAINING/SOILING RESISTANCE (Sla�nSmarr_R)), STATIC GENERATION MATTING AND CRUSHING FLAMMABILITY COLORFASTNESS DELAMINATION OF BACK04 EDGE RAVEL TUFT BIND SPECIALTY PRODUCT LIMITED WARRANTIE& BLEACH RESISTANCE (CWjorSeaiT)) CUSHION RESILIENCY (Cushion-LOCTm backing) MOISTURE BARRIER (Morsture-Bloc'" backing) MOISTURE PENETRATION (Moisture-Bloc'm backing) MiNken Entrance Flooring Products "Warranties: FACE FIBER WEAR COLOR PATTERN PERMANENCY DEILAIMINATION OF BACKING !EDGE RAVEL TUFT BIND FLOOR COMPATIBIUTY MOISTURE RESISTANCE ANTISTATIC CUSHQN RESILiENCY DIMENSIONAL STABILITY 'FLOOR RELEASE MILLIKEN SERVICES, LLC — INSTALLATION WARRANTY Milliken Servmces, LLC ("Mi0iken'') hereby warrants a1I installation labor for a period of 1 year from the SUbstant4 comptetiion of anstallafion, This tnsta0ahon; Warranty app04es to comirnerciall installation of new products manufactured by and purchased from MAken or its of lhates and installed by MAken or its wstallation partners The unsta00ed products must be maintained in accordance with %fliken & Company's carp and mamfenance guidelines Bid Number: RFIP 061323 Vendor Name: MiMken SeMces, LLC 4198 Docu&gn Envelope ID 1J644AO4-6EE3-4EBB-A(.,97 673D5,AD 3r)D6 Failure to confbrm to ihese requiremenIs wilt resuft kn loss of the installation Warranty coverage In addition Milkken only provides this lnstallation Warranty based on current acceptable MVER/Rl-i/pH *vels of the substrate Provided that the cond4ion of the substrate does not exceed Oken & Company's, published in-silu RH, CaC111MVER, and pH readings for the period or thins tnsta[W*n Warranty, Milliken will provide a 1--year warranty on installation labor to accompany the product warrainty on the, Milliken product beng installed Any claim submitted under this lristallation Warranty rnust be accompanied with written verification that proper maintenance, per Wiliken & Coniparly's requirements, was rrnplernenled prior to, or dIrecally after the installatOn of the new Milliken product If the Milliken product has not been inmaintamed per Milifiken & Company's wirAten anstrucbcvns, the t vista lia fion Warranty will not be honored under any ciairn filed against product oir instaHatlon, Puirchaser's excrusive remedy for any and all losses or damages resulting from defective Installation shall be the repair or replacement of the installed Mitliken product in the affected area as determined by Mdfiken in its sets discretion Miflikeri's, obligation hiereurlder shaill riot include payment of any indirect costs or inadenta]` or consequential damages arising from the defective nrstaflafion or the repIacernent or repair of Oie installed Milliken product Purchaser must proviidle reasonable cooperation to facilitate MHiken's repair or replacement in the affected area This installation Warranty does not apply to: * Repairs necessitated by abuse, flooding, or irnjpaloperr maintenance * IDartrage Or deterioration caused by improper site condifions that have not been adecruateiy corrected per "CRi Carpet installation Standard"' recommendations 1> incidental darriage caused by other trades, resulting from inadequate protection during construction cr renovation, Claims Procedure: In the event there is a need to fire a warranty claim, we have a dedicated tearn or Quailly Assurance associates who wrill work directly with the customer to understand arly SSUe grad develop a remediahon plan to, gain resolution Each SitUat*vl us dwflerent so we work closely with each customer to understand their concerns, perform arry testing or iinspecticiris neoessary and then develop a plan to correct any issues as, quickly as possible, with ni n mal disruption. .......... Table 14,A:Warranty Describe in detail your mainufacturer warranty program, including conditions and requirements to qualify, Claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) iini the document upload section of your response in, addition to responding to the questions below. U1,00f ti J, Bid Nurnber: RFP 061323 Vendor Navrrie: Milliken Services,, LLC 4199 D>ruSgn EnvMope 11) A1644AO4-6EE�3-4EIBB.-AC97-673D54�AD3DO16 ..........- ----------- ......... ............. 88 Do your warranties cover all products, parts, and Yes Wliken warranhes cover all products parts, and labor labor? For each of the products and services provided by Mfiken & Company, there is a specific warranty SlatIng the Coverage terms and conditions. We believe we ofler the best and most comprehensive warranties in, the dndustry that provide our customers with a peace of mind that not only has WHiken Iprovilded a superior product, but also provide a warranty that covers any product failure, For instance, our cushion-backed modular carpet the comes with 13 different lifetime warranties that cover essentially every product performance expectation. An the event there is a need to Me a warranty claim, we have a dedicated tearn of Quafity Assurance associates who gild work directly with the customer to understand any issue and deve4op a reme6ation plan to gain resorut*n Each srtuOon is different, so we work closely w1h each customer to understand their concerns, perform any testing or inspections necessary and then deverop al plan to correct any issues as qwcWy as possibe, with mirnimal dusruphon 13d Number: RPP 061'323 Vendor Name: Mffliken Services, LLC 4200 DocuSagn Envelope 0,A16,4 a4A 4--6E 3-4EBB-A 7 6 3D� aCAD3DD6 8g o other lim iitattionstthat aadversely aaffectscovetragO _ nodno Services,y I r from the �ubstaintall completiont of installation This s all installation labor for � Installation Warranty applies to cominerdal instaflation of new products manufactured by and purchased from Mmlllken or its affiliates and installed by Milliken or its installation partners. The installed products must be nnaintaired in accordance with Milliken l Company's cage and maintenance gurdefines, Failure to conform to these requirements will result in loss of the installation Warranty coverage, In addition Milliken only provides this Installation 'warranty based on current acceptable MVER/rH/pH levels of the substrate. Provided that the condition of the substrate does not exceed Mllilren & Company's pubfished In-situ rH„ a IN Er„ and pH readings for the penod of this Installation Wairranty Milliken w0l provide a 1-year warranty on installation labor to arxornpany the product warranty on the Milliken product being installed, Any clawn submitted under, this installation Warranty must be accompanied with written wentication that proper maintenance„ per Milliken Cornpariy's requirements, was implemented prioir to, or directly after the installation of the new Milliken product, If the Milliken product', has not been maintained per Milliken & Company's written instructions, the installation "warranty will not be honored under any claim filed against product or installation. Purchaser's exclusive remedy for any and all losses or damages resulting from defective installation shall be the repair or replacement of the installed Milliken product in the affected :area, as determined by Milliken in its sole discretion. Milliken`s obligation hereunder shalt not include payment of any indirect costs or, incidental or consequential damages arising from the defective installalbri or the replacement or repair of the installed Milliken product. Purc-haser must provide reasonable cooperation to facilitate Milliken`s repair or replacement in the affected area. This installation "warranty does not apply to: > repairs necessitated by abuse, flooding„ or wrnproper maintenance. > Damage or deterioration caused by improper site conditions, that have not been adequately corrected per ' RI Ca pet installation Standard' recommendations. Incidental damage caused by other trades, resulting from inadequate protection during construction or renovation, Yes, our warranties contain very specific restrictions and conditions that could impact wart" coverage for Milliken Floor Coverings, Howwever, they are very reasonable: and all fall under the category of `Normal Sint for floe"" conditions. For instance„ we state that our product must be installed indoors and away from the natural weather elements, like rain. The details are listed in each of the different product warranties, which are attached and available on our wwebsrte. 90 Do, your warranties cover the expense of if lerhrn r°aan time & travel is necessary in order to effectively resolve .a dalm technicians' travel tlrmie and r~niueage to perform situation of a valid Milliken warranty, ssue that labor and travel tirrie will be ,,,. warranty repanrs`l covered by Milliken 1 _ Are there any geographic regions of the^United Our Milfiken technicians and technical staff can fully cover any region to Mates or Canada (as applicable) for wahich you United States and Canada, cannot provide a candied technician to perform warranty repairs° How will gourcewreJl participating entities in these regions be provided service for warranty repair"/ In the event tare us a need to Fite a warranty claim, we have a; dedicated team of Quality Assurance associates who will work directly with the customer to understand any issue and develop a remediation plan to gain resolution. Each situation is different o we work closely with each customer to understand their concerns, perform any testing or inspections necessary and then develop a plan to correct' any issues as quickly as possible„ with rminimal disruption: Bid umber: RFP 0613,23 Vendor N nne. Mull ken Services, LL 4201 Docu&gri Envelope ID.A 1644AO4-C)EE3.4EBB-AC,97-f37"ID5(,AD3D�D6 .............. ....................................... ................. ...........-........... 92 Will you cover warranty servlce for iterns rnade by Yes, Milliken will cover warranty servrce for items made by other other manufacturers that are part of youir proposal manufacturers that are part of our propersat. Any valid daim regarding the oir are these warrairlies issues typically passed on installation of these products will be maiiaged by Milliken Services to the original equipment manufactureO 93 What are your proposed exchange and return Mitliken is largely a make to order business In the event that a return pro,,ams, and policies7 request has been made, we will evaluate several factors including the reason for the return, the product's sales history, and general business conditions to, see if a return may, be authorized. If a return is authorized, then it may come with a restock fee up to 40%. Alt questions should be directed to the Quatity Assurance department, ............. ......... 94 Describe any service contract options for the Milliken ServTces, LLC ("Mflliken") hereby warrants all installation labor for a, items included in your proposal. period of 1 year from: the substantiall, complebon of instaliabon This Installation Warranty applies to commercial installation of new products manufactured by and purchased from Milliken or its affifiates and installed by Milliken or its installation partners The installed products must be maintained in accordance with Mfiken & Company's care and maintenance guidelines Failure to, conform: to these requirements wdil result in loss of the lnsta,lllation Warranty coverage. In addition MOliker only provides this, Uristallalion Warranty based on current acceptable MVER/RHIpH levels of the substrate Provided that the condition of the substrate, does not exceed MiNiken & Company's pubilished In-situ RH, CaCl/MVER and pH readings for the period of this installation Warranty, Milliken will provide a 1-year warranty an, installation labor to accompany the product warranty on the Mlilliken product being installed. Any clarm submitted under this instaHafion Warranty must be accompanied with written verification that proper maintenance, per Mifliken & Cornpany's requirements, was implemented prior to, or directly after the ristaliation of the new IMliiIlhken product, If the Milhkeri product has not been maintained per Milliken & Cornparys written instrucC ons, the kistallation Warranty wi1111 not be honored Under any dwrri filed against product or installation. Purchaser's exclusive remedy for any and air losses or dairriages, resuifing frorn detective mstaHation s,halll be the repair or replacement of the installed Milliken product in the affected area, as determined by Milliken iiin its sole discretion Miltiken's ob49a0ion hereunder shall not include payment of any indirect costs or incidental or consequential damages ansing frorn the defective instaHation �or the replacement or repair of the ostailed! Mflliken product, Purchaser must provide reasonable cooperation to facilitate Milliken's repair or replacement ,in the affected area This lnstallatron Warranty does not apply to. • Repairs necessitated by abuse, flooding, or improper maintenance • Damage or deterioration caused by improper site conditions that have not been adequately corrected per "CRII Carpet firistatlation Standard recommendations > Incidental daniage, caused by other trades, resulting from inadequate protection durrng consiructlon or renovation Table 14B: Performance Standards or Guarantees Describe in detail your performance standards or guarantees, inctuding conditions and requirements to qualify, claims,procedure, and overall structure YOU may upload representative samples of your performance materials(if applicable) in the dOCUrnent upload section of your response In addition to responding to die questions befow Item 95 Describe army performance standards or MHliken Commercial Modular Carpet Warranties, guarantees that apply to, your services FACE FIBER WEAR Slid Number- RFP 061323 Vendor Name, Milhkeiri Services, Ll 4202 DocuSign Envelope ID,A1644A74-6EE3 4EBB-Ai'97-673D5(.,AD3DD6 STAINING/SOILING RES4STANCE (StainSmartlD)i COLOR PATTERN PERMANENCY DELAMINATION OF BACKING EDGE RAVEL TUFT BIND FLOOR COMPA,TIBRLIITY ANTISTATIC FLAMMABILITY CUSHION RESIUENCY DIMENSIONAL STABIUTY FLOOR RELEASE :TOP-DOWN MOiS,TURE RESISTANCE SP,ECRALTY PRODUCT LIMITED WARRAt0ES 7RACTUONBACKD MODULAR CARPET SLATE RELATED SOLUTVONS Additional warranties may, appry when MHliken Non-Reactive Standard or Mifliken Mosa6ic Moisture XT AdIreswe is used wah iliken Modular Carpet T�Ie Milliken Non-Reactive Standard Adhesive Warranty: Limited Warranty Milliken Mosaic Moisture XT Spray Adheswe Warranty bmited Warranty MiTfiken Cornmercrai Resiient Roo6ng Warranty Manufacturing Defect Warranty Wear Warranty Mflken i Coninierc4 Broadloom Carpet Warranties Wear STA4NING/SO LING REST STANCE (StamSmartLD) STATIC GENERATION MATTi!NG AND CRUSHNG FLAMMABILITY COLORFASTNESS DELAMINATION OF BACK NO �EDGE RAVEL TUFT BIND SPECIALTY PRODUCT LIMiTED, WARRANTIES &d Number RFP 061323 Vendor Name Whken Service:s, LLC 4203 Docu&gn Envelope ID,A1644AC14-r3EE3.4EBB-A,C97-673D5CAID3DD6 BLEACH RESISTANCE (ColorSealCK)) CUSHION RE&UENCY (Cushion-Loc"I backing) MOiSTUIRE BARRIER (M6StLjre-BIoc1'0 backaig) MOISTURE PENETRATION (Moisture-Bloc I'll packmg) M41flken Entrance Flooring Products Warranhe& FACE EMBER WEAR COLOR PATTERN PERMANENCY DELAMINATlON OF BACKiNG EDGE RAVEL TUFT BIND FLOOR COMPATIBILITY MOISTURE RESISTANCE ANTlSTATrC CUSHION RE&LIENCY DIMENSIONAL STABILITY FLOOR RELEASE �MiLLIKEN SERVICES, LLC — INSTALLATION WARRANTY Milliken Services, LLC ("MiNken") hereby warrants all unstalWion labor for a period of I year train the substantial completion of installation Thiis Installation Warranty alophes toy cornmerbai installation of new products manufactured by and purchased from %Ikken or As affikates and installed by Milliken or its installat*n partners, The installed products Must be r1ramtainied lin accordance w1h Milliken & Company's care and maintenance guidelines Failure to conforin to these reciwrements wilt result in loss of the instaiialion Warranty coverage, in addition, Milfiken only provides this Installation Warranty based on current !acceptable MVER/RH/pH levels of the substrate Provided that the condition of the (substrate does not exceed Milliken & Company's plobfished In-situ RH, Ca,CWMVER, and pH readings for the period of this Installation Warranty, Milliken wulP provide a 1- year warranty on installation labor to accompany the product warranty on the Milliken produict being installed. Any claim submitted under thcs Installation Warranty must be accornpanned with wiqten vehfication that proper maintenance, per Miffiken & Company's, requirements, was implemented prior to or directly after the installation of the new Miliken product If the Miillliken product has not been maintained per %iliken & Company's written instructions, the Instaflafion Warranty mll not be horrored under any claim filed against product or installation. Purchaser's exclusive rernedy for any and all losses or damages resu"ingi frorn !defective installation shall be the repair or replacement of the installed Milliken product in the affected area, as determined by Milliken in its sole disc:refiMonr Mfflken's obligation hereunder shall riot include payrnent of any Odirect costs or inadentall or consequentiall darnages arising frorn the defective installation or the replacement or repair of the installed Milken product Purchaser must provide reasonable cooperation to ficiIiitate Miliken's repair or reptacernent in the affected area This installation Warranty does not apply to: Bid Number, RFP 06132'3 Vendor Name, Milfiken Services, LI r 4204 DocuSign Envelope ID:All(.'44AO4-6EE3.4EBB-A(',917-673D5CAID3DD3 * Recall necessitated by abuse, floodrig, or Improper rinalintenance. * Damage or deterioration caused by improper site conditions that have riot been adequately corrected per "CRII Carpet Installation Standard" recornmenclabons > incidental damage caused by other trades resulting frorri inadequate protection doring consti or renovation 96 Describe any service standards or Mi Services has maintained) a 96% on time delivery irate over the past 5 years. guarantees that apply to your services As previously mentioned, a standard 1-year warranty is provided on installation and (policies, metrics, KPIs, etc.) workirnanship for each project Upon completion of each project, the Participating Eni will receive a Custorner Sign Off Form to confirm that all spedficatlons and Instaillabon have been performed to their satisfaction. If there are items of concern, these will be addressed and used to improve service levels and performance with our mhstallafion partners for future projects Milliken has In-depth instaillation, guidelines thiat must, be foflowed during u�nstallation These instructions are availl and provided to our installation partners to ensure the proper installation is performed for each project Over the, past 5 years, Milliken Services has held less than a 1% dalini ratio related to installation, Mlilliken Services ms committed to providing superior senrl� and uissaue resolution if there are rinstalLation opporti or issues Exceptions to,Terms, Conditions, or Specifications Form Dtfly those Proposer Eo�cipptur,)ns to Terms, Clondrtk)ns, or Spec rf icaflions that have been, accepted by Souric-ewip.,H have been inicor-porated into the contract text, Documents Ensure youir submission docurrient(s) conforms to the follovil 1 Documents in PDF format aire preferred Documents in'Word„ Excei, or compatible formats maiy 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 resp,onsibdo to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourceweil, 3. Soul may reject any response where any document(s)cannot be opened and viewed by Sourcewefl ,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 contalris 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," a_(igLnq- Milliken Ph6ng Overview& Price List,zip- Tuesday June 13, 2023 09 27:02 Firranimal Strenigtf)-aLid LK ditry-Milliken Financial Overview and Capabilities Leftell-Friday June 09, 2023 1421:00 Milliken Marketing Plan-Samples.zip- Friday June 09, 2023 14,25,37 • AMBELl a&SBE or"'Rellated'Certificates -IvIffliken WIMBE, MIBE, SSE or Related Certifications Overview pdf-Firrday June 019, 2023 11 27:36 • Aa 1 r"� trjfprMggCl -Milliken Warranties zilp-Friday June 09, 2023 112,8 39 • �Lt�jndard 1 ta_nsartion DocurngriL Sarno ill-Standard Transaction Documents zip-Wednesday June 07, 2023 14 59!18 • 1jt%&sLPkd E�xce �Lgns -Sourcevvell Terms and Conditions Requested Exceptions pcif-Friday June 09, 2023 11;34:34 • Ui2o-gL(L�44lLlqn L2Lc—ummit-Milliken Look Book pdf-Friday June 09, 2023 14:36:02 Bid Number RFP 061323 Vendor Niamie-, Milliken Services, L 4205 Monroe County, Purchasing Policy and Procedures AT'rACHMENTD.5 COUN I Y ADMINISTRAVOR CON B RACI' SI.. INLNRY F()I" M FOR C01'N]"RACTS S, I 010,0100M and Under USAJ" Contract Contract with: tarrk,60,� ............. EApiration Date: ( OMNICI lm�Llt-[)C Se/f)eSCI�ipti(�)[11- —7,7p I........... 5A, k", ................ w/ Contract is ()rigirW Agreernent.Contract Ariiendriient/Extension Renewal $ ep ellt SuIlp Contract Nlanager: iiilv*4vll""�"" 1/1" (."ONTRA( FCOSTS .............. Total Dollar Value ot'Contrzict- ("Urrent Year flortion: S WuN he 00,116)0 0)m k�tis) H k M;LdMear agreemen reqwIes mar,x C appro%M die Of V"'I BUdgeted? Yes* No El Grant: S ountv Match,- S y�k) y W Rlnd/cost Center/S CategorN- ADDI HONAL COISTS Estimated ()ngoing Costs.- SO a r For: NIA (Not included in dollar value above) (e,g, aiairnenance, utflifies.janitorial, salaries, ClCd) Insurance Ida( uircd: YES '-i@ NO C()N'FRAC'F RI;VIFW Revie\Ner Date In Department Head Signature klom DeSanhs ....................... .................... ............... gnatUre� Joseph X, DiNovo X"I Countv Attornev Si ' ................ Risk Management Signattjre Jaclyn Ratt ............. ..................... ...................... ILirchasing Si-natUrC: Liisa AbreU 7)"" D" '4 44 )4 SCE. ( N4 14 S i gnature John QWn n f� 7 f r�s A I X) ................... ...................— ..................---................................. ............ Revised BOCC 4/19/2023 Pa0e 84 of 10.5 4206 flroico v WN 2 1't 3 23 202J Ro(isoon rr I Revnsion IDaae 7 23 2025 Chnssy Collins 96,9211)Morinte tag-Planuation Kev COMITIUMVY 011 RL flooring Propos"A I'm 9692 11)Monroe Co-Atnumion KoY Communiv, (.m Ac are pkasW to prm de the fi)Howmg quotation Ior The ahme ivtevenccd fucllnly. llncmg 1r t-MISCd Orl 1110 1 Kkett SOUT-COkeh Contract ,,06 11-13 I SCOPE OF WORK: && Color Name 011011fin, —CoAl L"Flif Pric Line Total Elvem Heritage Plank()'x 36"- I V] Snurked Cylak 2,098 00 F T2 Il S 3 45 S 7,20 3 N RoHSmail Adhesive,4 gaL paill 2 00 FA il S 256 47 S 512 05 InstaH Primer 1 97 5 00 t,12 art S I o 7 5 20,6 25 LVI VE,� histalhmon 1,97Y 00 H2 al S 05 S 7,593 75 -t:URMSH ANDINSTALI, 360 00 F1 S 1)t S 1 407 60 FICK)r Prep-Mweriall and E abor 625 00 [12 0 S 1 52 S 95(1.00 MajoT Mom flieparation Mawmal Onllw 1,873 00 1-12 ,i S 1 78 S 3337 50 Maoir Floor Preparation-Labor Onk 1,875 00 F1'2 al S 1 78 S 3,337 50 haritsh I 00"o Solids Lpoxv Mowone mtrol System 1,87i oi) F F2 S 1,50 S 2,8 12,50 Apjfly 100%Sobds Eprm Moisture Conlrol System 1,8750o FI 2 ul S 0 52 S 97500 Staguig'hiskde Deliver 901) p R S 7o92 S 567,36 Mlllag,v,V itnlaear ezra rr,t 1,152,o0 F.A S I W H 15200 Sl 1 rcwht t 00 FA ii S 26t)91 S 266.81 suh/olul S 32,122,82 laA S TOTAL S 32,12182 WITS: Field moasute and esirimated Lpiantilies by loan Floors 2 Siandard running lm cwptn pmClUCtS re(J!Alre,',1(15 1,LPlAiV Vmd minknum purchase,oxcept Flxpiess and Priority Fxpres's whits which raluire a 25 square yawl nummum purchase,and except dreslylle Plexus Colmir which roquaes a 5 vquare yard irtimmurn purchase 3 Nuase Include product SMC,Color,and backing on puirchasc�ordor 4 Manufacrunng overa .!,e",,us up u p ge[�owluded in nlarcriat qtwrlqtl�,to NH onk at the,anioum sh�pped Fhe overat 5 No ficighl is chaqed t6r adholves(ATIcillary'4q)phoo Mien,hipped with inatenat order Whoi adhesives(ancilhtn rsupplies)are shipped 111A( tA SION"S m0v,;w imlridcd in TIWV AIM V m:otpc ot mor 1,p: Protection ol'Floors Amc Stook Mght'Weckcnd labor Dultipster("ost Bouding Cost Mais Prefortried Corners I rip Chargcs Romoval&Disposai Resihat Flooring Slair matemal's Fxwnsivc Floor Preparation Furniture Moving Asbestos Abuitement Saie,,I ax Cwpet Cleaning (lealling,wamri",of'Rolheill Border Carpet I ERVIS OF P%%MEN I a Njbp°ct to(redil kpprmalt Net W Dws %H and I 'o'lo ''a"m,,11W Jlp ,fllroio MMI 0'1.'Adh HPIIIILI�iWA%rlak eM c upWr dll MWw balm ho jj�vjlj tied nPofl .vInpl,ti'M ol ,rIWSCJ, 4207 aTarkett Project 4 9692 19 i 23 2025 Revision:/, Revision Date- 7 23'2025 I.Change Orders:Any work not i in the above scolpe of%%orlk%sill require as signed change(ader hei-ore work cani W rsei-R)riril 2. detain of Qwne:Prices ',lpven are firm roR stvy day;,fionri piciposal dale 3,ILeaud I'll Please mime flhat we are to isracie us order inuill and%%a cannot coirlinence produlcil until a signed I10 or corivract is received Note that normal lead times are as follows: Fast Track Carpets,two weeks plus shipping; Running Line Carpets,four to six weeks plus shipping, Custom Carpets,six to eight weeks plus shipping, Lead times are approximate and do not start until after the purchase order or fully-executed contract is received. 4 Floor Preparahoni Addinoniall l'i prelmrailon irniay be requvred as a result ofxii wiftirlt'sceir corichNoni Of the flow Costs associaied wah this floor IsreparaiRon%wfll iw negonated on a lob-lo-)Oh basis Din producCs perfibrin pvoperly when inimalled on floors diai nie free o dirt,od,paint and excessive moisaure, Floors thim have,moisture: re,adnngs greaier ilmn the manufacturer gwtAfred lol will ry rille.eir specificalmin and%�lll reqwre fiAnher Lunrig,ill uealment pnor tocnrfwt insualUmn. We recommend only wet scraping or mechanical removal of all non-water based adhesives -5 Asbestos Abawnrent [his quoie INA'rS NO"I irli asbemos abmernienn Neither we nor Our installers are:responvuble fior ifile handhing",le"loval or abate Rneni of ashe-;toeI I coill Mmir riarenal or adlhesAve.Ful(mv rx4lcy is io gequest air Asbesws i lazard i-xiiergency Response Act(AHERA)reporr lalor In Isvoceedinn,with ally ddoou in"verlal or floof adhesive reilrovall We and our inistallers consider ill the owneir's fesfminisibilliv to paxluce this reqmit prior w executing vhis come act. If any chemical stripping agents such as those commonly used in asbestos abatement have been used,we and our installers may require additional measures be taken prior to installation of any product These measures may affect the price of this quote.Please contact our Technical Services Department at 800 248-2878 ext 2129 for more details. Please indicate your acceptance of this proposal by returning your signed purchase order,or fully-executed contract via fax to 706,260-3005 Please address it to my attention Should you have any questions,please call me at 800 248-2878. We look forward to working with you on this project Sincerely, miCohdLe TOud Michelle Boyd Account Coordinator Source One Department michel le.bovdra-larkett.com MONAX COUNTY Arrol AS FORM ASSISTANT COUNTY ATTORNEY DATE: 7/25/2025 2 4208 Updated Q3 2025 Sourcew�ell Contract # 061323-TFU exp 8/9/2027 T irk ett Alliance Number 168119 Tarkett Resilient NPN.-. SPA Required-Contact RBM Valid to: Auglist 1, 2026 Sourcewell Backing] Diwoont Off Sty*:Code Styli*Desedpoon Backing Deisalption List PrIte list plice u0m Code I Pdre Per UOIM 11648 12?"C., Power 11 GU ethasci,,k; Modular wil, Crmkcial $591 PO 4 0 $35,75 SY 11648 2nd Power 11 CF F x k*K Cushicri $61 21 39% $371)14 SY I'I 64fj 2nd Flcweu 11 C R FVex kre(k CU , ion PIS S62.52 39% $3& SY I 1648 ',Ir)r, Pcmer H m [,'Iowerbor d CLIS 0,1 S 54,24 41% $31,92 y 11648 2,nid 1owt7^r 11f M R Powerbond Cus�,iion RS $55,56 40% $33,20 SY 02578 Abras ve Aclion, H GU ethos@ ModuVarvviO"[ Ory'wkoal $135 83 4,J,1%, $77,21 1 SY 02578 Abras ve Action H CF Flex A re@ Cushbn $137 14 4 3 11,C $78 50 SY 02578 Abrasve Actir.mi H CR Aire(5,Cu&6on RS $ 38.45 42'% S79,79 SY 0257'8 Abras4ve Actcn C�k NA Flowerbond Cus�',mirn S1'16 C)S 45%, $6x4,311111 SY 02578 Abrasrve ActOn k MR Powerbiond Ci,.sh cn RS $117 39 44%, $65,60 S), 04255 ACCEMWEIte GIJ ethos@, tAodular with Ommcc.,,W $67 51 45% $37,22 S YJ 04255 Acce ItLAile C F F�ex Akeg CUshiori $68 62' 44% $38,51 SY 04255 Accentuate R FVex Ake(R CushEon RS $70 1/4 1 43% $39,80 SY 04255 Accentuale, NA P,w,,)vv erbo rid Cushion $El 45 i 4(."% $33 06 SY 04255 Am..,entucate tvl R Poweiband Cushnon PIS S62 76 45% $3435 1,13Y I D3,()2 f) Aftermath H w1G1 cstfru<,rti ModWar vd�h Ornnicoat $52 55 IS 8% S32 45 SY 03026 ANerrn,,alh H C F Ftex Aire(k Cushion $53�86, 3 7 r, 173 SY 03026 Aflerrnaih H C R Rex Cushion Rs, 11,55, 18 3 7 $35,02 SY 030,1 Af�ierrnwh H M Powerbond Cushio- S 4 u-, 6 5, 40 S27,57 SY 03,C 2 6 Afw-maO-i I NI R CLIShK)I RS $4�, 9 f,) a 9)% $28 85 SIN 16 A E'C�a'E, GU elhos�,'� WdUlal V,, 1�I 01-q'-flC,sat "�� 1;, $26,(D3 SY I I I'll(-I Agpegate Cr Pey 2'we(�, 4(.I E, 3 3 $2T32 4,ig ic,e c a t e R $z, 27 ,)2 $2&61 SY kcz CIIC)11�1 GC' e h c s,P, N4 o c u i i vv i c o a SY ALAL P a ale qTarken 4209 Updated Q3 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett t119 Tar Resilient NPN: SPA Required-Contact RBM Valid to�: A jigust 'l, 2026, MODULAR&POWERBOND Sourcewell Backing 0101COURIM swe CW* Style Desedp0an BstkIn,9,D*vcrl�Wan List Pdae! Member Ju0m Code Price Price,Pet U01m 1"1613 Alight Edlit GiJ etlhoO�,, tftdukai, wlth CJrnnicoat $34,33 31% $23.84 SY CI 613 Alight EcIll CIF Flex Aire O CL;shnori $25,13 SY 11,613 Afight Edit CR Flex Aire(E,Cush6ori RS $36 96 28 5%, $26A2 SY G0043 Afllurn GC ethosl,'e) Modufar wfth Ornr6coat $108 17 5 11 0453,26 SY 04655 AngWale GUI etlhos( odijiw with Ornnicoat $94219 4 6 $50 61 SY 04655 4xri73u9ate C F Flex k,OD CusNon $95 6C1 46% '1190 SY 04655 AngLJ1ale CR FlexAirerRR,,Cushion RS $96 ,91 45% $5319 S y 04655 Angulate M hoover bond Cushion $80,10 47% $4224 SY 0'A 6 5 5 Angdale M R Pow erbond Cushion RS $81 41 47% $43,53 S y t32803 App ause M GU ethos@ Modular MV"I Ornnicoat $65,54 42% S 37,8 5 S Y n2803 Applausfz W C F Flex Aire(w Cushicin $6686 41% $39,14 SY 02E303 Appllause M CR Flex Aire,, Cushkm 1r3S $68 '117 41% $40,43 Sy 02803 Applause W M Powerbond CLISNon $55,62 4 3 $31.43 SY 02803 Applause HI MR Powerborrd Cushion R'S $561 93 43% $32,72 SY D4837 Asser'Ove Acn tk,),n G LJ Ptho:sS Modullar wfthDrnnru at 13102.27 4 3%, 518 22 1 y .-.................. .......................... 04837 Asserilve Acfion C,F F�ex kre@ CUshion $103 58 43% S55,50 S Y Asseilive Acfion CIR Pex,arson CUS I On RS 8104 89 42% $6078 S Y 01"148:1377:Assertive Action NA Powerbond Cushk)n $90 216, 44 $50,83 SY 0 0 NA R Powerb orid CUShk)n RS S 91 57 4 3Yc,, $521�2 SY 4837 AssertivE 04838 Asserlrve Rib GU ethcs(k?Modular olfth ()rnmcr,,)at S 110 6 8 4 7 $5773 SY 048718 A,sserttve Rib C F Flexkret CushEcn $10817 4f, $58.41 SY L-1 11 F,_3118 Assetve R b Ck Flex Aire,"A'�Cushuin PS S 109 49 4 6 Il%,, 0059'70 sy 04839 AsseNive Stria GU elhost Mcdulzv Yrvjih Orrimccal S 122,5, 49% Sb2 93 SY G43'1139 Asserlive Striae CF Fl#,x,Ave(F Cushll,:m 4 8 G/, $64,22 SY markeft Page,2 of 4210 Updated 03 2025 Sourcewell Contract # 061323-'T"FU expo 8/9/2027 Tarkett Alliance Number 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 MODULAR&POWERBOND solurcewell S"code 04twoo Dftwooft List Pfto I Member, UsIt 'Code, j I UOM Price Per UIDM 04839 A s s e 1 i v e 13 tr a C F� Rex AV'rel& CUSk)-' RS S 1 25 21 4 8 $65,51 s y 04839 Assertive Stna NA Powerb�,',)nd CIUShlon S 104,54 4 9% $53 08 SY 048,19 Assetve Slrca N/I R Fli�)werborod Cush on RS $105 85 49% $5437 1 I AC1,044 Attrac GU ethosft Wjdu[ar with DTMuCO'81 $49 14 2 1 $33,76 sy A0044 ANT'ar-t CF Rex kre@ CUSJI° C;rll $50 45 31 11%, $35.105 SY A 0 C)4 4 Attract R F�e X 014,�f e IQI-� C"J S�I�o n R S.", S'51,76 a% $36,33 S Y i 0,4840 Avant G U a.thc)w(u NAo(,Ji,A,,,,v wit On-irkoat $6279 49% $42,54 SY 04840 A,ant CF ReX Ake(�; CLJSI'k;I) 4.'10 1 48%, $,4,3 83 1 S" ....................... C)4 8 4 0 A ant CR Filex Are(F CUsh on RS 81 4? 47%i $4517 Y thaGCC Avant M Flowertwild Cwh�on $76,66 5 1 $3739 SY 04840 1 Ava riT VwtR Powerbont! (,us,'-don RS S'7 7,97 50"�',, $AlDs SY I 1339 Balance wa ll pACII('I,Jjar of,'T'I��j coat, $45 4F 37"G 2831 y '11339 Ba,I an c e C I'ley Aire CushIon 416 78 3 6'/,, $30 OCII Sly J vl 3319 B a 1a ni c e P71(ryx 4Mpf,E C,[js4uIc)rj PS S48 09 II :C5cu 531 29 SY "I 1826 6 Ba anc°ng Accents IS Ll rthos@ Modu ar wilh On'rnoal S E�21,44 30% $42,32 S,Y 11826 Ralan6ng Accents C. Flex Alre@, Cushion $61 75 �2 9 is $43 61 SY I 18 2 6 Accorls, C R Rey k e@( Cushic n S. 6, (D 6 2 9%, 844M sy 'I'I a 2 Balancing Act teas Nlodular quit h 6 C 44 3 C $42 3�2 SY Act CF F-hey, AxE '"n Cuvl.o-1 S 6 1 7 5, 2 95", $43,161 S"Y' I 1225 E"4 a 1 a"I c,'I g A c'C P 'P�e x Al: e ry,,, C u s h ic, l-,,!; 6 2 9 $44,90 s y I I S�'5 0 B ev,o n d 4 c('-,w d GU IeV')os`^" Vio�dulw won s 616 ER lien, $3215 SY B c cc o C.I1, F. ex Z' Iq $33,44 SY r,r: A c C R FlEx Aji,e,'"), S Y I S�33 4,7 2 S F C, S37,4 NAI Pact, I)Tarkeu 4211 Updated 03 2025 Sourcewell Contract # 061323-,TFU exp 8,19/2027 Tar eta Alliance Number 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Aug s�t 1, ----- MODULAR&POWERBOND u Djulou"t Off —To—urcewell stywoode Desc*jon BackingDescriptim 1st prk* Member wm Ust ftoo, Net pw Uom 11471 B I o 1:k,a CJ F, FIex AreQ Cushvn 562 43 38% $3870 SY I'l 47,1 Nockade CR Flex kre(KC';CUShaV'[ RS $63,75 3 7'k, $3999, SY 11471 Nockade M Piwmerbond Cushnon S51 55 41% S30,162 Sly I 14 71 Bbckade MR Rovver'bond Cushlort RS S 5 2 8_7' 4C)%, $3 1,910 SY A0002 (,ache Tweed GU ethosg Modu w vvltli (Dmirkow, S 13 E3 5 40% $33 69 SY A0002 Cache'Tweed CF i,-1ex AIre',5,Cu.hiaan 3 9% $34,98 SY A0002 Cache Tweed CR Rex A re' Cushbn RS S5F�!47 3 8 0*, $36,27 SY A0002 Cache Tweed to Powerbond Cushion l $49.78 38% $30 75 SY A0002 Cache Tweed MR Pcvvertmnd cushuon F,ds 51.09 37r, OS3 2,0 3 !3Y 11 1C,iF1 C,,i p t u re G LJI elhos@ Modular woh Dmnoccat 'S40 13 35% $2617 SY I 1 5 1") Ca.,iIwe CF Rex Aveg CusNon $41 45 34% $2746 1113 Y '11359 captwe, ICR Fl(�X Are(R Cusnion RS $42,76 33% $28,75 SY 0481 43 ca-lDgrapkly GU ethosl& Modu ar v,6tn Crmkoat, $68,79 47% $36 29 Sy 0 4 8 423 Calography CF. Flex A re( Cushmi S 170 10 4 6%c, $3758 SY 024843 Cap'tDgraphy� R Flex kie(,,Cush on RS $7 l 4 6'Lc, $38,87 Sly 04843 Cartograp ry M Powerbond Cushicri S6548 48 $31913 S Y 04843 Cartograpy NA IR Pic,%Nprbond CUshir)n RS $66 79 47 $35,21 SY 716188 GOestiaj G L) ethoseE, Modula wIO-i Ommcoat S47 ()6 36% $30,05 SY 11688 Celest4 CF Flex A0eS C.ushiu W,.4IS 38 315114', $31.34 sly I 1688 Cele!s�4 C R Flex,kw� PS Q 23 4 $321, 63 Sy 11688 Cc,"dest,al NMI P cl vv e r b o n d 2 u s h i o n $41 % $28,36 SY 11688 Ce l(aj MR P o vve i b Jf id C us. �i o n P,S $42 98 31%, $29,65 S)/ 116,89 (,0vc Krvs Pa ocula 4vra."� Cmrn,,��al `4 7 $30,05 SY I' C Em e Cellic Km)'(s F I e x A i e�P. Cu,,F i c,-j $48 "z'S 3 1 3 4 1 S"Y '"r-urkett Pa�7,E,4 4212 Updated 03 2025 Sourcewell Contract # 061 323-TFU exp 8/9/2027 Tarkett Alhance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Auc;,ust, 1, 2,026 - MODULAR&POWERBOND -9777-77777 ffisolowlt Off StylsOode 1 346 Description Socking Beeklm Descri Cl ption testPrIce, Member UOM Code U*V"Co i Pr'we Ptir uOM 1(r89 Cellic Knots C R Flex A rO�/ Cus'i*!'-r RS S 4 19 9 3 4% $3163 SY I 1(5 8 rg Ceffic Knots m Pow erbond Cus)"Idon S4 1,67 3 29/r, $28,36 SY 11689 Ce�fic Krmts V R Povverbond Cushion RIS, 42 98 3'1 11/,l $219,65 Sly, 03974 Dty Wa�k GU ethos(W) Modk,Ow vvith Ornr0coW $40 55 4 2"/o $23,34 s Y 03974 Dly Wal!k CF FIEDx Aire@ Cu^hP cm 541.B7 41% $24,63 SY 03974 Cly Wallk C,R Rex A reCk,C,Ushion RS $43 19, 40% $25,92 sy 04628 clode GU ohosR Mc6Aar w�th Ornr6coat $93,20 4 el 5',; $49,90 SY 04628 Code CI F Rox A reg Cushrcarrf $94.51: 46% $51,119 SY 0462 8 1 C,,ode C R �Flex Ave(�,, Cush6cn RS S95,82 45% $52,48 SY I'1644 c6or spectrunn H Ca LJ ethos(Ct,N4odular with Orrimccal, $68 37 4 3'114, $39,17 sy, 11644 Cob4 Spectrum H C F Rf,=x AOre( Cushron sf)9 68 42% $40,45 SY 'll 644 Wor SpecIrLIMI 11 CR Rey A reS CusNon RE, s'17 0 99 4 1 O/c' 41 74 SY .......... ........................11644 C6orSpecin,frn lY N/I Flowerbond Cus` ion S 6 2,8 0 $34,26 s y I 1644 C'olcr Spect%,v'n H tllvl,FC Powerbond Cushion RS $64 11 4,1--,% $35 Sly Il 128 Cchcjrkn l &J ethlosFff: KAodu ar vvith Ornrkcal. �50,04 30% $32,14 SY ll 128 Colorkrivi CF F[ex AO'rs0k)Cushi�on $1)1 3 61 3 5 lxo $3342 SY Il 128 crolorkr'lit C. Rex kreQ D,shcon RS S 52', c,7 3411`a1;' oe34 71 SY 1128 ColcrkrOl �vol' Prwerbond C-Iushon $49,69' tad'* $29.46 SY Il 28 c1,:11crk"rdt M R Cushmon RE s El,0 0, 4 O'x, $430,75 SY I I 13 1,D I":'1 1,�J �elhcas� N4rddulw vol"! ()nmic"oat $51 5 5 3 3 81 $34 20 Sly' I'11,3 C) Colo, ,, ap C.F F I ex A jr e'(� C us!,,o $5 151 6 4 3 IS $35,48 SY I"I 13 IJ C'olu-)ar" � ; $367'CR FIeK, Ir&N C'.�s)1ci R SY 1 �,,4 c�l 41 14, $29 33 s I/301 C rVI R Pc""w('h SY (1k Tarkwen' 4213 Updated 03 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 'T'arkett Alliance Number 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 L101 CrM .11:11 a4M 4.*1 JOILI I sourcewa l Cads S Beaking LW Prict Discount Off I St,ye ' tylla DeStri i cri pton Backing Desption iust Pri,ce Member u0m code I Price Pef lurim 11614 (""Onnecl Fic"It GU @thOS8 MOdUlar vvItII"7 ()r1j'1nIr'jjCr Z.Ift 3 4 .3 3 ')1 $23.84 Sly 1-16114 Connect EdIt C U: Flex Air Cus�,Ilon $35 65 29% $2513 SY 11614 Connect Edit C Frk ex AireCk Cushion RS $3 6.9 6 2 9 $2b,42 SY 118163 Cont"wIclied Core Ml Powerbond (�ushron, $44,81 �3 3'N', 530,10 SY -i 111863 Connecled Core NA R !Powerbond Cushion RS $416,12 32'% $31�39 SY I 1132'8 ConfinUU71 GU elhos@, ModUlar wIth C)mmcoat $66 q2 4 $40,29 s Y A,1,57 s Y 11328 Conlinuum CF Rex AlreC CushIon $6�`i 24 399�, 11 ,,3 2 8 Contrnijurn CR Flex Airelt Cushion RI; 6F.515 380,,,,, S4286 SY .......... 2 2 B C I jij rrl M Pmerbond Cushilon $61 91 44% $34.93 SY 11328 COT'011%Urn M R Powerbond Cus,,,�"Ilon Rs $6322 4 3% S36.22 SY 11570 CoIdeld Clolh (3 LJ elhos:CR)Modular vvith CrnnIcoal $42,54 33% $28,40 SY 11570 Cc)rded CkAhl C:F Flex Aire(,Cushion $43,El 5 32% $29.69 115 70 Corded Cdoth u.;1C Rex ArOr Cushrion RS3 $4 5 16 31% $30'98 SY I I!"I"D Corded Doth V Powerbond Cusl'Oon $36,13 31"k, $25,07' SY 1,1570 Corded Cloth MR Powerbond CLIshIon RS $37 44 3 0 $26.36 SY 11577 C,'o r o I l a ry GIG ethos(q,,Modular wqh 07mirc)at $5 2 8 B 41 $31 23 SY 11 S77 Ccrc)llary CF Flex Alrle@, Cushkn, $54 1 C) 4 0 IS'3 2 5 2 SY I 1 1.5,7 7 C'cvcfflary CR Rex AdfOEr CLlSl1l(.)I"1 RS $5 1.", "'1 Oj 9 $3 3.C811 S,Y 1,577 C C) l I a'j I-Y N1 Pi�)ivvetond, CLIShI09 S4- -77 3 7% IS 2 7 3 7 SY E 08 3 b $28 66 I-1 5,7 7 comllary 'A IR 'Powerbiond CLIShIO"! R S S 4 15 SY oat, s 9 31 9" $55 63 1300 �21 cor'e'lale GC ethos',' Mc�dulk',�rv,Ilh Orn 4 0%l SY' 01957 C as y("!Y n L J ethosg llAc�all with ',5'F',' 42 4 5 4 5,6 Sly. 01 9E7 C @,y cn CI" 1 la.N AreO Cushlo'l 8 4 7,� 15 $46.89 SY sly C R� Flex AI�eg RS 0 W'i,, $4 8,"1 E� or Pa'r le� cl qTarken 4214 Updated 03 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPIW. SPA Required-Contact RBM Valid to: August 1, 2026 [#I 0I CRI-4:1th'i "1*1 f �"t off I Sourcewelf BdackhV, 1 DWO UOM I Style Code Sq*DescrIption Membef,Backing Descrip0on LW Pries 00de Pirve Pet UOM 019 E57 Crayr,rn NA Pcvverbond Cushion $1,56,48 4 5Yc, $36,, S,Y 01957 Crayon MAP" Powerbond Cu.nOkjn FRIS S6T79 1 4 59t $37,160 SY 117",'0 C!feate Mance G U ethos(k with Omrkoal 1$4C,43 37% $29 41 SY '11770 Create Balance CF RexAO'e( Cushum $47 75 6% $310 f-A SY 77 0 Create Mance CRI,, Rex A re+ CU&)�Orl RS $49 06 35% $31,98 SY I 1770 Create Batanr,;e M PolNerbort Cushion S42 88 345k, $28,40 Sly 11770 Create Mance MR Flowerborid CLIShior, RS e,3 4 419 3 121% $29 69 St GDO"78 Create�rnpacl GC ethos( IAodLflW-VVIth Onlfli=at $5546 36,14" $35,5 SY I 1"7 6 9 Create Purpose G J ethcsE ModUIar Mtt) $46.43 37% $29AII SY 11769 Create Purpcse CF Rex AvO... Cush(on $47,75 36 $30,69 SY 11769 Cn:�ate Purpose R Rex Aue(F Cushion RIS $49,06 35% $31 98 SY '28,40 SY I 17(59 Create Purpose M Povllevborid CUS1G01 $42 88 3 4 S 117 69 (C eat,e Purpose, NA R Powerbond CUshi,,,)n FRS $44 19 33% $2969 SY 11'7 71 Create Space Calr OicsX WdW-ar m1h Orrmcoal $116 43 37% $29A1 SY I 1''17 1 (,','reate Space C F F'ex Aveg CUshgon $47 75 '36% $30,69, SY It 7"71 cre'we S1'xace CP �Pex larrara,, Cushicm RS S49 06 5 11& $3148 SY 1'771 jCreatle space 1,,j POVyu:rt)Ond Cushion $42,88 34%, $28.40 SY S44 19 33% $29,69 SY 1 771 spw'e NA R Powerborld GO 80 C,eale Unity aiC, 42jh6 w^vi.°ri ktjociu�ar Mth ()m,vcov� 1 $55 46 2,6 $�35 54 SY 9 crealE v,�S�on G ethosl� IOMMCO2�1 S 5,F,4 6', S 6 131e: $3554 Sly' 11848 G U et h os41 tv cg�"i j I 0 n o S4 8 I 332115 SY Z 8 U j"i a'�("', G!q vv t I I% $3344 I (:F F"I r,x, A i e C�j s i cp j $4E 71 9 SY 8 M mlv�� i H Cuit!'vole C CR I F (ix A°efY'w,'P C.G.;�ai',ii S S 31 $34 72 G U, ethios� vviv� Olnnicaal S 51 U, 7 4 (3) AL& Dag Tarken 4215 Updated 03 2025 Sourcewell Contract # 061323-,TFIJ exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN.- SPA Required-Contact RBM Valid to: A ust 1, 2026 MODULAR&POWERBON-6— sou�rcowol ftfo Code, Stop Deseription gooking I Backing Description List Pdoe 0140"At Off Member UoM Code Uot price Pke ,4 iJarM 4w001 0 D oub e Bc,,ude CF Flex AOeW CushCan $52 03 4 0 9/r, $3 1 23 S y A 0010 Diouble ER,,rude C R Rex kt,e@ CUSNWI RS $53 34 3 95":, $32,52 S y 3a001 0 DouNe Houde M Polwerbond Cushion $21793 4 4 $2E66 SY 4a001 0 D o Li b B oa c e MR Vlrziwerbond Cush ,n RS $419 24 43% 14�2T95 SY 11366 Eady Bloom G U ethosg ModU r Wit 3"bfTV1o1CC)M $65 53 41% $38�,59 SY 11366 Eady BkDor,n C F Rpx Alwk,Cushion $f 6.84 401,1b 87 SY 11366 Eafly Bloorn CR Rex A0,0S)Cush0ru RS f,8.,1 6 40%. $41,16 SY 11366 Early B oorn M Power and CusNon $57.85 44 $3 2,46 6 SY ........... I 1 17,36b EarPy B oiorn MR Povverbond Cushuon RS $59 17 4 3 S3375 SY 11573 Earthbound GLJ elhosCk Modutw wifl,,u Crnnr coat $4944 3 8 $3066 Sy 11573 E a YV"i t our d C,F Rex AOre C.osNon $50,75 3 7xb $31,94 Sly' 11511733 F,ar-thbOLP)d C R Rex A" ret,CijsNon RS $5207 36% $33,23 SY 7 573 Earlhhound 1' Poviverbond Cush on $4289 36% S27,31 SY 111573 Earthbound MR Powerbond Cushion RIS $44,20 35% $28 60 SY 11734 EbNnig 'Kaves G U ethos'lRI ModLJW'With Ornnucoat $4994 3 532,43 S Y ..................................................................--............ 11734 Ebb ng Waves CF Rey Aiire(,F CUsNon $51 25 34% $,33 72 SY I 17,3 4 ftdng Waves C R Ro, Axreg 11„ushion CIS $52 56 3 3 $3501 SY I I T`34 Ebbing Naves M Piovo,�rboriid Cushion �4 6,17 $30,68 SY 117'34 Ebbinic., 4,aves V'vg,R Plowerboncl Cush6on R $47,48 3 3 $31 97 SY II V51 5 Edge Edil, G l Modu1ar vvrth (Drn'Itcoat $�S4 3`� 3 1 $23,84 S y 2 Edit F I 1 "25,13 �S Y 'I(' 1 5 Edre, -, IF lex AJro?E Cushio,n E E,5 9%r� 11 t"I 5 Edge Edit C R Flex Aire�P CIUShfOrl R S c,t6 13 2 9'k $2,1642 SY ................ 11I.75 Edific,,e G U e hosg MooujOar ,woh Cn,-�nicoat 6 4 0 4 38% Sy I ci i r i c e C,F Rex kre( Cushio,,, S0,75 ,35 3 7 1% $41.14 c,f 0%'Tarkrien 4216 Updated 03 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027' Tarkett Alliance Number 168119 'Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: AID Est 1�2026 MOMLAR&POWERSOND outSourceweR Mise sly le s"%u0seription 'Backing DOWAPOOM List Prk* tw,Pdce Member UOM i T Noce Per UOM I 1V75 Eddlice C Flex AirerR.; Cushnw RS $66,66 3 f. $,42,42 SY 11175 E df i,c e: M Po verbord Cus�,,Moon, $5T20 41 $34.103 SY 'I I'1,75 l MR Pow erbvid Cushton RS $58 51 4 $3 5,32 SY 82384 SY Electrilc Edll G J ethosO ModLAar with Omntccat �34 33 Elecvlc, Edli C F IFlex km@ Cushir:m '3 E, 65 29% $2513 SY 11 16'111 1 Dectrlc Ec-fil CR Flex AaTe(f,C�.,ashlon RI 'S 3 6 96 29%5 $216,A2 SY 116010, Ernahr* GLJ ethosrE Moduw ar wt1h Drre=al $51 47 37% SY 11 600 Ernallne CF Flex Alreg:Cuc,,O-Oon $52 79 3 533,73 SY 1'1 6100 Ernallrl�e CR Rex A rerk Cij,,shicn RS $54,10 35% $35,02 SY 11600 Err,41lne m Flcwerbo id Cushlon $4542 36 529,24 SY I'I F",00 FMZahn(? NA R PnvvertGand RS $A6 '74 3 51%, $30.53 sy, 04119 Espartr., GIU ethcs@ ModLOar wlth Drrm�c�oaf $76 75 4 1%o $45 46 SY 04119 Esparto C F. F I le x F:wuce @ C u s h I a n $78 07 40% $A635 s Y 041191 F s p a r I o (",R Flex Alre(Ns C%jshlon RS $79 38 39% $4804 s Y 04119 Esparlo VI Flowerbond CUS�'UOrr $66,27 42 $38,25 SY 04119 Espw,w PAR Flowerbwid Cus�,k),) RS $67.58 41% $39,54 SY 111498 Fabncale GLI eO cs@ Modula� M h Orww:cat S56 24 41 9"L $1102 SY '(1 A 98 �&t-)riCaIE C F FIe,,y Apre(R 11",,ushion S5,7 5 5 40 $34,31 SY I 14 98 Fabr ate C,R Flex A,ireT Cushion I,RS S,5"'1" 1111 6 4(1,'N; s Y I 1498 Fab,i(,.afe M PovvepI1cnd' SE,,,2-5 I'j 4 $30 01 SY I 498 Fabi,�ca9,,,-., P:ovo-- bond Cusijion F,,,S,, S53 19x`, 4 2 $,31 3 0 SY, 51�'18 F a I�c,�v G, 0 LI YI 0 Mlocul�n? 'A"oh, O,n')fccat $EI 47 ,foci S32 45 SY z Flex $52 79 'S $3173 S 1"311 Ovv C- (")(j rI d CJ Fk y Dush[( r, R"', S 54 i C as 02 Tarkeu 4217 Updlated 03 2025 Sourcewell Contract # 061323-TFLI exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Auq2st, 1, 2026 MODULAR&POWERSOND inking Ov StYlo rion 7LIt Price sourcewell 016—mun'To Off MC Style,Code Dosvr4AW 'Biscipt 'Osber � UOM Code Ust Pdoe MCC Per UOM 8 F�,,�hcw Ground NI Powerbond Cusinion $43,69 we;Irl,', 28,43 Y i F $29, 11 598 orm G round PA Ft, �Plo w erbcd Cijsh�on R nS 'S45 20 3 4 o,,, '72 SY G 1.)D912. Farnihar Refiection W Powerbond Cushion $5 1,()5 32% S34,93 SY G0092 Farnihar Reflection M Hh Powerhond Cushion RS $52 '37' 31% $315.22 SY ,r,)33'77 �Field Day GU' elhoO)Batt dLflar ww ithu Ornnicoat $64.84 11 43% $37,09 SY 03377 Tueld Day CF Flex Aire? ushik)n $661,15 11 420,; $38-38 Sy 03377 �Field [)ay CR Fi1ex Aire(R, Cushnon PS $6746 411'k. $396,7 SY 03377 Fi6d Day M Plowerbond Cushion $57 16 4 $31 AS SY 03377 3°i6d Day MR Povverbond CUShicn RS '.'3 5 8,47 44% $32,74 SY, 11612 F1Iarne Edt GU ethos(k Moidukar with Ornnicnat S3 4�3'3 31% S23,84 SY 11(,17 Fiame Edit CF Fk-x kreri,' ,Cushk.m SH 65 2 q)%o $2 5"1 3 y 11612 Fiarne Edit C R F,'iexAire(F,C,ushion PS 836,96 2 9 9w, 26.42 SY I 1861 Frarne T' M Plovverbornd Cushion $4481 b2 11cx $301 E.3 Y I 1861 Frarne"heory M R, Powertiond Cushion RS 't,w 4 6,12 32% 531,3i9 SY 11862 Functk)r Fmind M Flowerbond Cushion $4481 33% $30,10 sy —- ............. I 1862 Furiction FOUnd M R, Pcwerbond Cu50,won I 15,11 Gabardine GU eliiosg ModiAar wlOi 0'r'rV coat $50 619 3 8% $31,219 sy I I 11'I Gahardirie OF Pey,km@ CUShi()rn $52 00 1 374'ira $3Z57 SY I I S,1 I Gabardine CIR FIex AiTeg Cushion RS $53.311 36% $3�3,86 SY 1151 11 Sabari,,Jine F110 Pow&t�ond C,ijsh�on 4 9 2 3 4 0 W, $2969 SY 'I 151 1 i]!a 1,,i a d i n e Mf P, Flowf.,rbond Cushion t.t. $50 54 3 9 $30 98 SY GU ethosg MmJularvovri W,,'�(4 3 6"'C' 11 S30 45 SY 10887 G k f .......... ............................................. 81,r"17 G k i t C'F F 4I x AirO Cushion S49 15 3 $31,74 s Y I CS 87 Geaknit C R Pex Airp,0.,( Cushion Mgr, $sc; 46 35% $33,02 Y Page '0 cy ,57 Tarkeu 4218 Updated Q3 2025 Sourcewell Contract # 06,1323.-TFLI exit 8/9/2027 Tarkett Alliance Number.—1 68119 'Tarkett Resilient NPN: SPA Required-Contact RBM valid to: August 1, 2026 MODULAR&POWERSOND sourrewe I SWe Code SWIs,Desolption Bwklng7, booking Desa*tlan Ust P"" Du"Um Off Member u0m Uall Price Code Price Pau UOM 0887 Gecknil NA Powerbanid Cushion $48,95 A 1 $29.01 SY I 08( 7 Geckrdl MR Flovverbond Cush= PS $50,27 4 0%, $30,219 SY 52% $39.41 SY Cl 2 9(5 9 Gricl CveHay tl� GU kthosf& W.,�dUlarvvith Omriucoal W 4CT 02911691 Griid Dver ay H CF I Flex Avvr,@ Cushkm S82 71 51% $40,70 SY D 2 6 9 Grlid Over@ay H CR Rex A reE Cushion RS $84,02 50% 47,199 SY (72969 Gr d Overle, Flowerbond Cushuon $78 '14 5 8%, $3306 SY y $3435 02969 Grid Oveilay it M R Po werbond Cfas�,,On RS 7 9 4 6 57% SY A0043 GrOLInded Haarn,,iony GL) elhosok' Moclullar vo th Ornnucoal $6110 31% $42ZI SY A0043 Grounded Harrncriy CF Rex A re Q CUShK)TI, $62 41 30% $4 ,59 Sly' A00,43 Grounded Harrnony Cs Ft Flex Aire( CUshion R.S,' $63,72 30% $44,88 SY 4ID043 Grounded larrnony BV FIowerborrd CU",�N(Yl $91t, 57 j 3 1 $38,7'8 SY A0043 Grounded Harmony MR Flowerbond Cushion RS S57,88 31% $40,07 S Y `ll 638 Guzird an NXT h G U elhOSIf',l NAOCIUlar Wqh OrTOIICCal $48 65 34% S31.98 I 1638 GUafdian NX7 k (".F Fley, A re(k CusNofr r.,419 9 7 33% $33 27 sy I 16122 Guard ,airi NX-T H CR FVex 4drelt Cushion RS $51,28 33% $,34,56 SY 11638 Guar&an NYI 11 m Prjvvertmnd Cushion 44 11 3,2% 1 $2 9,8 3 11638 GUW6an NXT H MR Powerbcru d (Cush!h! n RS $45 42 31 9/�; 1$31 121 SY 04213 Hal flone GU ell-tcsg N4f,,IdLfl8r VVICh OMrk,'O.A $7 SAI 4 6 $40,54 SY Halflone C'F F I e X A,u r'P rl (,Ll S h 10`1 $76 73 4 S41,83 s Y 04' 13 H a,i ft o r,e C R, Flex A� eS C'LISh'HOT R S $78 D/I 41,S% $43 12 sy D4',,l Halfl,-me rl� �Dovveti�md' Cushion 4 7'% $3735 J 41 2 1 Hel( orie N4 IR' P'DVVEM t)()rl Id CU S'hV C f-'�S S 71 C,5 $38 64 Sv )2 6,6 H G C elhosO, iAoilnk,Jlz!, vv�t,,, C,I,M,C,)at $E-7 51 4 5 $37 22 SY FiEx Alre"IA cusl," on 8 Is 2 S38 51 arkeu A-A. (;kT 4219 Updated 03 2025 Sourcewell Contract # 061323-TFU exp 8/9,/2027r Tarkett-Alliance INumber: 168119 Tarkett Resilient NPN: SPA equine Contact RBM Valid to: August 1, 2026 1 Tl M 0]W-1*11,11 OITAIi 0 1*1*1 Z 101 sourcewof Stoo Desedpol on ust Member, UOM SmOke C�*"do anking Defawdon Price 00", Price Per UOJM 0 3,3�6 6 Haphnard 11 7 F1ex goreQ? CUshion PS $70,14 4 3'0/o $39,80 SY (L3366 Haphazard H NA Pcvverbornd CUSNOTI $ ,1 45 4 6 11& $33 06 SY (M66 Haphazard M MR POVVEHtornd CUSI')On RS $62,76 45% S,34.35 SY 0 0 61 p-fidden Arbw GC ethios(F Mo&flar with Oinrkoal $66 84 29% $47 56 SY 11836 Hopeful Energy G L11 ethos@ ModLflZit'W th OMII=31 S4,13 77 3 4 $3026 S Y 1 E CF� F�r�,1 ll 13 h Hopefu� Energy x Airet CUSh!Or� t)41'.OB 3311/0 S27,54 SY 11836 Hopeful Energy C1,R Rex Are(6, Cushio w F,tS S48 39 3 2 9'r':, » :-8!3 ",'Y 116011 dyNhc Landsrrape GLJ Modijar wllth On,rdcc)al 47 3 7 91,o $32A5 SY 11 ED 0 1 kiy he Larudscape CF Rex kre(E,D,,rshion $52719 36% $3373 SY 11601 kdyMc Landscape CR Flex kre" Cushion FqS $54,1 G 35% $35,02 SY I 16CI IdyMc Landscz�pe M Powerbond (.,'usNcn $45,42 36% $2924 SY I 16C,1 Idylk Landrcar,* NA R Powerbond Cush� n RS SM5,74 3 5 ri S30,,53 SY 1,1 083 6nput GU ethost kkr;dLJhar w&i Crnntcoal $4872 36% $31 26 Sy 11083 P U1 CF F po�kre(F Cushion S501,0 2 35% $32 55 S y 11083 Inpul C R Flex Ailfe(k Cushmi PS $51,34 3 4%,,� S33,84 SY 110 B"i 11 n P Ij t M Powerbond CusNcr>n $45 25 38% $28.00 SY I 1083 VnPul NA R Powebond Cush�on R,S S 4 6 7 37% $29 219 Sly 0 4 5 S 6 G L Ohosg MoiduVar ,,vith 'Ornnk roal, 131 a ID 6 42 4046,62 SY 04536 lsc C F Flex kraa,,(S S81 37 41% $47,91 ",31Y 0`4 S 3 6 �so CR Re)( Cus��,00r PS $82 6 9 4"1',,,. $49,20 SY $(� rD 4 5 hSo M Pr,),werbond Ci,�shbn g 414%s $391 35 SY hso e o n d C u s h l on Fd,S S71 24 4 3% $40 63 SY G 0 C 5"7 Kn(.A snitch G moadw AqI,,O,nricc�a ,64 7 2 2 $4 5,67 SY I'I E',2 4 Light Shift U etitcsq� v,a,) C),rjrucoal S C',2,3 4 401/r,, $37,61 Sly' ALJL Aft F"age 2 of ��a'7 q,Tarlsj%,Iwu 4220 Updated 03 2025 Sourcewlell Contract # 061 323,-'TFU exp 819/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA, Required-Contact RBM Valid to: August 1, 2026 # I sourcewell Oacking' 01wount,Off We a We SaWng Deserlption ustlpfte; Code '111st Price Prke Per UOM 11524 LJch Sht C�F FlEx Alreg, 5 t 3 0 5 3 9 $138,90 ]I K4 bglmt ShM CR, F-(ex,g re@; Djslnion RS S64 97 381% 5,4 0,118 S,y 11599 1 ush Garden NA Fluvverbond CusNon $46 17 3 4% $3M8 SY 11599 Lush Garden MR Pluvvwbond Cushron RS $47 48 $31,97 SY 11599 l..ush Garden GILI ethosA Modular Mth Drnnkcoal $49 94 35% $3243 11599 L ush Garden (,F Flex gm�e(6. 51 2 534. $3172 SY 11599 Ltjsh Garden CR Rex A reQ� cush or[ Rs S52 56 3 3 $351,01 SY 04849 MaejSTTOr17r, GU elt ara°'!+> Mocular with Drnn coaT S56 90 31"4% $34,96 SY 0484q Maelsvorn CF Rex AreQg!Cu shucm $58 21 38% $3,624 SY 04,849 Ma elsvorri CR F dex krO' Cush on RS $59,52 3 711*; $3753 SY 04849 Maelsvorr M, Flovv�,,,boncJ 1,,51 8 2 42% $30,11 S Y 04F349 k4aelsvrom PIA R11 Povetwid (%jshion RS S 53 13 4 1 $31 40 SY 11()72 PV,a r I e d 7 w e F,,,,d GU e1ncs(k Modu Fjr vviv', Ovrn=al S,55 8 5 4(Ylk, $33,69 Sy 110 72 Mar[ed T viped CF Rex Mira ra, Cushion $57 '16 9 1 S,;4,98 SY I 1072 Marred I weed Rex A ret Cushiori RS 52 47, 38% 1 $3E27 SY I 10 7 2 Marled Tweeb N4 Po w b o rB d l,",u s"i i n n (`49 78 3 8 $3075 SY 1' 072 Marled 7 wA,eec Y1 R Flovvetond (,`;uss io,,� Fa" C"19 '?7 rk, $32,03 SY ............. 113 E,5 N4 eado,w s vly eel, GU e�hos(r Mcx.%iiar MA.,Ith Ornnu'coal" S 161 F 0 9, 41'*m S38,56 S na e 0,0,C)vvs vv e e 1 a F Rex ('1"IsMm"I" 6 6f 4 0 $39.85 S Y E, hA El 8 C 0'IN S%Al E�E,T CR, F1(,sx Cusl'iic, RES, $E,7 71 99'�„ $41 14 S 13 r5 5 NI e a dc'm s vve:. k1l POvve'ibond ("'u�,"4,)Ion SE 7 '02 4 4 1�r S32,07 SY I t5 NA e a 0 Ov",s vv e p Pcvvefbonc I„'usi C, a S SIE P 43 $33 36 N/I F, 4 F:I I E $29,2B S Ca F C U S S31D 5 �`Y NA e S4t, 4E .......... I)Tarkeu 4221 Updated 03 2025 Sourciewell Contract # G61323-TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBN4 Valid to: August 1, 2026 ------------__------- —---------------_-_----------------------- MODULAR&POWERSOND sourcewell 'Off Style Code, MY10 010WIPUM, Backing Descron Lid Member Volm Prk*,Pw UOM 11686 P,,Ae,,)tor CR, FiEx Aireg C,u chic m R�!S $47 77 33% $31 85 SY 11686 t"Av'IU!�r i10 Povverbc,)r)d Cushton $40 02 1 31 rn' $2758 SY 'I I Meiritor NA R Powerborid 0,,isi,niori RS $41 :33 3 0 Ilya $28 87r Fly 04654 Metri 11 GL' ethos@ h4oddar wfth Dmiiicoat S 7 1,0 3%, $40.40 SY _746754Metrr H CF Pex Are( Cus�"iio,' $72 33 4 2'1% 4 1 69 Sy C)4654 fAet,,i I& Pex AireQ',' Cushk)r'I PS $73 64 4 2%,, $41918 F"Y 04f554 t,,Aelr I �V Poou erbor°>d Cushiori SO 68 4 1 9,i, S117,38 SY 04654 Metri 11 MR Flo werbond CUShiCn F'dS $6 5 19 41% $38,616 SY 04539t rwu G U ethcs(k Moidialof with Grrmiccal $78,55 42% $45,74 SY 0 4 IS3 9 1 Naria C F IFl�ex Aif'e@ Cushk,)n S79 86 41 $47,03 SY 04539 Narlo CR FiexA0eI.,,,,CuMori RS $8 1 18 4,0%, $,4832 SY 0 4 531 9 Nario IM PoiNpribmd Cii 55168 51 44 $38 53 SY ........... C)4!,1.)3 9 Nario tqR Paw erL KKid CUS'Oorl RS $619 62 43 5�', $39,82 1,Y 11602 Native Flora i"A Po%%6e'bvid Cushe,'_',n 4 5, 11 2'Co S30,59 SY 11602 Native Flwa M R Plcvve,bwid C Is orr RS S46,42 31% $�31,88 SY —716(r) Native F r�a C.LJ ethos@ Modular with Oninicoal S>4 8 7 4 34% 532 33 Sly I'I FI0,2 Native Fk,,ra CF !Fiey, 1, r bwt Cushecrl MCI 06 3,d1 $33.62 SY I I E,12 2 Native Fhya C"R ;Fle'x Are(' Cushion PS S51 37 3,2% $34 90 FV ly G0093 N�:, . aiy' Blerrd t'A,1 P(Yvve t)or d cus"'10'�" Is 51 0 5 S3493 GI 0 1101'.;3 N t a,I i q is E"d e N,A i-i Powe"bond &jsInjcm F?!, 37 31 S 3 6 22 is 11338 1 Ll Madujar Valjtj" r SY ',,4 5,4 t,,, 3 $28,71 3 t4 m $46'78 3 f� $30,00 Sy OfIset C P r��ex Aireq 8 C i;v' P4,x Airey C, cijicr[ �41r" bl 1, 2 5 U/c, S'30 29 S Y GIJ eihcs,'ir NAcl "ular 0,rw',oat ,4E, 7, 1 S37 26 S F'age 4 C' q ake"I 4222 Updated Q3 2025 Sourcewell Contract # 061323-'T'FU exp 8/9/2027 Tarkett Alliance INumber, 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 . ... ................ MODULAR&POWERSOND dt Clocount,Off SV*Code Style Description Code Baekling Description List Price ust,Prim Member uom puce Por U()M ADOO 7 Optic CF Flex Air'elg, C, 35% $3255 S A0007 Optlic 0 R Flex AiirreC, Cushion RS, 5' 34 34%e $33,84 SY 11085 OLitplJt G J ieRhoa.,A(, Modular vMh") Omnicoal 36%7$48, 2 $�31,26 SY "48 7 115155 0 LA P U t C Fr" P- x A0,eR Cushuon $15 0,()3 3 TY,, $32,55 SY 11065 DILAPLA CR Flex Alreilk Cushkm R S $131 34 34%, $33,84 SY 02977 Dverhay Accent H GL11 ethosCk ModuI;,ar with Crnrucoal $82,13 52% e439,46 SY 02977 Ove,,,iay Accen1 III CF Flex Aureg CUSI`Ibil 883 45 51% 54075 S, 02977 Oivei,1 ay Acc ent I CR Flex Aii,e(A,,Cushion RS" 8,4,7 6 5 0'-Y,, S42,04 SY G0065 Painted Du .;erl GC ethos@C ModLdar W0'i Omnicoal $62 4-1 33% $41.70 SY 11525 Pw,aHe� Ray G U ethosA Modular vvith Omnicopl $52 75 38% $3277 Sly, 11525 r-aral1r,;fl Ray CF Flex A rf,,.,Qq, CLJShiW'1 $54 06 37% $34,05 S)�, 1 11525 PwalW Ray CH E Iex)dire~(( C'usiuon RS $55 37 36% $35,34 SY I 1 83 7 Pew e G LJ Moidu�w,v,�iV"i D�rmicoat 845,77 34% $30,216 SY 1 183,7 P�leace C F F I ex l'alua,rw, Cushion $47 06 1 33%, 31.54 1 S Y V1837 Peace CR P'Iey kreig Cushion &-),S $48 39 3 251 $3283 1N ace M Poweibond Cush or) $41,84 3"1""1 $2836 SY 11837 Pleace" 4Wl R PC)�Nerbond Cushmri RS $43 15 31 11>ii $2,965 SY 02875 Pifr,,,,xus Coioi.,�r IIV Ll elhQS(1��MCXCILda� With C)7V')AC,CN'�1 SIP 31 6 8 4 7 $50,03 !SY I 183 7 0 C"7 2B75 Pleg"us Colow N F FIe),: Aireg Djshionlrlr u•1C1 4 6% $51 32 S"Y' 2 1"-7 5 Plimis Ccflm.,r JV I Flex AI,ei— Cushmz,,n P 4 5 $52 61 Sly 7 N Pow e,I,)o n d C u s ,'Y' H4 S 5 09°a� S42 49 SN 7 5 Plexl,�:s C'Jnjou! N, 4 4 $43 78 S�N� u, elf I� P cvv cr-,-b on d 6 i I I r-,E S c> a t,e e t c"s" , $4 C� I Gij 1� N'dh:�dul,"� vViv-, C $26,17 C P Flex Cus,jir""', 4E 31, $2746 sy TarLwrvqg7u 4223 Updated 03 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number°: 168119 Tarkett Resilient NPN: SPA Requ i red-Contact RBM Valid to: A ust 1, 2026 M P ODULAR& OWER13OND Style Codo 8tyle DesedpOon Backing DIISCOW*Off Sourcewell code �I seeking Destsiption List Price us't pffee Member 'u0m Price Per UOM 1,1 360 Resonate C R Flex r'jj,,I.I',jr'uj()n RIS $42,76 33% $2835 SY I 18 4 7 [R 0 U I�ri e Th 0 U g hi t G lJ ethosg Modij[w w,w th Ornr6c!cat S 4 6 "'Cl Fi I% $3215 SY I'l 847 3tou0ne ThOUg�'11 CF Pex kre(R;Cushbn $48 19 31% $33,44 SY I 1847 ROLAine Though-11 CC Flex A,Jreg Ushbn RS S 4 9 30% 4034,72 Sy G0097 Sacred Syrrlb,611,s GC elhos(§,ModUlar Mth 11[,)rnn�coal $6013 35% $39,261 11017 Sandblast GU ethc,-n@ Moc4,flar vvoth Drnna"cal 31 9 5 0 34% $2598 SY I'l 017 Sandbd ast CF Flex A reg CUSl'60rl $410 82 3 ok S27 SY 11017 'Sandb ast C R Flex Aire(E)Cushion RS $42 13 32% $2856 Sy G00411 Savaril G,C ethos@,, Modu[ar with Ornr,Occat $73,257 44% $40,85 SY 11442 Saveur GU eihosCq,Modu4r v0lh Ornnscal $4En 64 1 40111,., $28,17 sy, 114 42 Sa'veUr C F Flex krelt,CUShiorl 47,9 6 i 39%,,, $29 SY aveur CR FVexkre(R,CusNon RIS S49 27 3 8% $M75 sy, 11442 GD 0 9 8 SentJrnerital Matt GC elhovl ModLflar Mth Orrlr)uCOaI $60.23 35% $3926 SY G0094 Shared MJ Prmertmr-id Cushuon $51 05 32% $34M S Y G 0 0 94 Shared R tual Mj l7,owerbond CCue,3mnn RS $52 37 31% $36.2C3 !SY G0099 S�,Oted'Trzins�fion GC elhc�slk)Modular Mth Orrv,Ocoat $60 23 3 5 $39 2E5 SY G0051 Sheared He',rringbone GC e1hosg Modu�ar Mth OmnFcc)al $62 95 3 43f, S41,39 sy I 1661 Sky Atlas GIJ ethcsQE; M(,')dUIW With OTWOCOat $40 00 37%� $25M SY 'I"']b 61 Sky Atlas F Flex Atre(S Cushion, $41,K 36% �26 37 SY I I 6EI S�,,y Atlas C R Flex Aji,e(g Ci.Ishjon RS, $42 t`i3 42-7 66 SY rl-01 C',0058 Skyward (3 C" (-'IhOS' N40CILdar IMVI $63 64 3 7 $40.40 Sy, 1147 2 Soundbock G U eiJ-roO�. Mr,tdUIOH r,'Tnn[coat S 6 1 "1C 395j� $37.41 Sy I 147 2 soundbloc'J", C F Al (E4, CUshOcri S62 43 3 $38,70 S y "1472 Sox �,j r b t r!�)ic k C R R6X 14,S 15 IS13,19, 99 S y 0 P rkeft a,,f, )f,, c;' 3 7 D i a 4224 Updated 03 2025, sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid W-August 1, 2026 -------------- MOD POWERSOND ,$count Off soumewell Backing' C,we Backing Style Code Style Description Desex1 ption, Ustplict I Member wm Ust PH" I j phze Per Uom I'll 472 SOUndblock I110 P(mverbond (.%lShIM1 El 41% $3 0 62 SY 11,472 Soundbhack M R Pc vverbcmd CUSh*-) EIS $52 87 4 C%n $31 90 s y 11578 Spn Off (3,U etNI)s@ WdUiir wlth OrTwiIicoal Flo 41%, $91,23 SY T 1578 Spin Off C F Rex kreig,Cushlon $54 19 40% 3,2 5'2 SY 11578 spim Off C R Flex Aire(s,CLIshlon RS $55 50 3 9 9/c, $33,81 s y 115 78 spM Off Iv Flowerbond Cushecn o(43.77 3 7 0/, $27,37 SY 11578 SpIn Off M R Powerbond Cushiort RS $45 08 3 6%G $28,616 S y 11364 Sr.flendor M P,Icwerbond Cushlon $57 (.37 44% $32,45 SY 113 f5 4, !Wendor MR ID,owerbond Ckjshmn RS S58,198 43% $33 73 SY i Spring Step $3833 SY I 1361 G U ��IhOS@ IVOCILflarwilh Ommiccal $(J8 03 43 0/f 11361 Spring Slep C F F`ex A,Ire( Cushlon S,69 3 4 42% S4002 SY 1136 1 SprIng Step CR Flex Are(F,Cushlon R S 42`/&, $41,30 "sy 113 fl)"l Sprmc SttwJrl N4 Powerbond CUShIOrw $60 31 416%0 $32 56 sy 113 61 SpringSlep m Fq Dowerbond Cushi(�m RS 61 6 2 4 5 $3185 SY 11 ET49 SqI are Up 11 is ethos(A IlAoddar vmh 017-micoal 8 88 391 $35.68 SY 11649 Square Up H CF F I e x A re 9 C,L,l S h�C) $60 19 3 9 51r $36,96 SY 11649 Square Up 11 C R, Flex AIre(F, Cushnw:m PS $61 50 38%, $38 2:5 SY 11649 Sqr,are Up H KA Plcwe t)c�md 0,ishion $L:'� C 41 $32-62 SY "I 16 4 S�1,q u a rp U p I 1 11,01 R Povverbcrnid Cushion RS $57 C-1 40% $3196 (;y 1I z f 8 Starnp G U e t-I o s NI d I')l d- vv I m,imcC':ka 3 21,1% $25,99 SY 1 8 St@mp `F F I e i e q C Ij s o 28 !S , Stamp, C',P e X I e Cijsh�c"n k's 8 s i 511, 31 S28, 57 SY C 2,9 72 1-Jt re,�VicsA I,Aoculw Cmmcoal $4(1 4 2 34 SY I r e C,t L It e C:1= 1 C X l r erI C Ij S sz4 C 2a.`';a. $2TH 4225 Updated Q3 2025 Sourcewell Contract 4 061323-TFU exp 8/9/2027 T'arkett Alliance Number 168,119 Tarkett Resilient NPN.- SPA, Required-Contact RBM ............... Valid to: August 1, 2026 MODULAR&POWROOND Soureewell Buking Obcoum Off Style Code stfie Deswiption Baoklrq Description Ust price Member UOM Code Price Price Per U0101 03972 Street Life 7r,�CR FlexAvre(R,Cushuon RS 4,j 18 4 0 $2592 SY I 1449 Substance t elhos8, Modul,arvvlGh Ornnlccat $3487 1� 3 13%, $23.39 S,Y '114 4 9 Substance C F Flex Aire(,' Cushion $41 87 41% $24,63 SY 11449 Sijbstance C!R Rex Aire@,CusNon RS $37 50 3 1 IYO 032547 !sy I'I 5,2 1 Suede Tones GU Ohos@ llvlodLOar Wfth Ornrflcoal $55.44 35% $3 6,31 SY 11531 SUede'T',u:)nes CF Rex 4weOd CLJIshson $5 6 75 34% $3T60 IS Y l'I 5"3 1 Suede'Tcnes CR Flex Alre(F Cus�,iion RS S58 06 3 3 S38 88 SY I 153 11 S'uede Tcne%s M, Powerbond Cushlon $49,32 tat'tat'1, 133 Sly 11531 SLjede'Tones KA R Pooterbond Cushion RS $50.63 32% $34,,62 SY G0038 Surivner WaIk GC elhcs(k Modular wlth Dnrkoaf $83,17 3 8 Ilk $51,81 ter Y G004 5 E.'wweaW KrO GC' ethosg ModUlar vvllh Ornnk',,oal (5,7 3 47% $41161 SY -11047 `:1`3ii[abus H GU ethoOC Modular wlth Otnnicoat $,57,18 '% $35,57 SY 11647 SyNabus 11 CF rlex A reg Cushlon $58 50 37% $36.86 SY I 1647 SyHabus 11 CR Rex Aiire(g,, Cushlon FRS S,503 81 3EA $38 15 SY 11647 Syflabus 11 NA Povverband Cushion 5 5, 2 7 4 2 $32,83 SY 1164 7 S�'d[abus H INA R F)oweft nd CLJSIIK)rV RE' S57 58 41 flY 34,12 SY 04120 Tenor rv, GU e1hos(R. Mo d,ilar v0lh Orrrrkcoal $76,75 4 flit $45,46 ISY 04120 Tenera C',F Rex Aire( Cuslvu rri $78,07 4 0% $4675 SY 04120 "1 ener a C P Flex AlreR CuViio Rr'," $79 38 3 9r1ie $48,04 sle !D 4'l 2,,0 7 e n e i"A Ptl,no,,erborid CLISNcri 6 2 7 4 2 $38.25 SY '04120 Terie Pe�iR poC Nerbr,nd CLIShlCM R, (5 58 8 41% $39.54 SY 11129 T ex t u r e ri i a p GU etnos(k Ylindular vvj,,�j 55 51 8 3,8 1r11'1 $34,20 IS Y 11129 T e xi,GIV e w n a p CF Flex Ai'rk4 Cushoc,i 5 61 9 0 $35,48, E Y 11129 'Textw ernap CF Flex Al eig Cusjh�cn P''S $5 18 2 3 1% $,'3 6,7 7 SY' .................. (I)Tarken'l 4226 Updated Q3 2025 Sourcewell Contract # 061323.,TFU exp 8/9[2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required--Contact RBM Valid to: A!L MODULAR&POWERBOND Souirrewefl Style Code Stoe Dowrtptloinj coft1 ;t Pike 4 it Member u0m W Price 1price Pew e40m I"I 12 9 7e)ourerriap Cushion 4 4 41 OX, $29,33 SY II'I 2q 'T'extu rnap MR Povverbond CusNon RS S 51 25 4 0%, ISP 3 0 62 SY_ 11569 Thread Craft G Ll ethc"st; Modulai, wth Crnnicoi $52 4 7 35% $3400 SY 11569 Thread Craft CF Rex Aure@;(Dushicm $53 78 34 9% $3529 Sy 11569 7hrread Daft CAR Fr I ex kre ICijsNon: RS $55 1 c�l 3 4"Yo $36,58 SY 115(,19 7hread Craft IV Pow(-rbond Cushicin $4544 3 3 $30 62 SY .11 569 Thirt,,,rad Craft M R Powerbond Cushoon RS $4635 32% $31, 90 S G009 5 Tirne Abstractir,)n NAJ Flowerbond CusNon $51 0 5 32% $34,93 SY G0095 Time Abstracbon MH Powerb and Ci,.ashaon RS S 5,2.37 31 $36,22 S'Y' 1 816 Transcend Edit GU ethos@, Modi,flzv wilh OrnnicoaI $34 K '141% $23,84 SY 8,I IE" "r r a n s C e n cMw E'r"d H I C F Fley Alr6,4 Cwshicyi S3 5 Fry 2 9"'J, $2513 SY 11816 7ranscend Edd, CR Flo A,Iir(?( D,,xsNir,;,�n RIS $3E" 96 2119 S 216A2 SY '11817 7'ransrnu4e, Editi GiJ ethaO Moduiw with Orrmicoat S34 33 31 $23 84 Sy 11817 7'ransm,,Ae Edil CF Flex Aireg CljsNon $35 65 2 9 $2513 SY 11817 Transn,'wle Edit CR Flex Alre((7, Cuishior� N.'?S S36 96 2 9%,, $26,42 SY Transpire Edit GU elhos@ Modiflar earth Omnicoal $34 33 ,31 $23,84 SY I 18"18 Tjr,,:'mspie E61 C F Flex Aire@ Cushiiori $"'15 55 2 9 $2513 Sy I 18 18 Transp i:�e F& V lair Aire?( Cushion R'S S36 96 T:"7'7v1a, $2642 S y 114 ;9 7ransporl; 1161 j etlics Modular'ovith Ornnicciat 15'34 33 31 $231A SY ,I I 81 G, Transpor'T Eclit C F Flex (_',ushion $35 6"', 2 9 $2 5 13 Sy I 18i1 Tans��'�1orr Edit, C R Aire( Cws io F-,,S S'3 6,-'a 6 2 19%a $26,42 S'Y 1 1663 "T u n C a F� o'w e G el I,cs'iT )Aoc;ula k"i e, $31,45 Sly, Flcvw F Flex, kre'4 !S.,, 54 ",?% $32,74 SY "I I Lm c "o"e, C P. f-I e x i e Cushiv- PS 3 F, 7 TarINCIWIR 4227 Updated Q3 2025 Sourcewell Contract # 061323-,TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett, Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 MODULAR j&POWERSOND Backing viscount Off cur eewe ll Sty)*,Godo gtyte Description Backing 004cr1ptle" Ust''PrIce Mernber U01M owe ust,Priem Price Pw UOM 11663 Tundra Rower M Powerbond Cushion $45,36 35% $29, 56 SY TUndra Floww �l,,A R �Pcwerboncl CUSi"60r] RS $4667 1, 1 11663 34% SY 11527 TwW GU ethcs@ Moiddar wfth 0-nnicoat $5028 3 8 1/o $31,39 SY 11527 7wdl CF Flex Aire( Cushaon $51 59 37% S32 68 SY 11527 TwWi C TR PU Aire( Cushion RS $52 91 36% $3396 SY 11527 1 vAll M, Powertmnd CM USNOn $49 98 41% $29.164 SY 11527 7wih MR Powerbond Cushion RS $51 29 4("M $30,193 SY G0074 VeNed Grove GC ethos(g Modular with Onvi�coat $7'1,58 33% $47,82 SY 11838 VbratHcjn M Polnerbond Cushiori $41 84 3 2 $28,36 SY 11838 Vibratlon M R Powerbonci CusNon RS $43 15 31 11/4, $29 65 sy, 11684 Visua1 P,& G LJ ethos@ ModuBw with Ornntcoat $4515 35% $29,28 y 11684 V,',ual Path CF Rex A�re,(R Cushk--hn 546 4f.,, 34% $30,57 SY '11684 Visual Path 733 Rex A reg CUsh*n RS $47.77 33% $31 85 SY I 161.34 Vsual! Path N4 Powerbond UsNon $4002 31% $2758 SY 1 1684 Visual Path twt4y Power'bond Cushbn RS $41.33 30% $28,87 SY 11367 ffirding IVVay Gi,l ethosCki Modular vvtth 1Trnr6coat $(3 6.3 3 4 2 0/o $38,63 SY 11367 ffindrig VIVay (,',F Rex A ret Crush3 cn $E",7 64 41% $39,91 1 y I 1367 Winding Way CR Rex AJre(q Cushion R,S S68 96 40% S41 20 E,y 11367 Vwund ng Vvey NA Prowerbiond Cus" ic 'I y) $55 8 r3l 2 4 $32 51 SY 11367 Af�n61n7 Way P,V R Powerbond Cus"ijon ('.hS $60 23 44%, 8 0 SY �'3( 09F 'vIVorldl) 5 y Essence GC ethos, � NAodu1w v0lh $60 23 3 5 $3926 sle Freight F reighl r"R Mbdu� af o Pi�wow b)nd 8,.ic4�ings N/A N/A D 0 S y Page 2r", CI�I rkett 4228 Updated Q3 2025 Sourcewell Contract # 061323-.TFU exp 819/2027 Tarkett Alliance Number: 168119 T'arkett Resilient WN: SRA Requine -Contact RBM Valid to: AwqMst 1 2,026 FLEXIBLE STANDARD STYLES roo PerUOM Sao Description socking RacktrV D"eription Ust �04 I Ojowult Off Mernber UOM Code Code rLT Ur vw es Rexbe Standwd , Ethos GU ethc s'f Mocfij�ar wrath Ornmnodl V9 ',5 319,, 5450 SY varies Rexbe Stw dard , Rex Ai oa SCR, Flex Aire( Cusmon RS $8043 31 $55,50 SY 'varoes Rexbe Standard PB M� Powerbond CushP ian $79,15 31% 554,50 SY vanes Rexib Standard PB RS MR Powerbond CushFori R!S $82 T," 31 1vo $57,50 SY 05164 Aragon BVue Shadow MR Powerbiond Cushion RS $61 15 1 24% $46,20 SY 1carken 4229 Updated Q3 2025 Sourcewell Contract # 061323,-TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett, Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 Sourcewell Styie series usuprice Member UOM Wurriber L W, price Price lPeir UOM N 513 57 2 Adaptt (SUreSel) $8,11 27,91% $5,85 SF N'1512191 Contour, $7,73 31 03% $5,33 SF N51 8360 Even Rane $9,24 5 0,9 4 $4,53 SF N5121 87 Event+ $7.39 3U7 4,4,/4,: 13 F N518601 HD I'dt Ht $1499 39,43% sqm SF N518780 Nor�--PVC LVT $7,1619' 4116% $449 SF N51�2186 Vc-tory $16,04 �2 8 9 5 9,,� $11,,39 S F Fre�ght I LVTR'eight I N/A N/A S1,00 S F 1 -rkett 41, 4230 Updated 03 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Numberl� 168119 'Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Auqust 1, 2026 MOM$ z sourcewe" 1pfad"Ir.tDOOC APO OM us* SPo Ott u0m Pdoo Pei,UMO m C 12E Pressure Sensutwe Adhesuve,41ex-Ake Desso Ordy 5,5Squave Yards 604734021 4(�Ocn Paid $12776 59b- BbO SquweVai ds 4B-4 Gallon Fails $121 38 CrEY AdhesNeethos ",Ki 5L Square Vwds 4 Gallor,Pad $127m76 'Nwe [Fximmg adhe8,o, w N''o'NO"ev K)4725402�2 hn ajq vm,'ol pwwso�,C Al pnmc,, ugges�(,d Dc NX Fre ;k,,v backmy 596 1 BOO SquaTe Vards 4B 4 GaHon P6 Hs $121,38 C-GLJI HM AdIwsfve--eth*s only Gowewfree,acryk Ndhcsnve bO 80 yarOS/4 gi"akr'o) m 47,D4(),74 4 Galbr'Pa[, $164 80 fur UstcmconovLe em&e turf,Ivc hmaf,exceed C EX Tarkertfl'apeO+--ethos Modular&FWx-Aire ModWar 00y 144 Sqw are Ywds per,Nu l for'24"x,4` 60473 7028 Roll $159,7'2 See 7pehnjeao Huflozjr foy vieIff", !LAJ"X'NfjLL1* 4, C-1 6E Adheshic 45 5 Sq uare Ya rd 604734C)l Q 4 Gal�on F'FiH 24 $94 K8 W.)Squaru YWrll.'� 48-4 Gal6ckn Pads $88,40 B,19 G,reenbond Adhesive 4C1 4 h(13 q a r o Yards (i r,14 3 4 0 d�I 4-Galkln Pahl $47AHO C-36E PHMW(POMLIS C'OnVEANI.',floors rnust be p6Tned' ',?, T/Square,Y a r ds ce.,04 7,J d,(!'f 3 Piil $64,30 C-56 Pflrner(Ejq(,,ajpS�.dMes Irace wrmunm o�o1r,adh#.-,s(ve, D SF C 11,CT U w,O',Piowweam!C h ujwr, '0 (±5oi,�are,,Vwds I 4-(4Hon.' flwl $127,76 Seem WeW-154(NW fix sairy rn CnMorma� 7 200 LmeaP FeeC 05 1- $16,66 Do m se wiM N vorboN ,M Cu s!'f,r r.,aner ri wr4r Seam OP i:r el CMom KIL W Seam WOld(PVC,PlowerbOnd&Broaomqj,) oWait,bi said i r Ca l i vur i a 401,,;Limear I eel 6 C)4 O'1 S2.1.16 SCAQ ),RAAC vya?,r Ra,Iro(CR,,jrjr,ft,& ) Power Meld Searn WaW(Powerband)(ro be sold in'CoWarm,a) 4CK�l mear VeeT 6 DZI 3 5 02 4 $21.16 Mven�SAQW,LAA(PAI Accmcme; Seam Cleaner 77 �a�saw in CaWarn 1 a) bCjl'd"Iew 1:start 604?,r,,�,5001 ,a.a_ rN rgosf wah Povveroond Chus C4)vkvr ?50 40D Square FeO 2970,38074 G,akmj PiW $731% 1159HM Vwny T"He and Nank Adhesfye 50 1�5 SqL,we Feel�,gal(P m ous) *Apprimued fav Contour oD Latitude,Event,Even Pline MeWEdge 2197"38082 4(41(m Pall $167,97 "s6vem Irec,vasy 2bh 30C sauw(.'Fe'el"Cal(Nmpcgouel' 91967'wo Part Epoxy Adhescve 'Aprwvverdfor Conlow 11D,4slftwdv'Event,Even rl4arw,NON PVC LVT 8, 1z Squarc,F eeV,,pai (3'akur Pa' $23216 MeuAdge Hifqh rfirm� iiSjbfiuw Adpws've rGd rr^ Rla'Ne' ,-yyarroic cunmeMe q75 Two-Parf Urethane Adhesave Gouwc' Fee< 2�"7 8 0":z' Gasfnvr d 2! 'Appvoved rw C'oriww,lr,La"Wde,bount,Even P arw,NON M/C b..VI Na -—----- fftta6Edge D vas, e v 7 8' 2 ('@]01 l-w $344,23 CEW 20101 WeP Sor Adhesive*Approved fo?V'4ctory 25,0,4 art I $1 P9,2"I CEINTI 2000 Epoxy Adhes�ve'Appravecl for Vuctory $69.199 I'arkifli,SumStart Unclerlaymerm Squa'e-' i.cv '"Amqiavca* IV Cooftw C L.Minvat L Ee,tum c", 10615 (!�Ttlu age ark c 4231 Updated 03 2025 Sourcewell Contract # 061323-7'FU exp 8/9/2027' Tarkett Alliance Number: 168119 T'arkett Resilient NPN: ,SPA Required-Contact RBM Valid to: August 2026 11 W Product DOSCOP"On US# S*W UOMI Member U" Poice Par IVJOM MeWEdge 001 12'StHp N;A P45�6881 Ead, $26W MetWEdge T02 12'Strip Nl A P4��158 8 21 Fa&, S26,07 MeWEdge 003 12'Stflp N,"A NEI 5883 Ea& SMO-1 MetafEdge 004 4'StHp-LvveEer 00y Use w/MelalEdqv 003 IN/A 4402',"(WO2 Fach $14M, SVOWSO Pmt 12 1pei,Cartor 604735010 Caficir 4 Ga�[cn$pw Calon b rJ4 73 50 11 CaTlon $163,70 C arpet Re:scue M t N/A Each VIM Seam Tr4rmer-DauNe Blade N/A 604)36008 Each $178,53 Fytra Blaides(5 pew park)00"'PR I N/A 604T36OD5 Flack $4,79, C�riculw Repair Cookie Cutter N/A f,(�4 73 6FO 7) Each $21%, � r,�96 power(Shield)@ 6'x 75'-50)Iafds(RaAl) ' Sqwacre.,Yarid $5.01 ru P g 4 c:J rat' 4232 Updated Q3 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Auqust 1, 2026 4z[*1 Flo C*de �Style Number' ftyie'DosodpOon UOM R*fi Pike Pw IMM 0 P T hCSk.1515 o 0 pt rri 59 7 Kdih S5n.66 VY GIRT-7 PJ, 0 0 7 4 9 oL) 2 1r(1.7 Ct", Vhdth $50 66 SY PlAl-k N 7 8050, iQ Fmmerv: 59 7 6, Odd,, S 150 6 6 SY M L D'3 R N50()760 Meloda 2t 5,6b 6"6 Md h $38-58 SY AR3-R Ana 55 66 U6, WlMh $38 58 Fly ..............�— �........ $5101036 GRTSFT R anil SafElr Sheel 'nin bo'13 6"�`ftdth SY GRTSD-R I r4500750 rQ Gran(SD Stauc Dfssiuuve Sheel 2 ni rn 5 6'6'Width $56.36 SY 440MOGiM onM $F pow 'Tgo s soweewfill M"*er"120 !M,,O*Dewip0on UOM, pdrp POY 1AGM 0 P7-J T N500756 QOPJ�ma,JT711e 2 mfn 56 24'N 24" $4 1!1 4 9:5 (.7'N 11112 R"E J 7 N 5 0 0 7 15,3 Q Grani!JT1 2 rnm 56 24' x24" $4114�)5 CTN 9*4' b N 5 F�70�75 6*�' r4�_ ,_�"_" "0' 95 N E�1%4�-J T N518053 Q DTOnent J 7 T Re 2 MITI 24'��x 24' $414 7 M L[,13-J 7' N 5 0 0 7 5 9 M6odia JT 7fle -, mm 5 f, 24 x 24' $370 33 C7N A q*,JT N500745 Ane JT T Oe 2 mm 56 24' x 24' 1 $370 33 Cl N: N50075 I Q Granil SD Static D ssqmOve I ike 2 rwr 56 24"Y,24' $441.59 CI-N OV per wl sGumewd Mew"ba.; vom 8"t,Cde ISVIeNumbail S"10 Dssvr4AkM Gouge R001 Pf6co Pat UOM A 7171_10 7,d-t"' M-R N1500739 A cUent Wood 2 niryi �5 h $44 52 a3 v AC C.R N`5 10 3 8 0 CD'I'OrC�Le 2 mrr 55 F.AY iarliidOi $44,52 SY F L P',R NE10383 Acczenr Fk,)urish ° mm 1115 6'6. Mdth $44,52 SY PER-6 N 5 16 54 4 Pedorma Fj' 2 rnm 5 (Y V16dth 827 26 sy PE R,1 2 N513982 jPerfoi ry a 17(mwmwnzd frefghq,chaicv,'s iwror aprfly °'MM 1 DO 12'ffidth 1 $27 26 SY SY" w SourcewwN Mambo UOM o'Code S**Number MYW Offerliption Gouge R OO size Rolf 1 POCO Per UOM Lice,F loor N501 73 Lino Row 2,5 rnr 72 6'5' Mdth $36,08 S,Y LmoWaH N 5 76 3 5 2 Lino Wall 2 rain 42 6'5'ftdth $30,05 Sy— MYL TIE-LW"ii carms oray) SmircewoM I Mwnb r UOM.5tvi,Cade, SLY1,Ftuborll styis vOwHPwn SF pe ca"Am nig Isizo pylev,Pw U(M Va r Ous N 515475 azrude Woric 26 6' x 48' $3 04 SF varto s N 5 16 5 1,P D D Latitude AbV"acr,s 4 5 8' x"11 8, S,3,r;)4 SF ✓a I 0,�x's N,5 16 5 91 0 1 antude 3 f) 6 n 36' $ 0 4 s F varjaus, N 5 16592 JiDLatoude ' x'Is' S1, Style,Cod# StylW Nimber sly ff DesvIlAiDn (eve $F per F OvSke Sourceweli Mw4wr toom p6ce PIV UOM va,fows 1',E 17 710 5„ancw VC!" E 2 1,9 7 C F N AI09,25............... ..........-....................... ........... ........ a '5h�,Resjs�an!VC, E $2 74.H C"!N,qyj s C r & I r,F,VC F E 8 2 r'I P,5 lAarken 4233 Updated Q3 2025 Sourciewell Contract # 061323-TFU exp 8/9/2027 T'arkett Alliance Number: 168119 Tarkett Resili ired-Contact RBM Vand to: An t 1, 202 "St�&,Cod, ',styll'imumbW S*Jt!D*s0r1WAkM Gauge SFper TilaiSize Mwnbev UOM COMM PW*O*Pr uAM f-INSP N500930 Harrnerec Surface 08(Y 32 24'x 2.4' $1004 SF FRPANSP N5001M,) PLirm,(,1laxYap,r,'wuffzr(;;;c-, D80, 32 24 x 24' $1 Or 194 R FS F, N 5001`,)6,2 Ralsead Bova Or Sa,�Bre Sj,'are 1,/8' 32 24'w 24' $13,21 1 SF ...... .. ....... ........ HRTSP N501 241 3 2 x 24" S13.21 "s F FRVIASP N500981 Rice Paper Surface 32 24' y 24" $ 12 1 SF PIAKMP N 5 D 0 S5 I Banbaq,:,Surface 1/8, 1 32 1 24"x 24 $13,21 SF SPpor StO TOM" Membo UOM s Code SVe(Rulimbee, styfe Veswiption Gove Comm Pirko Per UOM FT-- NNSa0097"I kal,,",ed Round w Square Surface 1/81 3 2 24"Y,24" $111,57 "4� HRTS N 5 00 90 4' Hammered Surfw:* "Ili,, 32 24"x 24" $11 V SF PA Barliboo Sullace W, 3 2 1 24"x 24' $111,57 SF BRS N500869 BruOied Surface /811 .3 2 24"x 24' $11.57 SF C()s N500876 C,ancieteSuilIace /81, 32 ,14'x 24' I'll 57 SF El�N'T s N50087 7 Cubli 7 , s Surface �8" 32 2!4"x 24' $11,57 Is F CN N500891 Dianiand Surface I/R', 32 24' x 24' $11,57 SF FRT S N500906 Fla1,,storie Sudacr,-c.:, '32 24"y 24" $111,57 SF l,lR s N500955 Lezl0ier SUrface .[/811 32 24' x 24' $11 57 SF l/,s1, 3 $11 r 57 F R�:,A N 5 D D 137 q,' Rice Pape�&JH ace �,2 24-x 24 C N50091t'9 Smooth Surlace /811 22 1 24`x 24' $11 57 s F N500905 (ArclulrWy Fasllane, 1/8" 3,2 24' x 24' sl 11 157 SF CT R N 5 01004 C rc,U[I frt it y TTII y e 1/q �-124 -x-7rIT $11,57 SF R B 5993 Ul ity R �,jd A Boi,[� P, 32 24 x 24' $11,57 S F SIT N 501003 C,ii rc u h n ill y"T i c 7a 1,-,7 a f, 1/8, 2 24' x 24' $111 15 7 s F F F N50N04 Circulinlity Effervescent 1/8", 32 14'x 24' $111 57 s F FGS N 14170 ForgedSurface 11/8" 32 24''x 24" $11,57 SF LES N51,111 71 hRen Si,Hace 32 24 x 2 4 $11,57 sp VVG a"gl'WVI SUrfai,,,,e I 1/811 3 2 1 6' x 48" S11.5 7 SF eM sul-face 8" a1 2 1 24' x 24' JOHNSONITE SPECIALTY RUBBERTILE 0,1 ISF por T He$Im SolurvewO�Membei UOM 0 "to Hwbw style DescOpthm Gauge Corwin pfte Pot ISOM M H G 12 N1510440 Mesto(`,WJi1;k,vwions Full (',rlly) 6 12"x 12' $1004 EF MHOI 2 214 N 510 444 l0em Ccrmfim,raticns(F�,iH C,'arlons(L)n k,y), IRS" 12"x 24" $1 0,,04 SF MHO 24 N51 0441 Mesic,(,onfiqurat(,crls'Full Ciirlw s 0,l!y) D�b 0 48 24' Y,24' $10,04 sr, N51 0 44 2 lAevi".Cjl1r19,Vdb09s/Fjf C@qC�nS 0,,q 080" 60 6' :K 6 $1fL04 SF AHO 6-24 N 5 10�4'42 NAesto Conflgu,ations T,W Cvions Ufly" 0 B 0 60 b'x 2A $10,011 !sr N M R,L R S N E,10,,, 1 Mineralir, I I"?,x 24" $l 57 SF V j,',a le --- M P,L G-,G N 5 1,D 4, Mineiakq G,amar ".ealllre,Su,"ace 1 81 32 6' x 48 �1 1 57 SF MI 50", l°,50f245 lR,(�Play COMMONDI SCda'e FC',1e'rile R K 3,'' 24 ir,24" 1V 68 SF C"I3 l"A 11q IS 0() /6 Fo''I'flay S,..tare F nge I fle S e C 3;8, 24' x 24"' $9,27 sr ................... 507 N 5 0 12 NN, Rr,:Y,lay C(,'M[M',AK' i I ll( 1 B4-* 24 $9,49 s,F COV, 1 N, 77 kc^l.1 1 a v 3 4' x ,4 V11,11.21,11 1rNrh6 N 5 l�:'1011 1, urriph S uaS ar lEC gP hAesIc /c," 24, P(24, $17 9 If S�: 5 0,01 C I nomph SlhclvVocl R ec M e s 4 v;,`4 1 i w F I N R,Hi 5 f,,!0 r,'4 SGOuN-FOUE S o,e r: e C !v"esu", 24 N,2' 2,94 SF f 2, qTarken 4234 Updated Q3 2025 Sourcewell Contract # 0161323-TFU exp 8/9/2027 Tarkett Alliance Number- 168119 Tarkett Resilient NPN: SPA Required-Contact RBM -Valid to: Auqust 1, 2026 JOHNSOINITE'MULTI PURPOSE RUIBSER FLOORII SHEET ,Style C060 to Number stywoescriptw" wor solificeweN Mwiilhar Gwoo 1 Size u0m i Price Par J0M CC)NA R,,-5 0 7 Replay Comrnotioa Shee',(Foil Roll Onlryl Mack 1 4, 4'Y, 7 R' SS 97 SP P N 5()0 9 74 1 Cwnrnoiinr,Sliee�fFull Rcfll Dnlv.� Specklec, 114" 4'x 75 S5 04 SF ..............................(.(J,AR 507 N5012,44 Replay Domrnnon Sheei 07,01 kciH(Rily) Black 3/8' 4 x 50 $5 64 SF cc M R, 1 P450011'.)75 Roll Orly) s r, I --,_/Fr 4'x 51), $725 SF JOHNSONfft WALL,BASE on twtms ordy) l sourcowelf membw I UDI Slylo Oode ftolelft;nber Sk)4*,Deswilition Tl Gaup/Wght M 't P*,arcard pft "rSR(T)-4 NS 10 60 6 Base works TS"Fhw,rnoset TOE oi TOELESS co[ 120' /F' /4 51,48 _6F 13B(T)4 N5008fi'l Rasevrq,)t,ks TS'Dh(,�nnasiet TOF of"IMISS 1 T,/4'4'secliix� '120' 1 $1 48 1: N5 16029 Basewo rks TS The,,rrow TCA ar TOELESS C011 1(KY 1/8"/6, $12,33 Lf I F,4(-f-)6 1V500863 Fleas ewci,ks Thermoset 1 C)F or 1 OFTrI'SIS, 4'sect9ons '100 i1 $233 Lii° _C8(1.1 T)_4 N51 0 6 0 0 Tradior,�xia�T FIV Vi nyl TCE�� T CEI ESS Call -120 08113/4" 1,F_ C1.3j)-4 N501 147 Tradlilona( Viny -CDE v TOELFSS 4 sections '120 0810 4" $0,94 B(T)-6 N51601 6 1 radirlionat TP0/inyl TOE �or"CE LESS Col� I cx,�� 080 6'' V.58 LF CB(T)-6 N501149 T radltiw4 TPIVV nyi""OE w 1 OF LESS 4'sections 100' 08:0 6" $1 58 I_F CB(7?-4 P4510602 "T r a d it ii o n a I"T FIV 0 1,n�d I��d E w TC7 E.ES S C o 0 120' 1/8" 4' $1,15 LF CB('T�-4 N 5 0 1"14 8 Tradilional 1TI'v''Vinyl TCH or'TM.EISS 4 sec0ons 120' 1/8 4' $1,15 L11 C F3(T).6 N51 6018 7&Jifiorial 1 FIV V i n v I '()F n i,7C)IF L FS S Coll '10(Y r/8" 6, S1,74 L f CB(T).b I45C'l 1�50 Tra&lional'T F,V Vv V 1 7 C)i c�r'T(.)E LF SS 4 sectlont I[0, 1/81'' t,I, $1 74 LF N51 0604 r raddllonan'PR Rubber 70F or T13FLIESS Call 12() 1 v8` 4 $1 35, J I7C(-T')-4 N500719 Tradrlwnal"I I T1,jE or TOELESS, 4'secoons 120 1/Y, f 4' $1,35 1,F` DC(T),6 N51 6022 PIR Rubbe 'T OF w'T OEL F SS Coll I C1 0 1/Fr" 61 $207 LF Dl',,(I)-6 1`4500722 Tradjtoona(I PR RuI�rbe ,.LOE or MELESS A,1."e cl r 0 n S '100 1/8 6' $2 07 Ll" JOHNSOMTE MILLWORK CONTOURED WALL BASE(Rol autwis 0"Jy) sourcowep Member stylo Code, "is Numbw $We VawApdon Camn Hkight, PHICt Pot UOM fow A N51 0486 [)rpk�,,nat 8'Iengths 3 8' 43, 4 1/2' i $4 21 F . ... ............. MW D `,J 510 4 8 8 Owhne 8'leigths 5/16" 8 0, 3 1 1`2' $5,56 1 F $2,85 I,,�,VV F N5 10490 Reveal S'iengt+rs 4' 611 4, 1,1 4' W� 1,1: I r,0 A 11AN-G N51 0492 in le ion 8'leng hs 3 Ell 48 f,,,zi� 1 '4 Q L F MW 1.1 `4510494 Mancalay 8'6en1FYl is 3/9' 410 4 1 54 4,6 1 F W X X Varkws Cther RUw"ng Line NAlI1vvCi*P`rcffile 8'lengths Vanou" vaf ious IS6 81 1 F JOHNSONITE RUBBER TREADS-TREAD Ste Cade Styl*iNumbw,,, Ityle,Dowiption Color LionosAwallable DOM Prw®r Por LIMA R N R N 5 C)I)i 11:�7 0 Rarspc R oonc c�5.v,ja,e solic 5,4,4 5, 5, 7,8 $2()43 f 5,4' 4, 5 0 d S20,43 1 F r KA 0 0�,US I l a vn e i e c S�j,1 w,v- C 3 5 4 E,, 6 7 F 11. 4210,43 CNN N 0 D S 1" su'lace Soho i Es F 7",P/J,,7 IN 50 c78 Rice Pape, S'l-'ace S i C' S2 0 493 F ............................................. ....... C I"L N7 5 0 0 C, t� Cj,cjkni v r,au� Soh�.': 2 r, Z,,4 6 S2 0 4'2, F Cl I PT Cjb�� Sj�,Iac(, 4,4 f, F N E 0 C 7 8 52 0 4`� N b,,,C 13 E R,a c 'a':C, c 0 43 ll, 0 C 9 R"alsed "',ownc i,,� 15 24 43 F ....................................... Ci C-,",4 "n,�I ec w a,a,a Specodf a 4,A E 5,24 43 F 5 0 C:FY k a,"nonic 2 `,4 A�3 CNI F $24 ,I P 4, s qTarikeft 4235 Updated Q3 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarke!tt Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 JOHNSONITEVISUAUYIMPAIRED RUBBER TREADS-TREAD ONLY W"'TAPE stylo 0040 CAAO# tAnOftAftfiable UOM Prive Por OWO v 1 R,N R N501 C"I 5-paisk Rotinc,Surface �'�,nhd 3',3,5,4,4 5', 5',6',7,8' $2b,28 L F Vln S26,28 N�SQ �,4501 0 1 7 a s,7Ed Sqtmi F.,,Sw a-� ce sobc 2 5 4 4',7, ', , 5',5',6' l F OAMNT N',50094 0 Harnmerec,Sxface so�[�,,J 3,3 5,4',4,5',"5',6,7',8',0' 326,28 LF ............ tl N500902 [)�amonc S,v4ace Sok 1 3, 9 4 5, 5"6 $2628 LF: 14FR5'ANT N"d500987 kWe Pap)el SUrfiace sollid 3' 5,4,4 5"E"6, $26!28 L F %MCFLNT N,500707 Corm,ain ty FastVane Sxface sohid 3, 5,4',4 5' 5,6' $26,28 LF vtcLJB'f 510 6 21 Cubs SajHace sokid 3',3,5,4,49',5,(6' $2628 L F .......................................................................... .......................... v 18 M I N 5 0 F,�5 8 Bamboo S�,jrfac(-,p Solid ?5,4',4 5',5,b' $26,28 VIRNR�)/SQSP V'q5OO966 JRMed ROLMd,Of SQUWe SUrface Speckded 21',-4,4,4,5', 6',T,Z' -TS V3--LF VVHMN7 SP 545010934 Hamm red Surface Spcckled 00,31 F L J 3,3 5,4',4,5,5,6',7',8',9 OCNNSP N500896 1)Fj rr7 j I.,)Qr rd Srjdace speckIEK92',3 5',4',5',6' $301311 Fr VIP RPANI SP h610568 ;hCe Pa�')er SUrface Speckled 3 5,4',5,6' $30,31 LF JOHNSWITE RUBBER TREADS TREAD AND RISER $to$Code S"w Number, Sty$*Douription Color Umqft Avoilablo Souvcvwwa Member AKOM PHOO,P",VOM RNRD/SQ"Tr R N500972 Ra�sed Round or SqUCprE_,&jrf2(;e 'So V i d 2,3,5,4,4, 5',5,6',T,8',9' $25,77 LF .......................... 10JR N1rf16le9:=7 H arnrrwed S4,0a4e, Srflic,,F 1 3,3 5',4',4 5,5',lrj',7,8',9' $25 77 IF CNN1 R N500899 Di arnon�Sw f acc sohd 3',,,E,,4',4 5',5',6' $2577 j FRIIANTR N5100954 RCe Papcer SLrrfar,e soil id, 3','2 5',4',45 5,6' $2537 !F CR N1 R N 50OF72, Cr,(r%,dhnAy Fzastlane sr"Aid 3',2 5',4,4 5',5',6' $2577 LF c 1,j N3"r R N500882 Cisbs Six-face S In 6 11 q-V :3,",,C,,4 4 fi 5',()' $2577 (,F [WNTR N 6 ID D7 0 Bainboc�SW faCt" lsoho 3', 5,4 4 5,5,6' $25.77 LF R,N 13P N500963 Raised r4CKPId Or SOU'vcl",AY ace SpeckVed 3',3 5,4',4 5,5,6',7,S',9' $2",l 89 J Hlql REP N500735 3"G8Mmered Surface Specoded 3,2 5',4,4 5', 5',6,T 8',9' 29 89 L F 3',2 5',4,4 5',5�,f�' ,NN'TRSP N 0,C)8 4 Diamonc SUdace SlpecOed t29,89 L F, FP,PANTRSP N 0(1"482 RAce Paper S)rface SpecOed Y,3 53,4',4,5 5,6 3"29 89 LF CF1 N1 R,SPI N514183 (Jr Fav an Swlace specaded '3', ,5',4,4 5', 5,6 $21q.89 (F CIJB TRSP @'450087 9 CUbis&.vface Spe64,ded 3,5,4',4 E',r,, 6 $219,89 L F WANTRSP NY)0852 Barriboo&vrfoce Speck Cc, 3,3 5' 4,A 5"5"6, $23,89 Lr JOHNSONITE VISUALLY IMPAIRED RUBBER TREADS TREAD AND RISER Wt!M TAPE ftoo Code 'Style Number StOo o"CoOkm UOM PHre Pw UOM V H NRCISQ TR N51D3969 kaised Rounc or SoUqve 5;i"u7lace Sofid 5,A,4 5', ff',T,8',9' $3302 L f" I H Q TR 5t500941 Nwyvnered SLrface --Soko 2,5',4', 5,6',7' 8',9 $3M:2 trj: VICJ04TH, N4,500903 Diamori��'SiprIace scl1Fc 3,3 5,4',4 5,5 6 333,02 LF VI FRPAN'r R f35001968 Race Flzjpei Swlace I Sokc 5,4,4 5,5,6 $3 1,G 11 V C F J_ r4500675 C,r ,clkrulr Fasdvie Sj,'Ioce S0, I d, 3, 3,E,Al,4 5,5"6' $ 3 02 R 5 0 0 8 84 CLcbrs SudacEl scdid '3',r F',4',4 5',S' 6 $33,02 ....................................... 0 R kA TP N 501 C,,�4 Rz,a,-nboo Sor'acr, S")I I c"', S, 5' 4 5',5,0' LF. _7470 0 9 IZaised Ro,mc ol,�, a,e '�,x'ace -1" 11 5, -1 51,5,6"T'8,CY 7()8 j RN R Q�R SJeCKIed v I I- 1�171�:1,11 S P N5CfOq',-5 Harnmwec RE C iKI(C 2`,,,4 4 ',5,f, T,6,9' $3,",06 L F r C W,,T P S,F 0 0 2 1,,7 Dznono Su"ace, 5',4,4 5,6' 7,o P Fa V I P:,PaiPC' P[,;E`Pape� Sj�raa�p e(",K I e C, 3 3 �E, A, 4 E, 5,6 S37 08 1,F TRSP N 5 0 0 8 31, ....... .. ------- ......-----------....................................................... .............................. F C F 1, T F,,,,S P, N 5 JCJ Q 1,,7,'� Cf,culil,My Fasflw+',,�x'ace Speckle(J 1lCUF1 PSP Nw'500a,F$1 C,A, a S)ecklec I B V11 r,,17 R S F IN E 0 C,E Bamb,,,,o'Sw 21 c 4',4 5', 6' $�L7 08 LF Pacie 2,'F cl ','j7 qTarkqwU 4236 Updated Q3 2025 ,Sourcewell Contract ,W 061323.1"FU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPW SPA Required-Contact RBM -Valid to- ,Auq.Est 1 2026 J014WSONUT VINYLSTAIR TREADS ou Sv, *Code OVIWI ri Murnber: Descption u Type, Depth SIZOS p6m,Pw,UOM CT N5011 61 HEqjvy[)jty Vvlyl I reac on v 12 1,,4' 5 T,2'6'U,7 4,4'6'' 1,3 12 6,8 F , ,8, 17 JOHNSMITE PHOTOWMINESMT VINYL STAIR TREAD swocods stoo Motobjer styllf It&*804uon 'type loop* 1020 souricamoll Mwwbow UOM MCA.Pav UOM Vis,xallly lrnpaired 2"C",4" PVlH XX DN SQ `q5'l 0464 Vmyl Sw�r'f te,ad 1:2 4' $21,32 F Tread O'nly 6, JOHNSONITEPHOTMA)MINESCENT, RUBBER STAIR TREADS w ion IMOO NQ110bor, '5100 DOWAPt 'Typ 914AW, 10 0M o"th PINC"'a Per UO���M 7w,4`1 F1VlRNRD/SQ l,4500959 &,a[secj Flo,,ind car Souare Sjrrace 'Tread OrOy 12.1/y, F,36`,4',4'6' $26 919 LF 5,6,a ,Y' PV1RNFM/SQTR N500960 VRaised Round w Squar�, Sx-face 1q` 2'5,3'FCA'146 933.85 LF One Pie 3,3 6',4',4'(,) 7�ead&Risceer 5,6',7,8',9' JOHNSONITE PROTOLA)MINESCENT DURA COVER RUBBER BASE LF 344 per %wwcowvO VA,&mOjw vom Codo I Wo Pof U1QM canon Pr PDCN N5104E'l TPRRtA)berTOFw/'l 1"d"�"Ilp 1/8' 12 CY $5,96 L F M)CN 1/8' 1:57:N EI()4 63 TPR Rubber TOE of,, i' PL Strip JOHNSONITE PHOTOLUMINESCENT TE"OLOGY VINYL STAIR IlS i ............. $0114 oodo "If"W""bo 'Style Dosedpition vooh sizmn AJ47M poict PerUOM ; PV T SNN)0( N51046ti 2' 121 $1539 ELFPV I RC N N XX A, N5 r 046 7 Recesseo Stwl l4c'sing ip c o�)ce� �for Carpet 7 1 $19,57 L F PV1RCNN XX B rNP0468 Recesse S d car m Nk,sg-H D Ove eavv Ay !la 2p Dr) 12' $20 14 L F L POPICN XX B2 N 15,()I!8 Recessed Srwi Nc:smg H ,Avy Lw y Ovord,,Mp L,p w/ 2" 1 ape 2 '12 $1 5 62 1 LF lrla. G w 3, $N f,57 Lf JOHNSONITE P14070"INESCENT VINYL,MOLDINGS Styll*todo "I*ll styk,"Dowripfion rouge Pockagging sourcowsO Moll'Aw UOM p0co Por UOM PVF'Sl'q 9Q 1' 440548002 15'ioyl McAdingt, V l Slnp P X 50 CoH S9 51 1,l F,`S 9_9 A 1 440351(02, Vtnyl Moldings V Gwcancc,rt p I"y 50 C61 5,-1 5Ai L F JOHNSONITEP"OTOLUMINESCENT HANDRAIL COVER stoo"tode 'Skyto Number 'Style Doscrliptior ge sift Ulocewoft Mombor UOM k,o10422_ Hand,afl Cove jOHNSONITEPHOMMMINESCENT TACME WAMING W810 Code Style INumber Style Dearription pockawng Prik v Pw UOM UOM i A S C?C .1' �x 8", $307 A 7,, Plcofi I�q,C IP c 11 X e 1 3 7 E A .............. ............................................................ ............ ........................................................ (04)TarkOn 4237 Updated Q3 2025 Sourcewell Contract # 061323-,T'FU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Auqust 1, 202 9 t yol"&C"o d e Iftylo"Nambor MOO Dowipt"fart, Type UOM Price Pw UOM WRC N500762 W(.4C ROO MUNI Ccflc ou 1-+. bl-LFT Coil y I co $79.90 C T'N w R N501073 T CoH i Cofl $66 84 CTN L MR N2007f P L r6eurr VV6c Ric�c, Sir.Aic LFT C61 xl Cr.01 so 36,88 CTN L C,W R W5 0 0 7 6 5 jbno eurnWO,'Aran MuIvC6or 6,11 LF7 C611 w1 corl $136,88 C,I N sourvoweif Membel 7$1400 Code 1hyle'Numbef Style DIMIN�lrfptibn Type UOM 71 Price Pw DOM 960-G 2970380D 0 9 6 D Wali Base Adhetw,* I Gaknn Unit YA 1,0aflarl unify siv,If� C7N I 0C-G I IDO-G, I CI 0 1,,k,,w I N¢in Sp,ea d Ad hc,,s v e I Gallon UrW x4 1-gEO rl Ljnits $93.(,e C1 N 0&_4 1 a"4&,4 "j 00 Cdesrl SIjIread Acfl,,w,,,,fve 4 GaHor)UVIO 4,gaflar $7607 E,.A 9 M 21)7 0180 75 901 SpraySrnarl Srx,ray Adhres,ve 22 Cans xf)22 ua i,trrts $25094 C7 N 9651 2 7 0 h 8 C'111 1 Gallon Urk )(4 lr-qaBk)Tl LlflflS $18226 99455 C4, 27 4 � i 4 GaHon LM[f A-galllon S201 72— E/4 6 h q7r)�45044 ;4 Pren'Orn Coitac�Hand A d eS� e Gahon L)nit x4'I- an n�ls 544777 C�"IrN 925,1 297 038062 925 Resifliera Roaring Adhesive 1 GaHon Uno x,4 I-gahon,units $244,14 CIN 2�`70,'38066 925 ResOient Rooria� Adhesive 4 GaHo�— 4--galkn $237,05 7aW 926-4 250458'149 926 Vlryyl RoormeA dhesivc 4 GaUonUri�t 4 gallo S203,73 EA 301 297038301 Power 7 ape-7 reac,lape I CTN 1 rc�df x 9 5" 3d391 C"IN 30,2 2970'28302, Pavver'Tape "lr,,,,,,, TaJpe 1 C7 N 2 r6l s Y,9 5 $469,05 rc,-FP'ak 906-2 29',`1c381Yj5 900 Conductive A&estve 2 Gabon Ljno l 2 GaOon i.nit $179 U EA �HC,HE,LANG Sheel'Onyl Freighk 3 cm S"r HO,HE,LINO TOe ResdienT Frerghk "0 SF Wallbasx"Freight $0.30 LF Rubber 7 lk.F/ oks Peight 81 3,0 0 SF Stwr'T ead Freight $1 50 j Dnop sNp $250 010 1 EA Yd, Place of (!�Tarkeu 4238 Updated 03 2025 Soothe ell C(.lntract#061323-"rFU exp8/9/2027 Tarke'tt Alliance Number '1681 "19 Tarkett Resilient NPN: SPA Required.-Contact RBM Valid tw August 1,2026 mom mg,.,m Ali #"�Il ft"i Fi Roi "00,11NA,4111,41i 11TOkNVl almlly^411AILA "FINAll MI,IL W IN,W Ift VA,PA NY,fli Mi i i I NJ,i V,'MA,"K mr,W, ii Mi ii 5-d" ............... OW -�-j VI 37 YD2 1 1126 T i 1115 vi 12-1 -------------------------- H. Y02 5 1324 1283 AL86 1500 4. BwIIdI.-.dhI1.ft.,nl V02 $ 14s8 Ll 9183 FF.r,Uh Cwtori OrAATI_................. T-4kii- 93A3 1,34, Tm 93,83 1 03,83 "1 93,83 1 , *//�M'X,' S 46.90 4% 11 46,90 f %+_O- YU2 0 4"_Wml, 18,90 14? U'19% 17 $31" I/"'"� -F 1V2i It 1130 WK, 15.1 $ 15m gl 14,2 C-m ,i D-bl.M.k 19,35 411"111AJ171l LI 15.51 YD2 $ 17,00 'j,/,,VX9�;,' $ 13.24 T--3.7c 4"1, 771/17-F-676-4 iflArlll 4,76'Wl 5.62 14,104, 6�- I -F-in It 9'$a WFJr.FfIVII: t 7-28 Vtt,,�` #W, 1-0-8 as 209 113 07 «mace ad F I IS 376 3-0 403 IT Vi T T"', 36" 16,73 VC 1 F12 $ 208 S 1,77 13? 117 T 199 VF2-1-11IT, 73 7170 Y1. T-RqF Ims 1-7 Wo i sis I Tqi IS","' ver FURNR;HxabiNwm� 0 YD7 AD17, S 4012 Yti Sin-.....FURNISH AN D INS,ALL_ Y02 $ 09 00 $ 99.00 IY/, 99.00 L-woom V,n Illelilutall F72 $ 3.41 3,48 S 3An t 3,76 Z, $ 3,48 1 T 1120- Vinyl I ile-FURNISH AND i FT2 $ 14A It 1418 9 14,28 14,28�J_ T-112D 13,20 It 7640, 14,29 281i. AUbA,1 H.1-tii FT2 376 6 4/ 7111W 2502 L�uLbt,ILINLHURNISH ANU INS:TALL TIG V T-)86- lClIT6"4144,1ift" Im t 70,86 1,72 7qj�b 11 7086 It 141,72 -Li W 02 it L-L-�Ri PURNSHANUINSTALL qW, 0 117,66 P&OW 111166 4/,,111 i TWO TP 11766 -m-j-4 30 T--�3-0 4 §mim6i�N]F -F-ili -- F L U RN SI N AND IN S I AL I -:41f �Yl.............. "�WT6,r _t�LHNl�I�IAi IN� TI2 % 4471 RArl $C-nn ri-3-25- - I , -0 4 Mo Ti an RA I-EJO" 1 4 1100 at IC AlUn H.- 13,00 11,00 11 R.di.W i W.4d 4--MSE AAL 5,7 663 Waa lo 484, WC-�- i 5AI lL 04 t 6,53 $ 743 jiW)j F k��j- ................. AND INSTALL FT 2016 20.06 20,06 1,All t 21(1 40 WA21, S 2.0.015, 0 40,43 5 20,06 o Is 3180 PjRgjqy"R4 -FURNISH ANDINS'ALL FT $ 6.46I. 6.40 6.45 646 6.46 '1101 645 MOO -F r 17ri 121 -2 0- 2,21 S 2.21 221 4,42, L YDZ T-71rW $,so .............................. T-6 W 5.19 6, C Root Roli IF iFiY 14,91 301 14,00 48 5.60 :P64 6 8,31 YD? 04 175 0 67 .zF 53 iA $1 j,Wj ............................ I PLO I LT4 1,307, P.4 9 T-i- E- C-e I R-yc LiDtilm Y02 380 3.88 'aazn s 3.88 s,v�2 284 S 135 S 2a73,54 vc I RAn-.1 JI 113'Al 1,42 1,61 $ 1,$2 1,42 It 1,61 $ 1,7911 3,ci IT 1-2 LVI Riii $ i i 0,55------------------ IF &NJ Page �i ut'3/ 4239 Updated 03 2025 Sourcewell Contract#061323-TFU exp,8/9/2027 Tarkett Alliance Number 168119 Tarkett Resilient NPN: SPA Required-Contact RBM 'Valid to-, ugust 1,2026 NAA,W"A,OK 0,M 101q PC, NKTX^ W A%tA rAILAIM WA 01 %MORA W MN VA^WKMD, ftompow"m u0m Z $0,No w 00 Z7�Y_ 142 i Im 188 ................. ................. ...................... 1 ea P. IA 11A J __L 2,20 i 420 643 1 Ow 4 B.- FT $ 0.53 0 1,3' $ pq W Cu'.stl." f r $ 012$ 0 0.42 $ 0,44 0,46 0.63 A Ila $ 0,75 3 1, 1 H2 $ 0.75 0 52 Adhuim R-1 FTZ $ 1,22 1,35 I f 0 1.35 1.35 1,35 1,35"1 Z71 $ 135 0, 2,11 F2,LL ......... KD 121236 I$.1� 10,.77 ,,2100'I,' .-1I1-,,%11- , 1r.46, 1407 � 041 S 1196LLLt ........ ......... _ j U S 2 3120', 4063 4312g mt47 073_1414 41,76 yj)2 693, + ,'Tg Mu Aw Z 94 161 1,23 S UO, S 142 S 1,08 t to '*...... 1,79 234 A69 S 195 349 8 183 6 365 MONK- 9 2,01 1,19 J, 2-M 9 449 SWI-R.Olabor t§W,t) FT2 e,,,XTV_F751g, 11 W a J"I I KbfI..,P,.p Mmwwfs - F 12 $ 0,.30 0,30 0,30 0 0 01b baled 0 0,30$ 0,28 -3 0.30 4 0 1w f#ew M±LELQO-.q!d-["FL2.E±L`P) Af"�IAIAC :6 a 91 AIM, 8,93 A, S 893 893", 117, 893 8,9.1 117,86 Pl.mqw �A ,yGflW.��"V F.SIDAY AIR j 14 b4110 641,2D M 37, I-A W,FJ� V �5y S�DAY 541 A f ul 20 !,A�gm........................ A, S h.0 w.,9�.W Shw, BAS 25 47, oar JJL S J_54IN 4 tia,�sitior,$IiLnLRubb��i/V�r,yl)kURNIGHUNSTAIR H_ �Aj� 564 9, P 4,76 564 1 ram; 2.16 ------�Ys Ai................ ta,,NW,,g FURNISHANONSIAU S so 0 50 go S TO'C"n 2611 2611 26AI 0 2611, 23 26,11 23 11 T-I2.-57 12957 2957 12B- ,1" 9 7Y9I I67 -sfi,F1Gu, SW Troad lnsCeBf FT 3 29,0 $ 2914 29 04 29 67 At" M, 30,0:3 4� 31.01 S 30,75 #., 49 F I S 1274 0 12,74 tv,4W�, 2 12,74 9 1234 $ 12.7i 274 _TT 2 $ Custam R 1274 4 yam ."'qfAl kA 266 69 26969 26569 M"'tER�W!!�2 1;bz�, _F T A 20041 49 I'M 14 5 MO.tI..Aj"u MqOHW!Ak�L!v �.wmwm 114 14 _C_if4fmZan 1 457 F12 9 1092 990 9,90 721.6 1`0 , .......--------------------------- 0 55 0 56 0 5M5 L Ij Page 32 AT; (:k 4240 Updated 03 2025 ounce ell Contract#061323-TFU exp 8/9/2027 'Farkett Alliance Numbec 168119 "rarkett Resilient NPN: SPA Required-Contact RBM Vtifid to:August '1,2026 ONE== "Soll(aal "will 4741"44 mrm 1,44A' Ali,99 PrAIT 14 INJI KS,Is,Mir, VVLWlL,QKlI%MN WV VA,PAWP%MP, W, gqM K 1,14 OT,Vt.MA,W ME,tyc ' saw he" Y. M . T71W"s'h_M_u_Wptly—widlessbirch code of_layt 4—xb' A A" • $ KO IA $ '50,95 s'101,90 s "95 ve"IA $095 96 hwall?AUITI jblyvodlassbiI0 Ululeduy-4 4x5 Fl? 3 ?A9 ?'so $ 239 $ 239 2.39 4,17 239 43?2,39 FTV Il _4, 1'.Ii]_AA L -0, 4�1_g 1"' TV—0'Oil $ 0.87 5 0,87 0 1,74 F 042 It,;1m 0,42 t OA2 If", 0,42 0.42 1,1/ #*4l 042 lll OA, $ 0,42 $ 0.04 1 Pddl1al[W4mywood FT2 $_145 1 )11 I'll, --- App"N_Nb per teat FT2 S 0,87 i K7 087 M 3160 31.60 3160 1 43,21 S 31.60 s 6 F12 3 49M 9 49jr) UO W',',W $ 49 W 0 4950 t A li 49,50 t 99,00 Fl—C Sort lo Al2 IN, 4,63 926 1 488 463 -p,&.,,.bd BA �12 _P, 1 1,92 1 rl F—c— fln I'M. ...._'l 3L la?. 2 182 _jL2,64 264 $ 2,64 7 4 3 97 r"S" 714 97 9Q]rrW'_ 12. 4, $ 3 r jV77 $97 3,97 A, "AArt, 307...... 1, -6 T........G T;F4;70 A46 70 Ltql _Pu.1 S..l1a1,qe2VDA lL 446,70 445.70 44530 4,","OVAi S 445,70 4,#01,40, WAO t Oi,,T T 09 ontfereSubsVa1a.rwck&JdLTy 112, S 0,30',J: AWAII S 0,30 At,ASAIL 0,30 4, 030 4' 4,W S 0.30 4 0,50/ S 0.30 1 4" $ 0,30 9 Lab., F12 S 068' usA cony eta Irsnm�5GI00�n,na.taYnl,r F12 $ 22.00 9 22.00 On 22-00 2 2 22,00 IFT2 $ f—,,Do 11.00 11DD 1,17 1.07 $ 101, $ 1,17 1.30 130 Ill ..1 11.41, 31 8 SMI� _731 2 MZN x _ � I 113 ZZI 113 l_ -9— 236,04 112 14 ALLS K 1-M-39, S 3". N 7 8 e499 1M9........ 26% 2W ............. ................. 25,4 21% Labor prices oullealfted droNol-lo,Eurred"for turnkey services through the larkunkSourcoOne6luipartiment C.'"I labor oloinal to for Projects of Sao wit.,....Smaller probhurl;could require additional"MMIhass,..is LVTIVCI labor luitIngis for Mv*cM 10000itarmore.N.J.0sisawlier than 1000 afft or Inatla04allens Involving patterns coultl require addYltnnal rest.. Paynnand and Piarlartnen-bunt...1.or..0 Included in pricing. 0.Tundusy prj"W,T.11KIM Mll in.l..for TMINIMI as It write(or as phased),and Lure,as It—plot—U 1—di-I.do.Not 30 day.after fio.ha,date Lesbim to—drit approved). Talk..storage Is Included to,35 day.without...1.Larger dunuthr,storage Midd be an additional-Me Additional items end imeekes,May be available through 7inkon 5-106 0-0 at turrialretirlinly nagothreed PrI.W9. San—One Tumksy will not oisMollpato W Milize the Solid care maintenance program wat trust. A turnkey service.fee tauldbe added M EAproject toruiver the coat ofadatualatetinothe turnkey program Page 3J of V larkett 4241 Updated Q3 2025 Sourciewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number.- 168119 Tarkett Resilient NPN: SPA Reqmire d-Cantact RBM Valid to-_Auqust I ---- MEMY INSTAUED FLOOR CARE SOLUTIONS CARPET Price 0 Per UOM* C'arrrwl,Clearing Prograrn Two Deep 0earO,)cs Pv Yew Annual Cosl SF $0 26 3 , Year C�arpel,Clean ng Progran" deep�, �nc�uding tvvo bea m r6ngs and aint t �.rahng e ch year for 3 yrs S F $078 7"�'M 5-Year Carpet Cleaning Fmqrarn,dncludlng two deep deanings and maim tuiining each year foT E,yrs SF $1,30 Off-cycle (on-demand)carpo 6eanrng ser-Oces 13 r $011�3 L lPrice V'T UOM Per UOM* LVT Cleaninig Pmgram -7wo Deep Oeannngs Per Year Anru4 Cosi, SF $10"ZI 9 3-Yew, V.VT f'.Ieaning Prograrn,in6udirig 1wo deep clearflngs and maml,vauning ead'i year for 3 yrs SF $1 17 li S-YearIVT Cleaning Program,rnckA, ng two deep cleanings and maunllrauning eachyear for 5 yrs SF $11 95 Off,cyce(on-derriand) LVT clear6ng servuces SF $0120 Peice RESTUENT(VC71RUBBER) UOM Per UOM* ResiWn C eArdng PrQCNWrl -CUSIOrTI lles gyred SF Custom Priced ,r Yronavar Resihenl Cleaning PrOgrWTI, knc,Ru6ng two deer.a 6eorungs and rrmint trah ng each year. for 3yrs SF Cumiom,Prroced 5,Year ResiHerwt UearJng Flmgram, kncludbg two deep beanrngs and mjOit trah ng each yew N)r 5 ym S F Custom Priced (on-denrand) Resihenl ck,,aaning servk,,es SF Cu"I'wr f1fted EXISTING FLOOR CAM SOLUTMS UOM 11 Price CARPET,LVT,MWENT or OTHER lder UOM* IRestaralrlVe care or othe7 sermes avadaUe Upon requesi varnous PnceO on Demand �,,�joecw sm,w6ons or union e<rru'fed re(,roris may!enij�,,e c.uswr)pricArT ALAIL Page 34 cf '-�7 qTarken 4242 Updated Q3 2025 Sourciewell Contract 4 061323-,TFL) exp, 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Alli ir 2026 tawomile Soft surface product iodicing does not Include the California AB2398 Carpet Stewardship Assessment Fee 01ISWOrdSi AS""Millf"t F60 This fee wifl appear as a separate line item on invoices for soft surface products shipped to California location's Neither Tarkett nor its installers will be responsible for the handling,removalt,or abatement of asbestos contained flooring materials or adhesives AWMalift Building Owner must provide an Asbestos Ha?ard Emergency Response Act(AHERA)report to Tarkett prior to fimpllemevtafion by Tarkett of flooring preparation andior installation of flooring material for each job If any chomirca I stripping agents such as those commonly used In asbestos abatement have been utilized,Tarkett and Its installers may require additional measures be taken prior to installation of flooring product. Pricing does not includes freight or applicable taxes in consideration(A Tari proposed pricing,uncertainty still linger;amid anti tariff implication,;.As a res0i,Tiarkeff's pricing does not consider any costs associated with potential tariffs Showd tariffs occur,Torkefl will transparently provide percent associated with an applied tariff. Pricing shown shall be field for effective date period Change in pricing thereafter will be based on published industry wide,materials,or internal price increases and shall not exceed I 014k in any trawling 12-monflh term, • Product Iprictrvg may be modified or amended with 30-days prior written notion to Customer, 0 If Customer's order is mated or otherwise placed during said 3"ay period,the prof price shall prevail ,Soft Surface Products., Minimum order requirement for Powertiond,Modular Tile running line&Broadborn products is 65 square yards Minimum order requirement for running line products under the Tarifsh Quickship program is 25 square yards for Powerbond& Modular THe except for: Pkrxus Colour IV,Abrasive Action It&Assertive Sense(5 Square Yards or one carton of 24':K 24'Modular Tile 6 67 Square Yarest e Non-standard styles require a minimum order of 500 square yards Modular Tile orders are subpect to full carton shipments. Orders of 100 square yards or less are sutrect to an addillonai one full Wi1mum carton,(6.67 square yards per carton of 24'x 24*Modular Tile) LVT Products: * LVT products are subject to full carton shipments Resilient Products: w Cut charge applicable on sheet cut request * Rubber sheet said in foli roll quantities. * Vinyl tile,well base and adhesives sold in full carton guar itias Pay"Wri To"" * Net 30 Days from the date of invoice . Any work not included in the initial,scope at work wiH require a signed change order before work can begin * All available afternatives will be reviewed in an effort to satisfy The customer's product delivery requirements. Torkett Resilient Inot Including L.VT)products include delivery to a distribution hub to the extent noted on the quoted and mutually * agreed to pricing Delivery,including,without lirinftation,to Authorized Dealers,members told sites,outside of the continental United States,certain d5st6bution locations,or other designated destinations may incur additional fees * On ReraNerd products,there will be a lift gate delivery charge(where required)based on location and willl be charged accordingly * Refer to insteliation instructions on'farkell.corn for the most up to date information * Costs associated withadditional floor preparation will be negotiated on a job-to-tob basis Floor Prepturatio" . Floons must be,free of din,oil,paint,and excessive moisture in order for the product to perform properly. Please note the MVER,RH&Alkalinity testing must be performed to give an accurate assessment of the concrete condition and the test resuls0data of each test shal i be within acceptable limits. o Net or mechanical removal of all.non-water based adhesives is recommended FOS j o Point of Manufacturer or Distribution Hub A JUL Ta rke 4243 Updated Q3 2025 Sourcewell Contract # 061323-TFU exp 8/9/2027 Tarkett Alliance Number: 168119 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: Auc gust 1, 2026 a Protection of Floors, # Boding Cost * Carpel Cleaning * Night/Weekend Labor 0 Dumpster Cost - Trip Charges 0 Stairs # Asbestos Abatement , Preformed Comers * Mats * CleaningiWaxing of Resilient Flooring # Attie Stock 0 Furniture Moving 0 Extensive Floor Preparation Materials # Sales Tom * Border Carpel w Removal&Disposal of Real]lent Area Rugs: Area rugs are custom made and may riot be cancelled. Soft Surface,Products; Customer may cancel!any portion of a purchase order for standard running line products,or the whole thereof,that have hot been shipped subject to a restocking fee Material that has already been shipped may be returned only with prior written approval of an authorized Tarkell representative and may be subject to restocking fees and any return freight incurred LVT Products: Contour and Victory Series products are custom made and may not be canceled or returned, Customer may cancel any portion of a purchase crow for the Event Series products,or the whole thereof,That have not already been shipped,subject to a restocking fee Products that have already been shipped may be returned only with prior written approval of an authorized Tarkett representative,and will be subject to a reslatIcing fees and any return freight incurred Resilient Products: Customer may cancel!any portion of a purchase order for standard runn'n line products,or the whole thereof,that have nrrt been hipped subject to a restocking fl Material that has already been shipped may be returned only with prior written approval of an authorized Tarkelt representative and will be subject toy a restocking lees and any return freight incurred. NOM The Parties herein agree that there shall be no cancellation or return for arry Custom product orders. Material Only Orders. 0 An invoice will be issued upon shipment of the material, Insloileas Source One'Turnkey Projects; * Material -An invoice wili be issued upon shipment of the material * Instaliation-An invcice will be issued upon completion of installation or as needed for phased installation 1 Soft Surface Products: Production of material will begin upon the receipt of a signed valid purchase order or a fitly executed contract Quickship Carpets-Allow an average of two weeks for production plus spill shipping time. Rurtning Line Carpets Allow an average of eight weeks for production plus applicable shipping time Custom Carpets-Allow an average of twelve weeks tot production plus applicable shipping time, LVT Products: * 2-4 weeks depending on style Resilient Products(Excluding il Rubber Products-4 6 weeks Vinyt Sheet and Tile-2-3 weeks for stocked products,16 weeks for unslorked products Wall Base 3 weeks Title and Risk of loss shall pass to the Customer upon transfer to the freight carrier. TWoMisk of tualiss . Tarkoft shall prompity replace damaged or lost material occurring during transit arrd ship the replacement order as expeditiously as possible at no cost to the Customer. # Tarket shall file any 6airris with the carrier on behalf of this Customer for any prepaid shipments * Please visit Cornmentioi Tarkett com for comprehensiverprodwd warranty terms IN M Flagt. ,-"b"""'21-7 kelm 4244 Updated Q3 2025 Sourciewell Contract # 061323-1"FU exp 8/19/2027 Tarkett Alliance Number-, 16811 9 Tarkett Resilient NPN: SPA Required-Contact RBM Valid to: August 1, 2026 Terms&Confiffions tro ft Surface ProdijcW Modular 74 product orders will be accepied for 101 cortons only. Orders of 100 squafeyards or less are sub�ec.l to one aeclftlor*full carton, Standard Running Line products are subject In the,fofloMnp shippable overage condilflons par rcIenn ordered 1,500 Square Yards oar less fi% 1,501-5,0DO,Square Yards n. 'Oversom 5,001 Square Yards 1% Ill Products: All orders will be accetiled for full cartons only. Reaflient WaR Base and Adhesive Proel a All orders will be accialpled for full raetorrs only. Note:Overages for ali Products must be shown on the Purchase Order. - Custom product cormPuckris and product custom oo ors are available at neglo0ited prices. All soft surface custom products are subject to a minimum order requirement based LrPOn Ihe custom prrAuct construction and applicable shippatie manullacturing riverages • CustornAccuaveavers,untested patterns require mockups prior to ordef Other cuslorn constrix1iorr,snWor colors niay also rsquure mockups prior to ordei All custom option orders,must be approved by the TaMett's Product Development and Technical Servloes departryients Custorn Rroadfocrrr produci orders are subjec2 to a rnarridactu6nq average of 5%or 6 4flrleal foet,whichever is greater. OUstoMi PftdUZU Modular Tile end Povorbanij whir acslom cxmlrrr r,,,,,Ar,a 1111 piece dye sharp.wr1h,a nrinimurn order requi,erreill basrad cr,She producl, Tire Parties herein agree that there sholi be no canceflation or return for custom prodw orders, All soft surface Custorn or dropped product orders are subject to this following shippable overage conditions per item ordered, 1,500 Square Yards or less 5% 1,501.5,000 Square Yards 2'% 5,001 Square Yards; 11% Note:Overagoa for all pro4ucts most be shown on the Purchase,Order. & All Torken products and servdces not shown are also available Please contact your AcrA)urd Representative for more details. * Piease include prodixt,style color and size on,each purchase order as applicable Please place rarkett,Aflitince or Custwiner Nuinbw as well as Resilient INPN number on all orders and r;oirnmurncallms ot ensure utilization of fhe proper pricing as wefl as for fearoMirg. T,a rkeft 4245 DocuSign Envelope ID OIE.C4126-6FAC-4(�D'i-9053.DBOB,9Bl2BOC8 06 1323-HI Sourcewell Solicitation Number: 061323 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Tarkett USA Inc., 30000 Aurora Road, Solon, OH 44139 (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 Suipplier. Sourcewell retains the right to consider additionail 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. 2. EQUIPMENT, PRODUCTS, OR SERVICES Rev. 3/2022 4246 Docu' n Envelope 11D.BDEC4126.6FAC-46Dl:-9053-DBOB9Bl2BOC8 06 13 2 3-_FF L) A. EQWPMENT, 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. Alli 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 are free from defects i'n 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 miust agree to aissist the Participating Entity in reachiing 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, C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to vabdate or authenticate Supplier's,authorized dealers, distributors, or resellers re,laitive 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 Contiract 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 Equipment, Products, and Services that are operational for their intended purpose, and includes all costs,to the Participating Entity's requested delivery location. Regairdiess 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. Rev. 3/2022 2 4247 DocuSign Envebpe U BDEC4126-6FAC-46DI-9053-DBOB9B 12BOC8 06132'"'I1.1_ A. SHIIP,PING AND SHIPPING COSTS. Freight and shipping costs shall be added to Supplier invoices as a separate line item and paid for by the Participating Entity, 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 thait are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive iin a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substaindardi or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity, 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 MI 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 aind discontinued items are clearly identified as such. Current ordering process and admiinistrativie fees apply. Hot List Pricing must be published and made available to all Participating Entities, 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Source,well Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator, This approved form is available from the assigned Sourcewell Supplier Development Administrator, At al, minimum, the request must: Rev. 3/2022 3 4248 Docu&gn Envelope ID:SDEC412C>-6FAC-46DI-9053-Df.'iOB,9Bl2BOC8 06132-1-11V • Identify the applicable Source,well 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 reque'sted', change, along with the requested change (e.g., addition,, deletion, price change); and * Include a complete restatement of pricing documentation in, M'icrosoft 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. Sourcewel I's cooperative contracts are availa,bIe and open to public and nonprofit entities across the United States and Canada; such as federal, staite/province, municipal, K-12 and higher education, tribal government, aind 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 conisidered 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 obtaiin 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 encourage potential participating entities to join Sourcewell. SourceweII reserves the right to add and remove Participating Entities to, its roster during the term of this Contract, B. 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 ANID 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 Rev.3/2022 4 4249 DocuSgn Envelope ID BOEC4126AFAC-46W-9053-DeOB913 12BOC8 Supplier. Typically, a Participating Entity wild 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. 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, R. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentatiion, may be negotiated bletwee,n a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration statuis, 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, 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. Rev. 3/2022 5 4250 DocuSign Envelope ID BDEC4,126-6FAC-46Dl 1-9053-DBOB9Bl2BOC8 061323-1*17t] 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to So�urcewell 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 Eintitiles, if applicable. B. BUSINESS REVIEWS. Suppifier 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. B. 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 (Le., 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 Staite/P,rovince; • Participating Entity Zip/Postal: Code; • Participating Entity Contact Name; • Participating Entity Contact Email Address; • Participating Entity Contact Telephone Number,- • Sourcewell Assigned Entity/Participating Entity Number; • )tern 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 Products provided to Rev.3/2022 4251 DociuSign Envellope 11) BOE.C4126-6FAC-46M 9053-DB0B9B12B0C8 0 6 l 1-2 3)--1 F 1,,;' 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 a two (2) percent administrative fee multip9ied by the total sales of all Products purchased by Participating Entities under tKis Contract during each calendar quarter. Labor performed in relation to this Contract shall not be included in the calculation of total sales for purposes of the Administrative Fee. Payments should note the Supplier's name and Sourcewell-assigned contract number in the merno; 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. If a Participating Entity requV'res an administrative fee from, S,luppilier, Supplier may offset the Participating Entity administrative fee from the 2% Administrative Fee Supplier pays to Sourceweli under this, Contract. Notwithstanding anything to the contrary, Supplier must pay Sourcewefl a minimum Administrative Fee of 0.5%on Products provided to Participating Entities uinder this Contract regardless of the administrative fee percentage charged by a Participating Entity. Supplier agrees to cooperate, with Sourcewell in auditing transaictiolns, under this Contract to ensure that the administrative feel is plaid on all items purchased under this Contract. in the event the Supplier is delinquent in any undisputed administrabve 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. 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 examiunatiion by Sourcewell or the Minnesota State Auditor fora minimum of six years from the Rev. 3/2022 7 4252 DocuSignEnvebpelD BDEC4126-6FAC,'-46Dl-9O53-4w)B(B9Bl2BO(,8 061323-141 U end of this Contrac�t. This clause extends to Participating Entities as iit 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 fuHy executed assignment agreement. Such consent wili not be unreasonably withheld, Any prohibited assignment w0l be invalid. C. AMENDMENTS. Any arnendmentto this Contract must be in writing and will not be effective until it.has been duly executed by the parti:les,. D. WAIVER. Fa:ilure by either party to take action or assert any right under this Contract will not be cleerned 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 ainy 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 Solurcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this, indemnification inciudes 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 applicabie law. 12. GOVERNMENT DATA PRACTICES Supplier and Source well 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 Rpv, 3/2022 8 4253 Dociu&gni ErveWpe ID BIDE C4126-6F AC-4601-9053.C)SO B9 B 1 280CS 06 1 1)23-1 FU 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. SOUirceweH grants to Supplier a royalty-free, worldwide, non exclusive right and license to use the trademark(s) provided to Supplier by Source,well in advertising and promotional material,ls for the plurpose 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 Sourcewe1il, 2. Limited Bight of Sublicense, The right and license granted herein includes a limited right of each party to grant s,ubllicenses to their respective Subsidiaries, distributors, dealers, reseflers, 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. la, Neither party may after the other party's trademarks from the form provided anid 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 iogo (excepting SourceweWs pre-printed catailog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by SourceweH, or dispose of it according to Sourcewell's written directions, 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, Rev,3/2022 9 4254 Dociu,&gnEnveope If) BDEC4126-dab'AC-46Dl-9053-DBG89Bl2BO(,',8 06 1 323-TFA I 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, 1,4.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 M�AJEURE 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 muist 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. Notificatia n, The parties rnust 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, Soluricewell and the Supplier will jointly develop a short biriefinig document that describes the issue(s), relevant impact, and positions of both parties. 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 30 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 Contiract 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 Rev. 3/2022 10 4255 Docu&gnEnve[opelD BDE(,4126-6FAC-46DI-'9053-DB(,)B9B'12BOC8 work, the Supplier will bear any additional costs incurred by Sourcewefl and/o�r 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 ainy orders issued against the Contract. 18, INSURANCE A. REQUIREMENTS,, At its own expense, Supplier must maintain insurance piolicy(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 $500,10010 policy, limit for bodily, injury by disease $500,00O each, employee for bodily Injury by disease 2, Commercial Geri eral'Liabilit,y Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and muist be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liaibility Form CGO001 (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 liabiliity, 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 Lirrilts-. Rev. 3/2022 4256 DocuSign EnveWpe ID BOEC A126-6FAC-46D I-9053-DB0B91B12B0C9 O6 13 2 3-TF U $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 00011 (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. Mliini:!mum Limits!: $2,000,000 S. 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 miust 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 insurance required under this Contract. Prior to expiration of the pollicy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the SourceweH Supplier Development Administrator assigned to this Contract. The certificates must be signed by a! person authorized by the insurers) 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. Rev.3/2022 12 4257 Doc,uSign Enveilope 1U BC,)EC412(i-6FA(,-46[)1-91053-Dl3OB9Bl2BOCS 06 1 323- I"FLI C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CON"I"RIBUTORY 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 endorsements) 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 maiintained 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 RETENTlONI. The limits required by this Contract can be met by either providing a primary policy or in combination with iumbrella/excess hability 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, 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 Souircewell 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 Rev. 3/2022 13 4258 DocuSign Envelope ID BD,EC4126-6FAC-46D 1-9053-DBOB9B 12BOC8 061 323--f-FU 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 wild 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 FEN' A 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 F�R 12319, 12935, 3 C.F.R. §, 1964-4965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and impiementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opplortun,ity, Department of Labor," The equal opportunity clause is incorporated herein by reference. B. DAV&BACON ACT, AS AMENDED, (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of$2,GOO 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 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 play 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 Rev,3/2022 14 4259 Docu&gn Enve ape ILA BDEC4,1216-C)FAC-46Dl-9053-DBOB9B'2BOC8 061323- FFU each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public wolrk, to give up any part of the compensation to which he or she is otherwise entitled. The non-federail 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. § 37011-3708). Where applicable, all contracts awarded by the non-federal entity in excess of$10'0,000 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.Thies 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 smali 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 Inventioins, 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 awaird for all contracts by Sourcew0 resulting from this procurement process, Supplier must comply with applicable requirements as referenced above, 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. Rem 3/2022 15 4260 DOCUSign Envelope ID BDEC4126-6FAC-46Dl-9053-F�B0,B9Bl2BOC8 061323-14'U F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12,689), A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions iin 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 inehgiible 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 AMENDIVI ENT, 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, granit, or any other award covered by 31 U.S.C,. § 1352. Suppliers muist 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'. 111. 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. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicab1e provisions of the Buy American Act. Purchases made iin 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 Rev. 3/2022 16 4261 Doc uSignIEnvelopePry BOEC412C)-(,,iFA(�-46Dl 9053-DBoB9Bl2BOC8 06 1323-]'H,' 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, § 200322), 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 Solidi 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 olf 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 makimizes 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 Suppfier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pare-approval. N. NO OBLIGATION BY PEDERAL 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 oir 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 3,1 U.S.C. 38 (Administrative Remediesfoir 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 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 Ul.S. Office of General Services, Sourcewell, and Participating Entity a,re able to assess the actual or potential conflict; and provide any additional information as necessary or reqluested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S, ExeCLJtive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. Rev. 3/2022 17 4262 DoaOgn Envelope ID:BDEC41126 6FAC-46D I-9053-DBOMB 12BOG8 (Iwo 11323-TI-1) S, PROH11BITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVElLLANGE 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. Toy the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C,F,R § 200322, 22., CANCELLATION Source well 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. Source,well Tarkett USA Inc, DoouSiqnod by: DacuSigned by S&Wof� 16(1( By: By. OBA27 44LAD Jeremy Schwartz Rusty Joyce Title'. Chief Procurement Officer Title. President-Commercial 8/10/2023 j 3!:24 PIM CDT 8/1.01202 6 12:!40 PM PDT Date: ,— Date-, Approved: Oocugign"by By: "� (60JAC'N' ,�BAF 7 1 GN544 54 Chad Coauette Title: Executive Director/CEO 8/11/2023 1 8:04 AM CDT Date: Rev. 3/2022 18 4263 Ducu!'Sign EnvOope 10 BDEC412f5-fatACA61.)l (.)53-DB0B9B12B0C8 RFP 061323 Flooring Materials, with Re,lated Supplies and Services Vendor Details Company Name Tarkett USA kic 300010 Aurora Rd Address: Sobn, Geofg a 44139 contalft John SuirrWi, Emad John.Surifin@ta rk�eft com Phone: 706-281-2791 Farr: 706-259-2657 HST# 63,-1185575 Submilssion Dietails Created On: Tuesday Aprfl 25, 2023 06:06 51 S,uibmitted On: Tuesday,Jiune 13 2023 12 26 11 Subrn tied By' John Sumfin mad: John.Suml�n@tarkett,corr Transaction 743e79e7-dffb-459e-805e-c9a59b52afef Sulbm- tter's IP Address 104 129 207.95 Bid NUnnber: RFP 061323 Vendor Name; Tark,ett USA Inc 4264 DocuSign lErsvelope ID BDEC41261-65FAC-46D 1 9053-DBOB9B 12BOC8 Specifications Table 1: Proposer Identity & Authorized Representatives General IInstructiions (applies to all Tables) Sourcewelil prefers a brief but thorough response to each question, Do not merely attach additional doCUrnents to your response without also providing a substantive response, Do not leave answers blank; respond MA"if the question does not applly to YOU (preferably vvith an explanation). 11 Proposer Legal Name (one legal entity only)� Tarkett USA Inc. lin the event of award, will execute the resulting contract as "SUppfier') Identify all subsidiary einfifies of the Proposer Johnsonite by Tarkett whose equipment, produc,ts, or services are included in the Proposal .................. .......................... 3 Ildlentify all applicable assumed names or DBA Tarkett, Johnsonde, fk.a Tandus Centiva names of the Proposer or Proposer's subsidlanes in Line 1 or Line 2 above.. Provide your CAGE code or Unique Entity QJQCM QY6HRF5 ld—anfife-r--(SAM); 5 lProposer Physical Address: 30000 Aurora Road Solon OH 44139 6 Proposer website address (or addresses) tarkeft corn 7 Proposer's Authorized Representative (nxiie, Rusty Joyce, President-Con merclall l6e, address, email address & phone) (The 30000 Aurora Road, Solon OH 44139 representative must have authonty to sugn Rusty Joyce@tairkeft.com the "Proposer's Assurance of Compliance" on 706-281-2730 behalf of the Proposer and, in the event of award, will be expected to execute the resull contratd)� IT— Proposer's primary contact for this proposall John Sumfin, VP Stralegic Accounts, Education (name, title, address,, email address & phone)° 30000 Aurora: Road, Solon OH 44139 johnisumlin@tarket,.com ...... 404-431-2131 9 Proposers other contacts for this proposal, if Jamie Collins, Sr. Contract Sales Support Speciahst any (name, title, address, email address & 1735 Cleveland l Dialton GA 30721 phone): parnrercolllns@tarkehzom -............r — .................... .706-281-2730 Table 2A: Depth and Breadth of Offered Equipment Products and Services ........... 77 7-117!!7M7�7 77, 10 Prowde a detailed description of the The Tarkeft family has grown strategically through the years to provide the in:dustry's products, and services that you are offering most corriprehens0ve portfrAo of sustainable floo6ng solutions, Service solutions In your proposal including cutting-edge design and technologies from Johnsonite and formerly Tandus Centiva All the sarne great flooring and accessories you've trusted for years, now offered within the Tarkett Solution SPECIrurn'rm, Modular Carpet Tiles, & Planks 2424, 1806 9x36 saes PVC Free + Cushion Backed Options EthosrD Miadutar Backing with 0mini-Coat Technology"" PVC; Free, Silver C 2C, eliminates pH,, RH and MVER testing. Flex-Aire"A Cushion Modular the only 100% recyclable sustainable cushion in the lndustry. Acoustic enhaincements; Comfort underfoot; Extended Performance, Ergonomic + Cost Saving benefits, e,g,, Sot-to-Stand Desking Solution Powerborl A 60" W ralled good carpet, !standard with an attached, closed-cell cushmn and is closed loop recyclable, This patented process fuses our proprietary cushlon backing to a carpet face, creating unparalleled performance and design capabilities PoWerrbondO has proven performanoe, for over 50 years in extreme heavy traffic areas such as airports, stadiums, ediu,cational and healthcare faloildes, Provided no free liquids are present, no moisture vapor emission rare, (MVERi of, Bid Number, RFP 061323 Vendor Name: Tarkett USA inc. 4265 Doc:uSign Envelope 10.BDEC4126-6FAC-46D I-9053,DBOB913 i 2BOC8 relative hurnidity t;RH) testing as needed, redkxing install costs and firne Power'borild is impermeable to moisture, welded searris create waft-to-wall morstwe barrier. Broadloorn Tarkett manufactures award-winning designed broadloorn and a reputation for superior quality. Our tuifted broadloom epr[ornizes sophisticated design arid work in tandem with all Tarkett &oft and hard surface platforms offering sciiutsons for Workpiace, Senior Living, Healthcare, Hospitality and Education Multiple backings support performance, budget and acoustic requirenients. Woven Tarkett's wovens represent the ultimate in luxury and performance. Drawing on weaving techniques handed down through, centuries, Our' design tearn's contemporary approach to, woven broadloom offers an elegant, high end aesthelir in a vast range of designs and colorways for the fractional luxury component ri any commerciar environment, Luxury Vinyl 'Tiles & Planks, (LVT) Tarkett LVT offers a wdde range of sizes, shapes textures and patterns designed to withstands, heavy traffic, with extra resistance to scuffs scratches and stains Our patented Techtorric"', advanced polyuremarie technology iis a massive shift forward in performance for hard surface foors. 'rechtonrc offers 40% better scratch resistance, 18% better abrasion resistance and 50+ miHion square feet delivered without a clarim for scratch, scuff, abrasion or performance amazing' Even Plane LV7, a non-woven fiberglass layer resists indentation and absorbs the sound of nearby foot traffic 30% better than building code requires, helping create quieter, more productive, workspaces. Install, Even Plane alongside carpet file— without transition strips— for additional comfort arid dekneation of space. WMI a 32- mil wear, layer and state-of-the-art TechtonKR,r protection, Even Plane raises the grade on performance, whOe keeping your feet on even ground Adapin LVT with SureSelr,, technology is designed to drastically reduce the Orne and expense of your next floor installaton A unique sculpted wave backing system allows air and moisture in the sucifloor to breathe Pressure-sensitive adhesive is pre- applied in the factory, so no glue is required on site Tiles and planks stay in place, yet can arso be repositioned when necessary, makrrig installation quick easy and flexible Vinyl Sheet and Tile Tarkett Vinyl flooring combines a broad portfolio, of patterns and colorways, with high perfon-nance for schools, hospitals and other high traffic areas. From heterogeneous sheet composed of several layers, including a bruited sheet for limitless design possibilities, to homogeneous sheet and tile with a through pattern, Tarkett's port.folio is high performing and iow emitting caritiributing to a safe and healthy indoor environment Linoleum One of the most natural and sustainable flooring solutions on the market Tarkett finoleum has been appreciated for its natural beauty, cornfort and durability for over 150 years Our finoleum is made from 94% natural raw materials (linseed oil, wood and cork flour, and resins) and is treated! with our unique xFsurface protection for durability, easy cleaning are cost- effective maintenance. Tarkeft finoleurn is the worlds first to be certified Cradle to Cradle Rubber Flooring Tarkett rubber flooring offw's the largest collection of colors, patterns and textures in the industry. Naturally slip resistant, shock absorbing and underfoot comfort, Tarkett Rubber flooring is perfect for environments that require high performance, durability and acoustic enhancement Tarkett Rubber has endless custom capabilities, perfect for branding and way finding. CornposAiron Tile Composition tiles provide econcinic value and a rnuffitude of patterns, colorways and qu,0ty options to optirnize performance across a number of high traffic installation areas Composite fires, are budget friendly and withstand heavy foot and rolling traffic Low-emittrrig composite the contribute to the safety and health of every space Staitic Dissipative Vinyl! Sheet and Tile Tarketl is a global leader, in static dissipative and static conductive flooring solutions engineered to keep sensitive environments such computer rooms, data centers, laboratories, clean rooms and ESD-sensitive areas in hospitals and the electronics and equipment they house safe Cur SDT solutions cover a range of product categories designed to coordinate with, (.,;o1orwaVs and prodUCIS With in the Tarkett Solution SPECtrum"I Sports I Multi Furrctiori Fboring From muiti-Lise gym floonng to competitive basketbair courts and yoga studios, sports surfaces need to be adapted to different activities and levels of competrfon. With every sports flooring soluflion, we provt1de the knowledge and expedrse toy maike each prolect a success �Speciaft,y Applications There are often speca0 spaces within a commercial Bid Number: RFP 061323 Vendor Name Tarkett USA Inc 4266 IDocuSign Envelope 10 BIDEC4126-.6FA(-'-46Dl-9053-DBOB9Bl2BOiC,8 environment that need unique flooring solutions to oplimize performance or contribute to safety. Tarkett offers solutions for Acoustics Enhanced On resistance � Resrstance to oil and grease I Ellectricat resistwice and static dissipafion� Safe, egress � Tarkett's portfolio of specialty flooring coordinates with aP Tarkett products W0 Base That detail between the wall and the floor that brings the whole space together. Our portfolio of options is the strongest in the industry. Tarkett offers more I profiles, colors and finishes to compliment your interior space than any, other flooring manufacturer Our wall base product lines are designed to perform, cont�nbute to safety and reduce instaii schedules. If an arohiteclura[lwood detail is desired Tarkett Millwork((D is a perfect solution, eliminating variable fabrication costs and assuring reduced maintenance costs. Millwork@ Masquerade offers endless custom capabilities to match finishes or unique, branded design Stairwell Management Proper stairwell management rninrrnizes risk bey balancing safety and performance, leading to a measurable long term return Our integrated stairwell managerient system includes rubber and vinyl treads, nosing and accessories that enhance the flow of a space, allowing people to move safely and cornfortabiy Availabie in a broad airray of profiles, textures, patterns and colors to corripfiment interior finishies and architectural details Finishing Accessories In high-performance environments, every element works together to create synergy. Interior designs must meet the recommendations of the Americans with Disabilities Act (ADA), To help, we offer an entire family of finishing accessories that will comply with regulations while complementing the existing finish elements. installations Accessorres Frorn Tarkett TAPE", for floating, configurable modular carpet installations to RollSman"', an easy4oapply LVT adhesive that facilitates faster installation, we measure the total cost of instaliation and ownership and to improlve productivity and reduce CoStr Turnkey Installation Services SourceiOne(RD, Seirwoes channels all the intdcate details of flooring management and installation to professional partners for a carnpiete turnkey solution, Source One handles the complexares of flooring trans-fomiations, from inception through Completion, including estirratingi services, proposals and order entry, Single purchase and contact point, Product design and manufacturing, Flexible, preferred flooring procurement, furniture lift, deirvery and installation, existing flooring recycling, maintenance training, long-term onsit�e support, Imaginations"' Custom :Design Logo and inset Floor Program We have attached a product brochure, as well, or you can access via https-fitarkett- my sharepoint.comi b)pliohn_sumhn/ESBUxO5STBFHsKw77sMwrABwY4PvTge6ppcMfig iXt3JMRw?e=bORzKc I'll at levels of service (material only, turnkey,, Tarkett is proposing: other) are being i proposed? Waterial ontti, orders 'Tumkey Installation Services through Tarkett Source One Department 'Flooring Contractor supported sales *Floor Care Maintenance Services provide by Soli de Care 12 Does the response include installation: Yes services? 13 If the answer to Line #12 above is Yes, We support a, diverse and highly qualified network of flooring contractors including describe in detail the following elements MWBE designations to help with participating agency needs for MWBE set side (Lines #14-16) of rnstaliation services. doltars and local business investment. Tarkett also created the first manufacturer lead installation services group in the industry, Blockbuster Video came to us in, late 1980s seeking a multr-sate solution that allowed them to use our Poweirbond 6" carpet product with installation services with one point of contact, combined material and labor warranties, and multi-site project management, Our Source One services was then created and has grown substanbafly. The "industry Ihas followed, and most I major mills now offer a "Source One' like turnkey service solution, 14 �Flow does the Participating Entity select an Tarkett SLJPPGrtS the participating agencies willingness and desire to support any of installer? our install options covered in our answer to question 13 If a preferred dearer is not currently "approved"' Tarkett can evaluate and add dealers to our network to support participating agencies Bid Nuhnber: RFP 061323 Vendor Narre: Tarkett USA inc, 4267 faocuSign Envelope Il) t3't EC4 26-6 AC,46D l 9O -DBCt 9Bl2BOi -.f 15 How does Proposer' ensure installers are Tarkett has an approved list of flloohng contractors across the US whiich is an trained, experienced, and fuilty licensed vwnthm attachment We do business with these installers and maintenance providers on a jurisdictions where work is performed regular basis across atl our segments (Workplace, (Health Care, Hospitality, Detail, MG0V and Monet This relationship over decades has built the best network of independent flooring contractors in our Industry. We, provide ongoing training and issue thane credit to buy our materials, which is updated yearly We also offer Tdrkett°s turnkey servces under the Source One Department. Source One has worked with most of our Installation Partners for many years. When we do bring on a new partner, we vet their experience with all types of products; we aiso have one of our extensively trained Field installation! Coordinators on site for the new partner's first job with us. This allows us to personalty confirm they are performing up to our expectations, provide on-site training, or answer any questions. When the Participating Entity is contracting directly wwith! Tarkefk for this materials and installation, we maintain up to date licensing for ali U.S States as required. 16 Does Proposer have a standard installation 'yes. All of Sou!r�oe One's Installlat on Pa!iners are required to sign a Sub-Contractors agreement it +waifl negw.ni!re Participating IF'niwties Agreement, a copy is provided in the upload sectlion. to Use? if 'so pilease up9oad a copy with response Table B: 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 additionat comments in the text boar provided,as necessary. tT Resilient 11 Yes _ r No 18 Ceramic r Yes iCeramic options will be made available r No on a case-by-case basis as a Furnish and! llristail (M) allowance allowing flooring contractors and Source One to provide these materials to satisfy a project that includes 'Tarkett manufactured materials. This service allows, convenience and one stop shopping for Sou!rcewvell participating agencies This is avadaa le on our current Sourcewwell offer and has proven to be an asset to the participating! agencies. Flooring projects have many var' bles, our offer is best In oiass at creating a program that can be adapted to 'these variety of needs better than any supplier In the industry, 1 Porcetairw Tolle r: Y Porcelain Tnleoptions will be made r tl'o available on a case-by-case basis as a Furnish and Install (F&i) allowance allowing flooring contractors and Source One to provide these materials to satisfy a protect that includes Ta!rktt manufactured materials. TNs service aliowvs oonvenience and one stop shopping for Sourrewei participating agencies This is avaitabie on our current `oiurnewe 111 offer alw,d has prover to be an asset to the participating agencies. Flavoring projects have many variables, our offer is best un clans at c"reafuoag a program that can be adapted to these variety of needs better than any suippiier in the industry 0 Mood r~ Yes rr No ..... 21 Hardwood r` 'yes No _...._ _.. m ...a..............._...- 22 Laminate r Yes r No _ ....._........ ..._....... 23 Rubber r: Yes No ffid Nunnber: RFP 061323 Vendor Narn& Tarkett USA Inc. 4268 DocuSign Envelope ID BDEC4126-6FAC.-4(3D1-9053-DBO89Bl2BOC8 24dtnyE r yes es No 25 Broadloom r Yes r No 6ar t Tile Yes r No 27 r, yes Epoxy, Epoxy options will be made available on No a case-by-case basis as a Furnish and Install (M) allowance aliowiing flooring contractors and Source One to provide these materials to satisfy a prolect that includes Tarkett manufactured materials This service allows convemerice and one stop shopping, for Sourcewelli participating agencies This is avallabie on our current Sourceweil offer and has proven to be an asset to the participating agencies. Flooring projects have many variables, our offer is best iin class at creating a program that can be adapted to these variety of needs better than any supplier in the industry. Flooring hybrids r yes r No 219 Floor mats r- -yes e-. No �30 Rugs r, Yes r No 31 Supplies related to the removal, r Yes installation, maintenance, restoration, and r No cleaning of flooriing materials complementary to the offering above (I.AneS #17 - 30) —32 Services related to the renoval iinCZding Yes - "'rarkett tie Start program offers take back and recycling), installation. r No recycling and landfill diversion mainteriance, restoration, and cleaning of flooring materials complementary to the It is highly important to include floor care ,offering above (Lines #17 30) into a flooring project and a flooring contract Appropriate floorcaire ensures ithat the floor, materials are property maintained for long term, appearance relenfion . This offer does not mcludle custodial care, which is the daity responsibility to remove dirt and trash from a :space. We have outlined specific maintenance requirements and �prowdures, including cleaning schedules,, product recommendations, and any necessary repairs or replacements,. This, not only helps prolong the, life of the flooring, but also helps protect, the investment made, in the flooring material and installation Table 3: Pricing Offered POW a A P U r", 33 c.better than the Proposer typically offers to GPC,s,cooperative procurement organizations,or state purchasing i. departments. Table 4: Pricing and Delivery Provide detailed pricing information in the questions,that follow bellow Keep in,mind that reasonable price andl product adjustments can be made during the term of ain awarded Contract as described in the RFP,the template Contract, and the olurceweH Price and Product Change Request Form, Bid Number: RFP 061323 Vendor Name; Tarkett USA Inc. 4269 £)o c¢,i&gn Envelope IID Cft3F.C4126-R3l•AC-. 6011- 053-CJBOBI )lBl2'F3OC3 Pole 34 Describe your pricing model (e g. line-item discounts or Tarkett's pricing model is a line item discount off the market fast product-category discounts) Provide detained pricing data prince. The discounts range varies by product line with the greatest (lncluding standard or lust pricing and the Sourcewefl discounts offered on product solutions in greatest demand Our discounted price) on att of the items that you want product catalog shows the produuclisty4e name. list price discount off ourcewell to consider as part of your PFP response if list and mernber price per unit Pricing is structured to applicable, provude a SKU for each item in your proposal accommodate the smallest need (i.e. one carton) up to Marge Upload your pricing materials (if applicable) in the renovation projects. Tarkett writ treat each project independently and document upload section of your response consider market conditions, voliunte, project scope to offer bent value pricing on every job We acre a puallty material manufacturer that specializes in supping commmercial grade materials. We are udeatly suited for the partrecipan ng agency members at 3curcewell. Our labor price list offer an extensive selection of services. To cower an areas with varying economic trends, we provude a Not-to- Exceed Price for each service, Ern a format including 7 specific regions of the U.S. lidentifned by states included un each Timis price list will allow an entity to budget a project, knowing it will not exceed the price in their region The Labor schedule aflows for ... ....._...._.._._ standard rates as, well as prevarkrmg wage. 35 if Proposer is including installation services within its Our extensive list of services allows our approved flooring proposal, please describe Ihow installation services will be contractors and our in house installation group (Source One) to priced, including applicable labor rates that may apply. Now break any project down item by item for a, comprehensive proposal will Proposer address any prevailing wage requirements of showing products and installation. Our Labor Price List unclude^s Participating Entities? Prevailing Wage pricing for every service In every region 5curcewelll Serves. Our approved flooring contractors and Source Oirte _ installation Partners are highly trained managing this type of project. 36 Quantity the pricing discount represented by the pricing Tarkett is providing a discount off list pricing Percentage discounts proposal in this response. For example, if the pricing in vary depending on product platform with the greatest duscraunt your response represents a percentage discount frCairn offered for the most popular styles inermbers use. MSRP or list, state the percentage or percentage range, Modular Tile 28 to 52% Powerbond: 29 to 57"'r"w Luxury "Vinyl Tile 27 to 51% Resilient (including but not fimited to sheet vinyl, rubber, wall base): 20% BroadloornMoven; 23 to 49% 37 Describe any quantity.... r volume discounts or rebate. � Tarrkett"s�pricing is a not to exceed per fine item further discounts programs that you offer, can be offered to members based on order quantity job location and other market factors that will offer further savings. _ 1138 Propose a method of facilitating `sourred" products or Tarkeff has the most comprehensive commercial flooring product line related services," which may be referred to as '`open in the ¢nduustry, for the few omatenars we do not make we use a market" items or 'nonstandard options". For example, you furnish and install allowance This permits a participating, agency may supply such items `at cost" or 'at cost plus a member to complete a flooring protect with materials we may not percentage," or you may, supply a quote for each such manufacturer but are needed to complete the project. ",r"W"e do not request linclude every flooring option, but a majority of what a participating agency member needs to complete a flooring project are included 39 Identify any element of the total cost of acquisition that. is We have made every effort to include ail cost associated with a NOT included in the pricing submitted with your response, commercial' flooring project.. In some cases, orders may be subject This includes all additional charges associated with a to a roll cut charge or a Itft gate charge" Pricing does not Include purchase that are not directly identified as freight or the California ,AB2398 Carpet Stewardship Assessment Fee or shipping charges. For example, list costs for items like pre- taxes and will be add should tut be applicable, delivery inspection„ installation, set up„ mandatory training, For Source One Turnkey service proposals we will include all or initial inspection tdentify any parties that impose such services necessary for a project based on a site visit performed by costs and they relationship to the Proposer. our installer. We work difkgently to avoid any need for Changie Orders, although they sometimes corne up unexpectedly during a project (for example upon removal of existing flo rcovering, a need for extensive Floor Prep may be identified' due to a problem that was not originally visible). Each proposal will also include a list of exclusions for the customer's convenience. The customer MI see a fuh cost of each project on 'their proposal, including freight,„ sales, tax, and even the California Assessment Fee for jobs in that state.. 40 if'-freight bet" or'shipping'is an additional first, to the Tarkett USA Unc uses independent, third-party, freight carriers, to ourcewell partapatrrrg entity, describe in detail the deliver Is products. Product pricing doe's not include freight and will complete freight, shipping, and delivery program, be prepaid and added as a separate line item on the invoce 41 Specifically describe freight, shipping„ and delivery terms or Tarkett USA Inc. uses independent, third party, freight carriers to programs available for Alaska, Hawaii, Canada„ or any deirver its products. Product pricing does riot include freight and will offshore del'iivery, be prepaid and added as a, separate line item on the invoice, Bid Nulrnber: RFP 061323 Vendor Name Tarkett USA Inc. 4270 DocuSqn Enve,Bope ID BDEC4126-6FAC,46D 1-9053-DB0B9B12B0C8 42 Describe any unique distribution and/or delivery methods or The approved dealer partners servicing Sourcewell members and options offered in your proposal, their hie rnarkets have access to Tarkeft and Johnson0e resilient inventory mauntajned by over 275 Tarkeft distribution partners across the country, in addition to tine stock at Tarkett warehouses. This supports faster delivery for many, products and reduces lead times Tarkett dmInbutors receive shipments at least weekly to replenish stocked items as well as those needled on a project bais4s i This distribution network offers End Users sorne freight costs savings due to scheduled pool truck delivers that create economies by potion g shibmerits, and maxurnizing freight discounts Tarkett has —-------- perfected this delivery system, Table 5: Payment Terms and Financing Opitions 0 W", 1-:11,111 71 43 Describe youir payment le rms and accepted payment Tarkett accepts the payment methods below methods Wire ACID Mailed Checks Online payments via &l Trust - Customers can pay, here with a credit card or direct4,y from their bank account for no addqicnafl i fee. This option does require members to register for a no cost Bill "Trust account, There are no service fees for any payments, however, there is a $250010,010 9imrt on payments by credit card. 44 Describe any leasing or financing options available for use Tarkett does not offer any leasing or financing options to educational by educational or governmental entities. or governmental entities 145 Describe any standard transaction documents that you We have uploaded our standard terms in the document section propose to use in coinnection with an awarded! contract The document fUrther defines area like: (order forms, terms and conditions, service level 'Minimum Order requirements agreements, etc,),, Upload a sample of each (as *Overages applicable) in the document upload section of your *Custom Products response Asbestos Abatement *FicNar Preparation "Floor Exclusilons *Lead times 'Returns/Canceilations [Do you accept the P-card procurement and payment P Cards are accepted via online Bill!, 'Trust. Tinis option does process? tf so, is 'there any additional cost to Sourcerwelt require members to register for a no cost Bill Trust account, There paidj6pating entities for using this proces0 is no additional service fee to pay with this option, Bid Number: RFP 0161323 Vendor Name, Tarkett USA Inc. 4271 DocuSigm Envelope 0E BDEC41 6-6FAr.;�46Dla ,9053-N"D W)B9Bl2BOC8 Table 6: Audilt and Administrative Fee NM- 47 Specifically describe any seif•audit process or progrann that you Tarkett has a dedicated Alfianoe Number that is used in plain to employ to verify compliance with your proposed Contract tracking ail sates to 'Sourr'.eweil members, We cormuumnucate wkh Sourcewell This, process includes ensuing that Sourcewell this number to members and dealer partners and it erasures participating entities obtain the proper pricing, that the Vendor that not only proper pricing is given to members but also reports all sales under the Contract each quarter, and that the tracks all sales for reporbrng and payment of Inc-, CAIF fee. Vendor remits the proper adlnn'inistral'ive fee to Sourcewel0. Provide sufficient deta0 to support your ability to report quarterly sales to Ta;rketts local account representatives will also randonmly Sourcewell as described in the Contract template audit the installing contractors that buy flooring and provide service to the Sourcewell member to ensure contract compliance and understanding The Sourcewell member must make it clear that they have the '"desire and ability," to use the agreement on their Purchase Order aid other order comnrmunications _._.. _ _........ 148 If you are awarded a contract, provide a few examples, of internal Tarkett will review quarterly sales figures to assess our mmetrics that will be tracked to measure whether you are having success with the contract, We will review orders randormily to 'success with the contract ensure that proposals are compliant with our contract. We continue to improve and refine our go to market strategy based on our successes and failures. 49 lderi fy a proposed administrative fee that you Ml pay to Tarkett USA Inc, wullt offer Sourcewell a 2'% contract _. S'ourceweil for facilitating, managing and promoting the Sourcewell acirmimistrative fee (CAF) payable on net agreement Contract in the event that you are awarded a Contract This fee sales of manufactured product adjusted by credits. The is typically callcuWed as a percentage of Vendor's sates under the labor portion of this agreement performed by our Contract or as a per-unit fee, iit is not alone-itenn addition to the dealers or Source One wilt inot qualify for the fee ember s cost of goods (See the RFP and template Contract for Participating Entities (i e, States or other participating additional details p agencies) that sign a participating addendum to the Tarkett Sourcewell contract may demand their own administrative fee from Tarkett in addiction to the Sourceweil CAS. in the event that a participating entity derronands, a CAF from Tarkett. Tarkett will pay a mmaxiMUM of 2% in CAF total between Sourceweil and the participating entity. Table 7: Company, Information and Financial Strength r 50 Provide a brief history of youir company, Tarkett's leadership position in the flooring industry is the result of 140 years of including your company's core Values, experience, and bu'itdls on the talent, values and commitment of generations of buusiness philosophy, and industry longlevity entrepreneurs Tarkett originally known as Alliibettt & Sommer, our heritage of related to this requested equipment, products performance ands innovation began in Paris in the late 18OGs. Through cur or services acqussutions of bohinsonde, Tandus Centiva and t_exrnark, we've brought a cornp9ete portfolio under the Tarkett nanne that rrneets the needs of any market segment, including Hospitality, Workplace, Education, Government, Healthcare, Retail@, Muilti- Farnily and Residential_ "ktu`hth Tarkett, you can easily select a flooring, platform for the specific needs of every space—anti design with rnatereals that don't just look heauitiful, but function well. Cur full palette of colors, patterns and textures is coordinated to work together visually across platforms, letting you easily carry a design aesthetic throughout an entire floorplan Whfte our methods have evolved, our, process stiR begins with careful consideration of the goals held by those who live, work, and pRay on our surfaces each day Taken together, we calf our mixture of craft, scence, and purpose 'Tarkett Human- Conscious DesignSM And it drives everything we do. Tarkett Humman-Conscious Design is our cormnrmmtmmment to stared with present and future generations. To create flooring, and sports surfaces that are good for people and for the planet. And to do it every day by: 1) Designing ffrorn a deep human understandimg 2) Providing conscious chowes for people and planet ) Remaining with you, every step of the way Bid Number RFP 061323 Vendor Name. Tarkett USA Inc 4272 Doct6ign Envelope IliD BDEC 4i 6-6i AC-4a01 r,4053-D B: l2 i,)C8 51 �What areyour company's expectations in the Should�Tarkeft be re-awararded, we expect, to continue to maintain the high, Bevel of event of an award? service and thought leadership we currently provide Sourcewell and Sourcewell participating agencies We also expect to continue to collaborate with Sourcewell for marketing and trade shows as well as attend Sourcewell events like Sourcewell University and H 0 Supplier Forum. Continuing these will further grow our partnership and will enhance the parfucipating agencies experience using Sourcewell and Tar(efk. Tarketf has continued to work with and collaborate wsw lth the Sourcewell commodity managers and administrative staff. We have a history of consistent timely communication and cooperation building a strong relationship with Sourcewell and your participating agencies, "these are 3 examples of our thought leadership and collaboration: 1) A recent endeavor was to create the Healthy Building Summit for Public Sector entitles. "Bringing together stakeholders around planning" design, construction, studenttwwvork life, sustainabilfty, and maintenance to discuss what they learned in ,COVID was just the tip of the iceberg. The real, emphasis was how we use what we learned and move into a collaborative consistency of co-creation fostering new pathways to see an earlier future where ail learning spaces are considered healthy spaces", The urgency to have the Education Heathy Building Su!rrrxiif was driven by fhe growing amount of data that was collected through smart building technology, mental health data and federal funding. This data exposed the demand! for healthy buildings for all students, Several of these demands drove the initial conversation. Although indoor air quality and infection control were major drivers, this was not the only issue facing educational facilities around the country, tither drivers included': Neurodiversity and the recognition of a diverse student population requiring unique social-emotional learning strategies. Cognitive toads and a clearer understanding of how acoustics and indoor air quality impact not only learning and productivity, but also our relationships. Siophiilic Design and Daylight can both positively impact: our stress levels (measured as heart rate variability, or HR and circadian rhythm. This in turn can lead to stronger brain function" boost feelings of happiness, decrease anxiety, and lower blood pressure Funding i Maintenance and deferred maintenance annual, deficit crisis but also the impact that poorly maintained buildings have on poor indoor air quality and other health implications. ) Tarkett's track record of commitment to Thought Leadership in the marketplace is well known, High performance buildings and schools use best-in-class materials pike Tarkett"s that can affect worker and student performance with better acoustics better thermal values in space, better Indoor Air Quality (1Atg) and lower maintenance costs Tarkeff's long standing relationship with the Collaborative for High Performance Schools (CIHPS) and with Tarkeff"s board seat has introduced the high- performance rating program to Sourcewelf, This has led to discussions and an opportunity to create High Performance product offerings to K12 schools that can use best in class procurement sourcing (Sourcewdrelf) and CHPS K12 building rating systern for high performance facilities, The opportunity is an example of the thought leadership position Tarkett has in the market and the belief that strategic sourcing 'lis a key to our success. Our hope is Tarkettws introduction whit lead to a new chapter of great partnerships using great sourcing (CHPS" Sourcewell and Tarkett) The award of this RFP will continue to grove these relationships and others like it,. 3) Another example of the Tarkett Sourcewell partnership dates to 2017 T when the California Association of Business officers (CASSt3) signed a formal endorsement of NJPA. 'The CASSCihtwl3PA partnership is a formal endorsement of the NJPA, competitive solicitation and contract award process," Schwartz said, "It also provides an effective and fully supported pathway for CASBO members to access procurement solutons through NJPA"s contract awarded vendors" Tarkett (T°aindus Cenbva at that time) introduced and drove this endorsement with CASBO Tairketfs longstanding relationships at CASBO brought this idea forward and help execute this endorsement Sourcewell is now the Department of General Services (IP3t " ) CMAS (California Multiple Award Schedule) contract, Tarkett and Sourcewell has benefited due to this wrwork. The NJIPA press release is attached for reference We hope to continue our long and strong partnerships into the 'future. Tarkett"'s vision is to continue to grow relationships that foster strategic sourcing and Sourcewell ~w«ite believe this makes us uniquely qualified to Continue to grow Sourcewell and strategic sourcing. Bid Number, RFP 061323 Vendor Name: T rkett USA Inc, 4273 Docu&gn Ervek)pe U BriE'.,4126-6FAC 46D1,9053-DBOB9612BOC8 52 Demonstrate your finandal strength and To demonstrate our financial strength and stability, we have attached our financial stability with meaniingfur data. This Could statements. Our Net sales for 2022 was 3 358 9 (minion Euros) and foiir 2021 was include such items as financial statements, 1,7921 (million un Euros) SEC filings, Credit a,nd bond ratings, letters of credit, and detailed reference letters Jpkoad supporting documents, (as applicable) m the document upioad section of your response 53 at is your US market share for the Market share data is difficutt to gather and validate for that reason we are solutions that you are proposlng7 solormitting estimates based on market research Some of the data is triangulated anti is only an estimate Carpet Roll 10+ % Carpet Tile 10+% Heterogeneous Sheet Vinyl 5%, Homogeneous Sheet Vinyl 15% Linoleum 10% LVT i(Luixury Vinyl Tille) 10+% Rubber 7% VCT (Mnyt Composition Tile) 12+% —.—MaIll Rase 51+% 54 What is your Canadian market share for the Market share data is difficult to gather and v0date for that reason we are solutions that YOU are proposing? submitting estimates based, on market research. Some of the data is thanguNated land is only an estirnate. Carpet Roil 1 0/6 Carpet T0e 10+% Heterogeneous Sheet 'Vinyl 19% Horriogeneous Sheet Vinyl 580/6 Linoleum 7% LVT (Luxury Vinyl Thep, 4% Rubber 10+% VCT (Vinyl Composition Tile] 29+% Wall Base 34+%e, 55 Has your business ever petitioned. for Tarkett has not ever petitioned for bankruptcy protection, bankruptcy protection? If so, explain in detaiil. 56 How is your organzation best described'. s Tarkett is a rnanUfacturer, a service provider through our Source One turnkey it a manufacturer, a dis,tributor(dealer/reselier, services and a maintenance leader with our alliances in floorcare. or a service provider? Answer whichever Tar,kett has a direct .sakes force of over 1801 + employee salespeople in Noi1h question (either a) or bil just below) best America (please refer to 65&66 for additional breakdown of our sales and service appileS to your organization. teams) We have in house field inspectors, trainers, and technical support teams la) If your company is best described as that make our sales force the best in the flooring industry. We are segmented by a distributor/dealer/reselier (or similar entity) vertical markets in our approach and strategy We focus on Education and provide Your written authorization to act as a, Government as a core competency because of our unique high quality commercially clystrpbutor/dealerhreseller for the manufacturer !focused line of flooring The industry has served residential customers first and of the products proposed in this RFP. if commercial second for decades Tarkett has served coninierciM sales first giving us ,applicabkle, is your dealer network a marketable advantage. Our Sales force serves Participating Agencies/Eind users mdependent or company owned? and our approved independent Flooring Contractor network with expertise and lb( if your corripany is best described as recommendations for solutions in flooring, Our Source One group supports a a manufacturer or service provider, descnbe manufacturer direct service model! if it is required by the End User/ParlJcipabng your relationship, with yolur sales and service Agency creating a seamless turnkey model. Our network of independent flo,oriing force and with your dealer network in contracts gives us the local feet that ED/GOV often requffes Our sales force delivering the products and services supports all these routes market giving its a COnSUftative feel that a winning supplier proposed in this RFP Are 1hese individuals needs YOUT employees, or the employees of a third party? Provide all 'Suspension or Deba— :57 ,meni` Not appficabke - Tarkett has not had any suspension or debarment in the past ten information that has applied to your years. I ......1organization during the past ten years, 'Table 8: Industry Recognition & Marketplace Success ........ Bid Number RFP 06,1323 Vendor Name, Tarkett 'USA Inc 4274 DOCLISign Envelope ID:BDEC4126-6FAC-401-f3053-DBO9'9B12BOC8 .......... ................................. Describe airy relevant mdustsy awards or 2023 recogn4ion that your company has received - Green Good Design Award, LinoFloon't-inoWaIl and Inspired Nature in the past five years interior Design NYCxDESlGN Award Finalist, Even Plane and Q Granit/Q Eminent Fishman Fioorng Solutions Vendor Partner of the Year MetropolisLikes Award! - Collabrative Collection 2022 Metropol'is LIKES (NYCOESIGN), Renewal Series Interior Design (NYCOESIGN), Renewal Series Metropolis LIKES @,NeoCon, Inspired Nature Spaces4Learning New Product Awards, (K-12 and Higher Ed), Q GranithQ Enrinent Arch1izer Aw Product Awards Finalist, inspired Nature Metropolis Pianet Positive Award and Editors PIck, Linof`�oor/UnoWaII Interior Design Best of Year Finalist, Inspired Nature and Q Giranitho Eminent Good Design Award, Inspired Nature and LrinoFioor/LinoWail EFA Expo's Editor's Picks, i Series Starner Design Awards—included in muItipIe winning protects 2021 HiP Award Finalist, Workplace Carpet category, Meta Firma Collection Best of NeoCon Hard-Surface Flooring Naturall Materials,, Color SpIash Good Design Award, FfightPath & AirSpace, Tatami System 2020 EPA Encouraging Environmental Exceilence Award - Middlefield facility Azure Magazine AZ Award Winner, 0 Mixonorni Interior Design Best of Year Finalist, Light Shift Collection NYCOESIGN Award Finalist, Drop Cloth 2019 A,SID Design impact Award, Garden Walk at EPA Starnet Design Awards - Part of multiple winning projects Designer Pages Spec Stars: httpWrrredia des ignerpages.coni/award-winnersi iiCA/HD Expo Product Deslgry Merg:Emerge LVT In Flooring-Hard Surfaces �Category Metropolis Likes Award, 0 Mixononil HiP Award for Hospitality Flooring 0 Mixonornii HiP Awards Finalist in the Innovative Manufacturing Process category, Tatami System HIP Awards finalist iin the Workplace: Carpet category, Interleave and Composition Series HiP Awards, finalist 'in the Workplace: Heard Flooring category, Orop Cloth Best of NeoCon Gold in Carpet: Broadloom, Tatairm System Buildings Product Innovations Award Grand prize, Tatami System Arch Records Product of the Year, Tatami System Iinteriors+Sources; 2019 Readers Choice Awards, 0 Mixonomi Good Design Award, Tatarni System and FlightPath & Air�Space Interior DesTgn Best of Year Award, 0 Wxoinomi Interior Design Best of Year Finalist, Tatami System and 0 %xonornii AN Products of the Year; Honorable Mention Tatanni System in Textiles category Honorable Mention iD Mixonorri in Finishes + Surfaces — Indoor category Architizer A+ Awards Finalist, Pentagonals Interiors + Sources Reader's Choice Best Products, 0 Mixonomi 59 What percentage of your sales are to the '10 % governmental sector in the past three years? Estimates provided, The recent pandernic has skewed these numbers for 2021 2022 We are seeing growth In these sectors for 2023 YTD BBC What percentage of your sales are to the 25. education sector in the past three years) Bid Njurrfber: RFP 061323 Vendor Narne: Tarkett USA Inc 4275 Doru&gn!Env(�9ripe ID C3t),EC412 6FAC--45E N 9fD5'3.D BOBgB'12BOC.B - ......... _ ..... _ 51 List any state, provincial„ or cooperative Tarkett holds several state and cooperative contracts including: purchasing contracts that you hold. 'ghat is State of New York Ithe annual sales volume for each of these State of Florida contracts over the past three years? State of Georgia State of Mississippi State of Louisiana Mate of California Mate of Pennsylvania Mate of Connecticut E and I Ornnia Partners 13uyboard Choice Partners Premier Viz'ient Athed States Contract sales voturne is confidential, and we do not share it with other entities, however we estimate these contracts to collectively account for 10-20% of the _...�._ .....- overallll sales 2 Ust any GSA. contracts or Standing Offers Tarkett holds a GSA Contract. CS..27F-3032., conD,ract sages voiuurne is confidentol, a,nd Supply Arrangenw,enis (St3SA) that you and we do not share with other entities The recent pandernic has skewed these hold What is the annual sales volume for numbers for 20211 & 2022 We are seeing growth in these sectors for 2023 YTD each of these contracts over the past three We estimate our GSA contract sales to be an average of $500,000 annually Our years"? sates to the federal government and its agencies is much higher NOT nrusng the GSA schedule `able : Top Five Government or Eduication Customers Line Item 63. Provide a lest of your tap five government, education, or non-profit customers (entity name is optional)to whom you have provided equipment, products, or services sirniiar to the solutions sought in this RFP, Pncquding entity type,the state or province the entity is located in, scrape of the project(s),size of transaction(s) and dollar volumes from the past three years. OR Large School Education 'Nevada-RV Products utilized include 4 natlluon per year 13 n70honi District Powertiond and moduiar file carpel as well as LVT Large school Education Texas-TX Products utilized include 35 million per year 8.5 million District Powertiond carpet LVT', resdient and eSource One Turnkey installation services. Large faith Non-Profit Utah-UT Products utilized include 3 5 million per year 8.5 million based P�owerbond and modular tulle organization carpet piroducfs as well as Source One Turnkey installation services. Large School Education Texas-TX Products utilized include 2.5 million per year 7 million District Resilient„ Fowwrerbonrdl and modular tile carpet products as well as Source One Turnkey services. Large Schoou Education Flonda-FL Products ufifized include 2.5 mdldion per year 7 million D stnct drnaginations (Custom cut designs), Powerbond and rmoduiar tole carpet, LSAT, resilient and Source One Turnkey services Bid Number: RFP 0611323 Vendor Name: Tarkeft USA Inc, 4276 DocuSign Envelope IC BO' E&:,4 92E-fiFAC-45Ct1-3o53.DBOS9Bl2BOC8 able 10 Referrences/Terstirnoniial Lime Item 64 Supply reference information from three ctistonners to whom you have provided equipment, products, or services similar to the solutions sought in this RFP and who are eligible to be Sourcewelj participating entitles. �In 0Cwta N mr,er Sara � uRM r GMI 1 h r " .�,.., . ......��.���,.... Sarasota County Schools, FL Don Ftarripton 1941i 927-9000 ext 6E535 . Director of Facilities Dion hampt rii saraisota �urrt°ysr;hor)a s net Pasco County Schools FL._... Carey Llazan... _... (727) 774-79,52 Consl Services Project Coordinator drazah@pasco.k12.f4.us Cypress-Fairbanks I.SO ._ ...W_ Roy J Sprague, Jr AiA, Cal, ALEP LE Fellow (251) 597-410116 Chief Operations Officer .......___r_....._ _ _.a....._.... _ _.. ..........................__..,... Table 111 t Ability to Sell and Deliver Service Describe your cornpany's capability to meet the needs of aourcevwell 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 liar employees of a third party), and any overlap between the sales and service functions. �S.5 .gales force. Tarkett maintains a sales force of just over 180 AcCiDunt Executives and Regional Eusuness Managers that are (located across the US and Canada, :Supporting our sales team are 15 Regional Vice Presidents, 3 divisional Vice Presidents, two Ed'ucationlGovernment Strategic. Accounts Vice President and many custorner end l technical support specialist Tarkett maintains, a strong segmented sales force that allows us to speak directly to our umarkets. SLED (State Locat & Education) market is made up of facility administration Maintenance and operations, Design and construction, flooring contractors, distribution partners, archutects/deslgners and other influencers Tarkett is able to speak to each of these groups and help create a solution based approach for any flooring project Our focus on segmentation allows us to be acutely aware of the needs of each and provide our best-in-class flooring solutions in a consultative manner.. 66 Service force. Tarkett has an exceptional dealer network with over 400 approved dealers throughout the t1S and Canada Our dealers are traiined and certified in the handling and installation of our flooring products. Pant of the dealer r;ornimtitrnent is to utilize contracts and cooperative purchasing agreements to maximize opportunities to promote Tarkett flooring solutions. Our dealers are authorized to service Souiroewell participating agencies can buy material onty or fully delivered and installed goods, S .,.,... Dealer network or other distribution Tarkett's approved dealer network as well as distrndu ion network splans across the methods. US and Canada. Our approved dealers can provide participating entities material only sales or full turnkey serums. Our extensive network of providers Mows for the participating entity to use Poocal businesses and foster community relationships Additionally, about 40% of our dealer partners are, certified small, woman, minority, veteran owned etc that further supports the local corrno"munrties and can provide a tier 2 diversity spend in support of goals the participating agency nray have. Bid Number-,tuber-, R IB 061323 Vendor,Name Tarkett USA Inc. 4277 DricuSign Envoiope ID,BDEC412!6-6FAC-46Dl-9O53-DBOB,9Bl2BOC,8 68 Describe in the detail the ordering Material Only Orders Direct via Tarkett Direct process, including the respective roles, of Member can send a PO to their local Tarkeft Account Executive or directly to our distributors, dealers, or others (including Customer Service Department at sub-contractors) in providing solutions to West CustometCareWest@tarkett com Participating Entities This may include a Central CustomerC are Cenitr�aj@tarketl,,com step by step process identifying who is East CustomerCareEast@tarkett.com responsible for meeting the, needs of the Participating Entity at each: stage of dehvery. Each PO will require: Sourcvvelj Alliance Numcer 168119 :Product NamelColor/Arnount needed Bflling and Ship too Addresses The Customer Service team will confirm receipt of order request, advise of shipment date as well as provide answer to questions should any arise Source One turnkey orders. Members will contact their dedicated regional account coordinator and provide detailed project information including Sourcewell ,Alliance number 1681111, products desked, and scope of work needed Source, One will complete a proposal for the member to approve and schedule services upon approval The account coordinatior will be un constant communication for project status updates and manage all aspects of the request from start to project completion Orders via Tarkett Approved Dealer Partners: Members will contact thier local dealer and request products and service utilising the Tarkett Sourcewetl Contract Alliance 16 119, The dealer partner will enisure they understand the scope of work needed and manage all aspects of the request from start to project completion Roor1rig Contractors (Dealers), will order the materials needed for each project ensuring Sourcewell contract information appears on alt proposals and orders that are submitted. Each PO will require, Sourrwell Alliance Number- 1168119 Product Narne/Color/Arnount needed Selling and Ship too Addresses 691 Please describe the relationship between Tarkett's relationship between our Dealer Partners and Distribution Network is a true Proposer any distributors, dealers, or partnership. Whether they have been our, partner for 15+ years or 1 month the others (including sub-contractors) commitment and level of service is Vie same. Our Account Executives work hand and hand with our Dealer Partners to understand the needs of the local market and challenges end users may be facing because adverse flooring conditions Together they drive solutions that provide optirriall flooring solutions that look great and are healthy for the people occupying the space and the environment, In the same respect, our Regional Business Managers support our distribution partners and collaborate to understand the rinarket needs and drive solutions, further supporting the end users providing a high levee Of customer satisfaction Quarterly or yearly reviews are conducted to measure, not only, their performance and service of Tarkett products but also our *vol of service to them Bid Number: RFP 061323 Vendor Name: Tarkett USA Inc. 4278 Dca.&gnEnveiope Its:B�DEC412 5-F>FAC.,46DI 9053-IDBOB9Bl2BO,(.',s .......... 70 Describe in detail the process and Order Entry - Target; 11 Business ILDay or Less procedure of your cuslorner service Orders are to be entered within I business day from the time the Customer Service program, if applicable. Include your Representative receives, the purchase order. This metric is measured through analysis response-time capabilities and of daily reports for orders entered commitments, as well as any incentives Order Management - Target Less than an Average of 1 Sales Order Line per Day that help your providers, meet your stated Factored by the number of sales order lines that have missed a ship time due to a service goals or promises, block or missing information on an order. This, metric is measured!, through analysis of daily and weekly reports on various items reqwding order details, Phone Accessibility Completed Rate - Target: 96% or Higher �The completed rate is factored by the ratio between the number of calls answered vs number of calls offered. This metric is measured through analysis of weekly reports showing the completed rate for all calls that have come, in, Service Level - Target 0% or Higher The service level is factored by the ratio between the number of calls answered within 20 seconds vs the number of calls offered This metric is measured through arra"is of weekly reports showing the completed rate for aill calls that have, come In, Communication, We conduct monthly quality coaching reviews with each Customer Service Representative to go over their phone and ernafl communication The, supervisor monitors, phone calls and emails, and then, use a scorecard to grade one of each for the monthly review. We measure professionalism, ability and willingness, to help the customer, quality of the help provided, etc. The scorecards for these reviews help to identify any areas that a Customer Service Representative may need additional coaching and/or taming, Customer Satisfaction Customer satisfaction is, measured through surveys that are sent out to our customers, 7 aes-cribe your ability and willingness to Tarkett has, the ability to provide products and installation to all members throughout 1 - -- provide your products and services to :the United States, with our extensive dealer partner network there is no area that can Sourceweil participating entities, In the not be serviced Unrled States 72 Describe your ability and willingness to Tarkett is a global company and can serve any Sourcewell member located in provide your products and services to Canada, pricing for products is induded in US dollars and can be converted to CAD Sour ell participating entities in Canada as requested, 73 Does Proposer intend to serve nonprofit Yes, Tarkett Mill serve all eligible SourceweiI participating agencies if awarded a agencies if awarded a contract? contract 174 identify any geographic areas of the United' Tairkett will service all geographic areas. The exception would be shoutd any state States or Canada that you win NOT be have legislation that has passed that does not at for the use of ia cooperative fully serving through the proposed contract, services agreement to purchase non-consumable products (I.e., flooring and retated services), Additionally, the contract tabor pricing does not include Alaska, Hawaii, Canada, or US Territories These areas would The negotiated labor if that is possible or we would provide maternal only sales. 75 Idenhfy any Sourcewell participating entiity Products and Services wM be provided to all sectors except those segments or sectors (o e, government, education, not-for. regions where a cooperatve agreement is not allowed by law to be used to profit) that you will NOT be fully serving purchase non-con s urn able products (iler, flooring and related services) �through the proposed contract Explain in detaii, For example, does your company have only a rpgioriati presence, or do other, cooperative purchasing contracts limit your ability to promote another contract'? ract? 7S Define any specAc contract requirements Alithough we can offer turnkey services in Alaska, Hawaii, and US Territories, the or restrictions that would apply to our labor, would not be on contract due to several) factors, Including 1) unstable market participating entities in Hawaii and Alaska trends in these areas, 2) distance and/or remoteness can offer distinct challenges, and in US Territories. preventing us from offering a similar market rate as other 48 states (plus Washington �IBC), We do not offer turnkey services In Canada due to 1) challenges with managing projects across, country lines, and 2) US to Canadian dollar conversion in lability. Table 121: Marketing Plain 1 121 E111117711"', " Y V J Do Number, RFP 06,1323 Vendor Nanne Tarkett USA Inc 4279 DociuSign Envelope ID BOEC4t26-6FAC..46Dl-qO53-DBGB9B'12BOG;8 ........... ........... 77 Describe your marketing strategy for 'Tarkett has expanded their marketing team over the past 2 years to 40% inore head promoting thiis contract opportunity. count and hiring We have rnoved most of our external creative to now be internall which Llpload representative samptes of your creates deeper customer understanding married with capabildies This Includes a new marketing rnaterlaBs (Bf applicable) in Vice President of Marketlng, Creative Duector, iied by Jonathan Stanley who is now the the document upload section of your Director of SLED markets (Education & Government) His sole focus is embracing the response cuslonner needs and developing infoirmation that would best support customer experience avid engagernents One unique event Tarkett Moats each year is a Healthy Budding surnmit which supports our organizational compass but also includes our target audience to enhance their abiirty to, lead this conversation. Our vision includes strategic sourcing as a part of these discussions allowing best value purchasing versus low price Our 2023 suinimI wilt include a representative form strategic sourcing, To fisten to scone of the voice, pamcipairits from our most receim Healthy Budding Summn ip0ease visit our You"Tulbe chainni hltpsJIWww YOU'lube comtwaIch7v=QDA5—M558NM a Tarken is launching an enfirely new North American website to launch in June of 2023. We are investing in some key word search oporri driving people to the Tarkett Educatdon landing page which wilt in turn drive them to the Sourcewell landing page Our marketing automation metrics on visits and many other options willl be available for us to best understand what messages resonate with key customers b We will collaborate with Sourcewell upon award to create a new 2 page digital and printable rnarke0ng piece Marketing pieces like this have been very effective in the past and can We on the Sourcewiefl uanding page. c. SaVesforce Training wfth new award with an elite team of AEs that target Sourcewefl rilembers, within the SLED market seginent. This incWdes about 100 Account Executive who are now assigned to the national SLED network as well as connections tint io the Canadian market d 'Trade Shows including NSPMIA, A41-E, APPA ASBO, ACUHOl , and nurnerous state and local S,LED shows. Tarkett has a dedicated team of creatiive and set up team for the national booth shows and always look for our Sourcewelt partner to bring us the fag We submit to present at all nationat trade shows and thus year have been accepted to aN of them so far. ,e. Trade Magazines are a PR pathway Tarkett has used for decades We have 'a robust list of full page adds that support new product launches and editorials Annually our SLED leadership gets interviewed by leading organizations such as Floor Focus, Learning !,bey Design, and other initervor trade writers 11, We will meet to review the Sourcewrefl landing page to insure it is Updated. We wound like to implement sorne videos and featured products and sustanability initiatives. ig Key event(s) initiatives should be a, collaborative design where we target an event function together and co brand a customer event. 78 Describe your use of technology and From Jan-April 2023 across all platforms (Linkedlin, Facelpook, Instagrarn, Pinterest, aind digital data (e.g , social ini YouTube) we have had over 8,000 different engagements across platforms wfth miore than metadata usage), to enhance 125,000 followers, Our main Tarkett sites have a valuable, following as well as each marketing effectiveness,, Account Executives reach which has a dramatlic and personalized relationship imipact We are using marketing automation to track our progress Our hikes per month vary with a minimurri of 500, and a drarnaficailly growing reach and engagement rate Our likes are up 210/6 vs this time last year, and up 15,01010 Ulowers friorn this firne last year, Our follower audience incNdes participating agencies, dealer, architects, designers, as welt as industry influencers within our industry like furniture manufacturers, engineers, and other industry partners We wfill prepare a social post on the Sourcewell award that will be broadcasts nationally and also shared on local personal targeted accounts. This post will include information and ai link on the value Sourcewell brings to their members, 79 µ in your view, what is Sourcewell's role Sourcewell has a goal of reaching the right individuails at participating agencies with their in prornotrng contracts arising out of clear value proposition Faakhes departments in addrtiori to procurement officials, are key this RFP? How will you integrate a to this strategy Partnering to target audiences together at trade shows, targeted member S,ou rcp-weH-awarded contract into Your events in MSAs, and marketing to growth MSAs is an important role Sourcewell can salves process'? continue to expand I would Nke to see a quarterly planning meeting between Sourcewell and Tairkeft to discuss where we can expend and target together I would also Nke more purchasing data from participating agencies, so we have a good understanding or what your customers are buying One example would be pace point per category on the overall flooring category Tarkett will integrate Sourceweli-awarded contract into our sates organization by first launching an internal announcement, external social announcement, and ongoing internal training These 3 Oftiatives will be valuable reminder's Hof our existing habits Our sales organization us elite at understanding, promoting, and offering Sourcewell by brand these participating agencies Tarkett sales executives are heavily encouraged to attend all events !such as the Sales Accelerator forum. These events and others like file Get to Know for our organization to stay engaged whiich cs heavily encouraged participation from Tarkett leadership. Bid Number- RFP 0161323 Vendor Name. Tarkett USA (n!c. 4280 Dacu&qn EnveIope ID BDE�:4126-6FAC-46Dl,�5)053-DBOB9�B�,126�OCG R 80 Are, your products or servlces Tarkeft does have an online ordering portal that can be send up for an individuat available through an e-procuirement members This wood allow their with 24(7 access la ordering'-pr—ooes-s—? lf's—o, desc—ribe ya-u—r Orders— e-procurement system and how Check inventory in real time governmental and educatiorial • Check status, of your sales order customers have used A, Rewew order details Access to Order Confirritabons invoices Table 13: Value-Added Attributes 81 Describe any product, equipment, As a Tarkett partner, the Tairkett Technical Services Department is available for all of your niaintenance, or olaefator training installatron and maintenance needs By working together, we can develop a long-lasting programs that you offer to relationship that results In successful in sta Illation s, The onty expense to you for tNs service Sourcewefl pamicipaling entities, is your tone We know time os a vaWable resource so we are happy to schedule a ws�lt at Include details, such as whether your convenience. training is standarid or, optional, - lnstailation Surrurrits - Tarkett Installers work4ig who provides training, and any with field installers at every experience level costs that apply- Sheet Vinyll and Linoleum, Ceriftalion - Quailifying the best of Prie best Maintenance Training (Cali for details) Maintenance service section still being formulated Tarkett is pleased offer a floorcare solution through a best Nn class service priwider We are including a fee schedule to allow participating agenicwes access thus great opportunity. Floor Caere is a field of scence that works around custodial care and preserves long term ::appearance retention with a professional provider This o:s a new add and we want to make It a game changer for those interested in maintaining their floors versus replace them every 5-7 years Bid Number: RFP 061323 Vendor Name: Tarkett USA Inc, 4281 DocuSign Enivelope 0 BDEC4126�6FAC-4601-9053-D80B9B12B0C8 i82 Describe any technological Tarkeft is a leader in advancing, technologies in the products we offer, A few examples of advances that your proposed that are, products or services offer, Powericond Cushion RSO hybrid resilient sheet flooring (hybrid between carpet and resilient sheet flooring) has heterogeneous construction of nylon and closed-cell cushion, the tuft blanket is Bused to the closed cell cushion to create, a carpel look but resilient performance The RS is for the adhesive that is applied at the mill so all adhesive off gassing occurs in manufacturing not inside the Witting Powerbond looks like carpet, offers high perfon-nance wear ands easy installation, This patented, time-tested product is an ideal solution for high, moisture substrates, it can be installed with no moisture testing of the substrate. No standing water, you can install Unheard of in the flooring industry. Due to all these unique attributes Tarkett Powerbon&� Cushion RS flooring is CERTRED asthma & ailtergy fhendV& —the world's first soft surface flooring to, receive this designation, We have provided the press release and an overview of Powerbond Cushion IRS in the document upload section or you can visit the third party site directly at: https)A&ww.altMystandards.corninews,—ev"ts/tarkeft-annoiuinces-t.hat-powerbond-rs-flooring-ts- certified-asthma-allergy-ftiendt,I EthosO OrninicoatS modular carpet fife backing, Tarkeft was the first to harness Pohrvmyl Butyral (PVB) Polymer found in postconsumer windshields and safety gitass over 10 years II �agio, creating a time - tested alternative to traditional carpet backing polymers It is nothing new, for us to venture outside our market to find valuable alternative waste streams for feedstock. Glass recyclers create mountains, of film found in disposed of windshields and safety glass during the glass recycling process. We use this film to make ethosS, reducing our dependence on raw materials and lowering our environmental footprint Another excellent example of our innova Wris with respect to product quality performance, is our patented Dynex SO nylon used in all our commercial carpet materials (carpet Tflie and Powefbond 6') all Tarkeft Dynex SO yams are cationic which permanently repel stains Standard nylon has positivety charged nodes; therefore, nylon, fiber can stain with negatively charged staining agents The polarity of nylon can be reversed through sulfonation, The riiegafively charged cationic nylon (through suffonation) repels riegative-charged stains, creating a permanent stain resistant product resulting !in stain resistant, easier to maintain i and better-ilooking flooring for Sourcewell members Urillike topical treatments on standard nylon that can be, worn off by fool traffic and washed off by maintenance activities, the stain resistance of Dynex SD %s permanent because the cationic properties are inherent to the structure of the fiber, We offer a separate lifetime stain warranty for that reason, In addition to having the permanent stain resistant properties, Dynex SD products are treated with, Eco-Ensurelv, a fluohine-free, anti-soil chemistry, for enhanced soil i protectbrifternoval, as well as durability to foot traffic. The Ipiroprietary Eco-Ensure processAreatment is applied through a beat- actuated cohesion process that results in mechanical polymer entrapment and complete coverage of all individual fiber surfaces of carpet products. Eco-Ensure is designed for durability to foot traffic and cleaning cycles and is Cradle to Cradle Certified'" Gold in the Material Healthu Category �Tarkett Q Flooring, Lots of companies claim they have no-wax floors. However, read the fine print, and! you will find they have no-imfial-wax floors or no-wax-until-such-atime-as-you- i,need-it Boors, Only Tarkeft Grand and Optima with i0i construction never need wax or finish I 'Forever, Period. That is, because Q is node a topcoat or a wear layer. It is a proprietary technology. Also, because you never wax or finish, IQ floors it is great for your bottom line. Not just because they cost iess to maintain but because they cause less disruption to the people who use the space, Tairkeft Techtonic"11 is a protective polyurethane floor coating used on out LVT and is unlike, any other, developed and tested by an international team whose goal was to provide our customers With superior surface protection, Our competitors, boast about what they add to their surfaces' coatings But those additives can increase the likelihood of ugly whitening when their product gets, scratched. Because Techtonic does not include unnecessary composite materials, this matte finish, offers a dramatically, strong defense against scratches and scratch whitening, as well as abrasions, scuffs, and:, stains--defending both your floors, and your peace of mind, Millwork Wall base was developed based on a customer's challenge of the cost of keeping their wood trim repaired/painted. Our millwork collection installs, at roughly half the cost of wood trim and because it never requires, touch-up or repainting it continues to deliver return on investment throughout its Iffe, lit is manufactured with no dye lot restrictions and can be color matched to any pantone Very handy in space design and maintenance of space. Source OneQ.D turnkey installation management program for Tarkeft USA lnc, The department was created in 1991 in response to a customer request to issue one purchase, order and have, single-source responsibility for ordering, delivery, and installation of material Source One channels all the intricate details of flooring management and installation to professional ,certffied installers nationwide, providing a complete turnkey solution and vertically integrated !!installation warranty. Bid Number,- RFP 061323 Vendor Name Tarkett USA 4ic. 4282 DocuSign Envelope D;8DEC41266FAC.46D 1-9053-DB089B 12BOC8 .................... ... ......... 83 Describe any "green'' unrtiatives We are often: asked to simplify our sustainability story The truth is that making a positive of Erivronmentar, Social, and impact on our world and its citizens is not so sirripIe Reducing the use of fossill fuels and Governance (ESG( that relate to incorporating recycled rnateriais mto our products can pose challenges, but Tarkett is your company or to your products working hard to make these improvernents—because we value your health, and that of our or services and include a list of environment in our ongoing efforts to promote s ustain ability, achieving carbon neutrality is the certifying agency for each,, just one more step toward creating a better world Cradle to Cradle Certified"" product standards guide our ecc-design approach on the basis of five cfrter4 mt,aterial hearth, product cTrcuiarity, renewable energy aind climate reqwreirtents, water stewardship, and social fairness Tarkett North America provides the inclus"'s, broadest selection of carbon-neutral floor coverings, including carpet tide, Powerbond, LVT, rubber Ne, homogeneous and heterogeneous vinyl sheet and lino4eurri—alI certified CarbonfreeD by the Carponfund foundabon. We've completely removed phthalates from our entire product portfolio, and drastically reduced VOC emissions to contribute to better indoor air quality We were the first flooring company to create a take-back recycling program, and we corifinualty Iook for new ways, to, increase the content of recycled materials in our flooring I Solutions We design our products for the lowest possible use of water, detergents and energy while �cleansing, thus reducing their environmental footp6int throughout their lifecyde. Addirtionally Tarkett has been a mernber of the Unifted Nations Global Conipact since 20110 1 ('Our mernbersNp shows our commis to upholding all the principles on human rights, abor, efrivronment, and anti-corruption that of which the United Nation's Global Compact stands on. 84 Describe how your products Claiming to use 'good materiats' is one thing Proving yotul do is another At T;i;i we contribute to, or promote the demand to know every detail about the materials, we use, so we can be totalty honest with health, qual4 of life and well! you It"s why we're obsessed with the health and sustainabilty standards of Cradle to being of our members and others Cradhe& - a methodology that guides our good material choices And even them, we're (e.g., Low VOC emmiscris, always on the, hunt for something better Complete, transparency from us, peace of mind for minimal acoustical limpact, you. Ninety-eight percent of oluir materiefs are independently assessed by third parties to allergen repellant materials, light ensure they measure up to our exceptiona4ly high health and environmental standards (which reflectant). are often far higher than the recognized Industry standards), Our transparency philosophy also Ied us to create highly detailed Environmental Product Declaralfions (EPD) and Material Health Statements, (MHS) to !share detailed information with our customers, collaborators and nOn-governmentaill orgartization (INGO) challengers, about the environmental impact of our products,, based on fife cycle arralysis. When we say we're committed to giving you healthier spaces to five and wod(,, that's not just talk, we mean it. In fact, by following Cradle to Cradlef& principles, we have created products with, healthy materials that keep emissions low. Nn fats~ out products ex the strictest industry standards for air quallity by so much, we've had to :set our own standards Standards that we can prove with science, not just words. It means you can breathe clearer air, knowing you made a conscious choice for your flooring. A4 Tarkett we've been pioneers of flooring solutions with law and ultra-low VOC emissions since, 2011„ offering products, with VOC emission levels that are between 10 and 100 finnes lower than the most stringent world standards, In some cases, our VOC emissions are so, low that they cannot even be quantified. We've also developed glue-free laying techniques for our click and loose4ay vinyl collections and modular carpet fila, further reducing the potential for VOCs, in your indoor air, A Tarkett floor can help achieve higher standards of sustainability and reach green building certifications like, LEED, WELL, LF1 and BREEAMI You can see more in, depth Information in question 85 that defines our certifications that further prove how we, promote the health, quality of fife and well-being to Sourcewell members and others, 85 fderrtrfy any third-party issued eco- For over 140, years now, we commit every day to the design of great spaces For Tarkett, labels, ratings, ESG scores, or this means putting people and planet first, caring about the environfrehl and the health of certifications that your company present and future generations incorporated by our Tarkett Human-Conscious Desigw�� has received for the equipment or approach products included in your It is our hofistic way of doing business, capable of marrying the specific expectations of Proposat related to energy each of our customers, with the profound challenges of protecting our planet, reducing our efficiency or conservation (such carbon footprint and changing the game with drcular economy, Working together with our as: FloorScore, Formaldehyde partners, we deliver safer and healthier spaces in which people can reach their full Emission Standards, FSC potential By Joining forces, we build a stronger foundation - one we can all stand firmly on, Certified, EPDs, HP'Ds, LEER, �ifor generations to come Together we are building the Way to Better Floors. WELL Building Standard), life- Air third-party certifications and sustainability attributes can be found at Tarken Ecomedes.com cycle design (cradle-to-cradle), or other greentsustairability factors. Cradle to Cradle Cradle to Cradle CertifiedlD validates the ecodesign approach based on five cnteda: niatedaf hieaifth, product circularity, clean air and climate protection, water and soil stewardship, and social fairness. Each criterion is given a score from Basic to Platinum Tarkeft's certified products include: etnos@) Modular with Orrinicoat Technoiogy Cradle to Cradle Silver V3 1 LinoFloor x?"I - Cradle to Cradle Silver v3 I Rubber Tile Collection - Cradle to Cradle Bronze v3.1 Baseworks Thermoset Rubber Wallbase - Cradle to Cradle Silver v3 I In addition to the above, many of Tarkett's adhesives + additives have earned Cradle to Bid Numbec RFP 061323 Vendor Nlarne. Tairkett USA Inc 4283 Docu&gn Envelope ID BDEC,4126-6FAC-46Dl 9Ci53-ClBOB9Bl2BOc8 Cradle Material Health Certificates inCkicfing: 100 Oeai 'Thin Spread Adhesive 901 Spraysman Resilient Floo6rig Spray Adhesive, 905 Releasable Adhesive, 92:5 Resi[Ilient Flooring Adhesive, 926 Rubber Sheet & Vinyll Flooring Adhesive 959 Vinyl Tile and Plank Adheswe%O Wall Base Adhesive, 986 Terra Turf Adhesive, C-12E Pressiore Sensihve Adhesive,C-56 Premium Floor Primer, C-EX Adhesive, Greenbond B-19 Broadloom Adhesive, Rollsmart Carbon Footprint + Science Based 'rargets, Science Based Targets. Tarkett committed in 2021 to reducmg its whole value chain emissions by 301,X, by 2030 compared to 2019, and submitted As short-tenn targets (Scope I & 2 and Scope 3y in February 2022 for review and appirovall by the Science-Based Target lnitahve (S87). This represents a significant step change oomparod to T,arkett's previous objective, which was focused on its opeiratioiriW GHG emissions (Scope I & 2), as it now widens out to include as value chain emissions (Scope 3) related to the production of raw materials, and to the endlof- (life treatment of its products These so-called Scope 3 value chain emissions represent 901% of Tarkett's overall GHG emissions. Tafk�elt has PUbiished PrOdUCI Specific EPDs for the bellow, products ethov'D Modular win Omncoal TechjnologyT11 Powerbond Flex-Aire Baseworks Rubber Tile Collection HO Product Range Acczent Range Even Plane LinoFloor xF111 Transparency Material:, Health Staternent: Tarkett developed, together with the EPEA, the Ma lenall Health Statement to help meet the bLM6ng industry's need for more granular information, drive collaboration on sustainabflity and move ahead of regulation l�o go beyond compliance, providing clear, transparent infomrialion on the health and environmental profile, of the,, materials in our products, including any potential risks The MHS discloses, ingredients down to 100 ppm ethostf) Modular with Ornnucoat Technology'" Baseworks Rubber Tile Collection HO Product Range Acczent Range Evpm Plane LinoFloor xf Declare Labe[ ethos'A) Modular with Omnicoat Technology'm LinolFloor xf"I Rubber Tile Collection indoor Air Quality Since 2011, Tarkett has been a pioneer in developing ficloring with low or altradow levels of Volatile Organic Compounds (VOC) emissions in nearly all of its product ranges Tarkett offers products with total VOC emissions that are 10 to 100 times lower than the most stringent world standards This effort had been recognized by several certifications 99% of Tarkett's products (globally) are tested and comply with the aippropriate VOC test The testing scopes used are� Floorscore Certification CRII Green Label Plus Greenguard Asthma + Allergy Certification Tarketl North America offers and commercial flooning SOIOWIS that have been certified asthrna & allergy friendlyO by AAFA (all FiberFl000,& vinyl ranges as weep as other products such as D inspirationt, Accze,nt, several lam4lated ranges, and a soft surface flooring with Powerbord131 RS) For flooring to be certified asthrina & aUergy friendly a, AAFA's independent third-party testing must show that the floor rs easily cleaned and has a low capacity for retaining allergens. The certification process involves testing not only the product itself, but also the installation method and recommended cleaning process las a :ornplete system to ensure no harniful marshals are Introduced whale installing or lcleaning the floor !Asthimia + Allergy Compliant Products Include iD Latitude 1- IQ co iec;tuon Acozent collection Performa Powerbond IRS ReStad Bid Number- RFP 06,1323 Vendor Name Tarkett USA Inc 4284 DCCU'8jgn Enveope liD, BDEC4126-6FAC46D1-9053-DIBOM1213OC8 Tarkett is committed to building a dmUlar economy, notably through the collecfiorl and recycling of used flooring and sports surfaces. ReStai is Tarkett's flagslup prograrn for flooring waste collection From 2010 — 2022 Tarkett (giobaity) has, collected 115,0100 tons r 86 Please identify whether Proposer 'rarkett Is classified as a large business and does not qualify for any minority owned status. is a minority, women, veteran However, Tarkeft does have a large network of dealer install) partners who are certified owned business enterpinse, a small, woman, minority, veteran owned etc that can provide a ter 2 diversity spend in small business entity, or a labor support of goals the participating agency may have, surplus area firm. If so, plearse provide all certification 'forms, Additionally, please describe how 'Proposer may partner with these entities, in performance of this contral 87 What unique attributes does your Please refer to Question 51 for that response as well); cornipany, your products, or your Tarkett bangs knowledge of the I environment that allows us to speak with authority services offer to Souircewl around flooring material sedecliori, floo6rig materials acquisition/ownership and maintenance. participating entities? What makes, II your proposed solutions i in In question 82 you can see the technological advances that Tarkett has made, these your industry as it applies to advances provide not only soWfions to adverse flooring challenges for cost savings but also Sourcewell participating entities? maximIz�e return on investment through exceptional dura,bdity. Additionally, our solutions provide assurance that products members are sourcing are not only made sustarnably made but are also recyclable at end of use/life Powerbond - a hybrid resilient sheet flooring is a closed-cell cushion backing that is inseparable (cannot deNamnate or separate) and offers an impermeable wall to wall! moisture barrier. Six months after a school district's installatmn a flash flood generated a mud flow filling a number of classrooms with 6%8" of mud After the district shoveled the mud and cold water extracted the Powerbond flooring it returned to new condition. The Impermeable nalture of the product kept the mud on the top surface vil penetrating to the sub-floor. Four years later, the only waiy you can tell the rooms were filled with mud is the brown mud stain above the rubber base oil the wails. AdditionaIlly, 'Tarkett Powerbond RS is now certified Asthma and Mary friendly, the world's first soft surface flooring to receive this deslIgnation. Taii Solution SPECtruim provides coordinated colors, patterns and textures across !product brands and platforms—for a seamless design throughout the building's floorplan Designed to help members create unified experiences and more productive workspaces I The BriflianceSM Digital Collor System from Tarkett is about so much more than color It's about working more efficiently Getting more done on the Ihiours we have, Feel more confident in our mail seIechons—afl while workwng ramictely. �The systern is designed'; to place everyttung you need at your fingertips—no matter where you happen to be working. Create palette boards, find sustainalaility information, and easily order samples—all in one Orlual place By getting the nght color match every time, the tool reduces sample waste and shipping, helping us afl design rnore responsibly and reduce our carbon footprint. We think that's pretty brilliant Johnsontle rubber tile, stairived management, wall blase and accessories delivers a perfect ColorMatch , without dye, lots This designer palette of 32 (leading colors are scierinfica Illy precise and coordinated across multiple product categories with no dye lots.. evert Our rigorous manufacturing and quality standards enable you to confidently mix and match a color across all Johnsonfte products - rubber and vinyl flooring products, wall base, stairwell management and finishing accessories When you don't see the exact color you needi, create it Tar*,elts custom c6ol capabilities allow you to use the floor as your canvas, Johnsonite Stairwell Management with the industry's broadest offering of rubber and vinyl treads, nosingis and accessories, Johnsonite's stairwell management system heips people move between floors safery, and comfortably Custom Floor Design programs are used for more hitrkate anid detailed designs Designs are fabricated and shipped to the lob site and inset by the flooring contractor IMAGINATIONSIFLOOR ART may include lbut are not limited to logos, mascots, or irmages that are unique or repeated designs (animats, stars, flowers, etc). Tarkett USA Inc.'s irnagronatlons program is a first in the flooring industry, and we are the oniy company to offer this unique service in those products. With our unique tine of product platforms, you can use shape, color, and texture to design a floor that will hi create an experience and ,communicate ai brand message, Custom cu�l�ting can also be wjsad in practical ways such as showing ti�rectroni or dividing a space without using physical barriers From: Stan to finish, our designers and technicians will work to make your design vision a reality. Tarketts YOUTUble channel (https�(twww,yloutube,,corm/@TarkettContract) provides mernbers with helpful videos on areas like customer testimonials, installation training, malirrieriance training land tips, product inspiration, and in-depth product information. IQ Optima (no wax sheet vinyll is designed around the needs of education and healthcare facilities, iQ offers outstanding performance and the Industry's lowest life cycle costs. in addition to, extreme resistance to wear, stains, and abrasions In high-traffic areas Tarkett's Bid Numbetil RFP 061323 Vendor Name Tarkett USA Inc. 4285 DocuSgriEnvelope ID'BDEC4126-6FAC-46Dl-9Q5',3-L),Eit)Bcjf3,P�260(,f3 proprietary nQ technology elirrisrates the need for refimShing over the life of the poor a simple dry buffing restores, frooirs lo their original appearance Explore the collection's scift, lonall visuals inspired by the beauty and resilience of natural stone Special options for anti- static, anid anti-slip are also available. Techtonic"I Tarkett Techtonlc'°w is a protective polyurethane floor coating unlike any other developed and tested by an international team whose goal was, to provide our customers with superior surface protection Our competitors boast about what they adds to their surfaces' coatings. But those additives can mcrease the likehhood of ugly whitemng when their product gets scratched Because Techtonic doesn't include unnecessary composite materials, this, matte finish offers a dramatically strong defense against scratches and scratch whitening, as well as, abrasions, scuffs and stams—defending both your floors, and your peace of mind Tarkett's viskion us to continue to grow relationships that foster strategic sourcing and Souriceweli We believe thus makes us, uniquely qualified to continue to grow SourreweU and strategic sourcing. These are 3 examples Of Our thought leadership and collaboration 1) A recent endeavor was to create the Healthy BLOdmig Summit for Pubhc Sector entAies "Bringing together stakeholders around planning, design, construcfion, student/work life, sustarnability, and maintenance to discuss what they learned in COVID was just the tip of the iceberg The real emphasis was haw we rise what we learned and move into a collaborative consistency oaf co-creation fostering new pathways to see an earlier future where all learning spaces are considered heafthy spaces,"`. The urgency to have the Education Heafthy Building Sumrmt was driven by the growing amount of data that was collected through smart building technology, mental health data, and federal funding IrNs data exposed the demand for healthy buildings for all Students Several of these demands drove the initial conversation. Arthough indoor air quahly and mfecftn control were major drivers, this was not the Only issue facing educational facilities around the country Other drivers included Neurodiiversity and the recognition of a diverse student popuOtbri reclurring unique social-emotional learning strategies. Cognitive Loads, and a dearer understanding of how acoustics and indooir ail, quality impact not only learning and productivity, but also our relationships Biophific, Design and Daylight ran both positively impact our stress levels (measured as heart rate variability, or HRV) and circadian rhythm. This in turn can lead to stronger brain function, boost fpehngs of happiness, decrease anxiety, and lower blood pressure Funding Maintenance and deferred maintenance annual deficit crisis, but also the impact that poorly maintained buildings have on poor indoor air quakry and other health implications. 2) Tarkett's track record of commitment to Thought Leadership 41 the marketplace is well known. High perfamiance buddiings and schools use best-in-class materials fike Tarke,tt's that can affecl worker and student performance with better acoustics, better thermal values in spacer, better indoor Air Quahty (iAQ) and lower maintenance costs Tarkett's long standing retationship with the Collaborative for Hagh Performance Schools (CHIPS) and with 'rarkett's board seait has introduced the high-performance rating program to SOUrcewell. This has led to discussions and an opportunity to create High PerfoirmancP produrd offerings to K12 �schools that can use best in crass procurement sourcing i(SourceweR) and CHPS K12 building rating system for high performance facilities, The opportunity is an example of the thought leadership position Tat*eft has in the market and the belief that strategic sourbrig is a key to Our Success. Our hope is Tarkett's introducfion wiill lead to a new chapter of great partnerships using great sourcing lCHPS, Sourcewel] and Tarkett), The award of this, RFP will continue to grow these relationships and others like it 3) Another example of the, Tarikett Sourcewell partnership dates to 2017' when the Cafifornra AssociaVch of Business officers, (CASBC,) signed a forinall endorsement of NJPA "The CASBO,(NJPA partnership is a forrial' endorsement of the NJPA competitive soficitalion and contract award process," Schwartz said It also provides an effective and fully supported pathway for CASBO mernbers to access procurement solutions through NPAs contract awarded vendors' Tarkett (Ti andus Gentiva at that finie) introduced and drove this endorsement with CASBO Tarkett's longstanding relationships at CASBO brought this idea forward and help execute this endorsernent. Sourcewell is now the Department of General Services (DGS) CMAS (California Multiple Award Schedule) contract. Tarkett and Sourcewell has benefited due to this work, The NJPA press release iis attached for reference We hope to continue our long and strong partnerships into the future. .............................................. Table 14A: Warranty Describe in detail your manufacturer warranty program, including conditiions and reciulrennents to qualify, claims procedure, and overall struicture, You may upload!representative samples of your warranty materials (if applicable) in the document Bid Number: RFP 061323 Vendor Name. Tarkett USA Inc. 4286 DocuSign EnvelopeID BC,fir;412.5..6l"AC-46D1-90a,3-016069612B'tl 5 upload section of your response in addition to responding,to the questions belcsw.. t ttti it n�- oll 55 Do your warrantees cover all products parts and Yes. Tarkett products have varying, commercial warranty fine frarnes labor'? "Powerbond and +TTOdUIar Ifle are covered by a non-prorated Lifebme Urniited Warranty "Broadloom and Woven styles offer a warranty of 10 to 20 years depending on backing selected, 'Luxury vinyk he and planks - we offer a range of LVT fines that offer various warranties Including a 25 year, a 23 year and a 10 year, "Sheet VlnyO -_ depending on shut vinyl (line selected there are various warranties Andurting 20 year, 15 year or 10 year warranty "L.unoleurn -- 10 year °'Viny0 ornposltion Tile - V T carries a 10 year warranty 'Rubber Products- 5 years *Wall base and accessories - 2 years "Labor provided by Source- One Turnkey - 3 years You can search the fu1I warranty detadils at https llcornmercra[larkett.c,oTn/resource-centerlspeciff'cationswwarranties 89 _ Do your warranties Impose usage restrictions or Yes„ products must have been properly installed in accordance with 'Tarkett`s other limitations that adversely affect coverage? published guideline and Tarketf adhesives must be used, Additionally, Limited or no coverage will be provided, when: -Product has been Improperly cleaned or damage caused by negligent or, improper storage„ handling or transportation -Damage or deterioration caused by improper site conditions. -Incidental damage caused by other trades, resulting from inadequate protection during construction or renovation. !You can search the full warranty cletaills at https Itcommerciaf.tarkett.corn/resource-centerispecifrcations-warranties 90 Do your warranties coves, the expense of Yes" products must have been properly Installed In accordance with Tarkett's technicians` trave8 time and m4eagie to perform Published guidekne and Tarkett adhesives must be used. warranty repairs? AdditionaRly, Limited or no coverage wall be provided when: -Product has been lmproperty cleaned or damage caused by nergiigent or improper storage, handling or transportation. -Damage or deterioration caused by improper site conditions, -Incidental damage caused by other trades, resulting from iinadequate protection during construction or renovation, You can search the full warranty details at https.11commerclai.tarkett.coin/re"sourl - nief/specifi' tiions-warrantDes 91 Are there any geographic regions of the United Tarkett should not encounter any situation where a provider is not available. States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs" IHow will Sourcewell participating entities in these regions be provided service for warrarly repair? 92 V"wM you cover warranty service for items nwade by Any products that Tarkett provides and does not manufacture will have the other manufacturers that are part of your proposal, warranty provided by that manufacturer, or are these warranties issues typically passed on to the original equipment manufacturer? Enid Ntjnrtb r: RFIP 061323 Vendor,lwla : Tarkett USA Inc. 4287 93 What are your proposed exchange and return Soft Surface Products programs and policies? •Customer may cancel any portion of a purchase carder for standard running line products, or the whole thereof, that have not been shipped subject to a restocking tee, •lf+tateriai that has already been shipped may be returned onty with prior written approval of an authorized Tarkett representative and may be subject I to restocking frees and any return, frewght incurred. LVT Products: *Contour, Even Plane, Adaptt and Victory Senes products are customs made and may not be canceled or returned. *Customer may cancel any portion of a purchase order tar the Event Series products, or the whole thereof, that have not already been shipped„ subject to a 0% restocking fee. Wroducts that have already been shipped may be returner onty w dh prior whiten approval of an authorized Tarkeff representative and will be subject to a 01% restocking fees and any return freight incurred. Resilient Products: *Customer imay cancel any portion of a purchase order for standard runnings line products, or the wvhote thereof, that have not been shipped subject to, a restocking fee, Waterial that has already been .shipped may be returned only with prior written approval of an authorized Tarkett representative and may be subject to a minimum % restocking fees and any return freight incurred. NOTE: The Parties herein agree that there shalt be no cancellation or return _ for any Custorn product carders. _ 94.............. Describe any serv4ce contract options for the Tarkett os avalable to provide manufacturer Lead maintenance and installation terms included on your proposal, training to Sourcewell members at no cost to these. Additionally, Tarkett Source One Turnkey Services is able to provide some maintenance services (which are indicated on our tabor price sheet;) Showald a member be in need of a more routine or comprehensive maintenance program Tarkett is partnering awith a third-party provider SoW Care. We have included the Solid Care fee schedule for participating agency to purchase these services directly from there Bid Number: RFP 061323 Vendor Name Tarkett USA Inc. 4288 DocuSign Envelope 1r.1 BDEC4126,-6FAC-46Dl-9O53-DsoB9Bl2BOC8 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 ad6hon to responding to the questions below. uno 95 Describe any performance standards or All the Installation Pariners worl0rig on Tarkett turnkey Source One projects are, guarantees that apply to your services closely votted, arid, we ensure they meet or exceed ATM industry standards We provide Powerbond training and certification to, each of lhern as well as having our certified Field 4istallation Managers onsite for any high-profile or challenging projects. And as, the custorner is contracting directly with Tarkett for materials and Labor on turnkey projects all work performed by Source One sub-contracted Installation Partners is guaranteed by Tarkett's 3-year labor warranty. A dedicated Sotirce One Coordinator is constantly in contact with the installation tears to ensure the project is managed in a firnely fashion and addressing any issues that may come up throughout the process For projects directly contrairced with an approved dealer partner or floor care partner, �that company warrants the installation or service provided. Tarkett prices itself in best- In-lass relationships, these service providers are known for their profjess¢onafism We would work with the end user to facilitate a solution with our partners. All our products have warranties that wire wiliJ hold and administer. 96 Describe any service standards or The Account Coordinators for Tarkett Source One Department receive extensive guarantees that apply to your services training for several months before handling all aspects, of projects on their own, (policies, metrics, KPis, etc.) Each, job follows a structured procedure to ensure all aspects of are covered and everything is, processed according to our company policies, alliovving us to meet the high standards we expect for excellent customer experience At the close of every project, an NPS (Net Promoter $core) Survey is sularnifted to the customer contact we worked with AND to the installation team involved. NPS is a metric used to measure customer experience programs, such as, ours, and helps to gauge overall satisfaction and loyalty to out business The responses we, receive aillow us to ,address any croncems by creating KPI's andi initiating protects for any Issues that have been brought to our attention In this way, we can find new and better ways �t0 not only help the customer we've, been in contact with; but ALL of our customers, We are extrernely pleased with the results, %ve've had for Source One in 2023 (Jan- flay), With a response rate of 2.2% (national average is 12.41%) and an NPS score of 96 (national average ranges from 25 to 40). Exceptions to Terms, Conditions, or Specifications Form Orrly thrase Propos(-",,r ExcephorIS to Ternis,Conditions, or Specifications that have been accepted by SourcevveH,have been incorporated into the contract text, Documents Ensure your submission document(s) conforms to the following. 1 Documents in PIDIF format are preferred Documents in Word, Expel, or compatible formats may also be provided, 2 Documents should NOT have a security password as SourceweH may not be able to open the fi!le it is your sole responsibility to ensure that the uploaded,document(s)i are not either defective, corrupted or bllank and that the documents can be opened and viewed by Sourcewell. 3 SourceweH miay reject any response where any document(s)cannot be opened and viewed Iby 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 fine 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 Numbec RFP 061323 Vendor Nanhe: Tarkett USA Inc, 4289 Dociu&gn Enve�ope U BDEG4126-6FAC-46D1 9053-DB()89812BOC8 • IPrtcrnia- Tarkett Sclurcewell Catalog for RFP061323.pdf-Tuesday,June 13, 2023 1218�56 • FnarLc a��5jLeD h IL and.. Labi.�.!.jy-Table 7 52 Tarkett Financial staternentrpdf- Friday June 09, 2023 10 39 54 L _ Karw,fLiRP an/'3irri21t,,,-IMarketing Sampiles zVp -Monday June 12, 2023 12 34:16 WMBE/MBE/SBE or Related Certificates (optional) • parranty Nndcrrrratwrrn -TabVe 14a Warranty zip -Fnday June 09, 2023 15 16A5 Standard Tnansadtari DOCL'M--',t S1112EIrps - Standard documents zp - Faday June 09, 2,023 15 45 56 _tioins -Table 15 97 Terms redlines docx- Frrday June 09, 2023 10A1 13 Ujaoad,Add6onal Docurrient -Additional Document$rZip - Monday June 12, 2023 08!0230 ............ Bid Number', RFP 061'323 Vendor Name: Tarkett USA Inc, 4290 Docu&gn IEnve,ope IID BID EC4126-6FAC-461DI-9053-050B9B121B0C8, Addenda,Terms and Condlitions, PROPOSER AFFIIDAVlT 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: 11 The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing, in the jurisdicton of its residence. 2 The Proposer warrants that the information provided in this Proposall 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 PfOPOSat under this soficitation;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 ainy person or business in an effort to influence any part of this soficitation or operations of a resulfing 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 farts or circurnstances 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 legalliv authorized agent of the Proposer and will riot be communicated to any such persons prior to Due Date of this, solicitation, 6, It 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 T. 'The Proposer possesses,or will possess before delivering any equipment, products, or services, all applicable Hicenses,or certifications necessary to deliver Such equipment, products, or services under any resulting contract. 3. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are ,acceptable to SourceweH Members. Unless otherwise agreed to,, the Proposer must provide only new and first-quality products and related'services to Siourcewell Members under an awarded Contract 9. The Proposer will comply with all appficable provisions of federal, state, and Ilocal laws, regulations, rules, and orders 10. 'The Proposer,understands that Sourcevve[I 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 ernployees, agents, and subcontractors are not: 1, Included on the"Specialty Designated Nationals and Blocked Persons"list maintained by the Office of Foreign Assets Control olf the United States Department of the Treasury found at hffp� _s_11 ti..fy..goyspoipfl GAinodal"Wallatladf; 2. Included on the government-wide exclusions fists in the United States System for Award Management found at: fit '- or -tps�(,s 3 Presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarfly excluded from programs operated Bid Number: RFP 061323 Vendor Name: Tarkett USA Inc 4291 DOCUSign Envelope U BD,EC4126-6FAC-46Dl-9053-08OB9B'r2BOC8 by the State of Minnesota;the United States federal government or the Canadian giovernment, 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. r,7 By checking this box N acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf Hof 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. - John Surnfin , VP, Education,Strategic Accounts, Tarkett USA 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 r. IN o, The,Bidder acknowledges and agrees that the addendurnladdenda below form part of the Bid Document. Check the box in the colurrin 1 have reviewed this addendum" below to acknowledge each of the addenda. t have reviewed the File Name bleRow addendum and pages attichrrients lif applicable) Addendum 7 RFP 0611323_Flooring Fri June 2 262303:02 PM 70 1 Addendum-6 RFP-011613 23_Floori ng ra, 11 Tue May 30 2023 03:03 PM Addendum-S-RFP-061323_Ffooring Tue ay 23 2023 03:08 PM q I M Addendum-4-RIPP-0611 323_Flooring 2 Thu May 18 2023 01:36 PM Addendurn-3-RIFIR-061323JIlooring W 1 Wed May 17 2023 04,25 PM Addendum-2-IRFIP-0611323JIooding Tue May 16 2023 03:20 PM Addenidum-I-RFP-061323_Flooring Tue May 912023 09W AM ri Bid Numbev RFlP 06132'3 Vendor Name Tarket,t USA Inc. 4292 Docu&gn Envelope ID 870F504,4-274P-4979-8044-B464723BBEE2 1J# SOURCEWELL, STATE OF MINNESOTA Sou race,we I !,iv Member- Thi el moved the adoption, of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATIION OF CATEGORIES 3/21/20,23 Resolution No,. 2023.07 WHEREAS, SourceweIl 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 Souircewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Souircewell's cooperative purchasing and contracting program;and WHEREAS, the Chief Procurement Officer recoryinneinds 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: Mast names here) zylka ,, N:age!l , 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: 0 cu$qned by S 7 85 E I E A D 4 C F Clerk to the Board i of Directors 4293 Oockj&gn Envs+Yope ICE 870F5G 4-2'74F-.4979-8044-IIB464723BBEE APPENDIX A SG URCEWELL PROCUREMENT DEPARTMENT 80ARD ITEM -Miarch 2023 ,,yy�rr,,,, ard I # r�c the Iku o s"r L Rho a rm quoting, uRd P MISOM to,fte-solkit the ca!qRriev Flooring Mat; rWs With RiOated S uppkes and Sery ces *EW COWRACTS rw Boxx Mlarouluslar"Inc. 12d1822 11Uttt "Relo aatoMe Building ondStorage Solotdtnrnw with Related Services" z M1c42rath RentCrarp dbaa Mobile Modular Management 12G.822-M tl+ R "Re=4ocut�ablar 1U rU„J+rrp zrrrl�Prrwaap��ealrateaa�xMs a+ th Relined Services"" sa aYant:. 12d;)1?2-Aw t "Unified Communication and�CrnRee 5crlartdrits wvwCin Rati"Fnterd Servacw"s" `Crlu m h M1a:vdwar,dn7 1.CIR22-'1R� Av dKePC rtattadle R arhddri rind SPtaaPa Y fnuu t Center SrzPtiaCions" nwawwia P.Ambrette dba Newcastle Curnn7uni jt+orns 120122-NEW "Unified Crarr°nnnerru,itafion and Copta ct Center soiUtions" M tO Busiru ess Sokitlions,Inc 12)],2c M BES U ndfied CrarracrnssanarratUaaar awr d t onurct(,errt'ei Sohirions" Pre slellin Networked :IraBwnums 1.20122 PS�C o ndContact Center Solutions"" PR'i ra'�roCrenta0,truaw 1201.22-RN(3 ""Cando°erlCorrirrusnnicavon and a:ontsrrt Center Solut°hons,"" � luv Krueger Mteerrr"aturarnal,Mc. 121919-KII 'Furmture,;o autroos with Reda bed Accessories wund Services' '"Athletar and Phyrgoa of Edwr-atloan Equipment arsnd Supplies with Flaglluaas,ee„Onr:. 071,819 FLG Related Auessoe*5" "Athletic and Phyrsicol Education Egtnpnnent and Saapph es with bt,acnO Synorujlf ortaeir Mlhletia-farrlll Athletics 071.81.9-PtA Retaated Accemnee""" "Alhle tdr and Phyrsra'Gat Education t"aUrwaUsnient a nd Supl.Mes with Prophet Corp,/Gopher Sport 071,81e1-PRO ReeWtedAcir.es5orues°" , Athletic trid atr of Eleartaa Equipment and Supplies with Schroo aeath Ph caf hlu tOn 071F19, AL ReiatedAccessorie,"Pre-Engineered Bu dl mq.y with Related o eraaats"Site F"repur�t'ion, idc.¢cor8lfauge`fingw Group 013019-MtdC dra,stufforionordAlncitfory+Services"" VortoWe Consar"icron Epreipme!ent Mth Mote essorie.s uaird Clark 114:1.7Ga10EC Mtachrnentms" NEW Llt None ':ak NwU�IR ��t� fiN � None 4294 Do uSign Envebpe 10'.637AO871-A41,4-4683-AF92,-6332938SOE65 (0 0,00W SOURCIEWELL STATE OF MINNESOTA soiircewell'O.W" Member-lei rcher moved the adoption of the following,Resolution: RESOLUTION TO:RATIFY COOPERATIVE CONTRACTING AWARDS 8/15/2023 Resolution No.202321 WHEREAS,the Sciurcewelll 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 Sourcew0 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 ds required to seek subsequent Board ratification ofali cooperative purchasing awairdls, NOW THEREFORE RE IT RESOLVED by the Board of Directors ratifies the cooperative contracting aiwards 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: Docuffed by: WA Clerk to it; -Board of Directors 4295 Do udS&r ri Envelope,0 r 7"44 87li1., 414-4 B3-A,F92-6332 `,i'B8OE65 APPENDIX A,SOURCEWELt PROCUREMENT DEPARTMENT BOARD ITEMS.A,uRust 2023 Employee Benefit Adminisiratfve Products anwd'Seruiices z us rn 4 a M z ftard wa't 1as1 to A0400clit ft Nwlttloa lta School (Buses mouth Related Accessories."Supplies,Parts,amid Services 4 Refuse Collection Vehicles wwit,h Related Equipment„Accessories,and Services o'er Industrial and'',Workplace Storage Systems with Related Accessories Indefinite DeUvery Indefinite Quantity Construction-California NEW CWNT met Wme 1DoMwtNumber ''Fleet Electrification Transition Plarinmrrg,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 Plonnang,Management,and Related HwgWand Electric Fleets,Wnc. Lw51123•HEF Services"" z "Fleet Electrification Transition Planning,Management„and Related r" ICF Resources,LLC 051123 ECF Services"' "Fleet Electrification Transition Planning,Management,and Related InCharge Energy,Inc, 051123-INC Services" rM aFleet Electrification Transition Planning,lM onagemnent"and Related " INF Associates,L.LC f151123-I'NA Services"" .IiFleet Electrification Transition Planning,lMl'anagement,and Related PA Consulting Group,inc. 0511,23-PAC Services' "Fleet Electrification Transition Planning,Management,and Related Positive Energy„lrc 051123-PST Services" "Neet Electrification Transition Planning;Mwiagernentp and Related S6a Partners,Inc, 051123-9A Services" AXNr insurance Company 051623-AXC "Group Employee 8ene ifs and RefaM,Services Colonial Life&AcOdernt Insurance, 051623-CLA "Group Employee Berrefit5 and Related Services' Lincoln National Group 051623-LNG I"Group Employee Benefits and Related Services' M2etLife,Inc. 051623-MET "Group Employee Benefits and Related Services' Reliance Matrix 051621-RLC "Group Employee Benefits and Related Services"` Adroit Advanced I echnolopnr"s 0627'23-ADT "Alternative Student and Clent Transportation Services' Assist Serviices 0E2723-ARS "Alternative.Student and Client Transportation.Services" First Student 062723_FIR "Alternative Student and Client Transportation Services' HopSkipDrive 062123-HSD "'Alternative Student and Client Transportation Services" Bentley Mills 061323-8PS _ "Flooring Materials with Related Supplies and"Snrule s" Division B 061323-DSl9 "Flooring lMlaterials with Related Supplies and Services" Fordo Floorng Systems 061323-FRO "'Floating Materials with Related Supplies and Servita s` interface A.merdcas 061 23-IFA 'Flooring,Materials with Related Supplies and Services" ManninRton Mills 1151323-MM I "Floci ing Materials with Related Supplies and Services" Mats,Inc. 061323-MOAT "Flooring Materials with Related Supplies and Services Milliken Services 061323-MIAC "Flooring Materials with Related Supplies and Services" MwTohawak Carpet Dis;triloutiona 061323-MMi1CD "Flooring Materials with Related.Supplies and Services" Roplae Corporation D 1.323-W 'Flooring Materials with Related Supplies and Services" Shawn integrated and Turf Solutions 061323.511 "Flooring Materials wild Related Supplies manad.Services'" Tarkett USA 061 2:3-T"FU Flooring itla erdal with Related Supplies and Services" VP-1110r, tointract Numtor Genuine Parts Company-NAPA Integrated "Fleet and Facility Related Vendor Managed Inventory and Logistics Business Solutions 110520-GPC Management Solutions" Urnrfrrst Corporation 040920-UFC "Uniforms with Related Products and Services`" NH Vandustrlal America 1»1Q71B-CNF1 "Ag Tractors with Related Attachments„Accessories and Supplies' tNEW401,41CONTRAM, (ltat 1� koftract'TWw !!#Owly motwot None 101t Caw ttr as8 f[COMPO"yKa"M" aarc wt rct lwi�rr 4296 Dorju&gn Envelope ID::637AO871-A414-46B3 AF92-f)33293B8GE65 APPP ENDA Af�rl %,ed Johnson-Laux Cwistruction,LLC MD-R1-GC04-0.5262I-JLC Centennial Contractors Enterprises,Inc, MD-RI-GC03-052621-CCE Step I Enterprises,U.0 MD-RI-GC01-052621-51f: Vigil Contracting,,Inc MD-R4-,GC01-052621-VGL Adrian L.Merton,Inc. M D-R5-HVACO2-052621-ALM Centennial Contractors Enterprises,-Inc. MO R3-GCO2-052621-CCE Centennial Contractors Enterprises,inc, MD-R4GCO2-052621-CCE Bethel Electric Construction Company of Maryland, LLC MD-R3401052621-13EC Virgil Contracting,inc MD-R2-HVAC01-052621-VGL Vigil Contracting,inic MD-R4-EO2-052621-VGL S-Wolr,ks Construction Corporation MD-R2-GC03-052621-SWC Paige Industrial Services,Inc, MD-R3-GC03.052621-PAI Paige Industrial Services,line, MD-R3-E02-052621PAI Paiige industrial See ices,Inc. MD-R3-RW02-052621-PAII Wgil Contracting,dnc MD-R5-GCO2-05262I-VGL Adrian L.Merton,inc, MD-R4-HVACO2�052621-ALM Vigil Contracting,Inc MD-R4-HVAC01-6_262'1-V_GL1 Vigil Contracting,Inc. MD-RSHVAC01-052621-VGL Vigil Contracting,Inc MD-R2-E02-052621-'V'GL The Matthews Group MD-R2-GC04-052621-'FMG Paige IndustrW Services,Inc, MD-RS-GC03-052621-PAI �Skyfine Roofing,Inc. MD-R2 RWOI-052621-SKY SkVIme Roofing,Inc. MD-U-RW01.052621-50 Vigil Contracting,Inc, MD-R2-GCO1-052621-VGL Paige InclustrIall Services,Inc. MD-R6-HVACO2-052621-PAI Paige industrial Services,Inc, MDIrR5-RWO�2052621-PAI Paige Industrial Services,lint, MD-R6-RW'02-052621-PAI Bethel Electric Cons ruction Company of Maryland, LLC MD-RI-E0I-052621-BEC Paige Industrial Services,Inc, MD R3-PAC01-05262 I-PAI Paige IndUstrial Services,inc. MD-R5-PACO2-052621-RAI Bethel Electric ConstrucVon Company of MaryIand, LLC �MD-R4-E01-052621-BEC Bethel Elect6c Construction Company of Maryland, LLC MO.-RS-EO1-052621-BEC Adrian L.Merton,lnc, MD-R2-HVACO2-05262 I-ALM Vigil Contracting,Inc, MD-R6-GC0I-052621-VGL jvlg l ContracbnF,Inc. MD-R6-HVACO1-052621-VG1 Wgllcontractung,Inc MD-R5-E02-052621-VG1. �Centennial Contractors Enterprises,Inc, VID-R&GC04-052621-CCE Vigil Contracting,Inc, IMD-R3-GC04-052621-VGL Vigil Contracting,Inc. MD-R3-H'VAC01-052621-VGL lNichols Contracting,One.. MD-R3-GC0I-052621-NIC Bethel Electric Constructlion Cornpany of Maryland, LLC MD--R6-E01-052621-BEC Skyline Roofing,Inc. MD-RI-RA101-0.52621-SKY I Skyline Roofing,Inc. MD-R5-RW01-0526 I-SKY Vigil Contracting,Inc, MD-R6-E02-052621-VGL Nichols Contracting,Inc. MD-R5,-GCOI-052621.NIC F H.Paschen,S,N,Niel&ern&Associates,LLC D-RI-GCO2-052621-FHP S-Works Construction Corporation MD-R4-GCO4-05262.1_S1k_C Paige[nclustrW Services,Irric MD-R6-GC03-052621-PAI Centennial Contractors Enterprises,Inc. mD-R5-GC04-052b21-CCE Bethel Electric Construction Company of Maryland, I LLC 6MID-R2-E01-r052621-BEC Adrian L,Merton,Inc. M1D-1R3-IIVACO2-052621-ALM Paige Industrial services,irltr 'MID-WPACO2-052621 PAI Place Services,Inc KY-E-GC0I-062420-13L.5 The busk Group KY-E-13W01-062420-LIVIC Calhoun Construction Services KY-NC-GCO2-062420-CAC The Lusk Group KY--W-E02-062420-LMC Tecta America Corp KY-W-RW02-06.2420-TEA._ Pdace S 70w(e_S"Inc., KY-NC-GC03-062420-PL5 Piece Services,Inc KY-INC401-062420-PLS The Lusk Group KY-NC-RW01,062420-LMC 4297 DocuSign EinveVope 0 637AO871-A414-46B3-AF92-633293B8OE65 APIDEINMA Cum:rued The Lusk Group KY-NC-E02-062420-LMC The Lusk Group KY-W-RWOI-0*2420lMC Tecta America Corp, KY-NC-RW02-062420-TEA Te—it—aA7m—erma Corp, KY-E-RW02-0624201-TEA Triton Services,Int. KY-NIC-HVAC01-062420-TRS The Lusk Group KY-W-GCO3,.062420-LMC The rusk Grcrup KY-E-HVAC0I-06242G-LMC The Lusk Group KY-E-E02-062420-LIMC The L u sk GrOUP KY-NC-GC05-062420-LMC The Lusk Group ---KY-:i—GCD3-062420-LMC Nace Servrces,Nnc, KY-'W-EOl.062420-PLS Place Service5,Inc. KY-W-GC0I-062420-PLS Nace Services Inc KY-E-E01-062420-PLS �Tdton Services,Inc. KY-NC-GCOl-062420^-TRS The Lusk Group KY-W-HVACOI-062420-LMIC F H Paschen,S.N.Nielsein&Associates,LLC IKY.NC-GC04.06242!0-F HP F.H.Paschen,S.N.Melsen&Associates,LLC KY-W-GCO2'-062420.FHP ..—Z..- F.H.Paschen,S.N.Nielsen&Associates,LLC KY-k-GCO2-062420.FHP The Lusk Group KY-NC.HV,ACO2-062420-LMC 4298 The This document printed Tuesday, 04/25/2023 New York State 12 Contract Reporter N11'Yo 1cialsourceo coizty,(ictiiigol)po)ittiiiiiies Bringing business and government together Contracting Opportunity .. .. ......................................- Title: Flooring Materials with Related Supplies and Services Agency: Sourcewetl 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 Couinty(ies): All NY counties Classification, Construction "Vertical: Building Coin s,tru ction Rehabilitation & New Construction - Commodities Opportunity Type: General Entered By: Tara Wo If f Description: Source ell, 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. Afull copy of the Request for Proposals can be found on the S,ourcewell Procurement Portal [https://proportat ,,sourcewell-mingov Only J. proposals submitted through the, Sourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, at 4:30 p.mi. Central Time, and late proposals wilt 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 Mitts, Inc. Interface Americas, Inc. Kamdean International, LLC I o 1'5 4299 Mannington Mills, Inc. Mohawk Carpet Distribution, Inc. Shaw Industries, Inc. Tart ett USA, Inc. 2 or5 4300 Contact Information Primary,contact: Sourcewett Procurement Department Tara Wolff Procurement Manager 2012 12th Street NiE RO. Box 219 Staples, MN 56479 United States Ph: 218-541-53,62 rfpOsourcewell-min.gov Submit to contact: Sourcewelt Procurement Department Tara Wolff Procurement Manager 202 12th, Street NE RO, Box 219 Staples, MN 56,479 U!nite,d States Ph: 218-541-5362 rf peso u rcewelk m n,gov taw l'5 4301 Bid Results Bid Results have not been entered 4 of 5 4302 Awards Awards have not been entered @ 2023, Empire'State Development http://www,esd.ny.gov/ 5 of 5 4303 Daily Journal of Conimerce 11 NE Martin Luther King, Jr Blvd. 'REGON Portland, OR, 97232 DJC U/ Phone: SUM 3-226--1 311 Fax: 503-222-53,58 Affidavit of Publication, To: Sourcewell - Car6 Jackson Po Box 219 Staples, MN, 564790219 Re- Legal Notice 2497782 State,of OR I SS:. County of'Multnomah) 1, Nick Bjork, being duly sworn, depose and say,that I am the Publisher of the Daily Journal of Commerce, a newspaper of general c4tulabon 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 frorn my personal knowledge that the notice described as: SOURCIEWELL a printed copy of which is hereto annexed, was published in the entire issue of said newspaper 1 bme(s) in the following issu es: 04/26/2023. SEE EXHIBIT A State of Oregon County of Multnornah SIGNED OR,ATTESTED BEFORE ME ON 21111 day of May 2023 By: Nick Bjork� By-, State of Oregon Notary Public, State of OR No. 1031542 My commr ssion expires on December 5, 2026 WSTAMP CWR ' k"&, ROM NOTARY P,UBUC-OREGON COMMISSION NO 1031W vy cows"EVW4 XCEMNA X,232S 4304 EXHIBIT A SOUR CEWELL FLOORING MAT ERIALSWITH RELATED SUPPLIES AND SERVICES Proposals dlue 4:30 Pm, June 13,2023 REOUIEST FOR PROPOSALS Sourcoweif, a State of Wnnesala lurorfaaf government unit and service icoopera- tive, m requesting pruj>osais for Ffrjov mg Materials wvth Related Supplies and .;ery'tGeS to rresult in a co trachea soW- flon for use by 0s Parti wpatinq IFntutues, Sourreweifl Parficipating Entaws snclude 1housalmds (1,11 qovernlylenlW, Ngher, ed- ur.olon, K-12 educafion nomprobt, tnbat government, and other pubfic agencies Ioc,ated un the United States and Canada A NH copy of the, Request for Proposals can be found on the Sourcewefl Procure- Ment Poftdi wvL-rmaQW, Only plodosats submAted through the SourceweH Procurement Portal wfli be considered Proposals are due no inter than June 13, 2023, at 410 p,rw GootrW Time,aod We prop)aals w 10 not be considered, Pt"Wwd Aqpc 26,2023 2497782, 20-, 4305 LOCAL100 PO Box 631643 Cincinnati,OW45263-11 fret 3 The Oklahoman PROOF OF P ISLICATION' Siourcewell, a State of Minnesota locail govern- sour(��Cwel!I mient unit and service souree'At"fl cooperative,, is, requiesting piro�poisalls for Flooring S fA PL F S\114,N, ,6471) IMaterials, with Related ' Supplies and Services to STAFE OF OKLAHOMA, COUNTY OF OKLAHOMA result in, a contracting The Oklahoman, a daily newspaper of general orculAori in the solution, for uise by its State of Oktahorna, and which ns a dady newspaper published in Participating Entities. Oklahoma County and having paid general arcuiation therein, Sourcewell Participating pub fished and personal knowledge of the,facts herein state and Entities include thousands that the notice hereto annexed was Pubkshed in said'newspaper's of g'overnmental, higher an the issues dated ow education, K-12, education, 04/25/2'023, 015Mj2023 nonprofit, tribal govern-1 ment, and other public and that the fees charged are legaL Sworn to and subscnbed before on 05tM202 3 agencies, tocated in the �Un,ited States and Canada. A full copy of the Req�uest for Proposals can ,be found on the Sourcewell Procurement, Portal [https:#Proportal.sourcew elf-mn.gov]. Only propos- als, submitted through the Sourciewell Procurement Tl-o—wrv,Stale of A 1, ouniv offiroml Portal will be considered. Proposals are due no later than Junie 13, 20123, i��ion expires Publication Cosc $4015 at 4:30 p.m. Central Time, and late proposals Order No 8732049 #of Copies �will not be considered. Customer No� 7'27698 14/25/23, 5/2/23 8732049 PO#� V1[IS IS NW V,� V0 CE" Mva,, d, ,w xa r,,Mj "n/,w pa i mvn r, "WiW,h, F7 V 1`1j Page I of 1 4306 i AFFIDAVIT OF PUBLICATION Account 4 Oirder Number Identification order Po Armount Cofs Depth 34474 411983 Print Legal)Ad-IPLO1194760-IPLO11947 $157,13_ 1.- 1 L Attention: Carol Jackson SOU l 1_�. State of oath Carolina PO,BOX 219 County of Richland cairol.lacksora(ia)lsource ^ell mangos^ ROCUM Toll PROPOSALS ,a'_�lat ri wunr o any Ir+wr,wrn 1,Taira Pennington,makes odthl that the fight-,,9,r^Yfl haw atxararala Haar Flooring Mate. advertisment,was published it The State,a rraus with Rereted Supplies and r. vas nm'W,ro a auntr M�r 'x0ulKm on,rr l newspaper published in the City of Columbia, aN65 in eta Fharxr`IwUfirq Eanlnk6w., s arnzr W11 o r�r�Nmatl_Fk.'UUng E. tkw�a ncll '11vx.1wxj%raw State and County aforesaid,in the issuie(s)of ,,ru`wmvrrtaenaafi rtry'„hor mhxairm K Q ed A..„aEwaln. oaaoi OM' k KW6 ,g0'Wn1a ru, wit !Aftra n ,and Canada A hA �,,3P'v of vv Ra 1 insertion(s)publlshed on-, W yr PVU4)OSW UtH t*Mr M11 M .'M mairs~naurra4%Y-Tjcurerenl F',koxwl 1hop >pro, 1412 7 23 �.urrk Y.mraru r„wwufl&-mmrr 6P vv�, r nY v rlrmar^"W[[aa auaVxnilkv GRr(Mlr'Ih(lra SUMMIWO>m"XXAIFU; imam faoMW wriiBl Ynu acansderrx1 6 rixn-Wr, aun;due m Wor tlIvn hmi=I I ,V7.a i at rA 31) Pa"u a„wruuul T Vne,'rrnrl w�tL pgap wr,art.wmgl mtrE f ....,........m. .. ..... Sara ecunington Sworn to and subscribed before me this 24th day of April'in the year of 7073 otary Pu, is in anc or t ae st«ate o eauas resfl ng 7 Dallas County r TE PHANIE iaTGf1 y Not r~ kb 4 1M3� o I r WA FApim fart'14,2026 �rraams r�"��,��a<r�r��u�C,'w"rr�'f�aa.^��arP.rr�a>h�ar�raaar�°Iryr�ra�"�afi�alrresr�n�sraa awwwflssrwwtw:r drrwaaarr, d�xr�cr��atd.�a,a ra�wefi'Y?r no W'?Kt,!xrecadthP ,rnarrwsnitrrtttfleCh'lrei tor theslix-Prsrc`rwpw bjettw'ttz:rrwatw e roi and then only tot ffie rrry xca,rrrw^r Parr.ert'w lz Extra charge for lost or duplicate affWawrrs. Legal docorrment please do notdlestr(W. 4307 6A I - �'. , k)SA10QAV f&tams New study links sugary drinks to, early death in some,people aAdwtamadwm Pdritl- dx,4y 1 1 Par""Id, What SU914I 41-445 lr 11111111 1 I gl--,t are 6.4 fol y00 PAY 111Iii,'VI (1- 41illllft0lr bt1te A Idtdit M'11,'X--11,'i,-1 pIdlill'b'd Pam "'Ii"t, k':Illd l'u'ry Nw,"I"In 1,1,111tkod!11,,. ",-Inw Joe rIl sl b I II"water 'Be pic:ky'.Replacing,sugary drinks lowers risk l f 1 lqui i'mth It c,n , 'I!q :A�mmo Injo hel.,!vi,ikalk, All' 11�llv' ;)N pvql[e h"I'l iq'I..... h,-ldti,wu,N Y H r:hv, Iml,Tvx,12 d1lbells. nmfpo-law pl-,m,e.r uelT.,heATh-I---, 6tv,jfth erJyjjto,j r I UM.ar 9-nAovlIiitti Inu.v vql I)I'lit M'0 illAKU-0d pi'll'M lnd,.ivA raXP Ii ura f"'A the r6k to.-Imbd wtth 41�.... MW th.uWk-daved wid, "YA'IIII-I'd[I"', <elln"'tIr4:t 4., w1d 11"t +,A,Nolw ..milfty."I..*,im"I thap domh from I d1iloo wow - `111.......d'i"'Phl"Igal"Ir""T .1 h ,mk -Inv?pixichvs,,,cmv)iiadr 0 tku floo6o;dli 1-11 wild,I ll d�mk rrvoT �,Ilkul am"IdA r r ptwh n,,d od lnt! ftll,k,'k, tP l""ind t",, ,0111,11,11t, �af.. . r,ttq Ir,,Ira,2 111', R(I t,r i,IltROs";),Nlld-:A� 01�,�Iyu 11111 11, 1 11 lb,uo w 24% w^PaaIN IIall(l®FIdulpY qwf,[,t 1 1,", ,,,s Mth c- ,I)k •11A% 1,1..IM r-"."'fli, It hligh",A,�k Id A, Nuo � IQ, A Al calls(......uAly Wal hi- Ily, an p,^%,1'1�,W IT 11 I 1 11 1�'I It I I lY I wiff,"141yu wamanr tt PI:T I WNIMY %VJ7h vh(- rti,• ¢)I ,A, ,1W i, lwak"id .4",1 "All Aw:*,Ag k, r, �I,1,,ht,d I t day I I t k,, "t"s I.d 1-1*wh�Il!Q1 Sol MvIt"-1 P,I,Yu t d?he opa "ll VSYY r, I' ,-i ,wO C hv 1.04,1 v,,MMtu,t',fj riairl+, Jay .,d opdl,, wI,m l 0 a rva,4 "a" low I,r Dum MaK I, Poq"� k jj�P1 11:bttl� s I I A Yn t,II I-,u I h-I, I hr f gat W"',.-I d9ft IQ'11'10 t1111 v 1111111 IAPl W I It It'111� u...I'd, vc amflcIal Sweeroner II N Ne ,Half wt ?t,tIT q,t,, A lio,,Ir,ft I.1� vl.,,P,ms,,, owi,t TIwr 0,113 t I,I a g Itow In K b dy I A 1'.) (hoar wary'wr ally ici I j1 d nigmal 1h,'kq'hI HoWril,'A i p uirlem Ait(m y"It""'ge I:I I I�M��I 11.1 M'sane, r 0 I't 11 IIU I n UN X-1 KA It t�d 1"51'11 J A 8 N,it 1W V ly I i'd ,,1 I 7, , v�l u..ilkt kry ledmW mglii v I SA)`rMAY I,r,mrhl paj, 'd t,httal"A'Itild 1"I"d 4'Yl��Io) N,lh iffid il 1,1% (1- A 1 rl" rb,y',1 0,11 rl Nil.Y,,A Urmi,,vy.AW igh VY'Ilkl rvNud l lteua,tI$l,,iw "d Pro qWlv,uld TIIA,bliv,w 'Awl"'Iltt Per innorv't-Ind(1�11AVtlthjl I PIN,10,.117h lhitl'mi�t l')... Atil hoII If -v,., -II.Mwo, ,il LI,A�tq�, alk It 10 is,10t,"'Iye�?Ile I'Mitilli"I,banda r tr,:� i"al""Ant ks Ow Nwt-xt, "It, 0I1,10 itlIg'M d-"I pw rdePrvI emP W)"p.1 RA I!? au It ilp Oil, ch-s'but 1"4" In 1,jl�,J, Gene therapy y i�Imol l-t Mw I%brokell, eld vrate g,to twirto� s I,I mike mtn 1 ho I wwl A thl."el'if'Ostq l "n il, 6",YNp 'It jr 7l"Is,'hi", I"01.w tA rt, ,giv i,,he 11,y Olin'Nin" M NIA t1l I,,, 4W11 In IlItI.p,hold.t"i-nA reya Ir,'w AtrPR tervo Alk Vrn YIN,jilvitt irld lbilul ?N, ONIA�Apv tatfim pr,,rOitw,I'J,1111iiis mO ,"'Id II,,"'I"Id "Ili'l,0y&ntdI"- �jr,,111(�I^tvl mNd '11 hllIhe Jon rubght 'I""UH"I tlet"t'lle m I,,I'l-m", W,-1 q-afl, tlo,1,v ap V Mu.n,0 42 1"1["hili".1vila;IUIVI.Tpine l'/,J rtw "(I,th Juin't c""' g I ae re 4M,,g it w,U'itl "fi,111 USA MOAN-Ov Ul'.2,'Al Alokim laid �lieI,,-1011 hvqf ?,C,9 rn v IJ i.,ti f rmt AlOd III r0 31"t"t 11 1(Z� A[H v A t,htow•ia 11tt 1:Tt v,rt a L,rnp,brat ii,IlwrYu niv G 0,-",de%wn&Itl fill pi,vim I I'a""I the Im A th, vnr i'e"thow" awl I Nn Mk,a jnmmid A 'I r���t,jjj ha,,? s,,yH g, Dol moaning,from mIll wf�tAi Wv A-Wk, --mid hi-,Mt.med id emIuPh for lh� t.. 1 v, fto llo bwfle 1:U A TI,611111 c, 0 N,1: t ax I-RIII19 Alk"IE it, �a ,1111T I I kl� gf"we Ap,dly ZJIldgt l fl�,r'll,n":,,l��'I'lli�.,u,�,lI R�sk is a"tesslary qlt rtiiod Mill,a VI,v. ,fI,q ti^,Il;ll,,,afl pwt of p-gire.. g"'i W wftng " ,rr,iAgk I, I."T k,ltv 1'111 4�11,IIIZAI M.M I.MbI i,.d T',.,Igri d""a rc a la rra tulA l Iw y bw hn-dNwmYUa III;fits tuh Awl, w'MI t Al"'I Prot AQIM(xinlfilMw% ho, rbIe P-NSo of:CHII I I I I"U0 H I dkiitty"s Ilk,: ,,-led SlIV V".wfl,flng , anom 0:11110n,filt'rl I hey"etINIAdy.,I, t'hwu N.,and teldhoigiun(ItIcki-whc+Jlve,oCer ,,I III,Nilfl.l i' Mom h"it'A�lhiik Am"'I't"chIddi'm 1:",'hag,n cuv -v"Tfaid Ihm It-Itht he rxh ih,,Mfl,1Yra0 a htololitg 0111IIV4,11,1P tIont hI9 gar VM1IW lltdmago ao.t HIM"I"I li"',A'd -il,IhIldli'A I'm,hdfjl-� of V"Tttu, and thevapy fr-1 NO% MI IAeol Isy AlS wAl",' J,1�11s, "'1" `11 ll"" old. �,app,opil 1.he Im"I ,,'M P"do,k -ai In'd, nu-It m I c,A+,I nd i,,� 111111r:,i,Pled'ald v,xlIrd Alp"lil flIP I'M ruuux"O'hi It-nra drew enc,r�!v ulem IN l att t�'; tI,-,0,!r,-,, cleim Alvivw Now muth al how goo"? p,t I,I I'ii I'I(I t V,il 0`t 9 r-py,i:jHI I�y,i,ii ul I I y,,"V,IrP Iol A-,d I - :;/"YI:) 011tt, Irl VIM r�w fiv(,t- li y�,ji-Ill:f-lin xtwinow It '1�I ,lt, "Itl"I'WIlrwty � Id1X1.,NI V"Wila 1A Nic,iiihl, itj AIPI&I N uva8 yiv,4 uv kn-i O NA tu,lsp0hrIgA,1p,ii: Nit'AM rhNV-,,,k,,i,,4 lWk W e Ic," ft�d'J"gag, id.1"4 he,in,h-p the comljfolll,a illil qw-viltM;hll I.110-urn-I li,tv INII Xtfl"r 1frat,It llftn I"Al, U III,III"I'd ill- v1 ul uulul It"'tJ]d Yto kxip^r IRUIO� ?hd�l�`:��N:Wwod d).h"'Y"Ire'n,h"ff"Ing 11 I U. V,"Mi'llIg IiJI rh,,I UNWbt PnIgaid ItI60I ,n,Mh rhei,qtv,flW 011,d"m t i0- lheq 'I mKI liejlploq�'i'M Hoki "mil Drug I ,,ast in"d! "W,,gy 1A V-dy r-1 II1111PI I gioI- I Ind ld-dlp I,,,n,A"'Id h,-INI'li,14 III lo,ppi 1111 1 Wore a .......... heimi, Q,to,v hlmw den, A Ih,I H awll h,intan I'l"I'llry mil CutN in rlintrink, 7l', wiwrhrp(yis rrnrink,l"fl ..... "al,sitll,irol I,,Ixe f Nu P 5,,,h,,xylh4 KIIN-filval UW-atld vvN,i lit,,slt-I haw I'vinv,I.re vtw ry twil AdnI Rillk,aa mil pm vaeti IriOftiv hi%lett-mvvilkligookv flhly it golk dlmotte Mid hilly Im,,,n r,�, s'Ab,iIio p'tirtwu S m j 'd Af W r,I'm y r 0 N 4a 4 M�al 1 N 1:410"g,I"I�: �xt t mg f rl I I w P t�l In,e 11�I K hugh dl�,'1w�Ilet tjIv An iint ii, liaiiiiy :hildr,t 'A 14 rra W h�Il Q,i;v°:rrrw teak, It fl, ov.I ip,I-,il, m�nq, +au c ma Iho ,d-te lo,blms 110 pt'iv?i q I-itl0 o Vp;t4,uu' hin �wr -I WA,tx Iff.-A llN�.wl,11 rb-."',Aldl(�,ilY,Hmo W'd,ij Ivy v, ",.t I,llb:xl,,4""H!,merrwwQ ly. !h, v"'Juint.1 h'i,sho mho r1d1 I'- rfi,lY-tllo 111�1 NEVIN? ifitta", 11",uvk,arr yr vh,uuv"Ild Ini! tudul'boll: In III,Ni,i% -1,101,rw 1-1 wsomxtliol IT Iadimt ll,,,-I rly, -,�ro A"I'd l0IIhftd pwur�,klvp" 1,r,I,"l" I, I,: M fl,y fire Y I,I,n', "Al-1!'a 4v Iq�,. 1'.I qI,a ,,NA W W-1k t, WIjR 11p1. Ijl.toIdlill I, Ill",1101rd ifitt 110atillo'll. hll"` I""""I v -Mmi f r h,v, Ih hl-r wwvp If uy eel In tit nrmt sh-vmw li o �,wnd Mule ,I tN^thhIr tl,11,1,00 wttlll gejw thelflit)y fill WK! TIN.,'w f"Itilik on With flic ulAL liI: "p"W"It'd,vuK d pw'I't,"'Ilh .Ah lho AW."m,:d. y�)Uj,,jvI 1�-e the Said M 4 P,IAII-,ll-gs ]MIA:IIL'901-UltilO p'y"ft" Aftn,,,Wd ll," .I"Ill".. hv sn a N d tpo"v" 0 1,It,um lA ate 'd M vl IM,l tokma so,4 'I ltv I,,rta,¢lui,qiy,which efiah I,, II'm rutk It to b"', rrYalYlm "ad oe k[Yrak 1ror If ,I )"It 1.awkii TIA,'-Yr thli"I'o- lee"', No", "Itl ,t,,rIJ b"I Ah'.-MA'T I,, ,rtl 111,11 1 PIlft N 11'r I""'eN I"' "b","ffe" Io I,,IPKIII'�111MS "I'll","I" lA7 y,iu'Rk"Ig IN! f.,.1l'hat hi, I, h,M- l-I,,r.,60v�9 1, fm I H Thu W MA 1pd v�,I,2ert H*, t"WIONP di,S&hIi, ik-,c--4 th,Jmt paq"�Ilt, w-Ss TI ,I ke till.1, hat lxwomng AlIsQ. IhAN1141 1),1111wiI Wfly 11Z,�111i;ll"11 IAI.flho K"'R lt, .....ft"""IM I Ntw,."W1�,mmd N t Ille No n(II qqlb euiol$M same W",,I"Itfiren I v,t-d n, .4 ll". Umwts r 'm oatmalkl� I P'I he It ,g,,iG I�t I ve M I h""'41- tt id-p Hvkdl,� I001 VIA jfl 3A,.,Ilmflid mweinna I)1�1;le I rt The wapyritt -whl'I ." -]I-d it wa,"O iirilliq w 1I YIMIRI',° Ill"RIQUIMg P'NtI1111n-It l nlljt,a.ha, AAAMETPLACE TODAY sha y Cc- F-- I�AC ASSOCIAlt All UVIST UPPQRTW ill t j E�NDOG MISt POTION AVAILABLE Ms. is (NETT �ILLMAII GENERAL DENTIST WANTED -w At joy', Ia �A?A,TODAY 307 0010 J- 4308 Qh Alberta Pur hasiin l9pCConnection Oww"Olmn, � m Flooring Materials with Related Suppfiw, and Services opw..IU"41M Tma' AtIom �'MAmnam�Mw'.w PYnr�.Mx. uµ�-YIPY.."r-(fr1i�k aw�rvnrvmaawmm�w��� �rt �ern-na wrw�riansapeww rwrenrr. ra�.,cw'a�'�..��.�,w�=,Ao,m�. e uax nw oadnnw'�"�M.. Agim�am'��f Po`ya yd 'vk ,t< a>rt"'s u.M 4aNp.kuxd iuM il'AgP�pmiVwiarn'��: �. WW�.knri rv�fiBMN� n.iin.uvmu dw-#Mx'�raM KFM�u r�were�M.x arviw��.e ffdmwxdx�kN�M& 4' u 11 P 1Ar/, t ar'a� w n'b c,ertwPVut a o;��@ry� ar�.vyf9r;xl Wa iwre�s�wre��,6r w.��>.rA mmwrew,re�v uw 6 1 1,11, / tl wY Mvt,1111"ld,Pf rtll 441t.�'A11 ""1 I M7M -uM;T_spf.ANIY rnl(t 101. M N Jn 4�,mfiN�..oROW w1,lIu,YNc upuswph'. CM1'✓ tl.IMN:'lffll"Ak:� Hui"µ.�-asmwrv�urvwtl rr� A1fPo'R'tlN W&i 4 IWiVfiH i�W'-M1K�.N'Y'1" tl umIDlY'V �NIKt V Vai 4309 . Purchaso%l .................. .......... ........ .................................... Home New Bid' Closed Bids My Stuff Tools Bid RFP #061323 - Flooring Materials [Switch to Vendor iew:p So W I" 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 8:51:29 M COT' ( ep report] [A Access report] ort] End gate ]iun 13, 2023 4:30:00 PM COT Questions Agency Sourcewell p Questions 0 Unanswered Bid Contact Jeremy'Schwartz'.. [view/AskQuestions] (218) 894-5488 rfpsourcewell-mn.gov (Edit Bad 202 12th Street NE [Create Addendum] P O, Box 219 Staples, MIN 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, Sourceweii 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:/'/proplortal.s rurcewell-mn,giov], Only proposals submitted through the Sourcewell Procurement Portal wiill be considered. Proposals are due no later than June 13, 2023, at 4: Q p,m, Central Time, and iate(proposals will not be considered, (pre-Rid Conference Date May 17, 2023 10:00:00 AM CDT Location online Conference Notes Login information,will be ernail:ed two business days prior to the event. Documents No Documents for this bid Customer Support: agencysupport@pluibU:icpurchase.com I; CopyrIght 9999_202.3 9 1 The Pulolbc Group, LLC.All rights reserved, 4310 Sourcewell Bid Detad Bid Goods Classification. Bid Type: RFP _ 'General Bid lumber: RFP 061323 Bid Dame: Flooring Materials, with Related Supplies and Services Enid Status Closed B,id Closing Tue Jun 13, 2023 4:30:00 P'M (CDT) Date: Question Mon Jun S 4: :010 PM (GIST) [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: Sourcewellll, 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 4311 contracting solution for use by its Participating Entities. Sourcewell Participatingi Entities include thousands of governmental, higher educatiion, 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 0 rt , ceweH ciaac�j Only proposals submitted through the ourcewell 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 avaiilablle, on this site free of charge without registration, Please mote, 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: St,-)ow Ciategcries j-]L_ Register for this Bid Download Bid Documents P hhw-lqj fOrfdwlrqv The fokowing are the meeting tomes and bcations to the opportUnity, Meeting Location)Descriptiion Date / Time,Mandatory Meeting Meeting Document Online Pre- Login instructions will be posted to the Wednesday May Proposal "Documents" section and avaflable to registered 17, 2023 10:00 AM No Conference suppliers two business days prior to the web (CDT) conference, 4312 Sourcewell Ftooring Mateflals Mth RMetated;akrbppliesnand Services bF "W� I,S I,BYn:YV' drir4^l,C4 A.nSYptl Y. MII11MI 1W hr,.rl,i,,I 1,I. Iw I w,p� Fdr{ry ll,^wpIPa fRO m!p'-Pp4e ,e+l n�.r..x n ,adl, rv,t,n vr*.rxwp ;rf p ",Poll e"'j In v"ao ^vnol",bnw., €n.v,,,q�v 2.,t"E1, pMI I„k,ml"%Ind ftetd¢ fry k^,9avi.f tl' ply, v.. I'vfil ,gNrclpjl QMH'C1I,K II,d !IlnIIf,,qM lbm 410,j P,IftlljZ fy. s,4YI„no„urt;.'»f„ ,,pi,I, w H,gw;a wi nbfi.n� <r'01, rAweu�R xrihw,n u, aw¢dl"o eplr,01 ,wrep ry , (I —,' amf ,. ')^,N�+EI,f✓,,�15 I,a Nurted th o,jph II,o?,,our p o,a 4 I:4I)r jyo,itIrrIv nnn,TI,h as t mu w o rc^B P tiIU+r 4➢11 lup 1 a'y�,,ITW 0,0 ,,"k` y,'W"i 111 4TO lY I,, u°C 0Yak,v, b"d Important goes 20)1 at am,CDT I yr w aIC 17�nr b4dkYWII 13.2021 at k3o W,nra CDT CrS,hto,n%=f'4pq a N, 'I N'fl„aoW n„uW�4:n.'r mN ant 94d'rn+bl Y� e�t.akJ�l dtl,N aw Not 2aa+,,[a AN✓9 4 (11"f IM'1a gf'Pr. w roof, Waw*,,H IPnI"+C Ioa,a�nom N�tlga'q'W P"a SOUr ` wel A 86 it lift 3uw,mlmak Canrrurtrel m'a V:mmrd�ina;aA Ltury�,w9 q"uarcakumC'R NewsMCurrtlri to khrli of I;��lpuy,�,;,1@,rClu,7n�u r,.�^'� r,n�h„��r»•r.+rc la„wapwoas. as��.pnw�aram ^lnm,9NJluuao tlW s7uah,,�',^^�" ::c,rl,tio rwn,rr,n .yp�s,p;;r,-,�.. 4313 NdNIWAlcdOn1,l, Publish Scofi d'd'.dCdN n w^mwsalw R"weu,, No I eau, , 0 Wnia"W"", W w 1�✓Itanmo.r«,�p�xvw� awn r I ,,,�a� 41 r Ion✓.��r�r. en�n ���. wua* Stap�dr;,idka�RNra�ar'.Y.?�.'kd�NY�� p+M0tl96!AWd1C'oF OtlMKPMNAgpYW. rvrm06�l wYfwrer NrW+aw Nrph ';;w;rdl«TU4;✓Btlu tlVp;Wrv9MWe rM1323 wvbu.'k tlVJmdv91'NpomNa" NMrxdr'N'N,,iwdlw9amn rW',B vrotlTMN dN12M.w4akAM timW'Wa'd Wl kd`M74 P o w+n xmmB fvii w CmrArMd%.'Swphhe" .lNWul&J Y''iv4ervw.oMx"Nr.'W6M41'S P:AA'bWl&VIidYHNR,ffi'k^ nH+emJ U✓v!ku�i,WPo "dWASLebb�olfrvk'W A6ru,mwBwtl414'tom, M49Ywp19iNWKpp Nbe Iryf,gppli�N�YMApM VN5d1&?NWXM O�''Apd N 11"1"wANR,18i0Wi°W0 .,... ...,, ,,. ..„,,.. .......... .... ....... ,,,......... ........,._. ...,,.,.,,..,.... ...... .._......,.,....,. ......_,........ .. ..,_.,...,.,..., N��r�.mw m4rc�a�uoC WPkw,md vrwu�v rs�am�mw GkkC ,.B� ammmp�mkuM�mrflafN 'C�We!�mq+s'af'�ra�'�aee!�aamat w k d4�nNw'.�rntte oanbun.,aAutAyuo-rtµWrx 4 'fir,era Wtraa aa�wew- Yr.uoremnwR�«Y^"Iwrac va°¢��wVmanrawa 240Pk C'M P"cev 60.alPo f.M. 010,1023 IC`m ug V 10m 6,'Iffilml CWph i�Y'Rr4,m{A8 WAM41„"'h' tx kpm"i:Vpvth— ��4r su,. uppre 1�M..„ry rre au '4M'w�rF,d'G aswwm Wkowf- V mm�wnlww+ r ,^� Fr Wll ftlpd Ylk"wM & 1.,tl 'rtM�MvpK.a TMa')ww,ap6 4tdm+4 flu NYWrr1"wb pwad4:FM :6Ytb IFXw,1a+ C t``p ikq M1W4UM bMtiOW,C G,WdVl a r pry ;' wulV✓w',"r-u A >WP r:W 6 "a d lld MMbrv"l 9Wua� ror,�Nba,�x�.eu��ewlaavwr,Hurtr6YnaarvraYp@V&titlh%�rudm�tre 61�'rvwal�WMIdIP1,lh/xV q!W{HkN 1lp$4"a VaM�Jy � $tlWY=t'„tl'�'J✓Sq Vp nm!wdpM}y'�.yy'YVtlM"�MM1 f7Mi84MY 1'AWuy�kefl nW�MIW'1bN191L M.wwm ww w�l ITV�ou�,IW up„A��.^ur'tu✓nm�r.�'w bwM`ua1µ,I w a[rq I i4tla,�ww'.u¢il s�Ya atu`�+�N�1 SOW{A3i'6WNik"47amdr'Mww+nry F'WaMs...kw1~41%wfth Rolatod 5UP016M, W Sdrvk'*S uruy s6a f'ANit Mur;: %-wuwro A mm.u W A^ oho Wux. wmw A W'w'.0 pWWw.1.W Vk..aqg MWwrNodw axdk"AM amd%—k.to...10�a argeSAtawXike,�wdA.V—W.wlNk by Imx Waua4Se¢ryuWp,W�4Ymr, wu IYwm�rx�v aurseWu.'4ryadaM YrmdM6eu rroapkWk W»Wlwwnutlw«pf ppwmme'urvnwwmdup,Ihp4kww nrpiwemNxWun4 rr�4;f�ra��w+mmpmalN�,lnNhmkl ybwpwwumM,n+mY sAYhk+ww0dk gpaaurbkn Blp�lartanNl dwl 9btk MMwdkd SA'btih&IYkhd 4.ul+p6dd.rl NR�4 ifIXMV dMdY MK�fNUY%NgdM'Ng$G4,W&�b1Y'kpdyp 4PM i9ptrYMVFYPA'lidlM1W ptl.YaµXAiYMWpE'146 NW5YgW pt4�Ra.�.atW.ta[ nr..axw Yl vend,UMEg 114bdpixNdpILM13XaAMkhkd'NdKpkGIM mil+ YwWovd—o w.➢plMiOrtAYAd IN.W.0 k. V YdIiWbY#dd.VmnpMd4pA4 MM'k fMdl'1 6NH.*-Ia.G k Mai, 4 Np�N WAIA1tl Y�1 GRM9J'.Mod Vk�pRh N+4 bM'M'IPWtlV WfdpB nrW4{baW x.Yhk&Mk@MWtiMOl �^f`iUw �Npp"may":'N�' 'pQ4N�H:kN'IAk1kY kbmKwuwM. WMMW�dWM.�IIWp' 4314 061323,-Flingring Materials w0 Related Skfatrkes and Se... ................ ............. Notice Basic Information Estimated Contract Value(CAD), $240,000,0=00(Not shown to suppliers) Reference Number 0000246972 Issuing Organization Sourcewell Owner Organization Solicitation Type RFP-Request for Proposal(Formal) Solicitation Number 061323 Title Flooring Mateirlas with Related Suopkes and Services Source ID PP.CO3USA,868485rC88455 Details Location Adii of Canada,All of Canada Purchase Type DurabonA years Description Sour ell,a State!of Minnesota local government unit and service Gooperative,ls requesting proposals for Flooring Matenals witlh Related Supplies and Services to result in a contracting solution for use by its Participating Entities.Sourcewell Pdrflcipating Entities include thousands of governmentaIl,higher education,K-12 education,nonprofit,tribal govemment,and other public agencies located in the United States and Canada.A full copy of the Request for Proposals can be found on the SouircewaH Procurement Portal[httpis!titpr-ol)t)rtall-sourceweii-mn,gown],Only proposals subfttted through,the Sourceweil Procurement Portal wflk be considered.Proposals are due no later than June 13,2023,at 4:30 p.m. Central Time,and late proposals wflf not be considered Dates Publication 202W04/25 09:38:52 AM EDT Question Acceptance Deadline 2023M6105 05-30:00 PM'EDT Questions are submitted online No Bidl Intent Not Available Closing Date 2023/06113 05-30:00 PM'EDT Comact Information Procurement Department 218-894-1930 rfp@sourcewelI-mn,gov Bid Submission Process Bid Submission Type Electronic Bid Submission Pricing Lump skim Pricing Lump sum Bidl Documents List Item No riescrocin Mandatory UmitedI to I Me Bid Documents Documents defining the proposal No IN* ....................................................... 2023/04125 09:39•01 AM EDT Page, 1 of 2 4315 061323-Roorin Maternal s Wth RelatedS,u a wreas an d So... .......... ............................... Categorles Selected Categories GSIN CategoryCif G Goods Goods N72 Household And Com mer+ciall Fu,mishiings And Appliances m Household And Comercial Furnishings ridl Appliances N7220 FLOOR COVERINGS Floor Coveirings Includes Unoleurn„Rubber and Asphalt Tile"Carpets"Rugs;Rug pads,, MEN Category(1) G Goods Goods G13 Fabricated Materials Fabricated Materials UNSPSC Cat"ooles(2) 30000000 Structures and Building and Construction and Manufacturing Components and Supplies 30160000 Interior finishing materials 30161700 Flooding 52000000 too tic Appliances and Supplies and Consumer Electronic Products 52100000 Floor coverings 52101500 Rugs and mats .......------------------ 2023104/25 09:39.0,1 AM EDT Page 2 of 2 4316 Doou•&gn Enve4ope ID:CDE32CC8-08SD4CF2-9591-F477BDOE175E V E PJ Sourc-ewell 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 [orgoortaksouirceweli-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 10A1:50 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 9:0157 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 4:2031 PM Giant Floor and Wall Covering Co., Inc. -Submitted 6/02/23 at 539:36 PM Interface Americas, Inc,-Submitted 6,/09/23 at 11:5532 AM Karndean International, LLC-Submitted 6/13/23 at 2:24:30 PM Manningtan Mills, Inc. -Submitted 6/09/23 at 1039:07 AM Mats, Inc. dba Matter Surfaces-Submitted 6/12/23 at 2:49:11 PM Maxxon, Inc, -Submitted 6/13/23 at 115:24 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 8:1735 AM Tarket�t 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 4317 DocuSqn Envelope ID CDE32CC8-OB5D-4CF2-9591-F477BOOEI 75E The Proposais 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 SourceweH Evaluation Committee. DocuSigned by, Docu&gne4 by. E E Greg Girunig, MS, Procurement Lead Analyst Carol Jackson, Procurement Analyst 4318 Docu&gn Enve"ope ID:C9C9951)9�-99CF-4D7C-90723.BFF9N3F895732 Proposal Evaluatiarn Flooring materials with Related Supplies and Services RFP#061323 vaeNdi�-- PavGa�aMWre.,Mdbx ca.m.�M«�,a...wMu �rvMamxr rw.Maatlm,ttnzfi ...,w.wwwnr us .. ..z,. .. ... _ ....... w eex nr�� xna r,a�.w avx� sani Wrt4fn .uJ fi%fl N44 5k4yjI ... J� Pon KpN rsMrMn mM I - ...,' .' I .. " --, .... OPoMM9Y Sr%uuaLL CYwG�ww (I Nb 1. wn W R w M19� .... y.., .... �. „] MnMe M&M rMaaeea ! 0 NdY - r -- . ..'. ...a3� p ..,., dY� _ t y➢,,. wr ry na nx.. is' dMwwb k%r�wmpnM1, ..,wrnewv",ary wrwmea. .. rMm td.r ------------- si x re MW as w fi rvr "°"' �..W... �.�. ena .... ...' .._.u..—.. _w__r Mdaix'wW CYrp6 0.mppk vfwMbNap MXnwruMyrvrted uhtl tiw�M�Mwn"kme, Mrnkx M Ip ....— .xr LUC MMIpNwn 5snrcY K' fMf am WL t MWirW It ♦.mewepwmy dsaM Yomrr A sMie RWn ,,........ __ iii ...... MwgoaM�enwmtx MM 1. ... MY d& 48 wl Od PA'. ... _. --, rw uas urm ssfi x+a hmo psw. wanwraaw wvovMMMdw .___.� .�,...._.... mM MMwgfia rM wo w u sa m, n mn sM NMMpy wtl nxnMw ; _.... ..,.,,., ... _ __ Y6 ._. .0,.,.,.,..... ....,., MnHwnM7t MN.r ..,, a. du ., r DM A n.f "nVMw WWrc4+YNMMnaXnn ,,,,. n .. Put... aPi __ fi. .....,.. ., i ., $. #9 .... a .. d„r .,,.SM1 ffi 4 wq M ntl AVwtlAly b - .. MfiF�SgrrMnawM !?�+ rau ova nor. aaM dasr� _ fi ; rvnMn d>b a r cur - wroi' 'wrq .. firq' nuv wsw 0.Sig—d dt D.-Up M,J""ed by Do Sig.- by p�^'�'D-.8Yprreci bar: +++pw aeww k E t 1#G, wlpkAdaw,, lcvCce S 19C4.F:MMfE"MMIn 15"J4.8BY, ' "P'd,4a'I lSXi'��d94ACeLLIEMF40f, cl 9 M&)M...AO b¢gP fis~nvx o^�uM r,iawrdM,exaani,a.xrHrwmenm�+wMv;vwa� Mwwnr n wrc,�2:rMr.ewn u�sra t*rrxnr�rrmemfi ruwHxx �vr rurMar»wti r:meuruae�,,c Pw,rcivx+. b�eM scnnamr,urxwxem�m.a"vwxc 4319 RW 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, Sourceweil 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.I/proportal.sourcewell-imn,gov], Only proposals submitted through the SourceweIll 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 Sourcewefl RFP#061323 Mooring Ma,terials with Related'Supplies and Services Page 1 4320 N. ABOUT SOURCIEWELL A. SOURCEWELL Sourcewell': is a State of Minnesota local government unit aind 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-Europlean 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 volliume of their membership into a single solicitation and contract expanding the reach of contracted suppliers' potential pool of end users. Sourceweli 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, counciN, committees, commissions, and similar agencies; • Indigenous self-governing bodies; a, Regional, local, district, and other forms of municipal government,, municipal organizations, school boards, and publicly funded academic, health, and social service Pursuant to HAR 43-128-2,the State of Hawaii,Department of Accounnng and General Services,State Procurement Office,on behalf of the State of Hawafl and participating jurisdictions,has provided notice of its Intent to Participate in the sollicitation as a participating entity. Rev. 3/2022 Sourcewell,RFP 4061323 Fiociring Materials with Rellated Supplies and Services Page 2 4321 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.- # Crown corporations, government enterprises,and other entities that are owned or controlled by these entities through ownership interest,; and 0 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 pairtne,r associations, including Saskatchewan Association of Ruiral Muin�icipali:ties,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 Sourcew0's websi:te (note: there is a tab for each country): https://www,sourcewell-mn.Rov/sourcewell-for- vend ors/agency-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, Sourceweil broadly publishes public notice of all solicitation opportunities, including this RFP. In addition, where applicable, other purchasing cooperatives and pirocurement 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. 11. SOLICITATION DETAILS A. SOLUTIONS-BASED SQ.LICITATION This RFP and contract award process is a sollutions-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 Sou ircewell RFP#061323 Flooring Materials with Related Supplies and Services Page 3 4322 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. L Sourcewell is seeking proposals for Flooring Materials with Related Supplies and Services, that include, but acre not limited to the following types of flooring solutions; a. Resilient; b, Ceramic; c. Porcelain Tile; d, Wood; e. Hiardwood; f, Laminate; g. Rubber; h. Vinyl; i. Broadloom carpet; j. Carpet Tile; k,. Epoxy; 1. 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 andi 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. 1 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 Materiais with Related Suppliies and Services Page 4 4323 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 subsidiairies 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, aind 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 SourceweH current and future Participating Entities. C REQ QIREMENTS 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 Requirements. Ali items proposed must comply with current applicabile safety or regulatory standards or codes. 2, Deviation from Inclust.ry 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. 1 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 icointract(s) awarded by Sourcewell under this solicitation will be four years. Siourcewell 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 iRelaited Supplies and'Services Page 5 4324 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 alll transactions from contracts resulting from this, RFP are anticipated to be USD $60 Million; therefore, piroposers are expected to propose volume pricing, SouriceweH 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 wiH promote and market any contract award. G. ADDITIONAL CONSIDERATIONS L 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 appflcaWe to the scope of thiis RFP, 2 A proposer may submit only one proposal. If related, affiliated, or subsidiary entities elect to submit separate proposals, rather than a single pairenit-entity proposail, each such proposal must be prepared independently and without cooperation, collaboration, or cOusion. 1 if a proposer works with a consultant on its proposals,the consultant(an individual or compainy) may not assist any other entity with a proposal for this solicitation. 4 Proposers should include all relevant information in its proposal, since Souircewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer's information and may re,qiuest clarification from a proposer, i'including samples of the proposed equipment or products. 5, Depen&ng 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 awnrardedl Sourcewell contract may be considered in the evaluation of a proposal. Rev. 3/2022 Sourcewell RFP#061323 Flooring Matedals Mth Related Supplies and Services Page 6 4325 111. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, Ora combination of these: a. Milne-item Pricing is pricing baised on each individual product or services. Each line must indicate the proposer's published "List Price," as well as the "Contract Price." lb, Percentage Discount from Catalogor 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 wil'il be responsible for providing and maintaining current puibiished MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any contract resulting from this REP. 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 ais instaillation, 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 adm:iniistrative 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 Rov, 3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 7 4326 Minnesota law may result in the proposal being disqualified from further review and evaluation. To request a modlification 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 wil'I 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 Sourcew,ell's sole discretion, the contract award may be revoked. V. RF'P 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 REP and on,the Sourcewell Procurement Portal. The purpose of this conference is to allow potentiall proposers to ask questions regarding this REP 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 Accouint, Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS REP 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 Scificitation Schedule and on the Sourcewell Procurement Portail. Answers to questions will be issued through an addendum to this RFP, Repetitive questions wi!1I 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 4327 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 andl 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 proploser to check for ainy 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 Portals "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: 1) make any required adjustments to its proposal; H) 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'w,ill not be considered. It is the proposer's,sole responsibility to enisure 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 d I :etermined by the SourcewelIl Procurement Portal web clock., In the event of problems with the Sourcewell Procurement Portal,follow the instructions for, technicail support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal,the Sourcewek 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 sillu ort(@bidsandtenders,ca, Rev,3/2022 Sourcewell RFP#061323 Flooring Materials with Related Supplies and Services Page 9 4328 To ensuire receipt of the latest information and updates via email regardling 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 Vendlor Account aind register for this solicitation opportunity. Within:the Sourceweli Procurement Portal, all proposals must be digitally acknow�ledged by an authorized representative of the proposer attesting that the iniformation 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 potentiail, 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. GENERALPROPOSALREQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive aind 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 thiis RFP will be borne by the proposer, F. PROPOSAL WITHDRAWAL Prior,to the proposal deadline, a proposer may withdraw its proposal. G. OPENIN�G The Opening of proposals will be conducted electronically through the So,urcewell 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 llist of proposers, verify that the SourceweH 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. V1. EVALUATIONAND AWARD A. EVALUATION It is the intent of Sourciewell 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 SourceweH RFP#061323 Flooring Materials with Related Supplies and:;Services Page 10 4329 price that meet the commonly requested specificationis of Sourcewelll 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: Total evaluation scores (giving consideration, to natural breaks in the scoring of responsive proposals); The number and geograiphic location of highest-scoring proposers that offer: o A comprehensive selection of the requested equipment, products, or services; a, A sales and service network ensuring avaiiability 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 sociail requirements, and goal's. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Solurceweli 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 awwardl criteria defined in this RFP. Souircewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be asedi on the following scoring criteria and the SourceweH Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to, RFP Requirements 50 Financial Viablillity 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 u1nder this RFP by a proposer must be in writing, addressed to Sourcewell's Executive Director, a:nd delivered to the Sourcewell office located at 202 12th Street NE, P,O Rev.3/2'022 Sourcewell RFP 4061323 Flooring Materials with Related Supplies,and Services Page 11 4330 Box 219, Staples, MN 56479" Ali documents that comprise the complete protest package must be received,, andl time stamped at the Sourcewell office by 4:30 pm., Central Time, no later than 10 calendar days following Siourcewell's notice of contract award(s) or non-award. and must be time stamped by Souircewell no later than 4.30 pi.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, technicai, or legal defect; • Analysis of the basis,for the protest; • Any additionaIl supporting documentation; • The,original signature of the protester or its representative; and 0' 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 Cainada, 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 Flo�o,ring Materials with Related Supplies and services Page 12 4331 0 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 confidenitiail, proprietary, or trade secret materials. Financiai information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. Rev 3/2022 Source well RFP 4061323 Flooring Materials with Related Supplies and Services Page 13 4332 � VI����IfllWiouw SOUrciewell 05/09/2023 Addendum ado. 1 Solicitation N,,u ber: 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? Annsnrwrer 1: Table 14A affords a proposer the opportunity to describe their warranty program and overages.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, Enid of Addendum Acknowledgement of this Addendum to RFP 061323 posted to the Sourcewell Procurement Portal on 05/0 / 0, 3, is required at the time of proposal submittal. 4333 Sourcewell ;�14',�& 05/16/2Q23 Addendum No. 2 Solicitation Number: RFP 06132.3 Solicitation Dame: Flooring M teria,l , with Related Supplies and Services Consider the foglowwing Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged, Question 1 Will the pre-prolposal conference be recorded? Answer 1: A copy of the presentation Odes for the Sourcewwell pre-proposal conference will be made available to all registered vendors after the completion of the wvebcast. In addition, assuming no technical diifficulties,, a link to a recording of the wwebcast will be shared and posted within the RFP's "Bid Documents" section on the Sourcewwell Procurement Portal, End of Addendum Acknowledgement of this Addendum to RFP 0613,23 posted to the Sourcewell Procurement Portal on 05/16/2 2'3, is required at the time of piroposal submittal. 4334 ,S� ourcewell 05/17/2023 Addendum No, 3 Solicitation Number: RFP O 1323 Solicitation Name: Flooring Materials, with Related Supplies and Services Consider the foflowing Question and Answer to be part of the above-titled solicitaitaon documents. The remainder of the documents remain unchlanged. 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 wais 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'. 4335 Sourcewell 71��iika, 05/18/2023 Addendum No,, 4 Solicitation Number: REP 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? Answerer l, Souircewell utilizes a, competitive, solutions-based solicitation approach that is not based on dietaiied specifications, finite quantities, or pre-determined locations. Sou:rcewell participating entities include thousands of public agencies located in the United States and Caniada, 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 andl marketing our services/goods, and what such promotional activities might look like. Answer 2: Refer to RFP Section 11. F, —Marketing Plan for guidance on the marketing plan requiremenits. 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), oniV a Federal Employer Identification Number(FEIN), are we allowed to participate in the REP 4336 Answer 3: A CAGE or Unique Entity Identifier (SAM) code is not requiredl to be considered for or awarded a Sourcewelll 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 SourceweH Procurement Portal on 05/18,/2023, is required at the time of proposal submittal. 4337 ,Sourcewell 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 t Referencing Table 7 Line Item 51:When asking about ouir 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 thie proposal. It is heft to the d&retion of each proposer to cleterrml':ne their internail 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. 4338 11111 at% .Sourcewell Ooik 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 unchaingeld. RFP Addendum: The provider that services the Solurcewell 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 12:010am (E�ST). 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 Sou:rcewell Procurement Portal on 05/30/2023, is required at the time of proposal submittal. 4339 SOUrcewell 06/02/2023 Addendum No. 7 Solicitation Number: REP 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 exceptions) or requested modlification(s) via redline in the Contract Template provided in the "Bid Documents" sectioni, 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 REP, 061323 posted to the Sourcewell Procurement Portal on 06/02/2023, is required at the time of proposal submittal. 4340 Doc�,iSqn Enveiope ID a4096366-2C22-4E08-8244 E13A655IE07D So u rcewel I COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP)40,61323 Entitled Floloriing 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,S0LjrceweH-rnn,ggy, Sourcewell Proclurernent Portal httosJ/orgp Lsoui rceweH ..........-- _2qa MiL,g.ov Biddillngo, Merx, PublicPurchase.com, The New York State Contract Reporter www.n scr.nv,gov, Aphl 26, 2023 in Oregon's Dailylournol of Commerce,and April 25 and May 2, 2023 in The Oklahomon: 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 thousand's of governmental, higher education, K,12 education, nonprofit, tribal government, and other pubfic agencies located in the United States and Canada. Afall copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [i2jWs,2 177LI.r ov � I 2propQrLqfjourcewell- -L-J On y proposals submitted through the S'ourcewell Procurement Portal will be considered. Proposals are due no later than June 13, 2023, of 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 thus opportunity within the portal: .......... .......................-—--------------------- .................................... Accu Steel, Inc, Kai-Trading, Inc. ................ ................. AHF Products Kamdean International, LLC ............ American Biiltrite (Canada), Ltd. Mannington Wls, Inc. ..........— ................. ed Bentley MHls, Inc. Mathusek, Incorporat '! ............... BOSS CARPET ONE, LLC Mats, Inc, dba Matteir'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 .1111-1-11,....................... ...............---..................... Division 9 Flooring NPN Carpet Installation, Inc. .......... 4341 [')ocuSignEnve1ope0 840,96366-2C22-4EO8-B244-F.'13A655IE07D So rcewi�'?I I a g e z a, .................... ...................... ..............-................... ........... Ecore International NWT& Nunavut Construction Association Emser Tfle, LLC Opier Flooring ..................... Engineered Floors, LLC dba J+J Flooring Group PANDAFLOOR CONTRACTING, LTD Equitable PWXPiress —-—--------------------------- —---------- Excelsior Concrete Coatings RB& G Products, LLC dba Zander ............ .............. Facility Armor ........................ Regina Construction AssociationFloorsite, Inc, Resell Solutions, LLC Forbo Flooring, Inc., dba Forbo Floohng Systems Roppe Holding Company ............ Freedom ConstructioW. n, 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, -"hea'Ithchek network, LLC Tiles In Style DBA Taza Supplies, LLC ................-.................... UPOFLOOR Americas, Inc, dba Kahrs Interface Americas, Inc. Commerdal Flooring, .......... ................-....... .................. All Proposals rernained sealed within the Sourcewell Procurement Portai 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 Portail, on June 13, 2023 at 431:17 pm CT. Proposals were received from the following: Bentley Mills„ Inc, ,CBC America, LLC dba,TOLI International TOLI TOLI Corp. Champion Flooring Division,91 Flooring Emser Tile, LLC Engineered Floors, LLC dba J+J Flooring Group Facility Armor Forbo Flooring, Inc., dbia Forbo Flooring Systems Gerflor USA Giant Floor and Wall Covering Co�,, Inc. Interface Americas, Inc, Karndean International, LLC Manniington Mills, Inc. Mats, Inc. dba Matter Surfaces Maxxon, Inc. MegaCerai, LLC Milliken Services, LLC Mohawk Carpet Distribution, LLC RB&G Products, LLC cliba Zandur Roppe Holding Company Shaw Integrated and Turf Solutions, Inc, Tarkett USA, Inc, UPOFLOOR Americas, Inc, dba Kahrs Commercial Flooring 4342 DocuSqin Envetope ID 84G96366-2C22-4E08-8244-E.1 3A6551 E07D S,r,uu jrc;pwe l I Page 3 of 6 Proposals were reviewed by the Proposal Evaluation Committee- James Voelker, CP,CM, 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 Committele 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 frorn Champion Flooring,fell outside of,the Requested Equipment, Products,,or Services of the RFP. All other proposals were found to meet the scope andl 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 subst�antiial discounts off list price. Division 9 Flooring, distributes a comprehensive catalog of floohng 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 "BENC.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 sailes staff and dealer network will serve Sourcewell participating entities throughout the United States and Canada, All of Fordo 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 enitities in the United States, Interface Americas'flooring products are carbon neutral across their full product life cycle through their third-party verified Carbon Neutral Floors'm program. They are offering Sourcewell participating entities solid! p6cing 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 LEEK, WELL, and other green, building rating certifications, They are offering competitive discounts off Dist price. Mats, Inc., distributes a solid selection of resilient, wood, rubber, vinyl, broadloom, carpet tile,flooring hybrids, floor rriats, 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 LEER, Mindful Materials, and WELL Building Standard and are also a signatory of the Manufacturer Materials Pledge with Mindful Materials, They are offering Sourceweli participating entities solid discounts from list pricing. 4343 Dociu&gn Envelope ID 8409(>366-2C2 4EO8-8244 E13A655IE07D �,;C�uu_ewe�i Page 4 of 6 Milkken Services, LLC, provides a, full selection of flooring solutions including resilient, ceramic, porcelain ble, 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 wolrk throughout the United States ands 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 arid'Canada to serve Sourcewell participating entities. All of Roppe Holding Company's products are emissions tested to GreenGuard Gold or FioorScore certificafion.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 andl Canada, Shawn's re[TURN]", Reclamation Program allows for the return of EcoWorx, ReWorx, and Shaw-madle resilient flooring to be diverted front 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" fear or 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-BPS Division 9 Flooring #061323-DV9 Forbo Flooring, Inc., dlba Forbo Flooring Systems #061323,-FRO Interface Americas, Inc. #061323-IFA Mannington Mills, Inc. #061323-MINA 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-Sll Tarkett USA, Inc. #061323-TFU 4344 Dwu&gn ErveBope 0 8409f,i366-2C22-4EO8-8244-F.:13,A,65�51EC17C1 Scw rce we 0 P,i g e 5 of,6 The preceding recommendations were approved on July 21, 2023, Do Sig ied lby yod44-v FMIE4A0 James Voelker,CPCM, CFCM, Procurement Supervisor 1 Dorwsogmod�Y. I8EE63AEDEDSF4M7. Cal,rol Jackson, Procurement AnMyst D_.. Oo 5 n#,d oy9CAMD637742i Brandon Town, MC3P-CPP, CPSM, CPSD, Procurement Analyst DocuMped by. 5�Ao&41 ODCA01467 Nick Scholer, Procurement Analyst 4345 Docu&qn Envelope ID.84096366-2C22-4E08-8244-E QA655 I E07D �()Uri,.ieweH Page 6 of 6 STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sou rcewell, I have reviewed the recornmenclation 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 coirnm ittee 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 Iprovid'ie 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, DocuSigned 6y, Jeremy Schwartz,CSSBI , CPPO, NIGP-CPP Sourcewell Chief Procurement Officer 4346 Tarkett Approved Dealer updated July 2025 n Elurcr'aPt F'alriSmnkrs 9e1'701 1991 rax Ave (907)452 1423 'Wayne Wier xwnulllara(tpftdn9ran.canr q ("34)285 11 18 f-efrc F"av. .fML 8wlu9aral klrarar (:urrruac:rawn M311VdrouNt 36�054 9181 MaIrX.Arr.e'1 d' Rs .park14hf4(y➢harMr4ILe1+n No ..--_..AL. G.W.Smyth Laee of Wing Com an _ 3606 1313'N1 i— 3.'O..,North .._.._.._..„ (;t34)0.r105C>I Ran Laror-r 't dx.rro(ti5cvramiitfrr9erroradur0.rearm Canna("a,petOne W y (334)74e91300 Ga.Canrroa dattra.anrrearr(f&aapxeluoa.carrn. . Al. G' edrkn ':N6801 '3600 PeaI eroa F" No ----- AL Carpet Specialtiiea, 8lrnr nylaato 35272. 440"1 Fst A",N (250)596 3412 nnokeydoicarpet sti euraVifes com No AL Ciawc Flaying 0ircniuyhano 35206 6512 Madrnd Ave (205)95177/3 ------ AL Ctanmerd re H(oil S'yatemu INC Alabaster 350w 62 Longview Intlusitial Gnarl (256)663-73411 .M.. nand uacorr... AL L;cwxnnef craV FVorANrlg F{wllmvllle :3'S'81'0 1-11-111-11 'lf"1€1 Mt eac4 err 5grvav',rt (256)6S67;d 5P tlt¢rnegy" yd sera^ruo.allllranaalrr6srarvrue.,.ti;oarr AL Contort l lrnanr ro' Fluntmv,0a 35801 3054 1 eirman fern Road Stole L 1 256 640 3401 Greg I'In3e� 1 roe cone. 9 g1 in .9 y C ) G grog cvtVYane rn d'a1 matl.com Ai_ Loy enplrwr F lerc rig Company Birmingham 35203 '709'tut Avenue No¢"lh G'Ced 49U 2202 ---- _ .. .-.._.-- .. ------------ AIL — I3eIta 1=lwono9 Bay M4ec'.tCa 36567 Ll'3 Easi L btoa,1 (2S1)379 211'7 G.ylaerd Medley glehadl.y(o0defta{Iuw n.ur7nn _ _.._..._ _.,.w._,.w,..... .. . -- _-- -._ --...-._ .. — ._....,,,_.. . AL Dour,He Movie Shoals 35661 615 Wawa.rly Avroun (956)910 4043 Susan Campbell r atrr.alla{aJadmua„t net ........... .. ........... .._.... _. .... ......... . ..-... . .........- ......... ....... ___ ._......._. ...._..... ....-... -.._. .__._....... AL Glenn l Pnrr<'vn0y Irundole 3S210 7411 1.1 Ave,,-y"eruthr (205)957-00dy4 __. ._------- .. ___-_ __..._...... .... ....- ,--_.._- '-_-__ ........-. __....__.__......___ _.-.--.. _._....--, ....._ ..,.,... ....,......_._..._.____.._'_. ... _.__ AL James Car ats Nuntamllle 3581 t 2722 North Park Drive (256)755 1178 Judrn Schle.har 1mchVe mher(i�p ..... cunt AL Wir....luo Cuvcgr?g Auhunl 3'6830 1761 Q'lammeun,��en 6rlvw (334)8?1 7.d5ti Ken klrkfey kkkk0aeykirk''41ur(,a7ba,lVgrrenir.na+c AL Mr_('.wd Cot ltract Fiool s,Inc. Dothan 36301 3052t Cottonwood(toad dakttpa)rercotodhouraxons (934)'791 436L3 t mry McCord .._0.t WradlwGlled ar�nt Pnetvfllet1(tl66�2261,i'erl.r6n t urd[load _._._ _.(i.3A�Y® 81 I I_ ..... lorry C'Bhc_ro.. ._,. CNl urY6ldyuahuar e nrwrr... . .... .............. ..... ............. A1. Wu seal r3 Leo I°I-,ng America Tarsevidocnia J54011 9116 31 at Avenue (205)346 1135 114ow.i.anfnrd hl-ford(adrsleaxrovr .—__. ----------- ,___ ....._ _.. ...__—_ .._ .._....... .............-_.___......... .�......... ........... AL Sande"Fly4arnd Mobile 36693 11640 Varner derv. (251)(na 1 1952 Cxri Waddell uarllw(jpsandur.hyiarrd.capml AL �Spe+u 9 C."ttart l"lour 0asacrnar ... 3602C 10?04lh Avenue.SW (205)481�21 U9 0andris Eamon c w_ano iy,W)ep'rec9uun11racricrw ng.cortn AE Spectra p Mod11a 36608 4513 Old Stoll Xtoad._ Su1te705 (251)401 2906 Forrest wltllama Feu.tLWtltllarr.a(WSp.ulrart,coo, S AL 5paerna 6lrmiu9horn 3b244 310 Buaawrot(:enter unve (679)716-244'I Justin Regan Juett rrltaganrAibpooiracLwn, AL Spnecurt Madison 35158 1003 Pnrtdwta>n C`t So.500 (404)597-8909 Blake Regan Blake,11ag1anFm'SNvctrac�f.elorn ,,......,� ..._...... .. . ........ .. ._...._... ., ....... .... '-____. ..... ........_..... -._., ..... ......... AL I he Carrier Store 1-'luresnce ':3b630 1508 Nor01 Prva,Striou (256)761'-5195 to, MUrRfer "rpehawooaol.com ...,,....,.„.... .......... ........... ........ .._..,...,....... .............. ..... ._,.,,........ . ,....... _...,.„,.... ,,.,,.. ...... ..... ..... . ...........,._..___— ..._,._.... ...._......,. AI Ulen,f uo og feMrueraru.inr, tdundravnl10 358116 4715 t armnnnrclal On a 256.47 a 2876 Lloyd I{C'Wall luyd(tounitytlowing nat AI. Wry ar.I bo¢np)In....... m tno.rtrmry ......... 16171 1225 584 011ver Road (034))1/992"7 I{-else F'.Wa1 as ....rwtrcriw(r6wxntsxrluurlae0,crrrn Na JGP FI 1.9 Li 1Va Kuck. M09 6711 Young Road (501)ttb7 5568 Kevin Perry kevan(g0t0pt'rr0o$oo m AT Cnuallve 17.;,t9n Floorin-g Inc Scottsdale 85160 7891 E.McGloin Or Sude 104 (4'86)443-3905 Chrla AspeVagh ...... __- .. ._.__ ._..-..-.- ._ _._..—.— .._......,. ....,..... _....,...,_._... _.. �. _ AZ Mversi out Floor[rig 5'Goui chile __... 85C60., 1898,E Acorn Dntive Seerte.10;1 (4'80)b88-6083 B,ad Weave, evo. COdtatav curry No AZ Norcon Indoor,.. Guadal rF a 85283 5412 F Calla Cwrrdu (486)834 2324 Ned Narrla No <xd Prufiems anal Fun.h ng Symons Goodyear 85;3'38 660 N 137 Ave Suite 13f) (486)319 10 Roger 1Berge rherge@Rfs at,care ranoc 8 018 4140 N 44th SnweG to 100 (480)399 7028 RogerBerge .....g)v(gr u"wdanteal ar .tan.. .... No 11rl eouYrwuarx..,. ....,._„....,,,, Phr..,. ......__ .... __.,,.._.._ ._. _ __._.._—_ ._. .... _... ....... ... ...... ..,_ _„._,_,...,. ...._.. __.. ........, AZ I or nwv C,v ...in c ia1.0 r'pet 1—non 1-non 8s705 MY W Flores (520)884 1002 e.1(30 Mlrharl Care Ito .....procompig(w nl4 Ounce,pot rum ..W 0—i-W AKSI'-lourinll Chula Viwta 919114-351"7 244r't Fo rtar$t (619)FJB5 Sot' tit10 F3uftlerxaz .. Yeti APv4'I'=(uarr porntaa ny Saga nr rte. J'5823 3076.92nd Avt.nue (9'l6)417,06IJd 11m m Mooed. dyrllourde(papnuur ueeu 1,,f 14 (03) Diu,rmiceA 4347 Tar ett Approved Dealers updated Ju'ilyv 2:025 ME All Cieaol-Fpooring Vaa,`awitlk6 91r688 531 Marohant Street (M)M5 42"29 r,a'1 104 Marienill I11tAfB41no1W7JfIG,6un1y Ifinor'l'W'1oo'n (.Y`fl.vonnq sn 9'I M4 16001 Kaplan Are (626)336 67"74 ch aY("I ssu No .__._....__ __".._.. ...,...... ,,._...-. ........... ..._...., .........__....__........,._. .�...... .._.._.,..._ ......_..__..,._............................„.,.,....„..,..�...,..w.....,,.. Cumnlarcdal flooring r.mices� CI Ca(6n WWI)I)0340 1'7:36 Navaj.Rd (619}440 42,42 Turn lart No Continental Hearing are FYonr;hu Cueanwng. 91700 10763 Bell Coud (909)94'1�9305� Br'or1 Ruff Yea -......_.__ ..----- .._.--- ._ ._.._.�._._..._ �..._.....,._._ ......., ,,,,._.,�...............�—... _....._......_ _....._._.._._._.......�.._._..._......., Cara Haworth Y`r6srla 93711 7761 N..Ingram Ave#109 (5.59�)29116400 ............. ..._........._..._..... ......._._ ._.,..._, __. a___.-_._....._..._ ......__�._ .....__. - _".... ""_......_. ........ -._. ill C�..._.N ............._......,..__....,.._...___..._._.._.._________. .,...... i.Y.n_.a_s . 9'0......3-444 9A9 M Cater act JA 909J 9S 8 5a9rrar6stfn Cralg Sa ..._.._-_ No ... .. ..._. .......... _ ..............__ DO flou'l.� 941 40 '1 Airdisford St (916)834-6324 Run RaerYs No __....._ - ......... _.,., „_...,,-....._...._.,,,,m,..,..,._ .,_ hFS Fllorslug Werra Nrrym 914116 15651,.anc uy 5't. (818)3M a167 Richard FNr.dnmmor rr lYrAn..I mo ...._......,.. ..._.. ..... .. ...._ .. _.... ._....,_.,.,,.........�............._._.._._..._. ............ ..........._ ..._... .._.__- _ .......,__..._..,.......,�, _....... DonaldM.Hoover CumI loy Frnrtaar.l 9�,2335 10130 Redwood Avenue (951440'7W45� Race Gentry au e(d7Yacranvarfluor''rg.nurr'I EMS I Jarring Inc. Santa Ross 95404 515 Firaaier Ave ('701)792,2151 „rd uml C1Ihs laoar"Carillleffoornrguncx�wYrn rat pav56% -. ...... ,.,, ., �.....,_,_....... _.._ ..,_ ...�...�.,.,..,. .,..,..W____..._._ .,__. .__�.... ..._...__...., _.....,. .,,,, 'Floor It la." Gn'aunl. 93455 340 S p nOlc Street 18015)720.lBSNJ' Phil Wilcox lshilfl.o,tp'(algnrm0 curr'r _. ..,........ ,,.�.�_.._..�.,......... ,,,.„.,,......_ .. „_.... _ ............._. ...._ .._...... ..ti............._.._._.. ._. .. ........--------- Flo.,Terh Arnerlca Ivorcronu 91/68 32'11 125 Mercury[)rive (909)598-6J28 Greg Carlton 1yrr,glta(tlrg0uua wlvl Yea French a Flow Fashions Yube City 95991 734 Suite,Street (530)673-0649 Bud French frencMlBaor(dcomca.t,net IGimuos',s Fluor Cov'anug Inn, Semi.r"e Springs 90610 '1182 d E.Slaueon A-1-OKa 2'I (562)345 5007 Oscar Medlina df lures ifd7genesr.,lluror.not Y. .._.... ....... ............... ._...__..._.._____ ......__ _... ..__.�..�_____ _ _......_._ _�..-_ ._.._..__..____...._............... ........ _.____.... GPS Cmpel Inatallallon and Cleaning Noalorid.-. ............ _._. .........�._._..___.._.._. __ .___.-._� .__....._._ .._. _......,..__.�_.._.._._...___.,_- . .....__.. .._._.._...__ X 11erY'n'mM Carden Grove, 92043 11861 Caidlnal Cr Ste A �('714)534-3825 Tom Burns Be ... 2 _..,,.,._..,,,,,_.—_ _._,_ _.. ......._ .....__ ....._......-.-..__.__- ...._... _..._-- ._...... _._.-..._ .__._ __....-_.__-._. ...........,. .__.._. ..._.... KIaMal t,nntrneMcrr,Inc. Ponrr.na .... 91168 125Marcury0lree ',(909)444-Og23 Kai Ire,Rounick kardra4"y1kVw0ar;ontralut lung.rl'om ..._..._._ -- ______.-�_..... .. .. ........ ..._ ..._....._.._."._... .__.. .._... ..................... ... . ._ .....,..._......._____.___......_.. ....................... .._............. _ ..._._......_.- g _ )0i F.MC',I a�ddoal (714)On 640'1 C r u ka L.I.A. NVNY K .....rfar:ur Sarula Ana 9"d70i3 781' MP111'n f lealrs,Inn,,m ,.�,.. Bakers - --__.____ _......___._. ___._._. flolai 933'18 'at4;CYP Ol+atalc't Blvd.a105 It66'I)835.4680 Kelly RII9tley k6Ply.mealro(yukam.cc'rnvr Mr1AN`19 l)n )5 1104 c'pn9Ar6rpdUn O'l.,fcr 9'1762 10301 N Mountain Ave Suite'I11 76 '1 4�53�65LH. Ronald Metre 119raraP�a,hl mu r u r'INd'nor Wts NC Floor and Tile N'funeke 965011 251 Roadway I(707)443�'1805 Jason Jordan f ason(p)ncfloorandlile.com ._......._.- ......... ..._.._.- ._._..._ ......_........,,, ...�,__..__- _....___.... ............_.........._._ -._.__...- _._..._.....i Premlev Fleur Covering. Dress Valley 95945 807 Sort,An in Street (530)273 3111 Oan Cretan d9ratlmn@p-bid.ne1 ...._,,,,,,,,,,,,,,,,,,___-_......................._......__--. .._..__...._—__....__._._..._..__._._......... ..........._.._.__........_...._.---..._.................. _...._........................ ___.........__.-__...................................._.__.............._...._....._..__. _-.__......_. ._...._....I Progressive Surface Solutions,p_LC. .Tustin 92780 '15171 t)ef Alto Ave Suite 4 l(714)b86 6643 Victoria Johnson proc'ur¢Rmint((wprugfeguivem4fr aeenoluaonrr.morn F Hall busmen! Prospects Gointumt Hosting ICoofts 90103 114060 VaPluy`view Ave (5�62)926 2387 Al Schwartz al atlhwadz(i3apectlof tom No I'ruSraN;t d 4Yrnuraat t lour u....,.,. W.w...Fnawa,„....w.._._ ..91064 �....... ...._". ...._......... ... ....._. ............. ...._...,............,..,..._,_.... _...... ..,...... .....,_........_._.. ..._...., ...,. .,.,...,, .,_ ._. ... I 'g Y 325Y1 Gleigg Street.Ste '.(858)4133502 Steve I.aandreth Sleae IaR'IdretMLyTsI)e u,nacY.can, .,..,_ ...._,._,_, ... .. _...,. _.._.,.,.. .... ...W. ._...,.. ....._y... ......._ ..,, „_,. ....�. _.............. NJ tor. ... ....... Modesto 95361 '10'16 Neno Avenue Stoker C (709)4080198 Bob Whi .,. lrn6(4)rp Inc,com ..... Sr.gr._ v Plnudn g ..... .. . ......__ Uraage .......m.__ .......8_.._._...7_0.,N r4ar.flwo r_S...,...,_.._....._...,. ......,..u 0 eM 108._,._.,...,...... .... _.._.._......., ...,...,_......__..,,.,._._....__ ...._-___...., .. _ lenlalppaid,Inn,UBA Pre Works Floor&Wail Callradral Cny 92234 36660 Cathedral Canyon,Drive (760)710 5118 bet'rf..s Mcrrasch No "rRr round,Solutions 'Sants Ana 92105 '152d Broukhollow M ive,Sle 3 (114)659 6481 t.ynne Lee. No V,'LP '.r.`.omtnurro 9022"d. 3215 Vangmu au9 Riolar-lulq_...._ _ '.. Aloo._d_..-S-'t'a-__..._...._.__.._ (310)273 1)66 Will.Phillip. a vrpu8@...r.rn ..... __........... .. _Yew M___narY H ach. .9.12 2 4.1_6.d (9_G.9_)._d33C_ - M __._ dnaana_r.s.w_(]w 4ngme__df.l -No.____ GU Colima". Crtand.lus,,t o 81504 29201 70 BWflluas.Loop (9'70)?454�753 Carinn Sala Xar C.lo.3(r..go,,timer�p(,C�rrnY ........ ........ .....-.__ ........_._.____ _. .. ....,..,..,,... ........ ..... ........... ......_, ..,,...... .. ...., .....,,. .......... .._._..__ .,......__ _.....__ CD IF loorl N$oknwn. 'Wesinrimler 80021 9'162 W Met Avenue (720)552..3104 Jeff luntentron j.ffo,ra aon(@Y1aurOrrg.'oalre coon, .....___-..__._... ..., _............ ._...-__ ....,.. .N...,,.,.,..... ._W.wW .....,.__... .............. -,,...... ,,.,.,., ..,,,...... ........ ...___"_.___._.._ ._._...... Go Gary Lerner,trio. Denver 80E16 00'1 L.5501 (303)l9l 926'1 Adam frupllnn atrupliv(plgary�unr.Y cunt Yes' ....,,,.M _ .._..... __..._._ ._,_....... __...._..._ .._. ...__. .-_..._......'. ._......_...-..._.__ .,. _ ......._ ___...._.._. _.._ _, -........ ........_ _ -._......__.. . ._-_._.. ..... . ........ C(Y it W cornlnecial Interlors '',(alfitrado Springs 80919 6805 Corporate Drive#115 (719)5912141 radd i'JustaYsnn toddglairrecille com 1 urY Wr �all 4348 Tarkett Approved Dealers updatedi Jury 2025 CO Larkin 4 A.cloatra�w LaKxawuud 80215 2700 Yraungf9nsld Street (303)373 5564 �kely isi amr(ralaark9nfloor.benaa .......... 00na0 Hwtuns ....... L)orywaar _........ 80201 6700 Smith Rosd_...... (303)96'a 850E nn0 Del Rosario ........Hohdyanewfloorgnhorlkons.cosn ........6713E I w0Vf3S�EI COct) New ..,....... ........_ . ._...... .___.._. __....._ ..--_.._....-. .__... ..-----.._ __.__..._ ,,,,,,,,,,,,, ,__ _.._ ....�.. ,....,,,........„ .....,... .....,. ....r"_____.,......._.._....._........_„„..,__... CO Next Ge Hemline i Sery ces LEE: Exlgl,wood 80'110 '36fi7 S Huron St (30"3)789 5240, Kevin Cmbsl Ke nrC(YnextOr.r,rahur s�urclacres.core _.._..._ _.,_ _ __.,, (r2n G41 1941 CU 1@asxlpar t'YII¢f fwcrlorado S'Priot03 8090J 1110 Elkilon Drive,Sale 1 (7'99)491 5575 Steve Gra y sleve.g raygr. ....—. ...._...__..— _.._._ _ ......._...- ED Skips Carpet Service f.oveiand 80538 5816 FlIonio Way (970)227 7476 Korey Elgtarett s�epscarpetyrr3gmad.com i3sarlfandoreow f.ontract Interiors Hainford 06120 3324 Main Street .........�.... (8,60)572 5555 Suzy Uke.ian b.oholornewdN I C.) sed.nnr4 SHE "lalena :Pout,Windse>r......� 060740145 45 N.1-9 Nel I PO So.'145 ..........�.....�(860)789 4305 ClulaVophtwr Dallas, r,daiene(i(D.1—F'l-ing.<roara•....���� .._.._.. ___....,,,...,.� M R'neouM lllggylnes86;u, __.. fJowrn 4uu K3631vV. ..%p, ......,,�. ,__... _...........__ ___.._._.__.�.. ._._ Y80 earth Mclselfi Road Steve fraud 3lorwa(pinfngg nra.cour 9 1860)S7a368d6 M..it 6.Y.? - ktioud(o7rndhc-92nacoon W3ik Nhf+a VSat0landPi+atirr 1r3 - - . ....yule ...... 06085 14,4 Oak.idge, _.. __...._...,....... gaaH 305041d_....... Jodrn tale ..------..... ... _. ............... .---.. ._,_,..,..,. rr LL.p'; _._.__.__. Dd. . Dads nr------giard(-ocnrry----- Laraaarr H la4osflpally' South W1nds�oa' UeQ/4 �62(;Ufil'Xe4,tlCWt A"Morl,,Suite K„ (860)6✓8 9631 Val Moody walnioodyCwIdwo13,coal ........,,,_ _....... _ .._.. ...__.._ .. ....._..... ___.__........ ....._,._.. ............. ......... .........,_.... 1lviableFluOnn Feet Partford 06IOR 100'p across Street (860)789 9400 Juarrvillarnaar � Yea _ ......_......�......_.......... .._.�... .......w .....___ _.._.. .....__..._.�_._...... ...__. ..._._....._._ __ .... ..._........ ..._,�.�....._ .-___..... _-- DF Dvi. ii Fluarlaeg He Source New Castle 19/20 259 Quigley Blvd St.11 1307)395 9700 a[ holy t'Remper (302)250-2848 1)8 Te'-;;tote Earlier vineloquan. '998011 2 S.Poplar Street (302)654.0193 'Pram h36ckret tfrlr kcnf.abtrostalecarpet.aorn 9680 Coati.f.nr'sE Inc Jaukaonville 32251 55101 h arda Mdnin9 BNd- (904)993 5473 Beech Scott rrch968O@h Amra 1 v.m A—sti I'.:t.Favors 13.39116 3610 Work 0, (23'))332 1610 Al Cook AI11Cookgypacoust,,urn ...,_............. ..____.—___.._w..._....____... .._.,..m....,....... .._.. ....._,,.,,. _............., Acisii Ala�dhua 32015 '141 an NW 126 Terror., (386)A42..aa9(!0 Alloy-----u t awyurffna(i suou,.h atom Adriennfi Fluarcovelings Giearwaaur 3374d 440'l keen Ave.N.So 1110 (727)592-0922 .WnStrait, 10 Badueanrgcon ....... .. ..._ .... ._._..... _...... Bay Area Con la—al aus or„ 'I P.r,Spr ngu 34689 4094�6 US Fhvy 19 N (813)418 w9/ Gus Schrnldt gun aruhinadgirgris l,comi Oolcor F1loafing 6Interiors Ft.Myers 33907 12011 Arnttd7cu,s Lane (284)471-0.197 John Chri tterlsen y.ihaa0si vwasur @Ibuloum-r onr 1 9 p - ..,.,,,..,. ,...,...,,_.,..,._............. ..... ........ ........,....._ ...,. Ca Vital Eluding Specialist I allahassee 32309 3944 Northwest Passage,Unit 1102 (8.50)5440520 K,wrn OaAer ¢apytalfs.hevrn(¢3grnaill.corn ............ ---------- —__.__ ......_. .__._—____.....,...__,.._._.. ........ ............... ...................__....._..._. _..... _ __.,_........._..._.__.._...... ,._____.. Carina Creatkons Coon-nerewi Pensacola 32bl b 3305 Nlorth"S"Streei (850)438-6393 George Iaylur No UarP,t Smdr, IallaYras,,, 323011 7866lrrd-l-I Pisa.t}r. (860 6`rfa?666 Jeff SlNwroll Jell srlvaluNcl)gnvarl coal t.IC M�arral 33142 1719 NW 29rrd St (786)$64-5049 1 raur.waaw GO* trap.sco.90afrgala t!corpxwn ....... y" Dinar Ccannct l`erpxi hire; Jacksonville 32241 ROB 24808 4 e0A)296 0023, Anus PnawnO aprceweutgardaarnen.°n:uan FLYnCAd r,a e ." . ivNioe+ , f(®r du ceof Iluoda Bradenton 342111 s0ICrra id H1114 41 live o4o �r lora.on _ r ) o f1Gg,K-tC Suartl 34991 49SO F3I S .0 ... (772)634-46$2 Chock Frarwiiscom functlanalit"rng 1 ldigmah seat ..._ . —_._...-.._ ....�.._......._. ...____,,.,... Gonads BeEdisuU Seivices Large 331J 1 10490 750a Sli Ste.H (727)537 3800 Ny Vincent wy(U{penesisff.com yes boarFlows Keyweut 33040 610 White St (786)20FE7255 Denny 68ulr. a Mru6a.+&contioulsic,coan Iit erdrn Flowing soluf ens Mwliscurne 32936 290 Noth Wlc:kharn Road (321)242 1U30 Kevn Real krewln(a5orufluol s.r.dm Markin Floo"inrd Invaaness 344!32 8881 Filly Print (3511(400 137�7 l.a,roy Mark", murk.shlooaSnrgf�,jnIalti,cara .....__ .�s,.,... ...... ... __..... ,,,,,,_ _. ....... .. _ _..-..._—_. .._....,-.-._--....,..__.._... ............ ... 39Nurtlhl',Inwrl .(Jit'1)flwn40f108 Mattleew Kovach rnallOUrrtOoor s Cam Nu Ma alasr Iec�Ftl Scar I>rrrrrrua�rola 4d,aW!i 314' MciwarlrtS Owed faimpa 3J6(f5 4902., ).de$IOVh Ave.Sin.20;2 (8'13)672 Olbt Kewln MC�Edrrae me,unturrallrJ4lnrue3191dui.cmrrr Moss lsrdulq Claprey 32428 1427 Gabler Wiwi....... (850)638 0W64 David Moss f,C, h[pie yd4'ata'ellsoutll rlet 4349 Tarkett Approved Dealers updated July 2025 wiU, w"M m7 Pro Hours Pies Lyon I i-n 32444 3902 Jenkins Ave (850)5�'j 3389 wer P'll'i" Rdra@proflovos ,-To quinily carpet Flooraig Engawood 34224 3680 N A04019 Rd (94 1)4)4 0076 Nidurle Beyer natutle'@qn.1dyteme yes Re-rc 4 1 India ............ Fl,Lauderdale 'Ml 4 33W hunfo need (954)581 8115 D-Vince,) class vernorsbresovice4floor's eah........ No ,,a I a To -3-3,6-0-5 20-0 S ise Gil a Garin act F 1001 afg (813)264 1278 Slephan Busbee eiriphan buldi.ei(v5speco-al ".11 ........... "9"arnpa ConVaal Flooma Tampa X.3614 9102 N Data Mobty Hivy (813)688-0144 Aaron I ourean morlty FM Walton based 32548 1 is Repay avenue NW (850)585 5514 Cary rleapy gheapyLtOttieff,uoiiaigau,thotity corn air,/lire IF loaning t dy West Park n 14 SW 25th S asO (9$4)ga/5800 Gregg Markowitz thleflInetwossenell. n".oud, Yea �21 "- ....... 32305 5 Pin If M'5/5 9 1L WBI, Way re IN fare Floes r i 9re -s!vaL It ..--�R r I.Myers 33912 11683 11 Link Court (M)26/MO Jun Mc o {one osergeeasterwiles corn ........... .................... ............ in-asc.l. 32505 3800 i tigett soprd (850)433-3154 Bobby Wilson bobbytowiNunflooss net N. Raw AuquSla 301109 311913enchmisk Dow GA Bur per Calls No-cov, 30071 897-4 Redwine Stases (/10)337 148) B .O rp illy B .. busocoirptpbellsvach.'at --- ...... Clupetsof Anne-Group Fayeti-ill. 307M 118 His Rd (618)300 0288 Cynda Kent c ka.1@...inesof tone"Cagroup win ye 70739 plant iAlki,rui Rd SE (404)218 5982 Marta Motto mhudo(a)cintifftedfireshes com GA Certified FIRIshas Atlanta ...................... ............. ....... GA Cowe`��C�a�. pro d 30sta 50 12 Bristol Indusuib!Way (706)808-4040 1.uke Couch eks@rcoyereddad c,om -- ----------- Yes CA Dalmn Carpla One Athena 30606 3690 Allanta Hywy. (706)353 0541 r jla Peterson ept"usson(o --l",----................... ............. --------.......... daftoncarbelont,com GA Gmennurent Flooring L i C Alpfavenar 30004 Sb6b Atlanta?ivvy,Suits 103 1134 (6/8)762 039 t Dewi�i nosing ......... Yes GA Northeast Ge gi.Car art Baldwin Sol,11 175 AN114clan()verlsok (Mb)499 Min Bill[.swollen bill(apnegacarderizoni.......... ------............. ............ CA Occupied Renovations No wins 30092 6730 Jones Will ft (770)326 9212 fvlardwn!,�d�L.bodoce.,art...arum .... ...... ..... ("A Real Floaus Corurronci.t Marietta 3UQbz 500 Webb Inclusulal Or (949)6481221 7.1p zisq, Iz1vaAcowcominercal cold . CA Russeil Ventures,The Acevedo 30102-3162 3142 Northpotint Pkwy SE,St (678 5Y49805) I arnory 0oven GA Spectra Conliect Passing Georgia Norcross 30071 6684 Jimmy Cards Blvd,Suite 500 (770)729 2700 Brad Roebuck hired o,eAalkCUsp.d-f,l, CA Synergy ------Consulting Group Kennesaw 30152 1000 Cobb International Or NW,Suits 1- (77Q)794 8200 David Serviss d-. vies(osyng.ppic-,....... .....---- ...... ....................-11, .......... ------ GA_ lfiormn Gainers Usual 3QUI 1045 Research CI,,Atlanta corm Ste 8 (404)69929bl Mat inytoes(iathoinascarpets c .. ............ U'A Vangload Commlsdal Feeling Norcross 30071 T325 Oakbrook Ur Seine E (404)5165265 Do.Keeire, shinag)-ni-d In coil .... ....... ............. .......1-11.11-- ............. .......... GA Vision Healing S I a I has Norcross 30093 16/0 Oakbrook Suite 310 f770)841)9914 Philips Vrogralin phiflipaeaswon fionrng�7.m P 01111(noderHoOring hahousuly 5012.5 2,913 North Jetfirersort Way t51 669 bXl 3 Brien Poindexler briantai........ .......... ......... in .................... ................. Thortmeriedloorrog,co ---s. .. ............- ............ j;,'C�.. ... ..Ralph N SmAh Des Moses 503117 714 SE 151h Street (515)979 b8911 Bill Been ftenc,am___........... -77 Middleton 83644 26495 Eric Litee (208)573 3/84 Jeff Ferry --.11) Castle, 0.1; Ire Great Fides Maridlan 03642 2855 East Fairview (280)884 1994 H,ad Afl,ad b.tared@qgeaITPours,cann ID Wall 2 Wall 63291 9 50 Yeflo.done I MY (208)232 A2,1b Pocatello Date Maier ffiew"logdale 60108 16'.1 Covington 630)924/J66 At Lucenti H M.51,cosercil Fbox""d afthinigsibrut,furna C'ourolklated Chficag. Addlinn, 50101 4532 25 W(Official Road (630�450$600 Ken Sanah ksr,,li hc...c.all.a allow,a-case ............. _.a! "'late Wertard flooring@Wushingiscorpon com cu.N.s'Conun...�4�Carnes,Is nriogwrt 61/01 1110 7 W Chet 've )rve'Afy Chficago Itasca 60143 865 W,living F 854 2153 rc i No w"r-e 'i.s ........... 50ogja; 11 ed North Aurora 60542 200 Alder Biwa ..........----Head----- (630)892 8620 Zach Douglas 4,,1 14 larkett 4350 As -11 Z I 0 r 3 m r = -'r O D CL > LO Wk 0 c 10 19 eo M io UM X M M an C, co-ro ea ro 03 V ua zn a,I-s- 7T 77=Z -Z.- -zz j 1 -:7 ol 44 4 as caW 21 z � <3 m N -,� 0 0, 0 W W W CD a, M 4h W, W 0 M M 0 Na "J V, �r ".1 4 �4 m W ................ -57 0, 0, 0, 'o Z 0 4. Mj�na Uo1 gm -W WEB W- Z 0 Z �n 0 lb S.0 0 0 n 3 ol 3 3 m a G 4 3 m IV 41 R , -1 W tD 0 3 M, > I - - W , - aa CL 'Z 'a 'o; 'U� Z V Z V 'a Z v -J , a Z .o4 z ul Ja U ul W 912 14 "S L S, 's 's � W Z 43 on ll.' 1 4Gfacl 41. a, l�� W 0", W '6 'o 1J lio qll� W 90 W 1�1 c �a 00 W W W *p cm c v 'o 6 t4 Om III Wl= Owl WW Ic a �c W 'W", wGr a a v C� 0 10 c W 0 c 0 0 b� IQ _ W , omw mm, ow cr mi > tr S W 0 CL r Ic 3 3 'vW 3 m Ic 3al a I W o c 0 1,2 1 cr _0 W 'Re cc, ,, o =3 cr c 52 0 ................. m 3 4351 Trt Approved) Dealers updated July 2025 MA ColinloteaitheC We're 01801 19 WYdPnot 1181 Park C781)93b 9430 like l Do Si1wa Mdaslfvm�lc'apllaitrarf,,leurrurkinrr.earn .. ..........._, ..,........._. ...... ,....__... .. .......... .....— ...... _...... ... ........, . _� ....... ._. ._..,,.... ,,,,...... MA (.nrrtraCl I111ur4ng In111wifa1l(orrs 1layavhani 276,16 165 Ryan thrive#4 (508)82'1-1 bull troy Hicklrrrd nray(pe(rnnaeofX.rrorn............._.... .._.._. ...._.,_....._ ...... _._ ..._..._....._._ _.w.,.. ... ..........._........_.�._.._---------- ..-.-...... .....,.,...,., _... .,..__..............,......_..,_,........W..,.,......._ ._ .,..._,.__._,.........,,,,.....,... ..,..._..........,., MA C1lurvmuro cafpin&'fi. GJebt Low 01028 185 Shaker fdornd (413)52b 1991 winny fllnsonro MA M Frank Higgins&Coa N.Wnglon 68111 '...7NU Nurih Mrnur+�lain Rnad (860)953 6876 Steve Claud dr solo dCaerxrfit gy oar o r WSG ...... Kathy Cloud ke.luud(e1r fi egg n5."I MA f a"hon f hors Woburn 01801 190 Commerce Way (781)3U5-5434 body Mann dnnann(Sapawllla illows.,coin .......__....__...____ .......___......__ _ _. .......e.. .. .....m.. ._.._.. ....,.,..,. ...,........,. .,,.....__,_.............�......_..__..,.,.._..... _._.______,,,,....... A88 Fioorc 0aiC iroo. 2,1205 '-"01 Ardm.n Ave (410)4856Y 10, R1ct1 Neswa car Richard Ext 1'1;J Pon .... .. .._..._..�. �.... _,......._._...,. .,,,,...,....m,.... .__......_ .._....... ... _. ..._..._._.... ......_. ....._... .__..___.____. ......._..........,... .. ._........ Aa,Fluo,, limdarlck 2,704 71118 Geolfrey Way,Swe F (240)3Y9 78UU Tenry Kelly CkC..ily@aarofll1OOf.sonr .,......_.._ ,...�. � _.. .. ...... .... ...._ ...._.... .,.._... _.... .... ........._.. ......... ..__ ... �_ ...... .. _. ,.....,... ...,.� i ourldur r loolin1 A..o.ono. Hall"nr(un 2 2,31 832 Svuulln laund Sow (410)522-2244, 1..0rornr ..mm C':r'r n9 cane ext 117 y•C N 1 y 5? .4Crrr 1 drart"-Irrcr Y...__.. ... __ ....... _ _...._. .__ "c,ul _.w.., _ ..... neru Maryland l lr;rurm While flan", 20695 10505 lha.dnrn,Crcrn Blvd. 301 392 9211 tinaa'i'hrrvrrrllson b1haampster883910c'Ernrktast.nci Value Carpet One l)HJk'3 Lee Smfth Jr.,Inc Salisbury 1'.1 El 1630 N Sainibiry Siva (ai 359 0918 Jwk Sorrouges Of rat kburreugh*.e.ta(nkyuPlW'r,cam, 11111111111111111111111111 Cindy Pilchard clued ricflarduuDv4%curnz:mst,nat MI Capital noohng Wixom 48393 47904 Aria C1 Ste A (248)912-0074 Mike 5alllanger MbalNarlgar�(nlUapl4sl(laor#nylnu.l,`orn MI ci nvenuonal G.,Ptt S orling height. 48314 7155 19 Mila Rd (586� 739 5466 C"hock Doll off no __. .._.........._.._ ..m,,,.,.,.,.m._,_._.— ............� .._..._�..._ ..__.. _�......_ ......_....... - --__... ...._...... ........ ....... ... ......_..._ .._......._,.---_._., .. ..._..__.._ Mr ilivorClny I-ndsnnvil4a 4942b 3Hd7 Hudson I rails (616)318u4949 Ke"nPas'na madtoKeviniglrrveicdyfloorlugrwh ._.__ ...... ....__ ....__. ............ _......_............._�.�. ..._._ ....__ .._............ _._ _....._ ...___._ .......__... __......._......._�__.._.._.,.._._..._ ........._ MI 31JI TICK>rtYuvarng ltumulua n8'174 3Q61U Harrorwn Road (248�)155,3500 doer)""fornul --No.—Union Mt Shamrock I con,loorc�oveeug'SVC$ AnnArbar 4�8108 44h4 Cauunursaa fNve ()y4p 4945770 'Shell.Crenlrlrel8 +rr.rrnl�holl(�1slrernn nckfkwnl wrr ._,... —......_, ....___.. .._ ,.......� __.__.._ .. ....._ _....._ ............... ... .......... . .....__._.,.,._,,,_,,, _ ... .... .— ,..----------------------_. ..._._ _........, MI Shock Brain—Hour Uuwi g Vixraevllle 48066 20:320 Uourttue Dr. (584)58u 7470 Ron Adams run(rilchorrktlrlrthars.cmnl ........ ......_ _..... .. _._._..._.._.....__. .�...... .._._...m .......e.., ..._.»........... ..__ .. ,._.._»,, ......,. ... ._....._....._..._......_....__.. _.......... Yobautrata l rinvnprt„1dl kfovrMg„in1;, Plymouth 55447 9850 51 at Awe N.Sol,n 106 ("76'3)1468900 Karla Si k.d.se.b."11lul-f.¢nnr MED, All, uad 1;0rr1rrraxcual P�tuarnng MlmleaprOis 55446 '15930 38thAve,N (763')600 6980 Dan Sheeny dan(auadvanced'Lornineroa4flnlrnng corm Cfr§Interwr5 and Fkrwring Ea9on 55171 940—Apollo Rd,Suite 11U (651}681-87 UU Andy Martian nmarden,831cf�e flnors.c^gym Ilrnersarurcrt:�s„Irrr.. Mlnnea tol's 55405 275 Market Sit.,Suits'190 61'2 3"1"7-04'99� Nang, Flom nflom(Pirlarkcartnetcom Yes MC •leff—un Cty._....,�... ..3..... �SIreet (572:). .06 _...__.,. _Allen. ..m.... gdmll�.. .._......__,.,..,,,..,e m,�,,.,,.�..,._ ..__. ...... fs5l tYf A4:'30 28°X6f MCP,an bireet 5T3 435-018d1 KeNlrl Blinn .Bolo eufloorslrlc-nnm WHf MC1 Commwr,ael floorllxg,Inc 31.fouls 63144 28'19 Breckeretdge Indurufrial Coup (314)961-1"4 Donn Laws us MO Dave Griggs t 1o11ring A,Irl nrlca .. Colurntsm 46201 8U'I Hua111ess Loop 70 I' (57,f�)$03 3lab I in Sabel uroloscarpetandllle cola MO Ir nionng 5ysterns,Inc" Spnngfllnid Office) apr ngfield 65803 038 W.Kearney (4'1')')$65,307fu Sherry"faylor Nvl➢rl�ngf Wk'alklGl't'Jf nrY(g7rIp�4Pfing ly4M1iM.mw�en4 1,01 ....._..__..._._ _...._.._ ........., ....... .......__ _._.....�_.._.._ _._ ......« ..,......� ......................e..... ..__, ......._ ..,N...�e... ........,.�W..,.....w. MO Syr.'1oms,hn.(St.Louis Office) at.n I.ouls 63129 6461 Saumgaoner Rd. (314)329-93W KaWin Komlon oel MCA '.JAMCC(Johrl A.Marshall Cn.} N,IKanSa�s gdt',y 641'16 '1433 Murray S11'aat (8'16)741-961 2 [odd Saunders MO Maratha")buil&g Ernwurunmenits Columbia 65201 17'15 Paris Rd (573)875-Tt'15 Sunday Nlxkerson snickersarlg8unarethunbe,co _ .._....... ....I'll.. ....--- .._.... _.__.............................._ ...... ___. _._._.._—___..�.._.......— ._.....-- ----- ...... MO ldlchardat Floor Cuvarrng,Inc. Pany�v'.8ar 1'r3775 '1469 PCR 806 (573)a 17-0011 Jir"r,Rlahan* I,r(dchludelfluuls.corn ._ ..,,.._ e..m........_.. .......�_ ............._._.............. ............... ._ ._„_, ,,,.,...,._...._..,,....._ __. ., ... . _.. _.__. ........... ............. ___....._ .__....._ Mp [ickel l locrrlrpd(Sprkrpfn*Id Offion) Spnogfleld 6580A 61 S S.Cawafier As., (41%')HA1 35171 Ki4s Wiheelea' apg prdjrra6ussasturnFylrlrkel r orrtr _ — ....... _...._ __... _ .___ _ _.._..,_,._ ..._,_ _ .....__.. _.. MO Yarcrkai Flury utg(St.luu a Off ve) I IAnderso�h t„ar_p e1. e nn b3U26 1555 lapak Drive (636)343 8663 tlad zckol d. d ... a-0, ... ..___-- ., _.... _ __— _,_-- ------- oce _.... ifaltx lowg 39461 1115 f.iol selo1b4 salove (60'1)b45 7198 1,14le Wsberding er'.C'urri rthn(w.t t.lrnir'alPtowe Southaven 386Y7 24"77 aGlmtaa C'lrva (lU'1y 346 pi}'9d 1.rlr„k Crerarr auJcllCbecmrpatx�,eUrn No __� ......._......�.___.__ ... ......_ . _.. .__....__.._.. ..... _.__.--------.. .....,,....._ ,., ........ ----._ .. . -- .. _.... _. _. ...._ ftra'ft C,luswelll I'tAgefand 39157 116 R'dgeland Wltraa (601)8558861 Bobby Croswell hob@snrfWnJswell c Interior$ rnrxr bet:oln FIn1'rr Cervering& , Olive Branch _..........,, 3865�4 1088 ,,. .,.— 6 Ueeutln Rd (667)4g8 466U China ChurclnNl clhrls(aldnsntuffraulu cnm it nf14 (1)TU- ke� 4352 Tar ett Approved [feelers updated)July 2.026 Rhodes tloonnil All Biloxi 39530 8841Wward Ave. (IJB)4°V 250'1 Cradles SchaOoe ¢,mr,iurCVuvuIC'lirlwrgf9eslturuwlrlp4,nurrerdcn.conr 011ve Branedl 38654 10120 M9-7'9s Q6EYk)5r93-0060 Bubba Stow- B.bbrsq#eoprralurrs flo.'a corn No Ml ont_.a,t f ourI,r q .w..._ .......... ... .......I f''aIILr.._., i_9_4_0w. ......_ 1_20.1..,7 1h 5t Sa.n,_a..lr. 613223........... ..._.._.W._a_la.h._ muke tVfautfact,_.c_o rr._....,.,.,..,..,.._.,.......... ....,.._..._.. .._._.N....s __ _.. MIT flarrrnglous Butte 59101 14,32 Harr!top Avenue Q406)723-6obb Gnnp Chao or iJ No Harringttrn M7 B7.hs Modern F'loonmg Blilings 59105 713 F.Moiso Street (40d)1,46-3656 01r;1u Mllter rrom@xbrddgebarrdx.nn Na .......,,.,�_._.,._.......mM tree__ .........— .._ .... -....._. ___— ........ �._._..._...,..,_�......... ...................,.,_,_._....._........ M F Western tloos'ing Mlssaulla 59801 1015 Moon Averse (406)728-8184 Jeff So lTh No . . ,w ,......,..._.�._ ___._.. -..___....... _ _....-......_.. __ ......__. ....,.....___ ,.. ._—.,_....�...,.,e,,,,,,, .9 .N. Adatrin P:ay'ryp tine WhSon !78'76 34(rC)AurporN t30vd (291)d91 4JGU Mickey Adorers madaroa(4Laoalnsa:arrpmtone.t,nnr N. .,.. . ...._y —--- y ,..,,._ .. .. C. ....._._ .........—_.. .,,,,,_ ...,... oil Abaul HoOla Ma Udall 21027 B03 South A my Ile Rd a3o 349 4469 sloven 80011v rrtawcur nrauaYruutlircnrrw RAIrri1 No ..._._.....�.._ .......__. .______ ..... ....._.... _......_. __.... ......._ .._..._... _.._ .._..._,._...�........ ........ _.... Apr„x Autguer 2t501 251 Fich be lvo (1)1r9)331204d 0hondt,No""hak rl'wmtlea6maapeMeortCtuCCuaPprl;K corn Yes ..... ...._.. _._.._.... . ... .......... _.... ._.. _.—.,......_,,,,,, __._........_... ba Fdonr rg Cloraigr ("hatotte 2821 b 6901 A t Narthpauk Blvd (704)..598 2153 Suraue Patuvor spalmer(g).u.tudl rol wvgUr..lgn.a�u'rrrr No Ffoarrng Group Amoille 78804 S4J[Ilk Paste:)Ouse (704)262 6400 _..ling Group corsior0 28m 4539 knlerpti se Drlve NW (704)262 6400 ..._..._..._.........._._.. ... .._.............. .._. ..__._,.... ..,......... _.....,.._... ...... ...... ,.._...,.., ........... .. _w_..,...r._._....1�'�A' Borrit2 no Group Nialelgh "t76'i'd 'I f�170'B World N lade Blvd (419)361 1500 u1 Mrv,IWale LoF're6t Mr.IanlrrLOPeoSrt(al6vrrita.ctlrru No (9'i))3tr1 1544 __ _.._ .......—_. .._..._ ..—. ... _ .._ ....... .....__ ...... ...._ _.....__ — 'Ban€kr FYuor a Cron r Wln lar Salem 27101 390 M e Lee Gaive 33Fa A64 g165 . 0na(rk GC/n od SerMiCWXF I'll: Ralsigh 2760)-'5137 1400 Nowelll Road (419)$70 1306or F r r`Ch'[stuaYY NO G::ara'+s4ina tJrnmrrporeV61 WArnir'egirrn A8417 i 2g"IB K7rv10(e Wdght Way (9'10p 343 3337 loan Woc,k don(uacnhuorcovor'og corn No �,.�.. ......... .......................... .�,.,,,,.. .....,..... ....... ...w„ .,.,. ,....,, .. .._........., ._.._...._......... ....... C')geot Okra gn l,entelr G'reanvllle 2)834 3205 6 Memol'al U'I'e (L':i2)439 0840 Killen I Winner kurr„neptCfuraognY huurrail..c�orn NO avw Cdrpotl 0-(t'eadrno Inn 11t,hU'Ills 28801 80 CY3arlutte Strarot {028)252-1594 gaudy 3rtvtth cum No --- — ----.... .. 628p)136536 Couoer F'locrrhrg Crary 2%519 PO Box 31175 (919)8'1G0627 Tarrrrny 13rmd.haw tamrmy(,lmnefluor rrggroup,orn No Gcvvrxln o C,nru .... Dale tr 27612 H04 W ed—leu Or Dale L.ea'rb 0a1e L;nmtro hale Laurb_. g p g (Ocuuer ovymgrtru{r cum No J g ---..----------- .._... ........ .— ..._._....... ( ....�__ ._..... .. .__._ _......_ ... ._..........._...__..-._ ........... EF Wilaun P'Icror Cc000nl Vnc. I..exln tan 27292 1 mo Owtton G;_Rd 3d6 357 5655 .bonmufer S.trcfte. Je,nuilcq'a>ewllsu v.ctraars H b ._ _..,,,..,. ...... ..._,. ..____...�. .. .._,_ .__.._. ._... ..................,,.....,_. ..�...._. ...._ ..,,,______._ ..._. ._.. ......... 41ar1Yity nr,rhrtroas,lem Wdryllogtrrn /84053/36 16476HWndmil Way (910)443A112':r Brandon Bunts bbutt'slafloo11lrog Olut datS'CuO No 1lnuvurg;.trlutn,tra,hlc. hldlary lrad lbil YrJ EN962(atol Avwrgr,rci (l04)234500'1 'rum Burlut Ik»r,IrYnog.Nluv9rngsulcd7une-cunh No I loonnrs.rolullerals,Inc Greensboro 7J40J I3408 W Weadover Avenue (33b)30f 9680 Juah Allen lalirn(u711onringsuluUrhrs cons No ....._........ .....................�.... ........._,..... _........................___,_ ... ......._.... .. ._..... ........_........ __ ........__.,_�..___....._._.....__._.._... ,,._ ....._ trarmon&Company.Inc ......... Charlotte 78706 '13A1 Central Avenue (704)3310886 .... Scou Givir on Seoll(ogarmunandr.uunpany.com Yes __...._ __._......... ..,uy ......_—_ _...... ...... g _....... ......._..... ( ...... ...._..__ `—s .-_- —�..._._ ......."_ .... ,,..,,,, Just F'hors lnr.. k�kafowill le 78306-3103 1559W1myr tonliw 41q 8649110 Cdaalenel.ashwn111 darleneru7umifiuo urn Yes . .....___ ..........W,_, .., .. ...... ._....._. Mcrdwlar 0—st" Charlolle 28208 1730 West Morehead Sireel,Ste.104 (704)3320009 Leah Martin loos h-evarae(almcrudulardosrynshuoring,corn ........._.. ..._— _............_�_.. _.. ...,._ _.�_ _ _.... ................. ._.._— . fled A,,hevllla 28803 '123 8—Ian creek Road,frla,A (BJB)277 70,01 Derail Pllnktaturr oarer ubablashevdlle.uoov NO Pro Conr Fluur c. owryi rug 1r1u far'mens0oru 21407 3720 Alliance C'Pr vo„5ta d'd (336)249-6936 Marcus t,a' rnarWnxprtt'!adlnr(u7barAM.nerr,rttr_rei NO I'ieoourae F lnur A Carry f„:hie[alt. 182,'11 610 Mrnuet Lane (704)3502710 '1,lryHerb 'I ey@lro„ruurcaflouraore.e:orn 11 411"lour Ir Iruourvo a GIO.n,a:rrar 174-0'bfi 7767 .1 Pow Strr as 1,—ny Ad.nvrn ..�r rrrreryetwaleu fr rrta uora a u u No ......... :dr9u01'1raSlnan lniml.rp 8 lies C!oeek "'06 P'(7 enx 4200 MIs3r4e1 Weaver M cheer Welloo nr Lhaeli0 Ill'Colo ........ No 5pcu4ra of Clinton NC, tmilrnon C.B9"2'B o77 VW Mt.Urlrnad Church Rd r10 36Na/'L5'a MIYcu Brurrrmett rulka 0ruinrmrrtt({lspca°lvauf cnm Stanly Internrro Alhem arla 28001 '1943 h Mary Str"t "704985 316A Angepla Hopkins al C)sla stanlylner of 5@9ma l.com Na 4353 Tar,ket,t Approved Dealers updated July 7025 srof I Office Nwoor reour Rahogi, 276 18 MOO Wufld T,.de,Rod (914)313'.1/5/or ylobbyGaslonrior I in bria sk,nsspstof fico rin No - ---------PR,,!o!........................--............. ----------------- Cf S Inumion,and Flooring Lag 55121 940 Apollo Rd,%,iro 110 (701)388 noo Moors B.,;:k., b-k.@LcI,,-fll -,srnn .......... ........ ................................. ............. ------------- N ey Fargo 5SIU2 31 v Roberts$1 N (701)232 2493 jana,eye I and.Find an, ND 21-00-F-Broadw—Ay -- .......... -(70, .........I I ouse of C(As r readusshourreocoloner,corn ---- .......... ........ ------- Commercial II louring,Systems Doors 68137 IWO John Galt Ulyd (402)592 4X3 JIrn Vanhaue, j,m@sfsQ,n4ha.Qom .......... ........ ................. ---—--- ---------- FI..,ne Ourah. 6813/ IMC.,Mockingbird Drive (402)5910611 Steve ShIfiet 31evetoAtorincreo net : "-.I '. -,------ -- "----, , ----—----------NJ iresprurr Drenj Rimeare LIM')/Me S Gurpowle Drive,2nd i foor (913)839 8394 Sim Motor sales@cdfint("Or" Yes ------------- ............................... NJ 00,ra Enterprises Somfin Toir.s1cp 08091 41l......field Or (856)76/FOR I ounk Drive ----------- '/El------------- —-----------...... ... NJ f Itouring curiones m anaespirdi OM6 r189 Rit,33,Building C (732)4U9 760 June POOL V,corn, ---------------- ............ --------------- NJ 0,111cuple unour, Uaylow, 08aw 5 Curia Cuu",Send C, l/32)254,5508 M."'Ice Gayiex irigayors Lutrivijiflesp,ori c ual ------- NJ I ousion floors Union 07083 1119 SpringfiroldRul (908)ord,ba-,ij 'Ant Hannon rialesSilhanorinflost corn ------------- .......... NJ Heritage Commercial Placing,LLC West Ber1rin 08091 11 OR Cushman Ave (856)119r6666 Debbie St blem s. d.ul-Ait.g.cl c.o WBI------- ...................... NJ -8J Interior Sotunons t t C Newark 07107 17 Forms Road Suite 1:06 (732)710 9483 Jodt1 Gillespie )gillesjoe(WibjJlc,cu,u Yes ............ NJ N(WhEaeltrin HoM West Berlin 08091 -44YCouunseoF.onrsSwjnrA (85a)8090100 J.F Curb,, jr)bn@uOfi',orsx4 ----------------- ......... ..................................... ........... NJ PAR I loci I ric Harrows 070,16 ,154 noun,206 Suits 200 (473)792 0089 K.,mr,R...01,100., ka,erl(meorripa,xorn yes ------------------ ----------- -—--------------- ............... NJ PIPS conrmomol fuddle Front, 01663 280 N.Midland Avenue Building MF (201)76000b Michael Rielvic, nFoCold-wome-i con, .......... .......... --------—-----................... --------.............. Flooring SKS,FIC AJbuqelq,,. 871103961 252 0 Jefferson St NE St.C (505)884 1160 Cl.roir-lir,......... No -----------------------....................... BushreAe En"formeerls Alblic-1111. 87113'1934 535$WILeno,Av.NE (505)88844M) Oaryl Burleson or,ro No en eey Fets Las Cruces 8800S408 1518 W Aloarom Ave (575)5nF9694 Hank Scnwe,,odbStorm ..s"s.q,er@Dq-".Ifi,,.rad No Flooring Atieuriusiquo 87109 4860 Pan Arnevican IFrwy (505)888 0066 Wardell Jeffrem ............ e I us a e e Supplies,Inc R 3.0 8870114608 216W Ind Street (575)li Kerr Oresson ken@dln,cu,n No due co,Eric All luenji,ir, 871014925 1420 Mission Ave NE (50s)v 7 39 70 Orlando Gonzales No .......... Ln From ins. Atarnagunlo 88310 6M 811...}DAStreet (575)437 ir)76 Clay Flende"Nos on, No ----------------- is of Nevada(FSI) N.Las Vegas 8900 2829 Synergy Street (702)399-9003 Oryarn Price Yes ................. ........... ..... ............ ...................................................... ............ rr Sparks 894311 750 Freeport FiNd,103 (77S)...741-4213 Arn Farley floormg(gis'legarcy Co. —-------------------.. ....................... .............. Flooring Resource N-York 10001 135 West 27th Stresi (212)"0 0200 Mercedes Morris- n.o.ds.@).f,ny,..o, V C JA', D'ydei. 13053 229 Dryd-lid (607)844 4900 [1 B.ko, b c.@A,bfi..r c.,,, No .................. .................. ........................................ .................. ................. Banfs Rog �!euffo West alabylon 1704 275 A Edison Avenue (631)lnL,Ion Al Brie,Jr Abaoqiiabuermq�c on ----------- ------- --..-I---,---- .--..........--. ------.....................- - ............. ------------—.......... Now York 100111 139 West 19th Street t212)?43 0375 (jencirs Posco,Jr. ---------------------- ------------- . ..... ......-........... ......................-------------------------------- Laid 8yome 13051 6617 1 Fear M.O.y Rd (315)673,018 6 Stove Caugs.1 st-liksks(F-ring C uvr yis (,urnpl to ng Inn r(anklin$rourro 11010 1033 Y'.1burm".So.... 516 860 5 ----- 094 Guy Picuor,J, Gprvao59@yaho orrs .......... ----------------------------------------------------- ...... USA e2!rifI,9d 4416 /301 South F lead Road Rude,19 (58b)494 bU 13 Crroq Ii rAjr,,,, turn Ye V ...... ....................... ...... .......... 117911 207 Robbins Lare, 6 351-3144 ego,y Froo tin Gbowl'N art, ;.,Put c-i --------------- -------------- ............ Coufur� Syosset . ..... ..................---------- ................. AjL nerF1 mcorke" 4354 Tarkett Approved Dealers updatedJuly 202b Ultra 1'1000 Yortkrarlc '101I0 691 Saw MVII River Rd (9'14)966 J515 fYo,Golababadta ruy3eel teNlnoreu c.oet C.dwell Rug f:unlpnny a.dwell 137160 3646 G-o9e 1 IIlghwmy (6f11 '148 7366 1 l sue ..dlane"6giendw+yeN4ug con No t'udring Lnvuun—inn Mcchanicvllle '12118 200 Fdllpofnt Urdve (51:8)38.3 5510 1 rn Wilber twulber(e)')tlowingens coin WBE I hors Unhmltad Now hiyde I in 1'1040 2260 Jerich�o�'Furmplie (516)74 3 1900 t d�pdon I Off—emonnuu,no, Baystde 11,361 214�2 IS 42nd Avanua (917)82I9YUt15or Mark Jrrzoorow�skl rinai-I ve±uurrr Yes ....._.. �...._ _......... ._...... _.,,.,.._... _._..___....._�..._. (714)225�7100 4ato fluor'rrg La,p Uplra 13dUY 83J Brcoard boreal.5utltc d 3V5 79t7;A9d8 Sofia Gatb _..aratlagatugsk atnfloaeing l unw WBE G1)Sk—Ice Group lire. Brooklyn 11'214 'I�J2"t 641h Gtr�eel (7132)73'J-3540 I rank Carer r eb9 igraro erlCu�gelsinr,.aat ... w.... ._ W......,......... ._ ..,....,,. ,,. _............ .____... __._.. ,...... .........._ _...... __...._..___ .......�.___.._.. _._._._. .__.___....... 4,enesd I B Io ing�Syxlams I'rr;. New York 10018�6636 252.Weal.371h Suraol 1611n Floor (,'12)'2nN 9s5o Robert FaWknor YeW _. ...... ........ ,._ ....... ... ..._..... .. __._.._ _.,. __,.....,... _.............. .__.__.. ..._.,.._.._.. ..__.,..,.. ffiI+Mluwurul bolutuons C,adcru 14dd4 lP M,. y (5865)S91 Jd6b Jeruh Rfodtehaul pinir4�a9pRooringJWutornva.cola hMt1L g" area Clre(a .,..�..., .............._.______._...._.. .. ........ ..................... .......,,. .,.,...� .,.....,.,. ._..__.. ....,_.... .._.........._.w..�.._._.. ..w.W.,.,.., ,,,,, __ ... _,......... fe reenPleld P lowing LLC Hollinetia '144619369 236 Middle Read Soule,100 (5851)44�4-0105 Malya Grermufledd nlauya(DyreenYr ldf[exwnrrg.bun MAC?�E ....,... . ,...... ................. _._......., ,,.,.,.,.,_, ..... ,.,.,.._.. '_..F, .... ........_.lrlunuV;aJhbric, .... .......... _._...... _........ .__ li Braman IS Sou® Nemr Ynrk 11003 55 I'�=1fbl Aveama 2'12)074 2,13 Sun Dora I kman.e;um _. ......... ......... ....... ......... ......... ......... ____.... ......,__.,,.... _,....,,,.., .... ............ ......_....... ........_......_._........ ...... &i-tgg r7or tract hoc1ring BOA,, 14206 29 Depot S^4I (716)853 1555 Clan Falti�coo No ..._.._ ..__._ ___ ......... ......_. ._. ...... _........ .... ....... _—__..... .......,_,. __..... ..,..... .. ........ .. ...—__... John Herbert Company Newburgh 12b5o 147 Rt.A 7K (845)554 3UOU Raul Haffner phoffner(olontlerbencompa 1y.com No Ks Carpel Inc Rochester '1406 1901 Bennington utive (585)1 4'2/0 Matt sleprxwdski kscarpatCalacrLoetero __.,,_ _... _ _......._. ----------- ..._.----------- ............. ..._... ._._.._._ _.__.___ _ .,,,,,, _.................._..... h.arldmark FlnnrdrKj Conc,epty lne Alleanyr 12205 5Into Stale Ave (518}459-3030 JayHaef& lhoef,@oanrdnarkflr—,u(j.carro No 0:nnrmrk Canrrur•ne,irad h lrxrflngp Nnrimat 10954 206 WI Ronte 59 (9'1'i)711,b.536 I aul Muu'kh PJc9 _...... _...... ..._.__ _—...____ .._. .._._. ...._....._....._.. ........__.... ........._,_,. ,.n. ..«�<..,._ ............_._..._........._._.._ .,...._._. Mrn I loonug f mhe.te, 1403 200 Metro Park (585 3-9886 Monica KeNy mrxnrcm(r rucerPluuling cola wul, ..._. Mr gsnar t(Crorurva 1 hePmucel 4oche+Ster 141 1344 49miverml7y Avenue.SUIle'120 (58)�'P71 5670 Sod Mans e' to e sun larfylnu xwn rcarpat an u----- ...... _. _ _........ ........ ........._._... ____—.....,.,,,,,,,,_,....._ Mllbud7Y I-loonllg Mulls Cnp36goe 11/n S�unl`ine Hwy&J'bIh Avenue (631)842 15U0 Scott C(Vl.1t( oflfeuidbuunhoara ing.canr No ....,._ .... .. ... ._.._,.,._........_......__.....�...___.,_ _....._.�....._... ..... ....... ..,._..W........ .... .. .... ...__ _,...._.. .... ........u.__.__ __..___. ,,,,,,..,...,,....,...........,. NaartF aaast Cwn ne,6Si lrnea arc Wutarvd et 12.10 '76 C5 db,,ppla Larry ($18)Bn3 71 Jon Burt"he,ldI lonbtalunol.rnr Nu .._._.._.. .. _......._.. _. ...____.. _........... .._.._ _..._...._.__.__'_.._ ___ __._......... ._.�_.._._.m.., ....... .. ........_..._ ..._._ _.._ —. (131vat's'Flourrrrg lam. Northville 1k134 122 Cod NortFnvlle Rd- (518)8434992 Sharon C111ver rulrrerl 8(Onyuapif,com WBC ph.—n,o,Cnmrmare,al G.,den CAy '11536...._— bbb Commeatal Avenuo 516484-2323 Jen UR Sal JenuppalCdp�arsonstaur,cumr Parsom IMCrinrts tare Manhasset 11030 141 Remington Road 516 51092T7 Jau fantillo Jantanl IIo@Palsum,atedors(`film Yes 3''ur Corpe:t ......... Sl:aore,arport 145bg 5580 tretyyw Road W-1, (5,95)352 5905 1-Maudeli Jr .....I+aauoda,6ijn�alp�ougrlreiure',vaarul Yuel R&C)Coorpel&Tdla Va+mlrrgdale 111135 n Ronde Street 1631)492 7020 Alan n66emrgaulen arnselrg.,l isx3m)I,IJ gret.ararm No ...._.... ....... ...._.... ...... ...... ......... _ ........ .... ........ _........_ ....... .............. ........... .. ......._._._. IR t7 Weis Corrlpaly Nowt York 1 SO 16 95 Mediaoli Assn- (n 12)65'V)100 60-ge ROi19el gx lrw,7rrlp'jlnbwelVa,Cut" No _....._.. _____________._. ._..._.__ _______.... __ __...._ ._.._ ...... .._...., .. ._...... ___..__. ......., ___ ....._ __...._ „_,.. ......_.....w.....,„..,„.. ...........___.. R I Well Cul,pauy......... Rorhe.t. '144b1 245 Siou—I RnTe 0 var Sito 3 (585)43b 0/62 Julian Renkin )pe nJun@rdw6[s,car,, No ......,. ..._....__�.__......_._.. F....._...�.... ....._ _..._. . __.. ........_.... __._......._. . .. IR V P I-lowing Croton False 1051ti 55 1 i0ds lane (914)216-1250 Pam Pir,ckY ppa M1.4w"I'llool ry conr No olu W is Canepmly duo. E msford 105213 200 Clearbrook Rd,Suite 142 (212)n5l WOO Garorge R'langotl gr61geloDrdwe s.onnr w.__.. ... ...__,_... ___. .... .__ ...........__ '...... .,... _ _._ ._—,....... RVP I r—ag Cro-ovl 10512 35 C ouierce Urlve (845)818 7187 Michael Avermann ru4varsano(g�uvRllounng.comr �.. .............__. ._.__. w)......- y_..... ....._. ---. .._..___..... _......_ _..-- Sherland&Farulreytaro,inc, .. ..... Nude York 1 UOU1 253 West 28th Street (212 21 1500 Uwe no She.efand Dwayne@shel land uorn Ye,e ... .... ......_...._....__.. .... ..... .... ..�_......, ...... ......,_ ,..,.,,, ,,.._,.__. .. ...... __._,.. _...._........._ _.._._...__ ., ... .... ....._.._.__ ........_.__._ 5 go"telure r loo", I.armg dslanal U 111 01 37-IS Railroad road Aver .rnry... ('F1 R)7(ln 1'a2g .. Suoeph MI"t ugh wl.. ......... ....__... ,_..............».__. .__. __.__...._.. _.8_...., _ ___..,,...... .._ _. .....___._....._ ... . ..........._... 9Yoaenl Cuvpet I oat it kyrunx 10465 3400 Randolph l lace (118)204 7921 Ju„eph,'SNvestn laeealulstaraul turn No .. __, ......_ .. ............_.., ._....... . ......... . ..... ......... ..,,. ..___.... ._w...._..,..„_,.. ......__... ... ..,. ..... ____. ...,,._..... Isp ASalar f dual Covering Colrrpandes a verpooll 1".3088 109 SIlwenth Nol U1"S t e¢.t (J75)4�dI-14861 pool lCraxc,yk irauhllnyr 4ualwerfl lurid a om .._._.. _.. ..,,,......_...,,__ .,.,,,.. ... ....... ... _.............. ,...._ ..._._._ .__, . _................_ ...,. . ..:..,_... .. _... ..,_._.,, Starling Itlour Design's Commack 1172' 8f Mradlalul Avenme (83'!)993 00Q O M¢hand A.1bury nldlnbury(o7me Ilml gflaurdgs gn i e.o a Ye's 1,A 1.4 'M r Teel 4355 0 0 0 0 0 X� W ;=v URTRI 0 0 0 K 7 0 w Lo �n 1 p 0 w ?t 0 z C 0 0 0 a�, CO 0 r f; -4 g g R g n K f w 0 '0 5 T 2 3 1 E a 0 a R 2 1 CL CL cr 3 O tQ ul am, ow ha W faE ul 0 29 mp ZCaw Q z 0 Z m 10! r.7 CL 9L uv w m �4 w 0, 0, 0, (r 'o w 'o N o co 0 as w C, a cc 12 10 J. W 0 v cc a, q v It a 4 IX 10 0 ll,� 'r, w Z8 UWl 1"9 9 1 �= 0 `4 14 a 8 w T 0 41 CA M x > rn 6 00 = , 0, ,r `� , — ; — 1�01- 0 f a 47 �7 3 fp --yyy x 6. rl il ry wa cl v Z X lip) g ,& r - 6 w r9l re) 9 3 15 C, OTI ............... ......... z z z z z 4356 Tarkett Approved Dealers chartered Jolty 2025 MDS Car per&0 low Ing yeadon 190U '141 loml�allow (610)532 R99) Matt Scrinbe Pon Matilda 168/0 IU33 nia"'ves"""k Hudd (814)b92 bl,Jd Mark Taylor r r- ...........-.- ........... .......... ............. .................. ............... sni.Clanulun r locs,og Hatinsbuirg, I I 1111111 1351 1 menhower 139,d Sul 1,02 (111)939 448U Mike,Condran r . ............. 5 Carnegie 151U6 tell E RadroadtA, (417?/620/6 Adwo Sholerecgoe com V.............. ......................... 7 top to 80n..Intones, Stale College 1009 F College Avenue (84)2348880 Bron Hills (8N4)942.3250 IBM Contract cheriors Pittsburgh 1522b 4801 Otand Ave Suite B (412)841 7 Y22 Brad Walchruir bwaldronCWwrightcl corn No .................. ......... ....... RI 89'.u0gter o ('ssomor, 2921 110 C.orswink Palk-ty (401)4643 9 100 Oa,,ld truggolne Can, ---------- ........... . ........... ................ .......... ---------------------- ............................... Chadslor, 29492 1109 3 1 cache no coly D, (B43)T/5 3560 Karla Towne Karlatowelolparnitz com "Olso No 1,o or' Cclul 79201 645 RcwvowJ 17, R03p 199 0,181 Jailed C.11.I No I(AR 01 al (86orl"illo 290 1�00 Wondruff Rol So re D 1 4)?54 0 145 frwyl.Jovuts; No ----------------------------------C;nrllup ffillun Head 29928 890 WOwn rillaor,Prole way'sue 2S (843)842 8886 ................ O'diu- S ".141. SD /I I W Russell street (605)130 14 13 Chad Culh,A..ry clod gulliukoun(Oinnovati-nS .............................. .......... ................. ofs SIOU.Falls 5)101 3601 W.ficloonar,Street (605)22 10 1/1 Ale.Holman ah.lboanig)sf urisnors-os .................. ............ —------- `roap Kro-Re 37909 5915 middle View Driw (865)5882630 M6ke Roberts mikeroberisciibumiltz com -�4.......... �est� L6!�)IE4-g... ............................ IGrrpsv lle 31923 8119 Kingswo Placr, (065H V-0269 Jihr Hcov,,-u loIle Na,l[wilic, 37204 2608 G,t sawn Ili I,e (615)142 39 39 Albert Goolue olbrsl wjal Idlinte,O's cc,", --------------------------------------------------- -------------------------------------- ........ uyPinor memplus 38118 3616 Regal Bllvd !,00l)362 6 too Steve ScIrebei Y 11 .........................------------ -.11---------—------ ..............'ne"'its Me"Phis 38112 2665 Broad Aveiro, (901)4",0800 Kevin Be Y likentlyltilksniquo,cisrn Nashville 3170/ 2806 Dwimmon Place (615)891 7392 Jason Coloe Nashville 301 1 7$32 Local,SI,91 (615)4W,617.8 1 no Saundef s tolim@spec9liet .......... ............... .. ............. ------- I ear Korth pany Chavoineoga 274211 6 176 Airways dvd (423)8949545 Greg Keith owrykerthcocilIcomlose,at --------------------------- C hat on I).r g-a -3 1-4,6,T 2906 Bth Ave 423)b22 6393 Kuk Pr-a, kirkt'ghwolkerinin,oc.nel arms ................ UlaBonol 37406 1205 1 airs So, (423)698 44,52 ............ .............. ......... ...... are 'weling,Inc Amarillo 19109/463 11 1110hrude Rd Ste 700 (806)3/3 96,t? Mark oil Rych,Chandler Mchandler@1A I f Inert cory, ------------X Ace 11-1 Solutions Sort Arnomo /921/ 4MU W6,l Do 210,9612000 Ross Kri Rues@acef low sorg ...............................................................................................-------- ........ ........--------------------- I x AGS Houslon //U!n) 4444 W I 21h St 713 b82 0202 Joe Gairinschael ica"Tirchaelloceflooring color l— X Al'Services plan. 751)93 5960 West Parker Rd.Suite 27 albro 124 469,682,3613 Jarrett Burrow& jar apex f loin n,losery ice's cour -- -- — ---—................ .............. I X Aid I el ar id Cu st or n Carpets pet &hr I lot I Or s CollInge Stotler) 778458963 4093 State Highway 6 8 (979)OR 6766 Richard I harnas I com .......... .......... I X AIM-Form Gctjp,l5 Or"Isf, 78411 "00 S Pedire Island Of, 361.�-!�4 2 2 4 ferry All,soo lef,&8irm flo"nq c,'- -4-- . - --- .. ---1--------- 1 -- -- _ .. ............. ............... I X A,chit-risal Floor,, I fou olun 71079 1803 Allen Pack.ay -)1162)?112 Chris Moiling ChnsMehhnqlOcaJh(luo,x .......... X HIFS fl¢rcrmlun 77040 1722 Lce'l I on 7139349000 Rick Gwslsl.ry r.kgcrotawy(4bIsfl.ur'rg.rn C&C Olsolbullon Dallas /5229 11048 GRISSUM LAN1, (800)288 ittnib Jorcuu,Hovey I dar,cLasecwhole,con ....... ... - Ix C&I, iouna)" mlrll 4400 C....pelt od (888)('36-05 Is rum ....... iX ............ C.'ar,irmciat Floor iluutchon 71080 9146 Spring Branch Cir 869 5555 Art Econrumort rin(OlIlhousion'Com .......... ...... I i,,f 14 Tar,OR-=*,,*,6 4357 ` arkett Approved Dealers updated.ably 2025 t .11( Collin—Il Fdoerrrrg 3y77� iWn 18T;35 53411 loduutrlel OakS BIdl (',512)2461'I,51 Scott coil 5a,u�ll(lyucarrrmeet;lalflaurOrrgaryrrstannasr.,nr lX ("arl'r19,nr4ual rnld lr;ea ln6; n Al1ta'Iin 7B�Y1�p 34;d:7NIa11AtlrY Eirrpy AY.904 (dIC1C2:tIA12 RomlxtyCWbdllo rUlllnly(bhC"41t'YEftlYef4;iftilf➢Vrfar,Ui111S"r;lAl'PI.........._ ._. ._. ............� .......... ..... .�.._,...,_._ .. ......'fX Coddxorate Tinos etl, 78754 8619 Wail Street,Bldg,6 Suite 620 (51 )687 2621 Mica Martha, mrrlarllns('{torparatefloom com ......... ....._..__. ._.._ .___TX Corporate Fdooi ufrdrvine '76051 1712 Writers ChaRod Revd (817)6012268 Natalie Martell. .,...__ .._:... __..,... ...... .... _._ .----- — .. .-'------ ._. __--- '------- __—._. _..........___.. .. .._.... .-...—_.. .._....._1X Cuuparato FiuornSan Antonio 7821H 10414 Grtlfdaii$t (11U)909-9999 Phil Ke9Vuru pkedleng7,�tpoNul;u'lofiaars.cem ..................... ..... ,..,,. C .... .----------. ._,,,,.,.. T X uslarn FluorInd of rexes odor 71662 365 Old liwy 90'W"t (409)7690913 Stephanh,Amami iCiphandeCgrr,wetno i}rwringtavnas.e.om --- .,..... ..._ __ ......._ ._.......W .. ..._..,.______........_. ._._ ..._..... _.... .. ______............ ,,,....,,.. .... ..._. IX 0"'Hurt's a YnU_rlar, prim' 181177 'V'20n ...,,...._ ______._ _._...... _ W Polk 956"1870056 Andres Geli dw oodB586iitlioac.tylooal.n.e...t ..._. . ------ I ..._..... .,...„ ._._.. X f'abulo,us t 1ov's F arm e m Bra orh 1V44 1.3'4C0 M delay Head (912.)39,VS4 Bose Pefklnai ti r e(Ofahf rearax,o. ...,._, ._ __.._ ------- ._...._.. .... ,._ ------ , .,..,., ._.......,.,, _..._.._. ,. .. __....._..._�__..,.__._ ....._..._._._.. .._,__..._._. ..._._...... --------- Ill _.._.._ i°luo,N artnete I.,lettter,,City 1611�7 521k All Pon F WY Jeff Green IiYY grneru55{r gmalI carry .... _.__ __._..._. ...... ,.._.... .........____ __. ..._.__..__,_._.._.. .... __... ... _.-- .�.._ ___.___ ...._ __._____ ....__ ......._.._ ... ___.._._. ....._ ...... ..... I fluor lei Cummer ai Flooring ronloe 713U4 1'384„i TX''w�ry 10b West Suite 43a (346)4018809 F'endU 191'loloaker EsercR.Moanlakel(ylfax('looaa coor ....................._.._--- ......__..., .,__. ..,...,..�, ...... _,_...,_,. __._.___...__....,,.,.,,, __......_._, _... .......,. „............, .....,. ..........,.....,.........,.. .m,....,..., ,,,,,. .. I X Flr'rrn irr BaVutlarn,,Inc. Aunt r 18753 605 W IIu and Lu N200 51 L Y335'8081 .... ..Kyle S ingw eat KS'@O I arin0,ucrYut or s-u-x Ise ...Ix Gurnee I'dw ng Crn,enng San Antonio . 78211)..�� 3816 Binz Engler.-Rd.B7 25..._. 27AF'405 1901 ... µ Jeff Carter.��µ�.µu jr arterfplgomre��. .�......µ.�.....,....�.��...�...�....m _zYe.cam Ves TX Cowery F leaving Amarillo 79109 68011 Bell Street,Suite 1000 806)353 65611 Gayle Gowrdy rX Guff Coast Flooring and Seev cev Ii-soon 106 9703 PYa nfueld Streit. 713,666 9704 Wood—Boxer— B,.radon(rAgul9cua.,tY4o�r.4ing.rruli ....... ...._ .� _.........._ __..._......__,._.._. _... ...._.. .......-- _................ .__........... ._................._._............._.____ .. "rx Inurmoch Cornrrii,6.1 Flooring Ausk'n 78744 8015 Bur4eau,,Rd Raq I Suite 500 512.'385..4574 0.1—Pr-Ild np-,.dQmter1echllonr xgl.corn ..._..._ ._...._ ..__ ._.......�.,ra_.__._._ .____ _._.__. .... —.... ....... __._.. ------------_. .. __._......._�,_.,._____ "Cx Imerlech C....l'rreroilydl 11—iug .an Ansonia 782;IY3 'd 18?71'ach Corn Rd..rune 100� J.'i t'1��650-9i6�70 'Ro,w,,.h:r tw ilia'(qb me te,.oYllun,leg."o. f% IntirN.e^h(',rrmrAarosal f luor Ir Mf$SYorr /8°a// t190't 0u.,uro�s�d,Pink Cr 95'6 584 3ti9ll 4'coniu f:mrxa cparaalu7nrrlamrr¢t'rnm 49.rrenm TX rneaw I"Ilao'o I^louiton //U70 8316 W Hlaw f'lane Or N.Bulldog C 281 391 ly60 Scott Beckham v 11{S17,rne'lloonny'7.cum .TX '.Jenkins Contract Idonng LLC Fort went, /6126 112 Western,lBroull Cr 8118o7555'd Jamey Jenkins gamey.Yean4rie17&allenkinecuntras:aYYrroring,com Wu+,u,uwnaa ...... _.... _......... ..... --------'.._ ...............__ ._,.............._._..........____.__. ...._..�.___._ __.,.�__... ..__—. ......... ............._......_ ...-....._._........_.......__..... IX '..Kellen Commerical Interim,Inc. Collage Stadiun--_. 7/485 51U4 SPanish Bap CT, (919)6901"4 Buss K�eKeller,.... ...........�_...,..,..m.__ .- . ------,,.._,..,..__. __..........._.___.__.-- -.___..._.__._ ._ ��_. _ ... ..—.._. _.... ............._.._.. TX 'Kellen Flrraring Crriluaje S'tatlolr 77'340 5104:Spanish Bay Cl 979°690 1234 ionnifer Sanchez IarrniYar(ukill,anttluorirxg.'�o�� I Kellen Flooring San Alamo 787'18 610 L 9nadlk Calve,Nape 705 281 73o-825� Phil Keflen Ylkederitscorpora'ted—a.carrl fX 'L,8 J tAeelgr,e MltNlar,d /97U'1 JRY"d WOCt Wadi sulo'103 (432)5/00001 Joe or Lori Dawson Ynw ........_,.._ .,...... ..... _. _.,.....,, _, .... _..__ ,^ ......... .... ..___..._ .___ ........ _..-.. ..... ........._.... TX Leon y's I noolorw Kllgodo 7566Y 5711 Cfd r3wy 13'S 903,9833466 Credro Oder, ........ duil iolwyernlurkus Com ........ .. .,., .... ,_ .... ,. ..._ ...... —. .... ._...... _. .......... ________ ..._._... _ IX M&O I laws Cearpue Omen /8416 44�10(Hof Ln N 40 3/a1.854 72lb Mike(tennla mikeCplmdflourin9cc uom IX Mr.0 uy Ruukrard .. .m,usno_ /f370h J11 F. - -----w-- ----- �12�4164313............. ttn etiradlry ....... � ...�.� rX Mccuy,Inc _ .. IAnanlom__ __._./12rgy4,488 6B'69 Old Katy Rd (113)BON"71'73 LauraArt IaYret"rcoylna.Coro ... 1wrts uroy,nrAr TX WK Nouitoo 77243 5W0 tar dtmore N2d.PCB 43t511 281 598-6001 Cpnrhia Sr twfield ryniheSCOmekfboors..cm WHILAWN ,__ ._..._._ ._..... _..._.._ ....__ _._._.._ ..._. __.—.._. —._....____... ___—_......._ _ ..._._ __ ..._—__.. _..___.............._...... � TX Mallet Carpel,ex Midland 197016764 3412W,WalISY. (432)6946644 CeneAblle moffancagw1stlini iiknt,corn __.... ._..... _. ._....... .........._.__._.. .._....__..._ .,._. ) ____ __._ _._ ..... .._ ......... ........ _. ..... TX Cffloc Design Concepts,LLC liaus�tun 77041 38U4 6750 SHurToore Rd (713 48�4'7762 Mike Madl',avva miker@udc lla.com FOUS ..__. ..............--__ .............._ ........._._. __....._ _...._. __.,.._ .__ .... __ __,.._ _.____. .__._.. .....__ _......__._____ TX One Source Commercial Plano Y5074 1701 Surrnnh Ave.4'10 977,422.2438 Kody Kidkpl Corn 1 X IJnn°aAnaK"r C.rr nroerreal Flac'rrarrg,he Be., R-k 78664 9912 lra¢tfa Sr.Y',aaal Idlr a'101 512-881 1665 EX112 I:Wn Rudkk'w dmr'lgponase'rclla edows cold IX Paul Graham Company t,ubhock '194�01-3911 1418 Avenue N (806)765 6601 Line Pal Iish legruhaiutlunrr0s onller,not ..._ ,..__........ _ ...._..�..._..._, _ _.... .... ......._..._.. ...__..... ._.�..__.. ..._.. _. _._.....' __,,, __.. ._..�___._ ""--" __..,._ ...._.____._._.. ___. ._ ...... __....._._. I X PUI.. C:anoliton 15006 2545 Golden Bear Di No Suite 100 (972)733��3006 Ton,Shnber ..., _,. _ ....... ..._ --- --- _....... .... ......... .. ..., w„_..,._. .......... ...._.__.,. ,,,,.._ —" .._-- ..,.._----_.,..�.___ ._,__..._.., _. __.__._._------_.__---- .. ....._._.._........, I X Cluilty Scvvkav Inslallatdon Houston 77041 9000 PieabiH L.rura '713-460-1323 Greg Calile g abladd;oserw'r.a.crrdn .,.,..._., .. .._,...,. _... _.�,,,,, ,,,,,,,,,,, ,,,,_ ...... ,.. ......... ...... ,_... ........._ .. ............ .................,. _. ,_...._. ......_..... ..... .......,..,..._.._ .. _...__....._ 'TX RI;5 Whhe Settlun,ont 16108 B314 White Settler'ncot Rd 811882 0503 Cam Hnaiel rniu(ru'c.aflu—ng a'ano 4358 Theft Approved Dealers updated July 2025 IX rfnam-"s,whmuehou,ro IHurraseurr 71055 8010oonipwood 713 2M SALL, chatamun.14"..'s b ow.,rgp:ra d..wwlanles0ln-nr . ..................................... 0 Flou,Finishers,1nLc. Q 22.1 214W I uebour "I'll,11101 net ............................... ................x San Antonio LIDO,lot' -rArdoZ'O- /8216 330 breespod St 7104940437 'ryter Fail& werlulainfie corn ...................... it...ron iArrlurtlo 78247 3660'rhousand Oaks Or Suite 301 2MM,3360 Pete Twine Pete vrevinolesiochaOxom TX spinA a )1040 7425 Pineftwht 011m Suits,500 113-934 14?1) Mile Hogre, ru,ke 1,OL'om@opKi[,ie,f con, rx . ............rx $P-11,I"11 U-11 Fl-c#245 ca".111- 75006 2080 McDaniel Drive,Suite 100 (972)277-'MQ michole Hairrece .............. ............. .................... I x �Pool I Lars,Inc EL Pass ;799318 9616 13421 Monlarra Ave;PUB 961988 (9115)855 5110, 1 city Kh(xjq'y nont ---------------------- ........................ ................. - ------------------- -----------------..................... ............ ...... Is C I drnbUfq M539 2233 S Glasnor up Soo M 43/3 Mark Uwe nunfloOf Aiii COM 1106 .! .--.2......................... .-T............ rx le-Fluor Serr-;e LTID if wton I70552644 20 56 r,"llbs,Rd Sir,108 (713)9569966 Folml fnrcvarn 'e""."nible-,houi co'n ...................... ..........TX I'e'x an Hours Home" 1064 9633 Zaka Ad 713956 99b6 Ray P-sh rpmeholeoinfloo,"our TX I C',X 35 1 lonnetawo I lows Mesquite 75150 451/Meadow m.Ur 469 903/'119 P ress ile.ashoinclownfloorsitagmad corn .............. TX IneGrafierriliouse Ldmbuig 78542 1303 L Rog or s Rd 956 383 8389 Ale.Qu ferrite shaff(Onnoca,penhouse,us 111.18 TX I w I N T He CO. San Antonio 78218-5216 61003 RrUntunt PIZ (2 10)82 2 60BO Rudy Gutierrez twinViellutexas net HUB TX Veclo,coru.'eists mraq. 75063 90 li 0 N,Ray at Ln#I 10 214 729 0543 C06 Lradaey 6nd,,qLb,e,L.run-rfl,, ...................... I x Ward furniture Huntirwille /7340 180 Internate 45S 931,295?,5 14 Brad ShOuldin I UH ............ ..... ............ , , ,,-,-,-,------ -------— -------------------- -, -,........... ------ - f x yalnu 1, 0 C.M. I ulur-k /940) 1901 IN I and?89#11 06)724�5383 jwana S."th cum ......................... ..................---.......... ------------------------------ ................... Desiginfearn Inc Sall Lake Laity 84106 3050 Sonia,900'Bast (00 1)4yCl 9000 Matt Dallon, cont St'net (801)5029390 Kra,Cliffoird oa,-q-q-k-Ha f I .. --- - V,,,n---------------------------- DFS I b.''N Suit k k.Dili, 84115 3464 Catch Mine "sit Flour C,),.I,."y Lugar' 84321 390 Ni I 000W.",I Sl 1 no (435)753 2T45 I J I f.cl hartilloo,cu@qrnail-n ----- --............................................... OVACherry Carpet Purwrinowt, 23703 2915 London filval (757)39)5811 Russ Cherry corn Yes VA Commemial Garpets of America Alexandria 22304 430 S.Piseeft Street (703)212 6393 Rife,ife,Grave,VP,CIF E ............................. ------------- �A 61uiA nuiar-, R-c"I"'onin'd 23222 C 4216 Eubank had-- - (elia)7trul4fe4 5,(wey sreill, cs VA Dufflofon Contract Nudolk 23513 74000 Central ButAnerns Park Drive (757)8,55 1916 Be Ward core, War - --- -------- . .......... . .......... VA E Oem"I FOO,Prod ;ui $1erfing 20166 22710 F-cuno lu- (7n 2"01)2 After Pick04 —------------ ............................. ............. ................ VA I'loor Shou, Lynchburta 24501 20695 haribeflako Road (4'44)23�-6?Tf Wayne eenguf............... . ............. VA Hori 1.6 Richmond 23222 4bb5 Carolina Ave,Bruising G (804),b b 5 1602 Be."B,,,ffy blarrify@hodo 3,ni,eranY ..............--.-.......I-- ......... ....... VA Infir'st.t.Connrrrerulal Flooring Sterling 20184 1319 lEast lbena Rd (571)2141109 Murry Schray, VA L&M Carpet 0,,e Fl,,., machra-avilie 23111 6156 Mechanicrrv,H.Turnpike (804)730 3016 Berrien Arkesneyn rarkerilleynistmarupoV coin -----------VA Lou "I Valey f[,.,s Nocei'llfle 20132 129 G North ... OrolaqIane (703)431 2216 St.-J-ub.s ateveCpltawdnur..... ... . --------- VA Pi"Id"writ I[do,Slow l.ymcPr3aurgD ?4502 20695 Timberlake Road (434)237 o233 i OtWU slow Lord No ......—-------- ........................................----.---, I�. ..... VA W.C Garpme", V"9,.,.Bo.ch 2345b 5890 1 hu,st-A-u. (757)460 1 10 7 Cecil Wu'd pona.,x.,, w-'ei O.""d ........... ..................... --------------- ........... .......... VA Muff aq I tfl. I 3'al.. 24153 V, (540)380 401)7 mail Poland aoaurmfinww feat l. Yc',; 90111) 1829 1 On,Ave Or �,�4�06,58 tart"weskad-- G...li ii 1 989932 9021 S,I eutir St L206)24 1 0279 Jim 8"ney,mg, b,meyStgrealloors com i......"."................... 13 of 14 rke" 4359 Tarkett Approved Dealers updated JWy 2025 IM-13 Great F loor a Spokane Valley 992 1(1 0708 F,hAb.n.W. tr09)921�(Sou 7.dd F,ishe, s"'Orr, ............... ....................... ........... ..........—-------------------------------------------- lbe.Floari'ag Spolkarex 99207 PO Box 1528 r-)321 3,431 Nalhan Meyers SITIO BUtk1WIS4 ........... ................................................ ..................... ................—................................ --- (?Qfi;7- QW14Y rlowa Auburn 98001 4108 8 Place IN W S-110 Q )930 mg Vadl K...k., vadirn(Oquolity flma mu 'Sir all Bumnes. ................... ............... ......... WI Roth Floor Man I aCrosse 546001 2301 South A,ame 7(64)R)m'21 7 5 Hal vey Opeddef ........................ ....................... .................. WI Swansons Flouring Eau Crak 54101 5840 Annoy I arn, (715)BV,Me Dave Swanson NU .............................................. ............................. m Tll,Slaol 11 aing West Salem 54669 611 West North Avenue (60)786 1609'ext 303 --------------------------------- .............—.—----------- Faly'lly calpet Parkresbuig 26102 Poo 161 (3CM)3751545 malk Porter or Jim .....--------------------------------------................. .................. ------------------------------ ...... ........................ ............ WY Carper 00srons Sheridan 82801 643 Rivemde Street (307)672-5136 Renee C7anroy No ............. VVY Commercfar Fluming DBA Cal pet One clwye 0 $7001 34118 F Per0ring Rival (301)637 6449 Done Fyrich com No, ........... -—---------- — ---.....................as... ......................... WY Hub I frou'rovo"ng,I, I ..P 82601 314 N McKrnleSret 307 234�99? M.,k C.on., h0floor(Whotmail coal .. No Robrel Engleman ..... ---!!--jQUablY Floor$ Jackson, 83001 F260 11—Ull Lana,sulle 0 (302)739-9465 PrOhard KUSrrey kusgymoc(pritwestuffice net No .............—......... .............. 14 oi(14 �M V � � 4360