HomeMy WebLinkAbout03/09/2026 Agreement
Qspkfdu!$2117571
3070313730703137 Sfwjtjpo!$;
Sfwjtjpo!Ebuf;
Disjttz!Dpmmjot
Npospf!Dpvouz
SF;!!Gmppsjoh!Qspqptbm!gps;SF;!!Gmppsjoh!Qspqptbm!gps;
2117571!Npospf!Dp.Hbup!Qspkfdu.Tpmje!Xbtuf2117571!Npospf!Dp.Hbup!Qspkfdu.Tpmje!Xbtuf
Xf!bsf!qmfbtfe!up!qspwjef!uif!gpmmpxjoh!rvpubujpo!gps!uif!bcpwf!sfgfsfodfe!gbdjmjuz/!!Qsjdjoh!jt!cbtfe!po!uif!Ubslfuu0Tpvsdfxfmm!Dpousbdu!!$172434/
TDPQF!PG!XPSL;!
Dpmps!Obnf
TuzmfDpmps!$RvboujuzVpNVoju!QsjdfMjof!Upubm
DBSQFU!NBUFSJBMT
Fmfdusjd!Feju!Fuipt!Pnojdpbu!Npevmbs!Ujmf!35y35Hspvoe
!!!!!!!!!ZE3A31/61211/78%!!!!!!!!!!!!!!3-174/85%!!!!!!!!!!
D.FY!Npevmbs!Ujmf!Beiftjwf!.!5!hbm/
!!!!!!!!!!!!!FBA238/872/11%!!!!!!!!!!!!238/87%!!!!!!!!!!!!!
D.47F!Gmpps!Qsjnfs!.!5!hbm/
!!!!!!!!!!!!!FBA75/412/11%!!!!!!!!!!!!!!75/41%!!!!!!!!!!!!!!!
MWU!NBUFSJBMT
Nbscmf!Qvmqjt!
Fwfo!Qmbof!MWUHsfz
!!!!!!!!!GU3A4/91399/11%!!!!!!!!!!!!!!!!2-1:5/51%!!!!!!!!!!
:6:!Beiftjwf-!5!hbm/!qbjm
!!!!!!!!!!!!!FBA278/:83/11%!!!!!!!!!!!!446/:5%!!!!!!!!!!!!!
MBCPS
Dbsqfu!Jotubmmbujpo!.!Npevmbs!Ujmf
!!!!!!!!!!!ZE3A9/3689/11%!!!!!!!!!!!!!!!!754/61%!!!!!!!!!!!!!
Jotubmm!Qsjnfs!!
!!!!!!!!!GU3A1/:4:51/11%!!!!!!!!!!!!!!!!985/31%!!!!!!!!!!!!!
MWU0WFU!Jotubmmbujpo
!!!!!!!!!GU3A5/3:351/11%!!!!!!!!!!!!!!!!2-13:/71%!!!!!!!!!!
Ubslfuu!Cbtf!)vq!up!5#*!.!GVSOJTI!BOE!JOTUBMM
!!!!!!!!!GUA4/49351/11%!!!!!!!!!!!!!!!!922/31%!!!!!!!!!!!!!
Ipvsmz!Mbcps
!!!!!!!!!!!!!ISA315/659/11%!!!!!!!!!!!!2-747/43%!!!!!!!!!!
Beiftjwf!Sfnpwbm!!
!!!!!GU3A2/212-991/11%!!!!!!!!!!!!!!!!3-179/11%!!!!!!!!!!
Gppe!)Qfs!Ejfn*
!!!!!!!!!!!ZE3A71/7625/11%!!!!!!!!!!!!!!95:/21%!!!!!!!!!!!!!
Nbkps!Gmpps!Qsfqbsbujpo!)up!jodmvef!tfmg.mfwfmjoh*!.!
Nbufsjbm!Pomz!!)66t0g!qfs!66$!cbh*!)GU3*
!!!!!!!!!GU3A2/65:51/11%!!!!!!!!!!!!!!!!2-558/71%!!!!!!!!!!
Nbkps!Gmpps!Qsfqbsbujpo!)up!jodmvef!tfmg.mfwfmjoh*!.!
Mbcps!Pomz!!)66t0g!qfs!66$!cbh*!)GU3*
!!!!!!!!!GU3A2/65:51/11%!!!!!!!!!!!!!!!!2-558/71%!!!!!!!!!!
Ubslfuu!Usbotjujpo!Tusjqt!)Svccfs0Wjozm*!Gvsojti!'!Jotubmm
!!!!!!!!!!!GUA5/3623/11%!!!!!!!!!!!!!!!!62/11%!!!!!!!!!!!!!!!
Tubhjoh0Jotjef!Efmjwfsz
!!!!!!!!!!!!!ISA72/373/11%!!!!!!!!!!!!!!233/63%!!!!!!!!!!!!!
Njmfbhf!Sfjncvstfnfou
!!!!!!!!!FBA1/98711/11%!!!!!!!!!!!!!!!!633/11%!!!!!!!!!!!!!
Ipufm0Npufm
!!!!!!!!!!!!!FBA2:3/878/11%!!!!!!!!!!!!2-45:/43%!!!!!!!!!!
T2!Gsfjhiu-!Fyufsobm
!!!!!!!!!!!!!FBA378/172/11%!!!!!!!!!!!!378/17%!!!!!!!!!!!!!
Tvcupubm%!!!!!!!!27-916/27
Ftujnbufe!Tbmft!Uby%!!!!!!!!!!!!!!!!!!!.
UPUBMUPUBM%!!!!!!!!%!!!!!!!!27-916/2727-916/27
OPUFT;
2/!!Gjfme!nfbtvsf!boe!ftujnbufe!rvboujujft!cz;966564!Jdpo!Gmppst!MMD
3/!!Tuboebse!svoojoh!mjof!dbsqfu!qspevdut!sfrvjsf!b!76!trvbsf!zbse!njojnvn!qvsdibtf-!fydfqu!Fyqsftt!boe!Qsjpsjuz!Fyqsftt!dpmpst!xijdi!sfrvjsf!
!!!!!!b!36!trvbsf!zbse!njojnvn!qvsdibtf-!boe!fydfqu!uif!tuzmf!Qmfyvt!Dpmpvs!xijdi!sfrvjsft!b!6!trvbsf!zbse!njojnvn!qvsdibtf/
4/!!Qmfbtf!jodmvef!qspevdu!tuzmf-!dpmps-!boe!cbdljoh!po!qvsdibtf!psefs/
5/!!Nbovgbduvsjoh!pwfsbhf!jt!jodmvefe!jo!nbufsjbm!rvboujuz-!up!cjmm!pomz!bu!uif!bnpvou!tijqqfe/!!Uif!pwfsbhf!&!jt!vq!up;!6&
6/!!Uif!nbufsjbm!qsjdf!jodmveft!gsfjhiu/
6/!!Op!gsfjhiu!jt!dibshfe!gps!beiftjwft!)bodjmmbsz!tvqqmjft*!xifo!tijqqfe!xjui!nbufsjbm!psefs/!Xifo!beiftjwft!)bodjmmbsz!tvqqmjft*!bsf!tijqqfe
!!!!!xjuipvu!b!nbufsjbm!psefs-!cvzfs!jt!sftqpotjcmf!gps!gsfjhiu!dptut/
FYDMVTJPOT!)vomftt!tqfdjgjdbmmz!jodmvefe!jo!uif!bcpwf!tdpqf!pg!xpsl*;
Qspufdujpo!pg!GmppstBuujd!TupdlOjhiu0Xfflfoe!Mbcps
2
Qspkfdu!$2117571
30703137 Sfwjtjpo!$;
Sfwjtjpo!Ebuf;
Evnqtufs!DptuCpoejoh!DptuNbut
Qsfgpsnfe!DpsofstUsjq!DibshftSfnpwbm!'!Ejtqptbm
Sftjmjfou!GmppsjohTubjs!NbufsjbmtFyufotjwf!Gmpps!Qsfqbsbujpo
Gvsojuvsf!NpwjohBtcftupt!BcbufnfouTbmft!Uby
Dbsqfu!DmfbojohDmfbojoh0Xbyjoh!pg!SftjmjfouCpsefs!Dbsqfu
UFSNT!PG!QBZNFOU;!!)Tvckfdu!up!Dsfeju!Bqqspwbm*Ofu!41!Ebzt
+!!Bmm!Nbufsjbmt!boe!Mbcps!.!Qbznfou!evf!xjuijo!ufsnt!pg!fbdi!jowpjdf!)nbufsjbmt!xjmm!cf!jowpjdfe!vqpo!tijqnfou-!mbcps!xjmm!cf!jowpjdfe!vqpo!dpnqmfujpo!ps!bt!
qibtfe*/
2/!Dibohf!Psefst;!Boz!xpsl!opu!jodmvefe!jo!uif!bcpwf!tdpqf!pg!xpsl!xjmm!sfrvjsf!b!tjhofe!dibohf!psefs!cfgpsf!xpsl!dbo!cf!qfsgpsnfe/
3/!Ufsn!pg!Rvpuf;!Qsjdft!hjwfo!bsf!gjsn!gps!tjyuz!ebzt!gspn!qspqptbm!ebuf/
4/!Mfbe!Ujnft;!Qmfbtf!opuf!uibu!xf!bsf!b!nbef!up!psefs!njmm!boe!xf!dboopu!dpnnfodf!qspevdujpo!voujm!b!tjhofe!QP!ps!dpousbdu!jt!sfdfjwfe/
Opuf!uibu!opsnbm!mfbe!ujnft!bsf!bt!gpmmpxt;!!
!!Gbtu!Usbdl!Dbsqfut-!uxp!xfflt!qmvt!tijqqjoh<!
!!Svoojoh!Mjof!Dbsqfut-!gpvs!up!tjy!xfflt!qmvt!tijqqjoh<!
!!Dvtupn!Dbsqfut-!tjy!up!fjhiu!xfflt!qmvt!tijqqjoh<
!!Mfbe!ujnft!bsf!bqqspyjnbuf!boe!ep!opu!tubsu!voujm!bgufs!uif!qvsdibtf!psefs!ps!gvmmz.fyfdvufe!dpousbdu!jt!sfdfjwfe/
5/!Gmpps!Qsfqbsbujpo;!Beejujpobm!gmpps!qsfqbsbujpo!nbz!cf!sfrvjsfe!bt!b!sftvmu!pg!bo!vogpsftffo!dpoejujpo!pg!uif!gmpps/!Dptut!bttpdjbufe!xjui!uijt!gmpps!qsfqbsbujpo!
xjmm!cf!ofhpujbufe!po!b!kpc.up.kpc!cbtjt/!Pvs!qspevdut!qfsgpsn!qspqfsmz!xifo!jotubmmfe!po!gmppst!uibu!bsf!gsff!pg!!ejsu-!pjm-!qbjou!boe!fydfttjwf!npjtuvsf/!Gmppst!uibu!
ibwf!npjtuvsf!sfbejoht!hsfbufs!uibo!uif!nbovgbduvsfs!tqfdjgjfe!upmfsbodf!xjmm!opu!nffu!tqfdjgjdbujpo!boe!xjmm!sfrvjsf!gvsuifs!dvsjoh!ujnf!ps!usfbunfou!qsjps!up!
dbsqfu!jotubmmbujpo/
Xf!sfdpnnfoe!pomz!xfu!tdsbqjoh!ps!nfdibojdbm!sfnpwbm!pg!bmm!opo.xbufs!cbtfe!beiftjwft/!!
6/!Btcftupt!Bcbufnfou;!Uijt!rvpuf!EPFT!OPU!jodmvef!btcftupt!bcbufnfou/!Ofjuifs!xf!ops!pvs!jotubmmfst!bsf!sftqpotjcmf!gps!uif!iboemjoh-!sfnpwbm!ps!bcbufnfou!pg!
btcftupt!dpoubjofe!gmpps!nbufsjbm!ps!beiftjwf/!Gvsuifs-!pvs!qpmjdz!jt!up!sfrvftu!bo!Btcftupt!Ib{bse!Fnfshfodz!Sftqpotf!Bdu!)BIFSB*!sfqpsu!qsjps!up!qspdffejoh!
xjui!boz!gmpps!nbufsjbm!ps!gmpps!beiftjwf!sfnpwbm/!Xf!boe!pvs!jotubmmfst!dpotjefs!ju!uif!pxofs(t!sftqpotjcjmjuz!up!qspevdf!uijt!sfqpsu!qsjps!up!fyfdvujoh!uijt!dpousbdu/
Jg!boz!difnjdbm!tusjqqjoh!bhfout!tvdi!bt!uiptf!dpnnpomz!vtfe!jo!btcftupt!bcbufnfou!ibwf!cffo!vtfe-!xf!boe!pvs!jotubmmfst!nbz!sfrvjsf!beejujpobm!nfbtvsft!cf!
ublfo!qsjps!up!jotubmmbujpo!pg!boz!qspevdu/!Uiftf!nfbtvsft!nbz!bggfdu!uif!qsjdf!pg!uijt!rvpuf/!Qmfbtf!dpoubdu!pvs!Ufdiojdbm!Tfswjdft!Efqbsunfou!bu!9110359.3989!
fyu/!323:!gps!npsf!efubjmt/!
Qmfbtf!joejdbuf!zpvs!bddfqubodf!pg!uijt!qspqptbm!cz!sfuvsojoh!zpvs!tjhofe!qvsdibtf!psefs!ps!gvmmz!fyfdvufe!dpousbdu!up!uif!fnbjm!beesftt!tipxo!cfmpx/!Qmfbtf!
beesftt!ju!up!nz!buufoujpo/!Tipvme!zpv!ibwf!boz!rvftujpot-!qmfbtf!mfu!nf!lopx/
Xf!mppl!gpsxbse!up!xpsljoh!xjui!zpv!po!uijt!qspkfdu/
Tjodfsfmz-
Dzouijb!Gmpxfst
Bddpvou!Dppsejobups
Tpvsdf!Pof!Efqbsunfou
dzouijb/gmpxfstAubslfuu/dpn
3
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
MODULAR & POWERBOND
Sourcewell
Backing Discount Off
Style CodeStyle DescriptionBacking DescriptionList PriceUOM
Member
List Price
Code
Price Per UOM
11175EdificeCRFlex Aire® Cushion RS$66.6636%$42.42SY
11175EdificeMPowerbond Cushion$57.2041%$34.03SY
11175EdificeMRPowerbond Cushion RS$58.5140%$35.32SY
1161111611Electric Edit Electric Edit GUGUethos® Modular with Omnicoatethos® Modular with Omnicoat$34.33$34.3331%$23.84$23.84SY
11611Electric Edit CFFlex Aire® Cushion $35.6529%$25.13SY
11611Electric Edit CRFlex Aire® Cushion RS$36.9629%$26.42SY
11600EmalineGUethos® Modular with Omnicoat$51.4737%$32.45SY
11600EmalineCFFlex Aire® Cushion $52.7936%$33.73SY
11600EmalineCRFlex Aire® Cushion RS$54.1035%$35.02SY
11600EmalineMPowerbond Cushion$45.4236%$29.24SY
11600EmalineMRPowerbond Cushion RS$46.7435%$30.53SY
04119EspartoGUethos® Modular with Omnicoat$76.7541%$45.46SY
04119EspartoCFFlex Aire® Cushion $78.0740%$46.75SY
04119EspartoCRFlex Aire® Cushion RS$79.3839%$48.04SY
04119EspartoMPowerbond Cushion$66.2742%$38.25SY
04119EspartoMRPowerbond Cushion RS$67.5841%$39.54SY
$33.02SY
11498FabricateGUethos® Modular with Omnicoat$56.2441%
11498FabricateCFFlex Aire® Cushion $57.5540%$34.31SY
11498FabricateCRFlex Aire® Cushion RS$58.8640%$35.60SY
11498FabricateMPowerbond Cushion$52.5943%$30.01SY
11498FabricateMRPowerbond Cushion RS$53.9042%$31.30SY
11598Fallow GroundGUethos® Modular with Omnicoat$51.4737%$32.45SY
11598Fallow GroundCFFlex Aire® Cushion $52.7936%$33.73SY
11598Fallow GroundCRFlex Aire® Cushion RS$54.1035%$35.02SY
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 9 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
LVT
Sourcewell
Style
Discount Off
SeriesList PriceUOM
Member
List Price
Number
Price Per UOM
N513572Adaptt (SureSet)$8.1127.91%$5.85SF
N512191Contour$7.7331.03%$5.33SF
N518360N518360Even PlaneEven Plane$9.2450.94%$4.53$4.53SF
N512187Event+$7.3939.87%$4.44SF
N518601ID Tilt Hit$14.9939.43%$9.08SF
N518780Non-PVC LVT$7.6541.26%$4.49SF
N512186Victory$16.0428.95%$11.39SF
Freight LVT Freight N/AN/A$1.00SF
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 22 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
SUNDRIES
Sourcewell
Product Description & UseSpread RateStyleUOM
Member
Price Per UOM
MODULAR PRODUCTS
133-155 Square Yards4 Gallon Pail$127.76
C-12E Pressure Sensitive Adhesive--Flex-Aire & Desso Only 604734021
1596-1860 Square Yards48-4 Gallon Pails$121.38
C-EX Adhesive--ethosC-EX Adhesive--ethos
133-155 Square Yards133-155 Square Yards4 Gallon Pail4 Gallon Pail$127.76$127.76
*Note: Existing adhesive needs to be removed and the floor primed with C-56. If new
604734022604734022
concrete has a high level of porosity, C-36E primer is suggested. Do not use with Flex-
1596-1860 Square Yards48-4 Gallon Pails$121.38
Aire backing.
C-GU HM Adhesive--ethos only
60-80 square yards/4 gallon6047340244 Gallon Pail$164.80
Solvent-free, acrylic adhesive
For use on concrete where moisture limits exceed C-EX
TarkettTape®+--ethos Modular & Flex-Aire Modular Only
604737028Roll$159.72
144 Square Yards per Roll for 24"x24"
See Technical Bulletin for further configurations.
POWERBOND PRODUCTS
44-55 Square Yards4-Gallon Pail$94.24
C-16E Adhesive 604734010
528-660 Square Yards48-4 Gallon Pails$88.40
ACTION BAC PRODUCTS
B-19 Greenbond Adhesive 40-48 Square Yards6047340014-Gallon Pail$47.90
PRIMERS, SEALERS, AND CLEANERS
C-36E PrimeC-36E Prime r (Porous concrete floors must be primed)r (Porous concrete floors must be primed)133-177 Square Yards133-177 Square Yards6047350136047350134-Gallon Pail4-Gallon
Pail$64.30$64.30
C-56 Primer (Encapsulates trace amounts of old adhesive)
120-140 Square Yards6047350124-Gallon Pail$127.76
DO NOT USE with Powerbond Cushion
Seam Weld-54 (Not for sale in California)
800 Linear Feet604735005QT$16.66
Do not use with Powerbond ethos Cushion. Cleans with Seam Cleaner 77.
C-XL Seam Weld (Powerbond & Broadloom) (To be sold in California)
400 Linear Feet604735019QT$21.16
Meets SCAQMD, BAAQMD, Water-Based (Cleans with Water)
Power-Weld Seam Weld (Powerbond) (To be sold in California)
400 Linear Feet604735024QT$21.16
Meets SCAQMD, BAAQMD (Cleans with Acetone)
Seam Cleaner 77 (Not for sale in California)
1,600 Linear Feet604735007QT$23.68
Do not use with Powerbond ethos Cushion
LVT PRODUCTS
1,400 -1,600 Square Feet2970380734-Gallon Pail$278.71
RollSmart
*Approved for Contour, iD Latitude, Event, MetalEdge
350-400 Square Feet297038074Gallon Pail$73.81
959HM Vinyl Tile and Plank Adhesive 959HM Vinyl Tile and Plank Adhesive
150-175 Square Feet/gal (Porous)
2970380822970380824-Gallon Pail4-Gallon Pail4-Gallon Pail4-Gallon Pail$167.97$167.97
*Approved for Contour, iD Latitude, Event, Even Plane & MetalEdge.
250-300 Square Feet/gal (Non-porous)
Solvent-free easy to apply adhesive
996Two Part Epoxy Adhesive
225-250 Square Feet/gal
*Approved for Contour, iD Latitude, Event, Even Plane, NON PVC LVT &
2970380194-Gallon Pail$232.86
MetalEdge. High Moisture Subfloor Adhesive: <99% RH New concrete
(Porous & Non-porous)
<95% RH 2+years old concrete
975 Two-Part Urethane Adhesive
150 Square Feet297038014Gallon Pail$191.59
*Approved for Contour, iD Latitude, Event, Even Plane, NON PVC LVT &
300 Square Feet2970380202-Gallon Pail$344.23
MetalEdge.
CENTI 2001 Wet Set Adhesive *Approved for Victory
125 Square Feet per Gallon2504580004-Gallon Pail $109.22
Recommended adhesive for installation over porous subfloor only
CENTI 2000 Epoxy Adhesive *Approved for Victory
120-130 Square Feet per Gallon2504580014-Gallon Pail $69.99
Recommended adhesive for installation over porous subfloor only
Roll Size: 36 inches x 33.33 feet 500033006Square Feet$0.65
Tarkett SureStart™ Underlayment
*Approved for Contour, iD Latitude, & Event
Roll Size: 54 inches x 44.4 feet 500033007Square Feet$0.65
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 23 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
REGIONAL LABOR PRICING
Region 1 Region 2 Region 3 Region 4 Region 4 Region 5 Region 6 Region 7
N.CA, WA, OR, ID, MT S.CA, NV, AZ, UT, NM,TX,OK, AR,LA MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, NE, KS, IA, MO,WI, MI, IL, OH, IN, MN WV, VA, PA, NY, RI, MD,
WY, CO SC, NC SC, NC SD, ND DE, NJ, CT, VT, MA, NH,
Item Description UOM
ME, DC
Union / Union / Union / Union / Union / Union / Union /
Standard Standard Standard Standard Standard Standard Standard
Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage
Carpet Installation - Powerbond YD2$ 10.02$ 20.04$ 9.69$ 19.38$ 9.43$ 18.85$ $ 10.10.1313$ 20.26$ 11.26$ 22.53$ 11.40$ 22.79$ 10.87$
21.74
Carpet Installation - Modular TileCarpet Installation - Modular TileYD2YD2$ 10.02$ 20.04$ 9.69$ 19.38$ 9.43$ 18.85$ 10.13$ 20.26$ 11.26$ 22.53$
11.40$ 22.79$ 10.87$ 21.74
Carpet Installation - Broadloom w/o Attached CushionYD2$ 12.06$ 24.11$ 11.67$ 23.34$ 11.30$ 22.59$ 12.16$ 24.31$ 13.52$ 27.04$ 13.66$ 27.32$
13.06$ 26.11
Carpet Installation - Broadloom w/ Attached CushionYD2$ 13.24$ 26.49$ 12.83$ 25.65$ 12.44$ 24.88$ 13.39$ 26.77$ 14.86$ 29.72$ 15.00$ 30.01$ 14.34$
28.69
Carpet Installation - Broadloom with Pattern MatchYD2$ 14.58$ 29.15$ 14.10$ 28.20$ 13.71$ 27.41$ 14.71$ 29.41$ 16.35$ 32.69$ 16.50$ 33.00$ 15.75$
31.50
YD2$ 93.83$ 187.66$ 93.83$ 187.66$ 93.83$ 187.66$ 93.83$ 187.66$ 93.83$ 187.66$ 93.83$ 187.66$ 93.83$ 187.66
Furnish Custom Woven Carpet
YD2$ 46.90$ 93.81$ 46.90$ 93.81$ 46.90$ 93.81$ 46.90$ 93.81$ 46.90$ 93.81$ 46.90$ 93.81$ 46.90$ 93.81
Carpet Installation - Custom Woven with Pattern Match
YD2$ 19.35$ 38.70$ 15.51$ 31.02$ 15.10$ 30.21$ 17.00$ 33.99$ 18.90$ 37.80$ 17.00$ 33.99$ 17.00$ 33.99
Carpet Installation - Double Stick
YD2$ 17.00$ 33.99$ 13.24$ 26.49$ 13.22$ 26.44$ 11.30$ 22.59$ 15.10$ 30.21$ 15.10$ 30.21$ 14.27$ 28.53
Carpet Installation - Stretch-in
FT$ 3.80$ 7.59$ 3.76$ 7.52$ 5.64$ 11.29$ 4.76$ 9.53$ 5.52$ 11.04$ 5.64$ 11.29$ 4.76$ 9.53
Carpet Installation - Custom Border Inlays
FT$ 3.36$ 6.71$ 2.28$ 4.55$ 1.88$ 3.76$ 1.88$ 3.76$ 2.09$ 4.18$ 1.79$ 3.59$ 2.09$ 4.18
Installation of Carpet Base with Bound Edge
FT2FT2$ 1.13$ 2.27$ 0.98$ 1.96$ 0.98$ 1.96$ $ 1.11.133$ 2.27$ 1.22$ 2.44$ 1.22$ 2.44$ 1.07$ 2.13
Install Primer Install Primer
FT$ 3.76$ 7.52$ 2.76$ 5.52$ 3.01$ 6.03$ $ 3.76$ 7.52$ 2.75$ 5.50$ 3.36$ 6.71$ 2.85$ 5.70
Carpet Edge Binding
FT2FT2$ 4.30$ 8.60$ 4.30$ 8.60$ 4.30$ 8.60$ $ 4.34.300$ 8.60$ 4.52$ 9.04$ 4.11$ 8.23$ 4.03$ 8.05
LVT/VET InstallationLVT/VET Installation
LVT/VET - FURNISH AND INSTALLFT2$ 16.50$ 33.00$ 16.23$ 32.45$ 16.23$ 32.45$ 16.23$ 32.45$ 16.50$ 33.00$ 16.23$ 32.45$ 15.95$ 31.90
VCT InstallationFT2$ 2.08$ 4.16$ 1.77$ 3.54$ 1.77$ 3.54$ 1.77$ 3.54$ 2.08$ 4.16$ 1.99$ 3.98$ 2.08$ 4.16
VCT - FURNISH AND INSTALLFT2$ 7.92$ 15.84$ 7.70$ 15.40$ 7.70$ 15.40$ 7.70$ 15.40$ 7.98$ 15.95$ 7.98$ 15.95$ 7.98$ 15.95
Vinyl Sheet Installation (HO & HE)YD2$ 40.12$ 80.23$ 40.12$ 80.23$ 40.12$ 80.23$ 40.12$ 80.23$ 40.12$ 80.23$ 40.12$ 80.23$ 40.12$ 80.23
Vinyl Sheet - FURNISH AND INSTALLYD2$ 99.00$ 198.00$ 99.00$ 198.00$ 99.00$ 198.00$ 99.00$ 198.00$ 99.00$ 198.00$ 99.00$ 198.00$ 99.00$ 198.00
Vinyl Tile Installation FT2$ 3.48$ 6.95$ 3.48$ 6.95$ 3.48$ 6.95$ 3.48$ 6.95$ 3.76$ 7.52$ 3.76$ 7.52$ 3.48$
6.95
Vinyl Tile - FURNISH AND INSTALLFT2$ 14.28$ 28.56$ 14.28$ 28.56$ 14.28$ 28.56$ 14.28$ 28.56$ 13.20$ 26.40$ 13.20$ 26.40$ 14.28$ 28.56
Rubber Tile InstallationFT2$ 3.76$ 7.52$ 3.76$ 7.52$ 3.76$ 7.52$ 3.76$ 7.52$ 4.53$ 9.06$ 4.25$ 8.49$ 3.76$
7.52
Rubber Tile - FURNISH AND INSTALLFT2$ 23.10$ 46.20$ 25.82$ 51.63$ 25.82$ 51.63$ 25.82$ 51.63$ 23.65$ 47.30$ 25.82$ 51.63$ 25.82$ 51.63
Linoleum Sheet InstallationYD2$ 70.86$ 141.72$ 70.86$ 141.72$ 70.86$ 141.72$ 70.86$ 141.72$ 70.86$ 141.72$ 70.86$ 141.72$ 70.86$ 141.72
Linoleum Sheet - FURNISH AND INSTALLYD2$ 117.66$ 235.31$ 117.66$ 235.31$ 117.66$ 235.31$ 117.66$ 235.31$ 117.66$ 235.31$ 117.66$ 235.31$ 117.66$ 235.31
Sports Flooring InstallationFT2$ 4.30$ 8.60$ 4.30$ 8.60$ 4.30$ 8.60$ 4.30$ 8.60$ 4.30$ 8.60$ 4.30$ 8.60$ 4.30$
8.60
Sports Flooring - FURNISH AND INSTALLFT2$ 24.20$ 48.40$ 23.65$ 47.30$ 23.65$ 47.30$ 24.20$ 48.40$ 23.65$ 47.30$ 23.65$ 47.30$ 23.65$ 47.30
FT2$ 44.78$ 89.56$ 43.25$ 86.50$ 44.06$ 88.11$ 44.78$ 89.56$ 45.55$ 91.10$ 45.55$ 91.10$ 44.06$ 88.11
Ceramic Tile - FURNISH AND INSTALL
YD2$ 11.00$ 22.00$ 11.00$ 22.00$ 11.00$ 22.00$ 11.00$ 22.00$ 11.00$ 22.00$ 11.00$ 22.00$ 11.00$ 22.00
Additional Cost for After Hours Installation
FT$ 6.51$ 13.02$ 5.41$ 10.82$ 5.74$ 11.48$ 6.53$ 13.07$ 7.43$ 14.85$ 7.43$ 14.85$ 8.00$ 15.99
Resilient Heat Weld
FT
Resilient Flash Cove $ 6.51 $ 13.02 $ 5.41 $ 10.82 $ 5.74 $ 11.48 $ 6.53 $ 13.07 $ 7.43 $ 14.85 $ 7.43 $ 14.85 $
8.00 $ 15.99
FT$ 20.06$ 40.13$ 20.06$ 40.13$ 20.06$ 40.13$ 20.06$ 40.13$ 20.06$ 40.13$ 20.06$ 40.13$ 20.06$ 40.13
Vented Base - FURNISH AND INSTALL
FTFT$ 3.80$ 7.59$ 4.15$ 8.29$ 4.15$ 8.29$ $ 4.14.155$ 8.29$ 4.15$ 8.29$ 4.15$ 8.29$ 4.15$ 8.29
Base (up to 4") - FURNISH AND INSTALLBase (up to 4") - FURNISH AND INSTALL
FT$ 6.45$ 12.89$ 6.45$ 12.89$ 6.45$ 12.89$ $ 6.45$ 12.89$ 6.45$ 12.89$ 6.45$ 12.89$ 6.45$ 12.89
Base (OVER 4") - FURNISH AND INSTALL
FT$ 2.21$ 4.42$ 2.21$ 4.42$ 2.21$ 4.42$ 2.21$ 4.42$ 2.21$ 4.42$ 2.21$ 4.42$ 2.21$ 4.42
Base (up to 4") - Installation
FT$ 3.39$ 6.78$ 3.69$ 7.37$ 3.39$ 6.78$ 3.39$ 6.78$ 3.39$ 6.78$ 3.39$ 6.78$ 3.39$ 6.78
Base (OVER 4") - Installation
Carpet Removal - Stretch-in$ 7.22$ 14.43$ 3.71$ 7.41$ 3.80$ 7.59$ 5.17$ 10.34$ 8.20$ 16.39$ 5.17$ 10.34$ 6.48$ 12.96
YD2
YD2$ 8.20$ 16.39$ 5.19$ 10.38$ 5.17$ 10.34$ 5.41$ 10.82$ 6.00$ 11.99$ 6.40$ 12.80$ 6.40$ 12.80
Carpet Removal - Direct Glue
YD2$ 19.00$ 37.99$ 14.91$ 29.81$ 13.01$ 26.03$ 14.00$ 28.01$ 13.12$ 26.25$ 16.67$ 33.33$ 22.13$ 44.26
Carpet Removal - Double Stick/Attached Cushion
YD2$ 7.26$ 14.52$ 5.60$ 11.20$ 4.86$ 9.72$ 5.51$ 11.02$ 5.64$ 11.29$ 6.20$ 12.41$ 8.31$ 16.61
Carpet Removal - Modular Tile
YD2$ 2.04$ 4.07$ 1.52$ 3.04$ 1.75$ 3.50$ 1.88$ 3.76$ 1.88$ 3.76$ 1.88$ 3.76$ 1.88$ 3.76
Carpet Palletize/Shrinkwrap; if required to prepare for Recycling
YD2
Carpet Disposal $ 1.32 $ 2.64 $ 1.05 $ 2.09 $ 0.87 $ 1.74 $ 0.97 $ 1.94 $ 0.96 $ 1.91 $ 1.13 $ 2.27
$ 1.53 $ 3.06
$ 1,387.13$ 2,774.27$ 1,387.13$ 2,774.27$ 1,387.13$ 2,774.27$ 1,387.13$ 2,774.27$ 1,387.13$ 2,774.27$ 1,387.13$ 2,774.27$ 1,387.13$ 2,774.27
EA
Dumpster Fees
YD2
Carpet Recycling $ 3.88 $ 7.77 $ 3.88 $ 7.77 $ 3.88 $ 7.77 $ 4.46 $ 8.91 $ 3.88 $ 7.77 $ 3.88 $ 7.77
$ 3.88 $ 7.77
VCT RemovalFT2 $ 1.23 $ 2.46 $ 1.23 $ 2.46 $ 1.23 $ 2.46 $ 1.42 $ 2.84 $ 1.61 $ 3.21 $ 1.42 $ 2.84
$ 1.75 $ 3.50
LVT RemovalFT2 $ 2.28 $ 4.55 $ 1.32 $ 2.64 $ 1.32 $ 2.64 $ 1.42 $ 2.84 $ 1.61 $ 3.21 $ 1.61 $ 3.21
$ 1.79 $ 3.59
Vinyl Sheet RemovalFT2 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $
1.10 $ 0.55 $ 1.10
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 31 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
REGIONAL LABOR PRICING
Region 1 Region 2 Region 3 Region 4 Region 4 Region 5 Region 6 Region 7
N.CA, WA, OR, ID, MT S.CA, NV, AZ, UT, NM,TX,OK, AR,LA MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, NE, KS,
IA, MO,WI, MI, IL, OH, IN, MN WV, VA, PA, NY, RI, MD,
WY, CO SC, NC SC, NC SD, ND DE, NJ, CT, VT, MA, NH,
Item Description UOM
ME, DC
Union / Union / Union / Union / Union / Union / Union /
Standard Standard Standard Standard Standard Standard Standard
Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage
Vinyl Tile Removal FT2 $ 1.42 $ 2.84 $ 1.23 $ 2.46 $ 1.23 $ 2.46 $ 1.88 $ 3.76 $ 1.88 $ 3.76 $ 1.88 $
3.76 $ 1.79 $ 3.59
Rubber Floor RemovalFT2 $ 1.88 $ 3.76 $ 1.42 $ 2.84 $ 1.32 $ 2.64 $ 1.88 $ 3.76 $ 2.20 $ 4.40 $ 1.88 $
3.76 $ 2.09 $ 4.18
Linoleum Removal YD2 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $
1.10 $ 0.55 $ 1.10
Resilient Disposal FT2 $ 2.20 $ 4.40 $ 2.20 $ 4.40 $ 2.20 $ 4.40 $ 2.20 $ 4.40 $ 2.20 $ 4.40 $ 2.20 $
4.40 $ 2.20 $ 4.40
Removal and Disposal of Ceramic/Porcelain Tile FT2 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $ 8.93 $ 17.86
$ 8.93 $ 17.86 $ 8.93 $ 17.86
Removal and Disposal of Cove Base FT $ 0.53 $ 1.06 $ 0.48 $ 0.97 $ 0.75 $ 1.50 $ 0.70 $ 1.41 $ 0.70 $ 1.41 $
0.75 $ 1.50 $ 0.79 $ 1.58
Removal Cove Stick & Cove Cap FT $ 0.28 $ 0.55 $ 0.28 $ 0.55 $ 0.28 $ 0.55 $ 0.28 $ 0.55 $ 0.28 $ 0.55 $ 0.28
$ 0.55 $ 0.28 $ 0.55
$ 0.75$ 1.50$ 0.52$ 1.03$ 0.42$ 0.84$ 0.46$ 0.92$ 0.46$ 0.92$ 0.63$ 1.25$ 0.75$ 1.50
89% Glue Removal FT2
Adhesive Removal Adhesive Removal FT2 FT2 $ 1.22 $ 2.44 $ 1.35 $ 2.71 $ 1.35 $ 2.71 $ 1.35 $ 1.35 $ 2.71 $ 1.35
$ 2.71 $ 1.35 $ 2.71 $ 1.35 $ 2.71
$ 12.25$ 24.51$ 13.13$ 26.27$ 10.77$ 21.54$ 11.96$ 23.91$ 11.96$ 23.91$ 14.07$ 28.14$ 11.96$ 23.91
Furniture Lift System YD2
Library Lift YD2 $ 43.12 $ 86.24 $ 37.20 $ 74.40 $ 40.63 $ 81.27 $ 43.12 $ 86.24 $ 47.07 $ 94.14 $ 47.07 $ 94.14 $ 41.76
$ 83.51
YD2
Furniture Removal/Replacement $ 6.93 $ 13.86 $ 5.95 $ 11.90 $ 4.68 $ 9.35 $ 5.82 $ 11.64 $ 5.90 $ 11.79 $ 6.23 $ 12.45
$ 5.52 $ 11.04
Moving Boxes EA $ 6.84 $ 13.68 $ 6.07 $ 12.14 $ 6.61 $ 13.22 $ 6.84 $ 13.68 $ 7.57 $ 15.14 $ 7.57 $ 15.14 $
6.97 $ 13.95
Floor Prep (Portland Base) Material and Labor
FT2 $ 1.36 $ 2.73 $ 1.32 $ 2.64 $ 1.32 $ 2.64 $ 1.61 $ 3.21 $ 1.61 $ 3.21 $ 1.23 $ 2.46 $
1.42 $ 2.84
(100s/f per 10# bag to skim coat)
Major Floor Preparation (to include self-leveling) - Major Floor Preparation (to include self-leveling) -
FT2 FT2 $ 1.88 $ 3.76 $ 1.79 $ 3.59 $ 1.79 $ 3.59 $ 1.88 $ 1.88 $ 3.76 $ 2.34 $ 4.69 $ 1.95 $
3.89 $ 1.83 $ 3.65
Material Only (55s/f per 55# bag)Material Only (55s/f per 55# bag)
Major Floor Preparation (to include self-leveling) - Major Floor Preparation (to include self-leveling) -
FT2FT2 $ 2.07 $ 4.14 $ 1.79 $ 3.59 $ 1.79 $ 3.59 $ 1.88 $ 1.88 $ 3.76 $ 1.88 $ 3.76 $ 2.70 $
5.39 $ 2.50 $ 4.99
Labor Only (55s/f per 55# bag)Labor Only (55s/f per 55# bag)
Subfloor Prep Labor - (Skimcoat) FT2 $ 1.16 $ 2.31 $ 1.16 $ 2.31 $ 1.16 $ 2.31 $ 1.05 $ 2.09 $ 1.16 $ 2.31 $
1.16 $ 2.31 $ 1.16 $ 2.31
Subfloor Prep Materials
FT2 $ 0.30 $ 0.59 $ 0.30 $ 0.59 $ 0.30 $ 0.59 $ 0.28 $ 0.55 $ 0.30 $ 0.59 $ 0.30 $ 0.59 $
0.30 $ 0.59
(10lb bag portland cement based skimcoat 100s/f)
Bead Blast (not included in Floor Prep) FT2 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $ 8.93 $ 17.86 $
8.93 $ 17.86 $ 8.93 $ 17.86
Plantetary Grinder Usage Fee $/DAY EA $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20
$ 1,082.40
Planetary Diamond Tooling - (Set of 9 Pucks) EA $ 280.16 $ 560.32 $ 280.16 $ 560.32 $ 280.16 $ 560.32 $ 280.16 $ 560.32 $ 280.16 $ 560.32 $ 280.16 $ 560.32
$ 280.16 $ 560.32
Shot Blaster Usage Fee $/DAYEA $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $1,082.40 $ 541.20 $ 1,082.40
Shot Blaster Steel Shot BAG $ 25.47 $ 50.93 $ 25.47 $ 50.93 $ 25.47 $ 50.93 $ 25.47 $ 50.93 $ 25.47 $ 50.93 $ 25.47 $ 50.93 $
25.47 $ 50.93
Transition Strips (Rubber/Vinyl)- FURNISH & INSTALLTransition Strips (Rubber/Vinyl)- FURNISH & INSTALL FT FT $ 5.64 $ 11.29 $ 5.32 $ 10.65 $ 5.24 $
10.47 $ 5.24 $ 5.24 $ 10.47 $ 5.64 $ 11.29 $ 4.76 $ 9.53 $ 5.64 $ 11.29
Transition Strips Install FT $ 2.75 $ 5.50 $ 2.75 $ 5.50 $ 2.75 $ 5.50 $ 2.75 $ 5.50 $ 2.75 $ 5.50 $ 2.75
$ 5.50 $ 2.75 $ 5.50
Stair Nosing - FURNISH AND INSTALL FT $ 50.90 $ 101.79 $ 50.90 $ 101.79 $ 50.90 $ 101.79 $ 50.90 $ 101.79 $ 50.90 $ 101.79 $ 50.90 $ 101.79
$ 50.90 $ 101.79
Stair Nosing Labor FT $ 26.11 $ 52.23 $ 26.11 $ 52.23 $ 26.11 $ 52.23 $ 26.11 $ 52.23 $ 26.11 $ 52.23 $ 26.11 $ 52.23 $ 26.11
$ 52.23
Stair Tread - FURNISH AND INSTALL FT $ 129.57 $ 259.14 $ 129.57 $ 259.14 $ 129.57 $ 259.14 $ 129.57 $ 259.14 $ 129.57 $ 259.14 $ 129.57 $ 259.14 $ 129.57
$ 259.14
Stair Tread Install FT $ 29.04 $ 58.08 $ 29.04 $ 58.08 $ 29.04 $ 58.08 $ 29.67 $ 59.33 $ 30.03 $ 60.06 $ 31.00 $ 62.00 $ 30.75
$ 61.49
FT $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48
Stair Tread Demo
Custom Rug/Logo Fabrication (sizes less than 16X16) FT2 $ 306.86 $ 613.71 $ 306.86 $ 613.71 $ 306.86 $ 613.71 $ 306.86 $ 613.71 $ 306.86 $ 613.71 $ 306.86
$ 613.71 $ 306.86 $ 613.71
FT2 $ 151.82 $ 303.64 $ 151.82 $ 303.64 $ 151.82 $ 303.64 $ 151.82 $ 303.64 $ 151.82 $ 303.64 $ 151.82 $ 303.64 $ 151.82 $ 303.64
Custom Rug/Logo Fabrication (sizes16X16 and above)
Custom Color Upcharge-Soft Surface YD2 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $ 25.48 $ 12.74 $
25.48 $ 12.74 $ 25.48
Hourly LaborHourly Labor (for any service not otherwise listed on this price list) HR HR $ 250.89 $ 501.78 $ 250.89 $ 501.78 $ 250.89 $ 501.78 $ 250.89 $ 250.89
$ 501.78 $ 250.89 $ 501.78 $ 250.89 $ 501.78 $ 250.89 $ 501.78
Moisture Testing F&I EA $ 265.69 $ 531.39 $ 265.69 $ 531.39 $ 265.69 $ 531.39 $ 265.69 $ 531.39 $ 265.69 $ 531.39 $ 265.69 $ 531.39 $ 265.69 $
531.39
Moisture Testing Labor (per In-situ Probe minimum 3 tests)EA $ 200.49 $ 400.97 $ 200.49 $ 400.97 $ 200.49 $ 400.97 $ 200.49 $ 400.97 $ 200.49 $ 400.97 $ 200.49
$ 400.97 $ 200.49 $ 400.97
Moisture Testing Materials (per In-situ Probe minimum 3 tests EA $ 114.55 $ 229.11 $ 114.55 $ 229.11 $ 114.55 $ 229.11 $ 114.55 $ 229.11 $ 114.55 $ 229.11 $
114.55 $ 229.11 $ 114.55 $ 229.11
MI Moisture Limiter (Up to 95.0% RH) FT2 $ 4.10 $ 8.21 $ 3.80 $ 7.59 $ 3.80 $ 7.59 $ 4.10 $ 8.21 $ 4.57 $ 9.13
$ 4.57 $ 9.13 $ 4.03 $ 8.05
MI Moisture Limiter (Up to 98.9% RH) FT2 $ 10.92 $ 21.85 $ 9.90 $ 19.80 $ 9.90 $ 19.80 $ 10.92 $ 21.85 $ 12.16 $ 24.31 $ 12.16 $
24.31 $ 10.64 $ 21.27
Furnish 100% Solids Epoxy Moisture Control System-
FT2
$ 1.60 $ 3.19 $ 1.60 $ 3.19 $ 1.60 $ 3.19 $ 1.60 $ 3.19 $ 1.60 $ 3.19 $ 1.60 $ 3.19 $ 1.60
$ 3.19
Materials
Apply 100% Solids Epoxy Moisture Control System -
FT2
$ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55 $ 1.10 $ 0.55
$ 1.10
Labor
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 32 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
REGIONAL LABOR PRICING
Region 1 Region 2 Region 3 Region 4 Region 4 Region 5 Region 6 Region 7
N.CA, WA, OR, ID, MT S.CA, NV, AZ, UT, NM,TX,OK, AR,LA MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL, GA, FL, TN, KY, MS, AL,
GA, FL, TN, KY, NE, KS, IA, MO,WI, MI, IL, OH, IN, MN WV, VA, PA, NY, RI, MD,
WY, CO SC, NC SC, NC SD, ND DE, NJ, CT, VT, MA, NH,
Item Description UOM
ME, DC
Union / Union / Union / Union / Union / Union / Union /
Standard Standard Standard Standard Standard Standard Standard
Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage Prev. Wage
Furnish Multi-ply voidless birch underlayment 4'x5'-
EA $ 50.95 $ 101.90 $ 50.95 $ 101.90 $ 50.95 $ 101.90 $ 50.95 $ 101.90 $ 50.95 $ 101.90 $ 50.95 $ 101.90 $ 50.95 $ 101.90
20s/f - (Including Staples) - Materials
Install Multi-ply voidless birch underlayment 4'x5'-
FT2 $ 2.39 $ 4.77 $ 2.39 $ 4.77 $ 2.39 $ 4.77 $ 2.39 $ 4.77 $ 2.39 $ 4.77 $ 2.39 $ 4.77 $
2.39 $ 4.77
20s/f - Labor
Sand Existing Finish FT2 $ 4.39 $ 8.78 $ 4.39 $ 8.78 $ 4.39 $ 8.78 $ 4.39 $ 8.78 $ 4.39 $ 8.78 $ 4.39 $
8.78 $ 4.39 $ 8.78
Screen(rough up) Existing Finish FT2 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $
0.87 $ 1.74 $ 0.87 $ 1.74
FT2
Remove Coating $ 0.42 $ 0.84 $ 0.42 $ 0.84 $ 0.42 $ 0.84 $ 0.42 $ 0.84 $ 0.42 $ 0.84 $ 0.42 $ 0.84
$ 0.42 $ 0.84
FT2
Provide and Install 1/4 Plywood $ 4.59 $ 9.17 $ 4.59 $ 9.17 $ 4.59 $ 9.17 $ 4.59 $ 9.17 $ 4.59 $ 9.17 $ 4.59
$ 9.17 $ 4.59 $ 9.17
Apply New Finish Per Coat FT2
$ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87 $ 1.74 $ 0.87
$ 1.74
F&I Epoxy FlooringFT2 $ 31.60 $ 63.21 $ 31.60 $ 63.21 $ 31.60 $ 63.21 $ 31.60 $ 63.21 $ 31.60 $ 63.21 $ 31.60 $ 63.21 $ 31.60
$ 63.21
F&I Epoxy Cove Base (4" or 6")FT2 $ 49.50 $ 99.00 $ 49.50 $ 99.00 $ 49.50 $ 99.00 $ 49.50 $ 99.00 $ 49.50 $ 99.00 $ 49.50 $ 99.00
$ 49.50 $ 99.00
Floor Care Soft Surface Flooring Interim MaintenanceFT2 $ 2.10 $ 4.20 $ 1.99 $ 3.98 $ 1.99 $ 3.98 $ 1.99 $ 3.98 $ 1.99 $
3.98 $ 1.99 $ 3.98 $ 1.99 $ 3.98
Floor Care Soft Surface Flooring Restoration Maintenance
FT2 $ 4.88 $ 9.77 $ 4.63 $ 9.26 $ 4.63 $ 9.26 $ 4.63 $ 9.26 $ 4.63 $ 9.26 $ 4.63 $ 9.26 $
4.63 $ 9.26
Floor Care Resilient Flooring Deep Scrub and Buff
FT2 $ 1.41 $ 2.82 $ 1.32 $ 2.64 $ 1.32 $ 2.64 $ 1.32 $ 2.64 $ 1.32 $ 2.64 $ 1.32 $ 2.64 $
1.32 $ 2.64
Floor Care Resilient Flooring Scrub and Recoat FT2 $ 2.82 $ 5.63 $ 2.64 $ 5.28 $ 2.64 $ 5.28 $ 2.64 $ 5.28 $ 2.64 $
5.28 $ 2.64 $ 5.28 $ 2.64 $ 5.28
Floor Care Resilient Flooring Restoration of Finish FT2 $ 4.21 $ 8.43 $ 3.97 $ 7.94 $ 3.97 $ 7.94 $ 3.97 $ 7.94 $ 3.97
$ 7.94 $ 3.97 $ 7.94 $ 3.97 $ 7.94
Generator Usage Fee (Including Fuel Surcharge) $/DAY EA $ 445.70 $ 891.40 $ 445.70 $ 891.40 $ 445.70 $ 891.40 $ 445.70 $ 891.40 $ 445.70 $ 891.40 $ 445.70
$ 891.40 $ 445.70 $ 891.40
Concrete Substrate crack & joint Mitigation - Materials FT2 $ 0.30 $ 0.59 $ 0.30 $ 0.59 $ 0.30 $ 0.59 $ 0.30 $ 0.59 $ 0.30
$ 0.59 $ 0.30 $ 0.59 $ 0.30 $ 0.59
Concrete Substrate crack & joint Mitigation - Labor FT2 $ 0.68 $ 1.36 $ 0.68 $ 1.36 $ 0.68 $ 1.36 $ 0.68 $ 1.36 $ 0.68
$ 1.36 $ 0.68 $ 1.36 $ 0.68 $ 1.36
Concrete Polishing (800 Grit, no staining) FT2 $ 22.00 $ 44.00 $ 22.00 $ 44.00 $ 22.00 $ 44.00 $ 22.00 $ 44.00 $ 22.00 $ 44.00 $ 22.00
$ 44.00 $ 22.00 $ 44.00
Concrete Sealing FT2 $ 11.00 $ 22.00 $ 11.00 $ 22.00 $ 11.00 $ 22.00 $ 11.00 $ 22.00 $ 11.00 $ 22.00 $ 11.00 $ 22.00 $ 11.00
$ 22.00
Long Term Storage (Sq Ft per Month) EA $ 1.17 $ 2.33 $ 1.07 $ 2.13 $ 1.07 $ 2.13 $ 1.17 $ 2.33 $ 1.30 $ 2.60 $
1.30 $ 2.60 $ 1.17 $ 2.33
Staging / Inside DeliveryStaging / Inside Delivery HR HR $ 75.14 $ 150.28 $ 71.41 $ 142.82 $ 71.41 $ 142.82 $ 142.82 $ 75.14 $ 75.14 $ 150.28 $
83.49 $ 166.98 $ 83.49 $ 166.98 $ 73.92 $ 147.84
Mileage ReimbursementMileage Reimbursement EA EA $ 1.07 $ 2.13 $ 0.96 $ 1.91 $ 1.07 $ 2.13 $ 1.07 $ 1.07 $ 2.13 $
1.13 $ 2.27 $ 1.13 $ 2.27 $ 0.96 $ 1.91
Hotel/MotelHotel/Motel EA EA $ 236.04 $ 472.08 $ 227.74 $ 455.49 $ 236.45 $ 472.89 $ 236.45 $ 236.45 $ 472.89 $ 236.04 $ 472.08 $ 236.04 $ 472.08 $
254.91 $ 509.83
Food (Per Diem)Food (Per Diem) EA EA $ 84.99 $ 169.97 $ 75.91 $ 151.82 $ 66.07 $ 132.13 $ 74.39 $ 74.39 $ 148.79 $ 66.07 $ 132.13 $ 84.99
$ 169.97 $ 84.99 $ 169.97
EA 25%25%25%25%25%25%25%25%25%25%25%25%25%25%
Project Surcharge (Maximum 25% Project Value)
Labor prices submitted are "Not-to-Exceed" for turnkey services through the Tarkett Source One® Department.
Carpet labor pricing is for projects of 500 s/y or more. Smaller projects could require additional "minimum" costs.
LVT/VCT labor pricing is for projects 1000 s/ft or more. Projects smaller than 1000 s/ft, or installations involving patterns could require additional costs.
Payment and Performance bond costs are not included in pricing.
On Turnkey projects, Tarkett will invoice for material as it ships (or as phased), and labor as it completes. EA invoice is due Net 30 days after invoice date (subject to credit approval).
Tarkett storage is included for 35 days without cost. Longer duration storage could be at additional costs.
Additional items and services may be available through Tarkett Source One® at competetively negotiated pricing.
Source One Turnkey will not participate or utilize the Solid Care maintenance program cost sheet.
The above pricing may not include all project administration and execution costs. A turnkey services fee could be added to EA project to cover the cost of administering the turnkey
program.
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 33 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
Terms & Conditions
Soft surface product pricing does not include the California AB2398 Carpet Stewardship Assessment Fee.
California AB2398 Carpet
Stewardship Assessment Fee
This fee will appear as a separate line item on invoices for soft surface products shipped to California locations.
Neither Tarkett nor its installers will be responsible for the handling, removal, or abatement of asbestos contained flooring materials or
adhesives.
Building Owner must provide an Asbestos Hazard Emergency Response Act (AHERA) report to Tarkett prior to implementation by
Asbestos Abatement
Tarkett of flooring preparation and/or installation of flooring material for each job.
If any chemical 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 of Tarkett's proposed pricing, uncertainty still lingers amid possible tariff implications. As a result, Tarkett's pricing
does not consider any costs associated with potential tariffs. Should tariffs occur, Tarkett will transparently provide percent associated
with an applied tariff.
Pricing
Pricing shown shall be held for effective date period. Change in pricing thereafter will be based on published industry wide materials or
internal price increases and shall not exceed 10% in any trailing 12-month term.
Product pricing may be modified or amended with 30-days prior written notice to Customer.
If Customer's order is mailed or otherwise placed during said 30-day period, the prior price shall prevail.
Soft Surface Products:
Minimum order requirement for Powerbond, Modular Tile running line & Broadloom products is 65 square yards.
Minimum order requirement for running line products under the Tarkett Quickship program is 25 square yards for Powerbond &
Modular Tile except for:
Plexus Colour IV, Abrasive Action II & Assertive Series (5 Square Yards or one carton of 24" x 24" Modular Tile
6.67 Square Yards)
Non-standard styles require a minimum order of 500 square yards.
Modular Tile orders are subject to full carton shipments. Orders of 100 square yards or less are subject to an additional one full
Minimum Order Requirements
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:
Cut charge applicable on sheet cut request.
Rubber sheet sold in full roll quantities.
Vinyl tile, wall base and adhesives sold in full carton quantities.
Net 30 Days from the date of invoice.
Payment Terms
Any work not included in the initial scope of work will require a signed change order before work can begin.
Change Orders
All available alternatives will be reviewed in an effort to satisfy the customer's product delivery requirements.
Tarkett Resilient (not including LVT) products include delivery to a distribution hub to the extent noted on the quoted and mutually
agreed to pricing. Delivery, including, without limitation, to Authorized Dealers, members job sites, outside of the continental United
Deliveries
States, certain distribution locations, or other designated destinations may incur additional fees.
On Resilient products, there will be a lift gate delivery charge (where required) based on location and will be charged accordingly.
Refer to installation instructions on Tarkett.com for the most up to date information.
Costs associated with additional floor preparation will be negotiated on a job-to-job basis.
Floors must be free of dirt, oil, paint, and excessive moisture in order for the product to perform properly.
Floor Preparation
Please note the MVER, RH & Alkalinity testing must be performed to give an accurate assessment of the concrete condition and the
test results/data of each test shall be within acceptable limits.
Wet or mechanical removal of all non-water based adhesives is recommended.
Point of Manufacturer or Distribution Hub
FOB
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 35 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
Terms & Conditions
Protection of FloorsBoding CostCarpet CleaningNight/Weekend Labor
Dumpster CostTrip ChargesStairsAsbestos Abatement
Labor Exclusions
Preformed CornersMatsCleaning/Waxing of Resilient Flooring
Furniture Moving
Extensive Floor Preparation
Attic Stock
Materials
Removal & Disposal of Resilient
Sales TaxBorder Carpet
Flooring
Area Rugs:
Area rugs are custom made and may not 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 not been
shipped subject to a restocking fee.
Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett 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.
Order Cancellation or Returns
Customer may cancel any portion of a purchase order 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 restocking fees and any return freight incurred.
Resilient Products:
Customer may cancel any portion of a purchase order for standard running line products, or the whole thereof, that have not been
shipped subject to a restocking fee.
Material that has already been shipped may be returned only with prior written approval of an authorized Tarkett representative and
will be subject to a restocking fees and any return freight incurred.
NOTE: The Parties herein agree that there shall be no cancellation or return for any Custom product orders.
Material Only Orders:
An invoice will be issued upon shipment of the material.
Source One Turnkey Projects:
Invoices
Material - An invoice will be issued upon shipment of the material.
Installation - An invoice will be issued upon completion of installation or as needed for phased installation.
Soft Surface Products:
Production of material will begin upon the receipt of a signed valid purchase order or a fully executed contract.
Quickship Carpets - Allow an average of two weeks for production plus applicable shipping time.
Running Line Carpets - Allow an average of eight weeks for production plus applicable shipping time.
Custom Carpets - Allow an average of twelve weeks for production plus applicable shipping time.
LVT Products:
Lead Times
2 - 4 weeks depending on style
Resilient Products (Excluding LVT):
Rubber Products - 4 - 6 weeks
Vinyl Sheet and Tile - 2 - 3 weeks for stocked products, 16 weeks for unstocked products
Wall Base - 3 weeks
Title and Risk of loss shall pass to the Customer upon transfer to the freight carrier.
Tarkett shall promptly replace damaged or lost material occurring during transit and ship the replacement order as expeditiously as
Title/Risk of Loss
possible at no cost to the Customer.
Tarkett shall file any claims with the carrier on behalf of the Customer for any prepaid shipments.
Please visit Commercial.Tarkett.com for comprehensiveproduct warranty terms
Warranty
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 36 of 37
(800) 899-8916
*sent for update Dec 2025
Sourcewell
Contract # 061323-TFU exp 8/9/2027
Tarkett Alliance Number: 168119
Tarkett Resilient NPN: SPA Required-Contact RBM
Terms & Conditions
Soft Surface Products:
Modular Tile product orders will be accepted for full cartons only. Orders of 100 square yards or less are subject to one additional full
carton.
Standard Running Line products are subject to the following shippable overage conditions per item ordered:
1,500 Square Yards or less
5%
1,501-5,000 Square Yards
2%
Overages
5,001 Square Yards
1%
LVT Products:
All orders will be accepted for full cartons only.
Resilient Wall Base and Adhesive Products:
All orders will be accepted for full cartons only.
Note: Overages for all products must be shown on the Purchase Order.
Custom product constructions and product custom colors are available at negotiated prices.
All soft surface custom products are subject to a minimum order requirement based upon the custom product construction and
applicable shippable manufacturing overages.
Custom Accuweaves - untested patterns require mockups prior to order.
Other custom constructions and/or colors may also require mockups prior to order.
All custom option orders must be approved by the Tarkett's Product Development and Technical Services departments.
Custom Broadloom product orders are subject to a manufacturing overage of 5% or 6 lineal feet, whichever is greater.
Modular Tile and Powerbond with a custom color require a $350 piece dye charge with a minimum order requirement based on the
Custom Products
product.
The Parties herein agree that there shall be no cancellation or return for custom product orders.
All soft surface Custom or dropped product orders are subject to the 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
1%
Note: Overages for all products must be shown on the Purchase Order.
All Tarkett products and services not shown are also available. Please contact your Account Representative for more details.
Please include product style, color and size on each purchase order as applicable.
NOTES
Please place Tarkett Alliance or Customer Number as well as Resilient NPN number on all orders and communications to ensure
utilization of the proper pricing as well as for reporting.
Tarkett USA. Inc
30000 Aurora Rd
Solon, OH 44139
Page 37 of 37
(800) 899-8916
Addendum
(Sourcewell Cooperative Purchasing Agreement
#061323)
MonroeCountyContract
SupplementalTermsandConditions
The MonroeCounty Board ofCounty Commissioners (hereinafter County) and TARKETT USA, INC.(herein
after“Contractor”) agree as set forth below.
WHEREAS, the Contractor has a Cooperative Purchasing Agreementwhich may be utilized by local
governments, state governments, federal agenciesof the United States, consortia, or not-for-profit entitieswith
Sourcewell a State of Minnesota Local Governmental Unit and Service Cooperative.
WHEREAS, the abovementioned Cooperative Purchasing Agreement is identified asSOURCEWELL
CONTRACT# 061323(“Existing Cooperative Purchasing Agreement”)and
WHEREAS, the County desires to utilizethe Existing CooperativePurchasing Agreementfor the
Contractor to provide the County with the goods and/or services, and the Contractor desires to provide the County
with such goods and/or services in accordance with this Addendumand the Proposal,Quote or Estimateof the
Contractor.
TheCountyandContractorherebyagreeto the following:
QUOTE # 1006460 IN THE AMOUNT OF $16,805.16.
ThisAgreement includes and incorporates the Contractor’s Existing Cooperative Purchasing Agreement, its
Proposal, Quoteor EstimateandTerms and Conditions,as applicable,and this Addendum.To the extent that any
terms conflict, the language as set forth in this Addendum shall supersede any other terms and shall be binding.The
terms and conditions as set forth below are imposed in accordance with Florida Lawand Monroe County Code.
Payment:Payment will be made in accordance with the Local Government Prompt Payment Act(Section 218.70,
FloridaStatutes).PaymentsdueandunpaidundertheAgreementshallbearinterestpursuanttothe Local
Government Prompt Payment Act. Contractorshall submit to the County invoices with Supporting documentation
that are acceptable to the Monroe County Clerk of Court andComptroller (County Clerk). Acceptability to the
County Clerk is based on generally accepted accounting principlesand such laws, rules,and regulations as may
governthe County Clerk’s disbursal of funds.
If the Agreement is a multi-year agreement, the County’s performance and obligation to pay under this Agreement
is contingent upon an annual appropriation by the Monroe County Board of County Commissioners.
This Agreement shall not exceed $100,000.00unless it is approved by the Monroe County Board of County
Commissioners. Any automatic renewal is subject to anot-to-exceed amount of $100,000.00unless the Monroe
County Board of County Commissioners gives prior approval of an agreement more than $100,000.00. In
accordance with Section2-58, Monroe County Code, the County Administrator is authorized to sign agreements
when the total cumulative value of the contract does not exceed $100,000.00.
1
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.
Termination: The County may terminate this Agreement for cause should the Contractor fail to perform. Prior to
termination for cause, the County shall provide the 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, the County shall pay the
Contractor the sum due for work performed 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 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, the County shall pay the Contractor the sum due for work
performed prior to termination, unless the cost of completion of the remaining work under the Agreement exceeds
the funds remaining in the contract.
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. Each party to this Agreement or its 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 five years following the termination of this Agreement. If an auditor employed by the County or the County
Clerk determines that monies paid to the Contractor pursuant to this Agreement were spent for purposes not
authorized by this Agreement, 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 the Contractor.
Governing Law, Venue, Interpretation, Costs, and Fees: 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 shall lie in the appropriate court
th
or before the appropriate administrative body the 16 Judicial Circuit in and for Monroe County, Florida.
This Agreement shall not be subject to arbitration.
Attorney’s Fees and Costs: The Parties 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 courts costs in appellate proceedings. 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.
Nondiscrimination: 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 prohibits discrimination on the basis of race, color 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
2
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 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; 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.
Public Records Compliance:
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.
The Agreement is a Public Record under Chapter 119, Florida Statutes. The parties agree to comply with Chapter
119, Florida Statutes.
Sovereign Immunity and Non-Waiver of Immunity: The County s indemnification is limited and subject to the
sovereign immunity provisions of Section 768.28, Florida Statutes. Notwithstanding the provisions of Section
768.28, Florida Statutes, the participation of the County and Contractor 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. 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
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.
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.
Statutory Requirements and Notices relating to Unauthorized Employment and Subcontracts and E-Verify
System: In accordance with Section 448.095, Florida Statutes, any 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
3
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 verify the work authorization status of all new employees
hired by the subcontractor during the Agreement term. Any subcontractor shall provide an affidavit stating that the
subcontractor does not employ, contract with, or subconstruct with an unauthorized alien. The Contractor shall
comply with and be subject to the provisions of Section 448.095, Florida Statutes.
Public Entity Crime: 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 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 in excess of the
threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months
following the date of being placed on the convicted vendor list.
Scrutinized Companies: Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List or
engaged in a boycott of Israel. Pursuant to Section 287.135, Florida Statutes, the Department may immediately
terminate this Agreement at its sole option if the Contractor is found to have submitted a false certification; or if the
Contractor is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel
during the term of the Agreement.
If this Agreement is for more than one million dollars, the Contractor certifies that it is also not on the Scrutinized
Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Terrorism Sector List or
engaged with business operations in Cuba or Syria as identified in Section 287.135, Florida Statutes. Pursuant to
Section 287.135, Florida Statutes, the Department may immediately terminate this Agreement at its sole option if
the Contractor is found to have submitted a false certification; or if the Contractor is placed on the Scrutinized
Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Terrorism Sector
List, or engaged with business operations in Cuba or Syria during the term of the Agreement.
As provided in Subsection 287.135(8), Florida Statutes, if federal law ceases to authorize these contracting
prohibitions, then they shall become inoperative.
Disclosure of Gifts from Foreign Sources: If this Agreement is $100,000 or more, the Contractor shall disclose
to the County any current or prior interest of, any contract with, or any grant or gift received from a foreign country
of concern, as defined in Section 286.101, Florida Statutes, if such interest, contract, or grant or gift has a value of
$50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at
any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing
entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country
of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or
gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement
is applicable as described above, then within 1 year before applying for any grant, Contractor must also provide a
copy of such disclosure to the State of Florida Department of Financial Services.
Suspended Person/Business Entity, Subsection 2-347(l), Monroe County Code: In accordance with Monroe
County Code Subsection 2-347(l), the Contractor hereby swears and affirms that it is not a suspended person or
business entity. The employment of a suspended person/business entity is a material breach of the
County/Contractor contract and entitles the County, in its discretion, to 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.
4
Indemnification & Hold Harmless: Notwithstanding any minimum insurance requirements prescribed elsewhere
in this Agreement, the Contractor shall, indemnify, and hold the County, and the County’s elected and appointed
officers and employees, harmless from and against any claims, actions or causes of action, third-party claims for
any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury
(including death), or damage to tangible property including reasonable attorneys’ fees and court costs finally
awarded, by reason of, or in connection with: (A) the performance of the Work by the Contractor or its employees,
agents, or subcontractors, but only to the extent caused by the negligent acts or omissions or willful misconduct of
the Contractor or its employees, agents, or subcontractors; (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 to the extent caused by such parties; or (C) a material breach of this Agreement by the
Contractor, to the extent such breach results in third-party claims.
Notwithstanding the foregoing, the Contractor shall not be obligated to indemnify or defend the County to the extent
a claim is caused by the sole negligence or willful misconduct of the County or its elected or appointed officials,
officers, or employees.
The Contractor’s obligation to defend shall apply upon tender of a claim, but only to the extent of the Contractor’s
proportionate fault. This section will survive the expiration of the term of this Agreement or any earlier termination
of this Agreement for the period required by applicable law.
Insurance: At all times during the term of this Agreement (including any extensions thereof), the Contractor shall
maintain the insurance as specified in this section. In the event the Contractor fails to maintain all insurance required
by this section, the County reserves the right to immediately terminate this Agreement or suspend all work until the
required insurance has been reinstated. Delays in completion of the work resulting from the Contractor’s failure to
maintain required insurance shall not cause the extension of any deadlines specified in this Agreement, and the
Contractor agrees to indemnify and hold harmless the County for any and all increases in cost resulting from such
delay.
Contractor shall maintain the following coverage:
Commercial General Liability: Contractor’s insurance policy shall cover, at a minimum, premises
operations, personal injury (including death), property damage, products & completed operations, and
blanket contractual liability. If coverage is provided on a Claims Made basis, Contractor’s policy must
provide for claims filed during the term of this Agreement, and for twelve (12) months after its termination
or expiration. Contractor’s policy shall be endorsed to name Monroe County Board of County
Commissioners as Additional Insured. The minimum limits acceptable are: $300,000 Combined Single
Limit (CSL)
Worker’s Compensation: Contractor’s insurance policy shall reflect coverage and limits sufficient to meet
requirements of Chapter 440, Florida Statutes.
Employer’s Liability: In addition to any Worker’s Compensation insurance required by this Agreement,
Contractor shall maintain Employer Liability insurance. The minimum acceptable limits of liability are
$100,000 bodily injury by Accident; $100,000 bodily injury by disease per Employee; $100,000 bodily
injury by disease Aggregate.
5
Business Auto Liability: Contractor’s insurance policy shall provide coverage for all owned, non-owned,
and hired vehicles used in the performance of work under this Agreement. Contractor’s policy shall be
endorsed to name Monroe County Board of County Commissioners as Additional Insured. The minimum
acceptable limit is: $300,000_ Combined Single Limit (CSL). If Split Limits are provided, the minimum
acceptable limits are: $200,000per person; $300,000per Occurrence; $100,000Property Damage.
Prior to commencement of work under this Agreement, Contractor shall provide to the County Risk Manager
satisfactory evidence of the required insurance, which may be a Certificate of Insurance or a copy of the insurance
policy. The County reserves the right to request a certified copy of the Contractor’s insurance policy. Any deviation
from the insurance requirements specified herein must be approved by the County’s Risk Manager on an approved
Insurance Waiver Form. Insurance Waivers may be requested from the Risk Management Department: Tel: (305)
292-3470; Email: risk_management@monroecounty-fl.gov.
COUNTY FORMS:By signing this Agreement, the Contractorhas sworn or affirmed tothe following
requirements as set forth in the Public Entity Crime Statement, Ethics Statement, Vendor Certification Regarding
Scrutinized Companies List and Affidavit Attesting toNoncoercive Conduct for Labor or Services as set forth in
more detail in this Agreement.
PUBLICENTITYCRIMESTATEMENT:The Contractorcertifiesandagreesthatneither theContractornor
anyAffiliatehasbeenplacedontheconvicted 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 submitabidona
contracttoprovidegoodsorservicestoapublicentity;maynot submitabidona contract with a public entity for
the construction or repair of a public building or public work; maynot submit bids on leases ofrealpropertytoa
publicentity;maynotbeawardedorperform workasa 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 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 replieson leases of real property to a public entity, may not be
awarded or perform work as acontractor, supplier, or subcontractorunder a contract with any public entity, and
may not transact business with any public entity in excess of the threshold amount providedinSection287.017,
FloridaStatutes,forCATEGORYTWOforaperiodof36months from the date of being placed on the convicted
vendor list.
By signing this Agreement, the Contractorrepresents that the execution of this Agreement will not violate thePublic
EntityCrimesAct(Section287.133,FloridaStatutes).Violationofthissectionshallresult in termination ofthis
Agreement and recovery of allmoniespaid hereto andmay result in debarment from the County’s competitive
procurement activities.
In addition to the foregoing, the Contractorfurther represents that there has been no determination, based onan
audit,thatitoranysubcontractorhascommittedanactdefinedbySection287.133,FloridaStatutes, 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 Contractorhas been placed ontheconvictedvendorlist.
The Contractorwill promptlynotify the Countyif itoranysubcontractorisformally chargedwith
.
6
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.
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS:
The Contractor agrees and certifies compliance with the following:
Section 287.135, Florida Statutes prohibits a Contractor 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 Contractor
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 Contractor from bidding on,
submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more,
if the Contractor/company is on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Terrorism Lists which were created pursuant to Section 215.473, Florida
Statutes, or is engaged in business operations in Cuba or Syria and is not on the State Board of Administration’s
“Scrutinized List of Prohibited Companies” available under the quarterly reports section at
https://www.sbafla.com/reporting/.
As the person authorized to sign on behalf of Contractor, I hereby certify that the Contractor identified above 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 Terrorism List, or engaged in business operations in Cuba or Syria or on the
Scrutinized List of Prohibited Companies.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may
subject the Contractor 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 Contractor 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 Terrorism List or been engaged in business operations in Cuba or Syria or on the Scrutinized
List of Prohibited Companies.
Note: The List are available at the following Department of Management Services Site:
http://www.dms.myflorida.com/business_operations/state_purchasing/vendor_information/convicte
d_suspended_discriminatory_complaints_vendor_lists
NON-COLLUSION AFFIDAVIT: The Contractor, by signing this Agreement, according to law on my oath, and
under penalty of perjury, deposes and says that the person signing on behalf of the firm of the Contractor or the
bidder making the Proposal for the project described in the Scope of Work has executed the said proposal with full
authority to do so and 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.
7
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES: The Contractor
is required to provide an affidavit under penalty of perjury attesting that the Contractor does not use coercion for
labor or services in accordance with Section 787.06, Florida Statutes.
As defined in Section 787.06(2)(a), coercion means:
1.Using or threateningto 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 methods to establish a debt by any person when labor or services are
pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not
applied toward the liquidation of the debt, the length and nature of the labor or service 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 threateningto 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 II of Section 893.03 to any
person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of the Contractor, I certify under penalties of perjury that the Contractor
does not use coercion for labor or services in accordance with Section 787.06. Additionally, the Contractorhas
reviewed Section 787.06, Florida Statutes, and agrees to abide by same.
Ejhjubmmz!tjhofe!cz!
Disjtujof
Disjtujof!Ivsmfz!
Ebuf;!3137/14/1:!
Contractor
Ivsmfz
27;14;37!.15(11(
Signature
President Commercial
Title
March 3, 2026
Date
8
061323-TFU
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 awardeda contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
EXPIRATION DATE AND EXTENSION. This Contract expires August 9, 2027, unless it is cancelled
sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions
upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right
to consider additional extensions beyond seven years as required under exceptional
circumstances.
B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
other rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
Rev. 3/2022 1
061323-TFU
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity’s site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier’s dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends
beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier’s Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered
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 Entityat the time of purchase.
Rev. 3/2022 2
061323-TFU
A. SHIPPING 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 that are acceptable to the Participating
Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax-
exemption 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 selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
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 Sourcewell 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 a minimum, the request must:
Rev. 3/2022 3
061323-TFU
Identify the applicable Sourcewell contract number;
Clearly specify the requested change;
Provide sufficient detail to justify the requested change;
Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
Include a complete restatement of pricing documentation in Microsoft Excelwith the
effective dateof 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.
Afully executed Sourcewell Priceand ProductChange Request Formwill become an
amendment to this Contractand will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity’s
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will 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 may be required to perform work at government-
owned facilities, including schools. Supplier’s employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Rev. 3/2022 4
061323-TFU
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a ParticipatingEntity 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 cancellationof this Contract; however, Supplier performance, ParticipatingEntity
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.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry-specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum, the terms of which will be negotiated directly between the
Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as
applicable. Any negotiated additional terms and conditions must never be less favorable to the
Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
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
061323-TFU
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE.Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
Maintenance and management of this Contract;
Timely response to all Sourcewell and Participating Entity inquiries; and
Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, performance issues, supply
issues, customer issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
Participating Entity Name (e.g., City of Staples Highway Department);
Participating Entity Physical Street Address;
Participating Entity City;
Participating Entity State/Province;
Participating Entity Zip/Postal Code;
Participating Entity Contact Name;
Participating Entity Contact Email Address;
Participating Entity Contact Telephone Number;
Sourcewell Assigned Entity/Participating Entity Number;
Item Purchased Description;
Item Purchased Price;
Sourcewell Administrative Fee Applied; and
Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Products provided to
Rev. 3/2022 6
061323-TFU
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) percentadministrative fee
multiplied by the total sales of all Products purchased by Participating Entities under this
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 memo;and
must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to
Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
If a Participating Entity requires an administrative fee from Supplier, Supplier may offset the
Participating Entity administrative fee from the 2% Administrative Fee Supplier pays to
Sourcewell under this Contract. Notwithstanding anything to the contrary, Supplier must pay
Sourcewell a minimum Administrative Fee of 0.5% on Products provided to Participating
Entities under this Contract regardless of the administrative fee percentage charged by a
Participating Entity.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract’s expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If
Supplier’s Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Contract are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
Rev. 3/2022 7
061323-TFU
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entityunder this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party. For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewell’s
responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
Rev. 3/2022 8
061323-TFU
under this Contract and as it applies to all data created, collected, received, maintained, or
disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1.Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and
license to use the trademark(s) provided to Supplier bySourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell’s relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Supplier’s trademarks in advertising and promotional materials for the
purpose of marketing Supplier’s relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in
advertising and promotional materials for the purpose of marketing the Parties’ relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party’s trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party’s trademarks only in good faith and in a dignified manner consistent with
such party’s use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed
catalog of suppliers which may be used until the next printing). 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.
Rev. 3/2022 9
061323-TFU
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party’s reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
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 fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
Rev. 3/2022 10
061323-TFU
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2.A material breach of any term or condition of this Contract.
The party claiming default must provide written notice of the default, with30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
Exercise any remedy provided by law or equity,or
Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18.INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers’ Compensation and Employer’s Liability.
Workers’ Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office (“ISO”) Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
Rev. 3/2022 11
061323-TFU
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for products liability-completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance.During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non-owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer’s Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier’s
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data – including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
Rev. 3/2022 12
061323-TFU
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier’s commercial
general liability insurance policy with respect to liability arising out of activities, “operations,” or
“work” performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
Rev. 3/2022 13
061323-TFU
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to “federal” should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier’s Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending
Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing
regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
“Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction”). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that
Rev. 3/2022 14
061323-TFU
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis-Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that “funding agreement,” the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements,” and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
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.
Rev. 3/2022 15
061323-TFU
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), “Debarmentand Suspension.” SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
Rev. 3/2022 16
061323-TFU
right also includes timely and reasonable access to Supplier’s personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractorsmust comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by a Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
Rev. 3/2022 17
061323-TFU
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT.To the extent applicable, Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days’ written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made inSupplier’s
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell Tarkett USA Inc.
By: __________________________ By: __________________________
Jeremy Schwartz Rusty Joyce
Title: Chief Procurement Officer Title: President-Commercial
Date: ________________________Date: ________________________
Approved:
By: __________________________
Chad Coauette
Title: Executive Director/CEO
Date: ________________________
Rev. 3/2022 18
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Table 148: Performance Standards or Guarantees
Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and
overall structure. You may upload representative samples of your performance materials (if applicable) in the document upload section
of your response in addition to responding to the questions below.
Line
QuestionResponse*
Item
95Describeanyperformancestandardsor AlltheInstallationPartnersworkingonTarkettturnkeySourceOneprojectsare
guarantees that apply to your services closely vetted, and we ensure they meet or exceed ASTM industry standards. We
provide Powerbond training and certification to each of them, as well as having our
certified Field Installation Managers onsite for any high-profile or challenging
projects. And as the customer 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
*
Source One Coordinator is constantly in contact with the installation team to ensure
the project is managed in a timely fashion and addressing any issues that may
come up throughout the process.
For projects directly contracted with an approved dealer partner or floor care partner,
that company warrants the installation or service provided. Tarkett prides itself in best-
in-class relationships, these service providers are known for their professionalism.
We would work with the end user to facilitate a solution with our partners. All our
products have warranties that wewill 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, allowing us to meet the
high standards we expect for excellent customer experience. At the close of every
project, an NPS (Net Promoter Score) Survey is submitted 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 our business. The responses we receive allow us to
address any concerns by creating KPI's and initiating projects for any issues that
have been brought to our attention. In this way, we can find new and better ways
to not only help the customer we've been in contact with; but ALL of our customers.
We are extremely pleased with the results we've had for Source One in 2023 (Jan-
May), with a response rate of 22% (national average is 12.4%) and an NPS score
of 96 (national average ranges from 25 to 40).
Exceptions to Terms, Conditions, or Specifications Form
Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been
incorporated into the contract text.
Documents
Ensure your submission document(s) conforms to thefollowing:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed
by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Pricing - Tarkett SourcewellCatalogforRFP061323.pdf - TuesdayJune13,202312:18:56
Financial Strength and Stability - Table 7_52. Tarkett Financial statement.pdf - Friday June 09, 2023 10:39:54
Marketing Plan/Samples - Marketing Samples.zip - Monday June 12, 2023 12:34:16
WMBE/MBE/SBE or Related Certificates (optional)
WarrantyInformation- Table14aWarranty.zip - FridayJune09,202315:16:45
Standard Transaction Document Samples - Standard documents.zip - Friday June 09, 2023 15:45:56
Requested Exceptions - Table 15_97 Terms redlines.docx - Friday June 09, 2023 10:41:13
Upload Additional Document - Additional Documents.zip - Monday June 12, 2023 08:02:30
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
Bid Number: RFP 061323Vendor Name: Tarkett USA Inc.
RFP #061323
REQUEST FOR PROPOSALS
for
Flooring Materials with Related Supplies and Services
Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time
Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting
proposals for Flooring Materials with Related Supplies and Services to result in a contracting
solution for use by its Participating Entities. Sourcewell Participating Entities include thousands
of governmental, higher education, K-12 education, nonprofit, tribal government, and other
public agencies located in the United States and Canada. A full copy of the Request for Proposals
\]. Only
can be found on the Sourcewell Procurement Portal \[https://proportal.sourcewell-mn.gov
proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals
are due no later than June 13, 2023, at 4:30 p.m. Central Time,and late proposals will not be
considered.
SOLICITATION SCHEDULE
Public Notice of RFP Published: April 25, 2023
Pre-proposal Conference:May 17, 2023, 10:00 a.m., Central Time
Question Submission Deadline:June 5, 2023, 4:30 p.m., Central Time
Proposal Due Date: June 13, 2023, 4:30 p.m., Central Time
Late responses will not be considered.
Opening:June13, 2023, 6:30 p.m., Central Time
See RFP Section V.G. “Opening”
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 1
I. ABOUT SOURCEWELL
A. SOURCEWELL
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates
a competitive public solicitation and contract award process for the benefit of its 50,000+
participating entities across the United States and Canada. Sourcewell’s solicitation process
complies with State of Minnesota law and policies, conforms to Canadian trade agreements
(including Canadian Free Trade Agreement, Ontario-Quebec Trade and Cooperation
Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement, as
applicable), and results in cooperative purchasing solutions from which Sourcewell’s
Participating Entities procure equipment, products, and services.
Cooperative purchasing provides participating entities and suppliers increased administrative
efficiencies and the power of combined purchasing volume that result in overall cost savings. At
times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing
volume of their membership into a single solicitation and contract expanding the reach of
contracted suppliers’ potential pool of end users.
Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which
all proposals to this RFP must be submitted.
B. USE OF RESULTING CONTRACTS
In the United States, Sourcewell’s contracts are available for use by:
1
Federal and state government entities;
Cities, towns, and counties/parishes;
Education service cooperatives;
K-12 and higher educationentities;
Tribal government entities;
Some nonprofit entities; and
Other public entities.
In Canada, Sourcewell’s contracts are available for use by:
Provincial and territorial government departments, ministries, agencies, boards,
councils, committees, commissions, and similar agencies;
Indigenous self-governing bodies;
Regional, local, district, and other forms of municipal government, municipal
organizations, school boards, and publicly funded academic, health, and social service
1
Pursuant to HAR §3-128-2, the State of Hawaii, Department of Accounting and General Services, State Procurement Office, on behalf of the
State of Hawaii and participating jurisdictions, has provided notice of its Intent to Participate in the solicitation as a participating entity.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 2
entities referred to as MASH sector (this should be construed to include but not be
limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as
any corporation or entity owned or controlled by one or more of the preceding entities;
Crown corporations, government enterprises, and other entities that are owned or
controlled by these entities through ownership interest; and
Members of the Canoe procurement group of Canada, and their partner associations:
Canoe members are regional, local, district or other forms of municipal government,
school boards, publicly-funded academic, health and social service entities in Alberta
and across Canada, as well as any corporation or entity owned or controlled by one or
more of the preceding entities – as well as partner associations, including Saskatchewan
Association of Rural Municipalities, Association of Manitoba Municipalities, Local
Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of
Municipalities, Federation of Prince Edward Island Municipalities, Municipalities
Newfoundland Labrador, Union of New Brunswick Municipalities, North West
Territories Association of Communities, CivicInfo BC, and their members.
For a listing of current United States and Canadian Participating Entities visit Sourcewell’s
website(note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for-
vendors/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 Entitiesretain the right to obtain similar equipment, products, or services
from other sources.
To meet Participating Entities’ needs, Sourcewell broadly publishes public notice of all
solicitation opportunities, including this RFP. In addition, where applicable, other purchasing
cooperatives and procurement officials receive notice and are encouraged to re-post the
solicitation opportunity.
Proof of publication will be available at the conclusion of the solicitation process.
II. SOLICITATION DETAILS
A. SOLUTIONS-BASED SOLICITATION
This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell
is seeking equipment, products, or services that meet the general requirements of the scope of
this RFP and that are commonly desired or are required by law or industry standards.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 3
B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES
It is expected that proposers will offer a wide array of equipment, products, or services at lower
prices and with better value than what they would ordinarily offer to a single government
entity, a school district, or a regional cooperative.
1.Sourcewell is seeking proposals for Flooring Materials with Related Supplies and
Services, that include, but are not limited to the following types of flooring solutions;
a. Resilient;
b. Ceramic;
c. Porcelain Tile;
d. Wood;
e. Hardwood;
f. Laminate;
g. Rubber;
h. Vinyl;
i. Broadloom carpet;
j. Carpet Tile;
k. Epoxy;
l.Flooring hybrids;
m. Floor mats;
n.Rugs;
o. Supplies related to the removal, installation, maintenance, restoration, and cleaning of
flooring materials complementary to the offering above (a. – n); and,
p.Services related to the design services, removal, installation, maintenance, restoration
and cleaning of flooring materials complementary to the offering above (a. – n.).
Proposers may include related equipment, accessories, supplies and services to the extent that
these solutions are ancillary or complementary to the equipment, products, or services being
proposed.
2. The primary focus of this solicitation is on Flooring Materials with Related Supplies and
Services. This solicitation should NOT be construed to include a services-only solutions.
3.This solicitation does not include those equipment, products, or services covered under
categories included in pending or planned Sourcewell solicitations, or in contracts currently
maintained by Sourcewell, identified below:
a. Athletic Surfaces with Installation, Related Equipment, Materials, and Services (RFP
#031022);and,
b.Artificial Turf and Tracks with Installation, Related Equipment, Materials, and Supplies
(RFP #031622).
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 4
Generally, the solutions for Participating Entities are turn-key solutions, providing a
combination of equipment, products and services, delivery, and installation to a properly
operating status. However, equipment-onlyor products-only solutions may be appropriate for
situations where Participating Entities possess the ability, either in-house or through local third-
party contractors, to properly install and bring to operation the equipment or products being
proposed.
Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment,
products, and services provided under a resulting contract. If proposer is including the
equipment, products, and services of its subsidiary entities, the proposer must also identify all
included subsidiaries in its proposal. If proposer requires the use of distributors, dealers,
resellers, or subcontractors to provide the equipment, products, or services, the proposal must
address how the equipment, products or services will be provided to Participating Entities, and
describe the network of distributors, dealers, resellers, and/or subcontractors that will be
available to serve Participating Entitiesunder a resulting contract.
Sourcewell encourages suppliers to offer the broadest possible selection of equipment,
products, and services being proposed over the largest possible geographic area and to the
largest possible cross-section of Sourcewell current and future Participating Entities.
C. REQUIREMENTS
It is expected that proposers have knowledge of all applicable industry standards, laws, and
regulations and possess an ability to market and distribute the equipment, products, or services
to Participating Entities.
1.Safety Requirements. All items proposed must comply with current applicable safety or
regulatory standards or codes.
viation from Industry Standard. Deviations from industry standards must be
2.De
identified with an explanation of how the equipment, products, and services will provide
equivalent function, coverage, performance, and/or related services.
ew Equipment and Products. Proposed equipment and products must be for new,
3.N
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. PROSPECTIVECONTRACT TERM
The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four
years. Sourcewell and supplier may agree to up to three additional one-year extensions based
on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 5
consider additional extensions beyond seven years as required under exceptional
circumstances.
E. ESTIMATED CONTRACT VALUE AND USAGE
Based on past volume of similar contracts, the estimated annual value of all transactions from
contracts resulting from this RFP are anticipated to be USD $60 Million; therefore, proposers
are expected to propose volume pricing. Sourcewell anticipates considerable activity under the
contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract
are not guaranteed.
F. MARKETING PLAN
Proposer’s sales force will be the primary source of communication with Participating Entities.
The proposer’s Marketing Plan should demonstrate proposer’s ability to deploy a sales force or
dealer network to Participating Entities, as well as proposer’s sales and service capabilities. It is
expected that proposer will promote and market any contract award.
G. ADDITIONAL CONSIDERATIONS
1.Contracts will be awarded to proposers able to best meet the need of Participating
Entities. Proposers should submit their complete line of equipment, products, or
services that are applicable to the scope of this RFP.
2.A proposer may submit only one proposal. If related, affiliated, or subsidiary entities
elect to submit separate proposals, rather than a single parent-entity proposal, each
such proposal must be prepared independently and without cooperation, collaboration,
or collusion.
3.If a proposer works with a consultant on its proposal, the consultant (an individual or
company) may not assist any other entity with a proposal for this solicitation.
4.Proposers should include all relevant information in its proposal, since Sourcewell
cannot consider information that is not included in the proposal. Sourcewell reserves
the right to verify proposer’s information and may request clarification from a proposer,
including samples of the proposed equipment or products.
5.Depending upon the responses received in a given category, Sourcewell may need to
organize responses into subcategories in order to provide the broadest coverage of the
requested equipment, products, or services to Participating Entities. Awards may be
based on a subcategory.
6. A proposer’s documented negative past performance with Sourcewell or its
Participating Entities occurring under a previously awarded Sourcewell contract may be
considered in the evaluation of a proposal.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 6
III. PRICING
A. REQUIREMENTS
All proposed pricing must be:
1.Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of
these:
a. Line-item Pricing is pricing based on each individual product or services. Each line must
indicate the proposer’s published “List Price,” as well as the “Contract Price.”
b. Percentage Discount from Catalog or Category is based on a percentage discount from
a catalog or list price, defined as a published Manufacturer’s Suggested Retail Price
(MSRP) for the products or services. Individualized percentage discounts can be
applied to any number of defined product groupings. Proposers will be responsible
for providing and maintaining current published MSRP with Sourcewell, and this
pricing must be included in its proposal and provided throughout the term of any
contract resulting from this RFP.
2.The proposer’s not to exceed price. A not to exceed price is the highest price for which
equipment, products, or services may be billed to a Participating Entity. However, it is
permissible for suppliers to sell at a price that is lower than the contracted price.
3. Stated in U.S. and Canadian dollars (as applicable).
4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the
cost of the proposed equipment, products, and services delivered and operational for its
intended purpose in the Participating Entity’s location).
Proposers should clearly identify any costs that are NOT included in the proposed product or
service pricing. This may include items such as installation, set up, mandatory training, or initial
inspection. Include identification of any parties that impose such costs and their relationship to
the proposer. Additionally, proposers should clearly describe any unique distribution and/or
delivery methods or options offered in the proposal.
B. ADMINISTRATIVE FEES
Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in
exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally
calculated as a percentage of the total sales to Participating Entities for all contracted equipment,
products, or services made during a calendar quarter, and is typically one percent (1%) to two
percent (2%). In some categories, a flat fee may be an acceptable alternative.
IV. CONTRACT
Proposers awarded a contract will be required to execute a contract with Sourcewell (see
attached template). Only those modifications the proposer indicates in its proposal will be
available for discussion. Much of the language in the Contract reflects Minnesota legal
requirements and cannot be altered. Numerous and/or onerous exceptions that contradict
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 7
Minnesota law may result in the proposal being disqualified from further review and
evaluation.
To request a modification to the template Contract, a proposer must submit the Exceptions to
Terms, Conditions, or Specifications table with its proposal. Only those exceptions noted at the
time of the proposal submission will be considered.
Exceptions must:
1. Clearly identify the affected article and section.
2.Clearly note the requested modification; and as applicable, provide requested
alternative language.
Unclear requests will be automatically denied.
Only those exceptions that have been accepted by Sourcewell will be included in the contract
document provided to the awarded supplier for signature.
If a proposer receives a contract award resulting from this solicitation it will have up to 30 days
to sign and return the contract. After that time, at Sourcewell’s sole discretion, the contract
award may be revoked.
V. RFP PROCESS
A. PRE-PROPOSAL CONFERENCE
Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the
date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell
Procurement Portal. The purpose of this conference is to allow potential proposers to ask
questions regarding this RFP and Sourcewell’s competitive contracting process. Information
about the webcast will be sent to all entities that have registered for this solicitation
opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal
conference attendance is optional.
B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION
All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal.
The deadline for submission of questions is found in the Solicitation Schedule and on the
Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to
this RFP. Repetitive questions will be summarized into a single answer and identifying
information will be removed from the submitted questions.
All questions, whether specific to a proposer or generally related to the RFP, must be submitted
using this process. Do not contact individual Sourcewell staff to ask questions or request
information as this may disqualify the proposer from responding to this RFP. Sourcewell will not
respond to questions submitted after the deadline.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 8
C. ADDENDA
Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an
addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to
potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability
in connection with the delivery of any addenda.
Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if
any, must be acknowledged by the proposer by checking the box for each addendum. It is the
responsibility of the proposer to check for any addenda that may have been issued up to the
solicitation due date and time.
If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement
Portal will WITHDRAW the submission and change the proposer’s proposal status to
INCOMPLETE. The proposer can view this status change in the “MY BIDS” section of the
Sourcewell Procurement Portal Vendor Account. The proposer is solely responsible to check the
“MY BIDS” section of the Sourcewell Procurement Portal Vendor Account periodically after
submitting its proposal (and up to the Proposal Due Date). If the proposer’s proposal status has
changed to INCOMPLETE, the proposer is solely responsible to:
i) make any required adjustments to its proposal;
ii) acknowledge the addenda; and
iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal
no later than the Proposal Due Date and timeshown in the Solicitation Schedule above.
D. PROPOSAL SUBMISSION
Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal
no later than the date and time specified in the Solicitation Schedule. Any other form of
proposal submission, whether electronic, paper, or otherwise, will not be considered by
Sourcewell. Late proposals will not be considered. It is the proposer’s sole responsibility to
ensure that the proposal is received on time.
It is recommended that proposers allow sufficient time to upload the proposal and to resolve
any issues that may arise. The time and date that a proposal is received by Sourcewell issolely
determined by the Sourcewell Procurement Portal web clock.
In the event of problems with the Sourcewell Procurement Portal, follow the instructions for
technical support posted in the portal. It may take up to 24 hours to respond to certain issues.
Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically
generate a confirmation email to the proposer. If the proposer does not receive a confirmation
email, contact Sourcewell’s support provider at support@bidsandtenders.ca.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 9
To ensure receipt of the latest information and updates via email regarding this solicitation, or
if the proposer has obtained this solicitation document from a third party, the onus is on the
proposer to create a Sourcewell Procurement Portal Vendor Account and register for this
solicitation opportunity.
Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an
authorized representative of the proposer attesting that the information contained in in the
proposal is true and accurate. By submitting a proposal, proposer warrants that the information
provided is true, correct, and reliable for purposes of evaluation for potential contract award.
The submission of inaccurate, misleading, or false information is grounds for disqualification
from a contract award and may subject the proposer to remedies available by law.
E.GENERAL PROPOSAL REQUIREMENTS
Proposals must be:
In substantial compliance with the requirements of this RFP or it will be considered
nonresponsive and be rejected.
Complete. A proposal will be rejected if it is conditional or incomplete.
Submitted in English.
Valid and irrevocable for 90 days following the Proposal Due Date.
Any and all costs incurred in responding to this RFP will be borne by the proposer.
F. PROPOSAL WITHDRAWAL
Prior to the proposal deadline, a proposer may withdraw its proposal.
G. OPENING
The Opening of proposals will be conducted electronically through the Sourcewell Procurement
Portal. A list of all proposers will be made publicly available in the Sourcewell Procurement
Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation
Schedule.
To view the list of proposers, verify that the Sourcewell Procurement Portal opportunities list
search is set to “All” or “Closed.” The solicitation status will automatically change to “Closed”
after the Proposal Due Date and Time.
VI. EVALUATION AND AWARD
A. EVALUATION
It is the intent of Sourcewell to award one or more contracts to responsive and responsible
proposers offering the best overall quality, selection of equipment, products, and services, and
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 10
price that meet the commonly requested specifications of Sourcewell and its Participating
Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is
necessary to meet the needs of its Participating Entities.
Factors to be considered in determining the number of contracts to be awarded in any category
may include the following:
Total evaluation scores (giving consideration to natural breaks in the scoringof
responsive proposals);
The number and geographic location of highest-scoring proposers that offer:
o A comprehensive selection of the requested equipment, products, or services;
o A sales and service network ensuring availability and coverage for Participating
Entities’ use; and
o Other attributes of the proposer or contents of its proposal that assist Participating
Entities in achieving environmental and social requirements, and goals.
Information submitted as part of a proposal should be as specific as possible when responding
to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product.
B. AWARD(S)
Award(s) will be made to the highest-scoring proposer(s) whose proposal conforms to all
conditions and requirements of the RFP, and consistent with the award criteria defined in this
RFP.
Sourcewell may request written clarification of a proposal at any time during the evaluation
process.
Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator
Scoring Guide (a copy is available in the Sourcewell Procurement Portal):
Conformance to RFP Requirements 50
Financial Viability and Marketplace Success75
Ability to Sell and Deliver Service 100
Marketing Plan50
Value Added Attributes75
Warranty 50
Depth and Breadth of Offered Equipment, Products, or Services 200
Pricing 400
TOTAL POINTS 1000
C. PROTESTS OF AWARDS
Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell’s
Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 11
Box 219, Staples, MN 56479. All documents that comprise the complete protest packagemust
be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later
than 10 calendar days following Sourcewell’s notice of contract award(s) or non-award. and
must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must
allege a procedural, technical, or legal defect, with supporting documentation. A protest that
merely requests a re-evaluation of a proposal’s content will not be entertained
A protest must include the following items:
The name, address, and telephone number of the protester;
Identification of the solicitation by RFP number;
A precise statement of the relevant facts;
Identification of the alleged procedural, technical, or legal defect;
Analysis of the basis for the protest;
Any additional supporting documentation;
The original signature of the protester or its representative; and
Protest bond in the amount of $20,000 (except where prohibited by law or treaty).
Protests that do not address these elements will not be reviewed.
D. RIGHTS RESERVED
This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if
it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain
false statements or do not support an attribute or condition stated by the proposer may be
rejected.
Sourcewell reserves the right to:
Modify or cancel this RFP at any time;
Reject any and all proposals received;
Reject proposals that do not comply with the provisions of this RFP;
Select, for contracts or for discussion, a proposal other than that with the lowest cost;
Independently verify any information provided in a proposal;
Disqualify any proposer that does not meet the requirements of this RFP, is debarred or
suspended by the United States or Canada, State of Minnesota, Participating Entity’s
state or province; has an officer, or other key personnel, who have been charged with a
serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a
reasonable prospect;
Waive or modify any informalities, irregularities, or inconsistencies in the proposals
received;
Clarify any part of a proposal and discuss any aspect of the proposal with any proposer;
and negotiate with more than one proposer;
Award a contract if only one responsive proposal is received if it is in the best interest of
Participating Entities; and
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 12
Award a contract to one or more proposers if it is in the best interest of Participating
Entities.
E. DISPOSITION OF PROPOSALS
All materials submitted in response to this RFP will become property of Sourcewell and will
become public record in accordance with Minnesota Statutes Section 13.591, after negotiations
are complete. Sourcewell considers that negotiations are complete upon execution of a
resulting contract. It is the proposer’s responsibility to clearly identify any data submitted that
it considers to be protected. Proposer must also include a justification for the classification
citing the applicable Minnesota law. Sourcewell may reject proposals that are marked
confidential or nonpublic, either substantially or in their entirety.
Sourcewell will not consider the prices submitted by the proposer to be confidential,
proprietary, or trade secret materials. Financial information, including financial statements,
provided by a proposer is not considered trade secret under the statutory definition.
Rev. 3/2022 Sourcewell RFP #061323
Flooring Materials with Related Supplies and Services
Page 13
05/09/2023
AddendumNo.1
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterials,withRelatedSuppliesandServices
ConsiderthefollowingQuestionandAnswertobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
Question1:
ReferencingTable14BLineItem95,“Describeanyperformancestandardsor
guaranteesthatapplytoyourservices”.Is“services”intendedtomeanInstallation
ServicesorWarrantyServices?
Answer1:
Table 14A affords a proposer the opportunity to describe their warranty program and
coverages. Table 14B is intended to allow a proposer to describe any performance
standards or guarantees associated with any services offered as part of their proposal.
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
ProcurementPortalon05/09/2023,isrequiredatthetimeofproposalsubmittal.
05/16/2023
AddendumNo.2
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterials,withRelatedSuppliesandServices
ConsiderthefollowingQuestionandAnswertobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
Question1:
Willthepre-proposalconferenceberecorded?
Answer1:
AcopyofthepresentationslidesfortheSourcewellpre-proposalconferencewillbe
madeavailabletoallregisteredvendorsafterthecompletionofthewebcast.In
addition,assumingnotechnicaldifficulties,alinktoarecordingofthewebcastwillbe
sharedandpostedwithintheRFP’s“BidDocuments”sectionontheSourcewell
ProcurementPortal.
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
ProcurementPortalon05/16/2023,isrequiredatthetimeofproposalsubmittal.
05/17/2023
AddendumNo.3
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterials,withRelatedSuppliesandServices
ConsiderthefollowingQuestionandAnswertobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
Question1:
Table2B:Indicatebelowifthelistedproductsorservicesareofferedwithinyour
proposal.Provideadditionalcommentsinthetextboxprovided,asnecessary.Whereis
thetextboxorhowdoweaddaboxtoprovideadditionalcomments.
Answer1:
Thetextboxwasnotappearingduetoasystemsettingoversightandhassincebeen
corrected.
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
ProcurementPortalon05/17/2023,isrequiredatthetimeofproposalsubmittal.
05/18/2023
AddendumNo.4
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterials,withRelatedSuppliesandServices
ConsiderthefollowingQuestionsandAnswerstobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
Question1:
WhatistheexpecteddeliverytimeframeafteraPOisissued?
Answer1:
Sourcewell utilizes a competitive, solutions-based solicitation approach that is not based
on detailed specifications, finitequantities, or pre-determined locations. Sourcewell
participating entities include thousands of public agencies located in the United States
and Canada. There is no estimate of participating entity use by service type or category.
Question2:
Canyouelaborateonthemarketingplan?Itisuncleartometowhommyfirmwillbe
promotingandmarketingourservices/goods,andwhatsuchpromotionalactivities
mightlooklike.
Answer2:
Refer to RFP Section II. F. –Marketing Plan for guidance on the marketing plan
requirements. Each proposer, in its discretion, will determine the content of its
marketing plan. The solicitation is a competitive process and proposals will be evaluated
on the content submitted.
Question3:
IfmycompanydoesnothaveaCAGEcodeoraUniqueEntityIdentifier(SAM),onlya
FederalEmployerIdentificationNumber(FEIN),areweallowedtoparticipateinthe
RFP?
Answer3:
A CAGE or Unique Entity Identifier (SAM) code is not required to be considered for or
awarded a Sourcewell contract. Proposals are evaluated based on the criteria as stated
in the RFP.
Refer to the General Instructions above Questionnaire Table 1 –“…respond “N/A” if the
question does not apply to you (preferably with an explanation).”
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
Procurement Portal on 05/18/2023, is required at the time of proposal submittal.
05/23/2023
AddendumNo.5
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterials,withRelatedSuppliesandServices
ConsiderthefollowingQuestionandAnswertobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
Question1:
ReferencingTable7LineItem51:Whenaskingaboutourcompany'sexpectationsinthe
eventofanaward,whatareyoureallyreferringto?
Answer1:
In the competitive process, Sourcewell will not advise a proposer on the content of the
proposal. It is left to the discretion of each proposer to determine their internal
expectations should they be awarded a contract.
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
ProcurementPortalon05/23/2023,isrequiredatthetimeofproposalsubmittal.
.
05/30/2023
AddendumNo.6
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterialswithRelatedSuppliesandServices
ConsiderthefollowingAddendumtobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
RFPAddendum:
TheproviderthatservicestheSourcewellProcurementPortalrescheduledaproduction
releaseoftheirapplication.Duetothisupdate,theSourcewellProcurementPortalwill
beinaccessibleduringthereleasenightofJune12,2023from7:00pmto12:00am
(EST).
TheremainderoftheRFPcontentandthesolicitationscheduleremainsunchanged.
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
ProcurementPortalon05/30/2023,isrequiredatthetimeofproposalsubmittal.
06/02/2023
AddendumNo.7
SolicitationNumber:RFP061323
SolicitationName:FlooringMaterials,withRelatedSuppliesandServices
ConsiderthefollowingQuestionandAnswertobepartoftheabove-titledsolicitation
documents.Theremainderofthedocumentsremainunchanged.
Question1:
Item97:Toidentifyanyexception,ortorequestanymodification,toSourcewell
standardContractterms,conditions,orspecifications,aProposermustsubmitthe
proposedexception(s)orrequestedmodification(s)viaredlineintheContractTemplate
providedinthe“BidDocuments”section.Proposermustuploadtheredlineinthe
“RequestedExceptions”uploadfield.Allexceptionsand/orproposedmodificationsare
subjecttoreviewandapprovalbySourcewellandwillnotautomaticallybeincludedin
theContract.WheredowefindthisContractTemplate?Additionally,wheredowe
locatethestandardcontracttermsandconditions?
Answer1:
TheContractTemplateisavailablefordownload(aswellastheRFP)ontheBidDetails
pageoftheSourcewellProcurementportal.TheContractTemplatecontainsthe
standardcontracttermsandconditions.
EndofAddendum
AcknowledgementofthisAddendumtoRFP061323postedtotheSourcewell
ProcurementPortalon06/02/2023,isrequiredatthetimeofproposalsubmittal.
Bids Homepage Find more bids Create Account Login
Bid Details
Bid
Goods
Classification:
Bid Type: RFP - General
Bid Number: RFP 061323
Bid Name: Flooring Materials, with Related Supplies and Services
Bid Status: Closed
Bid Closing
Tue Jun 13, 2023 4:30:00 PM (CDT)
Date:
Question
Mon Jun 5, 2023 4:30:00 PM (CDT)
Deadline:
Electronic
Not Applicable
Auctions:
Language for
Bid English unless specified in the bid document
Submissions:
Submission
Online Submissions Only
Type:
Submission
Online Submissions Only
Address:
Public Opening: Yes
Public Opening
See RFP and FAQ documents for details.
Address:
Description: Sourcewell, a State of Minnesota local government unit and
service cooperative, is requesting proposals for Flooring
Materials with Related Supplies and Services to result in a
contracting solution for use by its Participating Entities. Sourcewell
Participating Entities include thousands of governmental, higher
education, K-12 education, nonprofit, tribal government, and
other public agencies located in the United States and Canada. A
full copy of the Request for Proposals can be found on the
Sourcewell Procurement Portal \[https://proportal.sourcewell-
mn.gov\]. Only proposals submitted through the Sourcewell
Procurement Portal will be considered. Proposals are due no later
than June 13, 2023, at 4:30 p.m. Central Time, and late
proposals will not be considered.
Bid Document Bid Opportunity notices and awards and a free preview of the bid
Access: documents is available on this site free of charge without
registration. Please note, some documents may be secured and
you will be required to register for the bid to download and view
the documents. There is no cost to obtain an unsecured version of
the document and /or to participate in this solicitation.
Categories: Show Categories \[+\]
Register for this Bid Download Bid Documents
The following are the meeting times and locations for the opportunity:
Meeting LocationDescription Date / TimeMandatory Meeting Meeting Document
Login instructions will be posted to the
Online Pre-Wednesday May
"Documents" section and available to registered
Proposal 17, 2023 10:00 AM No
suppliers two business days prior to the web
Conference (CDT)
conference.
COMMENT AND REVIEW
to the
REQUEST FOR PROPOSAL (RFP) #061323
Entitled
Flooring Materials with Related Supplies and Services
The following advertisement was placed April 25, 2023 in USA Today, in South Carolina’s The State, and on the
Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proportal.sourcewell-
mn.gov, Biddingo, Merx, PublicPurchase.com, The New York State Contract Reporter www.nyscr.ny.gov, April 26,
2023 in Oregon’s Daily Journal of Commerce, and April 25 and May 2, 2023 in The Oklahoman:
Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting
proposals for Flooring Materials with Related Supplies and Services to result in a contracting
solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of
governmental, higher education, K-12 education, nonprofit, tribal government, and other public
agencies located in the United States and Canada. A full copy of the Request for Proposals can be
found on the Sourcewell Procurement Portal \[https://proportal.sourcewell-mn.gov\]. Only
proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are
due no later than June 13, 2023, at 4:30 p.m. Central Time, and late proposals will not be
considered.
The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties
expressed interest in the solicitation by registering for this opportunity within the portal:
Accu Steel, Inc. Kal-Trading, Inc.
AHF Products Karndean International, LLC
American Biltrite (Canada), Ltd. Mannington Mills, Inc.
Bentley Mills, Inc. Mathusek, Incorporated
BOSS CARPET ONE, LLCMats, Inc. dba Matter Surfaces
Britespan Building Systems, Inc. Maxxon, Inc.
CBC America, LLC dba TOLI International TOLI TOLI
Corp. MegaCera, LLC
CDK Logistics, LLC Milliken & Company
cfs INTERIORS & FLOORING Milliken Services, LLC
Champion Flooring Mohawk Carpet Distribution, LLC
Division 9 FlooringNPN Carpet Installation, Inc.
Sourcewell Page 2 of 6
Ecore International NWT & Nunavut Construction Association
Emser Tile, LLC Opler Flooring
Engineered Floors, LLC dba J+J Flooring Group PANDAFLOOR CONTRACTING, LTD
Equitable PWXPress
Excelsior Concrete Coatings RB & G Products, LLC dba Zandur
Facility ArmorRegina Construction Association
Floorsite, Inc. Resell Solutions, LLC
Forbo Flooring, Inc., dba Forbo Flooring Systems Roppe Holding Company
Freedom Construction, LLCSentinel Polymers Canada, Inc.
Gerflor USAShare Corporation
Giant Floor and Wall Covering Co., Inc. Shaw Integrated and Turf Solutions, Inc.
Good News Group, Inc. Sled Consulting, LLC
Great Floors, Inc.Tarkett USA, Inc.
healthchek network, LLC Tiles In Style DBA Taza Supplies, LLC
UPOFLOOR Americas, Inc. dba Kahrs
Interface Americas, Inc. Commercial Flooring
All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and
time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the
Sourcewell Procurement Portal, on June 13, 2023 at 4:31:17 pm CT. Proposals were received from the
following:
Bentley Mills, Inc.
CBC America, LLC dba TOLI International TOLI TOLI Corp.
Champion Flooring
Division 9 Flooring
Emser Tile, LLC
Engineered Floors, LLC dba J+J Flooring Group
Facility Armor
Forbo Flooring, Inc., dba Forbo Flooring Systems
Gerflor USA
Giant Floor and Wall Covering Co., Inc.
Interface Americas, Inc.
Karndean International, LLC
Mannington Mills, Inc.
Mats, Inc. dba Matter Surfaces
Maxxon, Inc.
MegaCera, LLC
Milliken Services, LLC
Mohawk Carpet Distribution, LLC
RB & G Products, LLC dba Zandur
Roppe Holding Company
Shaw Integrated and Turf Solutions, Inc.
Tarkett USA, Inc.
UPOFLOOR Americas, Inc. dba Kahrs Commercial Flooring
Sourcewell Page 3 of 6
Proposals were reviewed by the Proposal Evaluation Committee:
James Voelker, CPCM, CFCM, Procurement Supervisor
Carol Jackson, Procurement Analyst
Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst
Nick Scholer, Procurement Analyst
The findings of the Proposal Evaluation Committee are summarized as follows:
The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that the
products and services offered in the proposal response from Champion Flooring, fell outside of the Requested
Equipment, Products, or Services of the RFP. All other proposals were found to meet the scope and mandatory
submittal requirements and were evaluated.
Bentley Mills, Inc., manufactures a wide selection of flooring options including resilient, vinyl, broadloom,
carpet tile, flooring hybrid, and rugs. Their sales staff and service network will work throughout the United
States and Canada to serve Sourcewell participating entities. Bently Mills, Inc., actively promotes recycling and
carpet waste minimization through their FULFILL program. They are offering substantial discounts off list price.
Division 9 Flooring, distributes a comprehensive catalog of flooring solutions such as resilient, ceramic, porcelain
tile, wood, hardwood, laminate, rubber, vinyl, broadloom, carpet tile, epoxy, flooring hybrids, floor mats, and rugs.
Their sales and installers are ready to serve Sourcewell participating entities in the United States and Canada.
Division 9 Flooring is a nationally certified Woman-Owned Business from both NWBOC and WBENC. They are
offering Sourcewell participating entities competitive pricing discounts.
Forbo Flooring, Inc., provides a broad offering of flooring types including resilient, vinyl, broadloom, carpet tile,
flooring hybrids, and floor mats. Their sales staff and dealer network will serve Sourcewell participating entities
throughout the United States and Canada. All of Forbo Flooring’s product categories offer 100% safe and
traceable raw materials. They are offering considerable discounts off list price.
Interface Americas, Inc., manufactures a variety of flooring options such as resilient, rubber, vinyl, and carpet tile.
Their sales team and extensive dealer network are ready to serve Sourcewell participating entities in the United
States. Interface Americas’ flooring products are carbon neutral across their full product life cycle through their
third-party verified Carbon Neutral Floors™ program. They are offering Sourcewell participating entities solid
pricing discount.
Mannington Mills, Inc., is a manufacturer of resilient, rubber, vinyl, broadloom, carpet tile, and rug flooring
solutions. Their regionally aligned sales teams and 400 dealer/installer partners will work throughout the
United States to serve Sourcewell participating entities. Mannington Mills’ commercial products can also
contribute credits towards LEED, WELL, and other green building rating certifications. They are offering
competitive discounts off list price.
Mats, Inc., distributes a solid selection of resilient, wood, rubber, vinyl, broadloom, carpet tile, flooring hybrids,
floor mats, and rug flooring materials. Their internal sales staff and dealer partners are ready to serve Sourcewell
participating entities in the United States and Canada. Mats, Inc., offers sustainable flooring solutions that support
green building and certification programs including LEED, Mindful Materials, and WELL Building Standard and are
also a signatory of the Manufacturer Materials Pledge with Mindful Materials. They are offering Sourcewell
participating entities solid discounts from list pricing.
Sourcewell Page 4 of 6
Milliken Services, LLC, provides a full selection of flooring solutions including resilient, ceramic, porcelain tile,
wood, hardwood, laminate, rubber, vinyl, broadloom, carpet tile, epoxy, flooring hybrids, floor mats, and rugs.
Their sales staff and dealer network of over 7000 will work throughout the United States and Canada to serve
Sourcewell participating entities. Milliken Services’ acoustic technology of their carpet tile solutions reduces in-
room and through-floor noise by up to 50% compared to other flooring. They are offering substantial discounts
off list price.
Mohawk Carpet Distribution, LLC, manufactures a wide variety of flooring solutions including resilient, laminate,
rubber, vinyl, broadloom, and carpet tile. Their commercial sales force and dealer network are ready to serve
Sourcewell participating entities in the United States and Canada. Mohawk Carpet Distribution’s EcoFlex ONE
backing is 100% carbon neutral and additionally provides a 5% carbon offset. They are offering Sourcewell
participating entities solid pricing discounts.
Roppe Holding Company, is a manufacturer of flooring solutions such as resilient, rubber, and vinyl. Their
regionally aligned sales staff and distributor partners will work throughout the United States and Canada to
serve Sourcewell participating entities. All of Roppe Holding Company’s products are emissions tested to
GreenGuard Gold or FloorScore certification. They are offering competitive discounts off list price.
Shaw Integrated and Turf Solutions, Inc., provides a large selection of resilient, ceramic, porcelain tile, wood, vinyl,
broadloom, carpet tile, flooring hybrids, floor mats, and rug flooring solutions. Their sales staff and installation
partners are ready to serve Sourcewell participating entities in the United States and Canada. Shaw’s re\[TURN\]®
Reclamation Program allows for the return of EcoWorx, ReWorx, and Shaw-made resilient flooring to be diverted
from landfills and recycled into new products. They are offering Sourcewell participating entities substantial
pricing discounts.
Tarkett USA, Inc., manufactures a wide selection of resilient, ceramic, porcelain tile, laminate, rubber, vinyl,
broadloom, carpet tile, epoxy, and flooring hybrid solutions. Their sales force and approved dealer network will
work throughout the United States and Canada to serve Sourcewell participating entities. Tarkett USA’s
products are Cradle to Cradle Certified™ for five criteria which include, material health, product circularity,
renewable energy and climate requirements, water stewardship, and social fairness. They are offering
competitive discounts off list price.
For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract
#061323 to:
Bentley Mills, Inc. #061323-BPS
Division 9 Flooring #061323-DV9
Forbo Flooring, Inc., dba Forbo Flooring Systems #061323-FRO
Interface Americas, Inc. #061323-IFA
Mannington Mills, Inc. #061323-MMI
Mats, Inc. dba Matter Surfaces #061323-MAT
Milliken Services, LLC #061323-MAC
Mohawk Carpet Distribution, LLC #061323-MCD
Roppe Holding Company #061323-RPP
Shaw Integrated and Turf Solutions, Inc. #061323-SII
Tarkett USA, Inc. #061323-TFU
Sourcewell Page 5 of 6
The preceding recommendations were approved on July 21, 2023.
_____________________________________
James Voelker, CPCM, CFCM, Procurement Supervisor
_____________________________________
Carol Jackson, Procurement Analyst
______________________________________
Brandon Town, NIGP-CPP, CPSM, CPSD, Procurement Analyst
_____________________________________
Nick Scholer, Procurement Analyst
Sourcewell Page 6 of 6
STATEMENT OF COMPLIANCE
As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee
and the accompanying support materials documenting the process followed for RFP #061323 for Flooring
Materials with Related Supplies and Services.
The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority
granted to the Chief Procurement Officer in Sourcewell’s bylaws, the recommendations set forth above are
approved.
I hereby certify:
1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative
procurement contracts.
2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State
of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to
Sourcewell’s Procurement Policy.
__
Jeremy Schwartz, CSSBB, CPPO, NIGP-CPP
Sourcewell Chief Procurement Officer
SOURCEWELL
STATE OF MINNESOTA
Member____________ moved the adoption of the following Resolution:
RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES
3/21/2023
Resolution No. 2023.07
WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a
solicitation,for the categories listed on Appendix A, which is attached and incorporated.
WHEREAS, through theSourcewell Procurement Policy, the Board designated the Chief Procurement
hŅŅźĭĻƩ Ʒƚ ğķƒźƓźƭƷĻƩ {ƚǒƩĭĻǞĻƌƌƭ ĭƚƚƦĻƩğƷźǝĻ purchasing and contracting program; and
WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above.
NOWTHEREFORE 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 ______________
and the following voted in favor: (list names here)
and the following voted against: ΛƌźƭƷ ƓğƒĻƭ ŷĻƩĻ ƚƩ ͻbhb9ͼΜ
whereupon said resolution was declared duly passed and adopted.
ATTEST:
_________________________________
Clerk to the Board of Directors
APPENDIXA
SOURCEWELLPROCUREMENTDEPARTMENT
BOARDBOARDITEMSITEMSMarchMarch20220233
RequestingBoardpermissiontoSolicitthefollowingcategories:
None
RequestingBoardpermissiontoReSolicitthefollowingcategories:
FlooringFlooringMaterialsMaterialswithwithRelatedRelatedSuppliesSuppliesandandServicesServices
NEWCONTRACTS
SupplierNameContractNumberSolicitationTitle
"RelocatableBuildingandStorageSolutionswithRelatedServices"
BOXXModular,Inc.120822BXX
McGrathRentCorpdbaMobileModularManagement120822MMR"RelocatableBuildingandStorageSolutionswithRelatedServices"
TriumphModular,Inc.120822TRM"RelocatableBuildingandStorageSolutionswithRelatedServices"
Avaya,Inc.120122AVY"UnifiedCommunicationandContactCenterSolutions"
120122NEW
GioiaP.AmbrettedbaNewcastleCommunications"UnifiedCommunicationandContactCenterSolutions"
MitelBusinessSolutions,Inc.120122MBS"UnifiedCommunicationandContactCenterSolutions"
120122PSO"UnifiedCommunicationandContactCenterSolutions"
PresidioNetworkedSolutions
RingCentral,Inc.120122RNG"UnifiedCommunicationandContactCenterSolutions"
CONTRACTEXTENSIONS
SupplierNameContractNumberSolicitationTitle
KruegerInternational,Inc.121919KII"FurnitureSolutionswithRelatedAccessoriesandServices"
"AthleticandPhysicalEducationEquipmentandSupplieswith
Flaghouse,Inc.071819FLG RelatedAccessories"
"AthleticandPhysicalEducationEquipmentandSupplieswith
LitaniaSports/PorterAthletic/GillAthletics071819PTA RelatedAccessories"
"AthleticandPhysicalEducationEquipmentandSupplieswith
ProphetCorp./GopherSport071819PRO RelatedAccessories"
"AthleticandPhysicalEducationEquipmentand
Supplieswith
SchoolHealthPhysicalEducation071819PAL RelatedAccessories"
"PreEngineeredBuildingswithRelatedMaterials,SitePrepartion,
NucorBuildingsGroup013019NUC InstallationandAncillaryServices"
"PortableConstructionEquipmentwithRelatedAccessoriesand
ClarkEquipment/Bobcat/Doosan041719CEC Attachments"
NEWIDIQCONTRACTS
None
IDIQContractExtensions
CompanyNameContractNumber
None