Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
02/06/2020
Thursday, February 6, 2020 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda February 6, 2020City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 Outback Bowl Presentation - Mike Schulze, Outback Bowl Director of Communications and Sponsorships; Chuck Riggs, Outback Bowl Board of Directors 5. Approval of Minutes 5.1 Approve the January 16, 2020 City Council Meeting Minutes as submitted in written summation by the City Clerk. 6. Citizens to be heard re items not on the agenda 7. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. Page 2 City of Clearwater Printed on 2/5/2020 February 6, 2020City Council Meeting Agenda 7.1 Approve the Addendum to the Agreement between Intelli-Mark Technologies, Inc. (ETIX) and the City of Clearwater (City) to provide for more specific terms and conditions and authorize the appropriate officials to execute same. (consent) 7.2 Approve a one-year Service Agreement between the American Red Cross and the City of Clearwater for Aquatic Examiner Services to provide assessments for lifeguard operations at the Long Center to ensure the highest level of standards and safety for patrons and lifeguards for an estimated cost not to exceed $4,000 and authorize the appropriate officials to execute same. (consent) 7.3 Approve an agreement between Beasley Media Group, Inc. and the City to host the 2020 Wild Splash Event at Coachman Park on March 7, 2020, approve a reimbursement payment to Beasley Media Group, Inc. from ticket sales made during the event and authorize the appropriate officials to execute same. (consent) 7.4 Approve Host Venue Agreement between the City and Competitor Group, Inc. (CGI) to conduct Rock ‘n’ Roll running events in Clearwater Florida for five years, beginning October 23-25, 2020 through October 2024, approve an estimated cost of $40,000 of in-kind contributions to be included as a co-sponsored special event for Fiscal Year 2020/21 operating budgets and authorize the appropriate officials to execute same. (consent) 7.5 Approve the final plat for Aspen Trail, whose physical address is 3474 Aspen Trail and located south of Curlew Road and east of US 19. (consent) 7.6 Approve the final plat for Santorini Trace, whose physical address is 1501 South Highland Avenue and located on the southeast corner of Nursery Road and Highland Avenue. (consent) 7.7 Approve the conveyance of a Distribution Easement to Duke Energy Florida, LLC, d/b/a Duke Energy, for the installation, operation and maintenance of electric facilities to support Duke’s new transformer and facility installation at 3060 N McMullen Booth Road and authorize the appropriate officials to execute same. (consent) 7.8 Approve the conveyance of a Distribution Easement to Duke Energy Florida, LLC, d/b/a Duke Energy, for the installation, operation and maintenance of electric facilities to support Duke’s new infrastructure installation west of S. Gulfview Blvd., Clearwater Beach and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 2/5/2020 February 6, 2020City Council Meeting Agenda 7.9 Authorize an increase of $116,913 to Purchase Order 20000118 to Municipal Equipment Co., LLC, Orlando, FL to fund the outfitting of personnel with appropriate Personal Protective Equipment (PPE), increasing the not-to-exceed amount from $138,087 to $255,000 for the period of October 3, 2019 through June 30, 2020, with a possible two one-year renewal options at an annual amount not-to-exceed $255,000, pursuant to Clearwater Code of Ordinances Section 2.564(b) - Other Governmental Bid, and authorize the appropriate officials to execute the same. (consent) 7.10 Authorize a Purchase Order to the vendors identified below in the cumulative annual not-to-exceed amount of $50,000 to provide fire clothing and equipment for the initial term, February 15, 2020 through February 14, 2021, with two one-year renewal options pursuant to City of Clearwater’s Invitation to Bid 05-20, Fire Clothing and Equipment, and authorize the appropriate officials to execute same. (consent) 7.11 Declare surplus and authorize disposition of identified vehicles and equipment via auction to the highest bidder, pursuant to Clearwater Code of Ordinances Section 2.622, Surplus Personal Property, and authorize the appropriate officials to execute same. (consent) 7.12 Authorize a purchase order to multiple vendors as listed, for various floor repairs and replacements, in the amount of $500,000 for the period January 1, 2020 through September 30, 2020, and the annual not-to-exceed amount of $500,000 for Fiscal Year 2021 through the expiration of respective contract, or through the end of Fiscal Year 2023, whichever comes first, for a not-to-exceed amount of $2,000,000 for the total period, per Clearwater Code of Ordinances Section 2.564(1)(b) - Sole Source and 2.564(1)(d) - Other Government Entities Contracts and authorize the appropriate officials to execute same. (consent) 7.13 Authorize a purchase order to multiple vendors as listed, for various roof repairs and replacements, in the amount of $500,000 for the period January 1, 2020 through September 30, 2020, and annual not-to-exceed amount of $500,000 for Fiscal Year 2021 through the expiration of respective term of the contract or through the end of Fiscal Year 2024, whichever comes first, for a not-to-exceed amount of $2,500,000 for the total period, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) Page 4 City of Clearwater Printed on 2/5/2020 February 6, 2020City Council Meeting Agenda 7.14 Authorize a purchase order to L and T Brothers Inc., DBA Lowes, for various interior and exterior painting, in the amount of $225,000 for the period of February 1, 2020 through September 30, 2020 and the annual not-to-exceed amount of $300,000 for Fiscal Year 2021 through July 16, 2023, for a total not-to-exceed amount of $1,125,000 for the 42-month period, per Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) 7.15 Authorize a purchase order to Overhead Door of Clearwater, FL for various maintenance, repair, replacement and new overhead doors, in the not-to-exceed amount of $350,000 from January 1, 2020 through May 24, 2021, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) 7.16 Authorize a purchase order to multiple vendors as listed, for various plumbing replacement and repair parts, in the annual not-to-exceed amount of $375,000 for contract term January 15, 2020 through the expiration of their respective term of contract or January 15, 2022, whichever occurs first, for a total not-exceed amount of $750,000 for the two-year period, pursuant to Clearwater Code of Ordinances Section 2.564(1)(c) - Small dollar purchases and Section 2.564(1)(d) - Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) 7.17 Appoint to the Airpark Advisory Board Kelli O’Donnell, as a regular member with a term to expire December 31, 2023, Bruce Brock, as the Ex Officio member with a term to expire February 29, 2024 and appoint one member with a term effective May 1, 2020 through May 1, 2024. 7.18 Appoint Danny Olda to the Public Art and Design Board as the Creative Pinellas designee with term to expire February 28, 2024. (consent) 7.19 Appoint Marita Lynch to the Environmental Advisory Board to fill the remainder of an unexpired term until December 31, 2021. (consent) 7.20 Reappoint Mary Ann Lane to the Nuisance Abatement Board with term to expire February 28, 2024. (consent) Public Hearings - Not before 6:00 PM Page 5 City of Clearwater Printed on 2/5/2020 February 6, 2020City Council Meeting Agenda 8. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 8.1 Declare surplus certain city-owned real property located at 1730 Overbrook Avenue for the purpose of entering into a Ground Lease with Jolley Trolley Transportation of Clearwater, Inc. for development and lease of the site; approve the related Ground Lease Agreement between Jolley Trolley Transportation of Clearwater, Inc. and the City of Clearwater, and authorize the appropriate officials to execute same. (APH) 9. Second Readings - Public Hearing 9.1 Adopt Ordinance 9346-20 on second reading, amending the future land use element of the Comprehensive Plan of the city to change the land use designation for certain real property whose post office address is 407 N. Belcher Rd., Clearwater, Florida 33759, from Institutional (I) to Residential/Office General (R/OG). 9.2 Adopt Ordinance 9347-20 on second reading, amending the Zoning Atlas of the city by rezoning certain real property whose post office address is 407 N. Belcher Rd., Clearwater, Florida 33759, from Institutional (I) to Office (O). 9.3 Adopt Ordinance 9357-20 on second reading, ratifying the adoption of Resolution 19-34, authorizing the issuance of bonds to finance a portion of the costs of the Imagine Clearwater project in accordance with the Clearwater Code of Ordinances. 9.4 Adopt Ordinance 9358-20 on second reading, approving amendments to the Clearwater Code of Ordinances, Chapter 25 - Public Conveyances, to define commercial megacycles and definitions to establish standards for commercial megacycles, to require a license for commercial megacycles to be operated in the city and to add penalties; approve amendments to the Clearwater Code of Ordinances, Chapter 6 - Alcoholic Beverages, to provide an exemption for megacycle passengers. 10. City Manager Reports Page 6 City of Clearwater Printed on 2/5/2020 February 6, 2020City Council Meeting Agenda 10.1 Appoint one member to the Community Development Board with term to expire February 28, 2024. 11. City Attorney Reports 12. Other Council Action 12.1 Sky Tram - Vice Mayor Cundiff 13. Closing comments by Councilmembers (limited to 3 minutes) 14. Closing Comments by Mayor 15. Adjourn Page 7 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7393 Agenda Date: 2/6/2020 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Outback Bowl Presentation - Mike Schulze, Outback Bowl Director of Communications and Sponsorships; Chuck Riggs, Outback Bowl Board of Directors SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 Outback Bowl Clearwater Beach Day S Bio• rm NEW YEAR'S DAY 2020 CELEBRATING 34 YEARS 4 Vamp& oeati Metuilite, 155 1. ILLION ECONOMIC IMPACT TO UNI\FERSITIES PLUS $39 MILLION TO UNIdERSITIES OVER NEXT 6 YEARS 1LLION TO CHARITIES PLUS $3 MILLION TO CHARITIES OVER NEXT 6 YEARS over history of the bowl O• 0110000•00000011000110111100001100•0111100011110000 Benefiting Clearwater & Pinellas County The 2020 Outback Bowl once again benefited the region and Pinellas County through a variety of ways: Generated thousands of room nights throughout Pinellas County. No other annual event generates more hotel room -nights throughout the Tampa Bay Area market. Produced a major Bowl Week event, Clearwater Beach Day, which drew thousands of fans and coverage by dozens of media outlets throughout the region and outside the market. Generated vast exposure for Clearwater through commercial spots in the international telecast of the Outback Bowl, visiting media, bowl marketing efforts and social media. National TV Viewership of the Outback Bowl is typically higher than any other annual televised sporting event in the region. Featured segments on Pinellas beaches and Clearwater, in addition to commercial spots, which appeared in an Outback Bowl produced half-hour TV special aired nationally multiple times on ESPN networks. Value of Pinellas County in media exposure alone is well over $1 million annually 900.00. 0. 110••••11000.00.111100000.0000000011000000011 2020 OUTBACK BOWL HIGHLIGHTS Celebrated the 34th year of the Outback Bowl. National and International Telecast via ESPN TV networks to 174 foreign countries. It continues to be the most watched annual sporting event in the region. Estimated Annual Economic Impact of $30+ million (excluding exposure) for Tampa Bay Economy. $1 billion over history of bowl Tens -of- millions of dollars of national media exposure for the Tampa Bay region. 25 -year Title Sponsorship by Outback Steakhouse is the longest of any Bowl Game in history. Under contract through 2026 game. More than 30,000 out -of -market visitors from 40+ states traveled to the Tampa Bay market for the game. No Other Annual Event/Conference Brings More Visitors and Generates More Hotel Room Nights for the Tampa Bay Area. The Outback Bowl has now contributed $155 million to universities over our history. The Outback Bowl donated $500,000 to local charities, including many in Pinellas County, bringing our total charity contribution in addition to payouts to universities in just the past four years to $1,500,000. 400+ Media Credentialed from 100+ outlets Outback Bowl Game Broadcast on 200+ Radio Affiliates Nationwide Record social media exposure creating millions of impressions The Bowls half-hour TV special aired nationally four times on ESPN TV networks promoting the Tampa Bay area. The show highlighted area amenities such as Clearwater Beach Day. 1. Segment of the Outback Bowl Preview TV Special featured Clearwater Beach Day. The show aired nationally four times. Estimated media value more than $30,000 MAVERICKS Al LAKERS 9:30AT awn 2. Clearwater Beach Day was featured in a bumper shot during the international telecast of the Outback Bowl Game. A Aii MOSI SOW! GAM! PR() BY MOMTMWISTIMM MUTUAL BOREGON vs BWISCONSIN TODAY Su NEM s••••••••••• s••••••••••••••••••• s••••• I 3. The Visit St Pete / Clearwater Logo appeared on the stadium wall banner wrap in view of tens -of -thousands of fans at the game and network TV cameras. The logo was seen dozens of times during the games international telecast as well as multiple re -airings of game on ESPN networks, Big Ten or SEC networks, live streaming online telecast of game, and picked up on national networks or TV affiliates across the country showing game highlights. Initial telecast alone typically valued at more than $400,000. 1011117Z-4,, t ST.PETE CLEARWATER FDK 12 AUBURN 12:56 1 Q i:t&10 BILLS TEXANS Additional Exposure: 1. Visit St. Petersburg -Clearwater and the Clearwater Chamber received multiple banners on the Outback Bowl Web Site to include Top -of -Page banners and Right Column ads appearing throughout the site. All ads linked directly to VSPC site or Chamber site respectively. These specific pages generated more than 400,000 page -views and we tracked thousands of click thrus from the bowl site to the VSPC site, chamber site and those of Pinellas County hotel partners & attractions. our_... sem Si BILLION 5155 MILLION' ECONOMIC IMPRCT FOR TRMPR BRY PRID TO UNIVERSITIES PLUS S39 MILLION OVER NEXT 6 YEARS .... 1.5 MILLION TO CHARITIES SINCE 2016 PLUS S3 MILLION OVER NEXT 6 YEARS I ABOUT US COMMUN' VISITOR GUIDE STADIUM EVENTS SPONSORS NEWS MEDIA I CONTACT US ( RSVP Teams and Fans Soak Up Sun and Fun at Clearwater Beach Minnesota and Auburn tans turned out to support their teams and enjoy the beach Monday during Outback Bowl Beach Day at beautiful Clearwater Beach. Both school bands performed, the Minnesota cheerleaders defeated Auburn's squad in a tug ofwar competition, and tread coaches PJ. f leck and Gus Malrahn each made appearances. Check out our to see all the fun on Clearwater rex II! 9....• i•....•••••••••••••••••••••••••••••••• Si BILLION MS MILLION ECONOMIC IMPRCT FOR TAMPA BAY PAID TO UNIVERSITIES PLUS S39 MILLION OVER NEXT 6 YE{IRS u.r. r.era S1- 5 MILLION TO SINCE 2016 LUS S3 MILLION OVER NEXT 6 YEARS ST.PETE C LE AR WATER General Ticket Information Tickets to the game are $80.00 ean. PDF tickets, printed copies or screenshots of your mobiletickets will NOT be valid for entry to the stadium on game day. Tickets in membership or club sections require an additional fee (see '-kages page). Children 3 and under are free as long as they do not take up a seat. Don't get left out buy yourtickets early! How to Get Bowl Tickets By Phone OUTBACK Bow FEY II k1B . Si BILLION' S155 MILLION ECONOMIC IMPRCT FOR TRMPR BRY PRKJ TO UNIVERSITIES PLUS S39 MILLION OVER NEXT 6 YEARS , ar", S1.5 MILLION TO CHARITIES SINCE 2016 PLUS S3 MILLION OVER NEXT 6 YEARS f v ® l/Ill B ABOUT US I COMMUNITY I TICKETS I VISITORGUIDE I STADIUM I EVENTS ( SPONSORS I NEWS I MEDIA I CONTACTUS R Hotels in North Pinellas County Innisbrook Resort And Golf Club Innisbrook Resort And Golf Club 36750 U5 Hwy t9 N. Palm Harbor, FL 34684 888) 794-8627 Website Everything is here at this 900 -acre resort: superlative golf on four top-ranked courses' fine diningin I'. • We also featured Pinellas County attractions and hotel partners in multiple pages on the site, along with a dedicated page for Clearwater & St Petersburg. Si BILLION' MS MILLION' PRIG TO UNIVERSITIES PLUS S39 MILLION OVER NEXT 6 YEARS Si S MILLION TO CHARITIES SINCE 2016 PLUS S3 MILLION OVER NEXT 6 YEARS TICKETS VISITOR GUIDE STADIUM E'.r 7NSORE ',ENS MEDIA CONTACTUS RSVP Welcome to Clearwater g St Petersburg Clearwater and its island beaches are one of Florida's most popular vacation spots - featuring award winning beaches. warm tropical breezes, breathtaking sunsets, a temperate and mild climate and a safer, more affordable quieter and calmer destination. Clearwater offers extensive water recreation and both nature -based and land-based attraction, a wide -variety of special events, a unique history and culture. and accommodations for everyone s style and budget. Pill the perfect place tostayl Clearwater's accommodations fit every lifestyle and budget from historical registered resorts to brand name properties to Superior Small Lodgings. cottagesand efficiencyapartments to cozy, wooded campgrounds within minutes of the beach. From value to upscale elegance you have your pick of the cream of the crop. Top Ranked Beaches Clearwater 5eacn has been named the' Best City Beach On The Gulf OfMexico- by experts. Caladesi Island and Sand Key beaches have been named among the best natural beaches in the United States. J.alaues. Island State Park is currently ranked at and previously placed second. primarily for its waterquality rustic charm, clean beaches on-siteamenities and its emphasis on wildlife. USATODAY.com readers ranked Clearwater Beach in their Top 10 list of best beaches from Maine to Hawaii. Cord Nast Travelerhas also recognizedClearwater Beach as the best city beachon the Gulf ofMexico. Sunsets at Pier 50 Every evening the place to be is Pier 60 in the heart ofClearwater Beach. For two hours before sunset and two hours after. artisans, street performers. musicians and more take over the activity center of Clearwater Beach, Balch Wdk is a winding beachside promenade with lush landscaping, artistic touches and clear views to Clearwater's award- winning beach and the water beyond. a place where bicyclists. rollerbladers and pedestrians all have safe and convenient access and where visitors and locals can socialize, dine. play games. or simply enjoy the spectacular sun and surf. Nature Unspoiled and protected, our beautiful and natural parks are refuges for birds. mammals and humans alike. Brooker Creek Preserve's 8,500 acres are home to more than 160 bird species, 20 amphibians. 50 reptiles and 40 mammals many of them rare or listed as protected in Florida and/or the nation. Weedon Island Preserves 1,500 island acres offers 9 miles of hiking trails, 4 miles of canoe and kayaktrails, a fishing pier, observation platforms and an elevated boardwalk providing an intimate view of the flora and fauna of Florida. The Gulf ofMexico and our rivers offer watchable wildlife. Approximately 2.600 manatees inhabit our springs. bays and canals, feeding on aquatic plants. Everyone's favorite, the Atlantic bottlenose dolphin, can be seen cavorting with beauty and grace. Alligators can be found in some freshwater areas of the county. And over 300 species of fish swim in our waters. Follow the Outback Bowl to stay up to datel 0©000 BIIEPoiBIEDBY: FLEXENTIAL 3310 F8A Copyngnt C 1998-2020 00baw Bowl All ngnts reserved. a .w::1 OUTBACK Wim_ sc=lo mew S1 BILLION 5155 MILLION E TPS PILLS St MLLIOM OVER TEXT B YEwtZ _ S1.S MILLI .14.. ms'sS PIGS 57NILda OVER wXT 5 VERBS ECICIC PUNIC T FOR 1I1PO BOY a« P7T7*--1% Kids isOW Eludes w-.............- ... ,.eql ,mama.. iliql ......1.1,./....... Ma or Der CAN . bon mks. arms ... r y..Narrr.b..Co. morn. Htton Clearwater Beach Resort 6 Spa (Beach Oay Wadouarters) oma. -am MI MON. ovatam. flafilmitalooludma w+rrw.ru..... w..r.dNwr Mawe,r war mew t...ewdwao. Yrr. w.• a. w.. me WOO. Bhr um Baa Bort nmwr.a n... NN a.r.....o Ma wel. M r..r.. Man Mama r w raN.ea....aar r,..w cam. .NN Yap ars eq . 44,aM.r.a.f.Maarr N0.rm ...ft. Ameliahodnowt Pen 0.. iw. u... K.., V'..a9 emrww. a.m. M.,. MS. W. Wan ave weave. euu a b maw. sooManuo mean.arwv mw. aft nwa,rwratw....,. Wawa" ra u...r. orw,ror 4.ra,nyw.rlF.ww.warwl weld w MI Ow6 r.ow Ma. Owewa ldwwaww. T Mr d..wddw.wdwd a._ pw W Impose taw Y.ewa , arldwp da• aa.. WWw.aw.rwy.r.yrrr ww.wwap. mo amNwaw. aa.Inpyr.s wwdw sew.nwrwwager rare we a.rwarr The OonCedr Orleaumf•fa Infl 'NI Eft Oarrstobed MO MI IPA tm.s1 110. rias Ye.raloo. «... m.uw.r. waroat w.orwr are prim rw... rw..far .wear IM41M IBaps OsrrwBand LI1 frOvio gal Marrow; .nada. nmaew, dew, 0.111 h M Wags e.aa...rw N.aMan Madam r,r rr. r ale a.:. Maar... Hyatt Regency Clearaatx Bad. %OMSIM mn1FLIns F. nn as r...aan.na..Ma, mww.. a. Wave **Imes Pio. ON*, :wmewed areaMar r...wrw,aro *YetOrd a s....... m...... Ur.. aro aeon nom OeaSandeBsaad ala day.• rw.w.w. m. r1“.maraea.w fowls M.+a wawa M 4 r.r.w.q Mara... rr upN •aa. 0•••••!•••••••••••••••••••••• Si BILLION MS MILLION ECONOMIC IMPACT FOR TAMPA BAY PAIN TO UNIVERSITIES PLUS S39 MILLION OVER NEXT 6 YEARS S1.S MILLION TO CHARITIES SINCE 2016 PLUS S3 MILLION OVER NEXT 6 YEARS 7IMMUNITY TICKETS VISITOR GUIDE STADIUM EVENTS SPONSORS Places To Go in Clearwater/St. Petersburg Beach Walk Clearwater Beacn Clearwater Marine Aquarium , Fort DeSoto Park Salvador Deli Museum Tarpon Springs Caladesi Island State Park Clearwater Community Sailing Center . Fishing Johns Pass Village Sunsets at Pier 60 Beach Walk Clearwater Beach Website A half -mile long winding beachside promenade with artistic whimsical touches, landscaping. unique amenities and public areas. was completed in the summerof2008. Ittravels along south Clearwater Beach north to Pier 60 park. Caladesi Island State Park Clearwater 727) 469-5918 Webvte Ranked the No. 1 Beach in the U.S. by 'Dr. Beach." Caladesl Island State Park is one of the few completely natural islands along Floridas Gulf Coast. Beach lovers can enjoy swimming, sunbathing. and beachcombing. Saltwater anglers can fish from their boats or throw a line out into the surf. Nature enthusiasts watch wildlife while hiking the three milenature trail through the islands interior or paddling a three mile kayak trail through the mangroves and bay. Picnic tables and shelters are located near the beach: picnic pavilions can be reserved for a fee. The park has a marina with electric and water hookups for boaters, The park also has a snack bar and gift shop. For ferry information call (727) 734-1501. Located one mile west of Dunedin off the Gulf Coast. Come visit the best beaches in America. Clearwater Beach Gulf Blvd & SR 60 Clearwater Beach. FL 727)442-3604 Clearwater Beach - has been named 'Best City Beach on the Gulf ofMexico' by experts and by Cond Nast Traveler readers. USATODAY.com readers alsoranked Clearwater Beach in their Top 10 list ofbest beaches from Maine to Hawaii. Clearwater Community Sailing Center 1001 Gulf Blvd Clearwater. FL 727) 517-7776 Webste 2. The Clearwater Chamber received a full-page color advertisement in the Outback Bowls Official Souvenir Game Program along with a feature on the area. 1 Beach in the U.S. & 41/4o o #6 Beach in the World trip --- IVIV1019 R924LM I 1- 111111110000011011110000000110110900000000000000110000 un4e.& cue one riecuon wgy Clea America's #1 Beac ... arm. AMPLIFY 727-461-0011CLEARWATERamplifyclearwater.com 1114[b 1010 el!/elcoitre ga'Qleahtualeh 6 fit. Paw,Atuthg, Afterworking all year and saving your mon- ey you want to take that big vacation. Leave your job behind, get away from it all. Maybe see things youVe never seen and do things you've never done. Well millions of people from around the world head to Clearwater or St Petersburg, Florida each year for their escape. Clearwater Beach has been the the No. 1 rated beach in the U.S. by TripAdvisor for multiple years and has garnered marry other awards from USATODAY, Conde NastTraveler and others. It's also home of the popular Outback Bowl Clearwater Beach Day each year featuring the college marching bands. cheerleaders. skydivers and more. Caladevi Island, Sand Key and Ft DeSoto Park beaches have also been consistently named among the best natural beaches in the United States. Along with these award-winning beaches come warm topical breezes, breathtaking sunsets, a temperate and mild climate and an affordable. quieter and calmer destination. Every evening the place to be in Clearwater is Pier 60 in the heart of Clearwater Beach. For two hours before sunset and two hours after. artisans, street performers. musicians and more take over the activity center of Clear- water Beach. Beach Walk is a winding beachside promenade with lush landscaping, artistic touches and clear views to Clearwater's award-winning beach and the water beyond, a place where bicyclists. rollerbiaders and pedestrians all have safe and convenientacoess and where visitors and locals can socialize, dine, play games. or simply enjoy the spectacular sun and surf. Unspoiled and protected, our beautiful and natural parks are refuges ST.PETE CLEARWATER for birds, mammals and humans alike. The Gulf of Mexico and our rivers offer watchable wildlife. Approximately 2.600 manatees inhabit our springs, bays and canals, feeding on aquatic plants. Everyone's favorite, the Atlantic bottle- nose dolphin, can be seen cavorting with beauty and grace. Alligators can be found in some freshwater areas of the county. Of course. there's more to Clearwater and St Petersburg than beaches and nature. Along with extensive water recreation. the area offers a wide -va- riety of special events. a unique history and culture, and accommodations for everyone's style and budget. Experience numerous cultural exhibits during your stay with visits to a variety of museums in St Petersburg. including the amazing Salvador Dali Museum. Tour the picturesque downtown St Petersburg waterfront on a Segway. Visit the sponge docks and Greek culture of Tarpon Springs. Or visit the Environmental Educational Center at the Clearwater Marine Aquarium. home to 'Winter' the dolphin featured in the feature films -Dolphin Tale' and Dolphin Tale 2' to see how they rescue and rehabilitate marine wildlife. The area is also home to the Dolphin Trail where you can view 130 six-foot tall uniquely decorated dolphin statues on display throughout the area. Find them at www.clearwatersdolphins.com. Visitors can also rent wave runners, kayaks or paddleboaids. take dolphin sight-seeing cruises or explore the excitement of parasailing. And what would Florida be without fishing? Anglers can be seen on every bridge. pier. and waterway reeling in a variety of catches from over 300 species of fish that swim in our waters. There are numerous charter boats for deep sea fishing excursions. Cap it all off with a quiet dinner at a beach -side restaurant as you hear the waves of the Gulf of Mexico. It's all in Clearwater and St Petersburg - from breathtaking sunsets to bottlenose dolphins and white sand between your toes. Vacation never felt so good! For more information on Clearwater and St Petersburg go to www.visitstpeteclea rwater. co m 2020 Outback Bowl Game Program 45 3. Visit St Petersburg -Clearwater and the Clearwater Chamber each received a full-page color advertisement in the Outback Bowl Official Fan Guide publication distributed directly to 10,000 fans who purchase tickets from the participating schools. The publication also highlighted numerous attractions from Pinellas County. NEW YEAR'S DAY 2020 ------ 1 BILLION* ECONOMIC IMPACT 155 MILL JO TO UNIVERSITIES 'overl'""r. of flu: lu 1.5 MILLION TO CHARITIES SINCE a016 Wake Man, 4 Warne. 202 TB CIS WELCOME TO TAMPA, CLEARWATER a ST. PETERSBURG The Tampa, Clearwater and St. Petersburg area offers an array of experiences as home to major attractions, unsurpassed recreational opportunities, nature, the arts and of course our world -renown beaches. In fact, there are so many wonderful options visitors typically find it difficult to choose what they want to do. Attractions such as world-famous Busch Gardens offer everything from thrilling rides to up -close animal encounters. ZooTampa at Lowry Park features one of the most beautiful tropical zoological settings in the world and one of the best family zoos in North America. Nature lovers can get right to the heart of real Florida" whether leisurely canoeing, kayaking or paddle boarding on a pristine river or bay, or horseback riding through a cattle ranch. Visitors will find endless opportunities to observe wildlife such as manatees, American Bald Eagles, bottlenose dolphins and alligators in their natural habitats. You'll also want to visit "Winter" and "Hope," the famous dolphins featured in the "Dolphin's Tale" movies at the Clearwater Marine Aquarium. Experience numerous cultural exhibits during your stay with visits to the Museum of Fine Arts or Salvador Dali Museum in St. Petersburg, or take in a Broadway show at the David A. Straz Theatre for the Performing Arts in Tampa. Enjoy the many dining and nightlife options found in the historic district of Ybor City, downtown Tampa's Sparkman Wharf, or along 4 the beaches of Clearwater and St. Petersburg. For a more peaceful respite try capturing a piece of nostalgia by riding one of Tampa's electric streetcars, ride on our Pirate Taxis along the downtown waterfront or simply take a stroll or segway tour along the expansive riverwalk in Tampa, or along the waterfronts of Downtown St. Petersburg and Clearwater. Cap it all off with a quiet dinner at a beach - side restaurant as you watch one of our famous sunsets over the Gulf of Mexico. The Clearwater and St. Petersburg area is world-famous for its 35 miles of powder - white barrier island beaches on Florida's Gulf of Mexico. Discover the pedestrian -friendly Beach Walk" along beautiful Clearwater Beach, ranked as the No. 1 U.S. beach in the TripAdvisor's Traveler's Choice Awards. It is also home to our popular Clearwater Beach Day event during Bowl Week. Caladesi Island State Park, Ft. DeSoto Park and St. Pete Beach have all been designated as top beaches in the U.S. over recent years. Sand Key Park is also routinely rated among the top ten. re coo, TA vanv a TB C'K'BOWL.COM 4/Rpm& DM IA' THINGS TO SEE AND DO Web Links Available On Our Web Site At WWW.OUTBACKBOWL.COM CLEARWATER & ST. PETERSBURG AREA Beach Walk A half -mile long winding beachside promenade with artistic touches, lush landscaping, unique and modem amenities and a true beachside experience. Walk, bike or rollerblade along Clearwater Beach. Clearwater Beach Clearwater Beach Named best city beach on the Gulf of Mexico as well as Best Beach Town" by USA Today and "No. 1 Beach in the U.S." in the 2016 & 2018 TripAdvisor Traveler's Choice Awards. Gulf Blvd & SR 60 Clearwater Beach 727' 442-3604 Caladesi Island State Park One of the top ranked beaches in the U.S. One of the few completely natural islands along Florida's Gulf Coast. Caladesi Island State Park 727', 469-5918 w saspeBrkarwater nm Chihuly Collection A stunning, permanent collection of world-renowned artist Dale Chihuly's unique artwork. 720 Central Ave. Downtown St. Petersburg 727)822-7872 f 55 Clearwater Marine Aquarium Marine life rescue and environmental education center. Home to "Winter" and Hope," stars of the Dolphin Tale movies. 249 Windward Passage Clearwater 727) 441-1790 Clearwater Community Sailing Center The CCSC has a fleet of over 50 boats from kayaks to sloops available for public rental. 1001 Gulf Blvd Clearwater 727) 517-7776 Clearwater Dolphin Trail A public art project featuring 140 uniquely decorated 6 ft. tall bottlenose dolphin statues located throughout Tampa Bay. Follow the trail at www.clearwatersdolphins.com ronuntEd Onpaga 23 JANUA iS 11 TAMP OUT K4:'o WL.. -0 0•••••• 0•!•!•!•••••!•••!•••! 202 e TEAM x,11 KINGS TO SEE AND DO Clearwater & St. Petersburg Area Continued Fishing More than 300 varieties of fish swim in the Gulf of Mexico and Tampa Bay. The Clearwater Marina is home to the largest fishing fleet on the West Coast of Florida with both party and charter boats available. Clearwater Beach's Pier 60 offers a full service bait house with gear rental and live bait. Fort De Soto Park Voted #1 Beach in the U.S. in 2006 and America's "Best Beach for Families" by USA Today in 2014. It covers 900 acres and features 7 miles of beaches. 3500 Pinellas Bayway St Petersburg 727) 582-2267 St. Pete Beach Voted TripAdvisor's #1 Beach in the U.S. and #5 in the world in 2012. 4700 Gulf Blvd. St. Pete Beach, FL 33706 727) 360-6957 TRRstkreec(furwdtu.mtr / Whales (:ud'ufGautklsitstpet K Salvador Dali Museum World's most comprehensive collection of original works by Salvador Dali. One Dali Blvd. Downtown St. Petersburg 727) 823-3767 cur meed on page 25 JANUARY AMPLIFY CLEARWATEk ttt*SUI'[o ?D2f 727-461-0011 a mplifyclearwater.con. trip advisor 1 Beach in the U.S. & 6 Beach in the World i••••••••••••••••••••••••••••••• THINGS TO SEE AND DO Clearwater & St. Petersburg Area Continued Sunsets at Pier 60 Watching the sunset on the Gulf of Mexico is a must and one of the best places to do it is Pier 60 on Clearwater Beach. a 1,080 ft. fishing pier, observation deck and adjacent park where a nightly sunset celebration takes place from 2 hrs. before sunset to 2 hrs. after featuring artisans, crafters, street performers and live music. 1 Causeway Blvd. Clearwater Beach 727) 434-6060 Tarpon Springs A small village of Greek residents featuring sponge docks and authentic Greek restaurants & shops. Dodecanese Blvd. Tarpon Springs 727) 937-6109 rr%1Lmrara CALL AN AUDIBLE: THE BEACH. a c 1 at , ST.PETE CLEARWATER YOU'RE 30 MINUTES FROM AMERICA'S BEST BEACHES Outback Bowl fans, take advantage of this amazing opportunity to play on America's Best Beaches, awarded by TripAdvisor'. Plus, show your team spirit at Clearwater Beach Day when both schools go head-to-head in a battle of the bands, pie eating contest and tug-of-war on December 30. Winning has never been so much fun. VisitStPeteClearwater.com Iri 0 LiveAmplified 4. Clearwater Chamber and Visit St Petersburg -Clearwater logos appeared on the video scoreboard in the stadium numerous times during the Outback Bowl game. i••••••••••••••••••••••••••••••••••••••••••• 5. The Outback Bowl worked closely with Visit St Pete -Clearwater, the Clearwater Chamber, the teams and other partners to promote Pinellas County on social media platforms. Auburn Football Q @AuburnFootbali 5h ROFFICIALa @outbackbowl vs. @GopherFootball January 1, 2020 1:00 PM ET WarEagle x #FootballinParadise TampaBay A SEE YOU IN PARADISE JOIN THE AUSUIM FAMILY FOP TN! OUTBACK BOWL nMINNESOTA Visit Tampa Bay Q 17 t1 219 Outback Bowl Wondering where to stay for the Outback Bowl? Many of our hotel partners have special rates and offerings for #FootballlnParadise Fans! Q 7f C @GopherFootball & @AuburnFootbali fans, mention Outback Bowl' when inquiring and booking rooms! TampaBayTreasure Outback Bowl Step out of the cold & dig your toes into the sand at Clearwater Beach! @AuburnFootball and @GopherFootball Fans, find your place to stay on the best beaches in America and experience FootballlnParadise at the 2020 Outback Bowl! Q n e ticketmaster.com/outback-bowl-t.. 12:30 PM • Dec 12, 2019 • Twitter for Advertisers 2:16 PM Dec 9, 2019 • Twitter for iPhone 1000110000000006000000000000000110000011110001100 p= Outback Bowl outbackbowl Escaping the cold and basking in the warmth of the Florida sun sounds like the right thing to do for all you @GopherFootball and @AuburnFootball fans! Don't wait, get your tickets to #FootballnParadise today! it 1 ticketmaster.com/outback-bowl-t... Outback Bowl outbacktova You may be bundling up to keep warm up north, but down here in Tampa, we're soaking up the sun and digging our toes into the sand! #FootballlnParadise I• Don't miss out, get your tickets today! ticketmaster.com/outback-bowl-t... 12:37 PM • Dec 18, 2019. Twitter for Advertisers di View Tweet activity Outback Bowl Toutbackbev.I Wishing you all a Merry Christmas and Happy Holidays from all of us at the #OutbackBowl! We'll see you for some fun in the sun on New Year's Day! :di. 0 lc FootballlnParadise #TampaBayTreasure 10:27 AM • Dec 23, 2019 • Twitter forAdvertisers ill View Tweet activity OutbackBowl O @outbackbowl CONTESTS" We have team -themed mini -dolphins to give away to lucky #OutbackBowl fans—One themed for @GopherFootball and one for @AuburnFootball! To enter. 1. Retweet this post 0 2. Reply with a cheer for your favorite team I I lv 3. Tag a friend 111 4. Cross your fingers 10:50 AM • Dec 25, 2019 • Twitter for Advertisers O O • O O• 110 0 110 0 0 0 0 0 6 0 0 0 / 110 • 0 110 0 110.........•• I Outback Bowl @Outb: The Dclearvaterferry is the best way to get to Clearwater Beach while avoiding the traffic and parking hassles on Clearwater Beach! Take the ferry tomorrow on December 30th to enjoy the Outback Bowl Clearwater Beach Annual Beach Day es C 2:00 PM • Dec 29, 2019 Twitter for Advertisers Ill View Tweet activity f* Outback Bowl Clearwater Beach Day is jamming with @AuburnFootball & @GopherFootball fans and bands. liveamplified Outback Bowie Join @gopherfootball and @AuburnFootball, their marching bands & cheerleaders as they enjoy the sun and beaches at the Hilton Clearwater Beach next to Pier 60! This fun day includes live music from 11AM - 4PM! Hope to see you there grl ?f FootballlnParadise OUTBA a8 AM vv TAMPA BAY 00rgpi.L r?nRP. BEACH DAY CLEARWATER BERCH DEC 30T" I #FOOTBALLINPRRADI 10:00 AM - Dec 30, 2019 - Twitter for Advertisers tl rou Retweeted 4• Minnesota Football* @Gopherfootball An elite afternoon hanging with #Gophers fans at @VSPC! Minnesota is already showing out down in Tampa for the _Ooutbackbowl. 1:19 PM • Dec 30, 2019 • Twitter for !Phone 3:19 PM • Dec 30, 2019 from Clearwater, FL - Twitter for !Phone 12 Retweets 209 Likes 1100000001100011000000011001101100000011000111111011000 6. Clearwater Beach Day was featured in the Winter Newsletter which is emailed to more than 34,000 ticket account holders. The event is also listed on Fall issue. Issue of the Official Outback Bowl accounts in the Outback Bowl database of the bowl calendar which also appears in the Clearwater Beach Day Ready to Welcome Outback Bowl Fans Presented by Visit St Pete Clearwater squads The day also includes leve mus. CO stage, the Budweiser slcydenrg team. a tug. ofwar ccntest between the cheerleading squads. andeven a pe eating contest amang tarts Fans will also be able to take thea pa ture an trent 0111 byte cuSRm designead Outback Bowl sand sculpture, a well as dolphin status desµatnd with the team uniforms Deserts oinsitirg and kcal media typcally cower the event a well with TV One ci the cost p_.pular annul ttaditbtts of Ouchesk Fr wdWeek kr thousands of visaing fans flan arautd the country is when they join the teams, college bards. cheerleaders and l eal residents ice Cd sivat r Beath Day. This yea' s event will be held Monday. December 30th and areae pertxmancea by the University of Minnesota and Auburn University marching bands and cheerleader TAl4 J EA? two flint ger tumoral I iootaae c4 tars enjming the beautihil bathes c4 Paellas County beamed throughout the country All the festivities take place behind the Hilton Maumee. Beads Result & Spa (just north of Pier 60 and run hon 11.30 AM to about 400 FT4. Fans are encouraged to arose early for the bet padang There are a number o4 newpaling roams along the island along with a park and ole terry service ham d wet wenClearwater and the Clearwater Ferry serve via the water Food and drinks alntg with bawl merchandise will be available ler purchase Come on cut and en}ry NU. I ranked US. beaches with your Taper and G-t}er Mends! irk St Pete -Ci vwater a the presentingsponsor of the event Addito nal sconsots include the Amplify Cl.amnaut-r Chamber, the Cu. of Clearwater. de Huron Claim aro. Beach Resat M Spa. Claim rater Gas System. All giant, St Pete Citanwat r IntentamnadAirport, 9701VTL.. 620 WQkE and 933 FLZ FM raid Fax more information on the Outback Bowl and Clearwater Beach Day go to wwaOutbeck&cwvl coal re call the Bcsd otike at 813 4BOWL Rea d -say Tampa Bay Bowl Association Official Nowsiattor i Clearwater Beach Day Sponsorship: 1. 2. The Outback Bowl produced an event named Clearwater Beach Day held December 30, 2019. The bowl included the event on its official calendar and held the event on Clearwater Beach, behind the Hilton Clearwater Beach. Both school's marching bands and cheerleaders and teams attended the event along with approximately 100 media. The event was referred to as "Clearwater Beach Day Presented by Visit St Pete Clearwater" on publications and promotion of the event by the bowl including the Calendar of Events in Bowl Online Newsletters, Visitor/Fan Guide Brochures, Beach Day feature article in December issue of Online Newsletter and on the Outback Bowl web site. 3. The bowl encouraged visiting and local media to attend the event and recommended visiting radio and TV crews do live remotes from Clearwater Beach. 000000000000909000000001100000000000000000000 4. A tent was provided for the Clearwater Chamber and Visit St Pete -Clearwater at Beach Day to distribute brochures and/or premium items and information to fans attending the Beach Day activities. AMPLUFYCLEARWATER.0 5. VSPC & Clearwater Chamber were promoted on extensive banner signage at the Beach Day event. TER Bi iCM pAY 1 141000, ARW A r T IMP OUTBA DAY ER BEADCLEARWATER PRESENTED BY VISIT ST, PETE CLEARWATER ST.PETE Hi1tDt1 CK CLEARWATER BOWL Ek. egrant AMPLIFY EARWATER BEACH DAY . . 11 ST PETECLEANW•TE4 6.11..11 93.3 r Events & Entertainnien 6. VSPC & Clearwater were mentioned in Clearwater Beach Day radio promotions on local stations for two weeks in advance of the event valued at $25,000. I S S S S I ••• S• S S S •• S S I I S S I S S S S I I I I I S I / S I I I S 1 1• 7. The Clearwater Chamber decorated two dolphins in the team colors providing a great photo opportunity throughout the week. The dolphins were displayed at the band hotels during the week and at Beach Day. They were then transported to the stadium for more fans to get their pictures with them at the Fan Fest on game day. Each of the coaches was presented mini- dolphin statues at Beach Day. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7368 Agenda Date: 2/6/2020 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the January 16, 2020 City Council Meeting Minutes as submitted in written summation by the City Clerk. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 City Council Meeting Minutes January 16, 2020 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, January 16, 2020 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes January 16, 2020 Page 2 City of Clearwater Roll Call Present: 5 - Mayor George N. Cretekos, Councilmember Jay Polglaze, Councilmember Hoyt Hamilton, Vice Mayor Bob Cundiff and Councilmember David Allbritton Also Present: William B. Horne II – City Manager, Micah Maxwell – Assistant City Manager, Michael Delk – Assistant City Manager, Pamela K. Akin City Attorney, Rosemarie Call – City Clerk, and Nicole Sprague – Official Records & Legislative Services Coordinator. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Cretekos The meeting was called to order at 6:00 p.m. in Council Chambers at the Main Library. 2. Invocation – Rev. Dr. Rhonda Blevins from Chapel by The Sea. 3. Pledge of Allegiance – Councilmember Allbritton 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 January Service Awards One service award was presented to a city employee. 5. Approval of Minutes 5.1 Approve the December 19, 2019 City Council Meeting Minutes as submitted in written summation by the City Clerk. Councilmember Polglaze moved to approve the December 19, 2019 City Council Meeting Minutes as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. Draft City Council Meeting Minutes January 16, 2020 Page 3 City of Clearwater 6. Citizens to be heard re items not on the agenda Daniel Haluba expressed concerns regarding a settlement claim that was presented to Council in December and felt the information related to the incident was not accurate. He suggested the officers involved should have been dismissed. Michael Mahan said he is a new business owner in the area and is trying to obtain a permit to set up tents and chairs on the beach. The tents are 8 ft. by 8 ft. or 10 ft. by 10 ft. He said Parks and Recreation and Zoning staff have not been able to provide clear guidance if the service would be permissible. 7. Consent Agenda – Approved as submitted. 7.1 Approve a recommendation by the Public Art and Design Board for a grant of $9,000 to the Clearwater Arts Alliance for their proposal of Phase 5 of Thinking Outside the Box traffic signal box wrap program to be funded from the Miscellaneous Public Art Fund (A1901) and authorize the appropriate officials to execute same. (consent) 7.2 Approve a funding agreement between the City of Clearwater and the Pinellas Suncoast Transit Authority (PSTA) to provide enhanced Jolley Trolley service during Spring Break period of March 1, 2020 through April 30, 2020, with the City contributing a lump sum not to exceed $93,415 and authorize the appropriate officials to execute same. (consent) 7.3 Authorize an amendment to the original agreement with HR and A Advisors, of New York, NY, in an amount not to exceed $19,500, for the development of a Request for Proposal (RFP) document and authorize the appropriate officials to execute same. (consent) 7.4 Approve a Vehicle Use Agreement between the School Board of Pinellas County, Florida and the City of Clearwater through August 23, 2020 for the City to utilize Pinellas County School buses at a cost of $1.50 per mile plus $29.00 per hour, for a total estimated cost of $25,000, and authorize the appropriate officials to execute same. (consent) 7.5 Approve a Tourism Promotion Agreement between the City of Clearwater and Pinellas County for and on behalf of Visit St. Petersburg/Clearwater (VSPC) for Clearwater Sea Blues Festival to be held on February 22 and 23, 2020 and authorize the appropriate officials to execute same. (consent) 7.6 Reappoint Jeffrey DiVincent to the Board of Trustees Clearwater Police Supplementary Pension Plan with a term to expire January 31, 2024. (consent) Draft City Council Meeting Minutes January 16, 2020 Page 4 City of Clearwater 7.7 Authorize a sole source award to Evoqua Water Technologies, of Pittsburgh, PA for Odophos and PRI-SC (hydrogen peroxide), in an annual amount not to exceed $200,000.00 for the initial contract period of February 1, 2020 through January 31, 2021, with the option for two, one-year extensions, pursuant to Clearwater Code of Ordinances Section 2.564 (1)(b) and authorize the appropriate officials to execute same. (consent) 7.8 Authorize a purchase order to Odyssey Manufacturing of Tampa, FL for Liquid Sodium Hypochlorite in the annual not-to exceed amount of $485,000 for the period of January 17, 2020 through January 16, 2021 with two one-year renewal options at the City’s discretion and authorize the appropriate officials to execute same. (consent) 7.9 Appoint Pamela Benton to the Sister Cities Advisory Board, as the School Board’s World Language Coordinator, with a term to expire January 31, 2024. (consent) 7.10 Reappoint Leanne Grayston to the Nuisance Abatement Board with term to expire January 31, 2024. (consent) 7.11 Request for authority to institute a civil action against the heirs, descendants, assigns, or other interested parties of the Belair Bayou, Inc. corporation to secure the necessary interest in certain lands in the area of the Seminole boat ramp to complete the dock segment of the project. (consent) Councilmember Hamilton moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings 8.1 Declare surplus certain real property located in Section 17, Township 29 South, Range 16 East (city-owned David Avenue property) for the purpose of exchanging the David Avenue property for certain property owned by Creative Contractors, Inc. at Drew Street and North Garden Ave.; approve the related Contract for Exchange of Real Property between Creative Contractors, Inc. and the City of Clearwater and authorize the appropriate officials to execute same, together with all other instruments necessary to affect closing. (APH) The city-owned David Avenue Property is 5.68 acres of unimproved land that Draft City Council Meeting Minutes January 16, 2020 Page 5 City of Clearwater was acquired by the city on October 3, 1997 for $386,000.00. The site was purchased in order to replace a collapsing stormwater system on the property which was addressed after the purchase. A new stormwater pipe relining project is underway and will be completed prior to closing of the land exchange. The site consists of two contiguous parcels identified by the Pinellas County Property Appraiser as 17-29-16-00000-130-0900 and 17-29-16-34650-000-0340, which are legally described in Exhibit B of the contract. The property owned by Creative Contractors, Inc. is located at 618-620 Drew St., and is a 0.72-acre site containing a building with 8,176 square feet of office space, a parking lot, and unimproved land. The site is located at the northern perimeter of Downtown Clearwater in the strategic Old Bay Character District. The site consists of three contiguous parcels identified by the Property Appraiser as 09-29-15-44352-006-0030, 09-29-15-44352-006-0050, and 09-29-15-44352-006-0070, and which are legally described in Exhibit A of the contract. The exchange is contingent upon the following: declaration of the city property as surplus; City Council approval of certain vacating ordinances related to the David Avenue property as contemplated in the contract; the reservation of new easements as contemplated in the contract; certain wellhead restrictions as contemplated in the contract; and the City being granted adequate access to Creative Contractor’s property for purposes of conducting inspections and investigations, including environmental investigations. If any of the contingencies aren’t met, the contract will become null and void. An independent appraisal was performed by Tobias Realty Advisors, LLC on both sites in the proposed property exchange. The City’s David Avenue property’s fair market value was determined to be $655,000 as of December 22, 2018 and the Creative Contractor’s Drew Street Property was determined to have a $685,000 fair market value as of December 7, 2018. With the proposed land exchange, the City will receive a property with a higher appraised value which is located in the strategic downtown core. Per City Charter Section 2.01(d)(5)(iv), real property declared surplus may be exchanged for other real property having a comparable appraised value. The closing date in the property exchange contract between the City and Creative Contractors contemplates the closing will occur on or before October 1, 2020. City closing costs are not to exceed $6,000. The parties agree that after closing of the property exchange, Creative Contractors will leaseback from the City, the Drew Street property at the market lease rate determined to be $4,155.56 monthly. The term of the lease is for a period of 18 months and can be terminated with 60-days’ notice. The leaseback will allow Creative Contractors to remain in their Drew street office while their new office building is being constructed on the David Avenue property. Draft City Council Meeting Minutes January 16, 2020 Page 6 City of Clearwater APPROPRIATION CODE AND AMOUNT: 4191365-530100 Funding is available in Stormwater Management 1365-530100, Professional Services for closing costs. Councilmember Allbritton moved to declare surplus certain real property located in Section 17, Township 29 South, Range 16 East (city-owned David Avenue property) for the purpose of exchanging the David Avenue property for certain property owned by Creative Contractors, Inc. at Drew Street and North Garden Ave.; approve the related Contract for Exchange of Real Property between Creative Contractors, Inc. and the City of Clearwater and authorize the appropriate officials to execute same, together with all other instruments necessary to affect closing. The motion was duly seconded and carried unanimously. 8.2 Approve a Future Land Use Map amendment from the Institutional (I) category to the Residential/Office General (R/OG) category for 407 N. Belcher Road and pass Ordinance 9346-20 on first reading. (LUP2019-09003) This case involves one parcel of land located on the east side of N. Belcher Road, approximately 1,075 feet north of Drew Street. E&J Caputo Clearwater, LLC owns the parcel, which is approximately 0.729 acres. The applicant, E & J Caputo Clearwater, LLC purchased the property in 2007. For almost 30 years, the location was owned and used by a non-profit social welfare organization which provided services for senior citizens. Since 2004, the building has been used as a medical office with a lab service and ultrasound facility, including after the applicant bought the property. In August 2019, the owner entered into an agreement to lease the building to a financial broker, an office use which is not permitted in the current underlying institutional (I) future land use category or within the current Institutional (I) zoning district. The request is to change the property’s Future Land Use Map designation from Institutional (I) to Residential/Office General (R/OG). A request to rezone the property from the Institutional (I) District to the Office (O) District is being processed concurrently with this case (REZ2019-09002). The requested amendments would allow the property to be used as an office as proposed. The Planning and Development Department has determined that the proposed Future Land Use Map amendment is consistent with the provisions of the Community Development Code as specified below: • The proposed amendment is consistent with the Comprehensive Plan Draft City Council Meeting Minutes January 16, 2020 Page 7 City of Clearwater and the Countywide Plan Rules. • The proposed amendment is compatible with the surrounding properties and character of the neighborhood. • Sufficient public facilities are available to serve the properties. • The proposed amendment will not have an adverse impact on the natural environment. • The proposed amendment will not have an adverse impact on the use of the property in the immediate area. In accordance with the Countywide Plan Rules, this land use plan amendment is subject to the approval of Forward Pinellas, in its role as the Pinellas Planning Council, and the Board of County Commissioners acting as the Countywide Planning Authority. The application is a small-scale amendment so review and approval by the Florida Department of Economic Opportunity and other state agencies is not required. The Community Development Board reviewed this application at its December 17, 2019 public hearing and made a unanimous recommendation of approval to the Council. Vice Mayor Cundiff moved to approve a Future Land Use Map amendment from the Institutional (I) category to the Residential/Office General (R/OG) category for 407 N. Belcher Road. The motion was duly seconded and carried unanimously. Ordinance 9346-20 was presented and read by title only. Councilmember Hamilton moved to pass Ordinance 9346-20 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9. Quasi-Judicial Public Hearings 9.1 Approve a Zoning Atlas Amendment from the Institutional (I) District to the Office (O) District for 407 N. Belcher Road and pass Ordinance 9347-20 on first reading. (REZ2019-09002) This case involves one parcel of land located on the east side of N. Belcher Road, approximately 1,075 feet north of Drew Street. E&J Caputo Clearwater, LLC owns the parcel, which is approximately 0.729 acres. The applicant, E & J Caputo Clearwater, LLC purchased the property in 2007. For almost 30 years, the location was owned and used by a non-profit social welfare organization which provided services for senior citizens. Since 2004, Draft City Council Meeting Minutes January 16, 2020 Page 8 City of Clearwater the building has been used as a medical office with a lab service and ultrasound facility, including after the applicant bought the property. In August 2019, the owner entered into an agreement to lease the building to a financial broker, an office use which is not permitted in the current underlying institutional (I) future land use category or within the current Institutional (I) zoning district. The applicant is requesting to rezone the subject property from the Institutional (I) District to the Office (O) District. A request to amend the future land use category from Institutional (I) to Residential/Office General (R/OG) is being processed concurrently with this case (LUP2019-09003). The proposed Office (O) District will allow the site to continue to be used as an office as proposed and is consistent with the surrounding zoning districts that exist in the vicinity of the subject property. The Planning & Development Department has determined that the proposed Zoning Atlas amendment is consistent with the Community Development Code as specified below: • The proposed amendment is consistent with the Comprehensive Plan and the Community Development Code. • The proposed amendment is compatible with the surrounding property and character of the neighborhood. • The available uses in the Office (O) District are compatible with the surrounding area. • The proposed amendment will not adversely burden public facilities, including the traffic-carrying capacities of streets, in an unreasonably or disproportionate manner. • The proposed Office (O) District boundary is appropriately drawn in regard to location and classification of streets, ownership lines, existing improvements, and the natural environment. The Community Development Board reviewed this application at its December 17, 2019 public hearing and made a unanimous recommendation of approval to the Council. Councilmember Allbritton moved to approve a Zoning Atlas Amendment from the Institutional (I) District to the Office (O) District for 407 N. Belcher Road. The motion was duly seconded and carried unanimously. Ordinance 9347-20 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9347-20 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Draft City Council Meeting Minutes January 16, 2020 Page 9 City of Clearwater 10. Second Readings - Public Hearing 10.1 Adopt Ordinance 9349-20 on second reading, approving amendments to the Community Development Code to adopt the International Property Maintenance Code with Certain Local Amendments in Section 3-1502 in place of Chapter 47, Article VII, Unsafe Buildings and Systems and Chapter 49, Housing Code, and expanding the powers of the Building/Flood Board of Adjustment and Appeals to hear violations and appeals related to the International Property Maintenance Code. Ordinance 9349-20 was presented and read by title only. Councilmember Hamilton moved to adopt Ordinance 9349-20 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 10.2 Adopt Ordinance 9352-20 on second reading, approving a request from Edgewater Valor Capital, LLC, to vacate a portion of a 5 foot-wide platted utility easement as recorded in Plat Book 31, Page 12 of the Public Records of Pinellas County, Florida, and a portion of a 10 food-wide plated alley, as recorded in Plat Book 4, Page 56 of the Public Records of Pinellas County, Florida. Ordinance 9352-20 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9352-20 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Nays: 1 - Mayor Cretekos Motion carried. 11. City Manager Reports 11.1 Approve amendments to the Clearwater Code of Ordinances, Chapter 25 - Public Conveyances to define commercial megacycles and definitions to establish standards for commercial megacycles, to require a license for commercial megacycles to be operated in the city and to add penalties; approve amendments to the Clearwater Code of Ordinances, Chapter 6 - Alcoholic Beverages, to provide an exemption for megacycle passengers and pass Ordinance 9358-20 on first reading. Draft City Council Meeting Minutes January 16, 2020 Page 10 City of Clearwater In August of 2019 staff was tasked with examining the feasibility of permitting the operation of megacycles in the City of Clearwater. After conducting research on a local and state level, staff developed a pilot program to determine the viability of the program. It has been determined that an amendment to the Clearwater Code of Ordinances, Chapter 25 - Public Transportation Carriers, Article I - Public Conveyances would be needed to administer the pilot program. The Pilot program will include defined areas in downtown Clearwater and Clearwater Beach. Per council direction provided at the December 19, 2019 council meeting, staff has included the provision to allow alcoholic beverages on megacycles, requiring additional amendments to the Clearwater Code of Ordinances, Chapter 6 - Alcoholic Beverages. Vice Mayor Cundiff moved to approve amendments to the Clearwater Code of Ordinances, Chapter 25 - Public Conveyances to define commercial megacycles and definitions to establish standards for commercial megacycles, to require a license for commercial megacycles to be operated in the city and to add penalties; approve amendments to the Clearwater Code of Ordinances, Chapter 6 - Alcoholic Beverages, to provide an exemption for megacycle passengers. The motion was duly seconded and carried with the following vote: Ayes: 4 - Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Nays: 1 - Mayor Cretekos Ordinance 9358-20 was presented and read by title only. Councilmember Hamilton moved to pass Ordinance 9358-20 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 4 - Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Nays: 1 - Mayor Cretekos Motion carried. 11.2 Accept a utility easement from 1250 Main L.L.C. for the construction, installation and Draft City Council Meeting Minutes January 16, 2020 Page 11 City of Clearwater maintenance of city utility facilities on real property located at 1712 Gulf to Bay Blvd. and adopt Resolution 20-02. The Utility Easement will allow the City rights for construction, installation and maintenance of utility facilities as the site is developed for commercial use. Vice Mayor Cundiff moved to accept a utility easement from 1250 Main L.L.C. for the construction, installation and maintenance of city utility facilities on real property located at 1712 Gulf to Bay Blvd. The motion was duly seconded and carried unanimously. Resolution 20-02 was presented and read by title only. Councilmember Hamilton moved to adopt Resolution 20-02. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 11.3 Accept a drainage and utility easement from Gulfview Lodging, LLP for the construction, installation and maintenance of certain drainage and utility facilities on real property located at 385 S. Gulfview Blvd. and adopt Resolution 20-03. The proposed easement will provide the City with property rights necessary for the construction, installation and maintenance of city drainage and utility facilities that support commercial development on the subject site. The City Engineering Department recommends acceptance of the easement. Councilmember Allbritton moved to accept a drainage and utility easement from Gulfview Lodging, LLP for the construction, installation and maintenance of certain drainage and utility facilities on real property located at 385 S. Gulfview Blvd. The motion was duly seconded and carried unanimously. Resolution 20-03 was presented and read by title only. Councilmember Polglaze moved to adopt Resolution 20-03. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton Draft City Council Meeting Minutes January 16, 2020 Page 12 City of Clearwater 11.4 Accept a sidewalk easement from Habitat for Humanity of Pinellas County Inc., on real property located at 1121 South Street, and adopt Resolution 20-06. The Sidewalk Easement will allow the City rights for repair, maintenance and replacement of proposed sidewalk as the 1121 South Ave. site is developed for single family housing. Councilmember Hamilton moved to accept a sidewalk easement from Habitat for Humanity of Pinellas County Inc., on real property located at 1121 South Street. The motion was duly seconded and carried unanimously. Resolution 20-06 was presented and read by title only. Councilmember Allbritton moved to adopt Resolution 20-06. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 12. City Attorney Reports 12.1 Ratify the adoption of Resolution 19-34 authorizing the issuance of bonds to finance a portion of the costs of the Imagine Clearwater project in accordance with the Clearwater Code of Ordinances and pass Ordinance 9357-20 on first reading. The City of Clearwater deems it necessary, desirable and in the best interests of the Issuer and its citizens and to serve a paramount public purpose that the Imagine Clearwater Project (Project) be completed. The Project shall be financed and/or reimbursed with the proceeds of debt instruments, together with certain other legally available funds of the City. In order to preserve and promote the gainful employment and tourism and to enhance the economic prosperity and public welfare of the inhabitants of the city, it is necessary and desirable that the Project be completed. The City has adopted Resolution No. 19-34 on November 21, 2019 (Bond Resolution) authorizing the issuance of debt instruments (Series 2020 Bonds), and in accordance with the Clearwater Code of Ordinances, Chapter 2, Article VI, Section 2.522, wants to ratify the adoption of the Bond Resolution and approve the issuance of such debt instruments in accordance with the Code of Ordinances. The estimated Non-Ad Valorem Revenues, after satisfying funding requirements for obligations having an express lien on or pledge thereof and after satisfying any funding requirements for essential governmental services of the city which Draft City Council Meeting Minutes January 16, 2020 Page 13 City of Clearwater are not funded by ad valorem taxation, will be sufficient to pay the principal of and interest on the Series 2020 Bonds, as the same become due, and to make all other payments provided for in the Bond Resolution. The principal of and interest on the Series 2020 Bonds and all other payments provided for in the Bond Resolution will be paid solely from the Pledged Funds; and the ad valorem taxing power of the city will never be necessary to pay the principal of and interest on the Series 2020 Bonds and, except as otherwise provided in the Bond Resolution, the Series 2020 Bonds shall not constitute a lien upon any property of the Issuer. The City intends on adopting a Supplemental Resolution to provide for the manner of sale and terms of the Series 2020 Bonds, including the approval of the Purchase Contract, the designation of the Underwriter and the distribution of an offering document in connection with the sale of the Series 2020 Bonds by the Underwriter, and the designation of the Paying Agent and Registrar, after it has completed the validation of the Series 2020 Bonds authorized in Section 8.08 of the Bond Resolution. Councilmember Allbritton moved to ratify the adoption of Resolution 19-34 authorizing the issuance of bonds to finance a portion of the costs of the Imagine Clearwater project in accordance with the Clearwater Code of Ordinances. The motion was duly seconded and carried unanimously. Ordinance 9357-20 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9357-20 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 13. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Hamilton said Council meets with staff one-on-one for most agenda items and any questions are typically answered prior to the Council meeting. He clarified that if Council does not ask questions of staff for an agenda item, it is most likely because they already have had the questions answered. He said information provided by an individual under Citizens to Be Heard earlier in the meeting was inaccurate. Councilmember Allbritton said he is excited to represent Clearwater in Tallahassee next week during a legislative trip with Amplify Clearwater. Draft City Council Meeting Minutes January 16, 2020 Page 14 City of Clearwater 14. Closing Comments by Mayor Mayor Cretekos reviewed and recent and upcoming events and thanked all those involved with the Outback Bowl event. He congratulated Haley Crum for receiving the AchieveHERs Woman of the Year award and Bob Roberti for receiving the Mr. Clearwater 2020 award. He offered condolences to the survivors of Jeannette Hale. 15. Adjourn The meeting adjourned at 6:42 p.m. Mayor City of Clearwater Attest City Clerk Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-7357 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve the Addendum to the Agreement between Intelli-Mark Technologies, Inc. (ETIX) and the City of Clearwater (City) to provide for more specific terms and conditions and authorize the appropriate officials to execute same. (consent) SUMMARY: On February 1, 2014, the City and ETIX entered into an agreement to provide ticket solutions for the major special events held throughout the city. The Parks and Recreation Special Events Division has maintained a successful relationship with ETIX over the past five years. Staff is recommending the approval of an addendum that more clearly defines specific terms and conditions of the agreement. Specifically, in lieu of providing sponsorship fees totaling $12,750, ETIX will provide one of their support staff employees to attend all major city events and additional events as mutually agreed upon. This trained ticketing staff person will assist in the equipment preparation for events, the on-site/day-of customer service on the ETIX platform, and the post-event report breakdowns. In addition, ETIX will provide on-site training to city staff throughout the year. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 2/5/2020 TICKETING SERVI AGREEMENT PfglG ARis I, THIS AGREEMENT is m. • this _Jeneery -G, 2014 by and between CITY OF CLEARWATER, a municipal corporation of the State of Florida, EVENTS AND FESTIVALS DIVISION, of the PARKS AND RECREATION DEPARTMENT, ("THE CLIENT") and Intelli -Mark Technologies, Inc. (hereinafter referred to as "ETIX" or "INTELLI- MARK") (each individually referred to herein as "Party" or collectively as the "Parties "). Correspondence concerning this agreement shall be sent to THE CUENT at P.O. Box 4748, Clearwater, FL 33758 and to ETIX Technologies at 909 Aviation Blvd, Suite 900, Morrisville NC 27560. IN CONSIDERATION of the mutual covenants contained herein being kept paid and performed, the parties hereto agree as follows: 1. DEFINITIONS: As used through this Agreement. A. ATTRACTION shall mean the theatrical production, sporting event, permanent or temporary exhibit or other entertainment feature produced or presented, in whole, by THE CLIENT for which tickets are sold. An Attraction may only be one event if only one event is presented. It may also encompass more than one event or a series of events. B. FACILITY/VENUE shall mean the theater, arena, stadium, concert hall, or other premises where an Attraction is to be performed. C. OPEN SEATS shall mean the Tickets to an Attraction available for sale to the public. D. OPEN ADMISSIONS shall mean the Tickets to an Attraction available for sale to the public. E. CONVENIENCE FEE and other FEES shall mean monies charged to Ticket purchasers by ETIX for the Ticket purchaser's convenience of utilizing the SYSTEM. F. SYSTEM shall mean the system developed and established by ETIX, as modified from time to time, for the sale of Tickets via the Internet and permitting remote printing by purchasers of such TICKETS. G. TICKETS shall mean evidence of the right to occupy space or obtain entry to the Attraction. H. TOTAL RECEIPTS shall mean all monies processed through ETIX's merchant account (Etix will collect the proceeds) and /or the CLIENT'S merchant account (CLIENT collects proceeds) in connection with the sale of Tickets, exclusive of any Convenience Fee or handling fee, and any other fees due ETIX, and applicable taxes. II. AUTHORIZATION. THE CLIENT hereby grants to ETIX the exclusive authority to sell, on behalf of THE CLIENT, all available tickets through the SYSTEM for all events at the Attraction. This Includes online, point -of -sale or box office sales, phone orders, group sales, all season tickets, and mini plans. No third party ticketing companies or brokers may sell any portion of the ticket inventory for any event. All online ticket sales shall transpire through Etix and according to the terms of this agreement. It is understood that ETIX does not guarantee that any minimum or fixed number of Tickets will be sold through the SYSTEM for the Attraction. 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 III. TERM. The term of this Agreement shall be FIVE (5) YEARS from the Effective Date and maybe automatically renewed for one additional FIVE (5) year term under the same terms and conditions by mutual written agreement between the Parties. For purposes of this paragraph, mutual written agreement may be by letter or email correspondence. IV. COMPENSATION AND SETTLEMENT A. ETIX shall be entitled to compensation for its services in connection with Ticket sales through the SYSTEM as follows: 1. For Internet sales, THE CLIENT authorizes ETIX to collect from purchasers of Tickets a Convenience Fee in the amount in accordance to the following fee table: TICKET PRICE RANGE 0.00•$5.00 5.01 - $14.99 35:00 •'$29.99 30.00 - Above ETIX FEE 1.00 1.75 2.50 4.25 ETIX CREDIT -CARD PROCESSING 3% 3% 3% 3% ETIX agrees to pay Bank Charge Card fees associated with Internet sales of Tickets through the system for all transactions processed by ETIX merchant account. CLIENT agrees to pay Bank Charge Card fees associated with Internet sales of Tickets through the system for all transactions processed through CLIENT'S merchant account. CLIENT further authorizes ETIX to keep all fees owed to ETIX as compensation for effecting sales of the Tickets. Convenience fee may be adjusted each year for inflation. 2. For Direct Pull Tickets and all tickets processed through Etix System, sometimes called box office tickets" (tickets sold by THE CLIENT), THE CLIENT agrees to pay ETIX ten cents ($.10) per ticket. Pre - printed thermal tickets are available for ten cents ($.10) each through ETIX. If Special set -ups are required for pre - printed tickets, additional charges may apply. THE CLIENT agrees to pay Bank Charge Card fees associated with Direct Pull Tickets. THE CLIENT agrees to pay all shipping charges associated with the delivery of Direct Pull Tickets. Blank Etix stock is available for $0.00 per ticket in quantities of 1000 pieces. 3. THE CLIENT has the OPTION to use the ETIX phone center. For Phone Center sales, THE CLIENT authorizes ETIX to collect from purchasers of Tickets a Convenience Fee in addition to the convenience fee established above in IV Al in the amount of $2.50 per order (said Convenience Fee shall be in addition to the gross Ticket price) and further authorizes ETIX to such Convenience Fee for their own respective accounts as compensation for effecting sales of the Tickets. Bank Charge Card fees to be handled as per IV. 1 A. ETIX shall not be responsible to confirm that all admission costs and state sales taxes fees collected hereunder are collected in accordance with the law. ETIX will remit all admission fees, sales tax & miscellaneous fees collected from the consumer, retaining only the convenience & processing charges outlined in section A. 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 1. The CLIENT will remain responsible to pay all appropriate sales taxes pertaining to these sales. 4. Mail fulfillment center: THE CLIENT has the OPTION to use ETIX to collect from consenting purchasers of Tickets that select the mail delivery method a postage and handling Fee in addition to the fees established above in IV Al and IV A3 of $2.50 per order for Standard Mail and $14.95 for Express Mail (said Convenience Fee shall be in addition to the gross Ticket price) and further authorizes ETIX to such Convenience Fee for their own respective accounts as compensation for effecting delivery of the Tickets. ETIX will print thermal tickets and mail said tickets to ticket purchaser via standard First Class US mail, or Express Mail, as applicable. THE CLIENT authorizes ETIX to collect from consenting purchasers of Tickets that select the Express delivery method a shipping and handling Fee in addition to the fees established above in IV Al and IV A3 per order for 2 -day delivery of tickets (said Fee shall be in addition to the gross Ticket price) and further authorizes ETIX to such Convenience Fee for their own respective accounts as compensation for effecting delivery of the Tickets. ETIX will print thermal tickets and mail said tickets to ticket purchaser via a two day guaranteed delivery carrier. 5. All other costs associated with the Attraction, including expenses associated with box office, labor and staffing shall be the sole responsibility of THE CLIENT, except any and all expenses of ETIX arising out of its operations in fulfilling its obligations under this agreement, including but not limited to ETIX employee expenses and costs of equipment (unless otherwise provided for herein). 6. An annual phone /email support and maintenance fee of $0.00 is due upon execution of this agreement and upon the anniversary of that date each year for the term of the agreement. 7. An initial set up fee of $0.00 is due upon execution of this agreement Merchant account connection fee (OPTIONAL): If requested by CLIENT, an initial, one -time, merchant account connection set up fee of $0.00 USD is due upon successful connection of CLIENT and ETIX merchant accounts. 8. Etix will co -brand CLIENT'S website once upon execution of this agreement at no additional charge. CLIENT will be billed $0.00 for any subsequent co- branding or changes to the initial co- brand. Co- Branding will include only approved event logos provided by the CLIENT. B. ETIX shall have the right to withhold its compensation (all fees owed to ETIX) from receipts from Ticket sales for the Attraction processed by the ETIX merchant processor, and remit the balance due to THE CLIENT in the manner provided in Paragraph V of this Agreement. 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 C. THE CLIENT shall have the right at all reasonable times to examine and audit the records of ETIX insofar as they relate to the Attraction. ETIX shall keep adequate records reflecting Ticket transactions to allow THE CLIENT to make a meaningful Ticket audit. V. OBLIGATIONS OF ETIX A. For credit card transactions processed by ETIX, ETIX shall collect the Total Receipts for each Attraction. Nothing herein contained shall be deemed to prohibit ETIX from commingling funds arising from the sale of Tickets hereunder in an account with funds connected with other ticket servicing agreements. For transactions processed by ETIX's merchant account, ETIX shall remit to THE CLIENT TOTAL RECEIPTS for Tickets sold for Attractions for all events transpiring Monday through Sunday. Payment will be made by Etix the following Monday via check or Tuesday via ACH. At the time payment is made, ETIX shall furnish THE CLIENT an event settlement report setting forth the Total Receipts for the Attraction in question, the deductions therefrom, and the net amount due THE CLIENT. Such event settlement reports shall be conclusive as to all amounts contained therein unless within thirty (30) days of the date such event settlement report is provided to THE CLIENT, THE CLIENT notifies ETIX in writing setting forth in reasonable detail the respects in which THE CLIENT believes the event settlement report to be incorrect. B. ETIX will adhere to the refund policy of CLIENT. In the event of any cancellation of the Attraction, ETIX agrees to make refunds for Tickets less ETIX' Convenience Fee) purchased through its SYSTEM and processed by ETIX's merchant account for a period of 30 days after it is notified of such cancellation, said thirty 30) day period to begin the day following the official cancelation of the event. Upon the expiration of said 30—day period, any amounts remaining from the Total Receipts for the cancelled Attraction, less all amounts due ETIX from THE CLIENT, shall be remitted to THE CLIENT and THE CLIENT shall thenceforth be solely responsible for making any further refunds. Contingent upon the Total receipts being remitted to THE CLIENT, THE CLIENT shall indemnify and hold ETIX harmless from any loss, liability, cost or expense arising from refund claims made after the expiration of said 30 -day period. C. Provided that CLIENT sells 8,000 tickets, priced at $15.00 or more, online through the ETIX system, in any given year of the contractual term , ETIX will provide all necessary scanners, laptops and ticket printers at no cost during that given year of the contractual term. CLIENT agrees to pay all shipping charges related to the delivery and return of equipment. Otherwise, if CLIENT sells less than 8,000 tickets, priced at $15.00 or more, online through the ETIX system, in any given year of the contractual term, scanners and ticket printers may be rented for $50 /month each during that given year of the contractual term. CLIENT agrees to pay all shipping charges related to the delivery and return of equipment. ETIX will provide initial training via telephone and email. It is understood that ETIX does not guarantee to have scanners and printers available at all times for rent. CLIENT must give ETIX a minimum of 3 weeks' notice on all equipment requests, for ETIX to guarantee availability. Scanners and thermal ticket printers may also be purchased through ETIX. If any equipment, scanners or printers, become defective during the contractual term, and 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 such defects are not rectifiable by help of ETIX staff, ETIX will replace and ship equipment at no cost to CLIENT. D. Provided that CLIENT sells 8,000 tickets, priced at $15.00 or more, annually online through the ETIX system, in any given year of the contractual term and also in exchange for inclusion on promotional materials, ETIX will provide sponsorship funds, for each indicated year, throughout the course of the contractual term, in the following increments: Year 2 1,250 Year 4 4,000 E. ETIX will provide technical support via phone support. Separate from this arrangement, provided that CLIENT sells 8,000 tickets, priced at $15.00 or more, online through the ETIX system, in any given year of the contractual term , On -site training and support is available at a rate of $0.00 for the first 8 hour day, and $0.00 for each additional, consecutive day, during that given year of the contractual term. This price includes transportation, accommodations, and meals. Otherwise, if CLIENTS sells less than 8,000 tickets, priced at 15.00 or more, in any given year of the contractual term, online through the ETIX system, On -site training and support is available at a rate of $1800.00 for the first 8 hour day, and 1000.00 for each additional, consecutive day, during that given year of the contractual term. This price includes transportation, accommodations, and meals. VI. OBLIGATIONS OF THE CLIENT. THE CLIENT agrees that it shall: A. Allow ETIX to withhold ETIX convenience fee as defined in Section IV of this agreement. B. Honor or cause to be honored all Tickets properly issued by ETIX. C. Comply with ETIX' reasonable business practices concerning the return or exchange of Tickets, if any such were allowed. D. Allow the sale of all Open Seats /Open Admissions associated with the Attraction via the SYSTEM. The availability and selection of Open Seats /Open Admissions shall be the same for both the SYSTEM and THE CLIENT box office operations, if any. E. In the event that the Attraction is cancelled for any reason and a refund is given to ticket purchasers, CLIENT agrees to cover all charges and expenses related to credit card charge - backs. Within this, ETIX shall adhere to the refund policy of the CLIENT. F. IT 15 THE RESPONSIBILITY OF THE CLIENT TO CHECK ALL DATA IN THE SYSTEM FOR ACCURACY BEFORE THE ONSALE DATE. ETIX IS NOT RESPONSIBLE OR LIABLE FOR ANY TYPOS OR MISTAKES PERTAINING TO TICKET PRICE, SPELLING, DATE, TIME, SEATING CHART OR ANY OTHER DATA ENTERED INTO THE SYSTEM. G. For transactions processed by CLIENT's merchant account through the SYSTEM, CLIENT shall remit to ETIX all fees to which it is entitled as per this agreement from Ticket sales by the 12th of each month for all events which transpired during the previous month. 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 VII. ADVERTISING. ETIX may at its discretion, promote and advertise the Attractions and the availability of Tickets through the SYSTEM, and may use the name of THE CLIENT, the Attraction, the Facility, and the performers, artists, or other persons connected therewith, to the extent that THE CLIENT has legal permission to such use and may assign this right to ETIX. If any such advertisements or promotions of the Attractions are deemed inappropriate and /or are unapproved by THE CLIENT, ETIX shall remove such promotions or advertisements. THE CLIENT shall, in advertising or other promotional material, which it creates, causes to be produced, controls, or recommends, feature instructions as to where customers can purchase tickets. VIII. INDEMNITY. ETIX shall, at all times, indemnify, defend, and hold harmless THE CLIENT against and from all claims, actions, demands, costs, damages, losses, or expenses of any kind whatsoever, resulting from or connected with ETIX's operations or the omission of any act, lawful or unlawful, by ETIX or its agents and employees. This provision shall survive expiration or termination if this Agreement. To the extent permitted by Florida Statute 768.28, as it may be amended from time to time, THE CLIENT shall, at all times, indemnify, defend, and hold harmless ETIX against and from all claims, actions, demands, costs, damages, losses, or expenses of any kind whatsoever, resulting from or connected with THE CLIENT's operations or the omission of any act, lawful or unlawful, THE CLIENT or its agents and employees. Nothing contained herein shall be construed to waive or modify the provisions of Florida Statute 768.28 or the doctrine of sovereign immunity. In addition, nothing contained herein shall be construed as creating third party beneficiaries or as consent by THE CLIENT to be sued by third parties in any manner arising from this grant of Agreement. IX. PREMATURE TERMINATION BY EITHER PARTY. Either party hereto may terminate this Agreement in the event that the other party: A. Fails to account and make payments hereunder, and such failure is not cured within ten (10) days after written notice thereof is sent to the other party; or B. Fails to perform any other obligation required of it hereunder, and such failure is not cured within thirty (30) days after written notice thereof is sent to the other party. Such termination shall be effective upon the notifying party mailing a notice to the other party declaring its election to terminate. This Agreement shall automatically terminate in the event that either party suffers the appointment of a receiver for all or a substantial part of its assets or business, or otherwise takes advantage of or is subject to any other law relating to bankruptcy, insolvency, or relief from the claims of creditors. No premature termination of the Agreement shall affect any right of either party accruing prior to such termination, whether such right is conferred by the terms of the Agreement or arises under general principles of law. C. Either Party may terminate this Agreement with fifteen (15) days written notice without cause. This Agreement may also be terminated at any time upon the mutual written agreement of Licensor and Licensee. In the event the agreement is terminated by the CLIENT without cause, a pro -rated amount of the annual sponsorship dollars received for said year will be returned to ETIX within 30 days of termination of this agreement. In the event that 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 ETIX terminates the agreement without cause the CLIENT will be entitled to all sponsorship dollars during the current agreement term. X. FORCE MAJEURE. Neither Party shall be responsible for any delay or failure of performance resulting from fire, strike, flood, labor dispute, domestic, or international unrest, delay in receipt of supplies, energy shortage, power failure, Internet failure, or any other cause beyond its reasonable control. XI. COMPLIANCE WITH LAW. The parties hereto shall each comply with all laws and regulations respectively applicable to each party in connection with the operations contemplated hereunder. XII. CONSTRUCTION /Independent Contractor. This Agreement does not create a partnership, joint venture, or any other affiliation. ETIX agrees that persons employed by ETIX for purposes related to the operation or other purposes under this Agreement are not employees of THE CLIENT for any purpose whatsoever, including unemployment tax, social security contributions, income tax withholding or workers compensation, whether state or federal. ETIX agrees to pay and be solely responsible for all applicable taxes, both state and federal, in connection with its operations in fulfilling its obligations hereunder. This is not an agreement of lease, partnership, or employment of ETIX or any of ETIX's employees by THE CLIENT. ETIX shall not order any merchandise or equipment, incur any indebtedness, enter into any undertaking or make any commitment in THE CLIENT name or purporting to be on THE CLIENT behalf, except as required to advertise, publicize, sell or do all things pursuant or incidental to the purposes and intents of the agreement. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of Florida. XIII. NOTICE. All notices, approvals, or requests in connection with this Agreement shall be deemed given when deposited in the United States mail, certified, return receipt requested, with postage prepaid, or when sent by telegram. Notices shall be sent to the parties at their respective addresses set forth in the first paragraph of this Agreement. Either party may change the address to which notices are to be sent by written notice to the other party. XIV. ASSIGNMENT. This Agreement may not be assigned by either party without the prior written consent of the other, except to a successor (by merger, purchase of assets or stock, consolidation, etc.) to all or substantially all of the assets of the assignor. To the extent that an assignment is so permitted, this Agreement shall be binding upon and inure to the benefit of the successors and assigns of either party. Any other assignment or purported assignment of this Agreement shall be null and void. XV. CONFLICTS. In the event ETIX shall have a separate agreement similar hereto with the owner or management of the Facility at which the Attraction is to be performed, such separate agreement shall apply to such Attraction unless ETIX is otherwise directed by the owner or management of such facility. 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 XVI. SEPARABILITY OF PROVISIONS. In the event that any provision hereof shall be deemed in violation of any law or held to be invalid by any court in which this Agreement shall be interpreted, the violation or invalidity of any particular provision shall not be deemed to affect any other provision hereof but this Agreement shall be thereafter interpreted as though the particular provision so held to be in violation or invalid were not contained herein. XVII. This Agreement contains all the terms agreed to between the parties. Statements or representations not included herein shall not be binding upon the parties, and no modifications or amendments of any of the terms hereof shall be valid or binding unless made in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed. CITY OF CLEARWATER EVENTS FESTIVALS DIVISION By ci . Please print name above) Signed: ETIX By Jeffrey Woronka Signed: Date Signed: Date Signed: This offer must be signed by March 31, 2014. 07? Please sign and fax to 919- 653 -0580 OR sign and email to jell@etix.com 909 Aviation Pkwy, Suite 900 Morrisville, NC 27560 Countersigned: Gttorttneratk495 George N. Cretekos Mayor Approved as to form: Laura Lipowski Mahony Assistant City Attorney CITY OF CLEARWATER, FLORIDA By: Attest: William B. Horne, II City Manager Rosemarie Call City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7413 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve a one-year Service Agreement between the American Red Cross and the City of Clearwater for Aquatic Examiner Services to provide assessments for lifeguard operations at the Long Center to ensure the highest level of standards and safety for patrons and lifeguards for an estimated cost not to exceed $4,000 and authorize the appropriate officials to execute same. (consent) SUMMARY: The American Red Cross will provide two visits at the Long Center. The initial visit will consist of the Lifeguarding Operations Assessment with a facility tour, written report, along with testing and observation of a small group of lifeguards. The second visit will include a “Facility QuickChek,” along with observation and testing of lifeguards. On November 15, 2018, City Council approved a three-year Agreement between the City and American Red Cross to provide training and curriculum in first aid care, emergency response, swim instruction, and lifeguarding for city employees and members of the public. Not included in this Agreement was a separate service for the American Red Cross that provides for an Aquatic Examiner Service to assess and assure the public that lifeguarding operations at the Long Center meet the highest standards possible. This training is crucial to Parks and Recreation to ensure that policies, procedures, protocols, emergency actions plans, lifeguard safety and rescue equipment are available. Due to the American Red Cross standard indemnification provision, city legal staff recommended that it come to City Council for approval. The total estimated cost for the service is approximately $4000. APPROPRIATION CODE AND AMOUNT: Funds for this Agreement are available in the Long Center operating code 0101816-530300. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7432 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve an agreement between Beasley Media Group, Inc. and the City to host the 2020 Wild Splash Event at Coachman Park on March 7, 2020, approve a reimbursement payment to Beasley Media Group, Inc. from ticket sales made during the event and authorize the appropriate officials to execute same. (consent) SUMMARY: Beasley Media Group, Inc. (Beasley) and the City of Clearwater have partnered on several successful events and concerts over the past several years including the Hispanic Heritage Festival and Wild Splash. Wild Splash is a Class 3A event that is provided by the Parks and Recreation Department with all costs being covered by revenues derived from the event, including police and fire. The City is responsible for the ticket revenue through the City’s ticketing agency (ETIX). Once the City pays for all city expenses from ticketing revenue, the balance is paid to Beasley Media through a post-event settlement. This settlement will result in a payment of over $100,000 which would need council approval. Last year’s event generated $333,254.57 in ticket revenue with expenses of $92,048.33, leaving a balance of $241,206.24 in net revenue which was reimbursed to Beasley. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7446 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Approve Host Venue Agreement between the City and Competitor Group, Inc. (CGI) to conduct Rock ‘n’ Roll running events in Clearwater Florida for five years, beginning October 23-25, 2020 through October 2024, approve an estimated cost of $40,000 of in-kind contributions to be included as a co-sponsored special event for Fiscal Year 2020/21 operating budgets and authorize the appropriate officials to execute same. (consent) SUMMARY: The City Council approves the annual co-sponsorship list and funding for budget purposes in April of each year. However, the City has been asked to partner with CGI to conduct a world class Rock ‘n’ Roll running event in Clearwater in October 2020. In order to do so, approvals must be granted ahead of the City’s normal budgeting process. The City has a history of providing world class running events in Clearwater, most notably the Ironman World Championships in 2004 through 2009. In 2019 twenty-two racing events were approved by the Special Events Committee and held in Clearwater. Eight of these races, three being half marathons, were held in downtown. The City has co-sponsored Clearwater for Youth (CFY) Phil Doganiero Three Bridge Run for the past several years, providing approximately $12,100 of in-kind support each year. CGI has negotiated a separate agreement with CFY to buy out the Three Bridge Run held in October so they could produce a Rock ‘n’ Roll race in its place at the same location and on the same date as CFY. CGI runs world class running events throughout the United States and around the world. Their schedule for 2020 includes New Orleans, Medellin, Santiago, Oaxaca, Washington DC, San Francisco, Madrid, Nashville, Atlantic City, Liverpool, San Diego, Seattle, Chicago, Dublin, Virginia Beach, Philadelphia, Denver, Savannah, etc. They would like to add Clearwater and our number one beach to this schedule. CGI proposes to conduct a 5K race on Saturday, October 24th beginning at 7:00 am and a half marathon on Sunday, October 25th beginning at 7:00 am. Maintenance of traffic plans (MOT) will be developed depending on the size of each race. The maximum number of runners in each event will be 7,500; however, since it is a first-year event, staff is estimating a smaller, more manageable number of runners. Races will begin and end at Coachman Park, unless the park is not available due to construction activities for Imagine Clearwater, which will require the race to move to Sand Key Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7446 Park. As in the past with these types of races, a portion of the roadways will be blocked off with limited vehicular travel during the race. This will be a temporary inconvenience for residents, guests, and businesses along the course which includes not only Clearwater but also Belleair Beach, City of Belleair, Belleair Bluffs, and Pinellas County. Agreements with each of these municipalities and Pinellas County, as well as FDOT will be needed. Staff is recommending approval based on the positive impacts the race will produce which include support for Clearwater for Youth, worldwide publicity for Clearwater, positive economic impact to the city, as well as residents can participate in a world class event and the event will help support new facilities in downtown. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 2/5/2020 Confidential Agreement HOST VENUE AGREEMENT ROCK ‘N’ ROLL® CLEARWATER (2020-2024) This Host Venue Agreement (this “Agreement”) is made as of February ____, 2020 (the “Effective Date”) by and between COMPETITOR GROUP, INC., a Delaware corporation (“GCI”) and CITY OF CLEARWATER, a city formed under the laws of Florida (“Host” or “City”). CGI and Host/City are sometimes referred to herein individually as “Party” and collectively as “Parties.” R E C I T A L S A. CGI and its subsidiaries own and operate Rock ‘n’ Roll®-branded running events. B. CGI desires to conduct an annual Rock ‘n’ Roll® Clearwater Half Marathon and 5K running event in and around the areas of Downtown Clearwater, Clearwater Beach, and Belleair (collectively, the “Venue”). C. In consideration of CGI selecting the Venue as the site for the Events (as defined below), Host desires, subject to the terms of this Agreement, to provide the Support Services (as defined herein) to CGI. A G R E E M E N T The Parties agree as follows: 1. The Events. Subject to the terms of this Agreement: (a) Ownership. CGI shall prepare and conduct an Event (as defined below) in and around the Venue during the years 2020, 2021, 2022, 2023, and 2024 (each, a “Race Year”). CGI is and will be the owner of each Event and nothing herein constitutes a license by CGI to Host or to any third party to establish or operate any Event or Race (as defined below). (b) Races. In each Race Year, CGI shall be responsible for operating, in and around the Venue, a Rock ‘n’ Roll®-branded 13.1-mile run (the “Half Marathon”) and a Rock ‘n’ Roll®-branded five (5) kilometer run (the “5K”) (collectively, the “Races,” each, a “Race”) and performing certain administrative, operational, and sales and marketing functions related thereto (collectively, and together with the Races and any additional races added under Section 1(f), an “Event”). (c) Name. The official name of the Event will be ROCK ‘N’ ROLL® CLEARWATER and the official name of the 5K Race will be mutually agreed upon by the Parties. CGI may elect to add the name of a “title” sponsor and/or “presenting” sponsor to the official name of the Event and/or to the name of the Races (e.g., “[Title Sponsor] ROCK ‘N’ ROLL® CLEARWATER, presented by [Presenting Sponsor]”). When referring to any Event (or, as applicable, any Race), Host shall (and shall use reasonable efforts to cause relevant third parties to) at all times use such official name of the Event or Race (including mention of the official title sponsor, if any, and the official presenting sponsor, if any). (d) Race Dates. The Races each year of the Term will occur on the following applicable dates (each, a “Race Date”): (i) 2020: October 23-25, 2020 HOST VENUE AGREEMENT- Page 2 of 13 Confidential Agreement October 23 Expo and Race Registration October 24 Expo, Race Registration, 5K Run October 25 ½ Marathon Run (ii) 2021: TBD – October, 2021 (iii) 2022: TBD – October, 2022 (iv) 2023: TBD – October, 2023 (v) 2024: TBD – October, 2024 (e) Event Changes. Any changes in the implementation or structure of any Event must be mutually agreed to by both Parties. (f) Kids Run. CGI may conduct, as part of the Event, a CGI-owned one (1) mile kids run contemporaneously (e.g., during the same weekend) with the Races (the “Kids Run”). CGI may create additional, race-specific logos for any such additional races conducted, and such logos will be subject to the same restrictions applicable to the Event Logo (as defined in Exhibit B) under this Agreement. (g) Rights; Revenues. For the avoidance of doubt: Host shall not grant or sell sponsorships, official designations, exposition space, or any other rights at or in connection with the Event to any third parties. Except as may be otherwise expressly specified in this Agreement, CGI shall be entitled to receive and retain all Event/Race entry fees, and all other Event revenues and value in-kind in connection with the Events, including without limitation all revenues from merchandise sales, sponsorships, hospitality passes, VIP passes, exposition booth sales, product licenses, television licenses, and photograph sales. 2. Term of Agreement. This Agreement is effective beginning on the Effective Date, and will continue in effect until the date that is thirty (30) days after the 2024 Event, unless this Agreement is sooner terminated in accordance with the terms of this Agreement (the “Term”). 3. Certain Obligations of Host. (a) Support Services. Host shall timely provide to CGI (or, as the case may be, shall timely provide for CGI’s benefit), the services, value in-kind, personnel, and other items set forth in Exhibit A (collectively, the “Support Services”) for each Event. Unless otherwise expressly agreed to in this Agreement, the costs for Support Services shall be shared equally by the Parties. Additionally, all costs for any of the Support Services must be at fair market value and agreed to in advance by both Parties. All other costs associated with this Agreement shall be the responsibility of CGI. All such costs incurred by CGI are subject to prior written approval by CGI. (b) Compliance with Law. In connection with each Event and Host’s performance of its obligations under this Agreement, Host shall comply with all applicable laws, rules, and regulations. (c) Operational Aspects. In order to facilitate proper and timely planning, implementing, and conducting of each Event by CGI, Host shall, and shall cause each of its representatives, agents, and contractors to, follow instructions, solely regarding Event-related operational or technical issues, from CGI or any third party designated by CGI. (d) Intellectual Property of CGI. Except with respect to the Event Logo (the use of which by Host being subject to Section 9), Host shall not, without CGI’s prior written consent, use any intellectual property rights of CGI, including without limitation the Rock ‘n’ Roll® marks, HOST VENUE AGREEMENT- Page 3 of 13 Confidential Agreement names, and logos. Host shall promptly inform CGI of any possible misuse or infringement by any person or entity of the Event Logo or any other intellectual property of CGI. (e) Information Updates. Host shall, upon request from CGI, promptly inform CGI as to the status of the performance of Host’s obligations hereunder, including without limitation regarding the Support Services. (f) Representations. Host covenants that each of the representations and warranties made by Host in Section 8 will be true and complete at all times during the Term. 4. Certain Obligations of CGI. Subject to the terms of this Agreement, and with respect to each Event: (a) Operations, Equipment, and Personnel. Except to the extent required to be provided or obtained by Host as part of the Support Services, or as may be otherwise required under this Agreement, CGI shall provide for (or cause to be provided) all Race-related equipment, supplies, personnel (including volunteers and a local Race Director), training of personnel (including volunteers), Race manuals/programs, Race course route determination and design, Race course set-up and tear-down, online and on-site athlete registration and check-in, welcome functions, award ceremonies, procurement of facilities, facility decoration, and all other technical and operational aspects of the Race. CGI may require that each Event use Race timing, registration, photography, or other services provided by CGI or any of its affiliates, designees, or service providers. (b) Expo. CGI shall provide for a multi-day vendor exposition at each Event (the “Expo”), which Expo may be referred to as the “Health & Fitness Expo” or other name chosen by CGI. At the Expo, CGI (or its designee) may sell official Rock ‘n’ Roll®-branded (or any other) merchandise and services, and, to the extent approved in writing by CGI, Event sponsors and other Expo vendors may sell or otherwise distribute other merchandise and services. Except as may otherwise be required by applicable law, Host shall not charge or assess any fee, tax, surcharge, or other cost to or on any vendor, contractor, or any other party in connection with the Expo, or any athlete entry fees, sponsorships, or any other aspect of the Event. (c) Website; Media; Broadcasts. CGI shall provide and maintain the official website that markets the Event (the “Event Website”). CGI shall retain the rights to all imagery and audiovisual works in connection with each Event, including but not limited to, television broadcast or cablecast (live or tape-delay), radio broadcast, Internet broadcast (audio or video), videotaping, filming, and photography, all of which, as between CGI and Host, is the sole property of CGI and will not be reproduced, remarketed, or otherwise distributed or publicly displayed by Host without the written permission of CGI. CGI may, in its sole discretion, grant or license any or all of these rights to third parties or to Host. (d) Compliance with Law. In connection with each Event and CGI’s performance of its obligations under this Agreement, CGI shall comply with all applicable laws, rules, ordinances, and regulations. CGI must apply for and obtain all necessary special event permits as may be required by the Clearwater Code of Ordinances and applicable City policies. (e) Information Updates. CGI shall, upon request from Host, promptly inform Host as to the status of the performance of CGI’s obligations hereunder. (f) Representations. CGI covenants that each of the representations and warranties made by CGI in Section 8 will be true and complete at all times during the Term. HOST VENUE AGREEMENT- Page 4 of 13 Confidential Agreement (g) The costs for Support Services shall be shared equally by the Parties. Additionally, all costs for any of the Support Services must be at fair market value and agreed to in advance by both Parties. All other costs associated with this Agreement shall be the responsibility of CGI. All such costs incurred by CGI are subject to prior written approval by CGI. 5. Official Announcements; Promotions by Host. (a) Announcements. Host shall not make any public announcements of a marketing or promotional nature (whether in writing, orally, via the Internet, or otherwise) of any Event without the prior written consent of CGI in each instance (which consent will not be unreasonably withheld), except that no such consent will be required to the extent such announcements are required of Host as part of the Support Services (or otherwise required of Host under the terms of this Agreement), or that: (i) are entirely administrative in nature, such as announcements informing the public regarding operational logistics or public safety matters (e.g., road closures, Event dates, Venue access); (ii) include only information in the public domain; and (iii) are not for purposes of marketing or promotion. (b) Other Matters. Host shall not use the Event, any marketing opportunity related thereto or arising out of the Event, or the like, for any purpose other than to promote the Venue in a positive and universally appealing manner. To the extent Host is not prohibited by law from doing so, Host shall not permit any political statements, political campaign propaganda, or the like to be made (or made available) at the Event, or otherwise to be associated (or purported to be associated), whether directly or indirectly, with the Event or the marketing thereof. 6. Ambush Marketing. Host shall not cause or engage in any Ambush Marketing. “Ambush Marketing” means selling (e.g., including, but not limited to, sponsorship, merchandise, vendor space), advertising, or marketing, by any third party that is not a CGI-authorized sponsor, merchandiser, and/or vendor of the Event, where such selling, advertising, or marketing (i) is in connection with, or in proximity to, the Event, or (ii) otherwise has the effect of exploiting the goodwill of the Event and/or gaining market exposure by way of intrusive and/or associative marketing practices. 7. Exclusivity. During the Term and for a period of six (6) months immediately following the last Event held under this Agreement, Host agrees that it will not, without CGI’s prior written consent, enter into any agreement, understanding, or contract for a distance running event of ten miles or greater in the City of Clearwater or its vicinity to be held during the ninety (90) days prior to or the ninety (90) days after the date of any Event or the six (6) months following the last Event held pursuant to this Agreement. CGI acknowledges and agrees that the following Host events do not conflict with these exclusivity restrictions: Event Name Event Distance(s) Event Location Event Month Clearwater Running Festival 50k run, marathon (including relay), half marathon (including relay), 5- mile run, 5k run, kids run Clearwater, Florida January Rock the Ribbon 10k run, 5k run, kids run Clearwater, Florida September PB & J 5k/10k 15k run, 10k run, 5k run Clearwater, Florida September Tunnel to Towers 5k run Clearwater, Florida November Florida Veterans Day Cheeseburger 5k 5k run Clearwater, Florida November HOST VENUE AGREEMENT- Page 5 of 13 Confidential Agreement Brownie 5k 5k run Clearwater, Florida December Say No To Drugs Holiday Classic 10k run, 5k run, kids run Clearwater, Florida December All of the aforementioned events will be considered to not conflict with this exclusivity section as long as Host continues to operate each such event in substantially the same manner as they are currently being operated (i.e., in the same location, in the same month, and at the same race distances in the table above). For the avoidance of doubt, if one of aforementioned races is canceled, Host may not replace it with a new event. 8. Representations and Warranties. Each Party represents and warrants that: (a) It has the full right and legal authority to enter into and fully perform this Agreement in accordance with the terms and conditions contained herein; (b) This Agreement is a legal, valid, and binding obligation of such entity, enforceable against such entity in accordance with its terms; and (c) Neither the execution, delivery, nor performance of this Agreement by it violates or will violate or cause a breach of any other agreements or obligations to which it is a party or to which it is bound, and no approval, consent, notice, or other action by or to any third party or any commission, board, or other governmental authority or agency (collectively, “Authorities”) is required in connection with the execution, delivery, or performance of this Agreement (except, with respect to CGI, certain permits, approvals, consents, notices, and other actions by Authorities may be required in connection with performance by CGI of this Agreement). 9. Limited License to Use the Event Logo. (a) Grant of Limited Rights. Subject to the terms of this Agreement, CGI hereby grants to Host the limited, non-assignable, non-sublicensable, non-exclusive license to use, during the Term, the Event Logo (as defined in Exhibit B) in all reasonable forms of advertising and marketing, but only to the extent related to promotion of the Events, and subject in each instance to CGI’s prior written approval, which will not be unreasonably withheld. All uses of the Event Logo by Host must comply with the Trademark Standards & Usage Guidelines set forth in Exhibit B. (b) No Use on Products. Host shall not use, and shall not authorize, license, or permit any third party to use, the Event Logo on or in connection with any products, merchandise, souvenirs, or other goods or services, in each instance unless pre-approved by CGI in writing. (c) Ownership; Goodwill. Host acknowledges that CGI is the owner of the Event Logo and Host shall not register, or apply to register, the Event Logo, any service mark, trademark, or domain name that is similar in any manner to, or that incorporates, the Event Logo, any of CGI’s other trademarks or other intellectual property. All goodwill and rights accruing or arising under the Event Logo, or in any copyrights or other intellectual property of CGI used in connection with this Agreement or any Event, enures solely to the benefit of CGI. 10. Indemnification. (a) Each Party (the “Indemnifying Party”) shall indemnify and hold harmless the other Party, its governing body, parent, subsidiaries, and affiliates, and each of their respective officers, directors, employees, representatives, contractors, volunteers, agents, and the successors and assigns of any of them (the "Indemnified Party"), from and against all claims only to the extent caused by the sole negligence of the Indemnifying Party, its governing body, or its employees. HOST VENUE AGREEMENT- Page 6 of 13 Confidential Agreement This indemnification shall not be construed to be an indemnification for the acts, or omissions of third parties, independent contractors, or third-party agents of the Indemnifying Party. In addition, this indemnification shall be construed to limit recovery by the Indemnified Party against the Indemnifying Party to only those damages caused by the Indemnifying Party’s sole negligence, and specifically not including any attorney’s fees or costs associated therewith. (b) This indemnification shall not be construed as a waiver of the City’s sovereign immunity and shall be interpreted as limited to only such traditional liabilities for which the City could be liable under the common law interpreting the limited waiver of sovereign immunity. Any claims against the City must comply with the procedures found in §768.28, Florida Statutes. In order to comply with the requirements of §129.06, Florida Statutes, and Article VII, section 10 of the Florida Constitution, the value of this indemnification is limited to the lesser of the amount payable by either Party under the substantive provisions of this Agreement, or the limitations of §768.28, Florida Statutes. (c) This Section 10 will survive the expiration or termination of this Agreement for any reason. 11. Insurance. Each Party shall, throughout the Term, obtain and maintain its own insurance coverage as follows: (a) comprehensive general liability insurance for each Event from a reputable insurance company or through self-insurance for, without limitation, any and all claims of bodily injury, death, property damage, and advertising liability, and any and all litigation, arbitration and settlement costs, related to any claims for or by any Event participants, volunteers, referees, officials, scorekeepers, spectators, sponsors, and staff with a minimum combined single limit equal to but not less than two million U.S. dollars ($2,000,000.00) per occurrence for any one incident or accident, and not less than five million U.S. dollars ($5,000,000.00) in aggregate, which limits may be satisfied with any combination of primary and excess coverage; provided, that, any such excess coverage follows form of the primary coverage; (b) workers’ compensation insurance coverage to the extent required by applicable law; and (c) automobile liability insurance with a combined single limits of at least one million U.S. dollars ($1,000,000.00 USD) per occurrence for any one incident or accident. Each Party shall cause the other Party to be named as an additional insured in connection with each Event. Certificates evidencing the foregoing required insurance must be provided, upon request, to the other Party. 12. Termination. (a) If either Party breaches a material provision of this Agreement, the non-breaching Party may terminate this Agreement upon thirty (30) days’ written notice to the other Party (which notice must include a description of such breach) if, during such thirty (30) day period following receipt of such notice, the breaching Party fails to cure such breach. (b) Notwithstanding anything to the contrary herein, CGI may immediately terminate this Agreement: (i) at any time if CGI gives written notice to Host that CGI has determined, in its reasonable judgment, that an Event is unlikely to occur or be sufficiently profitable to CGI whether due to: (A) revocation or cancellation of, or failure to timely obtain, any of the Approvals & Permits (as defined in Exhibit A); (B) an insufficient number of paid entries or sponsorships received; or (C) any condition with respect to the Venue that could jeopardize the practicability of conducting the Race as planned, or that could create a safety risk for any Race participants or other Event visitors; or (ii) if Host files, or in good faith has filed against it, a petition in bankruptcy, or is adjudicated bankrupt or insolvent, or makes an assignment for the benefit of creditors, or an arrangement pursuant to any bankruptcy law. HOST VENUE AGREEMENT- Page 7 of 13 Confidential Agreement (c) Effects of Termination; Survival. (i) Expiration or termination of this Agreement for any reason will not relieve either Party from its obligation to perform under this Agreement to the extent such performance is due prior to the effective time of such termination. (ii) Each Party reserves all other rights and remedies hereunder and otherwise permitted by law that have accrued prior to the effective time of such expiration or termination. (iii) All rights and obligations under this Agreement that arose or accrued prior to termination or expiration of this Agreement, and that, by their nature, should survive any such termination or expiration, will survive any such termination or expiration, including without limitation the rights and obligations set forth in Sections 5, 6, 7, 10, 14, 15, 16, 17, 18, 19, Error! Reference source not found., 20, and 21. (d) The City’s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Clearwater City Council. In the event the Clearwater City Council does not appropriate funds in a sufficient amount for the City to perform its obligations under this Agreement, either Party may terminate this Agreement upon thirty (30) days written notice to the other Party. 13. Force Majeure. In the event either Party is prevented from performing any of its obligations under this Agreement by reason of any event outside of such Party’s control, including, without limitation, fire, weather, unsafe conditions, volcano, explosion, flood, landslide, epidemic, acts of nature, war, terrorism, or other hostilities, strike, civil commotion, domestic or foreign governmental acts, orders, or regulations (“Force Majeure Event”), then such obligations of such Party during the duration of such Force Majeure Event, and for a reasonable time thereafter, will be suspended. In the case of cancellation of an Event due to a Force Majeure Event, the Parties agree to negotiate a date to reschedule such Event if practicable. If such canceled Event cannot reasonably be rescheduled or relocated within the Venue, neither Party shall be deemed to be in breach of this Agreement solely because of such cancellation. Neither any such cancellation, rescheduling, or relocation, nor the inability to reschedule or relocate, will, by itself, cause this Agreement to terminate. For purposes of this Agreement, neither the cancellation by CGI of any of the Races, nor the modification of the Races (e.g., distances, routes, etc.), will be deemed to be a cancellation of the Event. 14. Confidentiality. (a) CGI acknowledges Host’s obligations under Article I, Section 24 of the Florida Constitution and under Chapter 119, Florida Statutes, to release public records to members of the public upon request and that the constitutional and statutory provisions control over the terms of this Agreement. When complying with such applicable laws and statutes, Host agrees to redact any information in this Agreement not required to be made public. (b) During the Term and the 36-month period thereafter, and to the extent not prohibited by law, each Party (the “Receiving Party”) shall, other than as provided herein, keep confidential and not use or disclose, directly or indirectly, any trade secrets, confidential, or proprietary information, or any other knowledge, information, documents, or materials, owned, developed, or possessed by the other Party, whether in tangible or intangible form (collectively, “Confidential Information”). (c) “Confidential Information” does not include any information that the Receiving Party conclusively establishes: (i) entered the public domain without Receiving Party’s breach of any obligation owed to the disclosing Party; (ii) became known to the Receiving Party prior to the disclosing Party’s disclosure of such information to such Receiving Party; (iii) is permitted to HOST VENUE AGREEMENT- Page 8 of 13 Confidential Agreement be disclosed by the prior written consent of the disclosing Party; (iv) became known to the Receiving Party from a source other than the disclosing Party, other than by breach of any obligation of confidentiality owed to the disclosing Party; or (v) was independently developed by the Receiving Party without breach of this Agreement. (d) The Receiving Party shall take all lawful measures to prevent the unauthorized use and disclosure of Confidential Information, and to prevent unauthorized persons or entities from obtaining or using Confidential Information. The Receiving Party shall refrain from directly or indirectly taking any action that would constitute or facilitate the unauthorized use or disclosure of Confidential Information. (e) If the Receiving Party is required to disclose Confidential Information in order to comply with applicable law, regulations, court order, or other legal process, the Receiving Party agrees to provide reasonable advance written notice to the disclosing Party and each of the Parties shall use its reasonable efforts to secure confidential treatment of the Confidential Information to be disclosed (whether through protective orders or otherwise) and to ensure that only the minimum amount of Confidential Information necessary to comply with such requirements is disclosed. 15. Assignment; Binding Effect. No rights or obligations under this Agreement may be assigned or delegated by Host without the prior written consent of CGI. Any purported assignment or delegation in violation of this Section is void ab initio. All of the terms of this Agreement will apply to, be binding upon, and enure to the benefit of the Parties hereto, their successors, and permitted assigns. Subject to the immediately preceding sentence, no third party will have any rights or remedies under this Agreement. 16. Relationship of the Parties. The Parties are acting herein solely as independent contractors. Nothing herein contained will create or be construed as creating a partnership, joint venture, or agency relationship between the Parties. Each Party acknowledges and agrees that it neither has nor will give the appearance or impression of having any legal authority to bind or commit the other Party in any way. Each Party will be solely responsible for all wages, income taxes, worker’s compensation, and any other requirements for all personnel it supplies in connection with this Agreement. 17. Jurisdiction. This Agreement and any claim, controversy, dispute or other matter arising hereunder or related hereto (whether by contract, tort or otherwise) shall be governed in accordance with the laws of the State of Florida, without regard to the conflict of laws provisions thereof that would result in the application of the laws of any other jurisdiction. 18. Rights and Remedies. The rights and remedies provided by this Agreement are given in addition to any other rights and remedies either Party may have by law, statute, ordinance or otherwise. All such rights and remedies are intended to be cumulative, and the use of any one right or remedy by either Party shall not preclude or waive its right to any or all other rights or remedies. 19. Notices. All notices, requests, demands, and other communications required or permitted hereunder shall be in writing and shall be deemed to have been duly given if emailed, hand delivered, or delivered by certified or registered mail or by overnight delivery service: If to Host: CITY OF CLEARWATER Address: 100 South Myrtle Avenue, Clearwater, FL 33756 Attention: Art Kader E-mail: Art.Kader@myclearwater.com (Or to such other address as Host furnishes to CGI in writing in accordance with this Section) HOST VENUE AGREEMENT- Page 9 of 13 Confidential Agreement If to CGI: COMPETITOR GROUP, INC. c/o World Triathlon Corporation 3407 W. Dr. Martin Luther King Jr. Blvd., Suite 100 Tampa, Florida 33607 Attention: Chief Legal Officer E-mail: Legal@ironman.com (Or to such other address as CGI furnishes to Host in writing in accordance with this Section) 20. No Oral or Implied Waivers or Modifications. If either Party fails to enforce any of the provisions of this Agreement or any rights hereunder or fails to exercise any election provided in this Agreement, it will not be considered to be a waiver of those provisions, rights or elections or in any way affect the validity of this Agreement. The failure of either Party to exercise any of these provisions, rights or elections will not preclude or prejudice such Party from later enforcing or exercising the same or any other provisions, rights or elections which it may have under this Agreement. No waiver will be of any force or effect unless set forth in a writing signed by the Party whose right is being waived. Subject to the immediately preceding sentence, no modifications to this Agreement will be binding upon the Parties unless modified, amended, cancelled, renewed, or extended in a writing signed by both Parties. 21. Entire Agreement. This Agreement (including all exhibits hereto) sets forth the entire agreement and understanding of the Parties relating to the subject matter hereof, and, with respect to such subject matter, supersedes all prior agreements, arrangements and understandings, written or oral, between the Parties. Except as may be expressly set forth herein, there are no promises, conditions, representations, understanding, interpretations or terms of any kind as conditions or inducement to the execution hereof or in effect between the Parties. 22. Interpretation. The section headings included in this Agreement are for convenience of reference only and will not affect or be utilized in construing or interpreting this Agreement. If any term, clause or provision hereof is held invalid or unenforceable by the arbitrator or a court of competent jurisdiction, such invalidity will not affect the validity or operation of any other term, clause or provision and such invalid term, clause, or provision will be deemed to be severed from this Agreement, provided that both the economic and legal substance of the transactions that this Agreement contemplates are not affected in a manner materially adverse to either Party. This Agreement may be executed in counterparts, each of which will be deemed an original binding document but all of which will constitute one and the same instrument. Neither this Agreement nor any provision herein will be construed in favor or against either Party based on which Party drafted this Agreement or such provision. The exchange of copies of this Agreement and of signature pages by facsimile transmission, by e-mail, in “portable document format” (PDF) form, or by any other electronic means intended to preserve the original graphic and pictorial appearance of a document, or by a combination of any such means, constitutes effective execution and delivery of this Agreement as to the Parties and may be used in lieu of an original Agreement or signature pages for all purposes. For the avoidance of doubt: signatures of the Parties transmitted by facsimile, email, or other electronic means will be deemed to be their original signatures for all purposes. [ Signature page directly follows this page ] HOST VENUE AGREEMENT- Page 10 of 13 Confidential Agreement The Parties have executed this Agreement to be effective as of the Effective Date. CGI: COMPETITOR GROUP, INC. By: ____________________________ Name: ANDREW MESSICK Title: PRESIDENT & CEO Host: CITY OF CLEARWATER, FLORIDA ______________________________ ______________________________ George N. Cretekos William B. Horne, II Mayor City Manager Approved as to form: Attest: ________________________________ ________________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk [ Exhibits to this Agreement follow this page ] HOST VENUE AGREEMENT- Page 11 of 13 Confidential Agreement EXHIBIT A Support Services With respect to each Event, Host shall, as the case may be, do, obtain, or provide (or cause to be done, obtained, or provided) the following: A-1. Approvals & Permits. Host shall support and assist CGI in procuring all governmental, regulatory, and third-party approvals, permits (excluding any alcohol permits), access rights, business licenses, consents, ordinance exemptions, commitments, and licenses necessary or useful in connection with performance by Host or CGI of this Agreement, including without limitation the conducting of the Events, the Races, and the Expos, closures of roadways, use of amplified sound and music by CGI in connection with the Events, and for all Event spaces, and Host’s provision of the Support Services (collectively, the “Approvals & Permits”). The City cannot guarantee that applicable agencies will issue Approvals & Permits. A-2. Lead Agency. Host shall serve as the “lead agency” to support the operational activities of the Event, including but not limited to facility and venue acquisition, permitting, police, security and emergency services acquisition, parking acquisition, communications acquisition, local accommodations, travel, volunteer recruitment, media, public awareness, and advocacy. Without limiting the generality of the foregoing, Host shall cause the Clearwater PD to assist CGI with securing support for the Event from the Pinellas County Sherriff Office. A-3. Police and Emergency Services. Host shall ensure that the local and regional police services will command and ensure all emergency services needed to maintain public safety throughout the duration of each Event. Host shall provide for a special command post (either temporarily installed at the site or provide space near the site) that will bring together all three emergency services (police, fire and ambulance), private security, volunteer security personnel, and communications. A-4. Traffic Control Services and Devices. Host shall provide all traffic control services and devices for each Event (including, without limitation, all personnel, devices, engineering diagrams, variable message boards, barricades, cones for traffic control, special event traffic signage, parking signs, temporary traffic light systems, traffic control vehicles equipped with yellow arrows, and plans to assure maximum road safety in partnership with local and regional police services). A-5. Venues/Facilities. During the Event (and prior to and after the Event as necessary to accommodate the Event-related functions), Host shall provide CGI access to the following venues for purposes of conducting the following Event-related functions (as applicable): USE SPECIFICATIONS RACE OFFICE Large meeting room (800 square foot space) ATHLETE REGISTRATION 3,200 square foot outdoor space to process athletes over a two-day period EXPO 20,000 – 40,000 square foot outdoor space to accommodate vendor booths near athlete registration MERCHANDISE 5,600 square foot outdoor space near athlete registration and 1,000 square foot outdoor space near the finish line (tented) VIP HOSPITALITY 5,000 square foot outdoor space located near finish line HOST VENUE AGREEMENT- Page 12 of 13 Confidential Agreement MEDICAL & MASSAGE AREA 5,000 square foot outdoor space located near finish line ATHLETE RECOVERY AREA 10,000 square foot outdoor space located near finish line. SUPPLY DEPOT Secured 40,000 square foot outdoor space needed fourteen (14) days prior to race day and two (2) days following the race to organize event supplies and unload/load trucks. * The Parties acknowledge that, as of the Effective Date, the exact dates and/or spaces/areas to be used for the Event are not finalized and that CGI will, in consultation with Host, determine the exact dates, and/or spaces/areas (as applicable) to be used for the Event. A-6. Racecourse Exclusivity and Condition. The race courses used for the Events will be mutually agreed upon by the Parties, provided, however, that Host acknowledges and agrees that the race courses used for each Event must be able to safely accommodate at least 7,500 runners for the Half Marathon course and at least 7,500 runners for the 5K course. Host shall cause the Clearwater PD to provide all roadway closures necessary to ensure a safely executed Event. Host shall ensure that all roads and all other public spaces to be used for the Races are closed to the public during the Races (and for a reasonable period before and after the Races) and are made exclusively available to CGI only during such periods. Host shall ensure that all Race routes within Venue limits are in good condition during the Event. A-7. Visual Promotion. Host shall invest in local visuals and infrastructure featuring the Event-specific colors and branding for the Event and shall maintain and place Event banners for the Event. Host shall work within the guidelines and graphic standards of CGI and will develop a strategic visual action plan in partnership with CGI. Host shall install and remove all such promotional visuals and equipment. Such installation will take place fifteen (15) days before the Event and materials will be removed no later than five (5) days after the Event. A-8. Notifications. All local residents and businesses within the Venue that are impacted by the Event must be properly notified by the Host. This includes the effects of road closures, traffic advisories, etc. A-9. Terrorism and Counterterrorism Measures. To the extent such measures are required by law or to the extent such measures are deemed necessary by local law enforcement (e.g., for the safety of the Event participants and spectators), Host shall provide counterterrorism measures required in connection with the Event, including, without limitation, anti-terrorism personnel, equipment (e.g., suppression vehicles, jersey barriers, surveillance, etc.), and services. A-10. The Costs for Support Services as contained herein shall be shared equally by the Parties. Additionally, all costs for any of the Support Services must be at fair market value and agreed to in advance by both Parties. All other costs associated with this Agreement shall be the responsibility of CGI. All such costs incurred by CGI are subject to prior written approval by CGI. * * * * * * HOST VENUE AGREEMENT- Page 13 of 13 Confidential Agreement EXHIBIT B TRADEMARK STANDARDS & USAGE GUIDELINES: EVENT-SPECIFIC LOGO Sample Event Logo Each Event will feature one or more Rock ‘n’ Roll®-branded logos customized by CGI for such Event (each, an “Event Logo”). CGI will design, create, and provide each Event Logo. The following is an example of an Event Logo from a different event: CGI may elect to, from time to time, modify the Event Logo by adding the name of a “title” sponsor or “presenting” sponsor to such logo. General The Event Logo must be used consistently and not altered. Modifications, variations, and incorrect uses of any Event Logo dilute the Rock ‘n’ Roll Marathon Series® brand and create consumer confusion, and are therefore not permitted. You play a vital role in protecting the integrity of CGI’s intellectual property, such as the Event Logo. Please familiarize yourself with the following TRADEMARK STANDARDS & USAGE GUIDELINES, which you are required to follow when using any Event Logo in connection with any Event. Pre-Approval Requirement Without exception, all proposed uses of the Event Logo must be submitted to CGI for review PRIOR TO USAGE. All approval requests for use of any Event Logo must be submitted, along with a high resolution PDF image of the proposed use, to approvals@ironman.com for review by CGI. Please allow at least ten (10) business days for all approval requests to be answered. Any proposed use or item submitted that is not approved by CGI in writing within fifteen (15) days shall be deemed disapproved. Trademark Ownership & Required Notice Each Event Logo is, and shall remain, the property of CGI. Any and all rights to, in, and under the Event Logo, or any copyright or other intellectual property of CGI, shall enure solely to the benefit of CGI. Notice must be given to the public that World Triathlon Corporation claims ownership of the Event Logo. Therefore, the following legal notice must clearly appear, in no smaller than 6-point size typeface, on all of your printed materials, products, websites, and all other items on which any Event Logo is used: Rock ‘n’ Roll® and Rock ‘n’ Roll Marathon Series® are registered trademarks of World Triathlon Corporation. Used herein by permission. Other Requirements Each use by Host of the Event Logo must: Be solely and directly related to performing Host’s obligations, or exercising its rights, under this Agreement; Not be on any merchandise or services for sale or distribution (except to the extent expressly and specifically authorized by this Agreement or separate written agreement with CGI); Not constitute or involve transfer or assignment of the License or sub-license of any Event Logo; and Not have anything embedded in, added to, or superimposed on the Event Logo, or have any colors or color scheme different than that approved by CGI. Proposed route not finalized. RNR Clearwater Half Marathon (V1) Proposed route not finalized RNR Clearwater Half Marathon (V1) 1.0.0 0.0 Start of route 0.2 2.0.2 0.2 Right onto Court St 0.1 3.0.3 0.1 Continue onto Clearwater Memorial Causeway/Pierce Blvd 1.9 4.2.2 1.9 At the traffic circle, take the 4th exit onto Coronado Dr 0.2 5.2.4 0.2 Slight right onto S Gulfview Blvd 1.0 6.3.4 1.0 Right onto Gulf Blvd 3.7 7.7.1 3.7 Left onto Belleair Bluffs/Causeway Blvd 1.3 8.8.4 1.3 Continue onto W Bay Dr 0.0 9.8.4 0.0 Left onto Bluff View Dr 1.0 10.9.5 1.0 Left onto Indian Rocks Rd 0.0 11.9.5 0.0 Slight left onto Magnolia Rd 0.3 12.9.8 0.3 Left onto Ponce De Leon Blvd 0.8 13.10.6 0.8 At the traffic circle, take the 3rd exit onto Indian Rocks Rd 0.7 14.11.4 0.7 Left onto Belleview Blvd 0.1 15.11.5 0.1 Belleview Blvd turns slightly right and becomes Druid Rd S 1.6 16.13.1 1.6 Left at the 1st cross street onto Clearwater Memorial Causeway/Cleveland St 0.2 17.13.3 0.2 Clearwater Memorial Causeway/Cleveland St turns right and becomes Drew St 0.1 18.13.3 0.1 End of route 0.0 13.3 miles. +187/-215 feet Proposed route not finalized Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7399 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Approve the final plat for Aspen Trail, whose physical address is 3474 Aspen Trail and located south of Curlew Road and east of US 19. (consent) SUMMARY: This plat will create 33 residential lots for a single-family development. The project site consists of 24.5 acres M.O.L. This was approved through the Development Review Committee on June 6th, 2019. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 2/5/2020 CURLEW RD 69th ST N70th ST N298th AVE N NORTHSIDE DR NORTHRIDGE DR BRATTLE LN LAKE SHORE LN HIGHLAND ACRES DR 69th WAY N297th AVE N 66th ST NSEACOL ST MEADOW WOOD DR 67th ST N68th ST NCOUNTRYSIDEBLVD301st AVE N 300th AVE N SKIPPER TRL MARIGOLD DR MULBERRY DR 66th WAY N67th WAY NBUCKHORN DR PINE HAVEN DR ASPEN TRL WICKS DR BEAVER DR ELDERBERRY DR MULBERRY DR S BONNER AVE KAREN ST WYNFORD DR CUMBERLAND TRL TALLEY DR BEECH TRL 66th ST ZARA WAY NORTHRIDGE DR EWIND CHIME DR E LAKE SHORE LN DAVID CT BARBARA ST LINDA CT SCOTT CT FAIRFIELD TRL RODNEY CT SWEETWATER TRL VELVENTOS DR MORGAN CT BEAUMONT CT BREWTON CT REDFORD CT W WESTVIEW CT S LAKE SHORE LN SAXONY CT W SEDGEFIELD CT W 297th AVE N ASPEN DR MONTAGUE CT W BRUSHWOOD CT LOCATION MAP Document Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Aspen Trail Sub Plat.mxd ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Aspen Trail Subdivision Plat Page 1 of 1Date:12/13/2019CRMMap Gen By:18-28s-16eS-T-R:TMReviewed By:166B/177BGrid #: Plat Location ^ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7400 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Approve the final plat for Santorini Trace, whose physical address is 1501 South Highland Avenue and located on the southeast corner of Nursery Road and Highland Avenue. (consent) SUMMARY: This will be a 52-lot plat for a townhome development with eight residential buildings, a community building and pool area. The project site consists of 4.9 acres M.O.L. This development was approved through the Development Review Committee on July 3rd, 2019 and the Community Development Board on August 8th, 2019. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 2/5/2020 S LAKE AVE NURSERY RD BELLEAIR RD S HIGHLAND AVE LIME ST CITRUS ST LEMON ST ORANGE ST TEMPLE ST ROSE ST REGAL RD SEABREEZE ST SIMMONS DR EDEN CT LAKE WAY EUNICE LN BRAUND ST PARKSIDE DR BLUE SEA ST PALMWOOD DR WILDWOOD RD BELLROSE DR N HARDWOOD DR FRUITWOOD DR WHITEWOOD DR JORDAN HILLS CT ORANGE ST CITRUS ST LEMON ST LIME ST SEABREEZE ST CALDERA CT FIGLEAF LN SANTORINI CT LOCATION MAP Document Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Santorini Trace Plat.mxd ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Santorini Trace Plat Page 1 of 1Date:12/13/2019CRMMap Gen By:23-29s-15eS-T-R:TMReviewed By:315AGrid #: Plat Location ^ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7402 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Approve the conveyance of a Distribution Easement to Duke Energy Florida, LLC, d/b/a Duke Energy, for the installation, operation and maintenance of electric facilities to support Duke’s new transformer and facility installation at 3060 N McMullen Booth Road and authorize the appropriate officials to execute same. (consent) SUMMARY: Parks & Recreation is in the process of completing a new $2.3 million project at the Countryside Sports Complex to construct a new, larger two-story building, press box, offices, storage, rest room, lockers, and concession. In addition, the stadium and surrounding fields will have illumination upgrades from current levels of approximately 20-foot candles to 30 and 50-foot candles. These proposed changes require a larger transformer located in the center of the complex. Duke Energy will remove the existing smaller transformer and replace it with a larger one. The proposed easement will provide Duke Energy with the property rights necessary to construct and maintain its electric equipment within the easement to serve the City ’s Countryside Sports Complex. Page 1 City of Clearwater Printed on 2/5/2020 Prepared By: Bruce C. Crawford, Esquire Return To: Duke Energy 10901 Danka Circle, Suite C Attn: Land Services St. Petersburg, Florida 33716 2401 25th Street North (SP-15) St. Petersburg, Florida 33713 SEC: 21 TWP: 28S RGE: 16E COUNTY: PINELLAS PROJECT: CW-19-34246410 GRANTOR: CITY OF CLEARWATER ADDRESS: PO BOX 4748, Clearwater, FL. 33758-4748 SITE ADDRESS: 3060 N McMullen Booth Rd, Clearwater, FL, 33761 TAX PARCEL NUMBER: 21-28-16-00000-320-0100 DISTRIBUTION EASEMENT KNOW ALL MEN BY THESE PRESENTS, that the undersigned, their heirs, successors, lessees and assigns (“GRANTOR”), in consideration of the mutual benefits, covenants and conditions herein contained, does hereby grant and convey to DUKE ENERGY FLORIDA, LLC, d/b/a DUKE ENERGY, a Florida Limited Liability Company, Post Office Box 14042, St. Petersburg, Florida 33733, and to its successors and assigns, (“GRANTEE”), an easement to install, operate and maintain in perpetuity, such facilities as may be necessary or desirable for providing electric energy and, said facilities being located in the following described “Easement Area” within GRANTOR’S premises in Pinellas County, to wit: A 10.00 foot wide Easement Area lying 5.00 feet on each side of GRANTEE's facilities, as built and installed at a mutually agreeable location over, under, upon, across, through and within the following described property to accommodate present and future development: See legal description on the accompanying Exhibit “A” attached hereto and incorporated herein by this reference. The rights herein granted to GRANTEE by GRANTOR specifically include: (a) the right for GRANTEE to patrol, inspect, alter, improve, repair, rebuild, relocate, and remove said facilities; further GRANTEE hereby agrees to restore the Easement Area to as near as practicable the condition which existed prior to such construction, repairs, alteration, replacement, relocation or removal as a result of GRANTEE’s safe and efficient installation, operation or maintenance of said facilities; (b) the reasonable right for GRANTEE to increase or decrease the voltage and to change the quantity and type of facilities; (c) the reasonable right for GRANTEE to clear the Easement Area of trees, limbs, undergrowth and other physical objects which, in the opinion of GRANTEE, endanger or interfere with the safe and efficient installation, operation or maintenance of said facilities; (d) the reasonable right for GRANTEE to request that GRANTOR trim or remove any trees or vegetation adjacent to, but outside the Easement Area which, in the reasonable opinion of GRANTEE, endangers or interferes with the safe and efficient installation, operation or maintenance of said facilities; (e) the reasonable right for GRANTEE to enter upon land of the GRANTOR adjacent to said Easement Area for the purpose of exercising the rights herein granted; and (f) all other rights and privileges reasonably necessary or convenient for GRANTEE’s safe and efficient installation, operation and maintenance of said facilities and for the enjoyment and use of said easement for the purposes described above. The rights and easement herein granted are non-exclusive as to entities not engaged in the provision of electric energy and service and GRANTOR reserves the right to grant rights to others affecting said easement area provided that such rights do not create an unsafe condition or unreasonably conflict with the rights granted to GRANTEE herein. GRANTOR hereby covenants and agrees that no buildings, structures or obstacles (except fences) shall be located, constructed, excavated or created within the Easement Area. If the fences are installed, they shall be placed so as to allow ready access to GRANTEE’s facilities and provide a working space of not less than ten (10) feet on the opening side, six (6) feet on the back for working space and three (3) feet on all other sides of any pad mounted transformer. If GRANTOR’s future orderly development of the premises is in physical conflict with GRANTEE’s facilities, GRANTEE shall, within 60 days after receipt of written request from GRANTOR, relocate said facilities to another mutually agreed upon Easement Area in GRANTOR’s premises, provided that (a) GRANTOR shall reimburse GRANTEE the full actual cost of the relocation, and (b) GRANTOR shall execute and deliver to GRANTEE, at no cost, an acceptable and recordable easement to cover the relocated facilities. Upon the completion of the relocation, the easement herein shall be considered cancelled as to the portion vacated by such relocation. If this easement is being granted to provide electric service to GRANTOR, then this legal description was provided by GRANTOR. In the event facilities are located outside of this legal description, GRANTOR shall pay for any relocation costs necessary or shall amend this legal description to cover the actual facilities. Should this easement be granted to provide electric service to a third party, GRANTEE shall provide the legal description and GRANTOR shall not have any liability related to errors in the legal description. GRANTOR covenants not to interfere with GRANTEE’s facilities within the Easement Area in GRANTOR’s premises, and GRANTOR further covenants to indemnify to the extent of Florida Statute 768.28 and hold GRANTEE harmless from damages and injuries, whether to persons or property, arising directly from the negligent act related to GRANTEE’s facilities by GRANTOR or by GRANTOR’ s agents or employees. Nothing contained herein, however, shall be construed to waive or modify the provisions of Florida Statute 768.28 or the doctrine of sovereign immunity as to any party hereto. In addition, nothing contained herein shall be construed as consent by the GRANTOR to be sued by third parties in any manner arising from this grant of easement, or as a waiver of sovereign immunity. GRANTEE agrees to indemnify and hold GRANTOR harmless for, from and against any and all losses, claims or damages incurred by GRANTOR arising directly from GRANTEE’s negligence or failure to exercise reasonable care in the construction, reconstruction, operation, use or maintenance of GRANTEE's facilities located on the above described easement. GRANTOR hereby warrants and covenants (a) that GRANTOR is the owner of the fee simple title to the premises in which the above described Easement Area is located, (b) that GRANTOR has full right and lawful authority to grant and convey this easement to GRANTEE, and (c) that GRANTEE shall have quiet and peaceful possession, use and enjoyment of this easement. All covenants, terms, provisions and conditions herein contained shall inure and extend to and be obligatory upon the heirs, successors, lessees and assigns of the respective parties hereto. IN WITNESS WHEREOF, the said GRANTOR has caused this easement to be signed in its corporate name by its proper officers thereunto duly authorized and its official corporate seal to be hereunto affixed and attested this _____ day of ___________________________, 20___. GRANTOR: Countersigned: _________________________________ By: _______________________________ George N. Cretekos, Mayor William B. Horne, II, City Manager Approved as to form: Attest: ____________________________ ____________________________ Laura Mahony Rosemarie Call, City Clerk Assistant City Attorney State of Florida ) ) ss County of Pinellas ) BEFORE ME, the undersigned, personally appeared George N. Cretekos and William B. Horne, II, the Mayor and City Manager, respectively, of the City of Clearwater, Florida, who executed the foregoing instrument and acknowledged the execution thereof to be their free act and deed for the use and purpose herein set forth, and who are personally known to me. WITNESS my hand and official seal this _______ day of _____________________, 20___ ____________________________________ My commission expires: Notary Public Print/Type Name ______________________ Chi Chi Rodriguez Golf Course M&B 32/00 LOT 9 LOT 10 M&B 32/00 Woodsong Subdivion PB 115, Pg 42 M&B 23/111 M&B 23/11 McMullen Booth Road ( County Road 611)(200' Right-of-Way )Countryside Sports Complex South Parcel M&B 32/01 East line of the SW 14 of Sec 21-28N-16 EEasterly 680' Westerly 580' of Easterly 680'Northerly 930'North Parcel State R o a d 5 8 0 ( Righ t - o f - W a y V a r i e s )±3,000' to North Right-of-Wayof State Road 580The South parcel of the Countryside Sports Complex also described as follows: Westerly 580 feet of the Easterly 680 feet of the North 930 feet of the SW 14 of Section 21-28-16. Legal Description CITY OF CLEARWATER ENGINEERING DEPARTMENT DRAWN BY CHECKED BY DATE DRAWN SEC-TWNSP-RNG DWG. NO.SHEET OFExhibit A 10' Duke Energy Electrical Distribution Easement Countryside Sports ComplexMJR 01/07/2020 Lgl_2020-02 1 1 21 28 N 16 E SR 580 N McMULLEN BOOTH RD RIGSBY LN MEADOW OAK DR ECORAL LN WOODSONG LN JUNIPERUS DR SILVER FOX DR 3055 296731 5 3 2871 29742967313529742951 29293055 29653030 2910 2966311 3 2870 2851 50292933297329852996 281329732928297028792937 3095 29642981 2980 294529922991 305531 5 5 32903130 29652997 2986318029683150 29753145 29692891 3290313131 5 1 2987 AERIAL MAP ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Countryside Spots Complex3060 N McMullen Booth Rd.Parcel Number: 21-28-16-00000-320-0100 Page 1 of 1Aerial Flown 2019 Date:1/13/2020WDMap Gen By:21-28s-16eS-T-R: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\3060 N McMullen Booth Rd.mxd RBReviewed By: 1005 3060 201AGrid #: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7422 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.8 SUBJECT/RECOMMENDATION: Approve the conveyance of a Distribution Easement to Duke Energy Florida, LLC, d/b/a Duke Energy, for the installation, operation and maintenance of electric facilities to support Duke’s new infrastructure installation west of S. Gulfview Blvd., Clearwater Beach and authorize the appropriate officials to execute same. (consent) SUMMARY: The proposed easement along S. Gulfview Blvd., from south of the Pier 60 parking lot entrance to just south of 5th St., will provide Duke Energy with the property rights necessary to construct and maintain its electrical facilities within the easement to serve Clearwater Beach. Page 1 City of Clearwater Printed on 2/5/2020 Prepared By: Manny R. Vilaret, Esquire Return To: Duke Energy Vilaret Law, PLLC Attn: Land Services 10901 Danka Circle, Suite C 2401 25th Street North, SP-15 St. Petersburg, Florida 33716 St. Petersburg, Florida 33713 SEC: 07 TWP: 29S RGE: 15E COUNTY: PINELLAS PROJECT: CW-19-34514456 GRANTOR: CITY OF CLEARWATER ADDRESS: PO BOX 4748, Clearwater, FL. 33758-4748 SITE ADDRESS: S Gulfview Blvd, Clearwater Beach, FL, 33767 TAX PARCEL NUMBERS: 07-29-15-52380-000-0010 & 07-29-15-52380-000-0181 DISTRIBUTION EASEMENT KNOW ALL MEN BY THESE PRESENTS, that the undersigned, their heirs, successors, lessees and assigns (“GRANTOR”), in consideration of the mutual benefits, covenants and conditions herein contained, does hereby grant and convey to DUKE ENERGY FLORIDA, LLC, d/b/a DUKE ENERGY, a Florida Limited Liability Company, Post Office Box 14042, St. Petersburg, Florida 33733, and to its successors and assigns, (“GRANTEE”), an easement to install, operate and maintain in perpetuity, such facilities as may be necessary or desirable for providing electric energy and, said facilities being located in the following described “Easement Area” within GRANTOR’S premises in Pinellas County, to wit: A 10.00 foot wide Easement Area lying 5.00 feet on each side of GRANTEE's facilities, as built and installed at a mutually agreeable location over, under, upon, across, through and within the following described property to accommodate present and future development: Lots 1 through 32, LLOYD-WHITE SKINNER SUBDIVISION, according to the map or plat thereof as recorded in Plat Book 13, Pages 12 and 13 of the Public Records of Pinellas County, Florida. The rights herein granted to GRANTEE by GRANTOR specifically include: (a) the right for GRANTEE to patrol, inspect, alter, improve, repair, rebuild, relocate, and remove said facilities; further GRANTEE hereby agrees to restore the Easement Area to as near as practicable the condition which existed prior to such construction, repairs, alteration, replacement, relocation or removal as a result of GRANTEE’s safe and efficient installation, operation or maintenance of said facilities; (b) the reasonable right for GRANTEE to increase or decrease the voltage and to change the quantity and type of facilities; (c) the reasonable right for GRANTEE to clear the Easement Area of trees, limbs, undergrowth and other physical objects which, in the opinion of GRANTEE, endanger or interfere with the safe and efficient installation, operation or maintenance of said facilities; (d) the reasonable right for GRANTEE to request that GRANTOR trim or remove any trees or vegetation adjacent to, but outside the Easement Area which, in the reasonable opinion of GRANTEE, endangers or interferes with the safe and efficient installation, operation or maintenance of said facilities; (e) the reasonable right for GRANTEE to enter upon land of the GRANTOR adjacent to said Easement Area for the purpose of exercising the rights herein granted; and (f) all other rights and privileges reasonably necessary or convenient for GRANTEE’s safe and efficient installation, operation and maintenance of said facilities and for the enjoyment and use of said easement for the purposes described above. The rights and easement herein granted are non-exclusive as to entities not engaged in the provision of electric energy and service and GRANTOR reserves the right to grant rights to others affecting said easement area provided that such rights do not create an unsafe condition or unreasonably conflict with the rights granted to GRANTEE herein. GRANTOR hereby covenants and agrees that no buildings, structures or obstacles (except fences) shall be located, constructed, excavated or created within the Easement Area. If the fences are installed, they shall be placed so as to allow ready access to GRANTEE’s facilities and provide a working space of not less than ten (10) feet on the opening side, six (6) feet on the back for working space and three (3) feet on all other sides of any pad mounted transformer. If GRANTOR’s future orderly development of the premises is in physical conflict with GRANTEE’s facilities, GRANTEE shall, within 60 days after receipt of written request from GRANTOR, relocate said facilities to another mutually agreed upon Easement Area in GRANTOR’s premises, provided that (a) GRANTOR shall reimburse GRANTEE the full actual cost of the relocation, and (b) GRANTOR shall execute and deliver to GRANTEE, at no cost, an acceptable and recordable easement to cover the relocated facilities. Upon the completion of the relocation, the easement herein shall be considered cancelled as to the portion vacated by such relocation. If this easement is being granted to provide electric service to GRANTOR, then this legal description was provided by GRANTOR. In the event facilities are located outside of this legal description, GRANTOR shall pay for any relocation costs necessary or shall amend this legal description to cover the actual facilities. Should this easement be granted to provide electric service to a third party, GRANTEE shall provide the legal description and GRANTOR shall not have any liability related to errors in the legal description. GRANTOR covenants not to interfere with GRANTEE’s facilities within the Easement Area in GRANTOR’s premises, and GRANTOR further covenants to indemnify to the extent of Florida Statute 768.28 and hold GRANTEE harmless from damages and injuries, whether to persons or property, arising directly from the negligent act related to GRANTEE’s facilities by GRANTOR or by GRANTOR’ s agents or employees. Nothing contained herein, however, shall be construed to waive or modify the provisions of Florida Statute 768.28 or the doctrine of sovereign immunity as to any party hereto. In addition, nothing contained herein shall be construed as consent by the GRANTOR to be sued by third parties in any manner arising from this grant of easement, or as a waiver of sovereign immunity. GRANTEE agrees to indemnify and hold GRANTOR harmless for, from and against any and all losses, claims or damages incurred by GRANTOR arising directly from GRANTEE’s negligence or failure to exercise reasonable care in the construction, reconstruction, operation, use or maintenance of GRANTEE's facilities located on the above described easement. GRANTOR hereby warrants and covenants (a) that GRANTOR is the owner of the fee simple title to the premises in which the above described Easement Area is located, (b) that GRANTOR has full right and lawful authority to grant and convey this easement to GRANTEE, and (c) that GRANTEE shall have quiet and peaceful possession, use and enjoyment of this easement. All covenants, terms, provisions and conditions herein contained shall inure and extend to and be obligatory upon the heirs, successors, lessees and assigns of the respective parties hereto. IN WITNESS WHEREOF, the said GRANTOR has caused this easement to be signed in its corporate name by its proper officers thereunto duly authorized and its official corporate seal to be hereunto affixed and attested this _____ day of ___________________________, 2020. GRANTOR: Countersigned: CITY OF CLEARWATER _________________________________ By: _______________________________ George N. Cretekos, Mayor William B. Horne, II, City Manager Approved as to form: Attest: ____________________________ ____________________________ Laura Mahony Rosemarie Call, City Clerk Assistant City Attorney State of Florida ) )ss County of Pinellas ) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day _____________, 2020, by George N. Cretekos and William B. Horne, II, the Mayor and City Manager, respectively, of the City of Clearwater, Florida, on behalf of the City who is personally known to me or who has produced _________________________________ as identification. [Notary Seal] _______________________________________ Notary Public _______________________________________ Name typed, printed or stamped My Commission Expires: __________________ CORONADO DR HAMDEN DR BAYSIDE DR BRIGHTWATER DR FIFTH ST THIRD ST S GULFVIEW BLVD SECOND ST AERIAL MAP ² N.T.S.Scale: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\Lloyd-White Skinner SubDistribution Easment.mxd Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com 10' Wide Duke Energy Distribution EasementParcel Numbers:07-29-15-52380-000-0010 & 07-29-15-52380-000-0181 Page 1 of 1Aerial Flown 20198-29s-15eS-T-R:276AGrid #: Property Outline WDMap Gen By:PWDReviewed By:Date:1/21/2020 Approximate 10' Wide Easement Location Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-7342 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 7.9 SUBJECT/RECOMMENDATION: Authorize an increase of $116,913 to Purchase Order 20000118 to Municipal Equipment Co., LLC, Orlando, FL to fund the outfitting of personnel with appropriate Personal Protective Equipment (PPE), increasing the not-to-exceed amount from $138,087 to $255,000 for the period of October 3, 2019 through June 30, 2020, with a possible two one-year renewal options at an annual amount not-to-exceed $255,000, pursuant to Clearwater Code of Ordinances Section 2.564(b) - Other Governmental Bid, and authorize the appropriate officials to execute the same. (consent) SUMMARY: The approved Fiscal Year 2020 budget included funding in the capital improvement projects (CIP) and the department’s operating budgets for the purchase of personal protective equipment (PPE). On October 3, 2019, the City Council approved a purchase order for $138,087. To date, the department has spent $138,087 toward this request for $255,000. Previously, the department had a multi-year contract with another vendor, where several concerns were identified, one being significant cost increases compared to other vendors. The contract expired on September 30,2019. The department sought other vendors with a goal of finding competitive pricing and the ability to provide PPE in a timely manner as supported by the October 2019 purchase. The original $138,087 requested in October 2019 was to fulfill the outfitting of the newly hired recruit class and immediate PPE replacements. The original request did not take into consideration the remaining replacement PPE for the firefighters; therefore, we respectfully request the increase to $255,000. CIP project 91261 outfits firefighters with personal protective equipment. This project also provides for the National Fire Protection Association (NFPA) 1852 compliance and generates a revolving replacement schedule for PPE that has reached its 5-year life expectancy. PPE provides a high degree of protection for firefighters, along with, providing many safety features members will use during an emergency response. Funding will be partially reimbursed by Pinellas County, as the equipment will help serve any unincorporated resident of the Clearwater Fire District. The current Lake County contract term expires June 30, 2020. In the event the Lake County contract is extended annually through the maximum term, ending June 30, 2022, the City of Clearwater will consider two one-year extensions. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#19-7342 Funds are available in capital project 315-91261, Personal Protective Equipment, to fund the balance of this purchase order. Funding for future years will be requested in the annual budget process. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 2/5/2020 TY rLORIDA CONTRACT NO. 17-0606H Fire Equipment Parts - Supplies - Service LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of Municipal Equipment Company LLC (hereinafter "Contractor") to supply fire equipment parts, supplies, and services to the County pursuant to County Bid number 17-0606 (hereinafter "Bid"), addenda nos. 1 and 2, opening date 12/13/2016 and Contractor's Bid response thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. No financial obligation under this contract shall accrue against the County until a specific purchase transaction is completed pursuant to the terms and conditions of this contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: Insurance Certificate - an acceptable insurance certificate (in accordance with Section 1.8 of Bid) must be received and approved by County Risk Management prior to any purchase transactions against the contract. The County's Procurement Services Manager shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his or her option, declare this contract terminated, and for any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and their surety for any required bond shall be liable. This Contract is effective from July 1, 2017 through June 30, 2018 except the County reserves the right to terminate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice for the convenience of the County. This Contract provides for four (4) one year renewals at Lake County's sole option at the terms noted in the Bid. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Manager. Distribution: Original-Bid File Copy-Contractor Copy-Department LAKE COUNTY, FLORIDA By: /YW-wlv----Senior Contracting Officer Date: :3-J.-I -1--0 1, "Earning Community Confidence Through Excellence in Service" Office of Procurement Services 315 W. Main, Suite 441 P.O. Box 7800 Tavares, Florida 32778-7800 Ph (352) 343-9839 Fax (352) 343-9473 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7403 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 7.10 SUBJECT/RECOMMENDATION: Authorize a Purchase Order to the vendors identified below in the cumulative annual not-to-exceed amount of $50,000 to provide fire clothing and equipment for the initial term, February 15, 2020 through February 14, 2021, with two one-year renewal options pursuant to City of Clearwater’s Invitation to Bid 05-20, Fire Clothing and Equipment, and authorize the appropriate officials to execute same. (consent) SUMMARY: Purchasing issued ITB 05-20, Fire Clothing and Equipment, and award recommendations were made as follows: North American Fire Equipment Company, Inc. Items: All polos and dress uniforms including oxford shoes, bell caps, and alterations. Signal 15 Inc. Items: All other uniform items and accessories including t-shirts, pants, soft shell jackets, ballcaps, ties, job shirts, and jumpsuits. To ensure a continuity of supply, flexibility to order product from either vendor as a secondary source, and tertiary from the open market may be used if needed. The approved Fiscal Year 2020 budget included funding in the department’s operating budget for these purchases. Funding will be partially reimbursed by Pinellas County, as the clothing and equipment will help serve any unincorporated resident of the Clearwater Fire District. APPROPRIATION CODE AND AMOUNT: Funds are available in the operating budget under cost centers 0101220-547100, 0101251- 547100, 0101252-547100. Funding for future years will be requested in the annual budget process. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 2/5/2020 - December 23, 2019 NOTICE OF INTENT TO AWARD Clearwater Fire & Rescue and Purchasing recommend award of ITB No. 05-20, Fire Clothing and Equipment, the lowest most responsible bidders, in accordance with the bid specifications, in the estimated amount of $50,000 annually, for a period of one (1) year, with two (2), one (1) year extension options. Primary award is as follows: Company: North American Fire Equipment Company, Inc. Items: All polos and dress uniforms including oxford shoes, bell caps and alterations. Company: Signal 15 Inc. Items: All other uniform items and accessories including t-shirts, pants, button-up shirts, soft shell jackets, ballcaps, ties, job shirts and jumpsuits. To ensure a continuity of supply, flexibility to order product from either vendor as a secondary source, and tertiary from the open market may be used if needed. This Award recommendation will be considered by the City Council at the January 13, 2020 Work Session (9:00 a.m.) and voted on at the January 16, 2020 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 562-4634, or mailed to City of Clearwater, Attn: Purchasing, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Valerie Craig Valerie Craig Procurement Analyst CITY OF CLEARWATER ITB #05-20, FIRE CLOTHING AND EQUIPMENT DUE DATE: NOVEMBER 6, 2019 BID TABULATION Description Brand Style # Est. Quantity (UOM) Size Price Oversized Oversized Pricing Size Price Oversized Oversized Pricing Size Price Oversized Oversized Pricing Uniforms SOFT SHELL JACKET, BLACK ROTHCO 9834 1 S-XL $ 66.95 2XL 3XL $71.95 $79.95 S-XL $ 60.00 2XL 3XL $65 $70 PANTS, STATION NAVY RED KAP PT20NV 6 28-42 $ 19.95 44-50 52-60 $22.95 $24.95 24-42 $ 15.25 44+ INSEAM 33/35/ $17 $16.25 SHIRTS, SHORT SLEEVE BLUE SOUTH EASTERN 3203 6 14-17.5 $ 32.45 18-19 19.5-20 $35.45 $39.45 14-17.5 $ 35.50 18-19 19.5-20 $38.50 $39.50 SHIRTS, LONG SLEEVE BLUE SOUTH EASTERN 3103 1 14-17.5 $ 34.95 18-19 19.5-20 $38.45 $42.95 14-17.5 $ 38.75 18-19 19.5-20 $41.75 $42.75 T-SHIRTS, SHORT SLEEVE NAVY ANY 50/50 COTTON BLEND 8 NO BID NO BID NO BID NO BID S-XL $ 5.50 2XL 3XL $7 $8 T-SHIRTS, LONG SLEEVE NAVY ANY 50/50 COTTON BLEND 3 NO BID NO BID NO BID NO BID S-XL $ 7.75 2XL 3XL $9.25 $10.25 SHORTS, BDU ZIPPER NAVY PROPPER F5261 2 S-2XL $ 22.95 S-2XL $ 21.70 JUMPSUIT, NAVY RED KAP CP40NV 1 S-XL $ 75.95 2XL-3XL $ 80.95 S-XL $ 69.95 2XL-3XL $ 76.95 HAT, BALLCAP NAVY ANY ANY 1 S/M-L/XL $ 14.95 ALL $ 12.50 TIE, CLIP-ON BLACK 90049 1 ALL $ 6.50 ALL $ 4.95 SHIRTS, SHORT SLEEVE WHITE SOUTH EASTERN 3202 6 14-17.5 $ 32.45 18-19 19.5-20 $35.45 $39.45 14-17.5 $ 35.50 18-19 19.5-20 $38.50 $39.50 SHIRTS, LONG SLEEVE WHITE SOUTH EASTERN 3102 1 14-17.5 $ 34.95 18-19 19-20 $38.45 $42.95 14-17.5 $ 38.75 18-19 19.5-20 $41.75 $42.75 JACKET, BLAZER DARK NAVY FLYING CROSS N/A 1 36-46 $ 289.00 48-54 56-60 $319 $339 NO BID NO BID NO BID NO BID TROUSERS, DRESS DARK NAVY FLYING CROSS N/A 1 28-42 $ 99.00 44-50 $ 109.00 NO BID NO BID NO BID NO BID CAP, BELL CROWN WHITE CUSTOM N/A N/A 1 S-2XL $ 109.00 ALL $ 64.00 SHOES, HI GLOSS OXFORD BATES 22141 1 ALL $ 69.95 ALL $ 65.00 Moisture Wicking Polo Shirt Short Sleeve, WHITE CORNERSTONE N/A 5 S-XL $ 35.95 2XL 3XL $37.95 $39.95 1-7 S-XL $ 43.40 XXL $ 45.40 PANTS, CLASSIC CARGO TRU-SPEC 1186 6 28-44 $ 42.25 46-54 $ 47.25 28-44 $ 38.20 46+ $ 42.00 PANTS, STATION BLACK RED KAP PT20BK 6 28-42 $ 20.50 44-60 $ 23.50 24-42 $ 15.25 44+ INSEAM 33/35/ $17 $16.25 ALTERATION TO CLASS A BLAZER FLYING CROSS N/A per stripe $ 15.00 per maltese cross $ 5.00 per braid $ 18.00 per maltese cross $ 3.75 PANTS, TACTICAL NAVY PROPPER 25214 3 30-56 $ 38.95 28-56 $ 38.20 T-SHIRTS, SHORT SLEEVE GREY ANY 50/50 COTTON BLEND 6 NO BID NO BID NO BID NO BID S-XL $ 5.50 2XL 3XL $7 $8 T-SHIRTS, LONG SLEEVE GREY ANY 50/50 COTTON BLEND 3 NO BID NO BID NO BID NO BID S-XL $ 7.75 2XL 3XL $9.25 $10.25 PANTS, SUPERVISOR 100% POLY BLACK SOUTH EASTERN 9009 3 28-42 $ 36.95 44-50 $ 39.95 28-42 $ 29.00 44-50 52-54 $31 $32.50 T-SHIRTS, SHORT SLEEVE WHITE ANY 50/50 COTTON BLEND 6 NO BID NO BID NO BID NO BID S-XL $ 4.50 2XL 3XL $6 $7 T-SHIRTS, LONG SLEEVE WHITE ANY 50/50 COTTON BLEND 3 NO BID NO BID NO BID NO BID S-XL $ 6.25 2XL 3XL $8.25 $9.25 PANTS, TACTICAL BLACK PROPPER F527450 3 30-56 $ 38.95 28-56 $ 38.20 COAT, MILITARY POLY WOOL BLEND MCBLUE (BLACK)FECH 19B9996C 1 ALL $ 795.00 NO BID NO BID NO BID NO BID TROUSERS, MILITARY POLY WOOL BLEND FECH 28P8696C 1 ALL $ 175.00 NO BID NO BID NO BID NO BID SHIRTS, JOBSHIRTS ANY ANY 1 S-XL $ 46.95 S-5XL $62.00 star indicates intent to award Uniforms Manufacturing, Inc (UMI) **non-responsive**North America Fire Equipment Company Inc. Signal 15 Inc. Page 1 of 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7406 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.11 SUBJECT/RECOMMENDATION: Declare surplus and authorize disposition of identified vehicles and equipment via auction to the highest bidder, pursuant to Clearwater Code of Ordinances Section 2.622, Surplus Personal Property, and authorize the appropriate officials to execute same. (consent) SUMMARY: G4272 was wrecked on December 17, 2019 and deemed a total loss by the Risk Management Division. The amount to be reimbursed by Risk is to be determined. The Resource Management Committee approved the replacement of G4272 and its prospective replacement has already been ordered. G0433 G1392 G1399 G1622 G2045 G2046 G2951 and G3280 are generators that have been turned in to Fleet from various departments. These generators are obsolete and worn and will not be replaced. City Council authorization for surplus is required in accordance with Code Section 2.622, when the sale of common bulk items is estimated to exceed $5,000. APPROPRIATION CODE AND AMOUNT: 566-00000-364413- Surplus Vehicles (Amount TBD) 3667366-L1911 Off Cycle Vehicle/Equipment Replacement (Amount TBD) Page 1 City of Clearwater Printed on 2/5/2020 ITEM#ASSET G#ASSET ID NUMBER YEAR DESCRIPTION MILEAGE or HOURS REASON FOR SURPLUS/DISPOSAL REPLACED BY 1 G0433 575950357 1974 ONAN Generator 370 obsolete or worn no replacement 2 G1392 1910417929 1991 ONAN 600KW Generator 760 obsolete or worn no replacement 3 G1399 6FA08902 1993 CAT 600KW Generator 1,534 obsolete or worn no replacement 4 G1622 228618 1992 Echo PB2 Generator n/a obsolete or worn no replacement 5 G2045 2037312 1997 CAT 60KW Generator 442 obsolete or worn no replacement 6 G2046 B508J925 1998 ELL/MAG 100KW Generator 769 obsolete or worn no replacement 7 G2951 771099 2004 Kohler Generator 378 obsolete or worn no replacement 8 G3280 891434 1990 ONAN 25KW Generator 600 obsolete or worn no replacement 9 G4272 1FAHP2D80GG109950 2015 Ford Taurus 44,907 Total Loss per risk 12-17-2019 G5011 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7427 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.12 SUBJECT/RECOMMENDATION: Authorize a purchase order to multiple vendors as listed, for various floor repairs and replacements, in the amount of $500,000 for the period January 1, 2020 through September 30, 2020, and the annual not-to-exceed amount of $500,000 for Fiscal Year 2021 through the expiration of respective contract, or through the end of Fiscal Year 2023, whichever comes first, for a not-to-exceed amount of $2,000,000 for the total period, per Clearwater Code of Ordinances Section 2.564(1)(b) - Sole Source and 2.564(1)(d) - Other Government Entities Contracts and authorize the appropriate officials to execute same. (consent) SUMMARY Most of Building & Maintenance’s flooring repairs and replacements have been procured by obtaining quotes or by piggybacking other government entities contracts. Staff is requesting the ability to piggyback existing contracts for Shaw Industries Inc. and Milliken & Company and a sole source to Complete Floor Care Solutions Inc., for various flooring projects throughout the City for the duration of their respective contract. This will allow us to benefit from pre-negotiated prices for various items required. Piggyback Contracts: Shaw Industries, Inc, Dalton Ga - Sourcewell (Contract #080819) - expires October 11, 2023 with one one-year renewal option. Milliken & Company, Spartanburg FL - Sourcewell (Contract #121715-MAC) - expires February 16, 2020 with one one-year renewal option. Sole Source: Complete Floor Care Solutions, Inc. of Tampa, FL (SaniGLAZE) - Complete Floor Care Solutions (CFCS) is the exclusive SaniGLAZE provider for the Greater Tampa area. SaniGLAZE’s restorative bonding processes are the only tile and grout restoration system that utilize a specially formulated, proprietary SaniGLAZE coating which can be applied to ceramic tile, VCT or concrete. This product provides a sealed hard surface that is low maintenance, holds up to daily hard foot traffic and provides a long-term solution. While there are other floor coverings and seals, CFCS coatings are proprietary and come with a five-year warranty. There is significant cost and time savings with restoring the floors versus complete replacement and disruption that would be created. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7427 5656531-5300300 GSBM180002 Page 2 City of Clearwater Printed on 2/5/2020 P.O. Box 37209 – Jacksonville, FL 32236 800-874-5554 – Toll-Free 904-366-2690 – Fax www.saniglaze.com November 07, 2019 RE: SaniGLAZE Authorized Service Provider To Whom It May Concern: This letter is to advise you that Complete Floor Care Solutions is the exclusive SaniGLAZE provider for the Greater Tampa and Southwest Florida Areas. There are no other SaniGLAZE providers who are permitted to perform SaniGLAZE processes in these areas. SaniGLAZE processes, which include EnduraGLAZE (formerly Deluxe), GroutGLAZE (formerly Standard Elite), SurfaceGLAZE (formerly Standard Plus), XcelKLEEN (formerly Standard), SaniMAX-C (formerly ChromaGLAZE), VariGLAZE and EverGLAZE, are specialized processes that require proprietary products and technical training. Therefore, these processes can only be provided by a SaniGLAZE franchised service professional. SaniGLAZE’s restorative bonding processes should not be confused with ordinary procedures like grout staining, acid and pressure washing, acrylic sealing or other types of cleaning and color enhancement techniques. SaniGLAZE’s restorative bonding processes are the only tile and grout restoration systems that utilize our specially formulated, proprietary SaniGLAZE coatings. These coatings can be applied to ceramic tile, VCT or concrete. Our franchise agreements prohibit SaniGLAZE franchisees from performing SaniGLAZE processes in another SaniGLAZE franchisee’s territory. Therefore, Complete Floor Care Solutions is the only available source in your location for SaniGLAZE tile and grout restoration. Your interest in SaniGLAZE tile and grout restoration is greatly appreciated. Thank you! Sincerely, Michele L. Yonash Controller 1 National Joint Powers Alliance® (herein NJPA) REQUEST FOR PROPOSAL (herein RFP) for the procurement of FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES RFP Opening DECEMBER 18, 2015 8:00 a.m. Central Time At the offices of the National Joint Powers Alliance® 202 12th Street Northeast, Staples, MN 56479 RFP # 121715 The National Joint Powers Alliance® (NJPA), on behalf of NJPA and its current and potential member agencies, which includes all governmental, higher education, K-12 education, not-for-profit, tribal government, and all other public agencies located in all fifty states, Canada, and internationally, issues this Request For Proposal (RFP) to result in a national contract solution for the procurement of # 121715 FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES. Details of this RFP are available beginning NOVEMBER 5, 2015. Details may be obtained by letter of request to Jonathan Yahn, NJPA, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479, or by e-mail at RFP@njpacoop.org. Proposals will be received until DECEMBER 17, 2015 at 4:30 p.m. Central Time at the above address and opened DECEMBER 18, 2015 at 8:00 a.m. Central Time. RFP Timeline NOVEMBER 5, 2015 Publication of RFP in the print and online version of the USA Today, in the print and online version of the Salt Lake News within the State of Utah, in the print and online version of the Daily Journal of Commerce within the State of Oregon (note: OR entities this pertains to: http://www.njpacoop.org/oregon-advertising), in the print and online version of The State within the State of South Carolina, the NJPA website MERX, Noticetobidders.com, PublicPurchase.com, Biddingo, and Onvia. DECEMBER 2, 2015 Pre-Proposal Conference (the webcast/conference call. The connection 10:00 a.m. Central Time information will be sent to all inquirers two business days before the conference). DECEMBER 10, 2015 Deadline for RFP questions. DECEMBER 17, 2015 Deadline for Submission of Proposals. Late responses will be 4:30 p.m. Central Time returned unopened. DECEMBER 18, 2015 Public Opening of Proposals. 8:00 a.m. Central Time Direct questions regarding this RFP to: Jonathan Yahn at jonathan.yahn@njpacoop.org or (218)895-4144. 2 TABLE OF CONTENTS 1. DEFINITIONS A. Contract B. Currency C. Exclusive Vendor D. FOB E. Hub Partner F. Proposer G. Request for Proposal H. Sourced Goods I. Time J. Total Cost of Acquisition K. Vendor 2. ADVERTISEMENT OF RFP\ 3. INTRODUCTION A. About NJPA B. Joint Exercise of Powers Laws C. Why Respond to a National Cooperative Procurement Contract D. The Intent of This RFP E. Scope of This RFP F. Expectations for Equipment/Products and Services Being Proposed G. Solutions Based Solicitation 4. INSTRUCTIONS FOR PREPARING YOUR PROPOSAL A. Inquiry Period B. Pre-Proposal Conference C. Identification of Key Personnel D. Proposer’s Exceptions to Terms and Conditions E. Proposal Format F. Questions & Answers About This RFP G. Modification or Withdrawal of a Submitted Proposal H. Proposal Opening Procedure I. NJPA’s Rights Reserved 5. PRICING A. Line-Item Pricing B. Percentage Discount From Catalog or Category C. Cost Plus a Percentage of Cost D. Hot List Pricing E. Ceiling Price F. Volume Price Discounts/ Additional Quantities G. Total Cost of Acquisition H. Sourced Equipment/Products/ Open Market Items I. Price and Product Changes J. Payment Terms K. Sales Tax L. Shipping Requesting Pricing Changes 6. EVALUATION OF PROPOSALS A. Proposal Evaluation Process B. Proposer Responsiveness C. Proposal Evaluation Criteria D. Other Consideration E. Cost Comparison F. Marketing Plan G. Certificate Of Insurance H. Order Process and/or Funds Flow I. Administrative Fees J. Value Added K. Waiver of Formalities 7. POST AWARD OPERATING ISSUES A. Subsequent Agreements B. NJPA Member Sign-up Procedure C. Reporting of Sales Activity D. Audits E. Hub Partner F. Trade-Ins G. Out of Stock Notification H. Termination of a Contract resulting from this RFP 8. GENERAL TERMS AND CONDIITONS A. Advertising a Contract Resulting From This RFP B. Applicable Law C. Assignment of Contract D. List of Proposers E. Captions, Headings, and Illustrations F. Data Practices G. Entire Agreement H. Force Majeure I. Gratuities J. Hazardous Substances K. Licenses L. Material Suppliers and Sub-Contractors M. Non-Wavier of Rights N. Protests of Awards Made O. Suspension or Disbarment Status P. Affirmative Action and Immigration Status Certification Q. Severability R. Relationship of Parties 9. FORMS 10. PRE-SUBMISSION CHECKLIST 11. PRICE & PRODUCT CHANGE REQUEST FORM 12. APPENDIX A 3 1 DEFINITIONS A. CONTRACT “Contract” as used herein shall consist of: this RFP, pricing, fully executed forms C, D, F & P from the Proposer’s response pursuant to this RFP, and a fully executed form E (“Acceptance and Award”) with final terms and conditions. Form E will be executed on or after award and will provide final clarification of terms and conditions of the award. B. CURRENCY All transactions are payable in U.S. dollars on U.S. sales. All administrative fees are to be paid in U.S. dollars. C. EXCLUSIVE VENDOR A sole Vendor awarded in a product category. NJPA reserves the right to award to an Exclusive Vendor in the event that such an award is in the best interests of NJPA Members nationally. A Proposer that exhibits and demonstrates the ability to offer and execute an outstanding overall program, demonstrates the ability and willingness to serve NJPA current and qualifying Members in all 50 states and comply with all other requirements of this RFP, is preferred. D. FOB FOB stands for “Freight On Board” and defines the point at which responsibility for loss and damage of product/equipment purchased is transferred from Seller to Buyer. “FOB Destination” defines that transfer of responsibility for loss is transferred from Seller to Buyer at the Buyer’s designated delivery point. FOB does not identify who is responsible for the costs of shipping. The responsibility for the costs of shipping is addressed elsewhere in this document. E. HUB PARTNER An organization that a member requests to be served through with an Awarded Vendor for the purposes of complying with a Law, Regulation, or Rule to which that individual NJPA Member deems to be applicable in their jurisdiction. F. PROPOSER A company, person, or entity delivering a timely response to this RFP. G. REQUEST FOR PROPOSAL Herein referred to as RFP. H. SOURCED GOODS A Sourced Good or Open Market Item is a product within the RFP’s scope - generally deemed incidental to the total transaction or purchase of contract items - which a member wants to buy under contract from an Awarded Vendor that is not currently available under the Vendor’s NJPA contract. I. TIME Periods of time, stated as number of days, shall be in calendar days. J. TOTAL COST OF ACQUISITION The Total Cost of Acquisition for the equipment/products and related services being proposed is the cost of the proposed equipment/products and related services delivered and operational for its intended purpose in the end-user’s location. K. VENDOR A Proposer whose response has been awarded a contract pursuant to this RFP. 4 2 ADVERTISEMENT OF RFP 2.1 NJPA shall advertise this solicitation: 1) once each in Oregon’s Daily Journal of Commerce, South Carolina’s The State and Utah’s Salt Lake Tribune; 2) on NJPA’s website; 3) in the hard copy print and online editions of the USA Today; and 4) on other third-party websites deemed appropriate by NJPA. Other third party advertisers may include Onvia, PublicPurchase.com, MERX and Biddingo. 2.2 NJPA also notifies and provides solicitation documentation to each State level procurement departments for possible re-posting of the solicitation within their systems and at their option for future use and to meet specific state requirements. 3 INTRODUCTION A. ABOUT NJPA 3.1 The National Joint Powers Alliance® (NJPA) is a public agency serving as a national municipal contracting agency established under the Service Cooperative statute by Minnesota Legislative Statute §123A.21 with the authority to develop and offer, among other services, cooperative procurement services to its membership. Eligible membership and participation includes states, cities, counties, all government agencies, both public and non-public educational agencies, colleges, universities and non-profit organizations. 3.2 Under the authority of Minnesota state laws and enabling legislation, NJPA facilitates a competitive bidding and contracting process on behalf of the needs of itself and the needs of current and potential member agencies nationally. This process results in national procurement contracts with various Vendors of products/equipment and services which NJPA Member agencies desire to procure. These procurement contracts are created in compliance with applicable Minnesota Municipal Contracting Laws. A complete listing of NJPA cooperative procurement contracts can be found at www.njpacoop.org. 3.3 NJPA is a public agency governed by publicly elected officials that serve as the NJPA Board of Directors. NJPA’s Board of Directors calls for all proposals, awards all Contracts, and hosts those resulting Contracts for the benefit of its own and its Members use. 3.3.1 Subject to Approval of the NJPA Board: NJPA contracts are awarded by the action of NJPA Board of Directors. This action is based on the open and competitive bidding process facilitated by NJPA. The evaluation and resulting recommendation is presented to the Board of Directors by the NJPA Proposal Evaluation Committee. 3.4 NJPA currently serves over 50,000 member agencies nationally. Both membership and utilization of NJPA contracts continue to expand, due in part to the increasing acceptance of Cooperative Purchasing throughout the government and education communities nationally. B. JOINT EXERCISE OF POWERS LAWS 3.5 NJPA cooperatively shares those contracts with its Members nationwide through various Joint Exercise of Powers Laws or Cooperative Purchasing Statutes established in Minnesota, other States and Canadian Provinces. The Minnesota Joint Exercise of Powers Law is Minnesota Statute §471.59 which states “Two or more governmental units…may jointly or cooperatively exercise any power common to the contracting parties…” This Minnesota Statute allows NJPA to serve Member agencies located in all other states. Municipal agencies nationally have the ability to participate in cooperative purchasing activities as a result of specific laws of their own state. These laws can be found on our website at http://www.njpacoop.org/national-cooperative-contract-solutions/legal-authority/. C. WHY RESPOND TO A NATIONAL COOPERATIVE PROCUREMENT CONTRACT 5 3.6 National Cooperative Procurement Contracts create value for Municipal and Public Agencies, as well as for Vendors of products/equipment and services in a variety of ways: 3.6.1 National cooperative contracts potentially save the time and effort of Municipal and Public Agencies who would have been otherwise charged with soliciting vendor responses to individual RFP’s, resulting in individual contracts, to meet the procurement needs of their respective agencies. Considerable time and effort is also potentially saved by the Vendors who would have had to otherwise respond to each of those individual RFPs. A single, nationally advertised RFP, resulting in a single, national cooperative contract can potentially replace thousands of individual RFPs for the same equipment/products/services that might have been otherwise advertised by individual NJPA member agencies. 3.6.2 NJPA contracts offer our Members nationally leveraged volume purchasing discounts. Our contract terms and conditions offer the opportunity for Vendors to recognize individual member procurement volume commitment through additional volume based contract discounts. 3.7 State laws that permit or encourage cooperative purchasing contracts do so with the belief that cooperative efficiencies will result in lower prices, better overall value, and considerable time savings. 3.8 The collective purchasing power of thousands of NJPA Member agencies nationwide offers the opportunity for volume pricing discounts. Although no sales or sales volume is guaranteed by an NJPA Contract resulting from this RFP, substantial volume is anticipated and volume pricing is requested and justified. 3.9 NJPA and its Members desire the best value for their procurement dollar as well as a competitive price. Vendors have the opportunity to display and highlight value added attributes of their company, equipment/products and services without constraints of a typical individual proposal process. D. THE INTENT OF THIS RFP 3.10. National contract awarded by the NJPA Board of Directors: NJPA seeks the most responsive and responsible Vendor relationship(s) to reflect the best interests of NJPA and its Member agencies. Through a competitive proposal and evaluation process, the NJPA Proposal Evaluation Committee reviews and recommends vendors for to award a national contract by the action of the NJPA Board of Directors. NJPA’s primary intent is to establish and provide a national cooperative procurement contract which offer opportunities for NJPA and our Member agencies to procure quality product/equipment and services as desired and needed. The contracts will be marketed nationally through a cooperative effort between the awarded vendor(s) and NJPA. Contracts are expected to offer price levels reflective of the potential and collective volume of NJPA and the nationally established NJPA membership base. 3.11 Beyond our primary intent, NJPA further desires to: 3.11.1 Award a four year term contract with a fifth year contract option resulting from this RFP; 3.11.2 Offer and apply any applicable technological advances throughout the term of a contract resulting from this RFP 3.11.3 Deliver “Value Added” aspects of the company, equipment/products and services as defined in the “Proposer’s Response”; 3.11.4 Deliver wide spectrums of solutions to meet the needs and requirement of NJPA and NJPA Member agencies. 6 3.11.5 Award an exclusive contract to the most responsive and responsible vendor when it is deemed to be in the best interest of NJPA and the NJPA Member agencies 3.12 Exclusive or Multiple Awards: Based on the goals and scope of this RFP, NJPA is requesting responders to demonstrate their ability to serve the needs of NJPA’s national membership. It is NJPA’s intent and desire to award a contract to a single exclusive Vendor to serve our membership’s needs. To meet the goals of this RFP, NJPA reserves the right to award a Contract to multiple Proposers where the result justifies a multiple award and multiple contracts are deemed to be in the best interests of NJPA Member agencies. 3.13 Non-Manufacturer Awards: NJPA reserves the right to make an award related to this invitation to a non-manufacturer or dealer/distributor if such action is in the best interests of NJPA and its Members. 3.14 Manufacturer as a Proposer: If the Proposer is a Manufacturer or wholesale distributor, the response received will be evaluated on the basis of a response made in conjunction with that Manufacturer’s authorized Dealer Network. Unless stated otherwise, a Manufacturer or wholesale distributor Proposer is assumed to have a documented relationship with their Dealer Network where that Dealer Network is informed of, and authorized to accept, purchase orders pursuant to any Contract resulting from this RFP on behalf of the Manufacturer or wholesale distributor Proposer. Any such dealer will be considered a sub- contractor of the Proposer/Vendor. The relationship between the Manufacturer and wholesale distributor Proposer and its Dealer Network may be proposed at the time of the proposed submission if that fact is properly identified. 3.15 Dealer/Re-seller as a Proposer: If the Proposer is a dealer or re-seller of the products and/or services being proposed, the response will be evaluated based on the Proposer’s authorization to provide those products and services from their manufacturer. Where appropriate, Proposers must document their authority to offer those products and/or services. E. SCOPE OF THIS RFP 3.16 Scope: The scope of this RFP is to award a contract to a qualifying vendor defined as a manufacturer, provider, or dealer/distributor, established as a Proposer, and deemed responsive and responsible through our open and competitive proposal process. Vendors will be awarded contracts based on the proposal and responders demonstrated ability to meet the expectations of the RFP and demonstrate the overall highest valued solutions which meet and/or exceed the current and future needs and requirements of NJPA and its Member agencies nationally within the scope of FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES . 3.17 Additional Scope Definitions: For purposes of the scope of this solicitation: 3.17.1 In addition to FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES this solicitation should be read to include, but not to be limited to: 3.17.1.1 All indoor/outdoor, resilient, ceramic tile, porcelain tile, wood, hardwood, linoleum, rubber, vinyl, broadloom, carpet tile, epoxy, and any other flooring hybrid, floor mats, area rugs, and floor cleaning services. 3.17.2 NJPA reserves the right to limit the scope of this solicitation for NJPA and current and potential NJPA member agencies. 3.17.2.1 This solicitation should not be read to include any indoor/outdoor athletic, recreational, or sport surfaces. 7 3.18 Overlap of Scope: When considering equipment/products/services, or groups of equipment/ products/services submitted as a part of your response, and whether inclusion of such will fall within a “Scope of Proposal,” please consider the validity of an inverse statement. 3.18.1 For example, pencils and post-it-notes can generally be classified as office supplies and office supplies generally include pencils and post-it-notes. 3.18.2 In contrast, computers (PCs and peripherals) can generally be considered office supplies; however, the scope of office supplies does not generally include computer servers and infrastructure. 3.18.3 In conclusion: With this in mind, individual products and services must be examined individually by NJPA, from time to time and in its sole discretion, to determine their compliance and fall within the original “Scope” as intended by NJPA. 3.19 Best and Most Responsive – Responsible Proposer: It is the intent of NJPA to award a Contract to the best and most responsible and responsive Proposer(s) offering the best overall quality and selection of equipment/products and services meeting the commonly requested specifications of the NJPA and NJPA Members, provided the Proposer’s Response has been submitted in accordance with the requirements of this RFP. Qualifying Proposers who are able to anticipate the current and future needs and requirements of NJPA and NJPA member agencies; demonstrate the knowledge of any and all applicable industry standards, laws and regulations; and possess the willingness and ability to distribute, market to and service NJPA Members in all 50 states are preferred. NJPA requests proposers submit their entire product line as it applies and relates to the scope of this RFP. 3.20 Sealed Proposals: NJPA will receive sealed proposal responses to this RFP in accordance with accepted standards set forth in the Minnesota Procurement Code and Uniform Municipal Contracting Law. Awards may be made to responsible and responsive Proposers whose proposals are determined in writing to be the most advantageous to NJPA and its current or qualifying future NJPA Member agencies. 3.21 Use of Contract: Any Contract resulting from this solicitation shall be awarded with the understanding that it is for the sole convenience of NJPA and its Members. NJPA and/or its members reserve the right to obtain like equipment/products and services solely from this contract or from another contract source of their choice or from a contract resulting from their own procurement process. 3.22 Awarded Vendor’s interest in a contract resulting from this RFP: Awarded Vendors will be able to offer to NJPA, and current and potential NJPA Members, only those products/equipment and services specifically awarded on their NJPA Awarded Contract(s). Awarded Vendors may not offer as “contract compliant,” products/equipment and services which are not specifically identified and priced in their NJPA Awarded Contract. 3.23 Sole Source of Responsibility- NJPA desires a “Sole Source of Responsibility” Vendor. This means the Vendor will take sole responsibility for the performance of delivered equipment/products/ services. NJPA also desires sole responsibility with regard to: 3.23.1 Scope of Equipment/Products/Services: NJPA desires a provider for the broadest possible scope of products/equipment and services being proposed over the largest possible geographic area and to the largest possible cross-section of NJPA current and potential Members. 3.23.2 Vendor use of sub-contractors in sourcing or delivering equipment/product/services: NJPA desires a single source of responsibility for equipment/products and services proposed. Proposers are assumed to have sub-contractor relationships with all organizations and individuals whom are external to the Proposer and are involved in providing or delivering the equipment/products/services being proposed. Vendor assumes all responsibility for the equipment/products/services and actions of any such Sub- Contractor. Suggested Solutions Options include: 8 3.24.1 Multiple solutions to the needs of NJPA and NJPA Members are possible. Examples could include: 3.24.1.1 Equipment/Products Only Solution: Equipment/Products Only Solution may be appropriate for situations where NJPA or NJPA Members possess the ability, either in- house or through local third party contractors, to properly install and bring to operation those equipment/products being proposed. 3.24.1.2 Turn-Key Solutions: A Turn-Key Solution is a combination of equipment/products and services which provides a single price for equipment/products, delivery, and installation to a properly operating status. Generally this is the most desirable solution as NJPA and NJPA Members may not possess, or desire to engage, personnel with the necessary expertise to complete these tasks internally or through other independent contractors 3.24.1.3 Good, Better, Best: Where appropriate and properly identified, Proposers are invited to offer the CHOICE of good – better – best multiple grade solutions to NJPA and NJPA Members’ needs. 3.24.1.4 Proven – Accepted – Leading Edge Technology: Where appropriate and properly identified, Proposers are invited to provide an appropriate identified spectrum of technology solutions to compliment or enhance the functionality of the proposed solutions to NJPA and NJPA Members’ needs both now and into the future. 3.24.2 If applicable, Contracts will be awarded to Proposer(s) able to deliver a proposal meeting the entire needs of NJPA and its Members within the scope of this RFP. NJPA prefers Proposers submit their complete product line of products and services described in the scope of this RFP. NJPA reserves the right to reject individual, or groupings of specific equipment/products and services proposals as a part of the award. 3.25 Geographic Area to be Proposed: This RFP invites proposals to provide FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES to NJPA and NJPA Members throughout the entire United States and possibly internationally. Proposers will be expected to express willingness to explore service to NJPA Members located abroad; however the lack of ability to serve Members outside of the United States will not be cause for non-award. The ability and willingness to serve Canada, for instance, will be viewed as a value-added attribute. 3.26 Contract Term: At NJPA’s option a contract resulting from this RFP will become effective either the date awarded by the NJPA Board of Directors or the day following the expiration date of an existing NJPA procurement contract for the same or similar product/equipment and services. 3.26.1 NJPA is seeking a Contract base term of four years as allowed by Minnesota Contracting Law. Full term is expected. However, one additional one-year renewal/extension may be offered by NJPA to Vendor beyond the original four year term if NJPA deems such action to be in the best interests of NJPA and its Members. NJPA reserves the right to conduct periodic business reviews throughout the term of the contract. 3.27 Minimum Contract Value: NJPA anticipates considerable activity resulting from this RFP and subsequent award; however, no commitment of any kind is made concerning actual quantities to be acquired. NJPA does not guarantee usage. Usage will depend on the actual needs of the NJPA Members and the value of the awarded contract. 3.28 Estimated Contract Volume: Estimated quantities and sales volume are based on potential usage by NJPA and NJPA Member agencies nationally. 9 3.29 Contract Availability: This Contract must be available to all current and potential NJPA Members who choose to utilize this NJPA Contract to include all governmental and public agencies, public and private primary and secondary education agencies, and all non-profit organizations nationally. 3.30 Proposer’s Commitment Period: In order to allow NJPA the opportunity to evaluate each proposal thoroughly, NJPA requires any response to this solicitation be valid and irrevocable for ninety (90) days after the date proposals were opened regarding this RFP. F. EXPECTATIONS FOR EQUIPMENT/PRODUCTS AND SERVICES BEING PROPOSED 3.31 Industry Standards: Except as contained herein, the specifications or solutions for this RFP shall be those accepted guidelines set forth by the FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES industry, as they are generally understood and accepted within that industry across the nation. Submitted products/equipment, related services, and their warranties and assurances are required to meet and/or exceed all current, traditional and anticipated needs and requirements of NJPA and its Members. 3.31.1 Deviations from industry standards must be identified by the Proposer and explained how, in their opinion, the equipment/products and services they propose will render equivalent functionality, coverage, performance, and/or related services. Failure to detail all such deviations may comprise sufficient grounds for rejection of the entire proposal. 3.31.2 Technical Descriptions/Specifications. Excessive technical descriptions and specifications which, in the opinion of NJPA unduly enlarge the proposal response may reduce evaluation points awarded on Form G. Proposers must supply sufficient information to: 3.31.2.1 demonstrate the Proposer’s knowledge of industry standards; 3.31.2.2 identify the equipment/products and services being proposed; and 3.31.2.3 differentiate equipment/products and services from others. 3.32 New Current Model Equipment/Products: Proposals submitted shall be for new, current model equipment/products and services with the exception of certain close-out products allowed to be offered on the Proposer’s “Hot List” described herein. 3.33 Compliance with laws and standards: All items supplied on this Contract shall comply with any current applicable safety or regulatory standards or codes. 3.34 Delivered and operational: Products/equipment offered herein are to be proposed based upon being delivered and operational at the NJPA Member’s site. Exceptions to “delivered and operational” must be explicitly disclosed in the “Total Cost of Acquisition” section of your proposal response. 3.35 Warranty: The Proposer warrants that all products, equipment, supplies, and services delivered under this Contract shall be covered by the industry standard or better warranty. All products and equipment should carry a minimum industry standard manufacturer’s warranty that includes materials and labor. The Proposer has the primary responsibility to submit product specific warranty as required and accepted by industry standards. Dealer/Distributors agree to assist the purchaser in reaching a solution in a dispute over warranty’s terms with the manufacturer. Any manufacturer’s warranty which is effective past the expiration of the warranty will be passed on to the NJPA member. Failure to submit a minimum warranty may result in non-award. 3.36 Additional Warrants: The Proposer warrants all products/equipment and related services furnished hereunder will be free from liens and encumbrances; defects in design, materials, and workmanship; and will conform in all respects to the terms of this RFP including any specifications or standards. In addition, 10 Proposer/Vendor warrants the products/equipment and related services are suitable for and will perform in accordance with the ordinary use for which they are intended. G. SOLUTIONS BASED SOLICITATION 3.37 NJPA solicitations and contract process will not offer specific specifications for proposers to meet or base your response on. This RFP is a “Solutions Based Solicitation.” This means the proposers are asked to understand and anticipate the current and future needs of NJPA and the nationally located NJPA membership base, within the scope of this RFP, and including specifications commonly desired or required by law or industry standards. Your proposal will be evaluated in part on your demonstrated ability to meet or exceed the needs and requirements of NJPA and our member agencies within the defined scope of this RFP. 3.38 NJPA does not typically provide product and service specifications; rather NJPA is requesting an industry standard or accepted specification for the requested product/equipment and services. Where specific line items are specified, those line items should be considered the minimum which can be expanded by the Proposer to deliver the Proposer’s “Solution” to NJPA and NJPA Members’ needs. 4 INSTRUCTIONS FOR PREPARING YOUR PROPOSAL A. INQUIRY PERIOD 4.1 The inquiry period shall begin at the date of first advertisement and continue to the “Deadline for Requests.” RFP packages shall be distributed to Potential Bidders during the inquiry period. The purpose for the defined “Inquiry Period” is to ensure proposers have enough time to complete and deliver the proposal to our office. B. PRE-PROPOSAL CONFERENCE 4.2 A non-mandatory pre-proposal conference will be held at the date and time specified in the time line on page one of this RFP. Conference call and web connection information will be sent to all Potential Proposers through the same means employed in their inquiry. The purpose of this conference call is to allow Potential Proposers to ask questions regarding this RFP and hear answers to their own questions and the questions of other Potential Proposers. Only answers issued in writing by NJPA to questions asked before or during the Pre-proposal Conference shall be considered binding. C. IDENTIFICATION OF KEY PERSONNEL 4.3 Vendor will designate one senior staff individual who will represent the awarded Vendor to NJPA. This contact person will correspond with members for technical assistance, questions or problems that may arise including instructions regarding different contacts for different geographical areas as needed. 4.4 Individuals should also be identified (if applicable) as the primary contacts for the contents of this proposal, marketing, sales, and any other area deemed essential by the Proposer. D. PROPOSER’S EXCEPTIONS TO TERMS AND CONDITIONS 4.5 Any exceptions, deviations, or contingencies a Proposer may have to the terms and conditions contained herein must be documented on Form C. 4.6 Exceptions, deviations or contingencies stipulated in Proposer’s Response, while possibly necessary in the view of the Proposer, may result in disqualification of a Proposal Response. E. PROPOSAL FORMAT 11 4.7 It is the responsibility of all Proposers to examine the entire RFP package, to seek clarification of any item or requirement that may not be clear and to check all responses for accuracy before submitting a Proposal. Negligence in preparing a Proposal confers no right of withdrawal after the deadline for submission of proposals. 4.8 All proposals must be properly labeled and sent to “The National Joint Powers Alliance®, 202 12th ST NE Staples, MN 56479.” 4.9 Format for proposal response: All proposals must be physically delivered to NJPA at the above address in the following form and with all required hard copy documents and signature forms/pages inserted as loose pages at the front of the Vendor’s response: 4.9.1 Hard copy original signed, completed, and dated forms C, D, F and hard copy signed signature page only from forms A and P from this RFP; 4.9.2 Hard copies of all addenda issued for the RFP with original counter signed by the Proposer; 4.9.3 Hardy copy of Certificate of Insurance verifying the coverage identified in this RFP; and 4.9.4 A complete copy of your response on a CD (Compact Disc) or flash drive. The copy shall contain completed Forms A, B, C, D, F & P, your statement of products and pricing (including apparent discount) together with all appropriate attachments. Everything you send with your hard copy should also be included in the electronic copy. As a public agency, NJPA proposals, responses and awarded contracts are a matter of public record, except for that data included in the proposals, responses and awarded contracts that is classified as nonpublic; thus, pursuant to statute, NJPA policies and RFP terms and conditions, all documentation, except for that data which is nonpublic is available for review by the public through a public records request. If you wish to request that certain information that falls within Minnesota Statute §13.37 be redacted, such request must be made within thirty-days of award/non-award. 4.10 All Proposal forms must be submitted in English and be legible. All appropriate forms must be executed by an authorized signatory of the Proposer. Blue ink is preferred for signatures. 4.11 Proposal submissions should be submitted using the electronic forms provided. If a Proposer chooses to use alternative documents for their response, the Proposer will be responsible for ensuring the content is effectively equal to the NJPA form and the document is in a format readable by NJPA. 4.12 It is the responsibility of the Proposer to be certain the proposal submittal is in the physical possession of NJPA on or prior to the deadline for submission of proposals. 4.12.1 Proposals must be submitted in a sealed envelope or box properly addressed to NJPA and prominently identifying the proposal number, proposal category name, the message “Hold for Proposal Opening”, and the deadline for proposal submission. NJPA cannot be responsible for late receipt of proposals. Proposals received by the correct deadline for proposal submission will be opened and the name of each Proposer and other appropriate information will be publicly read. 4.13 Corrections, erasures, and interlineations on a Proposer’s Response must be initialed by the authorized signer in original ink on all copies to be considered. 4.14 Addendums to the RFP: The Proposer is responsible for ensuring receipt of all addendums to this RFP. 4.14.1 Proposer’s are responsible for checking directly with the NJPA website for addendums to this RFP. 12 4.14.2 Addendums to this RFP can change terms and conditions of the RFP including the deadline for submission of proposals. F. QUESTIONS AND ANSWERS ABOUT THIS RFP 4.15 Upon examination of this RFP document, Proposer shall promptly notify NJPA of any ambiguity, inconsistency, or error they may discover. Interpretations, corrections and changes to this RFP will be made by NJPA through addendum. Interpretations, corrections, or changes made in any other manner will not be binding and Proposer shall not rely upon such. 4.16 Submit all questions about this RFP, in writing, referencing FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES to Jonathan Yahn, NJPA 202 12th Street NE, Staples, MN 56479 or RFP@njpacoop.org. Those not having access to the Internet may call Jonathan Yahn at (218) 895-4144. Requests for additional information or interpretation of instructions to Proposers or technical specifications shall also be addressed to Jonathan Yahn. NJPA urges Potential Proposers to communicate all concerns well in advance of the deadline to avoid misunderstandings. Questions received less than seven (7) days ending at 4:00 p.m. Central Time of the seventh (7th) calendar day prior to proposal due-date cannot be answered; however, communications permitted include: NJPA issued addenda or potential Vendor withdrawal of their response prior to RFP submission deadline. 4.17 If the answer to a question is deemed by NJPA to have a material impact on other potential proposers or the RFP itself, the answer to the question will become an addendum to this RFP. 4.18 If the answer to a question is deemed by NJPA to be a clarification of existing terms and conditions and does not have a material impact on other potential proposers or the RFP itself, no further documentation of that question is required. 4.19 As used in this solicitation, clarification means communication with a Potential Proposer for the sole purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the RFP. 4.20 Addenda are written instruments issued by NJPA that modify or interpret the RFP. All addenda issued by NJPA shall become a part of the RFP. Addenda will be delivered to all Potential Proposers using the same method of delivery of the original RFP material. NJPA accepts no liability in connection with the delivery of said materials. Copies of addenda will also be made available on the NJPA website at www.njpacoop.org by clicking on “Current and Pending Solicitations” and from the NJPA offices. No questions will be accepted by NJPA later than seven (7) days prior to the deadline for receipt of proposals, except Each Potential Proposer shall ascertain prior to submitting a Proposal that it has received all addenda issued, and the Proposer shall acknowledge their receipt in its Proposal Response. 4.21 An amendment to a submitted proposal must be in writing and delivered to NJPA no later than the time specified for opening of all proposals. G. MODIFICATION OR WITHDRAWAL OF A SUBMITTED PROPOSAL 4.22 A submitted proposal may not be modified, withdrawn or cancelled by the Proposer for a period of ninety (90) days following the date proposals were opened. Prior to the deadline for submission of proposals, any proposal submitted may be modified or withdrawn by notice to the NJPA Contracts and Compliance Manager. Such notice shall be submitted in writing and include the signature of the Proposer and shall be delivered to NJPA prior to the deadline for submission of proposals and it shall be so worded as not to reveal the content of the original proposal. However, the original proposal shall not be physically returned to the Potential Proposer until after the official proposal opening. Withdrawn proposals may be resubmitted up to the time designated for the receipt of the proposals if they are then fully in conformance with the Instructions to Proposer. 13 4.23 Examples of Value Added Attributes: Value-Added attributes, products and services are items offered in addition to the products and services being proposed which adds value to those items being proposed. The availability of a contract for maintenance or service after the initial sale, installation, and set-up may, for instance, be “Value Added Services” for products where a typical buyer may not have the ability to perform these functions. The opportunity to indicate value added dimensions and such advancements will be available in the Proposer’s Questionnaire and Proposer’s product and service submittal. 4.24 Value added equipment/products and services and expanded services, as they relate to this RFP, will be given positive consideration in the award selection. Consideration will be given to an expanded selection of FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES and advances to provide equipment/products/services or supplies meeting and/or exceeding today’s industry standards and expectations. A value add would include a program or service that further serves the members needs above and possibly beyond standard expectation and complements the equipment/products/services and training. Value added could include areas of equipment, product and service, sales, ordering, delivery, performance, maintenance, technology, and service that furthers the functionality and effectiveness of the procurement process while remaining within the scope of this RFP. 4.25 Minority, Small Business, and Women Business Enterprise (WMBE) participation: It is the policy of some NJPA Members to involve Minority, Small Business, and WMBE contractors in the process to purchase equipment/products and related services. Vendors should document WMBE status for their organization AND any such status of their affiliates (i.e. Supplier networks) involved in carrying out the activities invited. The ability of a Proposer to provide “Credits” to NJPA and NJPA Members in these subject areas, either individually or through related entities involved in the transaction, will be evaluated positively by NJPA and reflected in the “value added” area of the evaluation. NJPA is committed to facilitating the realization of such “Credits” through certain structuring techniques for transactions resulting from this RFP. 4.26 Environmentally Preferred Purchasing Opportunities: There is a growing trend among NJPA Members to consider the environmental impact of the equipment/products and related services they purchase. “Green” characteristics demonstrated by responding companies will be evaluated positively by NJPA and reflected in the “value added” area of the evaluation. Please identify any Green characteristics of the equipment/products and related services in your proposal and identify the sanctioning body determining that characteristic. Where appropriate, please indicate which products have been certified as “green” and by which certifying agency. 4.27 On-Line Requisitioning systems: When applicable, on-line requisitioning systems will be viewed as a value-added characteristic. Proposer shall include documentation about user interfaces that make on-line ordering easy for NJPA Members as well as the ability to punch-out from mainstream e-Procurement or Enterprise Resource Planning (ERP) systems that NJPA Members may currently utilize. 4.28 Financing: The ability of the Proposer to provide financing options for the products and services being proposed will be viewed as a Value Added Attribute. H. PROPOSAL OPENING PROCEDURE 4.29 Sealed and properly identified Proposer’s Responses for this RFP entitled FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES will be received by Jonathan Yahn, Contracts and Compliance Manager, at NJPA Offices, 202 12th Street NE, Staples, MN 56479 until the deadline for receipt of, and proposal opening identified on page one of this RFP. We document the receipt by using an atomic clock; an NJPA employee electronically time and date stamps all Proposals immediately upon receipt. The NJPA Director of Contracts and Marketing, or Representative from the NJPA Proposal Evaluation Committee, will then read the Proposer’s names aloud. A summary of the responses to this RFP will be made available for public inspection in the NJPA office in Staples, MN. A letter or e-mail request is required to receive a complete RFP package. Send or communicate 14 all requests to the attention of Jonathan Yahn 202 12th Street Northeast Staples, MN 56479 or RFP@njpacoop.org to receive a complete copy of this RFP. Method of delivery needs to be indicated in the request; an email address is required for electronic transmission. Oral, facsimile, telephone or telegraphic Proposal Submissions or requests for this RFP are invalid and will not receive consideration. All Proposal Responses must be submitted in a sealed package. The outside of the package shall plainly identify FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES. To avoid premature opening, it is the responsibility of the Proposer to label the Proposal Response properly. I. NJPA’S RIGHTS RESERVED 4.30.1 Reject any and all Proposals received in response to this RFP; 4.30.2 Disqualify any Proposer whose conduct or Proposal fails to conform to the requirements of this RFP; 4.30.3 Have unlimited rights to duplicate all materials submitted for purposes of RFP evaluation, and duplicate all public information in response to data requests regarding the Proposal; 4.30.4 Consider a late modification of a Proposal if the Proposal itself was submitted on time and if the modifications were requested by NJPA and the modifications make the terms of the Proposal more favorable to NJPA, and accept such Proposal as modified; 4.30.5 At its sole discretion, reserve the right to waive any non-material deviations from the requirements and procedures of this RFP; 4.30.6 Extend the Contract, in increments determined by NJPA, not to exceed a total contract term of five years; and 4.30.7 Cancel the Request for Proposal at any time and for any reason with no cost or penalty to NJPA. 4.30.8 Correct or amend the RFP at any time with no cost or penalty to NJPA. If NJPA should correct or amend any segment of the RFP after submission of Proposals and prior to announcement of the Awarded Vendor, all Proposers will be afforded ample opportunity to revise their Proposal to accommodate the RFP amendment and the dates for submission of revised Proposals announced at that time. NJPA will not be liable for any errors in the RFP or other responses related to the RFP. 4.30.9 Extend proposal due dates. 5 PRICING 5.1 NJPA requests Potential Proposers respond to this RFP only if they are able to offer a wide array of equipment/products and services and at prices lower and better value than what they would ordinarily offer to single government agency, larger school district, or regional cooperative. 5.2 This RFP requests pricing for an indefinite quantity of products or related services with potential national sales distribution and service. While most RFP categories represent significant sales opportunities, NJPA makes no guarantees about the quantity of products or services that members will purchase. The estimated annual value of this FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES category is $60,000,000.00. If the proposer’s solution requires additional supporting documentation or is presented with multiple alternatives, describe where it can be found in your submission and make it easy to understand. 15 5.3 Regardless of the payment method selected by NJPA or NJPA Member, a total cost associated with any purchase option of the equipment/products and services and being supplied must always be disclosed at the time of purchase. 5.4 All Proposers will be required to submit “Primary Pricing” in the form of either “Line-Item Pricing,” or “Percentage Discount from Catalog Pricing,” or a combination of these pricing strategies. Proposers are also encouraged to offer OPTIONAL pricing strategies such as but not limited to “Hot List,” “Sourced Product/Equipment” and “Volume Discounts,” as well as financing options such as leasing. All pricing documents should include an effective date, preferably in the top right corner of the first page of each pricing document. A. LINE-ITEM PRICING 5.5 A pricing format where specific individual products and/or services are offered at specific individual Contract prices. Products/equipment and/or related services are individually priced and described by characteristics such as manufacture name, stock or part number, size, or functionality. This method of pricing offers the least amount of confusion as products/equipment and prices are individually identified however, Proposers with a large number of products/equipment to propose may find this method cumbersome. In these situations, a percentage discount from catalog or category pricing model may make more sense and increase the clarity of the contract pricing format. 5.6 All Line-Item Pricing items must be numbered, organized, sectioned, including SKU’s (when applicable) and easily understood by the Evaluation Committee and members. 5.7 Submit Line-Item Pricing items in an Excel spreadsheet format and include all appropriate identification information necessary to discern the line item from other line items in each Responder’s proposal. 5.8 The purpose for a searchable excel spreadsheet format for Line-Item Pricing is to be able to quickly find any particular item of interest. For that reason, Proposers are responsible for providing the appropriate product and service identification information along with the pricing information which is typically found on an invoice or price quote for such products/equipment and related services. 5.9 All products/equipment and related services typically appearing on an invoice or price quote must be individually priced and identified on the line-item price sheet, including any and all ancillary costs. 5.10 Proposers are asked to provide both a published “List” price as well as a “Proposed Contract Price” in their pricing matrix. Published List price will be the standard “quantity of one” price currently available to government and educational customers excluding cooperative and volume discounts. B. PERCENTAGE DISCOUNT FROM CATALOG OR CATEGORY 5.11 A specific percentage discount from a Catalog or List price” defined as a published Manufacturer’s Suggested Retail Price (MSRP) for the products/equipment or related services being proposed. 5.12 Individualized percentage discounts can be applied to any number of defined product groupings. 5.13 A Percentage Discount from MSRP may be applied to all elements identified in MSRP including all Manufacturer Options applicable to the equipment/products or related services. 5.14 When a Proposer elects to use “Percentage Discount from Catalog or Category,” Proposer will be responsible for providing and maintaining current published MSRP with NJPA and must be included in their proposal and provided throughout the term of any Contract resulting from this RFP. C. COST PLUS A PERCENTAGE OF COST 16 5.15 Cost plus a percentage of cost as a primary pricing mechanism is not desirable. D. HOT LIST PRICING 5.16 Where applicable, a Vendor may opt to offer a specific selection of products/services, defined as Hot List pricing at greater discounts or related advantages than those listed in the standard Contract pricing. All product/service pricing, including the Hot List Pricing, must be submitted electronically provided in Excel format. Hot List pricing must be submitted in a Line-Item format. Equipment/products and related services may be added or removed from the “Hot List” at any time through an NJPA Price and Product Change Form. 5.17 Hot List program and pricing when applicable may also be used to discount and liquidate close-out and discontinued equipment/products and related services as long as those close-out and discontinued items are clearly labeled as such. Current ordering process and administrative fees apply. This option must be published and made available to all NJPA Members. E. CEILING PRICE 5.18 Proposal pricing is to be established as a ceiling price. At no time may the proposed equipment/products and related services be offered pursuant to this Contract at prices above this ceiling price without request and approval by NJPA. Contract prices may be reduced to allow for volume considerations and commitments and to meet the specific and unique needs of an NJPA Member. 5.19 Allowable specific needs may include competitive situations, certain purchase volume commitments or the creation of custom programs based on the individual needs of NJPA Members. F. VOLUME PRICE DISCOUNTS / ADDITIONAL QUANTITIES 5.20 Proposers are free to offer volume commitment discounts from the contract pricing documented in a Contract resulting from this RFP. Volume considerations shall be determined between the Vendor and individual NJPA Members on a case-by-case basis. 5.21 Nothing in this Contract establishes a favored member relationship between the NJPA or any NJPA Member and the Vendor. The Vendor will, upon request by NJPA Member, extend this same reduced price offered or delivered to another NJPA Member provided the same or similar volume commitment, specific needs, terms, and conditions, a similar time frame, seasonal considerations, locations, competitively situations and provided the same manufacturer support is available to the Vendor. 5.22 All price adjustments are to be offered equally to all NJPA Members exhibiting the same or substantially similar characteristics such as purchase volume commitments, and timing including the availability of special pricing from the Vendor’s suppliers. 5.23 The contract awarded vendor will accept orders for additional quantities at the same prices, terms and conditions, providing the NJPA Member exercises the option before a specific date, mutually agreed upon between member and contract awarded vendor at time of original purchase order. Any extension(s) of pricing beyond the specific date shall be upon mutual consent between the NJPA Member and the contract awarded vendor. G. TOTAL COST OF ACQUISITION 5.24 The Total Cost of Acquisition for the equipment/products and related services being proposed, including those payable by NJPA Members to either the Proposer or a third party is the cost of the proposed equipment/products product/equipment and related services delivered and operational for its intended purpose in the end-user’s location. For example, if you are proposing equipment/products FOB Proposer’s dock., your proposal should identify your deviation from the “Total Cost of Acquisition” of contracted 17 equipment/products. The Proposal should reflect that the “contract does not provide for delivery beyond Proposer’s dock, nor any set-up activities or costs associated with those delivery or set-up activities.” In contrast, proposed terms including all costs for product/equipment and services delivered and operational at to the end-user’s location would require a disclosure of “None.” H. SOURCED PRODUCT/EQUIPMENT / OPEN MARKET ITEMS 5.25 A Sourced Good or an Open Market Item is a product that a member wants to buy under contract that is not currently available under the Vendor’s NJPA contract. This method of procurement can be satisfied through a contract sourcing process. Sourcing options serve to provide a more complete contract solution to meet our members’ needs. Sourced items are generally deemed incidental to the total transaction or purchase of contract items. 5.26 NJPA or NJPA Members may request product/equipment and/or related services that are within the related scope of this RFP, which are not included in an awarded Vendor’s line-item product/equipment and related service list or catalog. These items are known as Sourced Product/Equipment or Open Market Items. 5.27 An awarded Vendor resulting from this RFP may “Source” equipment/products and related services for NJPA or an NJPA Member to the extent they: 5.27.1 Identify all such equipment, products and services as “Sourced Products/Equipment ” or “Open Market Items” on any quotation issued in reference to an NJPA awarded contract, and provided to either NJPA or an NJPA Member; and 5.27.2 Follow all applicable acquisition regulations pertaining to the purchase of such equipment, products and services, as defined by NJPA or NJPA Member receiving quotation from Vendor; and 5.27.3 Ensure NJPA or the NJPA Member has determined the prices as quoted by the Vendor for such equipment, products and services are deemed to be fair and reasonable and are acceptable to the member/buyer; and 5.27.4 Identify all product/equipment sourced as a part of an NJPA contract purchase with all required NJPA reporting and fees applying. 5.28 Cost plus a percentage is an option in pricing of sourced goods. I. PRODUCT & PRICE CHANGES 5.29 Requests for equipment/products or service changes, additions or deletions will be allowed at any time throughout the awarded contract term. All requests must be made in written format by completing the NJPA Price and Product Change Request Form (located at the end of this RFP and on the NJPA website) and signature of an authorized Vendor employee. All changes are subject to review and approval by the NJPA Contracts & Compliance Manager, signed in acceptance by the NJPA Executive Director and acknowledged by the NJPA Contract Council. Submit request via email to your Contract Manager and PandP@njpacoop.org. 5.30 NJPA’s due diligence in analyzing any request for change is to determine if approval of the request is: 1) within the scope of the original RFP and 2) in the “Best Interests of NJPA and NJPA Members.” A signed Price and Product Change form will be returned to vendor contact via email. 5.31 Vendor must complete this change request form and individually list or attach all items or services subject to change, provide sufficiently detailed explanation and documentation for the change, and include a compete restatement of pricing document in appropriate format (preferably Excel). The pricing document must identify all equipment/products and services being offered and must conform to the following NJPA 18 product/price change naming convention: (Vendor Name) (NJPA Contract #) (effective pricing date); for example, “COMPANY 012411-CPY eff 02-12-2013.” 5.32 New pricing restatement must include all equipment/products and services offered regardless of whether their prices have changed and include a new “effective date” on the pricing documents. This requirement reduces confusion by providing a single, current pricing sheet for each vendor and creates a historical record of pricing. 5.33 ADDITIONS. New equipment/products and related services may be added to a contract if such additions are within the scope of the RFP. New equipment/products and related services may be added to a Contract resulting from this RFP at any time during that Contract to the extent those equipment/products and related services are within the scope of this RFP. Those requests are subject to review and approval of NJPA. Allowable new equipment/products and related services generally include new updated models of equipment/products and related services and or enhanced services previously offered which could reflect new technology and improved functionality. 5.34 DELETIONS. New equipment/products and related services may be deleted from a contract if an item or service is no longer available and thus not relevant to the contract; for example, discontinued, improved, etc. 5.35 PRICE CHANGES: Request prices changes in general terms along with the justification by product category for the change; for example, a 3% increase in XYZ Product Line is due to a 3% increase in petroleum, or this list of SKUs/ product descriptions is increasing X% due to X% increase in cost of raw materials. 5.35.1 Price decreases: NJPA expects Vendors to propose their very best prices and anticipates price reductions are due to advancement of technologies and market place efficiencies. 5.35.2 Price increases: Typical acceptable increase requests include increases to Vendor input costs such as petroleum or other applicable commodities, increases in product utility of new compared to old equipment/product or service, etc. Vendor must include reasonable documentation for the claims cited in their request along with detailed justification for why the increase is needed. Special details for price changes must be included with the request along with both current and proposed pricing. Appropriate documentation should be attached to this form, including letters from suppliers announcing price increases. Price increases will not exceed industry standard. 5.36 Submit the following documentation to request a pricing change: 5.36.1 Signed NJPA Price and Product Change Form 5.36.2 Single Statement of Pricing Excel spreadsheet identifying all equipment/products and services being offered and their pricing. Each complete pricing list will be identified by its “Effective Date.” Each successive price listing identified by its “Effective Date” will create a “Product and Price History” for the Contract. Each subsequent pricing update will be saved using the naming convention of “(Vendor Name) pricing effective XX/XX/XXXX.” 5.36.2.1 Include all equipment/products and services regardless of whether their prices have changed. By observing this convention we will: 5.36.2.1.1 Reduce confusion by providing a single, easy to find, current pricing sheet for each Vendor. 5.36.2.1.2 Create a historical record of pricing. 19 5.37 NJPA reserves the right to review additional catalogs being proposed as additions or replacements to determine if the represented products and services reflect and relate to the scope of this RFP. Each new catalog received may have the effect of adding new product offerings and deleting products no longer carried by the Vendor. New catalogs shall apply to the Contract only upon approval of the NJPA. Non- approved use of catalogs may result in termination for convenience. New price lists or catalogs found to be offering non-contract items during the Contract may be grounds for terminating the Contract for convenience. 5.38 Proposers representing multiple manufacturers, or carrying multiple related product lines may also request the addition of new manufacturers or product lines to their Contract to the extent they remain within the scope of this RFP. 5.39 Proposers may use the multiple tabs available in an Excel workbook to separately list logical product groupings or to separately list product and service pricing as they see fit. 5.40 All equipment/products and services together with their pricing, whether changed within the request or remaining unchanged, will be stated on each “Pricing” sheet created as a result of each request for product, service, or pricing change. 5.41 Each subsequent “Single Statement of Product and Pricing” will be archived by its effective date therefore creating a product and price history for any Contract resulting from this RFP. Proposers are required to create a historical record of pricing annually by submitting updated pricing referred to as a “Single Statement of Product/Equipment and Related Services Contract Price Update”. This pricing update is required at a minimum of once per contract year. J. PAYMENT TERMS 5.42 Payment terms will be defined by the Proposer in the Proposer’s Response. Proposers are encouraged to offer payment terms through P Card services if applicable. 5.43 If applicable, identify any leasing programs available to NJPA and NJPA Members as part of your proposal. Proposers should submit an example of the lease agreement to be used and should identify: 5.43.1 General leasing terms such as: 5.43.1.1 The percentage adjustment over/under an index rate used in calculating the internal rate of return for the lease; and 5.43.1.2 The index rate being adjusted; and 5.43.1.3 The “Purchase Option” at lease maturity ($1, or fair market value); and 5.43.1.4 The available term in months of lease(s) available. 5.43.2 Leasing company information such as: 5.43.2.1 The name and address of the leasing company; and 5.43.2.2 Any ownership, common ownership, or control between the Proposer and the Leasing Company. K. SALES TAX 5.44 Sales and other taxes shall not be included in the prices quoted. Vendor will charge state and local sales and other taxes on items for which a valid tax exemption certification has not been provided. Each 20 NJPA Member is responsible for providing verification of tax exempt status to the Vendor. When ordering, NJPA Members must indicate that they are tax exempt entities. Except as set forth herein, no party shall be responsible for taxes imposed on another party as a result of or arising from the transactions contemplated by a Contract resulting from this RFP. L. SHIPPING 5.45 NJPA desires an attractive freight program. A shipping program for material only proposals, or sections of proposals, must be defined as a part of the cost of equipment/products. If shipping is charged to NJPA or NJPA Member, only the actual cost of delivery may be added to an invoice. Shipping charges calculated as a percentage of the product price may not be used, unless such charges are lower than actual delivery charges. COD orders will be accepted if both parties agree. It is desired that delivery be made within ninety-days (90) of receipt of the Purchase Order. 5.46 Selection of a carrier for shipment or expedited shipping will be the option of the party paying for said shipping. Use of another carrier will be at the expense of the party who requested. 5.47 Proposers must define their shipping programs for Alaska and Hawaii and any location not served by conventional shipping services. Over-size and over-weight items and shipments may be subject to custom freight programs. 5.48 All shipping and re-stocking fees must be identified in the price program. Certain industries providing made to order product/equipment may not allow returns. Proposers will be evaluated based on the relative flexibility extended to NJPA and NJPA Members relating to those subjects. 5.49 Proposer agrees shipping errors will be at the expense of the Vendor. 5.50 Delivery effectiveness is very important aspect of this Contract. If completed deliveries are not made at the time agreed, NJPA or NJPA Member reserves the right to cancel and purchase elsewhere and hold Vendor accountable. If delivery dates cannot be met, Vendor agrees to advise NJPA or NJPA Member of the earliest possible shipping date for acceptance by NJPA or NJPA Member. 5.51 Delivered products/equipment must be properly packaged. Damaged equipment/products will not be accepted, or if the damage is not readily apparent at the time of delivery, the equipment/products shall be returned at no cost to NJPA or NJPA Member. NJPA and NJPA Members reserve the right to inspect the equipment/products at a reasonable time subsequent to delivery where circumstances or conditions prevent effective inspection of the equipment/products at the time of delivery. 5.52 Vendor shall deliver Contract conforming products/equipment in each shipment and may not substitute products/equipment without approval from NJPA or the NJPA Member. 5.53 NJPA reserves the right to declare a breach of Contract if the Vendor intentionally delivers substandard or inferior equipment/products which are not under Contract and described in its paper or electronic price lists or sourced upon request to any member under this Contract. In the event of the delivery of non- conforming equipment/products, NJPA Member will notify the Vendor as soon as possible and the Vendor will replace non-conforming equipment/products with conforming equipment/products acceptable to the NJPA member. 5.54 Throughout the term of the Contract, Proposer agrees to pay for return shipment on equipment/products that arrives in a defective or inoperable condition. Proposer must arrange for the return shipment of damaged equipment/products. 5.55 Vendor may not substitute equipment/products unless agreed to by both parties. 21 5.56 Unless contrary to other parts of this solicitation, if the product/equipment or the tender of delivery fail in any respect to conform to this Contract, the purchasing member may: 1) reject the whole, 2) accept the whole or 3) accept any commercial unit or units and reject the rest. 6 EVALUATION OF PROPOSALS A. PROPOSAL EVALUATION PROCESS 6.1 The NJPA Proposal Evaluation Committee will evaluate proposals received based on a 1,000 point evaluation system. The Committee establishes both the evaluation criteria and designates the relative importance of those criteria by assigning possible scores for each category on Form G of this RFP. 6.2 NJPA shall use a final overall scoring system to include consideration for best price and cost evaluation. NJPA reserves the right to assign any number of point awards or penalties it considers warranted if a Proposer stipulates exceptions, exclusions, or limitations of liabilities. Strong consideration will be given to the best price as it relates to the quality of the product and service. However, price is ultimately only one of the factors taken into consideration in the evaluation and award. 6.3 Responses will be evaluated first for responsiveness and thereafter for content. The NJPA Board of Directors will make awards to the selected Proposer(s) based on the recommendations of the Proposal Evaluation Committee. To qualify for the final evaluation, a Proposer must have been deemed responsive as a result of the criteria set forth under “Proposer Responsiveness.” B. PROPOSER RESPONSIVENESS 6.4 All responses are evaluated for level one and level two responsiveness. If a response does not reasonably and substantially conform to all the terms and conditions in the solicitation or it requests unreasonable exceptions, it may be considered non-responsive. 6.5 All proposals must contain answers or responses to the information requested in the proposal forms. The following items constitute the test for “Level One Responsiveness” and are determined on the proposal opening date. If these are not received, your response may be disqualified as non-responsive. 6.6 Level One Responsiveness includes: 6.6.1 received prior to the deadline for submission or it will be returned unopened; 6.6.2 properly addressed and identified as a sealed proposal with a specific opening date and time; 6.6.3 pricing document (with apparent discounts), sample certificate of liability insurance and all forms fully completed even if “not applicable” is the answer; 6.6.4 original signed, completed and dated RFP forms C, D, and F hard copy signed signature page Only from forms A and P from this RFP and if applicable, all counter signed addenda issued in relation to this RFP; 6.6.5 an electronic copy (CD or flash drive) of the entire response; and 6.6.6 falls within the scope as determined by the NJPAs Proposal Evaluation Committee. 6.7 “Level Two” responsiveness is determined through the evaluation of the remaining items listed under Proposal Evaluation Criteria below. These items are not arranged in order of importance and each item may encompass multiple areas of information requested. Any questions not answered will result in a loss 22 of points from relevant Form G criteria and may lead to non-award if too many areas are unanswered resulting in the inability for evaluation team to effectively review your response. C. PROPOSAL EVALUATION CRITERIA 6.8 Evaluation Criteria: Forms A and P includes a series of questions encompassing, but not limited to, the following categories: 6.8.1 Company Information & Financial Strength 6.8.2 Industry Requirements & Marketplace Success 6.8.3 Ability to Sell & Deliver Service Nationwide 6.8.4 Marketing Plan 6.8.5 Other Cooperative Procurement Contracts 6.8.6 Value Added Attributes 6.8.7 Payment Terms & Financing Options 6.8.8 Warranty 6.8.9 Equipment/Products/Services 6.8.10 Pricing & Delivery 6.8.11 Industry Specific Items 6.9 Evaluation of each Proposer’s Response will take into consideration as a minimum response but not necessarily limited to these items. D. OTHER CONSIDERATION 6.10 The Proposer is required to have extensive knowledge and at least three (3) years of experience with the related activities surrounding the selling of the equipment/products and/or related services. 6.11 NJPA reserves the right to accept or reject newly formed companies solely based on information provided in the proposal and/or its own investigation of the company. 6.12 If a manufacturer or supplier chooses not to produce or supply a full selection and representation of product/equipment and related services it has available which fall within the scope of this RFP, such action will be considered sufficient cause to reduce evaluation points. 6.13 NJPA reserves the right to request and test equipment/products and related services from the apparent successful Proposer. Prior to the award of the Contract, the apparent successful Proposer, if requested by NJPA, shall furnish current information and data regarding the Proposer’s resources, personnel, and organization within three (3) days. 6.14 Past performance information is relevant information regarding a Proposer’s actions under previously awarded contracts to schools, local, state, and governmental agencies and non-profit agencies. It includes the Proposer’s record of conforming to specifications and standards of good workmanship. The Proposer’s history for reasonable and cooperative behavior and commitment to member satisfaction shall be under evaluation. Ultimately, Past Performance Information can be defined as the Proposer’s businesslike concern for the interests of the NJPA Member. 6.15 NJPA shall reserve the right to reject any or all proposals. E. COST COMPARISON 23 6.16 NJPA uses a variety of evaluation methodologies, including but not limited to a cost comparison of specific and deemed to be like equipment/products. NJPA reserves the right to use this process in the event the Proposal Evaluation Committee feels it is necessary to make a final determination. 6.17 This process will be based on a point system with points being awarded for being low to high Proposer for each cost evaluation item selected. A “Market Basket” of identical (or substantially similar) equipment/products and related services may be selected by the NJPA Evaluation Committee and the unit cost will be used as a basis for determining the point value. The “Market Basket” will be selected by NJPA from all product categories as determined appropriate by NJPA. F. MARKETING PLAN 6.18 A key element of an NJPA awarded a contract will be based on your marketing response to this solicitation. An awarded Vendor’s sales force will be the primary source of communication to the customers and NJPA members directly relating to the contract success. Success in marketing is dependent on delivery of messaging and communication relating to the contract value, knowledge of contract, proper use and the delivery of contracted equipment/products and related services to the end user. Much of the success and sales reward is a direct result of the commitment to the Contract by the vendor and sales teams. NJPA reserves the right to deem a proposer non- responsive or to not award based on an unacceptable or incomplete marketing plan 6.19 NJPA marketing expectations include: 6.19.1 Vendors ability to demonstrate the leveraging of a national sales force and/or dealer network. Vendors must demonstrate the ability to sell, service and deliver products and equipment through acceptable distribution channels to customers and NJPA members in all 50 states. Demonstrate fully the sales and service capabilities of your company through your response; outline Vendor’s national sales force network in terms of numbers and geographic location and method of distribution of the equipment/products and related services. Service may be independent of the equipment/product sales pricing but is encouraged to be a part of your response and contract. 6.19.2 Vendor is invited to demonstrate the ability to successfully market, promote and communicate the opportunity of an NJPA contract to current and potential members nationwide. NJPA desires a marketing plan that communicates the value of the contract to members. 6.19.3 Vendor is expected to be receptive to NJPA sales trainings. Vendor shall provide a venue for appropriate personnel from both management and the sales force who will be trained. NJPA commits to providing contract sales training and awareness regarding all aspects of communicating the value of the contract itself including: the authority of NJPA to offer the contract to its Members, value and utility the contract delivers to NJPA Members, scope of NJPA Membership, authority of NJPA Members to utilize NJPA procurement contracts, marketing and sales methods, and overall vertical strategies. 6.19.4 Vendor is expected to demonstrate the intent to a commit to full embracement of the NJPA contract. Identify the appropriate levels of sales management and sales force that will need to understand the value of and the internal procedures necessary, to deliver the NJPA contract solution and message to NJPA and NJPA Members. NJPA shall provide a general schedule and a variety of methods surrounding when and how those individuals will be trained. 6.19.5 Vendor will outline their proposed involvement in the promotion of a contract resulting from this RFP through applicable industry trade show exhibits and related customer meetings. Proposers are encouraged to consider participation with NJPA at NJPA embraced national trade shows. 24 6.19.6 Vendor must exhibit the willingness and ability to actively market and develop contract specific marketing materials including, but not limited to: 6.19.6.1 Complete Marketing Plan. Proposer shall submit a marketing plan outlining how the Vendor will launch the NJPA contract to current and potential NJPA Members. NJPA requires the Awarded Vendors to embrace and actively promote the Contract in cooperation with the NJPA. 6.19.6.2 Printed Marketing Materials. Proposer will initially produce and thereafter maintain full color print advertisements in camera ready electronic format including company logo and contact information to be used in the NJPA directory and other approved marketing publications. 6.19.6.3 Contract announcements and advertisements. Proposer will outline in the marketing plan their anticipated contract announcements, advertisements in industry periodicals and other direct or indirect marketing activities promoting the awarded NJPA contract. 6.19.6.4 Proposer’s Website. Proposer will identify how an Awarded Contract will be displayed and linked on the Proposer’s website. An on-line shopping experience for NJPA Members is desired when applicable. 6.19.7 An NJPA Vendor Contract Launch will be scheduled during a reasonable time frame after the award and held at the NJPA office in Staples, MN. 6.20 Proposer shall identify their commitment to develop a sales/communication process to facilitate NJPA membership and establish status of current and potential agencies/members. Proposer should further express their commitment to capturing sufficient member information as is deemed necessary by NJPA. G. CERTIFICATE OF INSURANCE 6.21 Vendors shall provide evidence of liability insurance coverage identified below in the form of a Certificate of Insurance or an ACCORD binder form with their proposal. Upon Award issued pursuant to this contract and prior to the execution of any commerce relating to such award, Vendor will be responsible for providing verification, in the form of a Certificate of Insurance identifying the coverage required below and identifying NJPA as a “Certificate Holder.” Vendor will be responsible to maintain such insurance coverage at their own expense throughout the term of any contract resulting from this solicitation. 6.22 Any exceptions and/or assumptions to the insurance requirements must be identified on Attachment C. Exceptions and/or assumptions will be taken into consideration as part of the evaluation process; however, vendors must be specific. If vendors do not specify any exceptions and/or assumptions at time of proposal submission, NJPA will not consider any additional exceptions and/or assumptions during negotiations. Upon contract award, the successful vendor must provide the Certificate of Insurance identifying the coverage as specified. 6.23 Insurance Liability Limits: The awarded vendor must maintain, for the duration of its contract, $1.5 million in General Liability insurance coverage or General Liability insurance in conjunction with an Umbrella for a total combined coverage of $1.5 million. Work on the contract shall not begin until after the awarded vendor has submitted acceptable evidence of the required insurance coverage. Failure to maintain any required insurance coverage or acceptable alternative method of insurance will be deemed a breach of contract. 6.23.1 Minimum Scope and Limits of Insurance: Vendor shall provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy 25 may be used to meet the minimum liability requirements provided that the coverage is written on a “following form” basis. 6.23.1.1 Commercial General Liability – Occurrence Form Policy shall include bodily injury, property damage and broad form contractual liability and XCU coverage. 6.23.1.2 Each Occurrence $1,500,000 6.24 Insurance Requirements: The limits listed herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract. NJPA in no way warrants that the minimum limits contained herein are sufficient to protect the Vendor from liabilities that might arise out of the performance of the work under this Contract by the Vendor, his agents, representatives, employees or subcontractors and Vendor is free to purchase additional insurance as may be determined necessary. 6.25 Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the State of Minnesota and with an “A.M. Best” rating of not less than A- VII. NJPA in no way warrants that the above required minimum insurer rating is sufficient to protect the Vendor from potential insurer solvency. 6.26 Subcontractors: Vendors’ certificate(s) shall include all subcontractors as additional insureds under its policies or Vendor shall furnish to NJPA separate certificates for each subcontractor. All coverage for subcontractors shall be subject to the minimum requirements identified above. H. ORDER PROCESS AND/OR FUNDS FLOW 6.27 Please propose an order process and funds flow. The Business-to-Government order process and/or funds flow model involves NJPA Members issuing Purchase Orders directly to a Vendor and pursuant to a Contract resulting from this RFP. Administrative fees may also be used for purposes as allowed by Minnesota State Law and approved by the Board of Directors. 6.28 Additional Terms and Conditions can be added at the PO level if both Vendor and Member agree. I. ADMINISTRATIVE FEES 6.29 Proposer agrees to authorize and/or allow for an administrative fee payable to NJPA by an Awarded Vendor in exchange for its facilitation and marketing of a Contract resulting from this RFP to current and potential NJPA Members. This Administration Fee shall be: 6.29.1 Calculated as a percentage of the dollar volume of all equipment/products and services provided to and purchased by NJPA Members or calculated as reasonable and acceptable method applicable to the contracted transaction; and 6.29.2 Included in, and not added to, the pricing included in Proposer’s Response to the RFP; and 6.29.3 Designed to offset the anticipated costs of NJPA’s involvement in contract management, facilitating marketing efforts, Vendor training, and any order processing tasks relating to the Contract resulting from this RFP. Administrative fees may also be used for other purposes as allowed by Minnesota law. Administrative fees may also be used for other purposes as allowed by Minnesota law. 6.29.4 Typical administrative fees for a B-TO-G order process and funds flow is 2.0%. NJPA does not mandate a specific fee percentage, we merely state that 2% is a typical fee across our contracts. The administrative fee percent varies among vendors, industries and responses. 26 6.29.5 NJPA awarded contract holder is responsible for the Administrative Fee and related reporting. 6.30 The opportunity to propose these factors and an appropriate administrative fee is available in the Proposer’s Questionnaire Form P. J. VALUE ADDED 6.31 Examples of Value Added Attributes: Value-Added attributes, products and services are items offered in addition to the products and services being proposed which adds value to those items being proposed. The availability of a contract for maintenance or service after the initial sale, installation, and set-up may, for instance, be “Value Added Services” for products where a typical buyer may not have the ability to perform these functions. 6.32 Where to document Value Added Attributes: The opportunity to indicate value added dimensions and such advancements will be available in the Proposer’s Questionnaire and Proposer’s product and service submittal. 6.33 Value added equipment/products and services and expanded services, as they relate to this RFP, will be given positive consideration in the award selection. Consideration will be given to an expanded selection of FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES and advances to provide products/services, supplies meeting and/or exceeding today’s industry standards and expectations. A value add would include a program or service that further serves the members needs above and possibly beyond standard expectation and complements the equipment/products and services and training. Value added could include areas of product and service, sales, ordering, delivery, performance, maintenance, technology, and service that furthers the functionality and effectiveness of the procurement process while remaining within the scope of this RFP. 6.34 Minority, Small Business, and Women Business Enterprise (WMBE) participation: It is the policy of some NJPA Members to involve Minority, Small Business, and WMBE contractors in the process to purchase product/equipment and related services. Vendors should document WMBE status for their organization AND any such status of their affiliates (i.e. Supplier networks) involved in carrying out the activities invited. The ability of a Proposer to provide “Credits” to NJPA and NJPA Members in these subject areas, either individually or through related entities involved in the transaction, will be evaluated positively by NJPA and reflected in the “value added” area of the evaluation. NJPA is committed to facilitating the realization of such “Credits” through certain structuring techniques for transactions resulting from this RFP. 6.35 Environmentally Preferred Purchasing Opportunities: There is a growing trend among NJPA Members to consider the environmental impact of the equipment/products and related services they purchase. “Green” characteristics demonstrated by responding companies will be evaluated positively by NJPA and reflected in the “value added” area of the evaluation. Please identify any Green characteristics of the product/equipment and related services in your proposal and identify the sanctioning body determining that characteristic. Where appropriate, please indicate which products have been certified as “green” and by which certifying agency. 6.36 On-Line Requisitioning systems: When applicable, on-line requisitioning systems will be viewed as a value-added characteristic. Proposer shall include documentation about user interfaces that make on-line ordering easy for NJPA Members as well as the ability to punch-out from mainstream e-Procurement or Enterprise Resource Planning (ERP) systems that NJPA Members may currently utilize. 6.37 Financing: The ability of the Proposer to provide financing options for the products and services being proposed will be viewed as a Value Added Attribute. 27 6.38 Technology: Technological advances, increased efficiencies, expanded service and other related improvements beyond today’s NJPA member’s needs and applicable standards. K. WAIVER OF FORMALITIES 6.39 NJPA reserves the right to waive any minor formalities or irregularities in any proposal and to accept proposals, which, in its discretion and according to the law, may be in the best interest of its members. 7 POST AWARD OPERATING ISSUES A. SUBSEQUENT AGREEMENTS 7.1 Purchase Order. Purchase Orders for equipment/products and/or related services may be executed between NJPA or NJPA Members (Purchaser) and awarded Vendor(s) or Vendor’s sub-contractors pursuant to this invitation and any resulting Contract. NJPA Members are instructed to identify on the face of such Purchase Orders that “This purchase order is issued pursuant to NJPA procurement contract #XXXXXX.” A Purchase Order is an offer to purchase product/equipment and related services at specified prices by NJPA or NJPA Members pursuant to a Contract resulting from this RFP. Purchase Order flow and procedure will be developed jointly between NJPA and an Awarded Vendor after an award is made. 7.2 Governing Law. Purchase Orders shall be construed in accordance with, and governed by, the laws of a competent jurisdiction with respect to the purchaser. Each and every provision of law and clause required by law to be included in the Purchase Order shall be read and enforced as though it were included. If through mistake or otherwise any such provision is not included, or is not currently included, then upon application of either party the Contract shall be physically amended to make such inclusion or correction. The venue for any litigation arising out of disputes related to Purchase Order(s) shall be a court of competent jurisdiction to the Purchaser. 7.3 Additional Terms and Conditions. Additional terms and conditions to a Purchase Order may be proposed by NJPA, NJPA Members, or Vendors. Acceptance of these additional terms and conditions is OPTIONAL to all parties to the Purchase Order. The purpose of these additional terms and conditions is to formally introduce job or industry specific requirements of law such as prevailing wage legislation. Additional terms and conditions can include specific local policy requirements and standard business practices of the issuing Member. Said additional terms and conditions shall not interfere with the general purpose, intent or currently established terms and conditions contain in this RFP document. 7.4 Specialized Service Requirements. In the event service requirements or specialized performance requirements such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements not addressed in the Contract resulting from this RFP, NJPA Member and Vendor may enter into a separate, standalone agreement, apart from a Contract resulting from this RFP. Any proposed service requirements or specialized performance requirements require pre-approval by Vendor. Any separate agreement developed to address these specialized service or performance requirements is exclusively between the NJPA Member and Vendor. NJPA, its agents, Members and employees shall not be made party to any claim for breach of such agreement. Product sourcing is not considered a service. NJPA Members will need to conduct procurements for any specialized services not identified as a part or within the scope of the awarded Contract. 7.5 Performance Bond. At the request of the member, a Vendor will provide all performance bonds typically and customarily required in their industry. These bonds will be issued pursuant to the requirements of Purchase Orders for product/equipment and related services. If a purchase order is cancelled for lack of a required performance bond by the member agency, it shall be the recommendation of NJPA that the current pending Purchase Order be canceled. Each member has the final decision on Purchase Order continuation. ANY PERFORMANCE BONDING REQUIRED BY THE MEMBER OR CUSTOMER STATE LAWS OR LOCAL POLICY IS TO BE MUTUALLY AGREED UPON AND SECURED BETWEEN THE VENDOR AND THE CUSTOMER/MEMBER. 28 B. NJPA MEMBER SIGN-UP PROCEDURE 7.6 Awarded Vendors will be responsible for familiarizing their sales and service forces with the various forms of NJPA Membership documentation and shall encourage and assist potential Members in establishing Membership with NJPA. NJPA membership is at no cost, obligation or liability to the Member or the Vendor. C. REPORTING OF SALES ACTIVITY 7.7 A report of the total gross dollar volume of all equipment/products and related services purchased by NJPA Members as it applies to this RFP and Contract will be provided quarterly to NJPA. The form and content of this reporting will provided by NJPA to include, but not limited to, name and address of purchasing agency, member number, amount of purchase, and a description of the items purchased. 7.7.1 Zero sales reports: Awarded Vendors are responsible for providing a quarterly sales report of contract sales every quarter regardless of the existence or amount of sales. D. AUDITS 7.8 No more than once per calendar year during the Contract term, Vendor may be required to make available to NJPA the invoice reports and/or invoice documents from Vendor pertaining to all invoices sent by Vendor and all payments made by NJPA members for all equipment/products and related services purchased under the awarded Contract. NJPA must provide written notice of exercise of this requirement with no less than fourteen (14) business days’ notice. NJPA may employ an independent auditor or NJPA may choose to conduct such audit on its own behalf. Upon approval and after the auditor has executed an appropriate confidentiality agreement, Vendor will permit the auditor to review the relevant Vendor documents. NJPA shall be responsible for paying the auditor’s fees. The parties will make every reasonable effort to fairly and equitably resolve discrepancies to the satisfaction of both parties. Vendor agrees that the NJPA may audit their records with a reasonable notice to establish total compliance and to verify prices charged under of the Contract are being met. Vendor agrees to provide verifiable documentation and tracking in a timely manner. E. HUB PARTNER 7.9 Hub Partner: NJPA Members may request to be served through a “Hub Partner” for the purposes of complying with a Law, Regulation, or Rule to which that individual NJPA Member deems to be applicable in their jurisdiction. Hub Partners may bring value to the proposed transactions through consultancy, Disadvantaged Business Entity Credits or other considerations. 7.10 Hub Partner Fees: Fees, costs, or expenses from this Hub Partner levied upon a transaction resulting from this contract, shall be payable by the NJPA Member. The fees, costs, or expenses levied by the Hub Vendor must be clearly itemized in the transaction; and to the extent that the Vendor stands in the chain of title during a transaction resulting from this RFP, the documentation shall be documented to show it is “Executed for the Benefit of [NJPA Member Name].” F. TRADE-INS 7.11 The value in US Dollars for Trade-ins will be negotiated between NJPA or an NJPA Member, and an Awarded Vendor. That identified “Trade-In” value shall be viewed as a down payment and credited in full against the NJPA purchase price identified in a purchase order issued pursuant to any Awarded NJPA procurement contract. The full value of the trade-in will be consideration. G. OUT OF STOCK NOTIFICATION 29 7.12 Vendor shall immediately notify NJPA members upon receipt of order(s) when an out-of-stock occurs. Vendor shall inform the NJPA member regarding the anticipated date of availability for the out-of-stock item(s), and may suggest equivalent substitute(s). The ordering organization shall have the option of accepting the suggested equivalent substitute, or canceling the item from the order. Under no circumstance is Proposer permitted to make unauthorized substitutions. Unfilled or substituted item(s) shall be indicated on the packing list. H. TERMINATION OF CONTRACT RESULTING FROM THIS RFP 7.13 NJPA reserves the right to cancel the whole or any part of a resulting Contract due to failure by the Vendor to carry out any obligation, term or condition as described in the below procedure. Prior to any termination for cause, the NJPA will provide written notice to the Vendor, opportunity to respond and opportunity to cure. Some examples of material breach include, but are not limited to: 7.13.1 The Vendor provides products/equipment or related services that does not meet reasonable quality standards and is not remedied under the warranty; 7.13.2 The Vendor fails to ship the products/equipment or related services or provide the delivery and services within a reasonable amount of time; 7.13.3 NJPA has reason to believe the Vendor will not or cannot perform to the requirements or expectations of the Contract and issues a request for assurance and Vendor fails to respond; 7.13.4 The Vendor fails to observe any of the material terms and conditions of the Contract; 7.13.5 The Vendor fails to follow the established procedure for purchase orders, invoices and/or receipt of funds as established by the NJPA and the Vendor in the Contract. 7.13.6 The Vendor fails to report quarterly sales; 7.13.7 The Vendor fails to actively market this Contract within the guidelines provided in this RFP and the expectations of NJPA defined in the NJPA Contract Launch. 7.13.8 In the event the contract has no measurable and defining value or benefit to NJPA or the NJPA member. 7.14 Upon receipt of the written notice of concern, the Vendor shall have ten (10) business days to provide a satisfactory response to the NJPA. Failure on the part of the Vendor to reasonably address all issues of concern may result in Contract cancellation pursuant to this Section. If the issue is not resolved within sixty (60) days, contract will be terminated. 7.15 Any termination shall have no effect on purchases that are in progress at the time the cancellation is received by the NJPA. The NJPA reserves the right to cancel the Contract immediately for convenience, without penalty or recourse, in the event the Vendor is not responsive concerning the remedy, the performance, or the violation issue within the time frame, completely or in part. 7.16 NJPA reserves the right to cancel or suspend the use of any Contract resulting from this RFP if the Vendor files for bankruptcy protection or is acquired by an independent third party. Awarded Vendor will be responsible for disclosing to NJPA any litigation, bankruptcy or suspensions/disbarments that occur during the contract period. Failure to disclose may result in an immediate termination of the contract. 30 7.17 NJPA may execute Contract termination without cause with a required 60-day written notice of termination. Termination of Contract shall not relieve either party of financial, product or service obligations incurred or accrued prior to termination. 7.18 NJPA may cancel any Contract resulting from this solicitation without any further obligation if any NJPA employee significantly involved in initiating, negotiating, securing, drafting or creating the Contract on behalf of the NJPA is found to be in collusion with any Proposer to this RFP for their personal gain. Such cancellation shall be effective upon written notice from the NJPA or a later date if so designated in the notice given. A terminated Contract shall not relieve either party of financial, product or service obligations due to participating member or NJPA. 7.19 Events of Automatic termination to include, but not limited to: 7.19.1 Vendor’s failure to remedy a material breach of a Contract resulting from this RFP within sixty (60) days of receipt of notice from NJPA specifying in reasonable detail the nature of such breach; and/or, 7.19.2 Receipt of written information from any authorized agency finding activities of Vendors engaged in pursuant to a Contract resulting from this RFP to be in violation of the law. 8 GENERAL TERMS AND CONDITIONS A. ADVERTISING A CONTRACT RESULTING FROM THIS RFP 8.1 Proposer/Vendor shall not advertise or publish information concerning this Contract prior to the award being announced by the NJPA. Once the award is made, a Vendor is expected to advertise the awarded Contract to both current and potential NJPA Members. B. APPLICABLE LAW 8.2 NJPA’s interest in a contract resulting from this RFP: Not withstanding its own use, to the extent NJPA issues this RFP and any resulting contract for the use of its Members, NJPA’s interests and liability for said use shall be limited to the competitive proposal process performed and terms and conditions relating to said contract and shall not extend to the products, services, or warranties of the Awarded Vendor or the intended or unintended effects of the product/equipment and services procured there from. 8.3 NJPA Compliance with Minnesota Procurement Law: NJPA will exhaust all avenues to comply with each unique state law or requirement whenever possible. It is the responsibility of each participating NJPA member to ensure to their satisfaction that NJPA contracting process falls within these laws and applicable laws are satisfied. An individual NJPA member using these contracts is deemed by their own accord to be in compliance with their own requirements and procurement regulations. 8.4 Governing Law with respect to delivery and acceptance: All applicable portions of the Minnesota Uniform Commercial Code, all other applicable Minnesota laws, and the applicable laws and rules of delivery and inspection of the Federal Acquisition Regulations (FAR) laws shall govern NJPA contracts resulting from this solicitation. 8.5 Jurisdiction: Any claims pertaining to this RFP and any resulting Contract that develop between NJPA and any other party must be brought forth only in courts in Todd County in the State of Minnesota unless otherwise agreed to. 8.5.1 Purchase Orders issued pursuant to a contract resulting from this solicitation shall be construed in accordance with, and governed by, the laws of a competent jurisdiction with respect to the purchaser. 31 8.6 Vendor Compliance with applicable law: Vendor(s) shall comply with all federal, state, or local laws applicable to or pertaining to the transaction, acquisition, manufacturer, suppliers or the sale of the equipment/products and relating services resulting from this RFP. 8.7 Other Laws, whether or not herein contained, shall be included by this reference. It shall be Proposer’s/Vendor’s responsibility to determine the applicability and requirements of any such laws and to abide by them. 8.8 Indemnity: Each party agrees it will be responsible for its own acts and the result thereof to the extent authorized by law and shall not be responsible for the acts of the other party and the results thereof. NJPA’s liability shall be governed by the provisions of the Minnesota Tort Claims Act, Minnesota Statutes, Section §3.736, and other applicable law. 8.9 Prevailing Wage: It shall be the responsibility of the Vendor to comply, when applicable, with prevailing wage legislation in effect in the jurisdiction of the purchaser (NJPA or NJPA Member). It shall be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this Contract and adjust wage rates accordingly. 8.10 Patent and Copyright Infringement: If an article sold and delivered to NJPA or NJPA Members hereunder shall be protected by any applicable patent or copyright, the Vendor agrees to indemnify and hold harmless NJPA and NJPA Members against any and all suits, claims, judgments, and costs instituted or recovered against it by any person on account of the use or sale of such articles by NJPA or NJPA Members in violation or right under such patent or copyright. C. ASSIGNMENT OF CONTRACT 8.11 No right or interest in this Contract shall be assigned or transferred by the Vendor without prior written permission by the NJPA. No delegation of any duty of the Vendor shall be made without prior written permission of the NJPA. NJPA shall notify members by posting approved assignments on the NJPA website (www.njpacoop.org) within 15 days of NJPA’s approval. 8.12 If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. NJPA reserves the right to reject the acquiring person or entity as a Vendor. A change of name agreement will not change the contractual obligations of the Vendor. D. LIST OF PROPOSERS 8.13 NJPA will not maintain or communicate to a list of proposers. All interested proposers must respond to the solicitation as a result of NJPA solicitation advertisements indicated. Because of the wide scope of the potential Members and qualified national Vendors, NJPA has determined this to be the best method of fairly soliciting proposals. E. CAPTIONS, HEADINGS, AND ILLUSTRATIONS 8.14 The captions, illustrations, headings, and subheadings in this solicitation are for convenience and ease of understanding and in no way define or limit the scope or intent of this request. F. DATA PRACTICES 8.15 All materials submitted in response to this RFP will become property of the NJPA and will become public record in accordance with Minnesota Statutes, section 13.591, after the evaluation process is completed. If the Responder submits information in response to this RFP that it believes to be nonpublic 32 information, as defined by the Minnesota Government Data Practices Act, Minnesota Statute § 13.37, the Responder must: 8.15.1 make the request within thirty days of award/non-award, and include the appropriate statutory justification. Pricing is generally not redactable. The NJPA Legal Department shall review the statement to determine whether the information shall be withheld. If the NJPA determines to disclose the information, the Bids & Contracts department of the NJPA shall inform the Proposer, in writing, of such determination; and 8.15.2 defend any action seeking release of the materials it believes to be nonpublic information, and indemnify and hold harmless the NJPA, its agents and employees, from any judgments or damages awarded against the NJPA in favor of the party requesting the materials, and any and all costs connected with that defense. 8.16 This indemnification survives the NJPA’s award of a contract. In submitting a response to this RFP, the Responder agrees that this indemnification survives as long as the confidential information is in possession of the NJPA. When the situation warrants, Proposer may be able redact additional nonpublic information after the evaluation process if legal justification is provided and accepted by NJPA. G. ENTIRE AGREEMENT 8.17 The Contract, as defined herein, shall constitute the entire understanding between the parties to that Contract. A Contract resulting from this RFP is formed when the NJPA Board of Directors approves and signs the applicable Contract Award & Acceptance document (Form E). H. FORCE MAJEURE 8.18 Except for payments of sums due, neither party shall be liable to the other nor deemed in default under this Contract if and to the extent that such party’s performance of this Contract is prevented due to force majeure. The term “force majeure” means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence including, but not limited to, the following: acts of God, acts of the public enemy, war, riots, strikes, mobilization, labor disputes, civil disorders, fire, flood, snow, earthquakes, tornadoes or violent wind, tsunamis, wind shears, squalls, Chinooks, blizzards, hail storms, volcanic eruptions, meteor strikes, famine, sink holes, avalanches, lockouts, injunctions-intervention-acts, terrorist events or failures or refusals to act by government authority and/or other similar occurrences where such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring force majeure notifies the other party of the existence of the force majeure and shall be deemed to continue as long as the results or effects of the force majeure prevent the party from resuming performance in accordance with a Contract resulting from this RFP. Force majeure shall not include late deliveries of equipment/products and services caused by congestion at a manufacturer’s plant or elsewhere, an oversold condition of the market, inefficiencies, or other similar occurrences. If either party is delayed at any time by force majeure, then the delayed party shall notify the other party of such delay within forty-eight (48) hours. I. GRATUITIES 8.19 NJPA may cancel an awarded Contract by written notice if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Vendor or any agent or representative of the Vendor, to any employee of the NJPA. J. HAZARDOUS SUBSTANCES 33 8.20 Proper and applicable Material Safety Data Sheets (MSDS) that are in full compliance with OSHA’s Hazard Communication Standard must be provided by the Vendor to NJPA or NJPA Member at the time of purchase. K. LICENSES 8.21 Proposer shall maintain a current status on all required federal, state, and local licenses, bonds and permits required for the operation of the business that is anticipated to be conducted with NJPA and NJPA members by the Proposer. 8.22 All responding Proposers must be licensed (where required) and have the authority to sell and distribute offered equipment/products and related services to NJPA and NJPA Members nationally. Documentation of required said licenses and authorities, if applicable, is requested to be included in the proposer’s response. L. MATERIAL SUPPLIERS AND SUB-CONTRACTORS 8.23 The awarded Vendor shall be required to supply the names and addresses of sourcing suppliers and sub-contractors as a part of the purchase order when requested by NJPA or the NJPA member. M. NON-WAIVER OF RIGHTS 8.24 No failure of either party to exercise any power given to it hereunder, nor to insistence upon strict compliance by the other party with its obligations hereunder, and no custom or practice of the parties at variance with the terms hereof, nor any payment under a Contract resulting from this RFP shall constitute a waiver of either party’s right to demand exact compliance with the terms hereof. Failure by NJPA to take action or assert any right hereunder shall not be deemed as waiver of such right. N. PROTESTS OF AWARDS MADE 8.25 Protests shall be filed with the NJPA’s Executive Director and shall be resolved in accordance with appropriate Minnesota state statutes. Protests will only be accepted from Proposers. A protest must be in writing and filed with NJPA. A protest of an award or proposed award must be filed within ten (10) calendar days after the public notice or announcement of the award. A protest must include: 8.25.1 The name, address and telephone number of the protester; 8.25.2 The original signature of the protester or its representative (you must document the authority of the Representative); 8.25.3 Identification of the solicitation by RFP number; 8.25.4 Identification of the statute or procedure that is alleged to have been violated; 8.25.5 A precise statement of the relevant facts; 8.25.6 Identification of the issues to be resolved; 8.25.7 The aggrieved party’s argument and supporting documentation; 8.25.8 The aggrieved party’s statement of potential financial damages; and 8.25.9 A protest bond in the name of NJPA and in the amount of 10% of the aggrieved party’s statement of potential financial damages. 34 O. SUSPENSION OR DISBARMENT STATUS 8.26 If within the past five (5) years, any firm, business, person or Proposer responding to NJPA solicitation and submitting a proposal has been lawfully terminated, suspended or precluded from participating in any public procurement activity with a federal, state or local government or education agency the Proposer must include a letter with its response setting forth the name and address of the public procurement unit, the effective date of the suspension or debarment, the duration of the suspension or debarment and the relevant circumstances relating to the suspension or debarment. Any failure to supply such a letter or to disclose pertinent information may result in the cancellation of any Contract. By signing the proposal affidavit, the Proposer certifies that no current suspension or debarment exists. P. AFFIRMATIVE ACTION AND IMMIGRATION STATUS CERTIFICATION 8.27 An Affirmative Action Plan, Certificate of Affirmative Action or other documentation regarding Affirmative Action may be required by NJPA or NJPA Members relating to a transaction from this RFP. Vendors shall comply with any such requirements or requests. 8.28 Immigration Status Certification may be required by NJPA or NJPA Members relating to a transaction from this RFP. Vendors shall comply with any such requirements or requests. Q. SEVERABILITY 8.29 In the event that any of the terms of a Contract resulting from this RFP are in conflict with any rule, law, statutory provision or are otherwise unenforceable under the laws or regulations of any government or subdivision thereof, such terms shall be deemed stricken from an awarded Contract resulting from this RFP, but such invalidity or unenforceability shall not invalidate any of the other terms of an awarded Contract resulting from this RFP. R. RELATIONSHIP OF PARTIES 8.30 No Contract resulting from this RFP shall be considered a contract of employment. The relationship between NJPA and an Awarded Contractor is one of independent contractors each free to exercise judgment and discretion with regard to the conduct of their respective businesses. The parties do not intend the proposed Contract to create, or is to be construed as creating a partnership, joint venture, master-servant, principal–agent, or any other relationship. Except as provided elsewhere in this RFP, neither party may be held liable for acts of omission or commission of the other party and neither party is authorized or has the power to obligate the other party by contract, agreement, warranty, representation or otherwise in any manner whatsoever except as may be expressly provided herein. 9 FORMS [THE REST OF THIS PAGE HAS BEEN LEFT INTENTIONALLY BLANK.] 35 Form A PROPOSER QUESTIONNAIRE- General Business Information (Products, Pricing, Sector Specific, Services, Terms and Warranty are addressed on Form P) Proposer Name: ____________________________Questionnaire completed by: ________________________________ Please identify the person NJPA should correspond with from now through the Award process: Name: _____________________________________ E-Mail address: _______________________________________ Provide an answer to all questions directly below each question (do not leave blank, mark NA if not applicable) and address all requests made in this RFP. Please supply any applicable supporting information and documentation you feel appropriate in addition to answers entered to the Word document. All information must be typed, organized, and easily understood by evaluators. Please use the Microsoft Word document version of this questionnaire to respond to the questions contained herein. Company Information & Financial Strength 1) Why did you respond to this RFP? 2) What are your company’s expectations in the event of an award? 3) Provide the full legal name, address, tax identifications number, and telephone number for your business. 4) Demonstrate your financial strength and stability. 5) Are you now, or have you ever been the subject of a bankruptcy action? Please explain. 6) Provide a brief history of your company that includes your company’s core values and business philosophy. 7) How long has your company been in the FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES industry? 8) Is your organization best described as a manufacturer or a distributor/dealer/re-seller for a manufacturer of the products/equipment and related services being proposed? a) If the Proposer is best described as a re-seller, manufacturer aggregate, or distributor, please provide evidence of your authorization as a dealer/re-seller/manufacturer aggregate for the manufacturer of the products/equipment and related services you are proposing. b) If the Proposer is best described as a manufacturer, please describe your relationship with your sales/service force and/or Dealer Network in delivering the products/equipment and related services proposed. c) Are these individuals your employees, or the employees of a third party? d) If applicable, is the Dealer Network independent or company owned? 9) Please provide your bond rating, and/or a credit reference from your bank. 10) Provide a detailed explanation outlining the licenses and certifications that are both required to be held, and actually held by your organization in pursuit of the commerce and business contemplated by this RFP. 11) Provide a detailed explanation outlining licenses and certifications both required to be held, and actually held, by third parties and sub-contractors to your organization in pursuit of the commerce contemplated by this RFP. If not applicable, please respond with “Not Applicable.” 12) Provide all “Suspension or Disbarment” information as defined and required herein. 13) In addition to the $1.5 million in General Liability and/or in conjunction with umbrella insurance coverage, what level of automobile and workers compensation insurance does your organization currently have? If none, please explain. 14) Within the RFP category there is potential to be several different sub-categories of solutions; list sub category title/s that best describe your equipment/products, services and supplies. Industry Requirements &Marketplace Success 15) List and document recent industry awards and recognition. 16) Supply three references/testimonials from customers of like status to NJPA Members to include Government and Education agencies. Please include the customer’s name, contact, and phone number. 36 17) Provide a list of your top 5 Government and/or Education customers (entity name is optional) including: entity type, the state the entity is located in, scope of the project/s, size of transaction/s and dollar volumes from the past 3 fiscal years. 18) What percentages of your current (within the past three (3) fiscal years) national sales are to the government and education verticals? Indicate government and education verticals individually. Proposer’s Ability to Sell and Deliver Service Nationwide 19) Please describe your company sales force in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale and services of the equipment/products contemplated in this RFP? 20) Please describe your dedicated dealer network and number of individual sales force within your dealer network in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sales distribution and delivery of your equipment/products and related services contemplated in this RFP? 21) Please describe your dedicated company service force or dedicated network in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale of the equipment/products and related services contemplated in this RFP? 22) Please describe your dedicated dealer service force or network in terms of numbers geographic dispersion, and the proportion of their attention focused on the sale of the equipment/products and related services contemplated in this RFP? Additionally, please describe any applicable road service and do they offer the ability to service customers at the customer’s location? 23) Describe in detail your customer service program regarding process and procedure. Please include, where appropriate, response time capabilities and commitments as a part of this RFP response and awarded contract. 24) Identify any geographic areas or NJPA market segments of the United States you will NOT be fully serving through the proposed contract. 25) Identify any of NJPA Member segments or defined NJPA verticals you will NOT be offering and promoting an awarded contract to? (Government, Education, Non-profit) 26) Define any specific requirements or restrictions as it applies to our members located off shores such as Hawaii and Alaska and the US Islands. Address your off shore shipping program on the Pricing form P of this document. Marketing Plan 27) Describe your contract sales training program to your sales management, dealer network and/or direct sales teams relating to a NJPA awarded contract. 28) Describe how you would market/promote an NJPA Contract nationally to ensure success. 29) Describe your marketing material, and overall marketing ability, relating to promoting this type of partnership and contract opportunity. Please send a few representative samples of your marketing materials in electronic format. 30) Describe your use of technology and the internet to provide marketing and ensure national contract awareness. 31) Describe your perception of NJPA’s role in marketing the contract and your contracted products/equipment and related services. 32) Describe in detail any unique marketing techniques and methods as a part of your proposal that would separate you from other companies in your industry. 33) Describe your company’s Senior Management level commitment with regards to embracement, promoting, supporting and managing a resultant NJPA awarded contract 34) Do you view your products/equipment applicable to an E-procurement ordering process? ____ Yes ____ No a) If yes, describe examples of E-procurement system/s or electronic marketplace solutions that your products/equipment was available through. Demonstrate the success of government and educations customers to ordering through E-procurement. 35) Please describe how you will communicate your NJPA pricing and pricing strategy to your sales force nationally? Other Cooperative Procurement Contracts 36) Describe your level of experience with national, state and local cooperative contracts. 37) What is the annual dollar sales volume generated through each of the contract(s) identified in your answer to the previous question. 38) Identify any GSA Contracts held or utilized by the Proposer. 37 39) What is the annual combined dollar sales volume for each of these contracts? 40) If you are awarded the NJPA contract, are there any market segments or verticals (e.g., higher education, K-12 local governments, non-profits etc.) or geographical markets where the NJPA contract will not be your primary contract purchasing vehicle? If so, please identify those markets and which cooperative purchasing agreement will be your primary vehicle. 41) How would you leverage an NJPA awarded contract in your sales process? 42) Identify a proposed administrative fee payable to NJPA for facilitation, management and promotion of the NJPA contract, should you be awarded. This fee is typically calculated as a percentage of Contract sales and not a line item addition to the customers cost of goods. Value Added 43) If applicable, describe any product/equipment training programs available as options for NJPA members. If applicable, do you offer equipment operator training as well as maintenance training? ____ Yes ____ No 44) Is this training standard as a part of a purchase or optional? 45) Describe current technological advances your proposed equipment/products and related services offer. 46) Describe your “Green” program as it relates to your company, your products/equipment, and your recycling program, including a list of all green products accompanied by the certifying agency for each (if applicable). 47) Describe any Women or Minority Business Entity (WMBE) or Small Business Entity (SBE) accreditations and the general minority and small business program of your organization as it relates to a Contract resulting from this RFP. 48) Identify any other unique or custom value added attributes of your company or your products/equipment or related services. What makes your proposed solutions unique in your industry as it applies to NJPA members? 49) Other than what you have already demonstrated or described, what separates your company, your products/equipment and related services from your competition? 50) Identify and describe any service contract options included in the proposal, or offered as a proposed option, for the products/equipment being offered. 51) Identify your ability and willingness to offer an awarded contract to qualifying member agencies in Canada specifically and internationally in general. 52) Describe any unique distribution and/or delivery methods or options offered in your proposal. NOTE: Questions regarding Payment Terms, Warranty, Products/Equipment/Services, Pricing and Delivery, and Industry Specific Items are addressed on Form P. Signature: __________________________________________________________ Date: ________________________ 38 Form B PROPOSER INFORMATION Company Name: _________________________________________________________________________ Address: ________________________________________________________________________________ City/State/Zip: ___________________________________________________________________________ Phone: _____________________________________ Fax: ____________________________________ Toll Free Number: ___________________________ E-mail: __________________________________ Web site: _______________________________________________________________________________ Voids sometimes exist between management (those who respond to RFPs) and sales staff (those who contact NJPA Members) that result in communication problems. Due to this fact, provide the names of your key sales people, phone numbers, and geographic territories for which they are responsible COMPANY PERSONNEL CONTACTS Authorized Signer for your organization*: Name: _________________________________________________________________________________ Email: _________________________________________________Phone: ___________________________________ * By executing Form F, the “Proposer’s Assurance of Compliance,” you are certifying this person identified here has their authorization to sign on behalf of your organization: Author of your proposal response Name:__________________________________________________Title:______________________________________ Email: _________________________________________________Phone:_____________________________________ Your Primary Contact person regarding your proposal: Name: _________________________________________Title:______________________________________ Email: _________________________________________Phone:_____________________________________ Other important contact information: Name: _________________________________________Title:______________________________________ Email: _________________________________________Phone:_____________________________________ Name: _________________________________________Title:______________________________________ Email: _________________________________________Phone:_____________________________________ 39 Form C EXCEPTIONS TO PROPOSAL, TERMS, CONDITIONS AND SOLUTIONS REQUEST Company Name: _____________________________________________________________________________ Note: Original must be signed and inserted in the inside front cover pouch. Any exceptions to the Terms, Conditions, Specifications, or Proposal Forms contained herein shall be noted in writing and included with the proposal submittal. Proposer acknowledges that the exceptions listed may or may not be accepted by NJPA and may or may not be included in the final contract. NJPA may clarify exceptions listed here and document the results of those clarifications in the appropriate section below. Section/page Term, Condition, or Specification Exception NJPA ACCEPTS Proposer’s Signature: ______________________________________________________ Date: ________________ NJPA’s clarification on exception/s listed above: 40 Contract Award RFP # 121715 FORM D Formal Offering of Proposal (To be completed Only by Proposer) FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES In compliance with the Request for Proposal (RFP) for FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES the undersigned warrants that I/we have examined this RFP and, being familiar with all of the instructions, terms and conditions, general specifications, expectations, technical specifications, service expectations and any special terms, do hereby propose, fully commit and agree to furnish the defined equipment/products and related services in full compliance with all terms, conditions of this RFP, any applicable amendments of this RFP, and all Proposer’s Response documentation. Proposer further understands they accept the full responsibility as the sole source of responsibility of the proposed response herein and that the performance of any sub-contractors employed by the Proposer in fulfillment of this proposal is the sole responsibility of the Proposer. Company Name: _______________________________ Date: ___________________________________________ Company Address: _______________________________________________________________________________ City:_________________________________________ State: ____________ Zip: __________________________ Contact Person: ________________________________ Title: ___________________________________________ Authorized Signature (ink only): _________________________________ __________________________________ (Name printed or typed) 41 Form E Contract Acceptance and Award (To be completed only by NJPA) NJPA #121715 ______________________________________________________ ___________________________________________________________________ Proposer’s full legal name Your proposal is hereby accepted and awarded. As an awarded Proposer, you are now bound to provide the defined product/equipment and services contained in your proposal offering according to all terms, conditions, and pricing set forth in this RFP, any amendments to this RFP, your Response, and any exceptions accepted or rejected by NJPA on Form C. The effective start date of the Contract will be ___________________________, 20________ and continue for four years from the board award date. This contract has the consideration of a fifth year renewal option at the discretion of NJPA. National Joint Powers Alliance® (NJPA) NJPA Authorized signature: ________________________________ _______________________________________ NJPA Executive Director (Name printed or typed) Awarded this _______ day of_________________________, 20___________ NJPA Contract Number # 121715 NJPA Authorized signature: ________________________________ ________________________________________ NJPA Board Member (Name printed or typed) Executed this ______ day of __________________________, 20___________ NJPA Contract Number # 121715 Proposer hereby accepts contract award including all accepted exceptions and NJPA clarifications identified on FORM C. Vendor Name ____________________________________________ Vendor Authorized signature: _______________________________ __________________________________ (Name printed or typed) Title: _____________________________________________________________ Executed this _____________ day of ___________________, 20___________ NJPA Contract Number # 121715 42 Form F PROPOSER ASSURANCE OF COMPLIANCE Proposal Affidavit Signature Page PROPOSER’S AFFIDAVIT The undersigned, representing the persons, firms and corporations joining in the submission of the foregoing proposal (such persons, firms and corporations hereinafter being referred to as the “Proposer”), being duly sworn on his/her oath, states to the best of his/her belief and knowledge: 1. The undersigned certifies the Proposer is submitting their proposal under their true and correct name, the Proposer has been properly originated and legally exists in good standing in its state of residence, that the Proposer possesses, or will possess prior to the delivery of any equipment/products and related services, all applicable licenses necessary for such delivery to NJPA members agencies nationally, and that they are authorized to act on behalf of, and encumber the “Proposer” in this Contract; and 2. To the best of my knowledge, no Proposer or Potential Proposer, nor any person duly representing the same, has directly or indirectly entered into any agreement or arrangement with any other Proposers, Potential Proposers, any official or employee of the NJPA, or any person, firm or corporation under contract with the NJPA in an effort to influence either the offering or non-offering of certain prices, terms, and conditions relating to this RFP which tends to, or does, lessen or destroy free competition of the Contract sought for by this RFP; and 3. The Proposer or any person on his/her behalf, has not agreed, connived or colluded to produce a deceptive show of competition in the manner of the proposal or award of the referenced contract; and 4. Neither the Proposer nor any officer, director, partner, member or associate of the Proposer, nor any of its employees directly involved in obtaining contracts with the NJPA or any subdivision of the NJPA, has been convicted of false pretenses, attempted false pretenses or conspiracy to commit false pretenses, bribery, attempted bribery or conspiracy to bribe under the laws of any state or federal government for acts or omissions after January 1, 1985; and 5. The Proposer has examined and understands the terms, conditions, scope, contract opportunity, specifications request and other documents of this solicitation and that any and all exceptions have been noted in writing and have been included with the proposal submittal; and 6. If awarded a contract, the Proposer will provide the equipment/products and/or services to qualifying members of the NJPA in accordance with the terms, conditions, scope of this RFP, Proposer offered specifications and other documents of this solicitation; and 7. The undersigned, being familiar with and understand the expectations requested and outlined in this RFP under consideration, hereby proposes to deliver through valid requests, Purchase Orders or other acceptable forms ordering and procurement by NJPA Members. Unless otherwise indicated, requested and agreed to on a valid purchase order per this RFP, only new, unused and first quality equipment/products and related services are to be transacted with NJPA Members relating to an awarded contract; and 8. The Proposer has carefully checked the accuracy of all proposed products/equipment and related services and listed total price per unit of purchase in this proposal to include shipping and delivery considerations. In addition, the Proposer accepts all general terms and conditions of this RFP, including all responsibilities of commitment as outlined and proposed; and 43 9. In submitting this proposal, it is understood that the right is reserved by the NJPA to reject any or all proposals and it is agreed by all parties that this proposal may not be withdrawn during a period of 90 days from the date proposals were opened regarding this RFP; and 10. The Proposer certifies that in performing this Contract they will comply with all applicable provisions of the federal, state, and local laws, regulations, rules, and orders; and 11. The Proposer understands that submitted proposals which are marked “confidential” in their entirety, or those in which a significant portion of the submitted proposal is marked “nonpublic” will not be accepted by NJPA. Pursuant to Minnesota Statute §13.37 only specific parts of the proposal may be labeled a “trade secret.” All proposals are nonpublic until the contract is awarded; at which time, both successful and unsuccessful vendors’ proposals become public information. 12. The Proposer understands and agrees that NJPA will not be responsible for any information contained within the proposal. 13. By signing below, the Proposer understands it is his or her responsibility as the Vendor to act in protection of labeled information and agree to defend and indemnify NJPA for honoring such designation. Proposer duly realizes failure to so act will constitute a complete waiver and all submitted information will become public information; additionally failure to label any information that is released by NJPA shall constitute a complete waiver of any and all claims for damages caused by the release of the information. [The rest of this page has been left intentionally blank. Signature page below] 44 By signing below, Proposer is acknowledging that he or she has read, understands and agrees to comply with the terms and conditions specified above. Company Name: Contact Person for Questions: _____________________________________________________________________________________ (Must be individual who is responsible for filling out this Proposer’s Response form) Address: ____________________________________________________________________________________ City/State/Zip: _______________________________________________________________________________ Telephone Number: _____________________________ Fax Number: _________________________________ E-mail Address:______________________________________________________________________________ Authorized Signature: _________________________________________________________________________ Authorized Name (typed): ______________________________________________________________________ Title: _______________________________________________________________________________________ Date: _______________________________________________________________________________________ Notarized Subscribed and sworn to before me this ______________ day of ___________________, 20______________ Notary Public in and for the County of __________________________________________ State of __________ My commission expires: _______________________________________________________________________ Signature: __________________________________________________________________________________ 45 Form G OVERALL EVALUATION AND CRITERIA For the Proposed Subject FLOORING WITH RELATED EQUIPMENT, PRODUCTS, SUPPLIES, INSTALLATION, AND SERVICES Conformance to Terms & Conditions 50 Financial, Industry Requirements & Marketplace Success 75 Proposer’s Ability to Sell and Deliver Service Nationwide 100 Proposer’s Marketing Plan 50 Value Added Attributes 75 Warranty 50 Equipment/Products and Related Services 200 Pricing 400 TOTAL POINTS 1000 Reviewed by: _________________________________________ Its_________________________________ _________________________________________Its_________________________________ 46 Form P PROPOSER QUESTIONNAIRE Payment Terms, Warranty, Products/Equipment/Services, Pricing and Delivery, Industry Specific Proposer Name: _________________________________________________________________________ Questionnaire completed by: ______________________________________________________________ Payment Terms and Financing Options 1) Identify your payment terms if applicable. (Net 30, etc.) 2) Identify any applicable leasing or other financing options as defined herein. 3) Briefly describe your proposed order process for this proposal and contract award. (Note: order process may be modified or refined during an NJPA member’s final Contract phase process). a. Please specify if you will be including your dealer network in this proposal. If so, please specify how involved they will be. (For example, will he Dealer accept the P.O.?), and how are we to verify the specific dealer is part of your network? 4) Do you accept the P-card procurement and payment process? Warranty 5) Describe, in detail, your Manufacture Warranty Program including conditions and requirements to qualify, claims procedure, and overall structure. 6) Do all warranties cover all products/equipment parts and labor? 7) Do warranties impose usage limit restrictions? 8) Do warranties cover the expense of technicians travel time and mileage to perform warranty repairs? 9) Please list any other limitations or circumstances that would not be covered under your warranty. 10) Please list any geographic regions of the United States for which you cannot provide a certified technician to perform warranty repairs. How will NJPA Members in these regions be provided service for warranty repair? Equipment/Product/Services, Pricing, and Delivery 11) Provide a general narrative description of the equipment/products and related services you are offering in your proposal. 12) Provide a general narrative description of your pricing model identifying how the model works (line item and/or published catalog percentage discount). 13) Please quantify the discount range presented in this response pricing as a percentage discount from MSRP/published list. 14) Provide an overall proposed statement of method of pricing for individual line items, percentage discount off published product/equipment catalogs and/or category pricing percentage discount with regard to all equipment/products and related services and being proposed. Provide a SKU number for each item being proposed. 15) Propose a strategy, process, and specific method of facilitating “Sourced Equipment/Products and/or related Services” (AKA, “Open Market” items or “Non-Standard Options”). 16) Describe your NJPA customer volume rebate programs, as applicable. 17) Identify any Total Cost of Acquisition (as defined herein) cost(s) which is NOT included “Pricing” submitted with your proposal response. Identify to whom these charges are payable to and their relationship to Proposer. 18) If freight, delivery or shipping is an additional cost to the NJPA member, describe in detail the complete shipping and delivery program. 47 19) As an important part of the evaluation of your offer, indicate the level of pricing you are offering. Prices offered in this proposal are: ________a. Pricing is the same as typically offered to an individual municipality, Higher Ed or school district. ________b. Pricing is the same as typically offered to GPOs, cooperative procurement organizations or state purchasing departments. _________c. Better than typically offered to GPOs, cooperative procurement organizations or state purchasing departments. ________d. Other; please describe. 20) Do you offer quantity or volume discounts? _____ YES _____ NO Outline guidelines and program. 21) Describe in detail your proposed exchange and return program(s) and policy(s). 22) Specifically identify those shipping and delivery and exchange and returns programs as they relate to Alaska and Hawaii and any related off shore delivery of contracted products/ equipment and related services 23) Please describe any self-audit process/program you plan to employ to verify compliance with your anticipated contract with NJPA. Please be as specific as possible. Industry-Specific Questions 24) Products-Only Purchase Please list/identify the products that are available in your offering. According to your offering, please submit and explain the process of your product-only pricing and business model, if applicable. Explain clearly and simply the specific details of the pricing, as well as the value an NJPA member would derive from using this option in your offering. 25) Products, Installation, and Services Purchase Please list/identify the products, installation, and related services that are available. According to your offering, please submit and explain the process of your products plus installation pricing and business model, if applicable. Explain clearly and simply the specific details of the pricing, as well as the value an NJPA member would derive from using this option in your offering. Signature: ___________________________________________________________Date: _______________________ 48 10 PRE-SUBMISSION CHECKLIST Check when Completed Contents of Your Bid Proposal Hard Copy Required Signed and Dated Electronic Copy Required ‐ CD or Flash Drive Form A: Proposer Questionnaire with all questions answered completely X ‐ signature page only X Form B: Proposer Information X Form C: Exceptions to Proposal, Terms, Conditions, and Solutions Request XX Form D: Formal Offering of Proposal X X Form E. Contract Acceptance and Award X Form F: Proposers Assurance of Compliance XX Form P: Proposer Questionnaire with all questions answered completely X‐signature page only X Certificate of Insurance with $1.5 million coverage X X Copy of all RFP Addendums issued by NJPA X X Pricing for all Products/Equipment/Services within the RFP being proposed X Entire Proposal submittal including signed documents and forms. X All forms in the Hard Copy Required Signed and Dated should be inserted in the front of the submitted response, unbound. Package containing your proposal labeled and sealed with the following language: "Competitive Proposal Enclosed, Hold for Public Opening XX‐XX‐XXXX" Response Package mailed and delivered prior to deadline to: NJPA, 202 12th St NE, Staples, MN 56479 11 NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM 49 Section 1. Instructions For Vendor Pursuant the NJPA RFP, requests for equipment/products or service changes, additions or deletions will be allowed at any time throughout the awarded contract term. All requests must be made in written format by completing sections 2, 3 and 4 of the NJPA Price and Product Change Request Form and signature of an authorized Vendor employee in section 5. All changes are subject to review and approval by the NJPA Contracts & Compliance Manager, signed in acceptance by the NJPA Executive Director and acknowledged by the NJPA Contract Council. Submit request via email to your Contract Manager AND: PandP@njpacoop.org. NJPA’s due diligence in analyzing any request for change is to determine if approval of the request is: 1) within the scope of the original RFP and 2) in the “Best Interests of NJPA and NJPA Members.” A signed Price and Product Change form will be returned to vendor contact via email. Vendor must complete this change request form and individually list or attach all items or services subject to change, provide sufficiently detailed explanation and documentation for the change, and include a compete restatement of pricing document in appropriate format (preferably Excel). The pricing document must identify all equipment/products and services being offered and must conform to the following NJPA product/price change naming convention: (Vendor Name) (NJPA Contract #) (effective pricing date); for example, “COMPANY 012411-CPY eff 02-12-2013.” NOTE: New pricing restatement must include all equipment/products and services offered regardless of whether their prices have changed and include a new “effective date” on the pricing documents. This requirement reduces confusion by providing a single, current pricing sheet for each vendor and creates a historical record of pricing. ADDITIONS. New equipment/products and related services may be added to a contract if such additions are within the scope of the RFP. DELETIONS. New equipment/products and related services may be deleted from a contract if an item or service is no longer available and thus not relevant to the contract; for example, discontinued, improved, etc. PRICE CHANGES: Request prices changes in general terms along with the justification by product category for the change; for example, a 3% increase in XYZ Product Line is due to a 3% increase in petroleum, or this list of SKUs/ product descriptions is increasing X% due to X% increase in cost of raw materials. Price decreases: NJPA expects Vendors to propose their very best prices and anticipates price reductions are due to advancement of technologies and market place efficiencies. Price increases: Typical acceptable increase requests include increases to Vendor input costs such as petroleum or other applicable commodities, increases in product utility of new compared to old equipment/products or service, etc. Vendor must include reasonable documentation for the claims cited in their request along with detailed justification for why the increase is needed. Special details for price changes must be included with the request along with both current and proposed pricing. Appropriate documentation should be attached to this form, including letters from suppliers announcing price increases. Refer to section 4 of the RFP for complete “Pricing” details. Section 2. Vendor Name and Type of Change Request CHECK ALL CHANGES THAT APPLY: AWARDED VENDOR NAME: ☐ Adding Equipment/ Products /Services ☐Deleting/Discontinuing Equipment/Products/Services ☐Price Increase NJPA CONTRACT NUMBER: ☐Price Decrease 11 NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM 50 Section 3. Detailed Explanation of Need for Changes List equipment/products and/or services that are changing, being added or deleted from previous contract price list along with the percentage change for each item or category. (Attach a separate, detailed document if more than 10 items.) Provide a general statement and documentation explaining the reasons for these price and/or equipment/product/service changes. SAMPLES: 1-All paper equipment/products and services increased 5% in price due to transportation and fuel costs (see attached documentation of raw materials increase). 2-The 6400 series floor polisher is added to the product list as a new model replacing the 5400 series. The 6400 series 3% increase reflects technological improvements made that improve the rate of efficiency and useful life. The 5400 series is now included in the “Hot List” at a 20% discount from previous pricing until remaining inventory is liquidated. If adding equipment/products/services, provide a general statement how these are in the scope. If changing prices and/or adding equipment/products/services, provide a general statement that the pricing or equipment/products/services is consistent with existing NJPA contract pricing. 11 NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM 51 Section 4. Complete Restatement of Pricing Submitted A COMPLETE restatement of the pricing including all new and existing equipment/products and services is attached and/or has been emailed to PandP@njpacoop.org. ☐ Yes ☐ No Section 5. Signatures __________________________________________________________ ________________________ Vendor Authorized Signature Date ____________________________________________ Print Name and Title of Authorized Signer __________________________________________________________ _________________________ NJPA Executive Director Signature Date 52 Appendix A NJPA The National Joint Powers Alliance® (NJPA), on behalf of NJPA and its current and potential Member agencies to include all Government, Higher Education, K12 Education, Non-Profit, Tribal Government, and all other Public Agencies located nationally in all fifty states, Canada, and internationally, issues this Request For Proposal (RFP) to result in a national contract solution. For your reference, the links below include some, but not all, of the entities included in this proposal: http://www.usa.gov/Agencies/Local_Government/Cities.shtml http://nces.ed.gov/globallocator/ https://harvester.census.gov/imls/search/index.asp http://nccsweb.urban.org/PubApps/search.php http://www.usa.gov/Government/Tribal-Sites/index.shtml http://www.usa.gov/Agencies/State-and-Territories.shtml http://www.nreca.coop/about-electric-cooperatives/member-directory/ Oregon Hawaii Washington Letter of Agreement To Extend the Contract Between Milliken & Company dba Milliken Contract Carpet 201 Lukken Industrial Dr. W. Lagrange, GA 30240 And Sourcewell, Formerly National Joint Powers Alliance (NJPA) 202 12th Street NE Staples, MN 56479 Phone: (218) 894-1930 The Vendor and Sourcewell have entered into an Agreement (Contract #121715-MAC) for the procurement of Flooring with Related Equipment, Products, Supplies, Installation and Services. This Agreement has an expiration date of February 16, 2020, but the parties may extend the Agreement for one additional year by mutual consent. The parties acknowledge that extending the Agreement for another year benefits the Vendor, Sourcewell and Sourcewell’s members. The Vendor and Sourcewell therefore agree to extend the Agreement listed above for a fifth year. This existing Agreement will terminate on February 16, 2021. All other terms and conditions of the Agreement remain in force. Sourcewell, Formerly National Joint Powers Alliance (NJPA) By: ___________________________________________, Its: Director of Operations & Procurement/CPO Name printed or typed: Jeremy Schwartz___________________________________________ Date Milliken & Company dba Milliken Contract Carpet By: ___________________________________________, Its: _________________________ Name printed or typed: _________________________________________________________ Date DocuSign Envelope ID: D3151E84-DB17-4944-8E2C-FC69881E6516 COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #080819 Entitled Flooring Materials, with Related Supplies and Services The following advertisement was placed June 13, 2019 in Utah’s The Salt Lake Tribune, 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, The New York State Contract Reporter www.nyscr.ny.gov, PublicPurchase.com, and June 14, 2019 in Oregon’s Daily Journal of Commerce: Sourcewell, a State of Minnesota local government agency and service cooperative, is requesting proposals for Flooring Materials, with Related Supplies and Services to result in a national contracting solution for use by its members. Sourcewell members include thousands of governmental, higher education, K-12 education, not-for-profit, 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 August 8, 2019, 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: 2M Corporation Mannington Mills, Inc. Action Floor Systems, LLC Mathusek Incorporated Altro USA, Inc. Milliken & Company Armstrong Flooring, Inc. Mohawk Carpet Distribution, Inc. AWC Builders Mondo USA, Inc. Bachman d/b/a Floor to Ceiling Carpet One Moon and Pasutti Tile, LLC Bentley Mills, Inc. NYS Office of General Services - Procurement Services Boxley's Services, Inc. Roppe Holding Company Builders Floor Centre SaniGLAZE International, LLC Canada Mat, Inc. Saskatoon Construction Association Carpet Guys USA, LLC Shaw Industries, Inc. Construction Industry Center SOLID Surface Care Continental Flooring Company Specialty Contracting Services Eco Interiors, Inc. State of North Dakota Engineered Floors, LLC Tarkett USA, Inc. Flooring Solutions, Inc. TDG Operations, LLC. dba Atlas | Masland Contract Forbo Flooring, Inc. Total Quality Logistics Gerflor USA UPOFLOOR Americas, Inc. Interface Americas, Inc. William M. Bird & Co., Inc. Karndean International, LLC DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 Sourcewell Page 2 of 4 Proposals were opened on August 8, 2019, on the Sourcewell Procurement Portal from the following: Altro USA, Inc. Armstrong Flooring Inc. Bentley Mills, Inc. Canada Mat, Inc. Carpet Guys USA, LLC Eco Interiors, Inc. Engineered Floors, LLC Gerflor USA Interface Americas, Inc. Karndean International, LLC Mannington Mills, Inc. Milliken & Company Mohawk Carpet Distribution, Inc. Mondo USA, Inc. Roppe Holding Company SaniGLAZE International, LLC Shaw Industries, Inc. Tarkett USA, Inc. TDG Operations, LLC. dba Atlas | Masland Contract UPOFLOOR Americas, Inc. Proposals were reviewed by the Proposal Evaluation Committee: Greg Grunig, Sourcewell Procurement Lead Analyst Kim Austin, CPPB, Sourcewell Procurement Lead Analyst Michael Munoz, Sourcewell Procurement Analyst Stephanie Haataja, CPIM, Sourcewell Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee used the Sourcewell RFP evaluation criteria and determined (19) proposal responses met Level-One and Level-Two Responsiveness and were evaluated. The response of SaniGlaze International, LLC, was determined to be Level-Two Non- responsive and was not evaluated. Bentley Mills, Inc. offers broadloom, carpet tile, luxury vinyl tile (LVT), custom area rugs, installation and project management services. They have a large sales and dealer network to serve Sourcewell members throughout the United States and Canada. Bentley Mills, Inc. is dedicated to sustainability efforts and environmental goals while offering competitive pricing with shipping included. Mannington is a privately held, fourth generation, family owned company founded in 1915. They offer a range of hard and soft surface flooring products, which are almost entirely manufactured in the USA. Mannington’s product DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 Sourcewell Page 3 of 4 grouping provides total flooring solutions for Sourcewell members including broadbloom carpet, modular carpet tiles, resilient sheet flooring, luxury vinyl tile, stair treads and wood flooring. These attributes along with aggressive pricing establish Mannington as a solution provider for member’s needs. Tarkett USA, INC. offers members a large selection of vinyl and vinyl tile along with carpet products with available installation. A well-established company with strong presence in the SLED market. Solid discounts paired with a strong network of service providers, will address Sourcewell member needs across the North American Market. Shaw Industries, Inc. brings a variety of carpet and wood flooring options and innovative adhesives for Sourcewell members. With a demonstrated depth of experience in the government and education markets, a broad network of dealers and distributors, aggressive discounts and a strong training program, Shaw is poised to serve the member community well. Mohawk Carpet Distribution has produced carpet for over 180 years and continues to innovate, most recently with high value polymer blends and new extrusion technology. Mohawk’s complete commercial portfolio includes broadloom carpet, carpet tiles, luxury vinyl tile, wood, laminate, sheet vinyl, rubber tile, and rubber sheet adhesives, along with installation services for a turn-key solution. Strong pricing along with the selection of products allows Mohawk to satisfy the needs of Sourcewell members. Interface Americas, Inc. provides Carbon Neutral and environmentally responsible modular flooring, Luxury Vinyl Tile and Resilient Rubber Tile. Interface Americas is dedicated to a sustainable environment; offering free recycling of old vinyl-backed carpet tile regardless of brand. Employing a sales and service force that covers the United States and Canada, offering a competitive discount with project management and turnkey installation through InterfaceSERVICES™, Interface Americas, Inc. will be able to fully support Sourcewell member’s needs. Karndean International, LLC has over 40 years’ experience manufacturing commercial vinyl flooring. They offer a catalog of Luxury Vinyl Tile and Planking to serve Sourcewell members across the US and Canada. Project Management and product installation will be provided through an expansive 170 locations. Karndean offers an aggressive discount for Sourcewell members. For these reasons, the Sourcewell Proposal Review Committee recommends award of Sourcewell Contract #080819 to: Bentley Mills, Inc. 080819-BPS Interface Americas, Inc. 080819-IFA Karndean International, LLC 080819-KAR Mannington Mills, Inc. 080819-MMI Mohawk Carpet Distribution, Inc. 080819-MCD Shaw Industries, Inc. 080819-SII Tarkett USA, Inc. 080819-TFU The preceding recommendations were approved on October 8, 2019. DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 Sourcewell Page 4 of 4 ______________________________________________ Greg Grunig, Sourcewell Procurement Lead Analyst ______________________________________________ Kim Austin, CPPB, Sourcewell Procurement Lead Analyst ______________________________________________ Michael Munoz, Sourcewell Procurement Analyst ______________________________________________ Stephanie Haataja, CPIM, Sourcewell Procurement Analyst 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 #080819 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, ASQ CSSBB Chief Procurement Officer DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 1 Rev. 4/2019 080819-SII Solicitation Number: 080819 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Shaw Industries, Inc., 616 E. Walnut Avenue, Dalton, GA 30721 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to its members. Participation is open to all levels of governmental entity, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and its Members (Members). For clarification and avoidance of doubt, this Contract entirely supersedes and replaces the prior Contract version, signed on October 8, 2019. 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires October 11, 2023, unless it is cancelled sooner pursuant to Article 24. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 16 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor’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/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor’s product and pricing list. Unless agreed to by the Member in advance, Equipment or Products must be delivered as operational to the Member’s site. DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 2 Rev. 4/2019 080819-SII This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. LAWS AND REGULATIONS. All Equipment, Products, or Services must comply fully with applicable federal laws and regulations, and with the laws of the state or province in which the Equipment, Products, or Services are sold. C. WARRANTY. Vendor warrants that all Equipment, Products, and, subject to the applicable generally-published manufacturer's limited product warranty, Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. Vendor’s dealers and distributors must agree to assist the Member in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that is effective past the expiration of the Vendor’s warranty will be passed on to the Member. EXCEPT AS EXPRESSLY SET FORTH HEREIN AND TO THE MAXIMUM EXTENT PERMITTED BY LAW, VENDOR MAKES NO OTHER WARRANTIES FOR ANY EQUIPMENT, PRODUCTS, SERVICES, OR MATERIALS PROVIDED UNDER THIS AGREEMENT AND HEREBY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE OR USE. D. DEALERS AND DISTRIBUTORS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor’s authorized Distributors/Dealers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time-to-time and is incorporated into this Contract by reference. It is the Vendor’s responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor’s Proposal. Regardless of the payment method chosen by the Member, 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 Member at the time of purchase. When providing pricing quotes to Members, all pricing quoted must reflect a Member’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 Member’s requested delivery location. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Members. Members reserve the right to inspect the Equipment and Products at a reasonable time after delivery where DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3 Rev. 4/2019 080819-SII circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Vendor 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 Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Member will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Member. B. SALES TAX. Each Member is responsible for supplying the Vendor with valid tax-exemption certification(s). When ordering, Members must indicate if it is a tax-exempt entity. Unless exempt, Members shall be responsible for all applicable taxes arising from the provision of Products, Equipment, or Services under this Contract. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor 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 Members. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, Service, or price changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. Sourcewell's approval of such requests shall not be unreasonably withheld. Notwithstanding anything herein to the contrary, Sourcewell will approve all Equipment, Product, and/or Service price increases without limitation if attributable to a material change to applicable duties, taxes, tariffs, similar charges, or other government action, and Sourcewell will use commercially reasonable efforts to expedite the effective implementation of such price increase. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: Ƒ Identify the applicable Sourcewell contract number Ƒ Clearly specify the requested change Ƒ Provide sufficient detail to justify the requested change Ƒ Individually list all Equipment, Products, or Services affected by the requested DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 4 Rev. 4/2019 080819-SII change, along with the requested change (e.g., addition, deletion, price change) Ƒ Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will be become an amendment to this Contract and be incorporated by reference. 5. MEMBERSHIP, CONTRACT ACCESS, AND MEMBER REQUIREMENTS A. MEMBERSHIP. Membership in Sourcewell is open to public and nonprofit entities across the United States and Canada; such as municipal, state/province, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Members that can legally access the Equipment, Products, or Services under this Contract. A Member’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. Vendor understands that a Member’s use of this Contract is at the Member’s sole convenience and Members reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell membership requirements and documentation and, where appropriate, will use commercially reasonable efforts to encourage potential members to join Sourcewell, unless such potential member is already a member of another group purchasing organization or similar organization. Sourcewell reserves the right to add and remove Members to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor’s employees may be required to perform work at government- owned facilities, including schools. Vendor’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Member policies and procedures, and all applicable laws. 6. MEMBER ORDERING AND PURCHASE ORDERS A. PURCHASE ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, Member must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically a Member will issue a purchase order directly to Vendor. Members may use their own forms for purchase orders, but it should clearly note the applicable Sourcewell contract number. Members and/or their authorized purchasing agent, contractor, or similar designee shall be solely responsible for noting the applicable Sourcewell contract number on all purchase orders. Members will be solely responsible for payment and Sourcewell will have no liability for DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 5 Rev. 4/2019 080819-SII any unpaid invoice of any Member. B. ADDITIONAL TERMS AND CONDITIONS. Additional terms and conditions to a purchase order may be negotiated between a Member and Vendor, such as job or industry-specific requirements, legal requirements (such as affirmative action or immigration status requirements), or specific local policy requirements. Any negotiated additional terms and conditions must never be less favorable to the Member than what is contained in Vendor’s Proposal. C. PERFORMANCE BOND. If reasonably requested by a Member, Vendor may provide a performance bond that meets the requirements set forth in the Member’s purchase order. D. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Member requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Member and the Vendor 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. E. TERMINATION OF PURCHASE ORDERS. Members may terminate a purchase order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Member fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal or state laws or regulations prohibit the purchase or change the Member’s requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Member. F. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Member’s purchase order will be determined by the Member making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor 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: Ƒ Maintenance and management of this Contract; Ƒ Timely response to all Sourcewell and Member inquiries; and Ƒ Business reviews to Sourcewell and Members, if applicable. B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to members, pricing and DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6 Rev. 4/2019 080819-SII contract terms, administrative fees, 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, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). Except to the extent applicable law deems the Report and its underlying information public or requires its disclosure, the foregoing will be limited by Vendor’s applicable confidentiality obligations, including without limitation any contractual obligations to Members. The Report must contain the following fields: Ƒ Customer Name (e.g., City of Staples Highway Department); Ƒ Customer Physical Street Address; Ƒ Customer City; Ƒ Customer State; Ƒ Customer Zip Code; Ƒ Customer Contact Name; Ƒ Customer Contact Email Address; Ƒ Customer Contact Telephone Number; Ƒ Sourcewell Assigned Entity/Member Number; Ƒ Item Purchased Description; Ƒ Item Purchased Price; Ƒ Sourcewell Administrative Fee Applied; and Ƒ Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Members under this Contract. The Vendor will submit a check payable to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total net sales of all Equipment, Products, and Services purchased by Members under this Contract during each calendar quarter, less any applicable taxes, freight, fees, and discounts and less amounts attributable to any Services, freight, delivery installation, unpaid invoices, returned Products or materials, or credits issued. Orders under this Contract will only be eligible for the administrative fee if the Member notes the applicable Sourcewell contract number on the purchase order when submitting such purchase order. Payments should note the Sourcewell- assigned contract number in the memo and must be mailed to the address above “Attn: Accounts Receivable.” Payments must be received no later than forty-five (45) calendar days after the end of each calendar quarter. Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 7 Rev. 4/2019 080819-SII ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor 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 thirty (30) days from the cancellation date. Sourcewell is solely responsible for notifying any Member or other entity participating hereunder of its Administrative Fee and for complying with all laws and regulations related or applicable to such Administrative Fee. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor’s Authorized Representative is the person named in the Vendor’s Proposal. If Vendor’s Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. B. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. C. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. D. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. E. 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, master- servant, principal-agent, or any other relationship. 11. LIABILITY DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 8 Rev. 4/2019 080819-SII Vendor must indemnify, save, and hold Sourcewell and its Members, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees brought against Sourcewell or its Member by a third party to the extent, arising out of the performance of this Contract by the Vendor 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. 12. AUDITS A. Sourcewell reserves the right to review the books, records, documents, and accounting procedures and practices of the Vendor pursuant to this Contract solely to the extent necessary to verify Vendor's compliance with its obligations hereunder for a minimum of six (6) years from the end of this Contract. This clause extends to Members as it relates to business conducted by that Member under this Contract. 13. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 14. INTELLECTUAL PROPERTY As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Members against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Members by any person on account of the authorized use of any Equipment or Products by Sourcewell or its Members in accordance with their applicable specifications supplied by Vendor under this Contract in violation of applicable patent or copyright laws. 15. PUBLICITY, MARKETING, AND ENDORSEMENT A. 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 Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 9 Rev. 4/2019 080819-SII B. MARKETING. Any direct advertising, marketing, or offers with Members must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. C. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 16. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. 17. 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. 18. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 19. 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 Vendor 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 Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have not less than sixty (60) calendar days, unless otherwise approved in writing, to cure an outstanding issue or, in the event such issue cannot be cured within sixty (60) calendar days, to take material steps to cure such issue, provided that Vendor must continue to diligently pursue such cure until complete. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 10 Rev. 4/2019 080819-SII without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Members as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Member order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming 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: Ƒ Exercise any remedy provided by law or equity, or Ƒ Terminate the Contract or any portion thereof, including any orders issued against the Contract. 20. INSURANCE A. REQUIREMENTS. At its own expense, Vendor 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. Vendor 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). At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 11 Rev. 4/2019 080819-SII $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor 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). Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers’ Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor 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 Vendor’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 Vendor 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, Vendor 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 Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. All policies must include there will be no cancellation, suspension, non-renewal, or reduction of coverage without thirty (30) days’ prior written notice to the Vendor. Upon request, Vendor must provide to Sourcewell copies of applicable policies and endorsements, within ten (10) days of a request. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 12 Rev. 4/2019 080819-SII C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to name Sourcewell and its Members, including their officers, agents, and employees, as an additional insured under the Vendor’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Vendor, and products and completed operations of Vendor. 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. Vendor 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 Vendor 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 Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies). F. SELF-INSURED RETENTIONS. Any self-insured retention in excess of $10,000 is subject to Sourcewell’s approval. 21. 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. Vendor must maintain a valid status on all required federal, state, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Members. 22. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor 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 Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 13 Rev. 4/2019 080819-SII operated by the State of Minnesota, the United States federal government, or any Member. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 23. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Members 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. Members may also require additional requirements based on specific funding specifications. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Member accesses Vendor’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 each contractor or subrecipient must be prohibited from inducing, by any means, any person DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 14 Rev. 4/2019 080819-SII 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. Vendor 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. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor 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. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor 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). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 15 Rev. 4/2019 080819-SII the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor 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). Vendors must file any required certifications. Vendors 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. Vendors 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. Vendors 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, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of three (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, Vendor 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, Vendor 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). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor’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 DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 16 Rev. 4/2019 080819-SII a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 24.CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon sixty (60)days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor’s Proposal. Termination of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to termination. [ Sourcewell By: __________________________ Jeremy Schwartz Title: Director of Operations & Procurement/CPO Date: ________________________ Shaw Industries, Inc. By: __________________________ ĂƌƌŝĞŶDƵŶƌŽĞ Title: ŽŶƚƌĂĐƚ^ƉĞĐŝĂůŝƐƚ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________ DocuSign Envelope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ocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6SHFLILFDWLRQV 3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 3URSRVHUௐ/HJDOௐ1DPHௐDQGௐDSSOLFDEOHௐ GEDௐLIௐDQ\ 6KDZௐ,QGXVWULHVௐ,QF 3URSRVHUௐ$GGUHVV ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ 3URSRVHUௐZHEVLWHௐDGGUHVVZZZVKDZLQFFRP 3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐ SKRQHௐ7KHௐUHSUHVHQWDWLYHௐPXVWௐ KDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ $VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐ RIௐWKHௐ3URSRVHU 5REHUWௐ0ௐ&KDQGOHUௐ([HFXWLYHௐ9LFHௐ3UHVLGHQWௐ&RPPHUFLDOௐ'LYLVLRQ EREFKDQGOHU#VKDZLQFFRP ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ 3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ SURSRVDOௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐ DGGUHVVௐ ௐSKRQH 5DQGDௐ7KD\HUௐ936$ௐ*RYHUQPHQW UDQGDWKD\HU#VKDZLQFFRP ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ 3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐ SURSRVDOௐLIௐDQ\ௐQDPHௐWLWOHௐDGGUHVVௐ HPDLOௐDGGUHVVௐ ௐSKRQH .DUHQௐ.UDPHUௐ936$ௐ*RYHUQPHQW NDUHQNUDPHU#VKDZLQFFRP ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA &RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH 3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ \RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐ DQGௐLQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐ HTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 6KDZௐVWDUWHGௐLQௐௐDVௐ6WDUௐ'\Hௐ&RPSDQ\ௐDQGௐWUDQVLWLRQHGௐWRௐFDUSHWௐPDQXIDFWXULQJௐLQௐ ௐ6KDZௐHPHUJHGௐDVௐDௐSXEOLFௐFRPSDQ\ௐLQௐௐ7KURXJKRXWௐWKHௐQH[WௐGHFDGHௐRXUௐ VWUDWHJ\ௐZDVௐWRௐEXLOGௐDௐYHUWLFDOௐVXSSO\ௐFKDLQௐVRௐZHௐFRXOGௐFRQWUROௐRXUௐTXDOLW\ௐIURPௐVWDUWௐWRௐ ILQLVKௐ%\ௐௐZHௐZHUHௐWKHௐODUJHVWௐFDUSHWௐPDQXIDFWXUHUௐLQௐWKHௐZRUOGௐ%HFDXVHௐRIௐRXUௐ GRPLQDQWௐPDUNHWௐVKDUHௐVWURQJௐPDQDJHPHQWௐWHDPௐLQQRYDWLYHௐWKLQNLQJௐDQGௐTXDOLW\ௐ SHUIRUPDQFHௐ%HUNVKLUHௐ+DWKDZD\ௐDFTXLUHGௐXVௐLQௐௐ7RGD\ௐZHௐDUHௐDௐIXOOVHUYLFHௐIORRULQJௐ FRPSDQ\ௐZLWKௐௐHPSOR\HHVௐDURXQGௐWKHௐJOREHௐDQGௐSURGXFWVௐIRUௐHYHU\ௐIORRULQJௐFDWHJRU\ௐ LQFOXGLQJௐEURDGORRPௐFDUSHWௐWLOHௐUHVLOLHQWௐKDUGZRRGௐODPLQDWHௐDQGௐWLOHௐDQGௐVWRQHௐIORRULQJௐ SURGXFWVௐDQGௐV\QWKHWLFௐWXUIௐ2XUௐNH\ௐYDOXHVௐDUHௐKRQHVW\ௐLQWHJULW\ௐDQGௐSDVVLRQ 3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐSURGXFWVௐ DQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐ SURSRVDO :HௐDUHௐSURYLGLQJௐSURGXFWVௐDQGௐLQVWDOODWLRQௐVHUYLFHVௐIRUௐWKRVHௐSURGXFWVௐ$GGLWLRQDOO\ௐZHௐZLOOௐEHௐ RIIHULQJௐPDLQWHQDQFHௐVHUYLFHVௐWKURXJKௐ62,/'ௐ2XUௐSURGXFWVௐLQFOXGHௐEURDGORRPௐFDUSHWௐWLOHௐ UHVLOLHQWௐHQJLQHHUHGௐZRRGௐDQGௐKDUGZRRG :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" :HௐZRXOGௐPHHWௐZLWKௐ\RXUௐVWDIIௐWRௐILQDOL]HௐWKHௐPDUNHWLQJௐSODQௐDQGௐUHSRUWLQJௐ:HௐZDQWௐ\RXௐWRௐ EHௐFRPIRUWDEOHௐZLWKௐRXUௐVWDIIௐDQGௐSODQௐJRLQJௐIRUZDUG 'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐ ZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐ LWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐ DQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐ UHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ \RXUௐUHVSRQVH :HௐDUHௐDௐVXEVLGLDU\ௐRIௐ%HUNVKLUHௐ+DWKDZD\ௐ$WWDFKHGௐLVௐ%HUNVKLUH VௐDQQXDOௐUHSRUWௐ,QௐDGGLWLRQௐ ZHௐDUHௐKDSS\ௐWRௐSURYLGHௐRXUௐ6KDZௐVSHFLILFௐILQDQFLDOVௐXSRQௐUHFHLSWௐRIௐDௐQRQGLVFORVXUHௐ DJUHHPHQWௐIURPௐ\RXௐ$Qௐ1'$ௐLVௐDWWDFKHGௐIRUௐ\RXUௐVLJQDWXUH :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐ WKDWௐ\RXௐDUHௐSURSRVLQJ" 5HTXHVWHGௐ2XUௐ86ௐPDUNHWௐVKDUHௐIRUௐFRPPHUFLDOௐSURGXFWVௐLVௐ %URDGORRP &DUSHWௐ7LOH 5HVLOLHQW :RRG :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐLIௐDQ\" 5HTXHVWHGௐ2XUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐFRPPHUFLDOௐSURGXFWVௐLVௐ %URDGORRP &DUSHWௐ7LOH 5HVLOLHQW :RRG +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐ SURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐ PDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐ VHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐDௐRUௐEௐMXVWௐEHORZௐEHVWௐDSSOLHVௐWRௐ\RXUௐ RUJDQL]DWLRQ Dௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐVLPLODUௐHQWLW\ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐ WKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐ LVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐ RZQHG" Eௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ PDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐ UHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐ ZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐ SURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐ WKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐ HPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 6KDZௐLVௐSULPDULO\ௐDௐPDQXIDFWXUHUௐRIௐIORRUFRYHULQJௐSURGXFWVௐ:HௐDOVRௐSURYLGHௐLQVWDOODWLRQௐ VHUYLFHVௐIRUௐWKRVHௐSURGXFWVௐௐ:HௐKDYHௐௐHPSOR\HHVௐJOREDOO\ௐLQYROYHGௐLQௐDOOௐDVSHFWVௐRIௐ SURGXFWLRQௐDQGௐVDOHVௐ:HௐKDYHௐௐVDOHVௐUHSUHVHQWDWLYHVௐLQௐWKHௐ86ௐDQGௐ&DQDGDௐZKRௐDUHௐ HPSOR\HHVௐ:HௐDOVRௐKDYHௐDQௐLQKRXVHௐVHUYLFHௐWHDPௐ7KHௐRQO\ௐVHUYLFHVௐZHௐRXWVRXUFHௐDUHௐ LQVWDOODWLRQௐDQGௐPDLQWHQDQFHௐDOWKRXJKௐZHௐPDQDJHௐWKHLUௐZRUNௐWKURXJKௐRXUௐ6KDZௐ,QWHJUDWHGௐ 6ROXWLRQVௐGLYLVLRQ ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐ ERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐKHOGௐE\ௐ \RXUௐRUJDQL]DWLRQௐLQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐ VXEFRQWUDFWRUVௐWKDWௐ\RXௐXVHௐLQௐSXUVXLWௐRIௐWKHௐ EXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 6KDZௐKDVௐEXVLQHVVௐOLFHQVHVௐLQௐHDFKௐRIௐRXUௐORFDWLRQVௐ:KHQௐZHௐKLUHௐDQௐLQVWDOODWLRQௐFRPSDQ\ௐ ZHௐYHWௐWKHLUௐOLFHQVHV 3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'LVEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐ GXULQJௐWKHௐSDVWௐWHQௐ\HDUV 7KHUHௐDUHௐQRQH :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐ WKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHV 7KHUHௐDUHௐQRQH ,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐ WKHௐSDVWௐILYHௐ\HDUV 3DWFUDIW ௐ ௐ%HVWௐRIௐ1HRFRQௐ*ROGௐௐ'HFRQVWUXFWHGௐ)HOWௐௐ&DUSHWௐ0RGXODUௐ ௐ%HVWௐRIௐ1HRFRQௐ*ROGௐௐ+DQGORRPௐௐ5HVLOLHQWௐௐ ௐ0HWURSROLVௐ/LNHVௐIRUௐ+DQGORRPௐ ௐ%XLOGLQJV ௐ3URGXFWௐ,QQRYDWLRQௐIRUௐ'HFRQVWUXFWHGௐ)HOWௐௐ ௐ,QWHULRUௐௐ6RXUFHVௐ+L3ௐDZDUGௐIRUௐ6XEWOHௐ,PSUHVVLRQVௐ ௐ&RYHUDJHௐLQௐ&RQWUDFWௐ0HWURSROLVௐ6SHFLI\ௐ,QWHULRUௐ'HVLJQௐ,QWHULRUVௐௐ6RXUFHVௐ $UFKLSURGXFWVௐௐ)ORRUௐ&RYHULQJௐ1HZVௐ)ORRUௐ&RYHULQJௐ:HHNO\ௐ)ORRUௐ7UHQGVௐ0DJD]LQHௐ)ORRUௐ )RFXVௐ*UHHQௐௐ2SHUDWLRQVௐ0F0RUURZௐ5HSRUWVௐDQGௐ2IILFHௐ,QVLJKW ௐ$GH[ௐ3ODWLQXPௐௐ'HFRQVWUXFWHGௐ0HWDOௐ ௐ$GH[ௐ3ODWLQXPௐௐ0DWHULDOௐ3DUDGR[ௐ ௐ$GH[ௐ3ODWLQXPௐௐ6XEWUDFWLYHௐ/D\HUVௐ ௐ$GH[ௐ*ROGௐௐ$G0L[ௐ ௐ$GH[ௐ*ROGௐௐ,VOHௐRIௐ6N\Hௐ ௐ0HWURSROLV/LNHVௐௐ$UWHIDFWௐ ௐ%HVWௐRIௐ1HR&RQௐ6LOYHUௐௐ'LFKURLFௐௐ&DUSHWௐ0RGXODUௐௐ ௐௐ6FKRROௐ3ODQQLQJௐ ௐ0DQDJHPHQWௐDQGௐ&ROOHJHௐ3ODQQLQJௐDQGௐ0DQDJHPHQWௐ1HZௐ3URGXFWௐRIௐ WKHௐ<HDUௐௐ7DQJLEOHௐ+XHௐௐௐ,QWHULRUௐ'HVLJQௐ%HVWௐRIௐ<HDUௐ$ZDUGVௐ+RQRUHHௐௐ'LFKURLFௐ ௐ+L3ௐ+RQRUHHௐ0DQXIDFWXUHUௐ6HOOHUௐௐ0HJJKDQௐ+R\Wௐௐ ௐ+L3ௐ+RQRUHHௐ:RUNSODFHௐ)ORRULQJௐ+DUGௐ6XUIDFHௐௐ:RRGWRQHௐ ௐ3URGXFWௐ,QQRYDWLRQVௐ0HULWௐ$ZDUGௐQGௐ3ODFHௐௐ$UWHIDFWௐ ௐ'DYH\ௐ$ZDUGௐ6LOYHUௐ:HEVLWHV&RQVWUXFWLRQௐIRUௐ:HEVLWHVௐௐ6KDZௐ6RXQGௐ$GYLVRUௐௐ ௐ ௐ%HVWௐRIௐ1HRFRQௐ6LOYHUௐௐ+DUGVXUIDFHௐௐ6XEWUDFWLYHௐ/D\HUVௐ ௐ%XLOGLQJVௐ3URGXFWௐ,QQRYDWLRQௐ*UDQGௐ$ZDUGௐVWௐSODFHௐௐ6XEWUDFWLYHௐ/D\HUVௐௐ ௐ+L3ௐ3URGXFWௐ'HVLJQHUௐ³5LVLQJௐ6WDU´ௐௐ.HOO\ௐ6WHZDUWௐ ௐ ௐ%HVWௐRIௐ1HRFRQௐ6LOYHUௐ±ௐ+HDOWKFDUHௐ±ௐ$G0L[ௐ ௐ)ORRUௐ&RYHULQJௐ:HHNO\¶Vௐ*UHHQ6WHSௐ$ZDUGVௐ+RQRUHHௐ±ௐ'HFRQVWUXFWHGௐ%ODFNௐ ௐ1LJKWLQJDOHௐ6LOYHUௐௐ+DUGௐ6XUIDFHௐௐ$G0L[ௐ ௐ1LJKWLQJDOHௐ6LOYHUௐௐ5HVLOLHQWௐௐ9LQLQJVௐௐ 6KDZௐ&RQWUDFWௐ ௐௐ,,'$+'ௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ±ௐ%HVWௐ&DUSHW5XJVௐ±ௐ&RPPXQLW\ௐ ௐ&RQWUDFW¶Vௐ%HVWௐRIௐ1HR&RQௐ$ZDUGௐ±ௐ6LOYHUௐ0RGXODUௐ)ORRULQJௐ±ௐ6XLWHGௐ ௐௐ0L[RORJ\ௐ$ZDUGௐ±ௐ3URGXFWௐRIௐWKHௐ<HDUௐ)ORRULQJௐ±ௐ,QVLGHௐ6KDSHV ௐௐ,,'$ௐ*OREDO6KRSௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ±ௐ%HVWௐ)ORRULQJௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ0HWURSROLVௐ/LNHVௐ±ௐ+DYHQ ௐௐ&RQWUDFW¶Vௐ%HVWௐRIௐ1HR&RQௐ$ZDUGௐ±ௐ*ROGௐ0RGXODUௐ)ORRULQJௐ±ௐ+DYHQ ௐௐ+HDOWKFDUHௐ'HVLJQ¶Vௐ1LJKWLQJDOHௐ$ZDUGௐ±ௐ*ROGௐ0RGXODUௐ)ORRULQJௐ±ௐ+DYHQ ௐௐ,QWHULRUௐ'HVLJQௐ0DJD]LQHௐ+L3ௐ$ZDUGௐ±ௐ%HVWௐ:RUNSODFHௐ)ORRULQJௐ±ௐ,QVLGHௐ6KDSHV ௐௐ,QWHULRUௐ'HVLJQௐ0DJD]LQH¶Vௐ%HVWௐRIௐWKHௐ<HDUௐ$ZDUGௐ±ௐ&DUSHWௐ±ௐ,QVLGHௐ6KDSHV ௐௐ'H]HHQ¶Vௐ3URGXFWௐ$ZDUGௐ/RQJOLVWௐ±ௐ,QVLGHௐ6KDSHV ௐௐ,,'$+'ௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ±ௐ%HVWௐ5HVLOLHQWௐ)ORRULQJௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ&RQWUDFW¶Vௐ%HVWௐRIௐ1HR&RQௐ$ZDUGௐ±ௐ6LOYHUௐ+DUGௐ6XUIDFHௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ+HDOWKFDUHௐ'HVLJQ¶Vௐ1LJKWLQJDOHௐ$ZDUGௐ±ௐ6LOYHUௐ+DUGௐ6XUIDFHௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ*OREDO6KRS¶Vௐ%HVWௐ)ORRULQJௐDQGௐ%HVWௐRIௐ&RPSHWLWLRQௐ±ௐ&DQYDV ௐௐ,,'$+'ௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ:LQQHUௐ±ௐ%HVWௐLQௐ)ORRULQJௐ±ௐ&DUSHWௐ±ௐ2IIௐWKHௐ*ULG ௐௐ%HVWௐRIௐ1HR&RQௐ6LOYHUௐ$ZDUGௐ±ௐ&DUSHWௐ%URDGORRPௐ±ௐ0RGHUQௐ(GLW ௐௐ1HR&RQௐ(GLWRU¶Vௐ&KRLFHௐ$ZDUGௐ±ௐ/97ௐ±ௐ0RGHUQௐ(GLWௐ ௐௐ%HVWௐRIௐ1HR&RQௐ*ROGௐ±ௐ&RPSRVHௐ'HVLJQௐ7RRO ௐௐ$UFKLW]HUௐ$ZDUGௐ±ௐ7KHௐ6WXGLR3DLQWLQJ ௐௐ7KHௐ6OHHSௐ(YHQWௐ%&)$ௐ±ௐ3URGXFWௐRIௐWKHௐ<HDUௐ$ZDUGௐ±ௐ1REOHௐ0DWHULDOV ௐௐ*OREDO6KRSௐ%HVWௐRIௐ)ORRULQJௐ±ௐ1REOHௐ0DWHULDOV ,Qௐௐ6KDZௐ,QGXVWULHVௐDVௐDௐZKROHௐZDVௐUDQNHGௐௐRQௐ)RUEHVௐOLVWௐIRUௐWKHௐ ௐ%HVWௐ(PSOR\HUVௐLQௐWKHௐVWDWHௐRIௐ*HRUJLDௐ:HௐDOVRௐPDGHௐWKHௐ2IILFLDOௐ6KLSSHUௐRIௐWKHௐ&KRLFHௐ OLVWௐLQௐௐ &RUSRUDWHௐDZDUGVௐLQௐௐDUHௐ ௐௐ*(ௐ(FRPDJLQDWLRQௐ/HDGHUVKLSௐ$ZDUG&OHDUௐ3DWKௐ5HF\FOLQJ ௐௐ*(ௐ5HWXUQௐRQௐ(QYLURQPHQWௐ$ZDUG&OHDUௐ3DWKௐ5HF\FOLQJ ௐௐ6XVWDLQDEOHௐ3XUFKDVLQJௐ/HDGHUVKLSௐ&RXQFLOௐ63/&ௐௐ3XUFKDVLQJ /HDGHUVKLSௐ$ZDUGV DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA ²ௐ0DUNHWௐ7UDQVIRUPDWLRQௐ/HDGHUVKLSௐ$ZDUG ²ௐ6XSSOLHUௐ/HDGHUVKLSௐ$ZDUG ௐௐௐ)ORRUௐ&RYHULQJௐ1HZVௐ$ZDUGVௐRIௐ([FHOOHQFHௐௐ(QYLURQPHQWDO /HDGHUVKLSௐ$ZDUG ௐௐௐ86*%&ௐ/(('ௐ*ROGௐ6KDZௐ&RQWUDFWௐௐ1HZௐ<RUNௐ6KRZURRP ௐௐௐ86*%&ௐ/(('ௐ6LOYHUௐ6KDZௐ&RQWUDFWௐௐ$WODQWDௐ6KRZURRP ௐௐ6HOOLQJௐ3RZHUௐPDJD]LQHௐௐௐ%HVWௐ&RPSDQLHVௐWRௐ6HOOௐ)RU ௐௐH/HDUQLQJௐPDJD]LQHௐௐ/HDUQLQJௐ ௐௐ7UDLQLQJௐPDJD]LQHௐௐௐ7UDLQLQJௐ7RSௐ :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV ௐ ௐ ௐ :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV ௐௐ ௐௐ ௐ /LVWௐDQ\ௐVWDWHௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐ FRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐ VDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" :HௐDUHௐFXUUHQWO\ௐRQௐFRQWUDFWௐZLWKௐ6RXUFHZHOOௐDVௐZHOOௐDVௐௐௐRWKHUௐFRRSHUDWLYHVௐ .&'$ .H\VWRQHௐ3XUFKDVLQJௐ1HWZRUNௐௐ.31 0DVVDFKXVHWWVௐ+LJKHUௐ(GXFDWLRQௐ&RQVRUWLXPௐௐ0+(& 3DQKDQGOHௐ$UHDௐ(GXFDWLRQDOௐ&RQVRUWLXPௐௐ3$(& 3XUFKDVLQJௐ$VVRFLDWLRQௐRIௐ&RRSHUDWLYHௐ(QWLWLHVௐௐ3$&( 3XUFKDVLQJௐ&RRSHUDWLYHௐRIௐ$PHULFDௐௐ3&$ :HௐKDYHௐWKHௐIROORZLQJௐVWDWHௐFRQWUDFWVௐZKLFKௐDUHௐ .HQWXFN\ௐ0DVVDFKXVHWWVௐ3HQQV\OYDQLDௐ9LUJLQLDௐ$ODVNDௐ$UL]RQDௐௐ&DOLIRUQLDௐ&RORUDGRௐ &RQQHFWLFXWௐ'HODZDUHௐ)ORULGDௐ,RZDௐ.DQVDVௐ/RXLVLDQDௐ0LFKLJDQௐ0LQQHVRWDௐ0LVVLVVLSSLௐ 0LVVRXULௐ1HYDGDௐ1HZௐ-HUVH\ௐௐ1HZௐ<RUNௐ1RUWKௐ&DUROLQDௐ2KLRௐ2UHJRQௐ6RXWKௐ'DNRWDௐ 7HQQHVVHHௐ8WDKௐ9HUPRQWௐ:DVKLQJWRQௐDQGௐ:HVWௐ9LUJLQLD 2XUௐFOLHQWௐLQIRUPDWLRQௐLVௐFRQILGHQWLDOௐ:HௐGRௐQRWௐVKDUHௐWKHLUௐVDOHVௐQXPEHUVௐ,QௐWXUQௐZHௐZRXOGௐ QRWௐVKDUHௐ6RXUFHZHOO VௐQXPEHUV /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" :HௐKDYHௐWKHௐIROORZLQJௐ*RYHUQPHQWௐ3XUFKDVLQJௐ&RQWUDFWௐ *6$ 2XUௐFOLHQWௐLQIRUPDWLRQௐLVௐFRQILGHQWLDOௐ:HௐGRௐQRWௐVKDUHௐWKHLUௐVDOHVௐQXPEHUVௐ,QௐWXUQௐZHௐZRXOGௐ QRWௐVKDUHௐ6RXUFHZHOO VௐQXPEHUV 5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 'HSDUWPHQWௐRIௐ0DQDJHPHQWௐ6HUYLFHVௐ)ORULGD 9LFWRULDௐ0LWFKHOO YLFWRULDPLWFKHOO#GPVP\IORULGDFRP &DEDUUXVௐ&RXQW\ 0RQW\ௐ(XG\ PGHXG\#FDEDUUXVFRXQW\XV &LW\ௐRIௐ3RUWௐ6Wௐ/XFLH :HQG\ௐ5LWDFFR ZULWDFFR#FLW\RISVOFRP 7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUVHQWLW\QDPHLVRSWLRQDOLQFOXGLQJHQWLW\W\SHWKH VWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFWVVL]HRIWUDQVDFWLRQVDQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV 6RXUFHZHOO *RYHUQPHQW 0LQQHVRWD01 )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO *6$ *RYHUQPHQW 'LVWULFWRI &ROXPELD'& )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO 6WDWHௐRIௐ2UHJRQ *RYHUQPHQW 2UHJRQ25 )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO 6WDWHௐRIௐ2KLR *RYHUQPHQW 2KLR2+ )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO 1$632 1RQ3URILW .HQWXFN\.< )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA $ELOLW\WR6HOODQG'HOLYHU6HUYLFH1DWLRQZLGH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOO0HPEHUVDFURVVWKH86DQG&DQDGDLIDSSOLFDEOH<RXUUHVSRQVHVKRXOGDGGUHVVLQ GHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUVIXOOWLPHHTXLYDOHQWVLQYROYHGLQHDFK VHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHVRUHPSOR\HHVRIDWKLUGSDUW\DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 6DOHVௐIRUFH :HௐKDYHௐPRUHௐWKDQௐௐKLJKO\ௐWUDLQHGௐVDOHVௐSURIHVVLRQDOVௐWKURXJKRXWௐWKHௐ86ௐDQGௐ&DQDGDௐ 2XUௐTXDOLILHGௐSURIHVVLRQDOVௐDUHௐVWUDWHJLFDOO\ௐORFDWHGௐWRௐEHVWௐVXSSRUWௐRXUௐFXVWRPHUVௐ7KH\ௐDUHௐ HTXLSSHGௐWRௐSURYLGHௐRXUௐFXVWRPHUVௐZLWKௐEHVWLQFODVVௐGHVLJQௐSURGXFWௐDQGௐRYHUDOOௐFXVWRPHUௐ VXSSRUW 'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV <RXUௐPHPEHUVௐZLOOௐKDYHௐHDV\ௐDFFHVVௐWRௐSURGXFWVௐ:HௐVHOOௐGLUHFWO\ௐWRௐFXVWRPHUVௐRUௐWKURXJKௐ GHDOHUVௐ:HௐFXUUHQWO\ௐGRௐEXVLQHVVௐZLWKௐWKRXVDQGVௐRIௐGHDOHUVௐLQௐWKHௐ86ௐDQGௐ&DQDGD 6HUYLFHௐIRUFH 6XUYH\VௐLQௐ)ORRUௐ)RFXVௐUDQNௐ6KDZௐDVௐQXPEHUௐRQHௐLQௐVHUYLFHௐ6HUYLFHௐLVௐJHQHUDOO\ௐSURYLGHGௐE\ௐ RXUௐVDOHVௐWHDPௐKRZHYHUௐZHௐKDYHௐDௐWHFKQLFDOௐVHUYLFHVௐWHDPௐRIௐௐHPSOR\HHVௐௐRIௐZKLFKௐFDQௐ SURYLGHௐRQVLWHௐVXSSRUWௐ7KHVHௐWHFKQLFDOௐH[SHUWVௐSURYLGHௐWHVWLQJௐLQVWDOODWLRQௐVXSSRUWௐDQGௐ PDLQWHQDQFHௐVXSSRUW 'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐ RIௐ\RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐ DSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐ FDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐ LQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐ VWDWHGௐVHUYLFHௐJRDOVௐRUௐSURPLVHV 2XUௐVDOHVௐDQGௐWHFKQLFDOௐVHUYLFHௐWHDPVௐW\SLFDOO\ௐUHVSRQGௐZLWKLQௐௐKRXUVௐ:HௐKDYHௐJHQHUDOௐ PDQXIDFWXULQJௐWLPHVௐRIௐFDUSHWௐLQௐௐZHHNVௐFDUSHWௐWLOHௐLQௐௐZHHNVௐDQGௐUHVLOLHQWௐZLWKௐQRௐOHDGௐWLPHௐ SURGXFWVௐDUHௐLQௐVWRFNௐ6WDQGDUGௐGHOLYHU\ௐLVௐW\SLFDOO\ௐZLWKLQௐௐGD\Vௐ:KHQௐDQௐRUGHUௐLVௐSODFHGௐ RXUௐFXVWRPHUௐVHUYLFHௐUHSUHVHQWDWLYHVௐSURYLGHௐVSHFLILFௐGHOLYHU\ௐGDWHVௐ$VௐDௐYHUWLFDOO\ௐLQWHJUDWHGௐ FRPSDQ\ௐZHௐRZQௐDQGௐRSHUDWHௐWKHௐODUJHVWௐSULYDWHௐWUXFNLQJௐIOHHWௐLQௐWKHௐIORRULQJௐLQGXVWU\ௐ $GGLWLRQDOO\ௐZHௐKDYHௐKXQGUHGVௐRIௐVHUYLFHVௐSURYLGHUVௐWKURXJKRXWௐWKHௐ86ௐ7KHVHௐYLWDOௐUHVRXUFHVௐ KHOSௐXVௐWRௐPHHWௐRXUௐVHUYLFHௐJRDOV ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFW :HௐVHUYLFHௐDOOௐDUHDV ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐ0HPEHUௐVHFWRUVௐLHௐ JRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILWௐWKDWௐ\RXௐ ZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐ FRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ \RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐ RUௐGRௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐ OLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :HௐZLOOௐVHUYHௐDOOௐVHFWRUV 'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ0HPEHUVௐLQௐ +DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV :HௐGRௐQRWௐSURYLGHௐLQVWDOODWLRQௐRUௐPDLQWHQDQFHௐVHUYLFHVௐLQௐ86ௐWHUULWRULHV 0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 6HWWLQJௐWKHௐFRUUHFWௐSULFHௐLVௐDௐNH\ௐSDUWௐRIௐRXUௐVWUDWHJ\ௐWRRௐORZௐDQGௐRXUௐVDOHVௐWHDPௐLVௐQRWௐPRWLYDWHGௐ WRௐVHOOௐWRRௐKLJKௐDQGௐRXUௐFXVWRPHUVௐDUHௐQRWௐSURSHUO\ௐVHUYHGௐ6RௐZHௐWKLQNௐYHU\ௐFDUHIXOO\ௐDERXWௐRXUௐ SULFLQJௐ%HFDXVHௐZHௐDUHௐWKHௐODUJHVWௐFDUSHWௐPDQXIDFWXUHUௐDQGௐRQHௐRIௐWKHௐODUJHVWௐIORRULQJௐ PDQXIDFWXUHUVௐZHௐPDQDJHௐPDQ\ௐFRQWUDFWVௐDQGௐXQGHUVWDQGௐZKDWௐZRUNVௐ:HௐKDYHௐWKUHHௐEUDQGVௐRQௐ \RXUௐFRQWUDFWௐDQGௐHDFKௐKDVௐDௐPDUNHWLQJௐPDQDJHUௐ.LHUHQௐ&RUFRUDQௐZLWKௐ3DWFUDIWௐ0LFKHOOHௐ&DUSHQWHUௐ ZLWKௐ6KDZௐ&RQWUDFWௐDQGௐ4XHQWLQௐ4XDWKDPHUௐZLWKௐ3KLODGHOSKLDௐ&RPPHUFLDOௐZLOOௐGHYHORSௐDQGௐLPSOHPHQWௐ WKHௐPDUNHWLQJௐSODQௐIRUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ)LUVWௐRSHUDWLRQDOO\ௐ\RXUௐFRQWUDFWௐZLOOௐEHௐDYDLODEOHௐRQௐ RXUௐLQWHUQDOௐVLWHௐௐIRUௐRXUௐVDOHVௐUHSUHVHQWDWLYHVௐWRௐXVHௐDQGௐXSGDWHGௐLQௐDOOௐRIௐRXUௐGDWDௐV\VWHPVௐ 7KHQௐRXUௐPDLQௐPDUNHWLQJௐDYHQXHVௐDUHௐZHEௐFDOOVௐHPDLOௐEODVWVௐ)DFHERRNௐ7ZLWWHUௐ3LQWHUHVWௐ ,QVWDJUDPௐ<RX7XEHௐIO\HUVௐDQGௐWUDGHௐVKRZVௐ$WWDFKHGௐDUHௐVRPHௐPDUNHWLQJௐPDWHULDOVௐZHௐKDYHௐXVHGௐ LQௐWKHௐSDVW 'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐHJௐVRFLDOௐPHGLDௐPHWDGDWDௐ XVDJHௐWRௐHQKDQFHௐPDUNHWLQJௐ HIIHFWLYHQHVV :HௐZLOOௐFRQVLGHUௐDOOௐRIௐRXUௐVRFLDOௐPHGLDௐFKDQQHOVௐIRUௐ\RXUௐPDUNHWLQJௐSODQௐHPDLOௐEODVWVௐ)DFHERRNௐ 7ZLWWHUௐ3LQWHUHVWௐ,QVWDJUDPௐDQGௐ<RX7XEHௐ:HௐWUDFNௐPHWDGDWDௐIRUௐRXUௐPHGLDௐPDUNHWLQJௐRXWOHWVௐWRௐ GHWHUPLQHௐRXUௐPRVWௐHIIHFWLYHௐPHVVDJLQJௐFRQWHQW ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐ SURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ 5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOO DZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" :HௐKDYHௐEHHQௐYHU\ௐSOHDVHGௐZLWKௐRXUௐUHODWLRQVKLSௐ:HௐDSSUHFLDWHௐ\RXUௐIOH[LELOLW\ௐDQGௐUHVSRQVLYHQHVVௐ 7KLVௐLVௐWKHௐPRVWௐLPSRUWDQWௐWKLQJௐ\RXௐEULQJௐWRௐWKHௐVDOHVௐSURFHVVௐ$Vௐ\RXௐNQRZௐZHௐPDQDJHௐPDQ\ௐ FRQWUDFWVௐ<RXௐDUHௐRQHௐRIௐRXUௐROGHVWௐDQGௐODUJHVWௐEX\LQJௐFRRSHUDWLYHVௐDQGௐRXUௐVDOHVௐUHSUHVHQWDWLYHVௐ DUHௐDOUHDG\ௐIDPLOLDUௐZLWKௐ\RXUௐFRQWUDFWௐ<RXUௐFRQWUDFWௐDQGௐPDUNHWLQJௐPDWHULDOௐZLOOௐEHௐDYDLODEOHௐRQOLQHௐ IRUௐRXUௐVDOHVௐWHDPVௐ:HௐZLOOௐKRVWௐDௐZHEௐFDOOௐZLWKௐRXUௐUHSUHVHQWDWLYHVௐRXWOLQLQJௐWKHௐFRQWUDFWௐ SUHVHQWLQJௐWKHௐPDUNHWLQJௐPDWHULDOVௐDQGௐDQVZHULQJௐTXHVWLRQVௐ6KDZ VௐWKUHHௐPDUNHWLQJௐPDQDJHUVௐZLOOௐ DOHUWௐVDOHVௐUHSUHVHQWDWLYHVௐZKHQௐZHௐDWWHQGௐWUDGHௐVKRZVௐVRௐWKH\ௐFDQௐSDUWLFLSDWHௐ7KHௐPDUNHWLQJௐ PDQDJHUVௐZLOOௐEHௐDYDLODEOHௐWRௐDVVLVWௐUHSUHVHQWDWLYHVௐZLWKௐDQ\ௐTXHVWLRQVௐDORQJௐWKHௐZD\ $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐ WKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐ SURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐH SURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐ KDYHௐXVHGௐLW <HVௐ\RXUௐPHPEHUVௐFDQௐRUGHUௐWKURXJKௐ(', DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐ 0HPEHUVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐ ZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐ RSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐ DQ\ௐFRVWVௐWKDWௐDSSO\ :HௐKDYHௐWKHௐPRVWௐUREXVWௐVHUYLFHௐWHDPௐLQௐWKHௐLQGXVWU\ௐ:HௐSURYLGHௐIUHHௐLQVWDOODWLRQௐDQGௐPDLQWHQDQFHௐ WUDLQLQJௐWRௐ6RXUFHZHOOௐ0HPEHUVௐ)LUVWௐZHௐSURYLGHௐZULWWHQௐLQVWUXFWLRQௐ6HFRQGௐZHௐSURYLGHௐYLGHRௐ LQVWUXFWLRQௐ7KLVௐLVௐSDUWLFXODUO\ௐKHOSIXOௐZKHQௐEULQJLQJௐRQௐQHZௐVWDIIௐ)LQDOO\ௐZHௐFDQௐDUUDQJHௐIRUௐRQVLWHௐ WUDLQLQJ 'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐ WKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐRUௐ VHUYLFHVௐRIIHU 2XUௐ(FR:RU[ௐFDUSHWௐWLOHௐLVௐ39&ௐIUHHௐZKLFKௐLVௐLPSRUWDQWௐWRௐWKRVHௐPHPEHUVௐUHGXFLQJௐWKHLUௐGHSHQGHQFHௐ RQௐ39&ௐ2XUௐ/RN'RWVௐGU\ௐDGKHVLYHௐWDEVௐPDNHௐLQVWDOODWLRQௐTXLFNHUௐDQGௐWKHUHௐLVௐOHVVௐZDVWHௐWKDQௐZLWKௐ ZHWௐDGKHVLYHௐ/RN:RU[ௐGU\ௐDGKHVLYHௐWDEVௐDOORZௐPHPEHUVௐWRௐEXLOGௐWKHLUௐRZQௐUXJVௐZLWKௐFDUSHWௐWLOHௐDௐ SRSXODUௐRSWLRQௐIRUௐWKRVHௐLQVWDOOLQJௐKDUGௐVXUIDFHௐIORRULQJௐWRௐUHGXFHௐWKHௐQRLVHௐ:HௐRIIHUௐDௐQHZௐZHWௐ DGKHVLYHௐWKDWௐPHPEHUVௐFDQௐXVHௐIRUௐFDUSHWௐRUௐUHVLOLHQWௐIORRULQJௐDQGௐWKHௐSDLOௐLVௐUHVHDODEOHௐ,WௐFDQௐEHௐ UHXVHGௐXSௐWRௐௐWLPHVௐ7KLVௐVDYHVௐVWRUDJHௐVSDFHௐDQGௐVLPSOLILHVௐWKHௐLQVWDOODWLRQௐSURFHVVௐ2XUௐQHZௐ OLJKWZHLJKWௐ6WUDWD:RU[ௐFDUSHWௐWLOHVௐDUHௐZHOOௐVXLWHGௐZKHQௐ\RXUௐPHPEHUVௐQHHGௐDௐFDUSHWௐWLOHௐDWௐDௐ EURDGORRPௐSULFH 'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐ UHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐ SURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐ OLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK 2XUௐFRPSDQ\ௐJUHHQௐLQLWLDWLYHVௐDUH ௐௐ3URGXFWVௐGHVLJQHGௐWRௐEHௐUHF\FODEOHௐDQGௐWRௐXVHௐOHVVௐPDWHULDO ௐௐ0DQXIDFWXULQJௐSURFHVVHVௐWKDWௐFRQWLQXDOO\ௐUHGXFHௐRXUௐLPSDFWௐRQௐWKHௐHQYLURQPHQWௐௐOHVVௐZDWHUௐOHVVௐ HQHUJ\ௐDQGௐOHVVௐZDVWHௐ ௐௐ6LPSOHௐUHF\FOLQJௐVHUYLFHVௐIRUௐRXUௐFXVWRPHUV 2XUௐSURJUHVVௐLVௐUHSRUWHGௐDQQXDOO\ௐLQௐRXUௐVXVWDLQDELOLW\ௐUHSRUWௐDWௐ KWWSVVKDZLQFFRP1HZVURRP6XVWDLQDELOLW\5HSRUWVௐ 2XUௐFDUSHWௐWLOHௐPDQXIDFWXULQJௐIDFLOLWLHVௐDUHௐ,62ௐௐFHUWLILHGௐHQYLURQPHQWDOௐDQGௐ,62ௐௐFHUWLILHGௐ TXDOLW\ௐE\ௐ%61ௐHQYLURQPHQWDOௐDQGௐTXDOLW\ௐUHVSHFWLYHO\ௐௐ2XUௐFRPPHUFLDOௐPDQXIDFWXULQJௐIDFLOLWLHVௐDUHௐ FDUERQௐQHXWUDOௐ 7RௐKHOSௐRXUௐFXVWRPHUVௐDVVHVVௐRXUௐSURGXFWVௐZHௐSURYLGH +HDOWKௐ3URGXFWௐ'HFODUDWLRQVௐKHDOWKௐLPSDFW (QYLURQPHQWDOௐ3URGXFWௐ'HFODUDWLRQVௐHQYLURQPHQWDOௐLPSDFW 'HFODUHௐ/DEHOVௐVKRZLQJௐRXUௐLQJUHGLHQWV ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐ HTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ \RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐ HIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐ GHVLJQௐFUDGOHWRFUDGOHௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 2XUௐSURGXFWௐFHUWLILFDWLRQVௐLQFOXGH &UDGOHௐWRௐ&UDGOHௐ&HUWLILFDWLRQௐE\ௐWKHௐ,QQRYDWLRQௐ,QVWLWXWHௐFDUSHW 16)ௐௐFHUWLILFDWLRQௐIURPௐ$16,ௐFDUSHW *UHHQௐ/DEHOௐ3OXVௐDLUௐTXDOLW\ௐIURPௐ7KHௐ&DUSHWௐDQGௐ5XJௐ,QVWLWXWH )ORRU6FRUHௐFHUWLILFDWLRQௐIURPௐ6&6ௐ*OREDOௐ6HUYLFHVௐIRUௐUHVLOLHQWௐ 6PDUW:D\ௐFHUWLILFDWLRQௐIRUௐWKHௐHIILFLHQWௐXVHௐRIௐIXHO 'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ:0%(ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ6%(ௐRUௐYHWHUDQௐ RZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐKDYHௐ REWDLQHGௐ8SORDGௐGRFXPHQWDWLRQௐRIௐ FHUWLILFDWLRQௐDVௐDSSOLFDEOHௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH $VௐDௐSULYDWHௐFRPSDQ\ௐRZQHGௐE\ௐDௐFRUSRUDWLRQௐ%HUNVKLUHௐ+DWKDZD\ௐZHௐGRௐQRWௐTXDOLI\ௐDVௐDௐPLQRULW\ௐ HQWHUSULVH :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ 0HPEHUV"ௐ:KDWௐPDNHVௐ\RXUௐ SURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐ LQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐ PHPEHUV" 'HDOHUVௐGHVLJQHUVௐDQGௐIDFLOLW\ௐPDQDJHUVௐFRQVLVWHQWO\ௐUDQNௐ6KDZ VௐVHUYLFHௐDQGௐTXDOLW\ௐDVௐWKHௐEHVWௐLQௐ WKHௐLQGXVWU\ௐ2XUௐSURGXFWVௐDUHௐRQௐWKHௐFXWWLQJௐHGJHௐRIௐLQQRYDWLRQௐDQGௐWKHௐௐSHRSOHௐLQௐRXUௐVHUYLFHௐ GLYLVLRQௐDUHௐDYDLODEOHௐWRௐDQVZHUௐTXHVWLRQVௐSURYLGHௐWHVWLQJௐRUௐDUUDQJHௐWUDLQLQJ ,GHQWLI\ௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐ WRௐ6RXUFHZHOOௐPHPEHUௐDJHQFLHVௐLQௐ &DQDGD :HௐSURYLGHௐ6RXUFHZHOOௐDJHQFLHVௐLQௐ&DQDGDௐZLWKௐWKHௐVDPHௐOHYHOௐRIௐVHUYLFHௐDVௐWKHௐ86ௐZLWKௐWKHௐ H[FHSWLRQௐRIௐLQVWDOODWLRQௐVHUYLFHV DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA :DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOO VWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVH LQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" <HVௐZHௐRIIHUௐGHWDLOHGௐZDUUDQWLHVௐRQௐHDFKௐRIௐRXUௐSURGXFWVௐLQFOXGLQJௐOLIHWLPHௐ ZDUUDQWLHVௐRQௐRXUௐ(FR:RU[ௐWLOHௐSURGXFWVௐ:HௐDOVRௐSURYLGHௐDௐZRUNPDQVKLSௐZDUUDQW\ௐ IRUௐRXUௐLQVWDOODWLRQௐVHUYLFHV 'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐ OLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" <HVௐ\RXௐPXVWௐLQVWDOOௐWKHௐSURGXFWௐDFFRUGLQJௐWRௐLQVWUXFWLRQVௐDQGௐ\RXௐPXVWௐPDLQWDLQௐWKHௐ SURGXFWVௐDFFRUGLQJௐWRௐPDLQWHQDQFHௐLQVWUXFWLRQVௐ7KHVHௐLQVWUXFWLRQVௐDUHௐDYDLODEOHௐRQௐ WKHௐZHEVLWHௐWKURXJKௐWKHௐGHDOHUௐDQGௐWKURXJKௐRXUௐFXVWRPHUௐVHUYLFHௐGHSDUWPHQW 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐ WUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" <HV $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐ DQGௐ&DQDGDௐLIௐDSSOLFDEOHௐIRUௐZKLFKௐ\RXௐFDQQRWௐ SURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐ UHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐ0HPEHUVௐLQௐWKHVHௐUHJLRQVௐ EHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 1R :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐ DUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐ RULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" :HௐFRYHUௐWKHௐZDUUDQW\ௐVHUYLFHௐIRUௐDOOௐRIௐWKHௐSURGXFWVௐZHௐVHOO :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐ DQGௐSROLFLHV" ,Iௐ\RXௐFDQFHOௐ\RXUௐUXQQLQJௐOLQHௐSURGXFWௐSULRUௐWRௐVKLSSLQJௐWKHUHௐLVௐQRௐUHVWRFNௐRUௐ FDQFHOODWLRQௐIHHௐ,Iௐ\RXUௐRUGHUௐKDVௐVKLSSHGௐ\RXௐZLOOௐLQFXUௐUHVWRFNLQJௐDQGௐIUHLJKWௐ IHHVௐௐ)RUௐEURDGORRPௐXQGHUௐௐIHHWௐWKHௐFKDUJHௐLVௐௐRIௐWKHௐLQYRLFHௐSOXVௐIUHLJKWௐ )RUௐEURDGORRPௐRYHUௐௐIHHWௐWKHௐFKDUJHௐLVௐௐRIௐWKHௐLQYRLFHௐSOXVௐIUHLJKWௐ)RUௐ FDUSHWௐWLOHௐWKHௐFKDUJHௐLVௐௐSOXVௐIUHLJKWௐ,IௐZHௐVKLSௐSURGXFWVௐLQௐHUURUௐRUௐZLWKௐ GHIHFWLYHௐPDWHULDOௐ\RXUௐSURGXFWVௐZLOOௐEHௐUHWXUQHGௐDWௐQRௐFKDUJHௐ:HௐZLOOௐUHSODFHௐ\RXUௐ RUGHUௐDVௐVRRQௐDVௐSRVVLEOHௐ,IௐWKHUHௐDUHௐVSHFLDOௐFLUFXPVWDQFHVௐUHODWHGௐWRௐWKHௐ FDQFHOODWLRQௐZHௐZLOOௐZRUNௐZLWKௐ\RXௐWRௐPLQLPL]HௐFRVWV 'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐ LQFOXGHGௐLQௐ\RXUௐSURSRVDO :HௐDUHௐRQO\ௐRIIHULQJௐSURGXFWVௐLQௐWKLVௐSURSRVDO DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH :KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐHJௐQHWௐௐQHWௐ" 1HWௐ 'Rௐ\RXௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐHVSHFLDOO\ௐWKRVHௐ RSWLRQVௐWKDWௐVFKRROVௐDQGௐJRYHUQPHQWDOௐHQWLWLHVௐPD\ௐQHHGௐWRௐXVHௐ LQௐRUGHUௐWRௐPDNHௐFHUWDLQௐDFTXLVLWLRQV" 1R %ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐHQRXJKௐ GHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ 6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ)RUௐH[DPSOHௐ LQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐLQFOXGHGௐLQௐ\RXUௐ UHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐRUௐVRPHௐRWKHUௐHQWLW\ௐZLOOௐ SURFHVVௐWKHௐ6RXUFHZHOOௐ0HPEHUV¶ௐSXUFKDVHௐRUGHUV :HௐKDYHௐDௐFRPSUHKHQVLYHௐRUGHULQJௐSURFHVVௐIRUௐHDFKௐW\SHௐRIௐIORRULQJௐ WUDQVDFWLRQௐ0DWHULDORQO\ௐRUGHUVௐ7XUQNH\ௐRUGHUVௐDQGௐ'HDOHUௐ0DWHULDORQO\ௐ RUGHUVௐ7KHௐSURFHVVௐIRUௐHDFKௐRIௐWKHVHௐLVௐDVௐIROORZV 0DWHULDOௐ21/<ௐRUGHUV &XVWRPHUௐHPDLOVௐ6,6ௐZLWKௐRUGHUௐUHTXHVWௐOLVWLQJௐ&XVWRPHUௐ,QIRUPDWLRQௐ%LOOௐWRௐ DGGUHVVௐ-REௐQDPHௐ6KDZௐ3URGXFWௐDQGௐ$GKHVLYHௐௐௐௐ 6,6ௐௐFUHDWHVௐDௐSURSRVDOௐDQGௐVHQGVௐLWௐWRௐWKHௐFXVWRPHUௐௐHQGXVHUௐIRUௐUHYLHZ ,IௐWKHௐFXVWRPHUௐDFFHSWVௐWKHௐSURSRVDOௐWKHௐFXVWRPHUௐZLOOௐQHHGௐWRௐLVVXHௐDௐ IRUPDOௐSXUFKDVHௐRUGHUௐEDFNௐWRௐ6,6ௐ 6,6ௐௐSURFHVVHVௐWKHௐRUGHUௐDQGௐHPDLOVௐFXVWRPHUௐZLWKௐVWRFNEDFNRUGHUௐ LQIRUPDWLRQௐDORQJௐZLWKௐDQௐRUGHUௐFRQILUPDWLRQௐDQGௐOLYHௐRUGHUௐWUDFNLQJௐOLQN 0DWHULDOௐLVௐVKLSSHGௐWRௐWKHௐFXVWRPHU 6,6ௐௐ&XVWRPHUௐLVௐLQYRLFHGௐDQGௐSD\Vௐ6,6ௐSHUௐWKHௐLQYRLFH 7XUQNH\ௐRUGHUV &XVWRPHUௐHPDLOVௐ6,6ௐZLWKௐRUGHUௐUHTXHVWௐOLVWLQJௐ&XVWRPHUௐ,QIRUPDWLRQௐ%LOOௐWRௐ DGGUHVVௐ-REௐQDPHௐ6KDZௐ3URGXFWௐ$GKHVLYHௐ7KHௐ,QVWDOODWLRQௐYHQGRUௐFDQௐ VHQGௐWKLVௐDVௐZHOOௐLIௐWKH\ௐDUHௐZRUNLQJௐGLUHFWO\ௐZLWKௐWKHௐFXVWRPHUௐௐௐௐ ,QVWDOODWLRQௐ9HQGRUௐSURYLGHVௐODERUௐTXRWH 6,6ௐௐFUHDWHVௐDௐWXUQNH\ௐSURSRVDOௐDQGௐVHQWௐWRௐWKHௐ&XVWRPHUௐௐ(QGXVHU ,IௐWKHௐFXVWRPHUௐDFFHSWVௐWKHௐSURSRVDOௐWKHௐFXVWRPHUௐZLOOௐQHHGௐWRௐLVVXHௐDௐ IRUPDOௐSXUFKDVHௐRUGHUௐEDFNௐWRௐ6,6ௐௐ 6,6ௐௐSURFHVVHVௐWKHௐRUGHUௐDQGௐHPDLOVௐFXVWRPHUௐDQGௐLQVWDOOHUௐZLWKௐ VWRFNEDFNRUGHUௐLQIRUPDWLRQௐDORQJௐZLWKௐDQௐRUGHUௐFRQILUPDWLRQௐDQGௐOLYHௐRUGHUௐ WUDFNLQJௐOLQN 0DWHULDOௐLVௐVKLSSHGௐRXWௐWRௐWKHௐ,QVWDOODWLRQௐ9HQGRUௐRUௐFXVWRPHUௐ'HSHQGVௐRQௐ VWRUDJHௐDWௐWKHௐMREௐVLWHௐ 6,6ௐௐZRUNௐRUGHUௐDQGௐFXVWRPHUௐZRUNௐUHOHDVHௐIRUPVௐDUHௐVHQWௐWRௐLQVWDOODWLRQௐ YHQGRU :KHQௐWKHௐMREௐLVௐFRPSOHWHGௐWKHௐVLJQHGௐZRUNௐRUGHUௐDQGௐFXVWRPHUௐZRUNௐ UHOHDVHௐDUHௐVHQWௐWRௐ6,6 6,6ௐௐSD\VௐWKHௐLQVWDOODWLRQௐYHQGRU 6,6ௐௐVHQGௐWKHௐFXVWRPHUௐLVௐLQYRLFHGௐDQGௐSD\Vௐ6,6ௐSHUௐWKHௐLQYRLFHௐௐ 'HDOHUௐ0DWHULDOௐ21/< 7KHௐGHDOHUௐVHQGVௐWKHௐFXVWRPHUௐSURSRVDOௐIRUௐPDWHULDOௐDQGௐODERUௐVHUYLFHVௐLIௐ QHHGHGௐௐ 7KHௐGHDOHUௐVHQGVௐ6,6ௐDௐ32ௐIRUௐPDWHULDOௐRQO\ௐ7KLVௐLVௐIRUௐUHSRUWLQJௐWRௐ 6RXUFHZHOOௐ 'HDOHUௐPXVWௐVLJQௐDௐGHDOHUௐSDUWLFLSDWLRQௐDJUHHPHQWௐLIௐRQHௐLVௐQRWௐRQௐILOHௐ 6,6ௐZLOOௐSURYLGH 'HDOHUௐ32ௐPXVWௐKDYHௐWKHௐIROORZLQJௐLQIRUPDWLRQ ௐௐௐௐௐௐௐௐௐௐௐௐௐௐ6RXUFHZHOOௐ0HPEHUௐQXPEHUௐDQGௐPHPEHUௐQDPH ௐௐௐௐௐௐௐௐௐௐௐௐௐௐ6KDZௐ,QGXVWULHVௐ&RQWUDFWௐௐௐ 6,6ௐSURFHVVHVௐWKHௐRUGHUௐDQGௐHPDLOVௐWKHௐGHDOHUௐZLWKௐVWRFNEDFNRUGHUௐ LQIRUPDWLRQௐDORQJௐZLWKௐDQௐRUGHUௐFRQILUPDWLRQௐDQGௐOLYHௐRUGHUௐWUDFNLQJௐOLQN 'HDOHUௐLVௐLQYRLFHGௐIRUௐ6KDZௐPDWHULDO :HௐKDYHௐIRXUௐ6,6ௐSRLQWVௐRIௐFRQWDFWVௐIRUௐGLIIHUHQWௐUHJLRQV ௐௐௐௐ0HODQLHௐ7D\ORUௐௐ6RXWKHDVWௐ6RXWKௐ&HQWUDOௐ:HVWௐ&RDVWௐ+,ௐ ௐ$. Rௐௐௐௐ(PDLOௐPHODQLHWD\ORU#VKDZLQFFRPௐௐ Rௐௐௐௐ3KRQHௐ ௐௐௐௐ5RVLRௐ+HUQDQGH]ௐௐ1RUWKௐ&HQWUDOௐ1RUWKHDVWௐDQGௐ1RUWKZHVW Rௐௐௐௐ(PDLOௐURVLRKHUQDQGH]#VKDZLQFFRP Rௐௐௐௐ3KRQHௐ ௐௐௐௐ&U\VWDOௐ=DFKHU\ௐௐ1HZௐ<RUNௐ ௐ)ORULGDௐ Rௐௐௐௐ(PDLOௐFU\VWDO]DFKHU\#VKDZLQFFRPௐௐ Rௐௐௐௐ3KRQHௐ ௐௐௐௐ)DUUDKௐ)LQOH\ௐௐ&DQDGD Rௐௐௐௐ(PDLOௐIDUUDKILQOH\#VKDZLQFFRP Rௐௐௐௐ3KRQHௐ 'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐSURFHVV"ௐ,Iௐ VRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ0HPEHUVௐIRUௐXVLQJௐ WKLVௐSURFHVV" <HVௐZHௐGRௐDFFHSWௐDௐ3FDUGௐ7KHUHௐLVௐDௐIHHௐRIௐ DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKH WHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐHJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFW FDWHJRU\ௐGLVFRXQWVௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐLQFOXGLQJௐ VWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFHௐRQௐ DOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ \RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ \RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐDUHௐSURYLGLQJௐOLQHLWHPௐGLVFRXQWVௐ2QௐRXUௐVXEPLWWDOௐZHௐVKRZௐWKHௐOLVWௐ SULFHௐWKHௐGLVFRXQWௐDQGௐWKHௐDJHQF\ௐSULFHௐ:HௐGRௐVKRZௐWKHௐSURGXFWௐQDPHௐ DQGௐQXPEHUௐEXWௐQRWௐDௐVSHFLILFௐ6.8ௐ$Qௐ6.8ௐZRXOGௐEHௐVSHFLILFௐWRௐWKHௐFRORUௐ OHYHO 4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐ LQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐ UHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐ SHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 2XUௐGLVFRXQWௐLVௐSHUௐLWHPௐDQGௐRQௐRXUௐSULFLQJௐVKHHWௐZHௐVKRZௐWKDWௐGLVFRXQWௐ SHUFHQWDJH 'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐ WKDWௐ\RXௐRIIHU :HௐDUHௐQRWௐRIIHULQJௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRQௐWKLVௐFRQWUDFWௐ KRZHYHUௐLWௐLVௐDௐQRWWRH[FHHGௐSULFHௐ2QௐDௐFDVHௐE\ௐFDVHௐEDVLVௐZHௐZRXOGௐ H[WHQGௐDௐYROXPHௐGLVFRXQWௐ7KDWௐQXPEHUௐYDULHVௐEDVHGௐRQௐWKHௐVSHFLILFௐ SURGXFWௐORFDWLRQௐDQGௐGHOLYHU\ௐUHTXLUHPHQWV 3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐ VHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐ RUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐ LWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐ DௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW ,IௐZHௐVRXUFHௐLWHPVௐIRUௐ\RXUௐPHPEHUVௐWKHUHௐLVௐQRௐFKDUJHௐ,IௐZHௐVRXUFHௐ VHUYLFHVௐZKLFKௐDUHௐPRUHௐLQYROYHGௐZHௐFKDUJHௐRXUௐFXVWRPHUௐFRVWௐSOXVௐ ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐ LQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ7KLVௐLQFOXGHVௐ DOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐ GLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐ FRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐ PDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐ LPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU 7KLVௐSULFHௐLVௐGLUHFWௐWRௐ\RXUௐPHPEHUௐ,WௐGRHVௐQRWௐLQFOXGHௐGHDOHUௐKDQGOLQJௐ FRVWௐIUHLJKWௐRUௐWD[HV ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐ0HPEHUௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐ VKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP )UHLJKWௐFRVWVௐDUHௐQRWௐLQFOXGHGௐLQௐWKHௐPHPEHUSULFHDQGௐZLOOௐEHௐOLVWHGௐ VHSDUDWHO\ௐRQௐSXUFKDVHௐRUGHUVௐDQGௐLQYRLFHVௐ)UHLJKWௐFRVWVௐZLOOௐEHௐIXOO\ௐ GLVFORVHGௐWRௐ\RXUௐPHPEHUௐSULRUௐWRௐRUGHUௐSODFHPHQWௐDQGௐZLOOௐEHௐSUHSDLGௐE\ௐ WKHௐ&RQWUDFWRU 6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐ GHOLYHU\ 6KDZௐXVHVௐSDUWQHUௐFDUULHUVௐWRௐGHOLYHUௐWRௐ+DZDLLௐ$ODVNDௐDQGௐ&DQDGDௐ)RUௐ +DZDLLௐFXVWRPHUVௐRXUௐ/RVௐ$QJHOHVௐGLVWULEXWLRQௐFHQWHUௐGHOLYHUVௐWKHௐSURGXFWௐ WRௐRXUௐSDUWQHU VௐGRFNௐDQGௐLVௐVKLSSHGௐWZLFHௐDௐZHHNௐ)RUௐ$ODVNDௐFXVWRPHUVௐ RXUௐ6HDWWOHௐGLVWULEXWLRQௐFHQWHUௐGHOLYHUVௐWKHௐSURGXFWௐWRௐRXUௐSDUWQHU VௐGRFNௐ DQGௐVKLSVௐWZLFHௐZHHNO\ௐWRௐ$ODVNDௐ6KDZௐVKLSVௐWRௐ&DQDGDௐGDLO\ௐIURPௐRXUௐ 1RUWKௐ*HRUJLDௐKXEௐGLVWULEXWLRQௐFHQWHUVௐXVLQJௐRXUௐFRUHௐSDUWQHUௐFDUULHUௐZKLFKௐ KDVௐWHUPLQDOVௐLQௐDOOௐPDMRUௐFLWLHVௐLQௐ&DQDGD 'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO )RUௐFXVWRPHUVௐRQௐWKHௐZHVWௐFRDVWௐZHௐFDQௐRIIHUௐUDLOௐGHOLYHU\ௐZKLFKௐLVௐOLNHO\ௐ OHVVௐH[SHQVLYHௐEXWௐPD\ௐQRWௐEHௐDVௐWLPHO\ 3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV EWKHVDPHDVWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV $XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH 6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐ HPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ 7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐ0HPEHUVௐREWDLQௐWKHௐSURSHUௐ SULFLQJௐWKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐ DQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO 'DUULHQௐ0XQURHௐLVௐ\RXUௐFRQWUDFWௐDGPLQLVWUDWRUௐDQGௐKHௐYHULILHVௐWKDWௐ WKHௐLQIRUPDWLRQௐVXEPLWWHGௐE\ௐRXUௐ6KDZௐ,QWHJUDWHGௐ6ROXWLRQVௐ7HDPௐLVௐ FRUUHFW ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐ IDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐ WKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐ SHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐ LVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ6HHௐWKHௐ5)3ௐ DQGௐWHPSODWHௐ&RQWUDFWௐIRUௐDGGLWLRQDOௐGHWDLOV DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA ,QGXVWU\6SHFLILF4XHVWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐKRZௐ\RXUௐSURGXFWVௐFRQWULEXWHௐWRௐRUௐ SURPRWHௐWKHௐKHDOWKௐTXDOLW\ௐRIௐOLIHௐDQGௐZHOO EHLQJௐRIௐRXUௐPHPEHUVௐDQGௐRWKHUV :HௐVKRZௐ\RXUௐPHPEHUVௐKRZௐRXUௐSURGXFWVௐFRQWULEXWHௐWRௐKHDOWKௐTXDOLW\ௐRIௐOLIHௐDQGௐZHOOEHLQJௐE\ௐ FHUWLI\LQJௐRXUௐSURGXFWVௐWRௐWKHௐKLJKHVWௐOHYHOVௐLQFOXGLQJ &UDGOHௐWRௐ&UDGOHௐ&HUWLILFDWLRQௐOLIHௐF\FOHௐFHUWLILFDWLRQௐIRUௐFDUSHW 16)ௐௐFHUWLILFDWLRQௐOLIHௐF\FOHௐFHUWLILFDWLRQௐIRUௐFDUSHW *UHHQௐ/DEHOௐ3OXVௐFHUWLILFDWLRQௐORZௐHPLVVLRQVௐIRUௐFDUSHW )ORRU6FRUHௐFHUWLILFDWLRQௐOLIHௐF\FOHௐDQGௐORZௐHPLVVLRQVௐIRUௐKDUGௐVXUIDFH )RUௐWUDQVSDUHQF\ௐZHௐDOVRௐSURYLGHௐ+HDOWKௐ3URGXFWௐ'HFODUDWLRQVௐ(QYLURQPHQWDOௐ3URGXFWௐ 'HFODUDWLRQVௐDQGௐ'HFODUHௐODEHOVௐIRUௐRXUௐSURGXFWVௐ7KHVHௐFHUWLILFDWLRQVௐDUHௐOLVWHGௐRQௐRXUௐ VSHFLILFDWLRQV 'HVFULEHௐ\RXUௐFDSDELOLW\ௐWRௐWUDFNௐDQGௐUHSRUWௐ VDOHVௐWRௐ6RXUFHZHOOௐPHPEHUVௐE\ௐ\RXUௐGHDOHUௐ QHWZRUN 2XUௐVDOHVௐWHDPௐZLOOௐZRUNௐZLWKௐ\RXUௐPHPEHUVௐWRௐHQVXUHௐWKDWௐDOOௐRIௐWKHLUௐRUGHUVௐJRௐWKURXJKௐ 6KDZௐ,QWHJUDWHGௐ6ROXWLRQVௐ6,6ௐ7KLVௐWHDPௐRIௐௐSHRSOHௐHQVXUHVௐWKDWௐWKHௐRUGHUௐLVௐFRGHGௐWRௐ 6RXUFHZHOOௐ$IWHUௐWKLVௐLQIRUPDWLRQௐLVௐFDSWXUHGௐ6,6ௐURXWHVௐWKHௐRUGHUௐWR ௐௐWKHௐGHDOHUௐDVௐDQௐRUGHUௐWRௐWKHௐGHDOHUௐWRௐUHFHLYHௐDQGௐGHOLYHU ௐௐ6KDZௐDVௐDௐGLUHFWௐRUGHUௐGHOLYHUHGௐWRௐWKHௐPHPEHU ௐௐ6KDZௐDVௐDௐWXUQNH\ௐSURMHFWௐPDQDJHGௐE\ௐ6,6ௐZKHUHௐWKHௐ6KDZௐHQWLW\ௐVXSSOLHVௐPDWHULDOௐDQGௐ LQVWDOODWLRQ 'HVFULEHௐKRZௐ\RXUௐRUJDQL]DWLRQௐLQFRUSRUDWHVௐ VXVWDLQDELOLW\ௐLQWRௐWKHௐPDQXIDFWXUHௐLQVWDOODWLRQௐ DQGௐUHF\FOLQJௐRIௐ\RXUௐSURGXFWV" 6KDZௐEHJLQVௐZLWKௐWKHௐHQGௐLQௐPLQGௐ:HௐGHVLJQௐRXUௐSURGXFWVௐRQௐWKHௐIURQWௐHQGௐWRௐXVHௐOHVVௐ PDWHULDOௐDQGௐWRௐEHௐHDVLHUௐWRௐUHF\FOHௐ2XUௐPDQXIDFWXULQJௐSURFHVVHVௐDUHௐFRQWLQXDOO\ௐUHILQHGௐWRௐ XVHௐOHVVௐZDWHUௐOHVVௐHQHUJ\ௐDQGௐWRௐSURGXFHௐOHVVௐZDVWHௐ:HௐUHSRUWௐWKLVௐSURJUHVVௐDQQXDOO\ௐLQௐ RXUௐVXVWDLQDELOLW\ௐUHSRUWௐZKLFKௐLVௐDYDLODEOHௐDWௐKWWSVVKDZLQFFRP1HZVURRP6XVWDLQDELOLW\5HSRUWV 'HVFULEHௐ\RXUௐFDSDELOLW\ௐWRௐUHSRUWௐ6RXUFHZHOOௐ PHPEHUௐSXUFKDVHVௐRIௐSURGXFWVௐZLWKௐ HQYLURQPHQWDOO\ௐSUHIHUUHGௐDWWULEXWHVௐHJௐHFRௐ ODEHOHGௐUDWHGௐRUௐFHUWLILHG 5HSRUWLQJௐLVௐPDQDJHGௐE\ௐ'DUULHQௐ0XQURHௐ'DUULHQௐSXOOVௐWKHௐGDWDௐDQGௐIRUPDWVௐLWௐIRUௐ\RXUௐ UHSRUWVௐ:HௐFDQௐUHSRUWௐSXUFKDVHVௐRIௐHQYLURQPHQWDOO\ௐSUHIHUUHGௐSURGXFWVௐKRZHYHUௐWKDWௐ LQFOXGHVௐPRVWௐRIௐRXUௐSURGXFWV 'HVFULEHௐWKHௐH[WHQWௐWRௐZKLFKௐ\RXUௐSURGXFWVௐ FRQWDLQௐUHF\FOHGௐFRQWHQWௐRUௐDUHௐUHF\FODEOH $OOௐRIௐRXUௐ(FR:RU[ௐSURGXFWVௐDUHௐUHF\FODEOHௐ7KH\ௐFRQWDLQௐௐUHF\FOHGௐFRQWHQWௐ2XUௐRWKHUௐ EURDGORRPௐFDUSHWௐSURGXFWVௐFRQWDLQௐXSௐWRௐௐUHF\FOHGௐFRQWHQWௐ7KHௐH[DFWௐQXPEHUVௐDUHௐ UHIOHFWHGௐRQௐRXUௐVSHFLILFDWLRQVௐ/97ௐDQGௐYLQ\OௐVKHHWௐKDYHௐQRௐUHF\FOHGௐFRQWHQWௐDQGௐDUHௐQRWௐ UHF\FODEOHௐ:RRGௐSURGXFWVௐFRQWDLQௐXSௐWRௐௐUHF\FOHGௐFRQWHQWௐDQGௐFDQௐEHௐUHF\FOHGௐ7LOHௐDQGௐ VWRQHௐKDYHௐQRௐUHF\FOHGௐFRQWHQWௐDQGௐDUHௐQRWௐUHF\FODEOHௐKRZHYHUௐWKH\ௐDUHௐPDGHௐIURPௐDௐ SOHQWLIXOௐQDWXUDOௐUHVRXUFHௐ6XVWDLQDELOLW\ௐPHWULFVௐKDYHௐPRYHGௐDZD\ௐIURPௐUHF\FOHGௐFRQWHQWௐ EHFDXVHௐUHF\FOHGௐFRQWHQWௐFDQௐLQWURGXFHௐFRQWDPLQDQWVௐDQGௐWKHௐUHFODPDWLRQௐPDUNHWௐLVௐZHDNௐ 7KHௐHPSKDVLVௐWRGD\ௐLVௐRQௐKHDOWK\ௐ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ௐSDUDJUDSK 7KLVௐ&RQWUDFWௐLVௐEHWZHHQௐ6RXUFHZHOOௐௐWKௐ 6WUHHWௐ1RUWKHDVWௐ32ௐ%R[ௐௐ6WDSOHVௐ01ௐ ௐ6RXUFHZHOOௐDQGௐ>1DPHௐDQGௐ$GGUHVVௐRIௐ 9HQGRUௐWRௐEHௐ,QVHUWHGௐ8SRQௐ&RQWUDFWௐ$ZDUG@ௐ 9HQGRU 7KLVௐ&RQWUDFWௐLVௐEHWZHHQௐ6RXUFHZHOOௐௐWKௐ6WUHHWௐ1RUWKHDVWௐ32ௐ%R[ௐௐ 6WDSOHVௐ01ௐௐ6RXUFHZHOOௐDQGௐ6KDZௐ,QGXVWULHVௐ,QFௐௐ(:DOQXWௐ$YHQXHௐ 'DOWRQௐ*$ௐௐ9HQGRU 6HFWLRQௐ& &ௐௐௐ:$55$17<ௐ9HQGRUௐZDUUDQWVௐWKDWௐDOOௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐIXUQLVKHGௐ DUHௐIUHHௐIURPௐOLHQVௐDQGௐHQFXPEUDQFHVௐDQGௐ DUHௐIUHHௐIURPௐGHIHFWVௐLQௐGHVLJQௐPDWHULDOVௐDQGௐ ZRUNPDQVKLSௐ,QௐDGGLWLRQௐ9HQGRUௐZDUUDQWVௐWKHௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐDUHௐVXLWDEOHௐ IRUௐDQGௐZLOOௐSHUIRUPௐLQௐDFFRUGDQFHௐZLWKௐWKHௐ RUGLQDU\ௐXVHௐIRUௐZKLFKௐWKH\ௐDUHௐLQWHQGHGௐ 9HQGRU¶VௐGHDOHUVௐDQGௐGLVWULEXWRUVௐPXVWௐDJUHHௐ WRௐDVVLVWௐWKHௐ0HPEHUௐLQௐUHDFKLQJௐDௐUHVROXWLRQௐ LQௐDQ\ௐGLVSXWHௐRYHUௐZDUUDQW\ௐWHUPVௐZLWKௐWKHௐ PDQXIDFWXUHUௐௐ$Q\ௐPDQXIDFWXUHU¶VௐZDUUDQW\ௐ WKDWௐLVௐHIIHFWLYHௐSDVWௐWKHௐH[SLUDWLRQௐRIௐWKHௐ 9HQGRU¶VௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐ 0HPEHU &ௐௐௐ:$55$17<ௐ9HQGRUௐZDUUDQWVௐWKDWௐDOOௐ(TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐ IXUQLVKHGௐDUHௐIUHHௐIURPௐOLHQVௐDQGௐHQFXPEUDQFHVௐDQGௐVXEMHFWௐWRௐWKHௐDSSOLFDEOHௐ JHQHUDOO\SXEOLVKHGௐPDQXIDFWXUHU VௐOLPLWHGௐSURGXFWௐZDUUDQW\ௐDUHௐIUHHௐIURPௐGHIHFWVௐ LQௐGHVLJQௐPDWHULDOVௐDQGௐZRUNPDQVKLSௐ9HQGRU¶VௐGHDOHUVௐDQGௐGLVWULEXWRUVௐPXVWௐ DJUHHௐWRௐDVVLVWௐWKHௐ0HPEHUௐLQௐUHDFKLQJௐDௐUHVROXWLRQௐLQௐDQ\ௐGLVSXWHௐRYHUௐZDUUDQW\ௐ WHUPVௐZLWKௐWKHௐPDQXIDFWXUHUௐௐ$Q\ௐPDQXIDFWXUHU¶VௐZDUUDQW\ௐWKDWௐLVௐHIIHFWLYHௐSDVWௐ WKHௐH[SLUDWLRQௐRIௐWKHௐ9HQGRU¶VௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐ0HPEHUௐ(;&(37ௐ $6ௐ(;35(66/<ௐ6(7ௐ)257+ௐ+(5(,1ௐ$1'ௐ72ௐ7+(ௐ0$;,080ௐ(;7(17ௐ 3(50,77('ௐ%<ௐ/$:ௐ9(1'25ௐ0$.(6ௐ12ௐ27+(5ௐ:$55$17,(6ௐ)25ௐ$1<ௐ (48,30(17ௐ352'8&76ௐ6(59,&(6ௐ25ௐ0$7(5,$/6ௐ3529,'('ௐ81'(5ௐ7+,6ௐ $*5((0(17ௐ$1'ௐ+(5(%<ௐ',6&/$,06ௐ$//ௐ27+(5ௐ:$55$17,(6ௐ(;35(66ௐ25ௐ ,03/,('ௐ,1&/8',1*ௐ7+(ௐ:$55$17<ௐ2)ௐ),71(66ௐ)25ௐ$ௐ3$57,&8/$5ௐ 385326(ௐ25ௐ86( 6HFWLRQௐ% %ௐௐௐ6$/(6ௐ7$;ௐ(DFKௐ0HPEHUௐLVௐUHVSRQVLEOHௐ IRUௐVXSSO\LQJௐWKHௐ9HQGRUௐZLWKௐYDOLGௐWD[ H[HPSWLRQௐFHUWLILFDWLRQVௐ:KHQௐRUGHULQJௐ 0HPEHUVௐPXVWௐLQGLFDWHௐLIௐLWௐLVௐDௐWD[H[HPSWௐ HQWLW\ %ௐௐௐ6$/(6ௐ7$;ௐ(DFKௐ0HPEHUௐLVௐUHVSRQVLEOHௐIRUௐVXSSO\LQJௐWKHௐ9HQGRUௐZLWKௐYDOLGௐ WD[H[HPSWLRQௐFHUWLILFDWLRQVௐ:KHQௐRUGHULQJௐ0HPEHUVௐPXVWௐLQGLFDWHௐLIௐLWௐLVௐDௐWD[ H[HPSWௐHQWLW\ௐ8QOHVVௐH[HPSWௐ0HPEHUVௐVKDOOௐEHௐUHVSRQVLEOHௐIRUௐDOOௐDSSOLFDEOHௐWD[HVௐ DULVLQJௐIURPௐWKHௐSURYLVLRQௐRIௐ3URGXFWVௐ(TXLSPHQWௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ $JUHHPHQW DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6HFWLRQௐ 9HQGRUௐPD\ௐUHTXHVWௐ(TXLSPHQWௐ3URGXFWௐRUௐ 6HUYLFHௐFKDQJHVௐDGGLWLRQVௐRUௐGHOHWLRQVௐDWௐDQ\ௐ WLPHௐ$OOௐUHTXHVWVௐPXVWௐEHௐPDGHௐLQௐZULWLQJௐE\ௐ VXEPLWWLQJௐDௐVLJQHGௐ6RXUFHZHOOௐ3ULFHௐDQGௐ 3URGXFWௐ&KDQJHௐ5HTXHVWௐ)RUPௐWRௐWKHௐ DVVLJQHGௐ6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ 7KLVௐIRUPௐLVௐDYDLODEOHௐIURPௐWKHௐDVVLJQHGௐ 6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ$WௐDௐ PLQLPXPௐWKHௐUHTXHVWௐPXVW 9HQGRUௐPD\ௐUHTXHVWௐ(TXLSPHQWௐ3URGXFWௐௐ6HUYLFHௐRUௐSULFHௐFKDQJHVௐDGGLWLRQVௐRUௐ GHOHWLRQVௐDWௐDQ\ௐWLPHௐ$OOௐUHTXHVWVௐPXVWௐEHௐPDGHௐLQௐZULWLQJௐE\ௐVXEPLWWLQJௐDௐVLJQHGௐ 6RXUFHZHOOௐ3ULFHௐDQGௐ3URGXFWௐ&KDQJHௐ5HTXHVWௐ)RUPௐWRௐWKHௐDVVLJQHGௐ6RXUFHZHOOௐ &RQWUDFWௐ$GPLQLVWUDWRUௐ6RXUFHZHOO VௐDSSURYDOௐRIௐVXFKௐUHTXHVWVௐVKDOOௐQRWௐEHௐ XQUHDVRQDEO\ௐZLWKKHOGௐ1RWZLWKVWDQGLQJௐDQ\WKLQJௐKHUHLQௐWRௐWKHௐFRQWUDU\ௐDOOௐ (TXLSPHQWௐ3URGXFWௐDQGRUௐ6HUYLFHௐSULFHVௐDUHௐVXEMHFWௐWRௐLPPHGLDWHௐLQFUHDVHௐ ZLWKRXWௐOLPLWDWLRQௐLQௐWKHௐHYHQWௐRIௐDௐPDWHULDOௐFKDQJHௐWRௐDSSOLFDEOHௐGXWLHVௐWD[HVௐ WDULIIVௐVLPLODUௐFKDUJHVௐRUௐRWKHUௐJRYHUQPHQWௐDFWLRQௐ7KLVௐIRUPௐLVௐDYDLODEOHௐIURPௐWKHௐ DVVLJQHGௐ6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ$WௐDௐPLQLPXPௐWKHௐUHTXHVWௐPXVW 6HFWLRQௐ$ 9HQGRUௐLVௐUHVSRQVLEOHௐIRUௐIDPLOLDUL]LQJௐLWVௐVDOHVௐ DQGௐVHUYLFHௐIRUFHVௐZLWKௐ6RXUFHZHOOௐPHPEHUVKLSௐ UHTXLUHPHQWVௐDQGௐGRFXPHQWDWLRQௐDQGௐZLOOௐ HQFRXUDJHௐSRWHQWLDOௐPHPEHUVௐWRௐMRLQௐ 6RXUFHZHOOௐ6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐ DGGௐDQGௐUHPRYHௐ0HPEHUVௐWRௐLWVௐURVWHUௐGXULQJௐ WKHௐWHUPௐRIௐWKLVௐ&RQWUDFW 9HQGRUௐLVௐUHVSRQVLEOHௐIRUௐIDPLOLDUL]LQJௐLWVௐVDOHVௐDQGௐVHUYLFHௐIRUFHVௐZLWKௐ6RXUFHZHOOௐ PHPEHUVKLSௐUHTXLUHPHQWVௐDQGௐGRFXPHQWDWLRQௐ6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐDGGௐ DQGௐUHPRYHௐ0HPEHUVௐWRௐLWVௐURVWHUௐGXULQJௐWKHௐWHUPௐRIௐWKLVௐ&RQWUDFW 6HFWLRQௐ$ $ௐௐௐ385&+$6(ௐ25'(56ௐ$1'ௐ3$<0(17ௐ7Rௐ DFFHVVௐWKHௐFRQWUDFWHGௐ(TXLSPHQWௐ3URGXFWVௐRUௐ 6HUYLFHVௐXQGHUௐWKLVௐ&RQWUDFWௐ0HPEHUௐPXVWௐ FOHDUO\ௐLQGLFDWHௐWRௐ9HQGRUௐWKDWௐLWௐLQWHQGVௐWRௐ DFFHVVௐWKLVௐ&RQWUDFWௐKRZHYHUௐRUGHUௐIORZௐDQGௐ SURFHGXUHௐZLOOௐEHௐGHYHORSHGௐMRLQWO\ௐEHWZHHQௐ 6RXUFHZHOOௐDQGௐ9HQGRUௐ7\SLFDOO\ௐDௐ0HPEHUௐ ZLOOௐLVVXHௐDௐSXUFKDVHௐRUGHUௐGLUHFWO\ௐWRௐ9HQGRUௐ 0HPEHUVௐPD\ௐXVHௐWKHLUௐRZQௐIRUPVௐIRUௐ SXUFKDVHௐRUGHUVௐEXWௐLWௐVKRXOGௐFOHDUO\ௐQRWHௐWKHௐ DSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐ 0HPEHUVௐZLOOௐEHௐVROHO\ௐUHVSRQVLEOHௐIRUௐSD\PHQWௐ DQGௐ6RXUFHZHOOௐZLOOௐKDYHௐQRௐOLDELOLW\ௐIRUௐDQ\ௐ XQSDLGௐLQYRLFHௐRIௐDQ\ௐ0HPEHU $ௐௐௐ385&+$6(ௐ25'(56ௐ$1'ௐ3$<0(17ௐ7RௐDFFHVVௐWKHௐFRQWUDFWHGௐ(TXLSPHQWௐ 3URGXFWVௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ&RQWUDFWௐ0HPEHUௐPXVWௐFOHDUO\ௐLQGLFDWHௐWRௐ9HQGRUௐ WKDWௐLWௐLQWHQGVௐWRௐDFFHVVௐWKLVௐ&RQWUDFWௐKRZHYHUௐRUGHUௐIORZௐDQGௐSURFHGXUHௐZLOOௐEHௐ GHYHORSHGௐMRLQWO\ௐEHWZHHQௐ6RXUFHZHOOௐDQGௐ9HQGRUௐ7\SLFDOO\ௐDௐ0HPEHUௐZLOOௐLVVXHௐDௐ SXUFKDVHௐRUGHUௐGLUHFWO\ௐWRௐ9HQGRUௐ0HPEHUVௐPD\ௐXVHௐWKHLUௐRZQௐIRUPVௐIRUௐSXUFKDVHௐ RUGHUVௐEXWௐLWௐVKRXOGௐFOHDUO\ௐQRWHௐWKHௐDSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐ 0HPEHUVௐVKDOOௐEHௐVROHO\ௐUHVSRQVLEOHௐIRUௐQRWLQJௐWKHௐDSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐ QXPEHUௐRQௐDOOௐSXUFKDVHௐRUGHUVௐ0HPEHUVௐZLOOௐEHௐVROHO\ௐUHVSRQVLEOHௐIRUௐSD\PHQWௐ DQGௐ6RXUFHZHOOௐZLOOௐKDYHௐQRௐOLDELOLW\ௐIRUௐDQ\ௐXQSDLGௐLQYRLFHௐRIௐDQ\ௐ0HPEHU 6HFWLRQௐ% %ௐௐௐ$'',7,21$/ௐ7(506ௐ$1'ௐ&21',7,216ௐௐ $GGLWLRQDOௐWHUPVௐDQGௐFRQGLWLRQVௐWRௐDௐSXUFKDVHௐ RUGHUௐPD\ௐEHௐQHJRWLDWHGௐEHWZHHQௐDௐ0HPEHUௐ DQGௐ9HQGRUௐVXFKௐDVௐMREௐRUௐLQGXVWU\VSHFLILFௐ UHTXLUHPHQWVௐOHJDOௐUHTXLUHPHQWVௐVXFKௐDVௐ DIILUPDWLYHௐDFWLRQௐRUௐLPPLJUDWLRQௐVWDWXVௐ UHTXLUHPHQWVௐRUௐVSHFLILFௐORFDOௐSROLF\ௐ UHTXLUHPHQWVௐ$Q\ௐQHJRWLDWHGௐDGGLWLRQDOௐWHUPVௐ DQGௐFRQGLWLRQVௐPXVWௐQHYHUௐEHௐOHVVௐIDYRUDEOHௐ WRௐWKHௐ0HPEHUௐWKDQௐZKDWௐLVௐFRQWDLQHGௐLQௐ 9HQGRU¶Vௐ3URSRVDO %ௐௐௐ$'',7,21$/ௐ7(506ௐ$1'ௐ&21',7,216ௐௐ$GGLWLRQDOௐWHUPVௐDQGௐFRQGLWLRQVௐWRௐDௐ SXUFKDVHௐRUGHUௐPD\ௐEHௐQHJRWLDWHGௐEHWZHHQௐDௐ0HPEHUௐDQGௐ9HQGRUௐVXFKௐDVௐMREௐ RUௐLQGXVWU\VSHFLILFௐUHTXLUHPHQWVௐOHJDOௐUHTXLUHPHQWVௐVXFKௐDVௐDIILUPDWLYHௐDFWLRQௐRUௐ LPPLJUDWLRQௐVWDWXVௐUHTXLUHPHQWVௐRUௐVSHFLILFௐORFDOௐSROLF\ௐUHTXLUHPHQWV 6HFWLRQௐ& &ௐௐௐ3(5)250$1&(ௐ%21'ௐ,IௐUHTXHVWHGௐE\ௐDௐ 0HPEHUௐ9HQGRUௐZLOOௐSURYLGHௐDௐSHUIRUPDQFHௐ ERQGௐWKDWௐPHHWVௐWKHௐUHTXLUHPHQWVௐVHWௐIRUWKௐLQௐ WKHௐ0HPEHU¶VௐSXUFKDVHௐRUGHU &ௐௐௐ3(5)250$1&(ௐ%21'ௐ,IௐUHDVRQDEO\ௐUHTXHVWHGௐE\ௐDௐ0HPEHUௐ9HQGRUௐPD\ௐ SURYLGHௐDௐSHUIRUPDQFHௐERQGௐWKDWௐPHHWVௐWKHௐUHTXLUHPHQWVௐVHWௐIRUWKௐLQௐWKHௐ 0HPEHU¶VௐSXUFKDVHௐRUGHU 6HFWLRQௐ$ $ௐௐௐ&2175$&7ௐ6$/(6ௐ$&7,9,7<ௐ5(3257ௐ (DFKௐFDOHQGDUௐTXDUWHUௐ9HQGRUௐPXVWௐSURYLGHௐDௐ FRQWUDFWௐVDOHVௐDFWLYLW\ௐUHSRUWௐ5HSRUWௐWRௐWKHௐ 6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐDVVLJQHGௐWRௐ WKLV &RQWUDFWௐ$ௐ5HSRUWௐPXVWௐEHௐSURYLGHGௐ UHJDUGOHVVௐRIௐWKHௐQXPEHUௐRUௐDPRXQWௐRIௐVDOHVௐ GXULQJௐWKDWௐTXDUWHUௐLHௐLIௐWKHUHௐDUHௐQRௐVDOHVௐ 9HQGRUௐPXVWௐVXEPLWௐDௐUHSRUWௐLQGLFDWLQJௐQRௐ VDOHVௐZHUHௐPDGH $ௐௐௐ&2175$&7ௐ6$/(6ௐ$&7,9,7<ௐ5(3257ௐ6XEMHFWௐWRௐDQ\ௐDSSOLFDEOHௐ FRQILGHQWLDOLW\ௐREOLJDWLRQVௐLQFOXGLQJௐZLWKRXWௐOLPLWDWLRQௐDQ\ௐFRQWUDFWௐREOLJDWLRQVௐWRௐ 0HPEHUVௐHDFKௐFDOHQGDUௐTXDUWHUௐ9HQGRUௐPXVWௐSURYLGHௐDௐFRQWUDFWௐVDOHVௐDFWLYLW\ௐ UHSRUWௐ5HSRUWௐWRௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐDVVLJQHGௐWRௐWKLVௐ&RQWUDFWௐ $ௐ5HSRUWௐPXVWௐEHௐSURYLGHGௐUHJDUGOHVVௐRIௐWKHௐQXPEHUௐRUௐDPRXQWௐRIௐVDOHVௐGXULQJௐ WKDWௐTXDUWHUௐLHௐLIௐWKHUHௐDUHௐQRௐVDOHVௐ9HQGRUௐPXVWௐVXEPLWௐDௐUHSRUWௐLQGLFDWLQJௐQRௐ VDOHVௐZHUHௐPDGH DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6HFWLRQௐ% %ௐ$'0,1,675$7,9(ௐ)((ௐ,QௐFRQVLGHUDWLRQௐIRUௐ WKHௐVXSSRUWௐDQGௐVHUYLFHVௐSURYLGHGௐE\ௐ 6RXUFHZHOOௐWKHௐ9HQGRUௐZLOOௐSD\ௐDQௐ DGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐRQௐDOOௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐSURYLGHGௐWRௐ 0HPEHUVௐ7KHௐ9HQGRUௐZLOOௐVXEPLWௐDௐFKHFNௐ SD\DEOHௐWRௐ6RXUFHZHOOௐIRUௐWKHௐSHUFHQWDJHௐRIௐ DGPLQLVWUDWLYHௐIHHௐVWDWHGௐLQௐWKHௐ3URSRVDOௐ PXOWLSOLHGௐE\ௐWKHௐWRWDOௐVDOHVௐRIௐDOOௐ(TXLSPHQWௐ 3URGXFWVௐDQGௐ6HUYLFHVௐSXUFKDVHGௐE\ௐ0HPEHUVௐ XQGHUௐWKLVௐ&RQWUDFWௐGXULQJௐHDFK FDOHQGDUௐTXDUWHUௐ3D\PHQWVௐVKRXOGௐQRWHௐWKHௐ 6RXUFHZHOODVVLJQHGௐFRQWUDFWௐQXPEHUௐLQௐWKHௐ PHPRௐDQGௐPXVWௐEHௐPDLOHGௐWRௐWKHௐDGGUHVVௐ DERYHௐ³$WWQௐ$FFRXQWVௐ5HFHLYDEOH´ௐ3D\PHQWVௐ PXVWௐEHௐUHFHLYHGௐQRௐODWHUௐWKDQௐIRUW\ILYHௐௐ FDOHQGDUௐGD\VௐDIWHUௐWKHௐHQGௐRIௐHDFKௐFDOHQGDUௐ TXDUWHU 9HQGRUௐDJUHHVௐWRௐFRRSHUDWHௐZLWKௐ6RXUFHZHOOௐLQௐ DXGLWLQJௐWUDQVDFWLRQVௐXQGHUௐWKLVௐ&RQWUDFWௐWRௐ HQVXUHௐWKDWௐWKHௐDGPLQLVWUDWLYHௐIHHௐLVௐSDLGௐRQௐ DOOௐLWHPVௐSXUFKDVHGௐXQGHUௐWKLVௐ&RQWUDFW ,QௐWKHௐHYHQWௐWKHௐ9HQGRUௐLVௐGHOLQTXHQWௐLQௐDQ\ௐ XQGLVSXWHGௐDGPLQLVWUDWLYHௐIHHVௐ6RXUFHZHOOௐ UHVHUYHVௐWKHௐULJKWௐWRௐFDQFHOௐWKLVௐ&RQWUDFWௐDQGௐ UHMHFWௐDQ\ௐSURSRVDOௐVXEPLWWHGௐE\ௐWKHௐ9HQGRUௐ LQௐDQ\ௐVXEVHTXHQWௐVROLFLWDWLRQௐ,QௐWKHௐHYHQWௐ WKLVௐ&RQWUDFWௐLVௐFDQFHOOHGௐE\ௐHLWKHUௐSDUW\ௐSULRUௐ WRௐWKHௐ&RQWUDFW¶VௐH[SLUDWLRQௐGDWHௐWKHௐ DGPLQLVWUDWLYHௐIHHௐSD\PHQWௐZLOOௐEHௐGXHௐQRௐ PRUHௐWKDQௐWKLUW\ௐௐGD\VௐIURPௐWKHௐ FDQFHOODWLRQௐGDWH %ௐ$'0,1,675$7,9(ௐ)((ௐ,QௐFRQVLGHUDWLRQௐIRUௐWKHௐVXSSRUWௐDQGௐVHUYLFHVௐSURYLGHGௐ E\ௐ6RXUFHZHOOௐWKHௐ9HQGRUௐZLOOௐSD\ௐDQௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐRQௐDOOௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐSURYLGHGௐWRௐ0HPEHUVௐXQGHUௐWKLVௐ&RQWUDFWௐௐ7KHௐ 9HQGRUௐZLOOௐVXEPLWௐDௐFKHFNௐSD\DEOHௐWRௐ6RXUFHZHOOௐIRUௐWKHௐSHUFHQWDJHௐRIௐ DGPLQLVWUDWLYHௐIHHௐVWDWHGௐLQௐWKHௐ3URSRVDOௐPXOWLSOLHGௐE\ௐWKHௐWRWDOௐQHWௐVDOHVௐRIௐDOOௐ (TXLSPHQWௐIORRULQJௐ3URGXFWVௐDQGௐ6HUYLFHVௐSXUFKDVHGௐE\ௐ0HPEHUVௐXQGHUௐWKLVௐ &RQWUDFWௐGXULQJௐHDFKௐFDOHQGDUௐTXDUWHUௐOHVVௐDQ\ௐDSSOLFDEOHௐWD[HVௐIUHLJKWௐIHHVௐDQGௐ GLVFRXQWVௐDQGௐOHVVௐDPRXQWVௐDWWULEXWDEOHௐWRௐDQ\ௐ6HUYLFHVௐIUHLJKWௐGHOLYHU\ௐ LQVWDOODWLRQௐXQSDLGௐLQYRLFHVௐUHWXUQHGௐ3URGXFWVௐRUௐPDWHULDOVௐRUௐFUHGLWVௐLVVXHGௐ 2UGHUVௐXQGHUௐWKLVௐ&RQWUDFWௐZLOOௐRQO\ௐEHௐHOLJLEOHௐIRUௐWKHௐDGPLQLVWUDWLYHௐIHHௐLIௐWKHௐ 0HPEHUௐQRWHVௐWKHௐDSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐRQௐWKHௐSXUFKDVHௐRUGHUௐ ZKHQௐVXEPLWWLQJௐVXFKௐSXUFKDVHௐRUGHUௐ3D\PHQWVௐVKRXOGௐQRWHௐWKHௐ6RXUFHZHOO DVVLJQHGௐFRQWUDFWௐQXPEHUௐLQௐWKHௐPHPRௐDQGௐPXVWௐEHௐPDLOHGௐWRௐWKHௐDGGUHVVௐ DERYHௐ³$WWQௐ$FFRXQWVௐ5HFHLYDEOH´ௐ3D\PHQWVௐPXVWௐEHௐUHFHLYHGௐQRௐODWHUௐWKDQௐIRUW\ ILYHௐௐFDOHQGDUௐGD\VௐDIWHUௐWKHௐHQGௐRIௐHDFKௐFDOHQGDUௐTXDUWHU 9HQGRUௐDJUHHVௐWRௐUHDVRQDEO\ௐFRRSHUDWHௐZLWKௐ6RXUFHZHOOௐLQௐDXGLWLQJௐWUDQVDFWLRQVௐ XQGHUௐWKLVௐ&RQWUDFWௐWRௐVROHO\ௐWRௐWKHௐH[WHQWௐQHFHVVDU\ௐWRௐYHULI\ௐWKDWௐWKHௐ DGPLQLVWUDWLYHௐIHHௐLVௐSDLGௐRQௐDOOௐHOLJLEOHௐLWHPVௐSXUFKDVHGௐXQGHUௐWKLVௐ&RQWUDFWௐLQௐ DFFRUGDQFHௐZLWKௐWKHௐWHUPVௐRIௐWKLVௐ&RQWUDFW ,QௐWKHௐHYHQWௐWKHௐ9HQGRUௐLVௐGHOLQTXHQWௐLQௐDQ\ௐXQGLVSXWHGௐDGPLQLVWUDWLYHௐIHHVௐ 6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐFDQFHOௐWKLVௐ&RQWUDFWௐDQGௐUHMHFWௐDQ\ௐSURSRVDOௐ VXEPLWWHGௐE\ௐWKHௐ9HQGRUௐLQௐDQ\ௐVXEVHTXHQWௐVROLFLWDWLRQௐ,QௐWKHௐHYHQWௐWKLVௐ&RQWUDFWௐ LVௐFDQFHOOHGௐE\ௐHLWKHUௐSDUW\ௐSULRUௐWRௐWKHௐ&RQWUDFW¶VௐH[SLUDWLRQௐGDWHௐWKHௐ DGPLQLVWUDWLYHௐIHHௐSD\PHQWௐZLOOௐEHௐGXHௐQRௐPRUHௐWKDQௐWKLUW\ௐௐGD\VௐIURPௐWKHௐ FDQFHOODWLRQௐGDWH $Q\ௐ3URGXFWVௐ(TXLSPHQWௐRUௐ6HUYLFHVௐVROGௐXQGHUௐWKLVௐ&RQWUDFWௐZLOOௐQRWௐEHௐHOLJLEOHௐ IRUௐWKHௐ$GPLQLVWUDWLYHௐ)HHௐLIௐVXEMHFWௐWRௐDQ\ௐRWKHUௐUHEDWHௐRUௐJURXSௐSXUFKDVLQJௐ RUJDQL]DWLRQௐDGPLQLVWUDWLYHௐIHHௐ6RXUFHZHOOௐVௐLVௐVROHO\ௐUHVSRQVLEOHௐIRUௐQRWLI\LQJௐDQ\ௐ 0HPEHUௐRUௐRWKHUௐHQWLW\ௐSDUWLFLSDWLQJௐKHUHXQGHUௐRIௐLWVௐ$GPLQLVWUDWLYHௐ)HHௐDQGௐIRUௐ FRPSO\LQJௐZLWKௐDOOௐODZVௐDQGௐUHJXODWLRQVௐUHODWHGௐRUௐDSSOLFDEOHௐWRௐVXFKௐ$GPLQLVWUDWLYHௐ )HHௐ 6HFWLRQௐ 9HQGRUௐPXVWௐLQGHPQLI\ௐVDYHௐDQGௐKROGௐ 6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐLQFOXGLQJௐWKHLUௐ DJHQWVௐDQGௐHPSOR\HHVௐKDUPOHVVௐIURPௐDQ\ௐ FODLPVௐRUௐFDXVHVௐRIௐDFWLRQௐLQFOXGLQJௐDWWRUQH\V¶ௐ IHHVௐDULVLQJௐRXWௐRIௐWKHௐSHUIRUPDQFHௐRIௐWKLVௐ &RQWUDFWௐE\ௐWKHௐ9HQGRUௐRUௐLWVௐDJHQWVௐRUௐ HPSOR\HHVௐWKLVௐLQGHPQLILFDWLRQௐLQFOXGHVௐLQMXU\ௐ RUௐGHDWKௐWRௐSHUVRQVௐRUௐSURSHUW\ௐDOOHJHGௐWRௐ KDYHௐEHHQௐFDXVHGௐE\ௐVRPHௐGHIHFWௐLQௐWKHௐ (TXLSPHQWௐ3URGXFWVௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ &RQWUDFWௐWRௐWKHௐH[WHQWௐWKHௐ(TXLSPHQWௐ3URGXFWௐ RUௐ6HUYLFHௐKDVௐEHHQௐXVHGௐDFFRUGLQJௐWRௐLWVௐ VSHFLILFDWLRQV 9HQGRUௐPXVWௐLQGHPQLI\ௐVDYHௐDQGௐKROGௐ6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐLQFOXGLQJௐWKHLUௐ DJHQWVௐDQGௐHPSOR\HHVௐKDUPOHVVௐIURPௐDQ\ௐFODLPVௐRUௐFDXVHVௐRIௐDFWLRQௐLQFOXGLQJௐ DWWRUQH\V¶ௐIHHVௐEURXJKWௐDJDLQVWௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUௐE\ௐDௐWKLUGௐSDUW\ௐWRௐWKHௐ H[WHQWௐDULVLQJௐRXWௐRIௐWKHௐQHJOLJHQWௐSHUIRUPDQFHௐRIௐWKLVௐ&RQWUDFWௐE\ௐWKHௐ9HQGRUௐRUௐ LWVௐDJHQWVௐRUௐHPSOR\HHVௐWKLVௐLQGHPQLILFDWLRQௐLQFOXGHVௐLQMXU\ௐRUௐGHDWKௐWRௐSHUVRQVௐ RUௐSURSHUW\ௐDOOHJHGௐWRௐKDYHௐEHHQௐFDXVHGௐE\ௐVRPHௐGHIHFWௐLQௐWKHௐ(TXLSPHQWௐ 3URGXFWVௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ&RQWUDFWௐWRௐWKHௐH[WHQWௐWKHௐ(TXLSPHQWௐ3URGXFWௐRUௐ 6HUYLFHௐKDVௐEHHQௐXVHGௐDFFRUGLQJௐWRௐLWVௐVSHFLILFDWLRQV 6HFWLRQௐ 6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐUHYLHZௐWKHௐ ERRNVௐUHFRUGVௐGRFXPHQWVௐDQGௐDFFRXQWLQJௐ SURFHGXUHVௐDQGௐSUDFWLFHVௐRIௐWKHௐ9HQGRUௐ UHOHYDQWௐWRௐWKLVௐ&RQWUDFWௐIRUௐDௐPLQLPXPௐRIௐVL[ௐ ௐ\HDUVௐIURPௐWKHௐHQGௐRIௐWKLVௐ&RQWUDFWௐ7KLVௐ FODXVHௐH[WHQGVௐWRௐ0HPEHUVௐDVௐLWௐUHODWHVௐWRௐ EXVLQHVVௐFRQGXFWHGௐE\ௐWKDWௐ0HPEHUௐXQGHUௐWKLVௐ &RQWUDFW 6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐUHYLHZௐWKHௐERRNVௐUHFRUGVௐGRFXPHQWVௐDQGௐ DFFRXQWLQJௐSURFHGXUHVௐDQGௐSUDFWLFHVௐRIௐWKHௐ9HQGRUௐSXUVXDQWௐWRௐWKLVௐ&RQWUDFWௐ VROHO\ௐWRௐWKHௐH[WHQWௐQHFHVVDU\ௐWRௐYHULI\ௐ9HQGRU VௐFRPSOLDQFHௐZLWKௐLWVௐREOLJDWLRQVௐ KHUHXQGHUௐIRUௐDௐPLQLPXPௐRIௐVL[ௐௐ\HDUVௐIURPௐWKHௐHQGௐRIௐWKLVௐ&RQWUDFWௐ7KLVௐ FODXVHௐH[WHQGVௐWRௐ0HPEHUVௐDVௐLWௐUHODWHVௐWRௐEXVLQHVVௐFRQGXFWHGௐE\ௐWKDWௐ0HPEHUௐ XQGHUௐWKLVௐ&RQWUDFW 6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐDJUHHௐWRௐUHFHLYHௐDQGௐKROGௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐRIௐ 9HQGRUௐLQௐWUXVWௐDQGௐLQௐVWULFWHVWௐFRQILGHQFHௐDQGௐVKDOOௐQRWௐXVHௐUHSURGXFHௐGLVWULEXWHௐ GLVFORVHௐRUௐRWKHUZLVHௐGLVVHPLQDWHௐDQ\ௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐH[FHSWௐௐDVௐ QHFHVVDU\ௐWRௐSHUIRUPௐLWVௐREOLJDWLRQVௐKHUHXQGHUௐRUௐௐDVௐUHTXLUHGௐE\ௐDSSOLFDEOHௐODZௐ 'LVFORVXUHVௐRIௐWKHௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐPD\ௐEHௐPDGHௐRQO\ௐWRௐ6RXUFHZHOOௐRUௐLWVௐ 0HPEHU¶VௐHPSOR\HHVௐDQGௐDJHQWVௐZKRௐKDYHௐDௐVSHFLILFௐQHHGௐWRௐNQRZௐVXFKௐ &RQILGHQWLDOௐ,QIRUPDWLRQௐDQGௐDUHௐVXEMHFWௐWRௐFRQILGHQWLDOLW\ௐUHVWULFWLRQVௐDWௐOHDVWௐDVௐ UHVWULFWLYHௐDVௐWKRVHௐFRQWDLQHGௐKHUHLQௐ³&RQILGHQWLDOௐ,QIRUPDWLRQ´ௐPHDQVௐDOOௐ GLVFORVXUHVௐXQGHUௐWKLVௐ6HFWLRQௐௐRUௐ6HFWLRQௐௐDVௐZHOOௐDVௐDQ\ௐQRQSXEOLFௐ FRQILGHQWLDOௐRUௐSURSULHWDU\ௐLQIRUPDWLRQௐRIௐ9HQGRUௐGLVFORVHGௐWRௐ6RXUFHZHOOௐRUௐLWVௐ 0HPEHUௐWKURXJKௐDQ\ௐPHWKRGௐRUௐPHGLXPௐZKHWKHUௐRUௐQRWௐPDUNHGௐGHVLJQDWHGௐRUௐ RWKHUZLVHௐLGHQWLILHGௐDVௐFRQILGHQWLDOௐLQௐFRQQHFWLRQௐZLWKௐWKLVௐ&RQWUDFWௐ8SRQௐ 9HQGRU VௐUHTXHVWௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUௐVKDOOௐSURPSWO\ௐUHWXUQௐRUௐGHVWUR\ௐDOOௐ GRFXPHQWVௐDQGௐRWKHUௐPDWHULDOVௐFRQWDLQLQJௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐ7KHௐREOLJDWLRQVௐ DQGௐUHVWULFWLRQVௐRIௐWKLVௐ6HFWLRQௐVKDOOௐVXUYLYHௐWKHௐH[SLUDWLRQௐRUௐHDUOLHUௐWHUPLQDWLRQௐRIௐ WKHௐ$JUHHPHQW DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6HFWLRQௐ $VௐDSSOLFDEOHௐ9HQGRUௐDJUHHVௐWRௐLQGHPQLI\ௐDQGௐ KROGௐKDUPOHVVௐ6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐ DJDLQVWௐDQ\ௐDQGௐDOOௐVXLWVௐFODLPVௐMXGJPHQWVௐ DQGௐFRVWVௐLQVWLWXWHGௐRUௐUHFRYHUHGௐDJDLQVWௐ 6RXUFHZHOOௐRUௐ0HPEHUVௐE\ௐDQ\ௐSHUVRQௐRQௐ DFFRXQWௐRIௐWKHௐXVHௐRIௐDQ\ௐ(TXLSPHQWௐRUௐ 3URGXFWVௐE\ௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUVௐ VXSSOLHGௐE\ௐ9HQGRUௐLQௐYLRODWLRQௐRIௐDSSOLFDEOHௐ SDWHQWௐRUௐFRS\ULJKWௐODZV $VௐDSSOLFDEOHௐ9HQGRUௐDJUHHVௐWRௐLQGHPQLI\ௐDQGௐKROGௐKDUPOHVVௐ6RXUFHZHOOௐDQGௐLWVௐ 0HPEHUVௐDJDLQVWௐDQ\ௐDQGௐDOOௐVXLWVௐFODLPVௐMXGJPHQWVௐDQGௐFRVWVௐLQVWLWXWHGௐRUௐ UHFRYHUHGௐDJDLQVWௐ6RXUFHZHOOௐRUௐ0HPEHUVௐE\ௐDQ\ௐSHUVRQௐRQௐDFFRXQWௐRIௐWKHௐ DXWKRUL]HGௐXVHௐRIௐDQ\ௐ(TXLSPHQWௐRUௐ3URGXFWVௐE\ௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUVௐLQௐ DFFRUGDQFHௐZLWKௐWKHLUௐDSSOLFDEOHௐVSHFLILFDWLRQVௐVXSSOLHGௐE\ௐ9HQGRUௐXQGHUௐWKLVௐ &RQWUDFWௐLQௐYLRODWLRQௐRIௐDSSOLFDEOHௐSDWHQWௐRUௐFRS\ULJKWௐODZV 6HFWLRQௐ$ ௐௐௐௐௐௐௐௐ(VFDODWLRQௐ,IௐSDUWLHVௐDUHௐXQDEOHௐWRௐ UHVROYHௐWKHௐLVVXHௐLQௐDௐWLPHO\ௐPDQQHUௐDVௐ VSHFLILHGௐDERYHௐHLWKHUௐ6RXUFHZHOOௐRUௐ9HQGRUௐ PD\ௐHVFDODWHௐWKHௐUHVROXWLRQௐRIௐWKHௐLVVXHௐWRௐDௐ KLJKHUௐOHYHOௐRIௐPDQDJHPHQWௐ7KHௐ9HQGRUௐZLOOௐ KDYHௐWKLUW\ௐௐFDOHQGDUௐGD\VௐWRௐFXUHௐDQௐ RXWVWDQGLQJௐLVVXH ௐௐௐௐௐௐௐௐ(VFDODWLRQௐ,IௐSDUWLHVௐDUHௐXQDEOHௐWRௐUHVROYHௐWKHௐLVVXHௐLQௐDௐWLPHO\ௐPDQQHUௐ DVௐVSHFLILHGௐDERYHௐHLWKHUௐ6RXUFHZHOOௐRUௐ9HQGRUௐPD\ௐHVFDODWHௐWKHௐUHVROXWLRQௐRIௐWKHௐ LVVXHௐWRௐDௐKLJKHUௐOHYHOௐRIௐPDQDJHPHQWௐ7KHௐ9HQGRUௐZLOOௐKDYHௐQRWௐOHVVௐWKDQௐQLQHW\ௐ ௐFDOHQGDUௐGD\VௐWRௐFXUHௐDQௐRXWVWDQGLQJௐLVVXHௐRUௐGHIDXOWௐLGHQWLILHGௐXQGHUௐ6HFWLRQௐ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³0DUNHWLQJ3ODQ´ )LQDQFLDO6WUHQJWKDQG6WDELOLW\%HUNVKLUH+DWKDZD\,QFSGI)ULGD\$XJXVW 0DUNHWLQJ3ODQ6DPSOHV0DUNHWLQJ3ODQSGI:HGQHVGD\$XJXVW :0%(0%(6%(RU5HODWHG&HUWLILFDWHVRSWLRQDO :DUUDQW\,QIRUPDWLRQ6&3&3&&:DUUDQWLHVSGI:HGQHVGD\$XJXVW 3ULFLQJ6KDZ6RXFHZHOO3ULFLQJ[OV[7KXUVGD\$XJXVW $GGLWLRQDO'RFXPHQW6RXUFHZHOO([FHSWLRQ0RGLILFDWLRQ6KDZ[OV[7KXUVGD\$XJXVW DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3URSRVHUV$VVXUDQFHRI&RPS 352326(5$6685$1&(2)&203/,$1&( 352326(5¶6$)),'$9,7 7KHXQGHUVLJQHGDXWKRUL]HGUHSUHVHQWDWLYHRIWKHHQWLW\VXEPLWWLQJWKHIRUHJRLQJSURSRVDOWKH³3URSRVHU´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¶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³FRQILGHQWLDO´RU³QRQSXEOLF´HWFHLWKHUVXEVWDQWLDOO\RULQWKHLU HQWLUHW\8QGHU0LQQHVRWD6WDWXWH6XEGDOOSURSRVDOVDUHFRQVLGHUHGQRQSXEOLFGDWDXQWLOWKHHYDOXDWLRQLVFRPSOHWHDQGD&RQWUDFWLV DZDUGHG$WWKDWSRLQWSURSRVDOVJHQHUDOO\EHFRPHSXEOLFGDWD0LQQHVRWD6WDWXWHSHUPLWVRQO\FHUWDLQQDUURZO\GHILQHGGDWDWREH FRQVLGHUHGD³WUDGHVHFUHW´DQGWKXVQRQSXEOLFGDWDXQGHU0LQQHVRWD¶V'DWD3UDFWLFHV$FW 7KH3URSRVHUXQGHUVWDQGVWKDWLWLVWKH3URSRVHU¶VGXW\WRSURWHFWLQIRUPDWLRQWKDWLWFRQVLGHUVQRQSXEOLFDQGLWDJUHHVWRGHIHQGDQGLQGHPQLI\6RXUFHZHOO IRUUHDVRQDEOHPHDVXUHVWKDW6RXUFHZHOOWDNHVWRXSKROGVXFKDGDWDGHVLJQDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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ocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA )LOH1DPH ,KDYHUHYLHZHGWKH EHORZDGGHQGXPDQG DWWDFKPHQWVLI DSSOLFDEOH 3DJHV $GGHQGXPBB5)3B)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHV )UL-XO\30 $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5(DOWHG6XSSOLHVDQG6(UYLFHVB5)3 0RQ-XO\30 $GGHQGXPBB)/RRULQJ0DWHULDOVZLWK5(ODWHG6XSSOLHVDQG6HUYLFHVB5)3 7XH-XO\30 $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B 7XH-XO\$0 $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B 0RQ-XO\30 $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B :HG-XO\30 $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B 7XH-XO\30 DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price BROADLOOM 5A046 3SQUARE ULTRALOC®BROADLOOM CARPET SY 48.54$ 51%23.98$ 60728 ACCOMPLISH CLASSICBAC®BROADLOOM CARPET SY 24.14$ 42%14.06$ 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.42$ 42%18.11$ 5A253 ACCORD CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ 60283 AMBITION II CLASSICBAC®BROADLOOM CARPET SY 6.47$ 34%4.26$ 5A240 AMBITION III 20 CLASSICBAC®BROADLOOM CARPET SY 8.91$ 34%5.90$ 5A241 AMBITION III 26 CLASSICBAC®BROADLOOM CARPET SY 10.53$ 32%7.15$ 5A252 AMEND CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ 5A176 AMPLIFY ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.46$ 5A208 ARTISAN LOOM ULTRALOC®BROADLOOM CARPET SY 61.69$ 45%33.68$ 60759 ASPIRE CLASSICBAC®BROADLOOM CARPET SY 26.63$ 41%15.58$ 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 41%19.70$ 60563 ASSOCIATE ULTRALOC®BROADLOOM CARPET SY 18.69$ 42%10.87$ 732V5 AT EASE 39 SOFTBAC BROADLOOM CARPET SY 25.93$ 29%18.30$ 732W6 AT EASE 49 SOFTBAC BROADLOOM CARPET SY 29.26$ 27%21.36$ 5A219 BASE METAL WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 47%63.48$ 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 46.84$ 42%27.39$ 60785 BATIK ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5B094 BELLCOURT CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 5A243 BEYOND ULTRALOC®BROADLOOM CARPET SY 53.40$ 46%29.07$ 5A235 BIRCH CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ 5A125 BLOG CLASSICBAC®BROADLOOM CARPET SY 20.34$ 31%14.11$ 5A126 BLOG ULTRLOC®BROADLOOM CARPET SY 23.16$ 42%13.47$ 5A130 BLOOM PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 50%47.24$ 60746 BON JOUR II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ 5A236 BOTAN ULTRALOC®BROADLOOM CARPET SY 30.45$ 39%18.58$ 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.15$ 42%21.07$ 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.67$ 39%23.46$ 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.12$ 48%16.60$ 5A211 CHOK LOOM ULTRALOC®BROADLOOM CARPET SY 63.06$ 47%33.68$ 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.41$ 38%21.21$ 7P352 COLONEL CLASSICBAC®BROADLOOM CARPET SY 11.25$ 37%7.13$ 60550 CONSTELLATION ULTRLOC®BROADLOOM CARPET SY 27.25$ 42%15.68$ 5A213 CONTE' ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ 5A186 CONTOUR CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ 5A091 CORDED ULTRALOC®BROADLOOM CARPET SY 34.68$ 52%16.79$ 5A178 CORE ULTRALOC®BROADLOOM CARPET SY 37.53$ 47%19.84$ 5B093 CRANFORD CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 5A092 CROSS STITCH ULTRALOC®BROADLOOM CARPET SY 30.33$ 44%17.00$ 5A048 CROWN COLONY III ULTRALOC®BROADLOOM CARPET SY 72.86$ 58%30.76$ 50912 CULTURE CLASSICBAC®BROADLOOM CARPET SY 20.34$ 40%12.28$ 5A032 DESIGN SERIES V 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ 5A033 DESIGN SERIES V 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ 5A184 DIMENSION ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.84$ 5A065 DIVIDE CLASSICBAC®BROADLOOM CARPET SY 20.12$ 35%13.12$ 5A093 DOUBLE KNIT ULTRALOC®BROADLOOM CARPET SY 40.67$ 51%19.88$ 5A164 ECLECTIC CLASSICBAC®BROADLOOM CARPET SY 19.44$ 41%11.50$ 5A067 EDIT CLASSICBAC®BROADLOOM CARPET SY 20.11$ 33%13.39$ 5A228 EDITION ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ 5A192 EFFECT ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ 5A066 EQUAL CLASSICBAC®BROADLOOM CARPET SY 20.10$ 33%13.49$ 5A214 ERASE ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ 5A242 ESCAPE ULTRALOC®BROADLOOM CARPET SY 31.98$ 44%18.06$ 60754 ESSENCE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ 5A188 ESSENTIAL CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ 50913 EVOLUTION CLASSICBAC®BROADLOOM CARPET SY 20.47$ 39%12.49$ 60752 EXPRESSIVE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.45$ 29%18.71$ 5A221 FAULT ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ 5A161 FIBER ECOWORX® BROADLOOM BROADLOOM CARPET SY 49.30$ 48%25.68$ 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.08$ 42%17.89$ 60497 FIELD TRIP ULTRLOC®BROADLOOM CARPET SY 23.54$ 41%13.94$ 5A175 FLARE CLASSICBAC®BROADLOOM CARPET SY 19.56$ 34%12.84$ 5A174 FLICKER CLASSICBAC®BROADLOOM CARPET SY 19.29$ 35%12.61$ 5A129 FLOAT PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.09$ 5A038 FOSSIL CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.24$ 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.51$ 37%21.63$ 5A020 GLOW ULTRALOC®BROADLOOM CARPET SY 49.28$ 55%22.30$ 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.44$ 38%27.07$ 5A153 GRADIENT CLASSICBAC®BROADLOOM CARPET SY 19.58$ 28%14.01$ 7R824 GROUND FORCE CLASSICBAC®BROADLOOM CARPET SY 15.61$ 28%11.25$ 5A190 GROUNDED ULTRALOC®BROADLOOM CARPET SY 38.94$ 39%23.69$ 5A090 GROUNDWORKS III ULTRALOC®BROADLOOM CARPET SY 43.12$ 43%24.57$ 5A234 GROVE CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ 5A237 HANA ULTRALOC®BROADLOOM CARPET SY 30.65$ 39%18.66$ 60127 HARBOR CLASSICBAC®BROADLOOM CARPET SY 15.06$ 43%8.62$ 5B101 HERRINGBONE CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.75$ 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.70$ 43%18.56$ 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.42$ 46%17.50$ 60504 HIT THE BOOKS ULTRLOC®BROADLOOM CARPET SY 24.00$ 39%14.56$ 60114 HOMESTEAD CLASSICBAC®BROADLOOM CARPET SY 11.74$ 35%7.63$ 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 39.76$ 39%24.42$ 60786 IKAT ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5A177 ILLUMINATE ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.58$ 60774 IMAGERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 29%13.57$ 5A229 INHERIT ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ 5A193 INLAY ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ 60589 INTERPLAY ULTRLOC®BROADLOOM CARPET SY 20.98$ 45%11.60$ 60777 INTUITION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 37%27.72$ 5B092 KENNEBUNK CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 5A238 KUSA ULTRALOC®BROADLOOM CARPET SY 29.40$ 39%17.94$ 5A159 LANA ECOWORX® BROADLOOM BROADLOOM CARPET SY 59.98$ 45%32.76$ 5A183 LAYER ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.81$ 60787 LINEN ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5A140 MAINFRAME ULTRALOC®BROADLOOM CARPET SY 32.97$ 44%18.60$ 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 42%19.27$ 5A165 MELD CLASSICBAC®BROADLOOM CARPET SY 19.62$ 40%11.73$ 5A254 MEMOIRS CLASSICBAC®BROADLOOM CARPET SY 16.92$ 48%8.77$ 5A204 MODIFY CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ 60602 MOMENTUM IV UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ 5A218 MONOLITH WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 46%64.86$ 5B091 MORITZ CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 50875 MOVEMENT ULTRALOC®BROADLOOM CARPET SY 34.50$ 54%15.88$ 5A179 NATURAL SELECTION ULTRALOC®BROADLOOM CARPET SY 83.44$ 49%42.90$ 5A141 NAVIGATE ULTRALOC®BROADLOOM CARPET SY 32.83$ 42%18.97$ 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ 5A187 OUTLINE CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.38$ 45%24.60$ 5A025 PETO II CLASSICBAC®BROADLOOM CARPET SY 19.42$ 36%12.37$ 5B110 PLEAT CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ 5A068 POTENTIAL III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ 60587 POTENTIAL III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ 5A069 POTENTIAL III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ 60588 POTENTIAL III 28 UNITARY BROADLOOM CARPET SY 16.83$ 28%12.07$ 5A189 PRIME CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.86$ 44%19.61$ 60730 PROSPER CLASSICBAC®BROADLOOM CARPET SY 24.15$ 38%15.08$ 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.43$ 39%19.09$ 60784 QUEST ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ 5B118 REFUGE ULTRALOC®BROADLOOM CARPET SY 22.41$ 47%11.83$ 5A256 REIMAGINE CLASSICBAC®BROADLOOM CARPET SY 21.15$ 48%10.97$ 5A248 REMINISCE ULTRALOC®BROADLOOM CARPET SY 22.32$ 46%12.08$ 60192 RESIDENCE INN I CLASSICBAC®BROADLOOM CARPET SY 24.47$ 37%15.49$ 60194 RESIDENCE INN II CLASSICBAC®BROADLOOM CARPET SY 29.48$ 38%18.17$ 60195 RESIDENCE INN III CLASSICBAC®BROADLOOM CARPET SY 35.43$ 40%21.26$ 5B119 RETREAT ULTRALOC®BROADLOOM CARPET SY 22.68$ 48%11.88$ 5A255 SCENERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 48%9.87$ 50521 SCEPTER II CLASSICBAC®BROADLOOM CARPET SY 44.85$ 54%20.50$ 60514 SCHOLAR II UNITARY BROADLOOM CARPET SY 19.62$ 32%13.35$ 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ 5A215 SCRIBE CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ 60775 SENTIMENT CLASSICBAC®BROADLOOM CARPET SY 19.86$ 37%12.46$ 5A127 SHADOW PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.10$ 5A017 SHIMMER ULTRALOC®BROADLOOM CARPET SY 35.04$ 54%16.24$ 5A198 SLIDE ULTRALOC®BROADLOOM CARPET SY 77.11$ 37%48.65$ 5A137 SOLID CLASSICBAC®BROADLOOM CARPET SY 35.14$ 47%18.78$ 60783 SOPHISTICATION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ 50911 SPACE CLASSICBAC®BROADLOOM CARPET SY 20.36$ 39%12.51$ 5B102 SQUARES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 50%12.93$ 5A257 STATEMENT CLASSICBAC®BROADLOOM CARPET SY 23.31$ 48%12.07$ 5A247 STAY ULTRALOC®BROADLOOM CARPET SY 21.78$ 46%11.76$ 5A220 STRATA ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ 5B103 STRIPES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.65$ 5A216 STYLUS CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ 5A233 SUMMIT CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ 5A128 SWIRL PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.07$ 5A205 SWITCH CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ 5B111 TAPER CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ 60788 TAPESTRY ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5A037 TERRA CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.37$ 5A123 TEXT CLASSICBAC®BROADLOOM CARPET SY 20.31$ 31%14.02$ 5A124 TEXT ULTRLOC®BROADLOOM CARPET SY 23.36$ 37%14.63$ 5A249 TEXTILE ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5A180 TIMBER ULTRALOC®BROADLOOM CARPET SY 43.87$ 47%23.37$ 5A151 TINT CLASSICBAC®BROADLOOM CARPET SY 19.55$ 32%13.31$ 5A152 TONE CLASSICBAC®BROADLOOM CARPET SY 18.63$ 31%12.94$ 60773 TOWN RESORT CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ 5A203 TRANSFER CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.43$ 39%26.54$ 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ 60117 UPSCALE CLASSICBAC®BROADLOOM CARPET SY 13.96$ 38%8.62$ 50515 UTOPIAN ULTRALOC®BROADLOOM CARPET SY 58.54$ 59%24.27$ 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ 60185 VILLA CLASSICBAC®BROADLOOM CARPET SY 26.14$ 42%15.08$ 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ 60745 WELCOME II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ 60751 WHISPER WALLCOVERING SBR LATEX WALLCOVERING SY 23.37$ 29%16.48$ 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.98$ 37%18.36$ TILE 5T003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.90$ 59145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ 5T107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ 59567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 78.29$ 47%41.29$ 5T202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 59384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.50$ 5T015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 5T135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ 5T006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ 59327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ 5T126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 5T058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 59.48$ 39%36.17$ 5T004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.69$ 5T294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 84.00$ 45%46.15$ 5T064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ 59340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 42.65$ 43%24.34$ 5T198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 5T159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5T121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 37%17.52$ 5T261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 32.13$ 47%16.95$ 5T057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 74.95$ 40%44.91$ 5T218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ 5T043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ 5T025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ 59572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 46.70$ 39%28.36$ 59357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 49.37$ 47%26.33$ 59596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.48$ 59411 BON JOUR ECOWORX® TILE MODULAR CARPET TILE SY 55.29$ 50%27.66$ 5T032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ 5T192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ 59529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 41.25$ 37%25.95$ 59113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ 31%23.07$ 59554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 35.12$ 34%23.32$ 59579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.06$ 5T176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ 5T124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ 59494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 64.29$ 51%31.44$ 5T232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.09$ 47%19.28$ 59561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 41.81$ 41%24.59$ 5T281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 5T100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ 59583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 46.44$ 37%29.12$ 5T175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ 59537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 48.03$ 41%28.45$ 59564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 29.72$ 30%20.95$ 5T096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 83.71$ 45%46.15$ 5T112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 43%23.08$ 5T081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 44%23.08$ 59358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 48.06$ 46%25.77$ 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ 59595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 41%31.06$ 59342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 40.47$ 45%22.19$ 59326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 47.03$ 46%25.59$ 5T104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ 5T160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ 5T269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ 5T103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ 59491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 52.35$ 42%30.43$ 5T140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 68.32$ 38%42.41$ 5T241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 59390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.40$ 5T211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 50%32.89$ 5T242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T233 DIFFUSE 24" X 24" ECOLOGIX®MODULAR CARPET TILE SY 34.63$ 45%19.18$ 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES MODULAR CARPET TILE SY 36.60$ 41%21.50$ 59575 DIFFUSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 39%20.67$ 5T185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ 5T071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ 5T217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ 59576 DISPERSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.19$ 40%20.66$ 5T184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ 59566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 70.80$ 45%38.83$ 5T127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 5T265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 31.95$ 46%17.12$ 5T142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ 5T108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ 5T041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 31%43.66$ 59338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%32.78$ 5T040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 36%21.12$ 59573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 42.33$ 37%26.46$ 59343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 42.14$ 38%26.15$ 5T187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ 5T033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ 59337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 53.33$ 40%31.98$ 5T268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ 5T059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 49.21$ 37%31.19$ 5T219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ 5T143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ 5T151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ 59597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.38$ 5T235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ 5T199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 5T079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 34.18$ 33%22.86$ 5T074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ 5T113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ 59455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 42.37$ 42%24.79$ 5T060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 57.32$ 41%33.68$ 5T062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 55.16$ 39%33.68$ 5T136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ 5T169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 45%26.20$ 5T038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ 59562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.74$ 31%20.52$ 59329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ 5T128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 59360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 57.82$ 51%28.45$ 59534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 37.66$ 42%21.95$ 5T200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 59479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 60.87$ 51%29.66$ 5T193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ 5T037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ 5T024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5T236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ 59115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.10$ 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 59580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.03$ 5T065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ 5T237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ 5T049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ 5T188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 37.16$ 42%21.44$ 5T257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 5T258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 5T259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 5T260 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 59592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 48.72$ 43%27.86$ 5T010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ 59339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 41%32.34$ 5T208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ 5T085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 48.28$ 38%29.94$ 59558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 35.11$ 33%23.42$ 5T280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 5T016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 5T046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ 59359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 47.92$ 45%26.21$ 5T099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 76.41$ 41%44.91$ 59492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 64.30$ 51%31.24$ 5T194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 46.91$ 40%28.03$ 59106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ 5T055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.73$ 40%38.67$ 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 65.40$ 41%38.67$ 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ 5T144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ 59105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ 59362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 57.96$ 50%29.09$ 5T130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 5T101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ 5T263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 46%17.25$ 59167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.09$ 5T044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ 5T014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 5T075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ 59164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.16$ 59466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 41%26.39$ 59502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ 5T238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ 5T073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ 5T296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ 59598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.40$ 5T034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ 5T083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ 5T201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 59369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 36.99$ 39%22.57$ 59371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 46.65$ 45%25.50$ 5T098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 82.54$ 44%46.15$ 5T054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ 5T243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ 5T206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ 59525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 47.67$ 37%29.87$ 5T213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ 5T123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 35%18.09$ 5T170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 113.20$ 39%68.61$ 59463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 43.50$ 39%26.39$ 5T209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ 5T017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 59361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 57.80$ 49%29.53$ 5T078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 33.27$ 33%22.25$ 5T139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 72.32$ 41%42.41$ 5T152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ 5T141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ 59387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 42.35$ 45%23.27$ 5T091 REST ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ 5T168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 57.53$ 44%32.43$ 5T165 RETHREAD ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ 5T069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ 59363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 48.32$ 43%27.58$ 5T105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ 5T109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 33%22.23$ 5T007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ 5T183 SCULPT LOOP ECOWORX® TILE MODULAR CARPET TILE SY 42.17$ 42%24.62$ 5T172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ 5T173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ 5T216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ 5T196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ 5T070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ 5T240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ 59328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.73$ 59550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 44.45$ 40%26.63$ 5T210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ 59591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ 5T174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ 5T133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ 59584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 46.24$ 35%30.05$ 5T244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ 5T084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ 5T051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5T214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ 5T116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ 59224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 37.95$ 30%26.39$ 59530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 43.17$ 40%25.99$ 5T297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ 5T125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ 5T018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ 5T022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ 5T279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 59587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 60.64$ 44%33.91$ 59585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 60.63$ 43%34.37$ 5T186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ 5T156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 33%21.21$ 5T005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.69$ 5T204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 5T197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ 59563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 29.73$ 30%20.84$ 59368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 54.02$ 49%27.55$ 5T205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 5T150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ 5T157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 36%20.15$ 5T090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ 5T110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ 5T036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ 5T009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ 59594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ 59114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ 5T001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.13$ 5T002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.05$ 5T039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 22%25.47$ 5T031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ 5T158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 52.79$ 29%37.42$ RESILIENT0718V ARTESIAN SHEET RESILIENT SY 12.24$ 44%6.84$ 0301V BASSTONES SHEET RESILIENT SY 51.50$ 46%27.81$ 001VS BIO LIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ 270VS BIO-BASED WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 135.00$ 45%73.90$ 0001V BIOLIFE ™SHEET RESILIENT SY 50.41$ 46%27.44$ 0565V BRUSH 12 MIL MODULAR RESILIENT SF 3.30$ 57%1.41$ 0552V BRUSH 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ 0656V BRUSH 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ 0513V CHANGE SHEET RESILIENT SY 48.41$ 43%27.57$ 022VS CHORDINATES WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 40%42.99$ 0512V CONSTANT SHEET RESILIENT SY 48.41$ 42%28.09$ 0927V COVE MODULAR RESILIENT SF 6.00$ 53%2.82$ 0203V CRETE MODULAR RESILIENT SF 4.64$ 42%2.68$ 0922V CUT MODULAR RESILIENT SF 5.00$ 47%2.64$ 0009V DECO ADVANTAGE STONE MODULAR RESILIENT SF 3.06$ 11%2.71$ 0618V EMERGE MODULAR RESILIENT SF 5.00$ 48%2.61$ 0364V GRAIN MODULAR RESILIENT SF 6.24$ 46%3.35$ 0502V GRAIN - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ 071VS HUSH II UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)319.88$ 27%232.85$ 0896V IN TANDEM PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ 0897V IN TANDEM SHEET SHEET RESILIENT SY 64.00$ 47%33.76$ 0926V INLET MODULAR RESILIENT SF 6.00$ 53%2.82$ 0895V INNATE TILE MODULAR RESILIENT SF 8.00$ 47%4.22$ 0884V INSPIRE LVT MODULAR RESILIENT SF 5.00$ 51%2.45$ 0514V INTERVAL MODULAR RESILIENT SF 5.00$ 49%2.56$ 0692V INTRICATE MODULAR RESILIENT SF 5.00$ 48%2.61$ 0215V JEOGORI MODULAR RESILIENT SF 4.64$ 42%2.68$ 0993V JOY SQUARED MODULAR RESILIENT SF 5.00$ 54%2.31$ 0551V LEVEL HEXAGON MODULAR RESILIENT SF 8.40$ 42%4.87$ 0567V LINE 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0554V LINE 20 MIL MODULAR RESILIENT SF 5.50$ 50%2.74$ 0116V NATIVE ORIGINS MODULAR RESILIENT SF 2.86$ 44%1.61$ 0002V NATURELIFE SHEET RESILIENT SY 48.80$ 46%26.57$ 002VS NATURELIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ 0365V PIGMENT MODULAR RESILIENT SF 6.24$ 46%3.35$ 0503V PIGMENT - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ 0566V PLASTER 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0553V PLASTER 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ 0186V QUIET COVER-W IN*STEP MODULAR RESILIENT SF 6.74$ 51%3.33$ 0797V REED SHEET RESILIENT SY 44.29$ 46%23.72$ 0733V RETHINK MODULAR RESILIENT SF 8.49$ 44%4.78$ 0003V REXCOURT 4.5 MM SHEET RESILIENT SY 49.04$ 41%29.06$ 0004V REXCOURT 6.5 MM SHEET RESILIENT SY 56.37$ 41%33.50$ 0005V REXCOURT 8.0 MM SHEET RESILIENT SY 70.14$ 39%42.94$ 021VS REXCOURT WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ 0798V ROJI SHEET RESILIENT SY 44.29$ 46%23.72$ 0945V SHEAR MODULAR RESILIENT SF 5.00$ 46%2.69$ 0709V SHIFT MODULAR RESILIENT SF 8.57$ 48%4.43$ 0648V SOLITUDE MODULAR RESILIENT SF 5.15$ 41%3.05$ 0012V STATIC PULSE SUMMIT SERIES - SSV-01 STATIC SMART TILE SF 7.14$ 44%4.02$ 0516V STRAND MODULAR RESILIENT SF 5.00$ 47%2.66$ 0515V SURFACE MODULAR RESILIENT SF 5.00$ 47%2.66$ 0796V TATAMI SHEET RESILIENT SY 44.29$ 46%23.72$ 353VS TERASU WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ 0517V TERRAIN 12MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0564V TERRAIN 20MIL MODULAR RESILIENT SF 5.50$ 52%2.66$ 0655V TERRAIN 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ 0453V TERRAIN II 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0454V TERRAIN II 20MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ 0892V TERRAIN II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 SCUN2 TERRAIN II OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ SCQT2 TERRAIN II QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ SCSN2 TERRAIN II STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 54.25$ 39%33.08$ SCUN1 TERRAIN OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ SCQT1 TERRAIN QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ SCSN1 TERRAIN STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 59.68$ 45%33.08$ 0710V TILT MODULAR RESILIENT SF 8.57$ 49%4.37$ 0187V UNCOMMON GROUND 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ 0188V UNCOMMON GROUND 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ 0601V UNVEIL MODULAR RESILIENT SF 5.15$ 41%3.05$ 0873V VITALITY SHEET RESILIENT SY 44.29$ 47%23.29$ 236VS VITALITY WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ STATIC SMART013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 4 GAL ADHESIVE - STATIC SMART TILE PAIL 315.00$ 5%300.00$ 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 1 GAL ADHESIVE - STATIC SMART TILE PAIL 82.60$ 5%78.67$ 5T019 COLLABORATORS MODULAR CARPET TILE SY 33.97$ 15%28.94$ 42CV8 COLONIAL STATIC SMART TILE SY 43.67$ 5%41.59$ N5003 COMPURELEASE STATIC SMART TILE PAIL 306.68$ 13%265.33$ N5002 COMPURELEASE STATIC SMART TILE PAIL 88.97$ 19%72.00$ N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS ADHESIVE - STATIC SMART TILE EA 8.39$ 5%7.99$ 5T018 DAILY PLANNER MODULAR CARPET TILE SY 33.97$ 24%25.75$ 429RD DISCOVERY ECO STATIC SMART TILE SY 42.41$ 5%40.39$ N5005 GROUNDING KIT FOR ACCESS FLOORING ADHESIVE - STATIC SMART TILE EA 11.19$ 5%10.65$ 4029D LAN 4.0 STATIC SMART TILE SY 53.19$ 5%50.65$ 42CV8 LAN 4.1 STATIC SMART TILE SY 43.39$ 5%41.32$ 42GDY LANDMARK SERIES STATIC SMART TILE SY 29.30$ 5%27.90$ 4298R PRESIDENTIAL STATIC SMART TILE SY 43.39$ 5%41.32$ 0012V SUMMIT SERIES STATIC SMART TILE SF 3.84$ 5%3.65$ 5T040 WORKSPACE MODULAR CARPET TILE SY 32.76$ 21%25.98$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 15%39.95$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 56.72$ 11%50.24$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 25%35.34$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 58.33$ 11%51.64$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 58.33$ 11%51.64$ 336VS 4" METALLIC WALL BASE ROLL ACCESSORIES - WALL BASE ROLL 160.80$ 36%102.90$ 179PE 4"W X 120'L TOELESS WALL BASE ROLL ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS)ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000)ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 13.04$ 12%11.48$ UV856 4100 - RESILIENT 1 GALLON ADHESIVE ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 42%46.49$ UVS12 4100 - RESILIENT 4 GALLON ADHESIVE ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - RESILIENT EA 214.94$ 19%173.18$ 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - MODULAR CARPET TILE EA 214.94$ 19%173.18$ F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - BROADLOOM CARPET EA 214.94$ 19%173.18$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 13%81.54$ H5001 5001 - TILE STANDARD ADHESIVE ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 26.73$ 12%23.50$ N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 1 GAL PAIL 88.97$ 26%66.22$ N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 4 GAL PAIL 306.68$ 26%227.51$ N5004 5004 - STATIC DISSIPATIVE HARDWARE ADHESIVE - STATIC SMART TILE EA 7.66$ 11%6.79$ N5005 5005 - STATIC DISSIPATIVE COPPER STRIP ADHESIVE - STATIC SMART TILE EA 0.50$ 12%0.44$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 99.68$ 9%90.88$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 16%79.54$ 303VS 6" DETAIL PROFILE ACCESSORIES - WALL BASE BOX (6/BOX)270.52$ 39%164.82$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 110.11$ 18%90.01$ G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 110.11$ 17%91.03$ J7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 103.12$ 11%91.33$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300)ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE 8.08$ 15%6.84$ H9000 9000 - BARRIER COAT ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ H900U 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 236.37$ 13%205.17$ G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU)ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET)(BROADLOOM AVSTR)ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 409.08 15% $ 346.08 AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU)ADHESIVE - MODULAR CARPET TILE ROLL 409.08$ 15%346.08$ 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)117.00$ 39%71.07$ LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE ADHESIVE - MODULAR CARPET TILE EA 225.00$ 23%173.25$ 302VS COLLECTIVE TIME WELD ROD ACCESSORIES - WELD ROD ROLL 72.04$ 43%40.94$ 016VS COPPER GROUND STRIPS - 4709CS ACCESSORIES - STATIC SMART TILE EA 8.99$ 51%4.61$ 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ CU024 CUSHIONWORX 2MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 231.00$ 5%218.30$ CU034 CUSHIONWORX 3MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 415.23$ 5%395.46$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 61.26$ 15%52.01$ 087VS GROUNDWORKS UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)75.00$ 9%68.24$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR)ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)375.00$ 8%346.50$ LOKDA LOKDOTS APPLICATOR (TILE 00LDA)ADHESIVE - MODULAR CARPET TILE EA 82.10$ 16%69.30$ LWRX0 LOKWORX BOX ADHESIVE - MODULAR CARPET TILE 1 213.96$ 19%172.39$ 100CA MM800 ADHESIVE - RESILIENT 4 GALLON PAIL 160.00$ 48%82.95$ 9125H MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 887.18$ 19%714.79$ 9125J MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 887.18$ 19%714.79$ 9125N MOISTURETEK MOISTURE VAPOR BARRIER 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 887.18$ 19%714.79$ 348VS MULTI PR RD LVT ADHESIVE - RESILIENT BOX (5/BOX)52.00$ 39%31.68$ 8U124 PINLESS METAL TRACK (RESILIENT 142VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)96.00$ 40%57.91$ 350VS QUARTER ROUND LVT ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)26.00$ 39%15.85$ 151VS QUARTER ROUND PROFILE ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)192.00$ 39%116.98$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)126.00$ 39%76.77$ 015VS RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)23.53$ 22%18.32$ 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS)ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 109VS SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 110.00$ 8%101.20$ 027VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 79.88$ 48%41.75$ 028VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT ROLL 1 GAL PAIL 79.88$ 48%41.75$ 304VS SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GAL PAIL 172.00$ 39%105.11$ 066VS SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)88.00$ 39%53.52$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)103.00$ 40%62.29$ 48 SPORT INSTALLATION KIT ADHESIVE - BROADLOOM EA 927.27$ 19%748.93$ 347VS STAIRNOSE LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)64.00$ 39%38.99$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)112.00$ 39%67.99$ 349VS T-MOLDING LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)52.00$ 39%31.68$ VS176 TRANSITION TAPE (RESILIENT 165VS)ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)16.00$ 41%9.45$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,556.25$ 12%2,252.25$ 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 897.50$ 12%786.56$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 71.25$ 12%62.37$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 88.75$ 13%77.39$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 86.25$ 13%75.08$ VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS)ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 42.00$ 39%25.59$ US Floors Products 02W74 BABY THRESHOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 01W00 BABY THRESHOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01A02 BABY THRESHOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 01W02 BABY THRESHOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W06 BABY THRESHOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V18 BABY THRESHOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W14 BABY THRESHOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V13 BABY THRESHOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W08 BABY THRESHOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W04 BABY THRESHOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 203UV CAMARET ENGINEERED HARDWOOD SF 13.60$ 55%6.12$ 200UV CITADEL BASTION ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ 201UV CITADEL FORTRESS ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ 098UV COMPOSED MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ 094UV CONCRETE MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ 02W01 FLUSH STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W06 FLUSH STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W16 FLUSH STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 02W13 FLUSH STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W12 FLUSH STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 02W04 FLUSH STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 02W65 GU35 WOOD & BAMBOO ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 210.00$ 46%113.40$ 206UV MIDTOWN REVIVAL HANDSCRAPED ENGINEERED HARDWOOD SF 11.00$ 52%5.30$ 205UV MIDTOWN REVIVAL SMOOTH ENGINEERED HARDWOOD SF 10.00$ 47%5.30$ 204UV PALISADES ENGINEERED HARDWOOD SF 20.00$ 45%11.08$ 03W07 QUARTER ROUND CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 01W22 QUARTER ROUND CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W25 QUARTER ROUND CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 01W27 QUARTER ROUND CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W31 QUARTER ROUND CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V45 QUARTER ROUND CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W40 QUARTER ROUND CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V39 QUARTER ROUND CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W33 QUARTER ROUND CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W29 QUARTER ROUND CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 03W38 REDUCER CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 01W48 REDUCER CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W50 REDUCER CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 01W54 REDUCER CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 01W56 REDUCER CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V69 REDUCER CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W65 REDUCER CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V64 REDUCER CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W58 REDUCER CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X54 REDUCER CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X70 REDUCER XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 03W73 STAIR CAP CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 81.68$ 34%54.08$ 01W72 STAIR NOSE CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W74 STAIR NOSE CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 54.25$ 39%33.08$ 01W78 STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W80 STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01V94 STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W90 STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01V89 STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W82 STAIR NOSE CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01X78 STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 032UV STRATUM 1200 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ 033UV STRATUM 1800 MODULAR RESILIENT - CORETEC SF 6.43$ 54%2.93$ 023UV STRATUM 500 - 50050DLV500 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ 024UV STRATUM 700 - 70050DLV700 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ 058UV STRATUM DEFINED - 50DLV3001 MODULAR RESILIENT - CORETEC SF 7.01$ 56%3.10$ 053UV STRATUM EIRIS MODULAR RESILIENT - CORETEC SF 8.33$ 57%3.60$ 055UV STRATUM LINEAR MODULAR RESILIENT - CORETEC SF 6.80$ 53%3.19$ 022UV STRATUM VORTEX MODULAR RESILIENT - CORETEC SF 5.90$ 57%2.54$ 034UV STRATUM XL MODULAR RESILIENT - CORETEC SF 8.33$ 58%3.54$ 04W19 T-MOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 02W20 T-MOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W22 T-MOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 02W24 T-MOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W28 T-MOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W61 T-MOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W57 T-MOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02V56 T-MOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W30 T-MOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W26 T-MOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02X62 T-MOLD XRC - CONCRETE & COMPOSED ACCESSORIES - TRIMS/TRANSITIONS EA 50.05$ 44%27.83$ Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT ENGINEERED HARDWOOD SF 11.00$ 54%5.05$ CA362 AUTHENTICITY ENGINEERED HARDWOOD SF 9.00$ 55%4.01$ CA350 BESPOKE ENGINEERED HARDWOOD SF 9.90$ 40%5.90$ CRH12 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 80%19.91$ CFR18 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 70.00$ 40%42.00$ CRW38 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 85.00$ 40%51.00$ CSH12 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 137.50$ 61%53.08$ CSW38 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 40%60.00$ CSD58 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 45%54.90$ CA364 HANDCRAFTED ENGINEERED HARDWOOD SF 13.00$ 48%6.70$ CA361 KINSHIP ENGINEERED HARDWOOD SF 9.00$ 47%4.78$ CA334 MARIPOSA 5"ENGINEERED HARDWOOD SF 6.00$ 44%3.37$ CA286 NORTHBOROUGH HICKORY ENGINEERED HARDWOOD SF 12.00$ 39%7.33$ CORH2 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ CORW8 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ COSH2 OVERLAP STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 130.00$ 40%78.00$ CATMW T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 67.50$ 40%40.50$ CATMH T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 82.50$ 45%45.29$ CCH12 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 40%52.50$ CTDH5 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 45%48.04$ LCSLT COLOR SEALANT LAMINATE - ACCESSORIES EA 9.33$ 22%7.26$ LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD)LAMINATE - ACCESSORIES EA 9.46$ 32%6.41$ LC012 HEMISPHERE NEW LAMINATE SF 3.47$ 19%2.81$ LC016 HERITAGE NEW LAMINATE SF 4.98$ 36%3.20$ LCTRK MOLDING TRACK LAMINATE - ACCESSORIES EA 72.50$ 90%7.00$ LCMPR MULTI PURPOSE REDUCER LAMINATE - ACCESSORIES EA 24.64$ 25%18.57$ LCQTR QUARTER ROUND LAMINATE - ACCESSORIES EA 23.75$ 65%8.29$ LC245 REGIMENT II NEW LAMINATE SF 2.53$ 19%2.04$ 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LAMINATE - ACCESSORIES ROLL 23.00$ 4%22.05$ Shaw Commercial Laminate Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL 56.22$ 13%49.17$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL 56.22$ 13%49.17$ LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.)LAMINATE - ACCESSORIES ROLL 511.89$ 22%398.39$ LCSTR STAIRNOSE LAMINATE - ACCESSORIES EA 23.75$ 6%22.43$ LCTMD T- MOLDING LAMINATE - ACCESSORIES EA 102.50$ 82%18.57$ LCTM1 T- MOLDING LAMINATE - ACCESSORIES EA 30.30$ 42%17.52$ Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 138.95$ 31%95.29$ CA884 SHAW 35 MC ADHESIVE - ENGINEERED HARDWOOD EA 202.90$ 24%155.15$ CATGA SHAW TONGUE AND GROOVE ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 13.70$ 50%6.87$ CAADH SHAW URE-BOND ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 210.51$ 31%144.38$ CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 208.37$ 31%144.38$ CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES ADHESIVE - ENGINEERED HARDWOOD EA 49.27$ 34%32.33$ CAREM URETHANE ADHESIVE REMOVER ADHESIVE - ENGINEERED HARDWOOD QT 47.90$ 59%19.62$ 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) BROADLOOM 5A046 3SQUARE ULTRALOC® BROADLOOM CARPET SY 31.87$ 60728 ACCOMPLISH CLASSICBAC® BROADLOOM CARPET SY 18.68$ 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.07$ 5A253 ACCORD CLASSICBAC® BROADLOOM CARPET SY 10.95$ 60283 AMBITION II CLASSICBAC® BROADLOOM CARPET SY 5.66$ 5A240 AMBITION III 20 CLASSICBAC® BROADLOOM CARPET SY 7.84$ 5A241 AMBITION III 26 CLASSICBAC® BROADLOOM CARPET SY 9.50$ 5A252 AMEND CLASSICBAC® BROADLOOM CARPET SY 10.95$ 5A176 AMPLIFY ULTRALOC® BROADLOOM CARPET SY 23.21$ 5A208 ARTISAN LOOM ULTRALOC® BROADLOOM CARPET SY 44.76$ 60759 ASPIRE CLASSICBAC® BROADLOOM CARPET SY 20.71$ 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.19$ 60563 ASSOCIATE ULTRALOC® BROADLOOM CARPET SY 14.44$ 732V5 AT EASE 39 SOFTBAC BROADLOOM CARPET SY 24.31$ 732W6 AT EASE 49 SOFTBAC BROADLOOM CARPET SY 28.38$ 5A219 BASE METAL WOVEN UNITARY BROADLOOM CARPET SY 84.36$ 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.39$ 60785 BATIK ULTRALOC® BROADLOOM CARPET SY 36.48$ 5B094 BELLCOURT CLASSICBAC® BROADLOOM CARPET SY 31.51$ 5A243 BEYOND ULTRALOC® BROADLOOM CARPET SY 38.64$ 5A235 BIRCH CLASSICBAC® BROADLOOM CARPET SY 15.58$ 5A125 BLOG CLASSICBAC® BROADLOOM CARPET SY 18.76$ 5A126 BLOG ULTRLOC® BROADLOOM CARPET SY 17.90$ 5A130 BLOOM PLUSH ULTRALOC® BROADLOOM CARPET SY 62.78$ 60746 BON JOUR II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 33.15$ 5A236 BOTAN ULTRALOC® BROADLOOM CARPET SY 24.70$ 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.00$ 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.17$ 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 22.06$ 5A211 CHOK LOOM ULTRALOC® BROADLOOM CARPET SY 44.76$ 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.18$ 7P352 COLONEL CLASSICBAC® BROADLOOM CARPET SY 9.47$ 60550 CONSTELLATION ULTRLOC® BROADLOOM CARPET SY 20.84$ 5A213 CONTE' ULTRALOC® BROADLOOM CARPET SY 24.62$ 5A186 CONTOUR CLASSICBAC® BROADLOOM CARPET SY 16.09$ 5A091 CORDED ULTRALOC® BROADLOOM CARPET SY 22.32$ 5A178 CORE ULTRALOC® BROADLOOM CARPET SY 26.37$ 5B093 CRANFORD CLASSICBAC® BROADLOOM CARPET SY 31.51$ 5A092 CROSS STITCH ULTRALOC® BROADLOOM CARPET SY 22.59$ 5A048 CROWN COLONY III ULTRALOC® BROADLOOM CARPET SY 40.88$ 50912 CULTURE CLASSICBAC® BROADLOOM CARPET SY 16.32$ 5A032 DESIGN SERIES V 30 CLASSICBAC® BROADLOOM CARPET SY 16.35$ 5A033 DESIGN SERIES V 36 CLASSICBAC® BROADLOOM CARPET SY 20.11$ 5A184 DIMENSION ULTRALOC® BROADLOOM CARPET SY 19.72$ 5A065 DIVIDE CLASSICBAC® BROADLOOM CARPET SY 17.44$ 5A093 DOUBLE KNIT ULTRALOC® BROADLOOM CARPET SY 26.42$ 5A164 ECLECTIC CLASSICBAC® BROADLOOM CARPET SY 15.29$ 5A067 EDIT CLASSICBAC® BROADLOOM CARPET SY 17.79$ 5A228 EDITION ULTRALOC® BROADLOOM CARPET SY 39.79$ 5A192 EFFECT ULTRALOC® BROADLOOM CARPET SY 24.87$ 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.13$ 5A066 EQUAL CLASSICBAC® BROADLOOM CARPET SY 17.93$ 5A214 ERASE ULTRALOC® BROADLOOM CARPET SY 24.62$ 5A242 ESCAPE ULTRALOC® BROADLOOM CARPET SY 24.00$ 60754 ESSENCE ULTRALOC® BROADLOOM CARPET SY 31.99$ 5A188 ESSENTIAL CLASSICBAC® BROADLOOM CARPET SY 13.75$ 50913 EVOLUTION CLASSICBAC® BROADLOOM CARPET SY 16.59$ 60752 EXPRESSIVE ULTRALOC® BROADLOOM CARPET SY 31.99$ 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.87$ 5A221 FAULT ULTRALOC® BROADLOOM CARPET SY 74.60$ 5A161 FIBER ECOWORX® BROADLOOM BROADLOOM CARPET SY 34.12$ 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.78$ 60497 FIELD TRIP ULTRLOC® BROADLOOM CARPET SY 18.53$ 5A175 FLARE CLASSICBAC® BROADLOOM CARPET SY 17.07$ 5A174 FLICKER CLASSICBAC® BROADLOOM CARPET SY 16.76$ 5A129 FLOAT PLUSH ULTRALOC® BROADLOOM CARPET SY 62.58$ 5A038 FOSSIL CLASSICBAC® BROADLOOM CARPET SY 14.93$ 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.75$ 5A020 GLOW ULTRALOC® BROADLOOM CARPET SY 29.64$ 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 35.98$ 5A153 GRADIENT CLASSICBAC® BROADLOOM CARPET SY 18.62$ 7R824 GROUND FORCE CLASSICBAC® BROADLOOM CARPET SY 14.95$ 5A190 GROUNDED ULTRALOC® BROADLOOM CARPET SY 31.48$ 5A090 GROUNDWORKS III ULTRALOC® BROADLOOM CARPET SY 32.65$ 5A234 GROVE CLASSICBAC® BROADLOOM CARPET SY 15.58$ 5A237 HANA ULTRALOC® BROADLOOM CARPET SY 24.80$ 60127 HARBOR CLASSICBAC® BROADLOOM CARPET SY 11.45$ 5B101 HERRINGBONE CLASSICBAC® BROADLOOM CARPET SY 16.94$ 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.67$ 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.25$ 60504 HIT THE BOOKS ULTRLOC® BROADLOOM CARPET SY 19.36$ 60114 HOMESTEAD CLASSICBAC® BROADLOOM CARPET SY 10.15$ Effective: 8/7/2019 - 8/31/2020 Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.45$ 60786 IKAT ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A177 ILLUMINATE ULTRALOC® BROADLOOM CARPET SY 23.36$ 60774 IMAGERY CLASSICBAC® BROADLOOM CARPET SY 18.04$ 5A229 INHERIT ULTRALOC® BROADLOOM CARPET SY 39.79$ 5A193 INLAY ULTRALOC® BROADLOOM CARPET SY 24.87$ 60589 INTERPLAY ULTRLOC® BROADLOOM CARPET SY 15.41$ 60777 INTUITION ULTRALOC® MB BROADLOOM CARPET SY 26.64$ 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.84$ 5B092 KENNEBUNK CLASSICBAC® BROADLOOM CARPET SY 31.51$ 5A238 KUSA ULTRALOC® BROADLOOM CARPET SY 23.84$ 5A159 LANA ECOWORX® BROADLOOM BROADLOOM CARPET SY 43.53$ 5A183 LAYER ULTRALOC® BROADLOOM CARPET SY 19.68$ 60787 LINEN ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A140 MAINFRAME ULTRALOC® BROADLOOM CARPET SY 24.71$ 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.60$ 5A165 MELD CLASSICBAC® BROADLOOM CARPET SY 15.59$ 5A254 MEMOIRS CLASSICBAC® BROADLOOM CARPET SY 11.65$ 5A204 MODIFY CLASSICBAC® BROADLOOM CARPET SY 16.56$ 60602 MOMENTUM IV UNITARY BROADLOOM CARPET SY 15.27$ 5A218 MONOLITH WOVEN UNITARY BROADLOOM CARPET SY 86.20$ 5B091 MORITZ CLASSICBAC® BROADLOOM CARPET SY 31.51$ 50875 MOVEMENT ULTRALOC® BROADLOOM CARPET SY 21.11$ 5A179 NATURAL SELECTION ULTRALOC® BROADLOOM CARPET SY 57.01$ 5A141 NAVIGATE ULTRALOC® BROADLOOM CARPET SY 25.20$ 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.13$ 5A187 OUTLINE CLASSICBAC® BROADLOOM CARPET SY 16.09$ 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.69$ 5A025 PETO II CLASSICBAC® BROADLOOM CARPET SY 16.44$ 5B110 PLEAT CLASSICBAC® BROADLOOM CARPET SY 16.66$ 5A068 POTENTIAL III 26 CLASSICBAC® BROADLOOM CARPET SY 13.77$ 60587 POTENTIAL III 26 UNITARY BROADLOOM CARPET SY 15.21$ 5A069 POTENTIAL III 28 CLASSICBAC® BROADLOOM CARPET SY 14.69$ 60588 POTENTIAL III 28 UNITARY BROADLOOM CARPET SY 16.04$ 5A189 PRIME CLASSICBAC® BROADLOOM CARPET SY 13.75$ 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.06$ 60730 PROSPER CLASSICBAC® BROADLOOM CARPET SY 20.05$ 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.37$ 60784 QUEST ULTRALOC® MB BROADLOOM CARPET SY 26.64$ 5B118 REFUGE ULTRALOC® BROADLOOM CARPET SY 15.73$ 5A256 REIMAGINE CLASSICBAC® BROADLOOM CARPET SY 14.58$ 5A248 REMINISCE ULTRALOC® BROADLOOM CARPET SY 16.05$ 60192 RESIDENCE INN I CLASSICBAC® BROADLOOM CARPET SY 20.58$ 60194 RESIDENCE INN II CLASSICBAC® BROADLOOM CARPET SY 24.14$ 60195 RESIDENCE INN III CLASSICBAC® BROADLOOM CARPET SY 28.26$ 5B119 RETREAT ULTRALOC® BROADLOOM CARPET SY 15.78$ 5A255 SCENERY CLASSICBAC® BROADLOOM CARPET SY 13.12$ 50521 SCEPTER II CLASSICBAC® BROADLOOM CARPET SY 27.25$ 60514 SCHOLAR II UNITARY BROADLOOM CARPET SY 17.74$ 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.13$ 5A215 SCRIBE CLASSICBAC® BROADLOOM CARPET SY 16.91$ 60775 SENTIMENT CLASSICBAC® BROADLOOM CARPET SY 16.56$ 5A127 SHADOW PLUSH ULTRALOC® BROADLOOM CARPET SY 62.59$ 5A017 SHIMMER ULTRALOC® BROADLOOM CARPET SY 21.58$ 5A198 SLIDE ULTRALOC® BROADLOOM CARPET SY 64.65$ 5A137 SOLID CLASSICBAC® BROADLOOM CARPET SY 24.96$ 60783 SOPHISTICATION ULTRALOC® MB BROADLOOM CARPET SY 26.64$ 50911 SPACE CLASSICBAC® BROADLOOM CARPET SY 16.62$ 5B102 SQUARES CLASSICBAC® BROADLOOM CARPET SY 17.18$ 5A257 STATEMENT CLASSICBAC® BROADLOOM CARPET SY 16.04$ 5A247 STAY ULTRALOC® BROADLOOM CARPET SY 15.63$ 5A220 STRATA ULTRALOC® BROADLOOM CARPET SY 74.60$ 5B103 STRIPES CLASSICBAC® BROADLOOM CARPET SY 16.81$ 5A216 STYLUS CLASSICBAC® BROADLOOM CARPET SY 16.91$ 5A233 SUMMIT CLASSICBAC® BROADLOOM CARPET SY 15.58$ 5A128 SWIRL PLUSH ULTRALOC® BROADLOOM CARPET SY 62.55$ 5A205 SWITCH CLASSICBAC® BROADLOOM CARPET SY 16.56$ 5B111 TAPER CLASSICBAC® BROADLOOM CARPET SY 16.66$ 60788 TAPESTRY ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A037 TERRA CLASSICBAC® BROADLOOM CARPET SY 15.10$ 5A123 TEXT CLASSICBAC® BROADLOOM CARPET SY 18.63$ 5A124 TEXT ULTRLOC® BROADLOOM CARPET SY 19.45$ 5A249 TEXTILE ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A180 TIMBER ULTRALOC® BROADLOOM CARPET SY 31.05$ 5A151 TINT CLASSICBAC® BROADLOOM CARPET SY 17.68$ 5A152 TONE CLASSICBAC® BROADLOOM CARPET SY 17.19$ 60773 TOWN RESORT CLASSICBAC® BROADLOOM CARPET SY 13.17$ 5A203 TRANSFER CLASSICBAC® BROADLOOM CARPET SY 16.56$ 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.05$ 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 35.27$ 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.05$ 60117 UPSCALE CLASSICBAC® BROADLOOM CARPET SY 11.45$ 50515 UTOPIAN ULTRALOC® BROADLOOM CARPET SY 32.25$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.64$ 60185 VILLA CLASSICBAC® BROADLOOM CARPET SY 20.05$ 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.64$ 60745 WELCOME II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 33.15$ 60751 WHISPER WALLCOVERING SBR LATEX WALLCOVERING SY 21.90$ 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.41$ TILE 5T003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 59145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 43.98$ 5T107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 39.60$ 59567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 54.87$ 5T202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 59384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 41.86$ 5T015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 5T135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 54.71$ 5T006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 32.74$ 59327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 28.86$ 5T126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 32.82$ 5T294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 61.34$ 5T064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 59340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 32.34$ 5T198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 5T159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 5T121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 23.28$ 5T261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 22.53$ 5T057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 59.68$ 5T218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 51.18$ 5T043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 5T025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 36.28$ 59572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 37.68$ 59357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 35.00$ 59596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 40.51$ 59411 BON JOUR ECOWORX® TILE MODULAR CARPET TILE SY 36.76$ 5T032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ 5T192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 38.77$ 59529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 34.49$ 59113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 30.65$ 59554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 30.99$ 59579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 27.98$ 5T176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 25.69$ 5T124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 24.50$ 59494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 41.78$ 5T232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 25.62$ 59561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 32.68$ 5T281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 5T100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 64.65$ 59583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 38.70$ 5T175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 25.69$ 59537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 37.81$ 59564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 27.84$ 5T096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 61.34$ 5T112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 5T081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 59358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 34.24$ 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 59595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 41.27$ 59342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 29.49$ 59326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 34.01$ 5T104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 32.00$ 5T160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 5T269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 30.79$ 5T103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 32.00$ 59491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 40.45$ 5T140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 56.36$ 5T241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 59390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 41.73$ 5T211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 43.70$ 5T242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T233 DIFFUSE 24" X 24" ECOLOGIX® MODULAR CARPET TILE SY 25.49$ 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES MODULAR CARPET TILE SY 28.58$ 59575 DIFFUSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 27.48$ 5T185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 26.03$ 5T071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 5T217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 37.15$ 59576 DISPERSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 27.46$ 5T184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 26.03$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 59566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 51.60$ 5T127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 22.75$ 5T142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 5T108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ 5T041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 58.02$ 59338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 43.56$ 5T040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 28.07$ 59573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 35.17$ 59343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 34.75$ 5T187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 28.15$ 5T033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ 59337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 42.50$ 5T268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 30.79$ 5T059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 5T219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 51.18$ 5T143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 5T151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 41.03$ 59597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 40.37$ 5T235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 48.98$ 5T199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 5T079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 30.38$ 5T074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 38.96$ 5T113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 59455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 32.94$ 5T060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 44.76$ 5T062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 44.76$ 5T136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 54.71$ 5T169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 5T038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 59562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 27.28$ 59329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 28.86$ 5T128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 59360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 37.81$ 59534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 29.16$ 5T200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 59479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 39.42$ 5T193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 38.77$ 5T037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 5T236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 48.98$ 59115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 43.99$ 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 59580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 27.95$ 5T065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 48.98$ 5T049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ 5T188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 28.49$ 5T257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 5T258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 5T259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 5T260 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 59592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 37.02$ 5T010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 27.54$ 59339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.98$ 5T208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ 5T085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ 59558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 5T280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 5T016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 5T046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 59359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 34.83$ 5T099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 59.68$ 59492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 41.52$ 5T194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 37.25$ 59106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 30.70$ 5T055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 51.39$ 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 51.39$ 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 5T144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 59105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 30.70$ 59362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 38.66$ 5T130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 64.65$ 5T263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 22.92$ 59167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 38.66$ 5T044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 5T014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 5T075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 38.96$ 59164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 38.76$ 59466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 35.07$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 59502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 27.57$ 5T238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ 5T073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 38.96$ 5T296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 59598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 40.40$ 5T034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 41.27$ 5T083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ 5T201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 59369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 29.99$ 59371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 33.89$ 5T098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 61.34$ 5T054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 41.27$ 5T206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 21.85$ 59525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 39.69$ 5T213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 48.22$ 5T123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 91.18$ 59463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 35.07$ 5T209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ 5T017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 59361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 39.25$ 5T078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 29.56$ 5T139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 56.36$ 5T152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 41.03$ 5T141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 59387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 30.93$ 5T091 REST ECOWORX® TILE MODULAR CARPET TILE SY 39.60$ 5T168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 43.10$ 5T165 RETHREAD ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 59363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 36.65$ 5T105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 32.00$ 5T109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 29.55$ 5T007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 32.74$ 5T183 SCULPT LOOP ECOWORX® TILE MODULAR CARPET TILE SY 32.72$ 5T172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 37.15$ 5T196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 36.28$ 5T070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 5T240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ 59328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 28.87$ 59550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 35.40$ 5T210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ 59591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 37.04$ 5T174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 59584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 39.94$ 5T244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 21.85$ 5T084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ 5T051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ 5T214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 48.22$ 5T116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 59224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 35.07$ 59530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 34.54$ 5T297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 30.79$ 5T125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 24.50$ 5T018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 28.01$ 5T022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 28.01$ 5T279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 59587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 45.07$ 59585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 45.68$ 5T186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 28.15$ 5T156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 28.18$ 5T005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 32.82$ 5T204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 5T197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 36.28$ 59563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 27.69$ 59368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 36.61$ 5T205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 5T150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 41.03$ 5T157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 26.78$ 5T090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 39.60$ 5T110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 5T036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 27.54$ 59594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 37.04$ 59114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 43.98$ 5T001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 33.40$ 5T002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 33.29$ 5T039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 33.85$ 5T031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 43.84$ 5T158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ RESILIENT 0718V ARTESIAN SHEET RESILIENT SY 9.68$ 0301V BASSTONES SHEET RESILIENT SY 39.36$ 001VS BIO LIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ 270VS BIO-BASED WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 104.59$ 0001V BIOLIFE ™ SHEET RESILIENT SY 38.84$ 0565V BRUSH 12 MIL MODULAR RESILIENT SF 1.99$ 0552V BRUSH 20 MIL MODULAR RESILIENT SF 3.65$ 0656V BRUSH 8 MIL MODULAR RESILIENT SF 1.63$ 0513V CHANGE SHEET RESILIENT ROLL 39.02$ 022VS CHORDINATES WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)60.84$ 0512V CONSTANT SHEET RESILIENT SY 39.76$ 0927V COVE MODULAR RESILIENT SF 4.00$ 0203V CRETE MODULAR RESILIENT SF 3.79$ 0922V CUT MODULAR RESILIENT SF 3.73$ 0009V DECO ADVANTAGE STONE MODULAR RESILIENT SF 3.84$ 0618V EMERGE MODULAR RESILIENT SF 3.69$ 0364V GRAIN MODULAR RESILIENT SF 4.74$ 0502V GRAIN - DIRECT GLUE MODULAR RESILIENT SF 3.43$ 071VS HUSH II UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)329.56$ 0896V IN TANDEM PLANK MODULAR RESILIENT SF 5.97$ 0897V IN TANDEM SHEET SHEET RESILIENT SY 47.78$ 0926V INLET MODULAR RESILIENT SF 4.00$ 0895V INNATE TILE MODULAR RESILIENT SF 5.97$ 0884V INSPIRE LVT MODULAR RESILIENT SF 3.47$ 0514V INTERVAL MODULAR RESILIENT SF 3.63$ 0692V INTRICATE MODULAR RESILIENT SF 3.69$ 0215V JEOGORI MODULAR RESILIENT SF 3.79$ 0993V JOY SQUARED MODULAR RESILIENT SF 3.27$ 0551V LEVEL HEXAGON MODULAR RESILIENT SF 6.90$ 0567V LINE 12 MIL MODULAR RESILIENT SF 2.06$ 0554V LINE 20 MIL MODULAR RESILIENT SF 3.87$ 0116V NATIVE ORIGINS MODULAR RESILIENT SF 2.27$ 0002V NATURELIFE SHEET RESILIENT SY 37.60$ 002VS NATURELIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ 0365V PIGMENT MODULAR RESILIENT SF 4.74$ 0503V PIGMENT - DIRECT GLUE MODULAR RESILIENT SF 3.43$ 0566V PLASTER 12 MIL MODULAR RESILIENT SF 2.06$ 0553V PLASTER 20 MIL MODULAR RESILIENT SF 3.65$ 0186V QUIET COVER-W IN*STEP MODULAR RESILIENT SF 4.71$ 0797V REED SHEET RESILIENT SY 33.57$ 0733V RETHINK MODULAR RESILIENT SF 6.77$ 0003V REXCOURT 4.5 MM SHEET RESILIENT SY 41.13$ 0004V REXCOURT 6.5 MM SHEET RESILIENT SY 47.41$ 0005V REXCOURT 8.0 MM SHEET RESILIENT SY 60.78$ 021VS REXCOURT WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ 0798V ROJI SHEET RESILIENT SY 33.57$ 0945V SHEAR MODULAR RESILIENT SF 3.81$ 0709V SHIFT MODULAR RESILIENT SF 6.27$ 0648V SOLITUDE MODULAR RESILIENT SF 4.32$ 0012V STATIC PULSE SUMMIT SERIES - SSV-01 STATIC SMART TILE SF 5.69$ 0516V STRAND MODULAR RESILIENT SF 3.76$ 0515V SURFACE MODULAR RESILIENT SF 3.76$ 0796V TATAMI SHEET RESILIENT SY 33.57$ 353VS TERASU WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 55.31$ 0517V TERRAIN 12MIL MODULAR RESILIENT SF 2.06$ 0564V TERRAIN 20MIL MODULAR RESILIENT SF 3.76$ 0655V TERRAIN 8 MIL MODULAR RESILIENT SF 1.63$ 0453V TERRAIN II 12 MIL MODULAR RESILIENT SF 2.07$ 0454V TERRAIN II 20MIL MODULAR RESILIENT SF 3.17$ 0892V TERRAIN II 30 MIL MODULAR RESILIENT SF 3.82$ SCUN2 TERRAIN II OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCQT2 TERRAIN II QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCSN2 TERRAIN II STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 46.81$ SCUN1 TERRAIN OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCQT1 TERRAIN QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCSN1 TERRAIN STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 46.81$ 0710V TILT MODULAR RESILIENT SF 6.18$ 0187V UNCOMMON GROUND 4" MODULAR RESILIENT SF 3.79$ 0188V UNCOMMON GROUND 6" MODULAR RESILIENT SF 3.79$ 0601V UNVEIL MODULAR RESILIENT SF 4.32$ 0873V VITALITY SHEET RESILIENT SY 32.96$ 236VS VITALITY WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 55.31$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 STATIC SMART 013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 4 GAL ADHESIVE - STATIC SMART TILE PAIL 398.68$ 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 1 GAL ADHESIVE - STATIC SMART TILE PAIL 104.54$ 5T019 COLLABORATORS MODULAR CARPET TILE SY 28.01$ 42CV8 COLONIAL STATIC SMART TILE SY 58.86$ N5003 COMPURELEASE STATIC SMART TILE PAIL 352.61$ N5002 COMPURELEASE STATIC SMART TILE PAIL 95.68$ N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS ADHESIVE - STATIC SMART TILE EA 10.61$ 5T018 DAILY PLANNER MODULAR CARPET TILE SY 28.01$ 429RD DISCOVERY ECO STATIC SMART TILE SY 57.16$ N5005 GROUNDING KIT FOR ACCESS FLOORING ADHESIVE - STATIC SMART TILE EA 14.16$ 4029D LAN 4.0 STATIC SMART TILE SY 71.69$ 42CV8 LAN 4.1 STATIC SMART TILE SY 58.86$ 42GDY LANDMARK SERIES STATIC SMART TILE SY 39.49$ 4298R PRESIDENTIAL STATIC SMART TILE SY 58.48$ 0012V SUMMIT SERIES STATIC SMART TILE SF 5.69$ 5T040 WORKSPACE MODULAR CARPET TILE SY 28.07$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 53.09$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 66.77$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 46.97$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 68.63$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800) ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 68.63$ 336VS 4" METALLIC WALL BASE ROLL ACCESSORIES - WALL BASE ROLL 136.75$ 179PE 4"W X 120'L TOELESS WALL BASE ROLL ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS) ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS) ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS) ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000) ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 15.26$ UV856 4100 - RESILIENT 1 GALLON ADHESIVE ADHESIVE - RESILIENT 1 GAL PAIL 61.79$ UVS12 4100 - RESILIENT 4 GALLON ADHESIVE ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS) ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS) ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - RESILIENT EA 230.14$ 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - MODULAR CARPET TILE EA 230.14$ F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - BROADLOOM CARPET EA 230.14$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000) ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 108.37$ H5001 5001 - TILE STANDARD ADHESIVE ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 31.24$ N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 1 GAL PAIL 95.68$ N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 4 GAL PAIL 352.61$ N5004 5004 - STATIC DISSIPATIVE HARDWARE ADHESIVE - STATIC SMART TILE EA 10.61$ N5005 5005 - STATIC DISSIPATIVE COPPER STRIP ADHESIVE - STATIC SMART TILE EA 14.16$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036) ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 120.77$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100) ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 105.71$ 303VS 6" DETAIL PROFILE ACCESSORIES - WALL BASE BOX (6/BOX)219.04$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 125.60$ G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U) ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 127.02$ J7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 121.37$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300) ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE 9.09$ H9000 9000 - BARRIER COAT ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ H900U 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 272.67$ G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050) ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU) ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 80.12$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS) ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET)(BROADLOOM AVSTR) ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 459.93 AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU) ADHESIVE - MODULAR CARPET TILE ROLL 459.93$ 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)94.44$ LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE ADHESIVE - MODULAR CARPET TILE EA 230.24$ 302VS COLLECTIVE TIME WELD ROD ACCESSORIES - WELD ROD ROLL 54.41$ 016VS COPPER GROUND STRIPS - 4709CS ACCESSORIES - STATIC SMART TILE EA 6.12$ 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS) ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ CU024 CUSHIONWORX 2MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY) ROLL 290.10$ CU034 CUSHIONWORX 3MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY) ROLL 525.55$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 69.12$ 087VS GROUNDWORKS UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)90.68$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR) ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)460.48$ LOKDA LOKDOTS APPLICATOR (TILE 00LDA) ADHESIVE - MODULAR CARPET TILE EA 92.10$ LWRX0 LOKWORX BOX ADHESIVE - MODULAR CARPET TILE 1 229.10$ 100CA MM800 ADHESIVE - RESILIENT 4 GALLON PAIL 110.24$ 9125H MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 949.91$ 9125J MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 949.91$ 9125N MOISTURETEK MOISTURE VAPOR BARRIER 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 949.91$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 348VS MULTI PR RD LVT ADHESIVE - RESILIENT BOX (5/BOX)42.10$ 8U124 PINLESS METAL TRACK (RESILIENT 142VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)76.96$ 350VS QUARTER ROUND LVT ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)21.06$ 151VS QUARTER ROUND PROFILE ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)155.46$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)102.03$ 015VS RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)24.35$ 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS) ADHESIVE - RESILIENT CAN 42.41$ 109VS SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ 027VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 55.49$ 028VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT ROLL 1 GAL PAIL 55.49$ 304VS SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GAL PAIL 139.68$ 066VS SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)71.13$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)82.78$ 48 SPORT INSTALLATION KIT ADHESIVE - BROADLOOM EA 995.28$ 347VS STAIRNOSE LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)51.82$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)90.36$ 349VS T-MOLDING LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)42.10$ VS176 TRANSITION TAPE (RESILIENT 165VS) ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)12.56$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,993.12$ 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 1,045.29$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS) ADHESIVE - ENGINEERED HARDWOOD ROLL 82.89$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS) ADHESIVE - ENGINEERED HARDWOOD ROLL 102.84$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS) ADHESIVE - ENGINEERED HARDWOOD ROLL 99.77$ VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS) ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 34.01$ US Floors Products 02W74 BABY THRESHOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 01W00 BABY THRESHOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01A02 BABY THRESHOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W02 BABY THRESHOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W06 BABY THRESHOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V18 BABY THRESHOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W14 BABY THRESHOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V13 BABY THRESHOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W08 BABY THRESHOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W04 BABY THRESHOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 203UV CAMARET ENGINEERED HARDWOOD SF 8.66$ 200UV CITADEL BASTION ENGINEERED HARDWOOD SF 9.39$ 201UV CITADEL FORTRESS ENGINEERED HARDWOOD SF 9.39$ 098UV COMPOSED MODULAR RESILIENT - CORETEC SF 4.15$ 094UV CONCRETE MODULAR RESILIENT - CORETEC SF 4.15$ 02W01 FLUSH STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W06 FLUSH STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W16 FLUSH STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W13 FLUSH STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W12 FLUSH STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W04 FLUSH STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 02W65 GU35 WOOD & BAMBOO ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 160.50$ 206UV MIDTOWN REVIVAL HANDSCRAPED ENGINEERED HARDWOOD SF 7.50$ 205UV MIDTOWN REVIVAL SMOOTH ENGINEERED HARDWOOD SF 7.50$ 204UV PALISADES ENGINEERED HARDWOOD SF 15.68$ 03W07 QUARTER ROUND CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 01W22 QUARTER ROUND CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W25 QUARTER ROUND CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 01W27 QUARTER ROUND CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W31 QUARTER ROUND CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V45 QUARTER ROUND CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W40 QUARTER ROUND CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V39 QUARTER ROUND CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W33 QUARTER ROUND CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W29 QUARTER ROUND CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 03W38 REDUCER CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 01W48 REDUCER CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W50 REDUCER CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W54 REDUCER CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W56 REDUCER CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V69 REDUCER CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W65 REDUCER CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V64 REDUCER CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W58 REDUCER CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X54 REDUCER CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X70 REDUCER XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 03W73 STAIR CAP CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 76.53$ 01W72 STAIR NOSE CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W74 STAIR NOSE CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W78 STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W80 STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01V94 STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W90 STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01V89 STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W82 STAIR NOSE CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01X78 STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 032UV STRATUM 1200 MODULAR RESILIENT - CORETEC SF 4.15$ 033UV STRATUM 1800 MODULAR RESILIENT - CORETEC SF 4.15$ 023UV STRATUM 500 - 50050DLV500 MODULAR RESILIENT - CORETEC SF 4.15$ 024UV STRATUM 700 - 70050DLV700 MODULAR RESILIENT - CORETEC SF 4.15$ 058UV STRATUM DEFINED - 50DLV3001 MODULAR RESILIENT - CORETEC SF 4.38$ 053UV STRATUM EIRIS MODULAR RESILIENT - CORETEC SF 5.10$ 055UV STRATUM LINEAR MODULAR RESILIENT - CORETEC SF 4.52$ 022UV STRATUM VORTEX MODULAR RESILIENT - CORETEC SF 3.60$ 034UV STRATUM XL MODULAR RESILIENT - CORETEC SF 5.01$ 04W19 T-MOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 02W20 T-MOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W22 T-MOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W24 T-MOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W28 T-MOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W61 T-MOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W57 T-MOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 02V56 T-MOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W30 T-MOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W26 T-MOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02X62 T-MOLD XRC - CONCRETE & COMPOSED ACCESSORIES - TRIMS/TRANSITIONS EA 39.38$ Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT ENGINEERED HARDWOOD SF 6.71$ CA362 AUTHENTICITY ENGINEERED HARDWOOD SF 5.33$ CA350 BESPOKE ENGINEERED HARDWOOD SF 7.84$ CRH12 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 26.46$ CFR18 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 55.82$ CRW38 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 67.77$ CSH12 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 70.55$ CSW38 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 79.73$ CSD58 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 72.96$ CA364 HANDCRAFTED ENGINEERED HARDWOOD SF 8.90$ CA361 KINSHIP ENGINEERED HARDWOOD SF 6.35$ CA334 MARIPOSA 5" ENGINEERED HARDWOOD SF 4.48$ CA286 NORTHBOROUGH HICKORY ENGINEERED HARDWOOD SF 9.75$ CORH2 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ CORW8 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ COSH2 OVERLAP STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 103.66$ CATMW T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 53.82$ CATMH T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 60.19$ CCH12 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 69.77$ CTDH5 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 63.84$ Shaw Commercial Laminate LCSLT COLOR SEALANT LAMINATE - ACCESSORIES EA 9.65$ LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD) LAMINATE - ACCESSORIES EA 8.52$ LC012 HEMISPHERE NEW LAMINATE SF 3.73$ LC016 HERITAGE NEW LAMINATE SF 4.25$ LCTRK MOLDING TRACK LAMINATE - ACCESSORIES EA 9.30$ LCMPR MULTI PURPOSE REDUCER LAMINATE - ACCESSORIES EA 24.68$ LCQTR QUARTER ROUND LAMINATE - ACCESSORIES EA 11.02$ LC245 REGIMENT II NEW LAMINATE SF 2.72$ 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LAMINATE - ACCESSORIES ROLL 29.30$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LAMINATE - ACCESSORIES ROLL 65.34$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LAMINATE - ACCESSORIES ROLL 65.34$ LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.) LAMINATE - ACCESSORIES ROLL 529.44$ LCSTR STAIRNOSE LAMINATE - ACCESSORIES EA 29.81$ LCTMD T- MOLDING LAMINATE - ACCESSORIES EA 24.68$ LCTM1 T- MOLDING LAMINATE - ACCESSORIES EA 23.28$ Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 126.63$ CA884 SHAW 35 MC ADHESIVE - ENGINEERED HARDWOOD EA 206.19$ CATGA SHAW TONGUE AND GROOVE ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 9.13$ CAADH SHAW URE-BOND ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES ADHESIVE - ENGINEERED HARDWOOD EA 42.96$ CAREM URETHANE ADHESIVE REMOVER ADHESIVE - ENGINEERED HARDWOOD QT 26.08$ *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. *Canadian pricing are material only - Labor rate are not applicable in Canada * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price BROADLOOMI0347 ABODE CLASSICBAC®BROADLOOM CARPET SY 15.75$ 35%10.16$ I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.21$ 31%18.71$ I0246 APPROACH CLASSICBAC®BROADLOOM CARPET SY 18.09$ 32%12.28$ I0497 ARAGON ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ I0498 BASQUE ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ I0104 BEST FOOT FORWARD ULTRALOC®BROADLOOM CARPET SY 22.78$ 41%13.39$ I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.70$ 40%17.19$ I0164 BIG SPLASH! ULTRALOC®BROADLOOM CARPET SY 21.05$ 34%13.98$ I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ Z6432 BUY IN CLASSICBAC®BROADLOOM CARPET SY 17.20$ 31%11.82$ I0485 CAMBER ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ I0522 CANTILEVER ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ I0523 CENTERLINE ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ I0415 CIAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ I0132 CLOISONNE II ULTRALOC®BROADLOOM CARPET SY 47.63$ 42%27.49$ I0203 COLOR CHOICE ULTRALOC®BROADLOOM CARPET SY 40.23$ 63%14.89$ I0131 COLOR YOUR WORLD ULTRALOC®BROADLOOM CARPET SY 22.21$ 38%13.78$ I0440 COMMIT ULTRALOC®BROADLOOM CARPET SY 18.34$ 34%12.16$ I0439 DECIDE ULTRALOC®BROADLOOM CARPET SY 20.81$ 42%12.16$ I0037 DOUBLE EXPOSURE ULTRALOC®BROADLOOM CARPET SY 41.49$ 41%24.52$ I0528 ESTATE CLASSICBAC®BROADLOOM CARPET SY 19.26$ 46%10.43$ I0147 FAMOUS LAST WORDS II ULTRALOC®BROADLOOM CARPET SY 24.96$ 41%14.66$ I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ I0251 GAIT CLASSICBAC®BROADLOOM CARPET SY 15.08$ 21%11.86$ I0413 HALLO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ I0148 HEADLINES II ULTRALOC®BROADLOOM CARPET SY 24.92$ 41%14.66$ I0101 HOMEROOM II-26 ULTRALOC®BROADLOOM CARPET SY 18.36$ 32%12.44$ I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.01$ 40%14.99$ I0351 HOMEROOM V 3.0 ULTRALOC®BROADLOOM CARPET SY 18.27$ 37%11.60$ I0464 HOMESPUN CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ I0486 INTERCEPT ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ I0487 INTERVAL ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.89$ 42%20.15$ I0247 MANNER CLASSICBAC®BROADLOOM CARPET SY 18.08$ 30%12.68$ I0422 METALLIC ALCHEMY ECOWORX® TILE BROADLOOM CARPET SY 48.87$ 42%28.35$ I0527 MOTIF CLASSICBAC®BROADLOOM CARPET SY 16.29$ 44%9.06$ I0129 NIGHT MOVES ULTRALOC®BROADLOOM CARPET SY 25.52$ 46%13.87$ I0414 NIHAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ I0162 OPPORTUNITY KNOCKS CLASSICBAC®BROADLOOM CARPET SY 18.27$ 39%11.17$ Z6375 OPTIONS ULTRALOC®BROADLOOM CARPET SY 32.71$ 45%18.04$ I0250 PACE CLASSICBAC®BROADLOOM CARPET SY 15.09$ 27%11.06$ I0495 PALMA ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ Z6436 PAY OFF CLASSICBAC®BROADLOOM CARPET SY 17.69$ 32%11.98$ I0036 PERPETUAL MOTION ULTRALOC®BROADLOOM CARPET SY 40.17$ 42%23.45$ Z6376 PLATFORM ULTRALOC®BROADLOOM CARPET SY 35.94$ 41%21.16$ I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 57.35$ 41%33.68$ I0369 PUBLIC AFFAIRS CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ I0442 RESPITE CLASSICBAC®BROADLOOM CARPET SY 16.29$ 43%9.36$ I0202 SABRE ENCORE CLASSICBAC®BROADLOOM CARPET SY 26.51$ 43%15.13$ I0120 SCHOLASTIC II 26 CLASSICBAC®BROADLOOM CARPET SY 16.57$ 34%10.88$ I0121 SCHOLASTIC II 28 ULTRALOC®BROADLOOM CARPET SY 18.78$ 34%12.34$ I0368 SEAL THE DEAL CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ I0496 SEVILLE ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ I0367 SHAKE ON IT CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ I0068 SOCRATES II 26 ULTRALOC®BROADLOOM CARPET SY 18.37$ 33%12.25$ I0069 SOCRATES II 28 ULTRALOC®BROADLOOM CARPET SY 20.03$ 34%13.16$ Z6367 STANDOUT ULTRALOC®BROADLOOM CARPET SY 32.25$ 44%17.94$ I0249 STRIDE CLASSICBAC®BROADLOOM CARPET SY 15.12$ 30%10.52$ I0109 STRUT YOUR STUFF ULTRALOC®BROADLOOM CARPET SY 24.02$ 43%13.63$ I0441 SUCCEED ULTRALOC®BROADLOOM CARPET SY 19.57$ 38%12.16$ I0049 SWEET ULTRALOC®BROADLOOM CARPET SY 24.85$ 36%15.99$ I0248 TECHNIQUE CLASSICBAC®BROADLOOM CARPET SY 18.13$ 36%11.57$ I0443 TESTED CLASSICBAC®BROADLOOM CARPET SY 24.73$ 45%13.72$ Z6434 TRADE UP CLASSICBAC®BROADLOOM CARPET SY 17.22$ 33%11.48$ I0444 TRIED CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ I0445 TRUE CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ I0157 TWIST&SHOUT II ULTRALOC®BROADLOOM CARPET SY 24.93$ 41%14.66$ I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ I0200 WINDSWEPT ENCORE CLASSICBAC®BROADLOOM CARPET SY 19.05$ 35%12.30$ I0366 WORD OF MOUTH CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ I0124 WORK IT CLASSICBAC®BROADLOOM CARPET SY 17.95$ 33%12.10$ TILE I0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ I0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ I0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 43%23.70$ I0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ I0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ I0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 49%20.76$ I0357 AIRE ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ I0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 42%28.35$ I0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 38%31.19$ I0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ I0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ I0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ I0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ I0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ I0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 45.10$ 43%25.87$ Z6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 53.70$ 43%30.72$ I0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.28$ I0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.51$ I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.04$ 32%23.08$ I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ I0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 51.89$ 47%27.55$ I0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 58.60$ 39%35.55$ I0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ I0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.32$ 33%23.08$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 I0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ I0110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 37.36$ 39%22.60$ I0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.32$ I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ I0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 55.39$ 44%31.19$ I0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ I0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 48.73$ 46%26.23$ I0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 37.63$ 40%22.45$ I0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ I0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 37.35$ 40%22.45$ I0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ I0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ Z6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 42%23.68$ I0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.23$ I0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ I0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 30%20.93$ I0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ I0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ I0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 57.92$ 43%33.06$ I0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ I0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ I0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ I0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ I0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ Z6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 43%24.90$ I0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 29.95$ 28%21.56$ I0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ I0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ I0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ I0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ I0481 FUTURA ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.02$ I0482 FUTURA ECOLOGIX® ES MODULAR CARPET TILE SY 36.69$ 21%29.02$ I0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 38%18.65$ I0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ I0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ I0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 35.18$ 36%22.61$ I0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 40%28.07$ Z6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 45.31$ 44%25.43$ I0501 INSTINCT STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ Z6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 36.35$ 37%22.89$ I0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ I0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ I0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ Z6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 40.49$ 41%23.85$ Z6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 39.67$ 39%24.36$ I0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ I0460 LOGIC STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ I0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ Z6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.32$ I0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 27%21.63$ I0499 NATURAL FORM STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 46%13.70$ I0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 52.86$ 46%28.35$ I0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ I0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ I0483 ORBITAL ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.06$ I0484 ORBITAL ECOLOGIX® ES MODULAR CARPET TILE SY 36.78$ 18%30.07$ I0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 42%17.52$ I0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 65.44$ 38%40.66$ I0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ I0449 PIVOT POINT ECOWORX® TILE MODULAR CARPET TILE SY 38.57$ 40%23.08$ Z6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 53.83$ 44%29.95$ I0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ I0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 64.77$ 35%42.41$ I0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ I0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 45.03$ 43%25.59$ I0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ I0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ I0459 REASON STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ I0500 REBALANCE STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ I0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ I0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ I0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 37.27$ 47%19.85$ I0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ I0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 33.43$ 38%20.74$ I0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 58.14$ 41%34.02$ I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 41%29.63$ I0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ I0461 SKILL STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ I0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ I0126 SOCRATES II-26 ECOWORX® TILE MODULAR CARPET TILE SY 38.40$ 37%24.00$ I0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.55$ I0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.63$ Z6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 47.91$ 46%25.78$ Z6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 39.72$ 42%23.19$ I0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ I0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 30.25$ 29%21.55$ I0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ I0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 37.24$ 41%22.06$ I0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ I0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ I0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 38.68$ 40%23.08$ Z6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.24$ I0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ 40%19.13$ I0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 34%21.23$ I0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 40%24.95$ Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 37.91$ 37%23.70$ I0280 YIELD ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ RESILIENTI424V ADESA MODULAR RESILIENT SF 6.60$ 57%2.87$ I346V ADMIX 12" X 12"MODULAR RESILIENT SF 9.45$ 39%5.79$ I508V ADMIX 18" X 36"MODULAR RESILIENT SF 11.00$ 45%6.03$ I347V ADMIX 36" X 36"MODULAR RESILIENT SF 12.00$ 44%6.71$ I429V ADMIX ENCORE GLOSS MODULAR RESILIENT SF 11.00$ 49%5.66$ I452V ADMIX ENCORE MATTE MODULAR RESILIENT SF 11.00$ 49%5.66$ I450V ADMIX MATTE 12" X 12"MODULAR RESILIENT SF 11.00$ 46%5.94$ I451V ADMIX MATTE 36" X 36"MODULAR RESILIENT SF 12.00$ 47%6.37$ S167V ADMIX WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (500 LF)200.00$ 37%126.00$ I333V AGGREGATE MODULAR RESILIENT SF 4.20$ 39%2.56$ I318V ARBOR CREST MODULAR RESILIENT SF 5.67$ 46%3.05$ I208V BOUNCE BACK SHEET RESILIENT SY 54.73$ 39%33.50$ S126V BOUNCE BACK WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ S101V BROOKWOOD WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)74.20$ 44%41.60$ I319V BROOKWOOD+SHEET RESILIENT SY 46.35$ 42%27.10$ I313V CHARTED MODULAR RESILIENT SF 4.00$ 42%2.31$ I600V CLICK REFRESH MODULAR RESILIENT SF 6.74$ 51%3.33$ I426V CMYK SHEET RESILIENT SY 4.00$ 46%2.16$ I476V CREATIVE CODE MODULAR RESILIENT SF 4.00$ 46%2.17$ I440V CROSSOVER CLICK SHEET RESILIENT SY 6.42$ 50%3.21$ I439V CROSSOVER LOOSE LAY SHEET RESILIENT SY 5.00$ 45%2.77$ I334V DISSIPATE MODULAR RESILIENT SF 4.20$ 39%2.56$ I423V EMERY MODULAR RESILIENT SF 6.86$ 57%2.98$ I447V ENRICH PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ I448V ENRICH SHEET SHEET RESILIENT SY 64.00$ 45%35.45$ I500V FORGE AHEAD SHEET RESILIENT SY 50.42$ 46%27.44$ S122V GROUNDWORKS ACCESSORIES - SHEET RESILIENT ROLL (100 SF)75.00$ 9%68.24$ I200V HIGHLAND FOREST MODULAR RESILIENT SF 4.78$ 44%2.68$ I800V HIGHLAND FOREST 6"MODULAR RESILIENT SF 4.78$ 44%2.68$ I422V HOLISTIC SHEET SHEET RESILIENT SY 43.26$ 47%23.04$ S109V HUSH II ACCESSORIES - SHEET RESILIENT ROLL (280 SF)319.88$ 27%232.85$ I404V IVY WALK SHEET RESILIENT SY 45.32$ 46%24.51$ I311V LETTERPRESS MODULAR RESILIENT SF 4.00$ 42%2.31$ I446V MEANING MODULAR RESILIENT SF 8.00$ 47%4.22$ I315V METALLIX (FACET)MODULAR RESILIENT SF 8.40$ 43%4.82$ I314V METALLIX (RECTANGLE)MODULAR RESILIENT SF 8.40$ 43%4.82$ I337V METALLIX 9" X 36"MODULAR RESILIENT SF 8.40$ 44%4.72$ I478V MOLTEN MODULAR RESILIENT SF 6.00$ 52%2.91$ I463V MONOCHROME GLOSS MODULAR RESILIENT SF 5.00$ 45%2.75$ I462V MONOCHROME MATTE MODULAR RESILIENT SF 5.00$ 45%2.75$ I206V NORTH RIDGE 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ I207V NORTH RIDGE 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ I320V ORGANIC HUE SHEET RESILIENT SY 51.50$ 46%27.81$ I479V OXIDIZED MODULAR RESILIENT SF 6.00$ 52%2.91$ I417V REMOVE MODULAR RESILIENT SF 5.00$ 45%2.77$ I466V SPLITWOOD MODULAR RESILIENT SF 6.00$ 52%2.91$ I700V STRATIFIED MODULAR RESILIENT SF 4.63$ 42%2.68$ I322V STRATIFIED+ 12" X 24"MODULAR RESILIENT SF 5.00$ 48%2.61$ I321V STRATIFIED+ 6" X 24"MODULAR RESILIENT SF 5.00$ 45%2.76$ I464V SURFACE TONE MODULAR RESILIENT SF 5.00$ 45%2.75$ I323V TIMBER GROVE 12 MODULAR RESILIENT SF 3.30$ 56%1.46$ I325V TIMBER GROVE 20 MODULAR RESILIENT SF 5.50$ 52%2.66$ I342V TIMBER GROVE 8 MODULAR RESILIENT SF 2.09$ 45%1.16$ I420V TIMBER GROVE II MODULAR RESILIENT SF 3.30$ 56%1.46$ I421V TIMBER GROVE II 20 MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ I465V TIMBER GROVE II WPC 20 MODULAR RESILIENT SF 6.00$ 50%3.02$ I438V TIMBERGROVE II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ I312V TYPEFACE MODULAR RESILIENT SF 4.00$ 42%2.31$ I405V VININGS MODULAR RESILIENT SF 5.00$ 50%2.51$ I418V WITHDRAW MODULAR RESILIENT SF 5.00$ 45%2.77$ I316V WOOD PLANX MODULAR RESILIENT SF 8.40$ 43%4.82$ I336V WOOD PLANX 9" X 36"MODULAR RESILIENT SF 8.57$ 45%4.72$ I300V WOODLAND VIEW MODULAR RESILIENT SF 2.86$ 44%1.61$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 58.33$ 11%51.64$ S168V 4" X 120' TOELESS BASE RESILIENT ADHESIVE - RESILIENT ROLL 160.80$ 40%96.12$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D)ADHESIVE - BROADLOOM 4 GAL PAIL 13.04$ 12%11.48$ S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V)ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 48%41.75$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 214.94$ 19%173.18$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P)ADHESIVE - TILE 4 GAL PAIL 94.22$ 13%81.54$ 5001P 5001 - TILE STANDARD ADHESIVE TILE 1 GAL PAIL 26.73$ 12%23.50$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P)ADHESIVE - TILE 4 GAL PAIL 99.68$ 9%90.88$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P)ADHESIVE - TILE 1 GAL PAIL 94.22$ 16%79.54$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D)ADHESIVE - BROADLOOM 4 GAL PAIL 110.11$ 14%94.51$ G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU)ADHESIVE - TILE PAIL 110.11$ 13%95.58$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ 9000D 9000 - BARRIER COAT 2.5 GAL ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 11%210.87$ 900DU 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM PAIL 236.37$ 13%205.17$ G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U)ADHESIVE - TILE/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES)ADHESIVE - BROADLOOM ROLL (55.5 SY)409.08$ 15%346.08$ AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU)ADHESIVE - TILE ROLL 409.08$ 15%346.08$ 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE) RESILIENT EA $ 110.02 18% $ 90.61 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE) RESILIENT EA $ 85.42 18% $ 70.34 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE) RESILIENT EA $ 34.49 18% $ 28.41 118PM ADMIX 1 QUART GLOSS FINISH (RESALE) RESILIENT EA $ 28.75 18% $ 23.67 S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE) RESILIENT Box $ 24.26 18% $ 19.98 Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 S148V ANTI-SLIP TAPE HC SUNDRIES ROLL (82FT)369.23$ 32%252.00$ S200V BABY THRESHOLD EMERY RESILIENT EA 45.50$ 39%27.83$ S270V BIO-BASED WELD ROD RESILIENT Roll $ 135.00 45% $ 73.90 306VS CADBERRY 4"W X 120'L COVE BASE ROLL RESILIENT ROLL 160.80$ 39%97.97$ S158V CAPRAIL 1.75"RESILIENT BOX 132.30$ 12%116.42$ 2U983 CARPET REDUCER 5/16" (RESILIENT S137V)RESILIENT BOX (3/BOX)117.00$ 39%71.07$ LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE TILE ROLL 225.00$ 15%190.58$ S157V CAVETTO 6"RESILIENT BOX 152.15$ 12%133.89$ 2U376 COVE TUBE ADHESIVE (RESILIENT S132V)RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ I0446 CUSHIONWORX 2MM ADHESIVE - TILE ROLL 231.00$ 5%218.30$ I0432 CUSHIONWORX 3MM ADHESIVE - BROADLOOM SY 415.23$ 5%395.46$ S156V CYMA 4.5"RESILIENT BOX 132.30$ 12%116.42$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D)ADHESIVE - BROADLOOM 4 GAL PAIL 61.26$ 15%52.01$ S159V FASCIA 8"RESILIENT BOX 250.00$ 45%137.25$ S201V FLUSH STAIRNOSE EMERY RESILIENT EA 54.25$ 39%33.08$ S144V LANDING TILE HC SUNDRIES CARTON (20 UNITS) 423.08$ 32%288.75$ LOKDA LOKDOT APPLICATOR (TILE 03LDA)ADHESIVE - TILE EA 82.10$ 16%69.30$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR)ADHESIVE - TILE SLEEVE (250 SY)375.00$ 8%346.50$ LWRX2 LOKWORX BOX ADHESIVE - TILE EA 213.96$ 19%172.39$ S147V MARKING TAPE-S HC SUNDRIES ROLL (82 FT)369.23$ 32%252.00$ S131V MM800 RESILIENT 4 GAL PAIL 160.00$ 43%91.25$ 9125D MOISTURETEK (RESILIENT 9125D)ADHESIVE - BROADLOOM KIT 887.18$ 19%714.79$ 9125V MOISTURETEK MOISTURE VAPOR BARRIER TILE KIT 887.18$ 19%714.79$ S202V OVERLAP REDUCER EMERY RESILIENT EA 45.50$ 39%27.83$ 8U124 PINLESS METAL TRACK (RESILIENT S139V)RESILIENT BOX (3/BOX)96.00$ 40%57.91$ S160V QUARTER ROUND RESILIENT BOX 132.30$ 12%116.42$ S204V QUARTER ROUND EMERY RESILIENT EA 45.50$ 39%27.83$ 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V)RESILIENT BOX (3/BOX)126.00$ 39%76.77$ S104V RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)23.53$ 22%18.32$ S143V RUBBER TREAD HC SUNDRIES 4' TREAD 131.65$ 35%86.10$ S123V SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 115.50$ 8%106.26$ S171V SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GALLON PAIL 180.60$ 47%95.55$ S107V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ S108V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 2U995 SLOT 4.5" (RESILIENT S155V)RESILIENT BOX 115.76$ 12%102.36$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ 2U994 STRAIGHT 4.5" (RESILIENT S154V)RESILIENT BOX 115.76$ 12%102.36$ S145V STRINGER/RISER HC SUNDRIES ROLL (20 FT)207.69$ 32%141.75$ S146V STRIPED TAPE HC SUNDRIES ROLL (50 FT)500.00$ 32%341.25$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ S203V T-MOLDING EMERY RESILIENT EA 45.50$ 39%27.83$ VS176 TRANSITION TAPE (RESILIENT S138V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V)TILE ROLL 897.50$ 12%786.56$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V)TILE ROLL 2,556.25$ 12%2,252.25$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V)TILE ROLL $ 71.25 12% $ 62.37 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V)TILE ROLL $ 88.75 13% $ 77.39 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V)TILE ROLL $ 86.25 13% $ 75.08 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ HARD SURFACE 142PM AGGREGATE - PRO EPOXY PART C ACCESSORIES - ENGINEERED HARDWOOD BOX 29.78$ 22%23.18$ 143PM 705 DUSTLESS PROSET PLUS (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 16.07$ 22%12.51$ 144PM 705 DUSTLESS PROSET PLUS (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 18.03$ 22%14.03$ 147PM 720 DUSTLESS MARBLEPRO (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 17.75$ 22%13.81$ 148PM 720 DUSTLESS MARBLEPRO (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 20.36$ 22%15.84$ 106PM 735 PREMIUMFLEX (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 23.43$ 22%18.24$ 124PM 735 PREMIUMFLEX (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 27.23$ 22%21.19$ 125PM 855 XXL THIN SET (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 35.53$ 22%27.66$ 126PM 855 XXL THIN SET (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 39.51$ 22%30.76$ 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH ACCESSORIES - ENGINEERED HARDWOOD EA 21.87$ 22%17.02$ P113V BAKED LINEN 1" X 6" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.58$ 22%9.01$ P116V BAKED LINEN 6" X 12" COVE BASE ACCESSORIES - ENGINEERED HARDWOOD EA 15.34$ 22%11.94$ P148V BISCAYNE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 8.58$ 22%6.68$ P147V BISCAYNE 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.48$ 22%1.93$ 127PM BURST - EXCELLERATOR ACCESSORIES - ENGINEERED HARDWOOD EA 11.14$ 22%8.67$ P091V CANYON RIVER 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.83$ 22%8.43$ P089V CANYON RIVER 3" X 12" BN ACCESSORIES - ENGINEERED HARDWOOD EA 3.07$ 22%2.39$ P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.71$ 22%2.89$ P011V CEMENTED 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ 22%7.53$ P010V CEMENTED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ 22%2.18$ P063V CHARRED HICKORY BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.28$ 22%4.89$ P064V CHARRED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.85$ 22%8.45$ P081V COASTAL PLANK BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ P156V COLONIAL 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.94$ 22%2.28$ P159V COLONIAL 4" X 12" WALL BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.21$ 22%3.28$ 139PM COLORED CAULK-SANDED ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ 140PM COLORED CAULK-SMOOTH ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ P072V COOL SPRINGS 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ P071V COOL SPRINGS RANDOM LINEAR ACCESSORIES - ENGINEERED HARDWOOD EA 10.81$ 22%8.41$ P151V CORONADO 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.18$ 22%0.92$ P138V CORONADO 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ P152V CORONADO 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.53$ 22%1.97$ 138PM DURA NON-SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 17.24$ 22%13.42$ 102PM DURA SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 19.13$ 22%14.89$ P165V EAST HAMPTON 12" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 2.02$ 22%1.58$ P166V EAST HAMPTON 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.77$ 22%1.38$ P163V EAST HAMPTON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.35$ 22%7.28$ P164V EAST HAMPTON 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.71$ 22%2.11$ 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH ACCESSORIES - ENGINEERED HARDWOOD EA 84.64$ 22%65.88$ 131PM FRACTURE GUARD ACCESSORIES - ENGINEERED HARDWOOD EA 125.39$ 22%97.60$ 149PM FRACTURE GUARD FD ACCESSORIES - ENGINEERED HARDWOOD EA 131.66$ 22%102.48$ P067V HARSHAW 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.58$ 22%8.24$ Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 P066V HARSHAW 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.00$ 22%2.34$ 128PM HYDRO GUARD - 1 GAL ACCESSORIES - ENGINEERED HARDWOOD EA 62.69$ 22%48.80$ 107PM HYDRO GUARD 3.5 GAL PAIL ACCESSORIES - ENGINEERED HARDWOOD EA 153.61$ 22%119.56$ P193V ILLUSION GLASS HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 16.77$ 22%13.05$ 137PM INTEGRA COLOR GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ P170V IRONSTONE 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.62$ 22%1.26$ P169V IRONSTONE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.19$ 22%7.15$ P168V IRONSTONE 3X13 BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.68$ 22%2.09$ P109V MADISON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.18$ 22%11.81$ P107V MADISON 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.96$ 22%2.30$ P108V MADISON RANDOM LINEAR MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 24.73$ 22%19.25$ S307V MOISTURESHIELD ACCESSORIES - ENGINEERED HARDWOOD EA 578.37$ 22%450.19$ 133PM PROPATCH ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ 134PM PROPATCH XF ACCESSORIES - ENGINEERED HARDWOOD EA 25.08$ 22%19.52$ P077V SILK WALNUT 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ P078V SILK WALNUT MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.31$ 22%8.02$ 136PM SLU PRIMER ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ P085V SPICED HICKORY 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ P086V SPICED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.69$ 22%8.32$ P033V SPLENDID 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.72$ 22%7.56$ P185V SPLENDID 3" X 12" MATTE ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ P031V SPLENDID 3" X 12" POLISHED ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ P032V SPLENDID HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.02$ 22%11.69$ S306V SURFACE PREP EXT ACCESSORIES - ENGINEERED HARDWOOD EA 451.41$ 22%351.37$ P130V TRECKWOOD 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ P131V TRECKWOOD MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.42$ 22%8.11$ 132PM UNDERLAYMENT C ACCESSORIES - ENGINEERED HARDWOOD EA 32.91$ 22%25.62$ 135PM UNDERLAYMENT SLU ACCESSORIES - ENGINEERED HARDWOOD EA 42.32$ 22%32.94$ P021V URBAN EASE 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 4.53$ 22%3.52$ P024V URBAN EASE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 3.30$ 22%2.57$ P018V URBAN EASE 4" X 16" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.80$ 22%3.74$ 141PM PRO EPOXY PARTS A & B ADHESIVE - ENGINEERED HARDWOOD PAIL 59.56$ 22%46.36$ 129PM ADDITIONAL FABRIC 8" X 165'ACCESSORIES - ENGINEERED HARDWOOD ROLL 59.56$ 22%46.36$ 130PM FABRIC BASE ROLL 8" X 90'ACCESSORIES - ENGINEERED HARDWOOD ROLL 34.48$ 22%26.84$ P111V BAKED LINEN 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ P112V BAKED LINEN 2" MOSAIC ENGINEERED HARDWOOD SF 10.26$ 22%7.99$ P115V BAKED LINEN 3" X 12" BN ENGINEERED HARDWOOD SF 2.87$ 22%2.23$ P146V BISCAYNE 12" X 24"ENGINEERED HARDWOOD SF 1.39$ 22%1.08$ P144V BISCAYNE 13"ENGINEERED HARDWOOD SF 1.07$ 22%0.83$ P145V BISCAYNE 17"ENGINEERED HARDWOOD SF 1.25$ 22%0.97$ P087V CANYON RIVER 12" X 24"ENGINEERED HARDWOOD SF 2.09$ 22%1.63$ P088V CANYON RIVER 12" X 24" POLISHED ENGINEERED HARDWOOD SF 2.66$ 22%2.07$ P007V CEMENTED 12" X 24"ENGINEERED HARDWOOD SF 2.16$ 22%1.68$ P006V CEMENTED 13"ENGINEERED HARDWOOD SF 1.91$ 22%1.49$ P008V CEMENTED 18"ENGINEERED HARDWOOD SF 1.98$ 22%1.54$ P061V CHARRED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ P062V CHARRED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ P079V COASTAL PLANK 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ P080V COASTAL PLANK 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ P082V COASTAL PLANK MOSAIC ENGINEERED HARDWOOD SF 17.43$ 22%13.57$ P155V COLONIAL 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ P158V COLONIAL 4" X 12"ENGINEERED HARDWOOD SF 5.92$ 22%4.60$ P068V COOL SPRINGS 3" X 6"ENGINEERED HARDWOOD SF 16.15$ 22%12.57$ P150V CORONADO 12" X 24"ENGINEERED HARDWOOD SF 1.48$ 22%1.15$ P149V CORONADO 17"ENGINEERED HARDWOOD SF 1.27$ 22%0.99$ P167V EAST HAMPTON 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ P065V HARSHAW 12" X 24"ENGINEERED HARDWOOD SF 3.09$ 22%2.41$ P194V ILLUSION GLASS LINEAR MOSAIC ENGINEERED HARDWOOD SF 17.38$ 22%13.53$ P171V IRONSTONE 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ P106V MADISON 12" X 24"ENGINEERED HARDWOOD SF 3.03$ 22%2.36$ P075V SILK WALNUT 6" X 24"ENGINEERED HARDWOOD SF 2.05$ 22%1.59$ P076V SILK WALNUT 6" X 36"ENGINEERED HARDWOOD SF 2.32$ 22%1.81$ P083V SPICED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ P084V SPICED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ P186V SPLENDID 12" X 24" MATTE ENGINEERED HARDWOOD SF 3.87$ 22%3.01$ P027V SPLENDID 12" X 24" POLISHED ENGINEERED HARDWOOD SF 3.66$ 22%2.85$ p187v SPLENDID 16" X 32" MATTE ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ P188V SPLENDID 16" X 32" POLISHED ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ P030V SPLENDID 24" X 24" POLISHED ENGINEERED HARDWOOD SF 3.53$ 22%2.75$ P026V SPLENDID 4" X 12" PLSH ENGINEERED HARDWOOD SF 5.42$ 22%4.22$ P074V SPRINGBROOK 6" X 20" CHEVRON ENGINEERED HARDWOOD SF 13.15$ 22%10.24$ P073V SPRINGBROOK 8.5" X 40"ENGINEERED HARDWOOD SF 3.37$ 22%2.62$ P128V TRECKWOOD 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ P129V TRECKWOOD 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ P013V URBAN EASE 3" X 6"ENGINEERED HARDWOOD SF 1.96$ 22%1.52$ P016V URBAN EASE 4" X 16"ENGINEERED HARDWOOD SF 1.68$ 22%1.31$ 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) BROADLOOM I0347 ABODE CLASSICBAC®BROADLOOM CARPET SY 13.51$ I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.87$ I0246 APPROACH CLASSICBAC®BROADLOOM CARPET SY 16.32$ I0497 ARAGON ULTRALOC®BROADLOOM CARPET SY 25.62$ I0498 BASQUE ULTRALOC®BROADLOOM CARPET SY 25.62$ I0104 BEST FOOT FORWARD ULTRALOC®BROADLOOM CARPET SY 17.79$ I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 22.84$ I0164 BIG SPLASH! ULTRALOC®BROADLOOM CARPET SY 18.57$ I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.50$ Z6432 BUY IN CLASSICBAC®BROADLOOM CARPET SY 15.70$ I0485 CAMBER ULTRALOC®BROADLOOM CARPET SY 13.94$ I0522 CANTILEVER ULTRALOC®BROADLOOM CARPET SY 13.91$ I0523 CENTERLINE ULTRALOC®BROADLOOM CARPET SY 13.91$ I0415 CIAO ULTRALOC® PATTERN BROADLOOM CARPET SY 30.25$ I0132 CLOISONNE II ULTRALOC®BROADLOOM CARPET SY 36.53$ I0203 COLOR CHOICE ULTRALOC®BROADLOOM CARPET SY 19.79$ I0131 COLOR YOUR WORLD ULTRALOC®BROADLOOM CARPET SY 18.31$ I0440 COMMIT ULTRALOC®BROADLOOM CARPET SY 16.16$ I0439 DECIDE ULTRALOC®BROADLOOM CARPET SY 16.16$ I0037 DOUBLE EXPOSURE ULTRALOC®BROADLOOM CARPET SY 32.59$ I0528 ESTATE CLASSICBAC®BROADLOOM CARPET SY 14.76$ I0147 FAMOUS LAST WORDS II ULTRALOC®BROADLOOM CARPET SY 19.48$ I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.50$ I0251 GAIT CLASSICBAC®BROADLOOM CARPET SY 15.76$ I0413 HALLO ULTRALOC® PATTERN BROADLOOM CARPET SY 30.25$ I0148 HEADLINES II ULTRALOC®BROADLOOM CARPET SY 19.48$ I0101 HOMEROOM II-26 ULTRALOC®BROADLOOM CARPET SY 16.53$ I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 19.92$ I0351 HOMEROOM V 3.0 ULTRALOC®BROADLOOM CARPET SY 15.41$ I0464 HOMESPUN CLASSICBAC®BROADLOOM CARPET SY 13.71$ I0486 INTERCEPT ULTRALOC®BROADLOOM CARPET SY 13.94$ I0487 INTERVAL ULTRALOC®BROADLOOM CARPET SY 13.94$ I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.78$ I0247 MANNER CLASSICBAC®BROADLOOM CARPET SY 16.85$ I0422 METALLIC ALCHEMY ECOWORX® TILE BROADLOOM CARPET SY 37.68$ I0527 MOTIF CLASSICBAC®BROADLOOM CARPET SY 12.82$ I0129 NIGHT MOVES ULTRALOC®BROADLOOM CARPET SY 18.43$ I0414 NIHAO ULTRALOC® PATTERN BROADLOOM CARPET SY 30.25$ I0162 OPPORTUNITY KNOCKS CLASSICBAC®BROADLOOM CARPET SY 14.84$ Z6375 OPTIONS ULTRALOC®BROADLOOM CARPET SY 23.98$ I0250 PACE CLASSICBAC®BROADLOOM CARPET SY 14.70$ I0495 PALMA ULTRALOC®BROADLOOM CARPET SY 39.18$ Z6436 PAY OFF CLASSICBAC®BROADLOOM CARPET SY 15.92$ I0036 PERPETUAL MOTION ULTRALOC®BROADLOOM CARPET SY 31.16$ Z6376 PLATFORM ULTRALOC®BROADLOOM CARPET SY 28.12$ I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.76$ I0369 PUBLIC AFFAIRS CLASSICBAC®BROADLOOM CARPET SY 14.92$ I0442 RESPITE CLASSICBAC®BROADLOOM CARPET SY 12.43$ I0202 SABRE ENCORE CLASSICBAC®BROADLOOM CARPET SY 20.11$ I0120 SCHOLASTIC II 26 CLASSICBAC®BROADLOOM CARPET SY 14.46$ I0121 SCHOLASTIC II 28 ULTRALOC®BROADLOOM CARPET SY 16.39$ I0368 SEAL THE DEAL CLASSICBAC®BROADLOOM CARPET SY 15.75$ I0496 SEVILLE ULTRALOC®BROADLOOM CARPET SY 39.18$ I0367 SHAKE ON IT CLASSICBAC®BROADLOOM CARPET SY 15.75$ I0068 SOCRATES II 26 ULTRALOC®BROADLOOM CARPET SY 16.29$ I0069 SOCRATES II 28 ULTRALOC®BROADLOOM CARPET SY 17.48$ Z6367 STANDOUT ULTRALOC®BROADLOOM CARPET SY 23.84$ I0249 STRIDE CLASSICBAC®BROADLOOM CARPET SY 13.98$ I0109 STRUT YOUR STUFF ULTRALOC®BROADLOOM CARPET SY 18.11$ I0441 SUCCEED ULTRALOC®BROADLOOM CARPET SY 16.16$ I0049 SWEET ULTRALOC®BROADLOOM CARPET SY 21.24$ I0248 TECHNIQUE CLASSICBAC®BROADLOOM CARPET SY 15.38$ I0443 TESTED CLASSICBAC®BROADLOOM CARPET SY 18.24$ Z6434 TRADE UP CLASSICBAC®BROADLOOM CARPET SY 15.26$ I0444 TRIED CLASSICBAC®BROADLOOM CARPET SY 18.24$ I0445 TRUE CLASSICBAC®BROADLOOM CARPET SY 18.24$ I0157 TWIST&SHOUT II ULTRALOC®BROADLOOM CARPET SY 19.48$ I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.50$ I0200 WINDSWEPT ENCORE CLASSICBAC®BROADLOOM CARPET SY 16.35$ I0366 WORD OF MOUTH CLASSICBAC®BROADLOOM CARPET SY 14.92$ I0124 WORK IT CLASSICBAC®BROADLOOM CARPET SY 16.09$ TILE I0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 34.28$ I0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 27.50$ I0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 27.58$ I0357 AIRE ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 37.68$ I0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ I0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 33.91$ I0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.17$ I0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.17$ Effective: 8/7/2019 - 8/31/2020 Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 I0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 45.21$ I0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ Z6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 40.83$ I0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 32.26$ I0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 32.57$ I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 28.60$ I0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 36.61$ I0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 47.25$ I0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 36.17$ I0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ I0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 28.60$ I0110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 30.04$ I0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ I0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ I0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ I0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 34.86$ I0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 29.84$ I0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 34.35$ I0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 29.84$ I0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 34.35$ I0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ Z6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 31.47$ I0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 32.20$ I0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 21.16$ I0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ I0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 21.16$ I0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 34.28$ I0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 40.61$ I0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ I0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 40.61$ I0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 40.19$ I0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ Z6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ I0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 28.66$ I0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 28.78$ I0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ I0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 24.08$ I0481 FUTURA ECOLOGIX®MODULAR CARPET TILE SY 25.27$ I0482 FUTURA ECOLOGIX® ES MODULAR CARPET TILE SY 38.57$ I0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 24.79$ I0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 33.91$ I0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 30.05$ I0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 37.30$ Z6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 33.80$ I0501 INSTINCT STRATAWORX® TILE MODULAR CARPET TILE SY 18.95$ Z6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 30.42$ I0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 34.28$ I0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ I0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 28.60$ Z6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 31.70$ Z6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 32.37$ I0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ I0460 LOGIC STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ I0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 33.91$ Z6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 40.29$ I0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 28.75$ I0499 NATURAL FORM STRATAWORX® TILE MODULAR CARPET TILE SY 18.21$ I0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 37.68$ I0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ I0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0483 ORBITAL ECOLOGIX®MODULAR CARPET TILE SY 25.33$ I0484 ORBITAL ECOLOGIX® ES MODULAR CARPET TILE SY 39.96$ I0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 23.28$ I0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 54.03$ I0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 40.19$ I0449 PIVOT POINT ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ Z6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 39.80$ I0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 27.50$ I0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 56.36$ I0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ I0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 34.01$ I0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 33.01$ I0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 27.50$ I0459 REASON STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ I0500 REBALANCE STRATAWORX® TILE MODULAR CARPET TILE SY 18.95$ I0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 33.01$ I0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 26.37$ I0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 26.37$ I0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 24.08$ I0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 27.57$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 I0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 45.21$ I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 39.37$ I0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ I0461 SKILL STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ I0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 26.37$ I0126 SOCRATES II-26 ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ I0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 31.30$ I0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 31.40$ Z6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 34.26$ Z6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ I0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 21.16$ I0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 28.64$ I0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 24.08$ I0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 29.32$ I0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 38.13$ I0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 45.21$ I0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ Z6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 40.18$ I0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 25.42$ I0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 28.21$ I0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 43.84$ I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0280 YIELD ECOWORX® TILE MODULAR CARPET TILE SY 28.78$ RESILIENT I424V ADESA MODULAR RESILIENT SF 4.06$ I346V ADMIX 12" X 12"MODULAR RESILIENT SF 8.19$ I508V ADMIX 18X36 MODULAR RESILIENT SF 8.01$ I347V ADMIX 36" X 36"MODULAR RESILIENT SF 9.50$ I429V ADMIX ENCORE GLOSS MODULAR RESILIENT SF 8.01$ I452V ADMIX ENCORE MATTE MODULAR RESILIENT SF 8.01$ I450V ADMIX MATTE 12" X 12"MODULAR RESILIENT SF 8.41$ I451V ADMIX MATTE 36" X 36"MODULAR RESILIENT SF 9.02$ S167V ADMIX WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (500 LF)178.33$ I333V AGGREGATE MODULAR RESILIENT SF 3.63$ I318V ARBOR CREST MODULAR RESILIENT SF 4.32$ I208V BOUNCE BACK SHEET RESILIENT SY 47.41$ S126V BOUNCE BACK WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ S101V BROOKWOOD WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ I319V BROOKWOOD+SHEET RESILIENT SY 38.35$ I313V CHARTED MODULAR RESILIENT SF 3.27$ I600V CLICK REFRESH MODULAR RESILIENT SF 4.71$ I426V CMYK SHEET RESILIENT SY 3.06$ I476V CREATIVE CODE MODULAR RESILIENT SF 2.88$ I440V CROSSOVER CLICK SHEET RESILIENT SY 4.54$ I439V CROSSOVER LOOSE LAY SHEET RESILIENT SY 3.92$ I334V DISSIPATE MODULAR RESILIENT SF 3.63$ I423V EMERY MODULAR RESILIENT SF 3.96$ I447V ENRICH PLANK MODULAR RESILIENT SF 5.61$ I448V ENRICH SHEET SHEET RESILIENT SY 47.11$ I500V FORGE AHEAD SHEET RESILIENT SY 38.84$ S122V GROUNDWORKS ACCESSORIES - SHEET RESILIENT ROLL (100 SF)96.58$ I200V HIGHLAND FOREST MODULAR RESILIENT SF 3.79$ I800V HIGHLAND FOREST 6"MODULAR RESILIENT SF 3.79$ I422V HOLISTIC SHEET SHEET RESILIENT SY 32.61$ S109V HUSH II ACCESSORIES - SHEET RESILIENT ROLL (280 SF)329.56$ I404V IVY WALK SHEET RESILIENT SY 34.69$ I311V LETTERPRESS MODULAR RESILIENT SF 3.27$ I446V MEANING MODULAR RESILIENT SF 5.61$ I315V METALLIX (FACET)MODULAR RESILIENT SF 6.82$ I314V METALLIX (RECTANGLE)MODULAR RESILIENT SF 6.82$ I337V METALLIX 9" X 36"MODULAR RESILIENT SF 6.69$ I478V MOLTEN MODULAR RESILIENT SF 3.87$ I463V MONOCHROME GLOSS MODULAR RESILIENT SF 3.65$ I462V MONOCHROME MATTE MODULAR RESILIENT SF 3.65$ I206V NORTH RIDGE 4"MODULAR RESILIENT SF 3.79$ I207V NORTH RIDGE 6"MODULAR RESILIENT SF 3.79$ I320V ORGANIC HUE SHEET RESILIENT SY 39.36$ I479V OXIDIZED MODULAR RESILIENT SF 3.87$ I417V REMOVE MODULAR RESILIENT SF 3.92$ I466V SPLITWOOD MODULAR RESILIENT SF 3.87$ I700V STRATIFIED MODULAR RESILIENT SF 3.79$ I322V STRATIFIED+ 12" X 24"MODULAR RESILIENT SF 3.69$ I321V STRATIFIED+ 6" X 24"MODULAR RESILIENT SF 3.91$ I464V SURFACE TONE MODULAR RESILIENT SF 3.65$ I323V TIMBER GROVE 12 MODULAR RESILIENT SF 2.06$ I325V TIMBER GROVE 20 MODULAR RESILIENT SF 3.76$ I342V TIMBER GROVE 8 MODULAR RESILIENT SF 1.63$ I420V TIMBER GROVE II MODULAR RESILIENT SF 2.07$ I421V TIMBER GROVE II 20 MIL MODULAR RESILIENT SF 3.17$ I465V TIMBER GROVE II WPC 20 MODULAR RESILIENT SF 4.01$ I438V TIMBERGROVE II 30 MIL MODULAR RESILIENT SF 3.82$ I312V TYPEFACE MODULAR RESILIENT SF 3.27$ I405V VININGS MODULAR RESILIENT SF 3.55$ I418V WITHDRAW MODULAR RESILIENT SF 3.92$ I316V WOOD PLANX MODULAR RESILIENT SF 6.82$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 I336V WOOD PLANX 9" X 36"MODULAR RESILIENT SF 6.69$ I300V WOODLAND VIEW MODULAR RESILIENT SF 2.27$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D)ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D)ADHESIVE - BROADLOOM 4 GAL PAIL 66.77$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D)ADHESIVE - BROADLOOM 4 GAL PAIL 46.97$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 68.63$ S168V 4" X 120' TOELESS BASE RESILIENT ADHESIVE - RESILIENT ROLL 127.74$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V)ADHESIVE - RESILIENT ROLL (120 LF)130.19$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D)ADHESIVE - BROADLOOM 4 GAL PAIL 15.26$ S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V)ADHESIVE - RESILIENT 1 GAL PAIL 55.49$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 230.14$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P)ADHESIVE - TILE 4 GAL PAIL 108.37$ 5001P 5001 - TILE STANDARD ADHESIVE TILE 1 GAL PAIL 31.24$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P)ADHESIVE - TILE 4 GAL PAIL 120.77$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P)ADHESIVE - TILE 1 GAL PAIL 105.71$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D)ADHESIVE - BROADLOOM 4 GAL PAIL 125.60$ G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU)ADHESIVE - TILE PAIL 127.02$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D)ADHESIVE - BROADLOOM 8 OZ BOTTLE 9.09$ 9000D 9000 - BARRIER COAT 2.5 GAL ADHESIVE - BROADLOOM 2.5 GAL PAIL 280.23$ 900DU 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM PAIL 272.67$ G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U)ADHESIVE - TILE/RESILIENT 4 GAL PAIL 80.12$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V)ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES)ADHESIVE - BROADLOOM ROLL (55.5 SY)459.92$ AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU)ADHESIVE - TILE ROLL 459.93$ 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE)RESILIENT EA 120.42$ 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE)RESILIENT EA 93.48$ 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE)RESILIENT EA 37.76$ 118PM ADMIX 1 QUART GLOSS FINISH (RESALE)RESILIENT EA 31.46$ S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE)RESILIENT Box 26.55$ S148V ANTI-SLIP TAPE HC SUNDRIES ROLL (82FT)334.89$ S200V BABY THRESHOLD EMERY RESILIENT EA 36.98$ S270V BIO-BASED WELD ROD RESILIENT Roll 98.21$ 306VS CADBERRY 4"W X 120'L COVE BASE ROLL RESILIENT ROLL 130.19$ S158V CAPRAIL 1.75"RESILIENT BOX 154.72$ 2U983 CARPET REDUCER 5/16" (RESILIENT S137V)RESILIENT BOX (3/BOX)94.44$ LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE TILE ROLL 253.26$ S157V CAVETTO 6"RESILIENT BOX 177.93$ 2U376 COVE TUBE ADHESIVE (RESILIENT S132V)RESILIENT TUBE (30 OZ)108.50$ I0446 CUSHIONWORX 2MM ADHESIVE - TILE ROLL 290.10$ I0432 CUSHIONWORX 3MM ADHESIVE - BROADLOOM SY 525.55$ S156V CYMA 4.5"RESILIENT BOX 154.72$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D)ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ S159V FASCIA 8"RESILIENT BOX 182.40$ S201V FLUSH STAIRNOSE EMERY RESILIENT EA 43.95$ S144V LANDING TILE HC SUNDRIES CARTON (20 UNITS) 383.73$ LOKDA LOKDOT APPLICATOR (TILE 03LDA)ADHESIVE - TILE EA 92.10$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR)ADHESIVE - TILE SLEEVE (250 SY)460.48$ LWRX2 LOKWORX BOX ADHESIVE - TILE EA 229.10$ S147V MARKING TAPE-S HC SUNDRIES ROLL (82 FT)334.89$ S131V MM800 RESILIENT 4 GAL PAIL 121.26$ 9125D MOISTURETEK (RESILIENT 9125D)ADHESIVE - BROADLOOM KIT 949.91$ 9125V MOISTURETEK MOISTURE VAPOR BARRIER TILE KIT 949.91$ S202V OVERLAP REDUCER EMERY RESILIENT EA 36.98$ 8U124 PINLESS METAL TRACK (RESILIENT S139V)RESILIENT BOX (3/BOX)76.96$ S160V QUARTER ROUND RESILIENT BOX 154.72$ S204V QUARTER ROUND EMERY RESILIENT EA 36.98$ 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V)RESILIENT BOX (3/BOX)102.03$ S104V RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)24.35$ S143V RUBBER TREAD HC SUNDRIES 4' TREAD 114.42$ S123V SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ S171V SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GALLON PAIL 126.98$ S107V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ S108V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 2U995 SLOT 4.5" (RESILIENT S155V)RESILIENT BOX 136.03$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V)RESILIENT BOX (3/BOX)71.13$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V)RESILIENT BOX (3/BOX)82.78$ 2U994 STRAIGHT 4.5" (RESILIENT S154V)RESILIENT BOX 136.03$ S145V STRINGER/RISER HC SUNDRIES ROLL (20 FT)188.38$ S146V STRIPED TAPE HC SUNDRIES ROLL (50 FT)453.50$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V)RESILIENT BOX (3/BOX)90.36$ S203V T-MOLDING EMERY RESILIENT EA 36.98$ VS176 TRANSITION TAPE (RESILIENT S138V)RESILIENT ROLL (25 FT)12.56$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V)TILE ROLL 1,045.29$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V)TILE ROLL 2,993.12$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V)TILE ROLL 82.89$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V)TILE ROLL 102.84$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V)TILE ROLL 99.77$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V)ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ HARD SURFACE 143PM 705 DUSTLESS PROSET PLUS (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 16.63$ 144PM 705 DUSTLESS PROSET PLUS (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 18.65$ 147PM 720 DUSTLESS MARBLEPRO (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 18.35$ 148PM 720 DUSTLESS MARBLEPRO (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 21.05$ 106PM 735 PREMIUMFLEX (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 24.24$ 124PM 735 PREMIUMFLEX (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 28.16$ 125PM 855 XXL THIN SET (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 36.76$ 126PM 855 XXL THIN SET (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 40.88$ 129PM ADDITIONAL FABRIC 8" X 165'ACCESSORIES - ENGINEERED HARDWOOD ROLL 61.61$ 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH ACCESSORIES - ENGINEERED HARDWOOD EA 22.62$ 142PM AGGREGATE - PRO EPOXY PART C ACCESSORIES - ENGINEERED HARDWOOD BOX 30.81$ P111V BAKED LINEN 12" X 24"ENGINEERED HARDWOOD SF 3.31$ P113V BAKED LINEN 1" X 6" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.97$ P112V BAKED LINEN 2" MOSAIC ENGINEERED HARDWOOD SF 11.31$ P115V BAKED LINEN 3" X 12" BN ENGINEERED HARDWOOD SF 3.16$ P116V BAKED LINEN 6" X 12" COVE BASE ACCESSORIES - ENGINEERED HARDWOOD EA 15.87$ P146V BISCAYNE 12" X 24"ENGINEERED HARDWOOD SF 1.53$ P144V BISCAYNE 13"ENGINEERED HARDWOOD SF 1.17$ P145V BISCAYNE 17"ENGINEERED HARDWOOD SF 1.37$ P148V BISCAYNE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 8.88$ P147V BISCAYNE 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.56$ 127PM BURST - EXCELLERATOR ACCESSORIES - ENGINEERED HARDWOOD EA 11.52$ P087V CANYON RIVER 12" X 24"ENGINEERED HARDWOOD SF 2.31$ P088V CANYON RIVER 12" X 24" POLISHED ENGINEERED HARDWOOD SF 2.93$ P091V CANYON RIVER 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.20$ P089V CANYON RIVER 3" X 12" BN ACCESSORIES - ENGINEERED HARDWOOD EA 3.18$ P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.84$ P007V CEMENTED 12" X 24"ENGINEERED HARDWOOD SF 2.38$ P006V CEMENTED 13"ENGINEERED HARDWOOD SF 2.11$ P008V CEMENTED 18"ENGINEERED HARDWOOD SF 2.18$ P011V CEMENTED 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.01$ P010V CEMENTED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.90$ P061V CHARRED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.76$ P062V CHARRED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 3.13$ P063V CHARRED HICKORY BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.50$ P064V CHARRED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.23$ P079V COASTAL PLANK 6" X 24"ENGINEERED HARDWOOD SF 3.03$ P080V COASTAL PLANK 8" X 32"ENGINEERED HARDWOOD SF 3.38$ P081V COASTAL PLANK BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ P082V COASTAL PLANK MOSAIC ENGINEERED HARDWOOD SF 19.21$ P155V COLONIAL 12" X 24"ENGINEERED HARDWOOD SF 3.31$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 P156V COLONIAL 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.03$ P158V COLONIAL 4" X 12"ENGINEERED HARDWOOD SF 6.51$ P159V COLONIAL 4" X 12" WALL BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.36$ 139PM COLORED CAULK-SANDED ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ 140PM COLORED CAULK-SMOOTH ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ P072V COOL SPRINGS 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ P068V COOL SPRINGS 3" X 6"ENGINEERED HARDWOOD SF 17.79$ P071V COOL SPRINGS RANDOM LINEAR ACCESSORIES - ENGINEERED HARDWOOD EA 11.18$ P150V CORONADO 12" X 24"ENGINEERED HARDWOOD SF 1.63$ P151V CORONADO 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.22$ P149V CORONADO 17"ENGINEERED HARDWOOD SF 1.40$ P138V CORONADO 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ P152V CORONADO 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.62$ 138PM DURA NON-SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 17.83$ 102PM DURA SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 19.79$ P165V EAST HAMPTON 12" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 2.10$ P166V EAST HAMPTON 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.83$ P167V EAST HAMPTON 18"ENGINEERED HARDWOOD SF 1.98$ P163V EAST HAMPTON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ P164V EAST HAMPTON 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH ACCESSORIES - ENGINEERED HARDWOOD EA 87.55$ 130PM FABRIC BASE ROLL 8" X 90'ACCESSORIES - ENGINEERED HARDWOOD ROLL 35.67$ 131PM FRACTURE GUARD ACCESSORIES - ENGINEERED HARDWOOD EA 129.71$ 149PM FRACTURE GUARD FD ACCESSORIES - ENGINEERED HARDWOOD EA 136.19$ P065V HARSHAW 12" X 24"ENGINEERED HARDWOOD SF 3.41$ P067V HARSHAW 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.95$ P066V HARSHAW 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.11$ 128PM HYDRO GUARD - 1 GAL ACCESSORIES - ENGINEERED HARDWOOD EA 64.85$ 107PM HYDRO GUARD 3.5 GAL PAIL ACCESSORIES - ENGINEERED HARDWOOD EA 158.89$ P193V ILLUSION GLASS HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 17.34$ P194V ILLUSION GLASS LINEAR MOSAIC ENGINEERED HARDWOOD SF 19.15$ 137PM INTEGRA COLOR GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ P170V IRONSTONE 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.67$ P171V IRONSTONE 18"ENGINEERED HARDWOOD SF 1.98$ P169V IRONSTONE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.50$ P168V IRONSTONE 3X13 BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.78$ P106V MADISON 12" X 24"ENGINEERED HARDWOOD SF 3.34$ P109V MADISON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.69$ P107V MADISON 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.06$ P108V MADISON RANDOM LINEAR MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 25.58$ S307V MOISTURESHIELD ACCESSORIES - ENGINEERED HARDWOOD EA 598.28$ 141PM PRO EPOXY PARTS A & B ADHESIVE - ENGINEERED HARDWOOD PAIL 61.61$ 133PM PROPATCH ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ 134PM PROPATCH XF ACCESSORIES - ENGINEERED HARDWOOD EA 25.94$ P077V SILK WALNUT 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ P075V SILK WALNUT 6" X 24"ENGINEERED HARDWOOD SF 2.25$ P076V SILK WALNUT 6" X 36"ENGINEERED HARDWOOD SF 2.56$ P078V SILK WALNUT MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.66$ 136PM SLU PRIMER ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ P085V SPICED HICKORY 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ P083V SPICED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.76$ P084V SPICED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 3.13$ P086V SPICED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.06$ P186V SPLENDID 12" X 24" MATTE ENGINEERED HARDWOOD SF 4.26$ P027V SPLENDID 12" X 24" POLISHED ENGINEERED HARDWOOD SF 4.03$ p187v SPLENDID 16" X 32" MATTE ENGINEERED HARDWOOD SF 5.21$ P188V SPLENDID 16" X 32" POLISHED ENGINEERED HARDWOOD SF 5.21$ P033V SPLENDID 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.05$ P030V SPLENDID 24" X 24" POLISHED ENGINEERED HARDWOOD SF 3.89$ P185V SPLENDID 3" X 12" MATTE ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ P031V SPLENDID 3" X 12" POLISHED ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ P026V SPLENDID 4" X 12" PLSH ENGINEERED HARDWOOD SF 5.97$ P032V SPLENDID HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.54$ P074V SPRINGBROOK 6" X 20" CHEVRON ENGINEERED HARDWOOD SF 14.49$ P073V SPRINGBROOK 8.5" X 40"ENGINEERED HARDWOOD SF 3.71$ S306V SURFACE PREP EXT ACCESSORIES - ENGINEERED HARDWOOD EA 466.95$ P130V TRECKWOOD 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ P128V TRECKWOOD 6" X 24"ENGINEERED HARDWOOD SF 3.03$ P129V TRECKWOOD 8" X 32"ENGINEERED HARDWOOD SF 3.38$ P131V TRECKWOOD MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.78$ 132PM UNDERLAYMENT C ACCESSORIES - ENGINEERED HARDWOOD EA 34.05$ 135PM UNDERLAYMENT SLU ACCESSORIES - ENGINEERED HARDWOOD EA 43.78$ P021V URBAN EASE 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 4.68$ P024V URBAN EASE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 3.42$ P013V URBAN EASE 3" X 6"ENGINEERED HARDWOOD SF 2.15$ P016V URBAN EASE 4" X 16"ENGINEERED HARDWOOD SF 1.85$ P018V URBAN EASE 4" X 16" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.97$ *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. *Canadian pricing are material only - Labor rate are not applicable in Canada * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member PriceBROADLOOM 54851 ANTIQUE CHARM BROADLOOM CARPET SY 23.46$ 26%17.26$ Q8005 ARTISTIC IMPRES BROADLOOM CARPET SY 41.61$ 40%24.84$ 50396 AYERS HALL II SOFTBAC BROADLOOM CARPET SY 23.90$ 43%13.51$ J0064 BAYTOWNE III 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ J0065 BAYTOWNE III 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ 54807 BE OPEN STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ 54808 BE PRESENT STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ 54809 BE REAL STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ 54692 BEACON II DUROGEN RUBBER BROADLOOM CARPET SY 15.20$ 43%8.73$ 54776 BIRD'S EYE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54600 BOX SUITE CLASSICBAC®BROADLOOM CARPET SY 39.39$ 38%24.43$ J0102 BROADCAST STALOK®BROADLOOM CARPET SY 21.98$ 38%13.53$ 54738 CALM CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ 54739 CALM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ 54214 CAMDEN HARBOR II CLASSICBAC®BROADLOOM CARPET SY 19.18$ 42%11.12$ 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.74$ 43%15.70$ 54215 CAMDEN HARBOR II UNITARY BROADLOOM CARPET SY 19.92$ 41%11.76$ 54508 CAMOUFLAGE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ 54706 CANNONBORO CLASSICBAC®BROADLOOM CARPET SY 18.30$ 43%10.50$ 54280 CAPITAL III CLASSICBAC®BROADLOOM CARPET SY 14.75$ 25%11.13$ 54282 CAPITAL III STALOK®BROADLOOM CARPET SY 32.16$ 35%21.01$ 54281 CAPITAL III UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.13$ 44%17.46$ J0112 CHANGE IN ATTITUDE STALOK®BROADLOOM CARPET SY 19.77$ 30%13.76$ 54509 CHEETAH CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ 54852 CLASSIC TRADITION BROADLOOM CARPET SY 23.46$ 26%17.26$ 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY)BROADLOOM CARPET SY 23.46$ 37%14.89$ 54812 COLOR GRID STALOK®BROADLOOM CARPET SY 20.07$ 44%11.33$ 54693 COMMONS II DUROGEN RUBBER BROADLOOM CARPET SY 19.48$ 39%11.95$ J0181 CUTAWAY CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ 54605 DATE NIGHT CLASSICBAC®BROADLOOM CARPET SY 25.23$ 38%15.66$ 54029 DATELINE CLASSICBAC®BROADLOOM CARPET SY 26.41$ 40%15.85$ 54823 DATELINE TODAY STALOK®BROADLOOM CARPET SY 21.39$ 44%12.08$ J0182 DIAGRAM CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ 54613 DINE OUT CLASSICBAC®BROADLOOM CARPET SY 39.69$ 39%24.32$ 54416 DIRECT LINK STALOK®BROADLOOM CARPET SY 19.92$ 40%11.97$ J0078 DIVIDEND 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ J0079 DIVIDEND 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ J0080 DIVIDEND 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ Q0421 ELEMENTS CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ 54255 EMPHATIC 30 II CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ 54256 EMPHATIC 36 II CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ J0186 ENCHANT STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ J0185 EVOKE STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ 54615 EXPECTED GUEST CLASSICBAC®BROADLOOM CARPET SY 38.21$ 36%24.32$ 54530 EYES ON YOU CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ 54907 FACT CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ 54831 FAIR SHAKE STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ 54533 FEATHER TAIL CLASSICBAC®BROADLOOM CARPET SY 34.38$ 43%19.75$ 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.46$ 35%15.18$ 54745 FRANCHISE II 26 STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.64$ 36%15.80$ 54744 FRANCHISE II 28 STALOK®BROADLOOM CARPET SY 16.67$ 24%12.68$ 54210 FRANCHISE STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ 54775 FRET CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54908 FUNCTION CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ J0060 FUNCTIONAL CLASSICBAC®BROADLOOM CARPET SY 17.85$ 32%12.14$ 54644 FUTURE GENERATIONS CLASSICBAC®BROADLOOM CARPET SY 22.57$ 36%14.35$ 54740 GATHER CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ 54507 GIRAFFE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ 54504 GROMMETS CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ 54514 HIDEAWAYS CLASSICBAC®BROADLOOM CARPET SY 42.34$ 43%24.12$ 54417 HOT CIRCUIT STALOK®BROADLOOM CARPET SY 24.34$ 43%13.99$ 54502 HOT SPOT CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ 54578 IN HARMONY STALOK®BROADLOOM CARPET SY 21.98$ 37%13.89$ 54603 IN-CROWD CLASSICBAC®BROADLOOM CARPET SY 35.70$ 32%24.43$ 54534 INS AND OUTS CLASSICBAC®BROADLOOM CARPET SY 34.52$ 43%19.75$ Q0420 INSPIRED CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ J0059 JARGON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 33%11.97$ 54495 JOKERS WILD CLASSICBAC®BROADLOOM CARPET SY 33.79$ 43%19.23$ 54098 LATEST TREND CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ 54266 LEGEND FALLS CLASSICBAC®BROADLOOM CARPET SY 31.28$ 42%18.05$ 54735 LIVE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ 54704 LORING WOODS CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ 54532 LOWLAND CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 54046 MAJOR EVENT CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ 54066 MAJOR EVENT UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ 54604 MAKE THE SCENE CLASSICBAC®BROADLOOM CARPET SY 39.98$ 47%21.04$ 54516 MASTERS CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ 234MC METROWALL II UNITARY BROADLOOM CARPET SY 23.37$ 29%16.48$ 54411 METRO LIFE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ 54207 MODERN TRADITIONS STALOK®BROADLOOM CARPET SY 23.75$ 43%13.42$ 54593 MULTIPLICITY CLASSICBAC®BROADLOOM CARPET SY 13.13$ 39%8.00$ 54531 NATURES CRAFT CLASSICBAC®BROADLOOM CARPET SY 34.67$ 43%19.75$ 54720 NEST ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.93$ 33%16.63$ 54719 NEST STALOK®BROADLOOM CARPET SY 20.36$ 41%12.06$ 54793 NEW BASICS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ 54705 NEW BAY CLASSICBAC®BROADLOOM CARPET SY 17.26$ 39%10.50$ 54794 NEW STATEMENT CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ 54795 NEW TRADE CLASSICBAC®BROADLOOM CARPET SY 14.16$ 39%8.63$ 54792 NEW WORKS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ 54097 NEXT GENERATION CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ J0069 NO LIMITS STALOK®BROADLOOM CARPET SY 20.36$ 35%13.25$ 54777 OGEE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54802 ON SITE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.20$ 54803 ON TARGET CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.33$ 54801 ON THE MOVE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 35%9.52$ 54790 POWER UP CLASSICBAC®BROADLOOM CARPET SY 12.98$ 40%7.80$ 54510 PRIMUS CLASSICBAC®BROADLOOM CARPET SY 35.41$ 38%21.99$ J0124 RELAY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 36%12.67$ 54760 REMIX CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54761 RESTYLE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54762 REVAMP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54043 ROUSING REVIEW CLASSICBAC®BROADLOOM CARPET SY 25.97$ 45%14.35$ 54452 RUSH DELIVERY CLASSICBAC®BROADLOOM CARPET SY 14.31$ 30%9.98$ 54028 SABLE ISLAND CLASSICBAC®BROADLOOM CARPET SY 23.16$ 43%13.20$ 54721 SCOREBOARD II 26 CLASSICBAC®BROADLOOM CARPET SY 13.72$ 35%8.94$ 54677 SCOREBOARD II 26 STALOK®BROADLOOM CARPET SY 14.61$ 36%9.36$ 54675 SCOREBOARD II 28 CLASSICBAC®BROADLOOM CARPET SY 14.75$ 37%9.36$ 54676 SCOREBOARD II 28 STALOK®BROADLOOM CARPET SY 15.64$ 38%9.77$ 54707 SCOTTISH PLAID II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ Q0617 SEQUENCE CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ Q0618 SEQUENCE UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ 54770 SIGN ON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54772 SIGN OUT CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54771 SIGN UP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54288 SOUND ADVICE BL CLASSICBAC®BROADLOOM CARPET SY 14.31$ 33%9.57$ 54450 SPEAK EASY CLASSICBAC®BROADLOOM CARPET SY 19.33$ 35%12.52$ 54446 SPEAK FREELY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 32%13.35$ 54445 SPEAK OUT CLASSICBAC®BROADLOOM CARPET SY 19.77$ 33%13.20$ 54451 SPEAK UP CLASSICBAC®BROADLOOM CARPET SY 16.23$ 35%10.50$ 54602 SPOT LIGHT CLASSICBAC®BROADLOOM CARPET SY 24.79$ 36%15.92$ 54832 SQUARE DEAL STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ 54694 SUCCESSION II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 32.61$ 41%19.13$ 54518 SUITE RETREAT CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ 54494 TA DA CLASSICBAC®BROADLOOM CARPET SY 33.93$ 43%19.23$ 54660 TAKING NAMES CLASSICBAC®BROADLOOM CARPET SY 10.92$ 40%6.59$ 54708 TICKER TAPE II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ 54579 UNISON STALOK®BROADLOOM CARPET SY 21.98$ 37%13.95$ 54850 VINTAGE WEAVE BROADLOOM CARPET SY 23.46$ 26%17.26$ 54269 VOCATION III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ 54270 VOCATION III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ 54271 VOCATION III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ 54496 WONDERMENT CLASSICBAC®BROADLOOM CARPET SY 34.08$ 43%19.33$ 54505 ZEBRA CLASSICBAC®BROADLOOM CARPET SY 27.74$ 44%15.59$ 54778 ZEST CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54535 ZESTY ZEBRA CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ 54779 ZING CLASSICBAC®BROADLOOM CARPET SY 17.70$ 40%10.60$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 TILE 54474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ 54588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ 54436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 25%23.31$ 54848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ 54847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ 54596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ 54480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ 54806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 27%16.83$ J0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 28%23.54$ J0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 21%25.31$ 54459 CHATTERBOX ECOWORX® TILE MODULAR CARPET TILE SY 25.97$ 19%21.07$ 54870 CHISELED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY)MODULAR CARPET TILE SY 54.02$ 49%27.55$ 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 50%26.40$ 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 42.49$ 28%30.57$ 54784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 26%24.22$ 54816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 25%17.45$ 54871 CRACKLED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ 54841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ 54813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ 54904 DECLARE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ 54905 DISCLOSE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ 54906 DOCUMENT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ 54857 DYNAMO STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ 54757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ 54565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%20.97$ 54872 FRACTURED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ 54520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.19$ 54844 GENIUS STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ 54874 HARMONY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ 54500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 34%24.67$ 54895 HIPSTER STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ 54491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 16%20.58$ J0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ 54752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 30%22.97$ 54845 INTELLECT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ J0135 INTERMIX ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ 54814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ 54833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ 54733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 25%28.29$ 54734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 27%17.88$ 54781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 32%18.92$ 54875 MEDLEY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ 54458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 31%25.77$ 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.21$ 26%21.54$ 54594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 27.59$ 27%20.17$ 54589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ J0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ 54896 OFF BEAT STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ 54842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ J0136 QUICK CHANGE ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ 54843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ J0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ J0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ J0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 31%26.00$ 54758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ 54876 RHYTHM ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ 54834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ J0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 27%24.10$ 54811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ 54488 SOUND ADVICE ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ 54564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%21.02$ 54587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 32%30.46$ 54860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ 54727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 36%30.56$ 54810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ 54695 SUCCESSION ECOWORX® TILE MODULAR CARPET TILE SY 42.05$ 41%24.74$ 54440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 20%22.71$ J0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 24%24.35$ 54861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ 54849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ 54748 TRAVERSE ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ 54749 TREAD ON ME ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ 54754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ 54521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.23$ 54475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ 54804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 34.52$ 38%21.31$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 54755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ 54897 WILDSTYLE STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ 54492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 22%19.27$ 54756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ 54796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 30%20.06$ PERFORMANCE TURF54712 ADRENALINE 5MM BROADLOOM CARPET SY 50.46$ 34%33.37$ 54653 ADRENALINE UNITARY BROADLOOM CARPET SY 34.67$ 35%22.45$ 54731 FREE TIME 5MM BROADLOOM CARPET SY 47.80$ 33%31.81$ 54732 FREE TIME UNITARY BROADLOOM CARPET SY 30.39$ 31%21.00$ 54716 INTENSIFY UNITARY BROADLOOM CARPET SY 29.21$ 38%17.98$ 54743 LAUNCH UNITARY BROADLOOM CARPET SY 25.08$ 43%14.35$ RESILIENT5456V BEYOND STONE MODULAR RESILIENT SF 4.44$ 47%2.37$ 5401V BOSK MODULAR RESILIENT SF 2.86$ 44%1.61$ 5402V BOSK PRO 4"MODULAR RESILIENT SF 2.89$ 7%2.68$ 5413V BOSK PRO 6"MODULAR RESILIENT SF 2.84$ 6%2.68$ 5441V BURNISHED MODULAR RESILIENT SF 3.52$ 17%2.92$ 5520V BY THE GROVE SD MODULAR RESILIENT SF 4.92$ 53%2.32$ 5528V COLORWASHED MODULAR RESILIENT SF 4.61$ 42%2.69$ 5423V CONNECTION 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ 5424V CONNECTION 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ 5400V FRESCO MODULAR RESILIENT SF 2.85$ 6%2.68$ 5533V G-FORCE 12 MODULAR RESILIENT SF 2.02$ 31%1.40$ 5545V G-FORCE 20 MODULAR RESILIENT SF 3.59$ 34%2.36$ 5468V IN THE GRAIN MODULAR RESILIENT SF 3.30$ 57%1.41$ 5472V IN THE GRAIN 20 MODULAR RESILIENT SF 5.50$ 53%2.58$ 5524V IN THE GRAIN II 12 MODULAR RESILIENT SF 3.30$ 56%1.46$ 5525V IN THE GRAIN II 20 MODULAR RESILIENT SF 5.50$ 59%2.24$ 5536V IN THE GRAIN II 30 MODULAR RESILIENT SF 5.10$ 47%2.70$ 5542V IN THE GRAIN II WPC MODULAR RESILIENT SF 6.00$ 50%3.02$ 5521V IN THE PARK SD MODULAR RESILIENT SF 4.34$ 52%2.08$ 5443V IT'S A SNAP MODULAR RESILIENT SF 4.20$ 27%3.05$ 5543V LINE OF SIGHT MODULAR RESILIENT SF 6.00$ 50%3.02$ 5452V MARBLED MODULAR RESILIENT SF 2.30$ 14%1.98$ 5453V MARBLED 20 MODULAR RESILIENT SF 3.00$ 9%2.74$ 5513V MESA TRAIL MODULAR RESILIENT SF 3.34$ 45%1.85$ 5471V ORGANIC STRUCTURE SHEET RESILIENT SY 48.80$ 46%26.57$ 5425V PERSONALITY MODULAR RESILIENT SF 2.15$ 31%1.49$ 5442V PERSONALITY 20 MODULAR RESILIENT SF 3.11$ 10%2.81$ 5544V REVIVAL MODULAR RESILIENT SF 5.10$ 47%2.70$ 5512V SIERRA TRACE MODULAR RESILIENT SF 4.25$ 35%2.75$ 5404V SOLACE WR 180'SHEET RESILIENT SY 72.04$ 40%42.99$ 5470V SOLID STRUCTURE SHEET RESILIENT SY 51.50$ 46%27.81$ 5458V STONE EFFECTS MODULAR RESILIENT SF 4.84$ 36%3.11$ 5457V STONE MASTER MODULAR RESILIENT SF 4.84$ 36%3.11$ 5454V SUEDED MODULAR RESILIENT SF 3.00$ 9%2.74$ 5522V UNDER THE CANOPY SD MODULAR RESILIENT SF 5.23$ 55%2.35$ 5459V WOOD MIX MODULAR RESILIENT SF 4.84$ 41%2.88$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800)ADHESIVE - BROADLOOM 4 GAL PAIL 58.33$ 11%51.64$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000)ADHESIVE - BROADLOOM 1 QT BOTTLE 13.04$ 12%11.48$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R)ADHESIVE - BROADLOOM EA 214.94$ 19%173.18$ 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W)ADHESIVE - BROADLOOM/TILE EA 214.94$ 19%173.18$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 13%81.54$ N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001)ADHESIVE - BROADLOOM 1 GAL PAIL 26.73$ 12%23.50$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R)ADHESIVE - BROADLOOM 4 GAL PAIL 99.68$ 9%90.88$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 16%79.54$ G7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM 2 GAL PAIL 103.12$ 11%91.33$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ G9000 9000 - BARRIER COAT (BROADLOOM D9000)ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 13%205.17$ G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050)ADHESIVE - BROADLOOM 4 GAL PAIL 95.69$ 37%60.29$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC)ADHESIVE - BROADLOOM ROLL 409.08$ 15%346.08$ 5017V CARPET REDUCER 5/16"ADHESIVE - BROADLOOM BOX (3/BOX)82.20$ 14%71.07$ 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600)ADHESIVE - BROADLOOM 4 GAL PAIL 73.33$ 32%49.53$ 5000V GROUNDWORKS JUMBO ROLL ADHESIVE - BROADLOOM ROLL (450 SF)423.26$ 26%313.95$ 2U108 GROUNDWORKS STANDARD ROLL 5430V RESILIENT ROLL (100 SF)75.00$ 9%68.24$ 1U993 HUSH II 5428V ADHESIVE ROLL (280 SF)390.10$ 40%232.85$ LOKS4 LOK DOT HALF SLEEVE LOK4D ADHESIVE EA 225.00$ 23%173.25$ LOKWO LOK WORX ADHESIVE SQUARES LWRX1 ADHESIVE EA 213.96$ 19%172.39$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR)ADHESIVE - BROADLOOM SLEEVE (250 SY)375.00$ 8%346.50$ LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA)ADHESIVE - BROADLOOM SLEEVE (250 SY)82.10$ 16%69.30$ G9125 MOISTURE TEK 9125R ADHESIVE KIT 887.18$ 19%714.79$ 9125U MOISTURE TEK 9125W, 9125T ADHESIVE KIT 887.18$ 19%714.79$ 8U124 PINLESS METAL TRACK (RESILIENT 5012V)ADHESIVE - RESILIENT BOX (3/BOX)96.00$ 40%57.91$ 5022V QUARTER ROUND PROFILE RUBBER RESILIENT BOX (12/BOX)192.00$ 39%116.98$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V)ADHESIVE - RESILIENT BOX (3/BOX)126.00$ 39%76.77$ 5003V SHAW 200 1 GALLON ADHESIVE - BROADLOOM 1 GAL PAIL 45.43$ 12%39.95$ 5004V SHAW 200 4 GALLON ADHESIVE - BROADLOOM 4 GAL PAIL 110.00$ 3%106.26$ 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V)ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ 1U865 SHAW 4100 - 1 GAL 5407V ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ 5405V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 5406V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ VS176 TRANSITION TAPE (RESILIENT 5011V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ D7303 TURF SEAMING TAPE ADHESIVE - BROADLOOM EA 138.54$ 30%97.61$ D7302 TURF SEAMING TAPE ADHESIVE ADHESIVE - BROADLOOM EA 124.67$ 30%87.84$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V)TILE ROLL 897.50$ 12%786.56$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V)TILE ROLL 2,556.25$ 12%2,252.25$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V)TILE ROLL 71.25$ 12%62.37$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V)TILE ROLL $ 88.75 13% $ 77.39 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V)TILE ROLL $ 86.25 13% $ 75.08 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD)BROADLOOM 54851 ANTIQUE CHARM BROADLOOM CARPET SY 22.93$ Q8005 ARTISTIC IMPRES BROADLOOM CARPET SY 33.02$ 50396 AYERS HALL II SOFTBAC BROADLOOM CARPET SY 17.96$ J0064 BAYTOWNE III 30 CLASSICBAC®BROADLOOM CARPET SY 16.35$ J0065 BAYTOWNE III 36 CLASSICBAC®BROADLOOM CARPET SY 20.11$ 54807 BE OPEN STALOK®BROADLOOM CARPET SY 15.75$ 54808 BE PRESENT STALOK®BROADLOOM CARPET SY 15.75$ 54809 BE REAL STALOK®BROADLOOM CARPET SY 15.75$ 54692 BEACON II DUROGEN RUBBER BROADLOOM CARPET SY 11.60$ 54776 BIRD'S EYE CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54600 BOX SUITE CLASSICBAC®BROADLOOM CARPET SY 32.46$ J0102 BROADCAST STALOK®BROADLOOM CARPET SY 17.97$ 54738 CALM CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54739 CALM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.45$ 54214 CAMDEN HARBOR II CLASSICBAC®BROADLOOM CARPET SY 14.78$ 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM BROADLOOM CARPET SY 20.86$ 54215 CAMDEN HARBOR II UNITARY BROADLOOM CARPET SY 15.63$ 54508 CAMOUFLAGE CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54706 CANNONBORO CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54280 CAPITAL III CLASSICBAC®BROADLOOM CARPET SY 14.80$ 54282 CAPITAL III STALOK®BROADLOOM CARPET SY 27.92$ 54281 CAPITAL III UNITARY BROADLOOM CARPET SY 15.27$ J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.21$ J0112 CHANGE IN ATTITUDE STALOK®BROADLOOM CARPET SY 18.28$ 54509 CHEETAH CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54852 CLASSIC TRADITION BROADLOOM CARPET SY 22.93$ 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY)BROADLOOM CARPET SY 19.79$ 54812 COLOR GRID STALOK®BROADLOOM CARPET SY 15.06$ 54693 COMMONS II DUROGEN RUBBER BROADLOOM CARPET SY 15.89$ J0181 CUTAWAY CLASSICBAC®BROADLOOM CARPET SY 13.68$ 54605 DATE NIGHT CLASSICBAC®BROADLOOM CARPET SY 20.81$ 54029 DATELINE CLASSICBAC®BROADLOOM CARPET SY 21.06$ 54823 DATELINE TODAY STALOK®BROADLOOM CARPET SY 16.05$ J0182 DIAGRAM CLASSICBAC®BROADLOOM CARPET SY 13.68$ 54613 DINE OUT CLASSICBAC®BROADLOOM CARPET SY 32.33$ 54416 DIRECT LINK STALOK®BROADLOOM CARPET SY 15.90$ J0078 DIVIDEND 26 CLASSICBAC®BROADLOOM CARPET SY 13.77$ J0079 DIVIDEND 26 UNITARY BROADLOOM CARPET SY 15.21$ J0080 DIVIDEND 28 CLASSICBAC®BROADLOOM CARPET SY 14.69$ Q0421 ELEMENTS CLASSICBAC®BROADLOOM CARPET SY 26.57$ 54255 EMPHATIC 30 II CLASSICBAC®BROADLOOM CARPET SY 16.35$ 54256 EMPHATIC 36 II CLASSICBAC®BROADLOOM CARPET SY 20.11$ J0186 ENCHANT STALOK®BROADLOOM CARPET SY 16.16$ J0185 EVOKE STALOK®BROADLOOM CARPET SY 16.16$ 54615 EXPECTED GUEST CLASSICBAC®BROADLOOM CARPET SY 32.33$ 54530 EYES ON YOU CLASSICBAC®BROADLOOM CARPET SY 26.25$ 54907 FACT CLASSICBAC®BROADLOOM CARPET SY 9.04$ 54831 FAIR SHAKE STALOK®BROADLOOM CARPET SY 12.67$ 54533 FEATHER TAIL CLASSICBAC®BROADLOOM CARPET SY 26.25$ 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 20.17$ 54745 FRANCHISE II 26 STALOK®BROADLOOM CARPET SY 15.83$ 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 21.00$ 54744 FRANCHISE II 28 STALOK®BROADLOOM CARPET SY 16.85$ 54210 FRANCHISE STALOK®BROADLOOM CARPET SY 15.83$ 54775 FRET CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54908 FUNCTION CLASSICBAC®BROADLOOM CARPET SY 9.04$ J0060 FUNCTIONAL CLASSICBAC®BROADLOOM CARPET SY 16.13$ 54644 FUTURE GENERATIONS CLASSICBAC®BROADLOOM CARPET SY 19.06$ 54740 GATHER CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.45$ 54507 GIRAFFE CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54504 GROMMETS CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54514 HIDEAWAYS CLASSICBAC®BROADLOOM CARPET SY 32.05$ 54417 HOT CIRCUIT STALOK®BROADLOOM CARPET SY 18.59$ 54502 HOT SPOT CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54578 IN HARMONY STALOK®BROADLOOM CARPET SY 18.47$ 54603 IN-CROWD CLASSICBAC®BROADLOOM CARPET SY 32.46$ 54534 INS AND OUTS CLASSICBAC®BROADLOOM CARPET SY 26.25$ Q0420 INSPIRED CLASSICBAC®BROADLOOM CARPET SY 21.87$ J0059 JARGON CLASSICBAC®BROADLOOM CARPET SY 15.90$ 54495 JOKERS WILD CLASSICBAC®BROADLOOM CARPET SY 25.56$ 54098 LATEST TREND CLASSICBAC®BROADLOOM CARPET SY 26.57$ 54266 LEGEND FALLS CLASSICBAC®BROADLOOM CARPET SY 23.99$ 54735 LIVE CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.45$ 54704 LORING WOODS CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54532 LOWLAND CLASSICBAC®BROADLOOM CARPET SY 26.25$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 54046 MAJOR EVENT CLASSICBAC®BROADLOOM CARPET SY 15.29$ 54066 MAJOR EVENT UNITARY BROADLOOM CARPET SY 15.76$ 54604 MAKE THE SCENE CLASSICBAC®BROADLOOM CARPET SY 27.97$ 54516 MASTERS CLASSICBAC®BROADLOOM CARPET SY 32.05$ 234MC METROWALL II UNITARY BROADLOOM CARPET SY 21.90$ 54411 METRO LIFE CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54207 MODERN TRADITIONS STALOK®BROADLOOM CARPET SY 17.84$ 54593 MULTIPLICITY CLASSICBAC®BROADLOOM CARPET SY 10.64$ 54531 NATURES CRAFT CLASSICBAC®BROADLOOM CARPET SY 26.25$ 54720 NEST ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 22.10$ 54719 NEST STALOK®BROADLOOM CARPET SY 16.02$ 54793 NEW BASICS CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54705 NEW BAY CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54794 NEW STATEMENT CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54795 NEW TRADE CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54792 NEW WORKS CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54097 NEXT GENERATION CLASSICBAC®BROADLOOM CARPET SY 21.87$ J0069 NO LIMITS STALOK®BROADLOOM CARPET SY 17.61$ 54777 OGEE CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54802 ON SITE CLASSICBAC®BROADLOOM CARPET SY 10.90$ 54803 ON TARGET CLASSICBAC®BROADLOOM CARPET SY 11.07$ 54801 ON THE MOVE CLASSICBAC®BROADLOOM CARPET SY 12.65$ 54790 POWER UP CLASSICBAC®BROADLOOM CARPET SY 10.36$ 54510 PRIMUS CLASSICBAC®BROADLOOM CARPET SY 29.23$ J0124 RELAY CLASSICBAC®BROADLOOM CARPET SY 16.84$ 54760 REMIX CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54761 RESTYLE CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54762 REVAMP CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54043 ROUSING REVIEW CLASSICBAC®BROADLOOM CARPET SY 19.06$ 54452 RUSH DELIVERY CLASSICBAC®BROADLOOM CARPET SY 13.26$ 54028 SABLE ISLAND CLASSICBAC®BROADLOOM CARPET SY 17.54$ 54721 SCOREBOARD II 26 CLASSICBAC®BROADLOOM CARPET SY 11.88$ 54677 SCOREBOARD II 26 STALOK®BROADLOOM CARPET SY 12.43$ 54675 SCOREBOARD II 28 CLASSICBAC®BROADLOOM CARPET SY 12.43$ 54676 SCOREBOARD II 28 STALOK®BROADLOOM CARPET SY 12.99$ 54707 SCOTTISH PLAID II CLASSICBAC®BROADLOOM CARPET SY 13.95$ Q0617 SEQUENCE CLASSICBAC®BROADLOOM CARPET SY 15.29$ Q0618 SEQUENCE UNITARY BROADLOOM CARPET SY 15.76$ 54770 SIGN ON CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54772 SIGN OUT CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54771 SIGN UP CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54288 SOUND ADVICE BL CLASSICBAC®BROADLOOM CARPET SY 12.72$ 54450 SPEAK EASY CLASSICBAC®BROADLOOM CARPET SY 16.64$ 54446 SPEAK FREELY CLASSICBAC®BROADLOOM CARPET SY 17.74$ 54445 SPEAK OUT CLASSICBAC®BROADLOOM CARPET SY 17.54$ 54451 SPEAK UP CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54602 SPOT LIGHT CLASSICBAC®BROADLOOM CARPET SY 21.15$ 54832 SQUARE DEAL STALOK®BROADLOOM CARPET SY 12.67$ 54694 SUCCESSION II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 25.42$ 54518 SUITE RETREAT CLASSICBAC®BROADLOOM CARPET SY 32.05$ 54494 TA DA CLASSICBAC®BROADLOOM CARPET SY 25.56$ 54660 TAKING NAMES CLASSICBAC®BROADLOOM CARPET SY 8.76$ 54708 TICKER TAPE II CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54579 UNISON STALOK®BROADLOOM CARPET SY 18.54$ 54850 VINTAGE WEAVE BROADLOOM CARPET SY 22.93$ 54269 VOCATION III 26 CLASSICBAC®BROADLOOM CARPET SY 13.77$ 54270 VOCATION III 26 UNITARY BROADLOOM CARPET SY 15.21$ 54271 VOCATION III 28 CLASSICBAC®BROADLOOM CARPET SY 14.69$ 54496 WONDERMENT CLASSICBAC®BROADLOOM CARPET SY 25.69$ 54505 ZEBRA CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54778 ZEST CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54535 ZESTY ZEBRA CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54779 ZING CLASSICBAC®BROADLOOM CARPET SY 14.09$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 TILE 54474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 28.75$ 54588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.26$ 54436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 30.97$ 54848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 54847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 54596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 54480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 27.57$ 54806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 22.36$ J0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 31.28$ J0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 33.63$ 54459 CHATTERBOX ECOWORX® TILE MODULAR CARPET TILE SY 28.00$ 54870 CHISELED STRATAWORX® TILE MODULAR CARPET TILE SY 20.16$ 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY)MODULAR CARPET TILE SY 36.61$ 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 35.09$ 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.62$ 54784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.19$ 54871 CRACKLED STRATAWORX® TILE MODULAR CARPET TILE SY 20.16$ 54841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 28.81$ 54813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 26.66$ 54904 DECLARE STRATAWORX® TILE MODULAR CARPET TILE SY 17.58$ 54905 DISCLOSE STRATAWORX® TILE MODULAR CARPET TILE SY 17.58$ 54906 DOCUMENT STRATAWORX® TILE MODULAR CARPET TILE SY 17.58$ 54857 DYNAMO STRATAWORX® TILE MODULAR CARPET TILE SY 16.70$ 54757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 27.87$ 54872 FRACTURED STRATAWORX® TILE MODULAR CARPET TILE SY 20.16$ 54520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 29.49$ 54844 GENIUS STRATAWORX® TILE MODULAR CARPET TILE SY 16.70$ 54874 HARMONY ECOWORX® TILE MODULAR CARPET TILE SY 33.37$ 54500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 32.79$ 54895 HIPSTER STRATAWORX® TILE MODULAR CARPET TILE SY 18.98$ 54491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ J0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 54752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.53$ 54845 INTELLECT STRATAWORX® TILE MODULAR CARPET TILE SY 16.70$ J0135 INTERMIX ECOWORX® TILE MODULAR CARPET TILE SY 28.75$ 54814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 26.66$ 54833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 30.89$ 54733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.59$ 54734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 23.76$ 54781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 25.14$ 54875 MEDLEY ECOWORX® TILE MODULAR CARPET TILE SY 33.37$ 54458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 34.24$ 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 28.63$ 54594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 26.80$ 54589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 29.26$ J0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 54896 OFF BEAT STRATAWORX® TILE MODULAR CARPET TILE SY 18.98$ 54842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 28.81$ J0136 QUICK CHANGE ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 54843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 28.81$ J0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ J0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ J0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 34.55$ 54758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54876 RHYTHM ECOWORX® TILE MODULAR CARPET TILE SY 33.37$ 54834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 30.89$ J0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.03$ 54811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 24.45$ 54488 SOUND ADVICE ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 54564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 27.94$ 54587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 54860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.55$ 54727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 40.61$ 54810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 24.45$ 54695 SUCCESSION ECOWORX® TILE MODULAR CARPET TILE SY 32.88$ 54440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 30.18$ J0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.36$ 54861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.55$ 54849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 54748 TRAVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 54749 TREAD ON ME ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 54754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 29.55$ 54475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 54804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 28.32$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 54755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54897 WILDSTYLE STRATAWORX® TILE MODULAR CARPET TILE SY 18.98$ 54492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 25.60$ 54756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 26.66$ PERFORMANCE TURF54712 ADRENALINE 5MM BROADLOOM CARPET SY 44.34$ 54653 ADRENALINE UNITARY BROADLOOM CARPET SY 29.84$ 54731 FREE TIME 5MM BROADLOOM CARPET SY 42.27$ 54732 FREE TIME UNITARY BROADLOOM CARPET SY 27.91$ 54716 INTENSIFY UNITARY BROADLOOM CARPET SY 23.90$ 54743 LAUNCH UNITARY BROADLOOM CARPET SY 19.06$ RESILIENT5456V BEYOND STONE MODULAR RESILIENT SF 3.35$ 5401V BOSK MODULAR RESILIENT SF 2.27$ 5402V BOSK PRO 4"MODULAR RESILIENT SF 3.79$ 5413V BOSK PRO 6"MODULAR RESILIENT SF 3.79$ 5441V BURNISHED MODULAR RESILIENT SF 4.14$ 5520V BY THE GROVE SD MODULAR RESILIENT SF 3.28$ 5528V COLORWASHED MODULAR RESILIENT SF 3.80$ 5423V CONNECTION 4"MODULAR RESILIENT SF 3.79$ 5424V CONNECTION 6"MODULAR RESILIENT SF 3.79$ 5400V FRESCO MODULAR RESILIENT SF 3.79$ 5533V G-FORCE 12 MODULAR RESILIENT SF 1.98$ 5545V G-FORCE 20 MODULAR RESILIENT SF 3.34$ 5468V IN THE GRAIN MODULAR RESILIENT SF 1.99$ 5472V IN THE GRAIN 20 MODULAR RESILIENT SF 3.65$ 5524V IN THE GRAIN II 12 MODULAR RESILIENT SF 2.07$ 5525V IN THE GRAIN II 20 MODULAR RESILIENT SF 3.17$ 5536V IN THE GRAIN II 30 MODULAR RESILIENT SF 3.82$ 5542V IN THE GRAIN II WPC MODULAR RESILIENT SF 4.27$ 5521V IN THE PARK SD MODULAR RESILIENT SF 2.94$ 5443V IT'S A SNAP MODULAR RESILIENT SF 4.32$ 5543V LINE OF SIGHT MODULAR RESILIENT SF 4.66$ 5452V MARBLED MODULAR RESILIENT SF 2.80$ 5453V MARBLED 20 MODULAR RESILIENT SF 3.87$ 5513V MESA TRAIL MODULAR RESILIENT SF 2.62$ 5471V ORGANIC STRUCTURE SHEET RESILIENT SY 37.60$ 5425V PERSONALITY MODULAR RESILIENT SF 2.11$ 5442V PERSONALITY 20 MODULAR RESILIENT SF 3.97$ 5544V REVIVAL MODULAR RESILIENT SF 4.37$ 5512V SIERRA TRACE MODULAR RESILIENT SF 3.89$ 5404V SOLACE WR 180'SHEET RESILIENT SY 60.84$ 5470V SOLID STRUCTURE MODULAR RESILIENT SY 39.36$ 5458V STONE EFFECTS MODULAR RESILIENT SF 4.40$ 5457V STONE MASTER MODULAR RESILIENT SF 4.40$ 5454V SUEDED MODULAR RESILIENT SF 3.87$ 5522V UNDER THE CANOPY SD MODULAR RESILIENT SF 3.33$ 5459V WOOD MIX MODULAR RESILIENT SF 4.07$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000)ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036)ADHESIVE - BROADLOOM 4 GAL PAIL 66.77$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200)ADHESIVE - BROADLOOM 4 GAL PAIL 46.97$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800)ADHESIVE - BROADLOOM 4 GAL PAIL 68.63$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V)ADHESIVE - RESILIENT ROLL (120 LF)130.19$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000)ADHESIVE - BROADLOOM 1 QT BOTTLE 15.26$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R)ADHESIVE - BROADLOOM EA 230.14$ 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W)ADHESIVE - BROADLOOM/TILE EA 230.14$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000)ADHESIVE - BROADLOOM 4 GAL PAIL 108.37$ N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001)ADHESIVE - BROADLOOM 1 GAL PAIL 31.24$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R)ADHESIVE - BROADLOOM 4 GAL PAIL 120.77$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100)ADHESIVE - BROADLOOM 4 GAL PAIL 105.71$ G7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM 2 GAL PAIL 121.37$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300)ADHESIVE - BROADLOOM 8 OZ BOTTLE 9.09$ G9000 9000 - BARRIER COAT (BROADLOOM D9000)ADHESIVE - BROADLOOM 2.5 GAL PAIL 272.67$ G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050)ADHESIVE - BROADLOOM 4 GAL PAIL 80.12$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC)ADHESIVE - BROADLOOM ROLL 459.93$ 5017V CARPET REDUCER 5/16"ADHESIVE - BROADLOOM BOX (3/BOX)94.44$ 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V)ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600)ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ 5000V GROUNDWORKS JUMBO ROLL ADHESIVE - BROADLOOM ROLL (450 SF)413.09$ 2U108 GROUNDWORKS STANDARD ROLL 5430V RESILIENT ROLL (100 SF)90.68$ 1U993 HUSH II 5428V ADHESIVE ROLL (280 SF)329.56$ LOKS4 LOK DOT HALF SLEEVE LOK4D ADHESIVE EA 230.24$ LOKWO LOK WORX ADHESIVE SQUARES LWRX1 ADHESIVE EA 229.10$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR)ADHESIVE - BROADLOOM SLEEVE (250 SY)460.48$ LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA)ADHESIVE - BROADLOOM SLEEVE (250 SY)92.10$ G9125 MOISTURE TEK 9125R ADHESIVE KIT 949.91$ 9125U MOISTURE TEK 9125W, 9125T ADHESIVE KIT 949.91$ 8U124 PINLESS METAL TRACK (RESILIENT 5012V)ADHESIVE - RESILIENT BOX (3/BOX)76.96$ 5022V QUARTER ROUND PROFILE RUBBER RESILIENT BOX (12/BOX)155.46$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V)ADHESIVE - RESILIENT BOX (3/BOX)102.03$ 5003V SHAW 200 1 GALLON ADHESIVE - BROADLOOM 1 GAL PAIL 52.57$ 5004V SHAW 200 4 GALLON ADHESIVE - BROADLOOM 4 GAL PAIL 139.82$ 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V)ADHESIVE 1 GAL PAIL 55.49$ 1U865 SHAW 4100 - 1 GAL 5407V ADHESIVE 1 GAL PAIL 55.49$ 5405V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 5406V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V)RESILIENT BOX (3/BOX)71.13$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V)RESILIENT BOX (3/BOX)82.78$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V)RESILIENT BOX (3/BOX)90.36$ VS176 TRANSITION TAPE (RESILIENT 5011V)RESILIENT ROLL (25 FT)12.56$ D7303 TURF SEAMING TAPE ADHESIVE - BROADLOOM EA 129.72$ D7302 TURF SEAMING TAPE ADHESIVE ADHESIVE - BROADLOOM EA 116.73$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V)TILE ROLL 1,045.29$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V)TILE ROLL 2,993.12$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V)TILE ROLL 82.89$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V)TILE ROLL $ 102.84 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V)TILE ROLL $ 99.77 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V)ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Shaw Contract BROADLOOM 5A046 3SQUARE ULTRALOC®BROADLOOM CARPET SY 48.54$ 51%23.98$ $ 4.80 1.15$ 29.92$ 60728 ACCOMPLISH CLASSICBAC®BROADLOOM CARPET SY 24.14$ 42%14.06$ $ 2.81 1.15$ 18.02$ 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.42$ 42%18.11$ $ 3.62 1.15$ 22.88$ 5A253 ACCORD CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ $ 1.65 1.15$ 11.04$ 60283 AMBITION II CLASSICBAC®BROADLOOM CARPET SY 6.47$ 34%4.26$ $ 0.85 1.15$ 6.26$ 5A240 AMBITION III 20 CLASSICBAC®BROADLOOM CARPET SY 8.91$ 34%5.90$ $ 1.18 1.15$ 8.23$ 5A241 AMBITION III 26 CLASSICBAC®BROADLOOM CARPET SY 10.53$ 32%7.15$ $ 1.43 1.15$ 9.73$ 5A252 AMEND CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ $ 1.65 1.15$ 11.04$ 5A176 AMPLIFY ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.46$ $ 3.49 1.15$ 22.11$ 5A208 ARTISAN LOOM ULTRALOC®BROADLOOM CARPET SY 61.69$ 45%33.68$ $ 6.74 1.15$ 41.57$ 60759 ASPIRE CLASSICBAC®BROADLOOM CARPET SY 26.63$ 41%15.58$ $ 3.12 1.15$ 19.85$ 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 41%19.70$ $ 3.94 1.15$ 24.80$ 60563 ASSOCIATE ULTRALOC®BROADLOOM CARPET SY 18.69$ 42%10.87$ $ 2.17 1.15$ 14.19$ 732V5 AT EASE 39 SoftBac BROADLOOM CARPET SY 25.93$ 29%18.30$ $ 3.66 1.15$ 23.10$ 732W6 AT EASE 49 SoftBac BROADLOOM CARPET SY 29.26$ 27%21.36$ $ 4.27 1.15$ 26.78$ 5A219 BASE METAL WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 47%63.48$ $ 12.70 1.15$ 77.32$ 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 46.84$ 42%27.39$ $ 5.48 1.15$ 34.01$ 60785 BATIK ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5B094 BELLCOURT CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 5A243 BEYOND ULTRALOC®BROADLOOM CARPET SY 53.40$ 46%29.07$ $ 5.81 1.15$ 36.04$ 5A235 BIRCH CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ $ 2.34 1.15$ 15.22$ 5A125 BLOG CLASSICBAC®BROADLOOM CARPET SY 20.34$ 31%14.11$ $ 2.82 1.15$ 18.09$ 5A126 BLOG ULTRLOC®BROADLOOM CARPET SY 23.16$ 42%13.47$ $ 2.69 1.15$ 17.31$ 5A130 BLOOM PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 50%47.24$ $ 9.45 1.15$ 57.84$ 60746 BON JOUR II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ $ 4.99 1.15$ 31.09$ 5A236 BOTAN ULTRALOC®BROADLOOM CARPET SY 30.45$ 39%18.58$ $ 3.72 1.15$ 23.45$ 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.15$ 42%21.07$ $ 4.21 1.15$ 26.43$ 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.67$ 39%23.46$ $ 4.69 1.15$ 29.30$ 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.12$ 48%16.60$ $ 3.32 1.15$ 21.07$ 5A211 CHOK LOOM ULTRALOC®BROADLOOM CARPET SY 63.06$ 47%33.68$ $ 6.74 1.15$ 41.57$ 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.41$ 38%21.21$ $ 4.24 1.15$ 26.60$ 7P352 COLONEL CLASSICBAC®BROADLOOM CARPET SY 11.25$ 37%7.13$ $ 1.43 1.15$ 9.70$ 60550 CONSTELLATION ULTRLOC®BROADLOOM CARPET SY 27.25$ 42%15.68$ $ 3.14 1.15$ 19.97$ 5A213 CONTE' ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ $ 3.71 1.15$ 23.38$ 5A186 CONTOUR CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ $ 2.42 1.15$ 15.68$ 5A091 CORDED ULTRALOC®BROADLOOM CARPET SY 34.68$ 52%16.79$ $ 3.36 1.15$ 21.30$ 5A178 CORE ULTRALOC®BROADLOOM CARPET SY 37.53$ 47%19.84$ $ 3.97 1.15$ 24.96$ 5B093 CRANFORD CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 5A092 CROSS STITCH ULTRALOC®BROADLOOM CARPET SY 30.33$ 44%17.00$ $ 3.40 1.15$ 21.55$ 5A048 CROWN COLONY III ULTRALOC®BROADLOOM CARPET SY 72.86$ 58%30.76$ $ 6.15 1.15$ 38.06$ 50912 CULTURE CLASSICBAC®BROADLOOM CARPET SY 20.34$ 40%12.28$ $ 2.46 1.15$ 15.88$ 5A032 DESIGN SERIES V 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ $ 2.46 1.15$ 15.91$ 5A033 DESIGN SERIES V 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ $ 3.03 1.15$ 19.31$ 5A184 DIMENSION ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.84$ $ 2.97 1.15$ 18.96$ 5A065 DIVIDE CLASSICBAC®BROADLOOM CARPET SY 20.12$ 35%13.12$ $ 2.62 1.15$ 16.89$ 5A093 DOUBLE KNIT ULTRALOC®BROADLOOM CARPET SY 40.67$ 51%19.88$ $ 3.98 1.15$ 25.00$ 5A164 ECLECTIC CLASSICBAC®BROADLOOM CARPET SY 19.44$ 41%11.50$ $ 2.30 1.15$ 14.95$ 5A067 EDIT CLASSICBAC®BROADLOOM CARPET SY 20.11$ 33%13.39$ $ 2.68 1.15$ 17.21$ 5A228 EDITION ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ $ 5.99 1.15$ 37.08$ 5A192 EFFECT ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ $ 3.74 1.15$ 23.60$ 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ $ 5.74 1.15$ 35.58$ 5A066 EQUAL CLASSICBAC®BROADLOOM CARPET SY 20.10$ 33%13.49$ $ 2.70 1.15$ 17.34$ 5A214 ERASE ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ $ 3.71 1.15$ 23.38$ 5A242 ESCAPE ULTRALOC®BROADLOOM CARPET SY 31.98$ 44%18.06$ $ 3.61 1.15$ 22.82$ Effective: 8/7/2019 - 8/31/2020 State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 60754 ESSENCE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ $ 4.81 1.15$ 30.03$ 5A188 ESSENTIAL CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ $ 2.07 1.15$ 13.57$ 50913 EVOLUTION CLASSICBAC®BROADLOOM CARPET SY 20.47$ 39%12.49$ $ 2.50 1.15$ 16.13$ 60752 EXPRESSIVE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ $ 4.81 1.15$ 30.03$ 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.45$ 29%18.71$ $ 3.74 1.15$ 23.60$ 5A221 FAULT ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ $ 11.23 1.15$ 68.51$ 5A161 FIBER ECOWORX® BROADLOOM BROADLOOM CARPET SY 49.30$ 48%25.68$ $ 5.14 1.15$ 31.96$ 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.08$ 42%17.89$ $ 3.58 1.15$ 22.62$ 60497 FIELD TRIP ULTRLOC®BROADLOOM CARPET SY 23.54$ 41%13.94$ $ 2.79 1.15$ 17.88$ 5A175 FLARE CLASSICBAC®BROADLOOM CARPET SY 19.56$ 34%12.84$ $ 2.57 1.15$ 16.56$ 5A174 FLICKER CLASSICBAC®BROADLOOM CARPET SY 19.29$ 35%12.61$ $ 2.52 1.15$ 16.29$ 5A129 FLOAT PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.09$ $ 9.42 1.15$ 57.66$ 5A038 FOSSIL CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.24$ $ 2.25 1.15$ 14.64$ 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.51$ 37%21.63$ $ 4.33 1.15$ 27.11$ 5A020 GLOW ULTRALOC®BROADLOOM CARPET SY 49.28$ 55%22.30$ $ 4.46 1.15$ 27.91$ 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.44$ 38%27.07$ $ 5.41 1.15$ 33.64$ 5A153 GRADIENT CLASSICBAC®BROADLOOM CARPET SY 19.58$ 28%14.01$ $ 2.80 1.15$ 17.96$ 7R824 GROUND FORCE CLASSICBAC®BROADLOOM CARPET SY 15.61$ 28%11.25$ $ 2.25 1.15$ 14.65$ 5A190 GROUNDED ULTRALOC®BROADLOOM CARPET SY 38.94$ 39%23.69$ $ 4.74 1.15$ 29.58$ 5A090 GROUNDWORKS III ULTRALOC®BROADLOOM CARPET SY 43.12$ 43%24.57$ $ 4.91 1.15$ 30.63$ 5A234 GROVE CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ $ 2.34 1.15$ 15.22$ 5A237 HANA ULTRALOC®BROADLOOM CARPET SY 30.65$ 39%18.66$ $ 3.73 1.15$ 23.55$ 60127 HARBOR CLASSICBAC®BROADLOOM CARPET SY 15.06$ 43%8.62$ $ 1.72 1.15$ 11.49$ 5B101 HERRINGBONE CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.75$ $ 2.55 1.15$ 16.45$ 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.70$ 43%18.56$ $ 3.71 1.15$ 23.42$ 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.42$ 46%17.50$ $ 3.50 1.15$ 22.15$ 60504 HIT THE BOOKS ULTRLOC®BROADLOOM CARPET SY 24.00$ 39%14.56$ $ 2.91 1.15$ 18.63$ 60114 HOMESTEAD CLASSICBAC®BROADLOOM CARPET SY 11.74$ 35%7.63$ $ 1.53 1.15$ 10.31$ 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 39.76$ 39%24.42$ $ 4.88 1.15$ 30.45$ 60786 IKAT ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A177 ILLUMINATE ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.58$ $ 3.52 1.15$ 22.24$ 60774 IMAGERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 29%13.57$ $ 2.71 1.15$ 17.44$ 5A229 INHERIT ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ $ 5.99 1.15$ 37.08$ 5A193 INLAY ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ $ 3.74 1.15$ 23.60$ 60589 INTERPLAY ULTRLOC®BROADLOOM CARPET SY 20.98$ 45%11.60$ $ 2.32 1.15$ 15.07$ 60777 INTUITION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ $ 4.01 1.15$ 25.20$ 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 37%27.72$ $ 5.54 1.15$ 34.41$ 5B092 KENNEBUNK CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 5A238 KUSA ULTRALOC®BROADLOOM CARPET SY 29.40$ 39%17.94$ $ 3.59 1.15$ 22.67$ 5A159 LANA ECOWORX® BROADLOOM BROADLOOM CARPET SY 59.98$ 45%32.76$ $ 6.55 1.15$ 40.46$ 5A183 LAYER ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.81$ $ 2.96 1.15$ 18.92$ 60787 LINEN ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A140 MAINFRAME ULTRALOC®BROADLOOM CARPET SY 32.97$ 44%18.60$ $ 3.72 1.15$ 23.46$ 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 42%19.27$ $ 3.85 1.15$ 24.27$ 5A165 MELD CLASSICBAC®BROADLOOM CARPET SY 19.62$ 40%11.73$ $ 2.35 1.15$ 15.23$ 5A254 MEMOIRS CLASSICBAC®BROADLOOM CARPET SY 16.92$ 48%8.77$ $ 1.75 1.15$ 11.67$ 5A204 MODIFY CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ $ 2.49 1.15$ 16.10$ 60602 MOMENTUM IV UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ $ 2.30 1.15$ 14.94$ 5A218 MONOLITH WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 46%64.86$ $ 12.97 1.15$ 78.99$ 5B091 MORITZ CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 50875 MOVEMENT ULTRALOC®BROADLOOM CARPET SY 34.50$ 54%15.88$ $ 3.18 1.15$ 20.21$ 5A179 NATURAL SELECTION ULTRALOC®BROADLOOM CARPET SY 83.44$ 49%42.90$ $ 8.58 1.15$ 52.63$ 5A141 NAVIGATE ULTRALOC®BROADLOOM CARPET SY 32.83$ 42%18.97$ $ 3.79 1.15$ 23.91$ 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ $ 5.74 1.15$ 35.58$ 5A187 OUTLINE CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ $ 2.42 1.15$ 15.68$ 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.38$ 45%24.60$ $ 4.92 1.15$ 30.67$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5A025 PETO II CLASSICBAC®BROADLOOM CARPET SY 19.42$ 36%12.37$ $ 2.47 1.15$ 15.99$ 5B110 PLEAT CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ $ 2.51 1.15$ 16.19$ 5A068 POTENTIAL III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ $ 2.07 1.15$ 13.58$ 60587 POTENTIAL III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ $ 2.29 1.15$ 14.89$ 5A069 POTENTIAL III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ $ 2.21 1.15$ 14.41$ 60588 POTENTIAL III 28 UNITARY BROADLOOM CARPET SY 16.83$ 28%12.07$ $ 2.41 1.15$ 15.63$ 5A189 PRIME CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ $ 2.07 1.15$ 13.57$ 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.86$ 44%19.61$ $ 3.92 1.15$ 24.68$ 60730 PROSPER CLASSICBAC®BROADLOOM CARPET SY 24.15$ 38%15.08$ $ 3.02 1.15$ 19.25$ 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.43$ 39%19.09$ $ 3.82 1.15$ 24.06$ 60784 QUEST ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ $ 4.01 1.15$ 25.20$ 5B118 REFUGE ULTRALOC®BROADLOOM CARPET SY 22.41$ 47%11.83$ $ 2.37 1.15$ 15.35$ 5A256 REIMAGINE CLASSICBAC®BROADLOOM CARPET SY 21.15$ 48%10.97$ $ 2.19 1.15$ 14.31$ 5A248 REMINISCE ULTRALOC®BROADLOOM CARPET SY 22.32$ 46%12.08$ $ 2.42 1.15$ 15.64$ 60192 RESIDENCE INN I CLASSICBAC®BROADLOOM CARPET SY 24.47$ 37%15.49$ $ 3.10 1.15$ 19.74$ 60194 RESIDENCE INN II CLASSICBAC®BROADLOOM CARPET SY 29.48$ 38%18.17$ $ 3.63 1.15$ 22.95$ 60195 RESIDENCE INN III CLASSICBAC®BROADLOOM CARPET SY 35.43$ 40%21.26$ $ 4.25 1.15$ 26.67$ 5B119 RETREAT ULTRALOC®BROADLOOM CARPET SY 22.68$ 48%11.88$ $ 2.38 1.15$ 15.40$ 5A255 SCENERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 48%9.87$ $ 1.97 1.15$ 12.99$ 50521 SCEPTER II CLASSICBAC®BROADLOOM CARPET SY 44.85$ 54%20.50$ $ 4.10 1.15$ 25.75$ 60514 SCHOLAR II UNITARY BROADLOOM CARPET SY 19.62$ 32%13.35$ $ 2.67 1.15$ 17.17$ 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ $ 5.74 1.15$ 35.58$ 5A215 SCRIBE CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ $ 2.55 1.15$ 16.42$ 60775 SENTIMENT CLASSICBAC®BROADLOOM CARPET SY 19.86$ 37%12.46$ $ 2.49 1.15$ 16.10$ 5A127 SHADOW PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.10$ $ 9.42 1.15$ 57.67$ 5A017 SHIMMER ULTRALOC®BROADLOOM CARPET SY 35.04$ 54%16.24$ $ 3.25 1.15$ 20.64$ 5A198 SLIDE ULTRALOC®BROADLOOM CARPET SY 77.11$ 37%48.65$ $ 9.73 1.15$ 59.53$ 5A137 SOLID CLASSICBAC®BROADLOOM CARPET SY 35.14$ 47%18.78$ $ 3.76 1.15$ 23.69$ 60783 SOPHISTICATION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ $ 4.01 1.15$ 25.20$ 50911 SPACE CLASSICBAC®BROADLOOM CARPET SY 20.36$ 39%12.51$ $ 2.50 1.15$ 16.16$ 5B102 SQUARES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 50%12.93$ $ 2.59 1.15$ 16.66$ 5A257 STATEMENT CLASSICBAC®BROADLOOM CARPET SY 23.31$ 48%12.07$ $ 2.41 1.15$ 15.63$ 5A247 STAY ULTRALOC®BROADLOOM CARPET SY 21.78$ 46%11.76$ $ 2.35 1.15$ 15.26$ 5A220 STRATA ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ $ 11.23 1.15$ 68.51$ 5B103 STRIPES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.65$ $ 2.53 1.15$ 16.33$ 5A216 STYLUS CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ $ 2.55 1.15$ 16.42$ 5A233 SUMMIT CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ $ 2.34 1.15$ 15.22$ 5A128 SWIRL PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.07$ $ 9.41 1.15$ 57.63$ 5A205 SWITCH CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ $ 2.49 1.15$ 16.10$ 5B111 TAPER CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ $ 2.51 1.15$ 16.19$ 60788 TAPESTRY ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A037 TERRA CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.37$ $ 2.27 1.15$ 14.79$ 5A123 TEXT CLASSICBAC®BROADLOOM CARPET SY 20.31$ 31%14.02$ $ 2.80 1.15$ 17.98$ 5A124 TEXT ULTRLOC®BROADLOOM CARPET SY 23.36$ 37%14.63$ $ 2.93 1.15$ 18.71$ 5A249 TEXTILE ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A180 TIMBER ULTRALOC®BROADLOOM CARPET SY 43.87$ 47%23.37$ $ 4.67 1.15$ 29.19$ 5A151 TINT CLASSICBAC®BROADLOOM CARPET SY 19.55$ 32%13.31$ $ 2.66 1.15$ 17.12$ 5A152 TONE CLASSICBAC®BROADLOOM CARPET SY 18.63$ 31%12.94$ $ 2.59 1.15$ 16.67$ 60773 TOWN RESORT CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ $ 1.98 1.15$ 13.04$ 5A203 TRANSFER CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ $ 2.49 1.15$ 16.10$ 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ $ 5.73 1.15$ 35.51$ 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.43$ 39%26.54$ $ 5.31 1.15$ 33.00$ 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ $ 5.73 1.15$ 35.51$ 60117 UPSCALE CLASSICBAC®BROADLOOM CARPET SY 13.96$ 38%8.62$ $ 1.72 1.15$ 11.49$ 50515 UTOPIAN ULTRALOC®BROADLOOM CARPET SY 58.54$ 59%24.27$ $ 4.85 1.15$ 30.27$ 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ $ 5.51 1.15$ 34.23$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 60185 VILLA CLASSICBAC®BROADLOOM CARPET SY 26.14$ 42%15.08$ $ 3.02 1.15$ 19.25$ 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ $ 5.51 1.15$ 34.23$ 60745 WELCOME II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ $ 4.99 1.15$ 31.09$ 60751 WHISPER WALLCOVERING SBR Latex BROADLOOM CARPET SY 23.37$ 29%16.48$ $ 3.30 1.15$ 20.93$ 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.98$ 37%18.36$ $ 3.67 1.15$ 23.19$ TILE 5T003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.90$ $ 4.98 1.66$ 31.54$ 59145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ 5T107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ 59567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 78.29$ 47%41.29$ $ 8.26 1.66$ 51.21$ 5T202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 59384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.50$ $ 6.30 1.66$ 39.46$ 5T015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 5T135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ 5T006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ 59327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ 5T126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 59.48$ 39%36.17$ $ 7.23 1.66$ 45.07$ 5T004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.69$ $ 4.94 1.66$ 31.29$ 5T294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 84.00$ 45%46.15$ $ 9.23 1.66$ 57.04$ 5T064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ 59340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 42.65$ 43%24.34$ $ 4.87 1.66$ 30.86$ 5T198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 5T159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ 5T121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 37%17.52$ $ 3.50 1.66$ 22.69$ 5T261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 32.13$ 47%16.95$ $ 3.39 1.66$ 22.00$ 5T057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 74.95$ 40%44.91$ $ 8.98 1.66$ 55.55$ 5T218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ 5T043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ 5T025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ 59572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 46.70$ 39%28.36$ $ 5.67 1.66$ 35.69$ 59357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 49.37$ 47%26.33$ $ 5.27 1.66$ 33.26$ 59596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.48$ $ 6.10 1.66$ 38.24$ 59411 BON JOUR ECOWORX® TILE MODULAR CARPET TILE SY 55.29$ 50%27.66$ $ 5.53 1.66$ 34.85$ 5T032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ 5T192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ 59529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 41.25$ 37%25.95$ $ 5.19 1.66$ 32.80$ 59113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ 31%23.07$ $ 4.61 1.66$ 29.34$ 59554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 35.12$ 34%23.32$ $ 4.66 1.66$ 29.64$ 59579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.06$ $ 4.21 1.66$ 26.93$ 5T176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ 5T124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ 59494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 64.29$ 51%31.44$ $ 6.29 1.66$ 39.39$ 5T232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.09$ 47%19.28$ $ 3.86 1.66$ 24.79$ 59561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 41.81$ 41%24.59$ $ 4.92 1.66$ 31.17$ 5T281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 5T100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ 59583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 46.44$ 37%29.12$ $ 5.82 1.66$ 36.60$ 5T175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ 59537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 48.03$ 41%28.45$ $ 5.69 1.66$ 35.80$ 59564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 29.72$ 30%20.95$ $ 4.19 1.66$ 26.80$ 5T096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 83.71$ 45%46.15$ $ 9.23 1.66$ 57.04$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5T112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 43%23.08$ $ 4.62 1.66$ 29.35$ 5T081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 44%23.08$ $ 4.62 1.66$ 29.35$ 59358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 48.06$ 46%25.77$ $ 5.15 1.66$ 32.58$ 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ 59595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 41%31.06$ $ 6.21 1.66$ 38.93$ 59342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 40.47$ 45%22.19$ $ 4.44 1.66$ 28.29$ 59326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 47.03$ 46%25.59$ $ 5.12 1.66$ 32.37$ 5T104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ 5T160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ 5T269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ 5T103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ 59491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 52.35$ 42%30.43$ $ 6.09 1.66$ 38.18$ 5T140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 68.32$ 38%42.41$ $ 8.48 1.66$ 52.55$ 5T241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 59390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.40$ $ 6.28 1.66$ 39.35$ 5T211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 50%32.89$ $ 6.58 1.66$ 41.12$ 5T242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T233 DIFFUSE 24" X 24" ECOLOGIX®MODULAR CARPET TILE SY 34.63$ 45%19.18$ $ 3.84 1.66$ 24.68$ 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES MODULAR CARPET TILE SY 36.60$ 41%21.50$ $ 4.30 1.66$ 27.46$ 59575 DIFFUSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 39%20.67$ $ 4.13 1.66$ 26.47$ 5T185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ 5T071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ 5T217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ 59576 DISPERSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.19$ 40%20.66$ $ 4.13 1.66$ 26.46$ 5T184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ 59566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 70.80$ 45%38.83$ $ 7.77 1.66$ 48.26$ 5T127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 31.95$ 46%17.12$ $ 3.42 1.66$ 22.20$ 5T142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ 5T108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ 5T041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 31%43.66$ $ 8.73 1.66$ 54.05$ 59338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%32.78$ $ 6.56 1.66$ 40.99$ 5T040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 36%21.12$ $ 4.22 1.66$ 27.01$ 59573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 42.33$ 37%26.46$ $ 5.29 1.66$ 33.41$ 59343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 42.14$ 38%26.15$ $ 5.23 1.66$ 33.04$ 5T187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ 5T033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ 59337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 53.33$ 40%31.98$ $ 6.40 1.66$ 40.04$ 5T268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ 5T059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 49.21$ 37%31.19$ $ 6.24 1.66$ 39.08$ 5T219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ 5T143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ 5T151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ 59597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.38$ $ 6.08 1.66$ 38.11$ 5T235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ 5T199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 5T079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 34.18$ 33%22.86$ $ 4.57 1.66$ 29.09$ 5T074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ 5T113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ 59455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 42.37$ 42%24.79$ $ 4.96 1.66$ 31.40$ 5T060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 57.32$ 41%33.68$ $ 6.74 1.66$ 42.08$ 5T062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 55.16$ 39%33.68$ $ 6.74 1.66$ 42.08$ 5T136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ 5T169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 45%26.20$ $ 5.24 1.66$ 33.09$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5T038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ 59562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.74$ 31%20.52$ $ 4.10 1.66$ 26.29$ 59329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ 5T128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 59360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 57.82$ 51%28.45$ $ 5.69 1.66$ 35.80$ 59534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 37.66$ 42%21.95$ $ 4.39 1.66$ 27.99$ 5T200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 59479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 60.87$ 51%29.66$ $ 5.93 1.66$ 37.25$ 5T193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ 5T037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ 5T236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ 59115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.10$ $ 6.62 1.66$ 41.38$ 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 59580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.03$ $ 4.21 1.66$ 26.90$ 5T065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ 5T237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ 5T049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ 5T188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 37.16$ 42%21.44$ $ 4.29 1.66$ 27.38$ 5T257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 5T258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 5T259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 5T260 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 59592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 48.72$ 43%27.86$ $ 5.57 1.66$ 35.09$ 5T010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ 59339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 41%32.34$ $ 6.47 1.66$ 40.47$ 5T208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ 5T085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 48.28$ 38%29.94$ $ 5.99 1.66$ 37.59$ 59558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 35.11$ 33%23.42$ $ 4.68 1.66$ 29.77$ 5T280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 5T016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 5T046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ 59359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 47.92$ 45%26.21$ $ 5.24 1.66$ 33.11$ 5T099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 76.41$ 41%44.91$ $ 8.98 1.66$ 55.55$ 59492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 64.30$ 51%31.24$ $ 6.25 1.66$ 39.15$ 5T194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 46.91$ 40%28.03$ $ 5.61 1.66$ 35.30$ 59106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ 5T055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.73$ 40%38.67$ $ 7.73 1.66$ 48.06$ 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 65.40$ 41%38.67$ $ 7.73 1.66$ 48.06$ 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ 5T144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ 59105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ 59362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 57.96$ 50%29.09$ $ 5.82 1.66$ 36.57$ 5T130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ 5T263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 46%17.25$ $ 3.45 1.66$ 22.36$ 59167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.09$ $ 5.82 1.66$ 36.57$ 5T044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ 5T014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 5T075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ 59164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.16$ $ 5.83 1.66$ 36.66$ 59466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 41%26.39$ $ 5.28 1.66$ 33.33$ 59502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ $ 4.15 1.66$ 26.55$ 5T238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ 5T073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5T296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ 59598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.40$ $ 6.08 1.66$ 38.14$ 5T034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ 5T083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ 5T201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 59369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 36.99$ 39%22.57$ $ 4.51 1.66$ 28.74$ 59371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 46.65$ 45%25.50$ $ 5.10 1.66$ 32.26$ 5T098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 82.54$ 44%46.15$ $ 9.23 1.66$ 57.04$ 5T054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ 5T243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ 5T206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ 59525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 47.67$ 37%29.87$ $ 5.97 1.66$ 37.50$ 5T213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ 5T123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 35%18.09$ $ 3.62 1.66$ 23.36$ 5T170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 113.20$ 39%68.61$ $ 13.72 1.66$ 83.99$ 59463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 43.50$ 39%26.39$ $ 5.28 1.66$ 33.33$ 5T209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ 5T017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 59361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 57.80$ 49%29.53$ $ 5.91 1.66$ 37.10$ 5T078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 33.27$ 33%22.25$ $ 4.45 1.66$ 28.35$ 5T139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 72.32$ 41%42.41$ $ 8.48 1.66$ 52.55$ 5T152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ 5T141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ 59387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 42.35$ 45%23.27$ $ 4.65 1.66$ 29.59$ 5T091 REST ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ 5T168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 57.53$ 44%32.43$ $ 6.49 1.66$ 40.58$ 5T165 RETHREAD ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ 5T069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ 59363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 48.32$ 43%27.58$ $ 5.52 1.66$ 34.76$ 5T105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ 5T109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 33%22.23$ $ 4.45 1.66$ 28.34$ 5T007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ 5T183 SCULPT LOOP ECOWORX® TILE MODULAR CARPET TILE SY 42.17$ 42%24.62$ $ 4.92 1.66$ 31.21$ 5T172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ 5T173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ 5T216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ 5T196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ 5T070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ 5T240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ 59328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.73$ $ 4.35 1.66$ 27.73$ 59550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 44.45$ 40%26.63$ $ 5.33 1.66$ 33.62$ 5T210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ 59591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ 5T174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ 5T133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ 59584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 46.24$ 35%30.05$ $ 6.01 1.66$ 37.72$ 5T244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ 5T084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ 5T051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ 5T214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ 5T116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ 59224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 37.95$ 30%26.39$ $ 5.28 1.66$ 33.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 59530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 43.17$ 40%25.99$ $ 5.20 1.66$ 32.85$ 5T297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ 5T125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ 5T018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ 5T022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ 5T279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 59587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 60.64$ 44%33.91$ $ 6.78 1.66$ 42.35$ 59585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 60.63$ 43%34.37$ $ 6.87 1.66$ 42.91$ 5T186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ 5T156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 33%21.21$ $ 4.24 1.66$ 27.11$ 5T005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.69$ $ 4.94 1.66$ 31.29$ 5T204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 5T197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ 59563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 29.73$ 30%20.84$ $ 4.17 1.66$ 26.66$ 59368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 54.02$ 49%27.55$ $ 5.51 1.66$ 34.72$ 5T205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 5T150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ 5T157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 36%20.15$ $ 4.03 1.66$ 25.85$ 5T090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ 5T110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ 5T036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ 59594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ 59114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ 5T001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.13$ $ 5.03 1.66$ 31.82$ 5T002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.05$ $ 5.01 1.66$ 31.72$ 5T039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 22%25.47$ $ 5.09 1.66$ 32.22$ 5T031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ 5T158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 52.79$ 29%37.42$ $ 7.48 1.66$ 46.57$ NSF 140 Platinum Products LT003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.90$ $ 4.98 1.66$ 31.54$ L9145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ LT107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ L9567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 78.29$ 47%41.29$ $ 8.26 1.66$ 51.21$ LT202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ L9384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.50$ $ 6.30 1.66$ 39.46$ LT015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ LT135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ LT006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ L9327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ LT126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 59.48$ 39%36.17$ $ 7.23 1.66$ 45.07$ LT004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.69$ $ 4.94 1.66$ 31.29$ LT294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 84.00$ 45%46.15$ $ 9.23 1.66$ 57.04$ LT064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ L9340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 42.65$ 43%24.34$ $ 4.87 1.66$ 30.86$ LT198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ LT159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ LT121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 37%17.52$ $ 3.50 1.66$ 22.69$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 32.13$ 47%16.95$ $ 3.39 1.66$ 22.00$ LT057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 74.95$ 40%44.91$ $ 8.98 1.66$ 55.55$ LT218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ LT043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ LT025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ L9572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 46.70$ 39%28.36$ $ 5.67 1.66$ 35.69$ L9357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 49.37$ 47%26.33$ $ 5.27 1.66$ 33.26$ L9596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.48$ $ 6.10 1.66$ 38.24$ LT032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ LT192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ L9529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 41.25$ 37%25.95$ $ 5.19 1.66$ 32.80$ L9113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ 31%23.07$ $ 4.61 1.66$ 29.34$ L9554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 35.12$ 34%23.32$ $ 4.66 1.66$ 29.64$ L9579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.06$ $ 4.21 1.66$ 26.93$ LT176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ LT124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ L9494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 64.29$ 51%31.44$ $ 6.29 1.66$ 39.39$ LT232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.45$ 47%19.28$ $ 3.86 1.66$ 24.79$ L9561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 41.81$ 41%24.59$ $ 4.92 1.66$ 31.17$ LT281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ PL100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ L9583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 46.44$ 37%29.12$ $ 5.82 1.66$ 36.60$ LT175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ L9537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 48.03$ 41%28.45$ $ 5.69 1.66$ 35.80$ L9564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 29.72$ 30%20.95$ $ 4.19 1.66$ 26.80$ LT096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 83.71$ 45%46.15$ $ 9.23 1.66$ 57.04$ LT112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 43%23.08$ $ 4.62 1.66$ 29.35$ LT081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 44%23.08$ $ 4.62 1.66$ 29.35$ L9358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 48.06$ 46%25.77$ $ 5.15 1.66$ 32.58$ LT161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ L9595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 41%31.06$ $ 6.21 1.66$ 38.93$ L9342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 40.47$ 45%22.19$ $ 4.44 1.66$ 28.29$ L9326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 47.03$ 46%25.59$ $ 5.12 1.66$ 32.37$ LT104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ LT160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ LT269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ LT103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ L9491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 52.35$ 42%30.43$ $ 6.09 1.66$ 38.18$ LT140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 68.32$ 38%42.41$ $ 8.48 1.66$ 52.55$ LT241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ L9390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.40$ $ 6.28 1.66$ 39.35$ LT211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 50%32.89$ $ 6.58 1.66$ 41.12$ LT242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ L9575 DIFFUSE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 39%20.67$ $ 4.13 1.66$ 26.47$ LT071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ LT217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ LT184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ L9576 DISPERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.19$ 40%20.66$ $ 4.13 1.66$ 26.46$ L9566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 70.80$ 45%38.83$ $ 7.77 1.66$ 48.26$ LT127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 31.95$ 46%17.12$ $ 3.42 1.66$ 22.20$ LT265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ LT142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ LT041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 31%43.66$ $ 8.73 1.66$ 54.05$ L9338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%32.78$ $ 6.56 1.66$ 40.99$ LT040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 36%21.12$ $ 4.22 1.66$ 27.01$ L9573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 42.33$ 37%26.46$ $ 5.29 1.66$ 33.41$ L9343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 42.14$ 38%26.15$ $ 5.23 1.66$ 33.04$ LT187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ LT033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ L9337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 53.33$ 40%31.98$ $ 6.40 1.66$ 40.04$ LT268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ LT059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 49.21$ 37%31.19$ $ 6.24 1.66$ 39.08$ LT219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ LT143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ LT151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ L9597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.38$ $ 6.08 1.66$ 38.11$ LT235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ LT199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ LT079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 34.18$ 33%22.86$ $ 4.57 1.66$ 29.09$ LT074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ LT113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ L9455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 42.37$ 42%24.79$ $ 4.96 1.66$ 31.40$ LT060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 57.32$ 41%33.68$ $ 6.74 1.66$ 42.08$ LT062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 55.16$ 39%33.68$ $ 6.74 1.66$ 42.08$ LT136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ LT169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 45%26.20$ $ 5.24 1.66$ 33.09$ LT038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ L9562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.74$ 31%20.52$ $ 4.10 1.66$ 26.29$ L9329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ LT128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ L9360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 57.82$ 51%28.45$ $ 5.69 1.66$ 35.80$ L9534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 37.66$ 42%21.95$ $ 4.39 1.66$ 27.99$ LL200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ L9479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 60.87$ 51%29.66$ $ 5.93 1.66$ 37.25$ LT193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ LT037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ LT236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ L9115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.10$ $ 6.62 1.66$ 41.38$ LT282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ L9580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.03$ $ 4.21 1.66$ 26.90$ LT065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ LT237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ LT049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ LT188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 37.16$ 42%21.44$ $ 4.29 1.66$ 27.38$ LT257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ LT258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ LT259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ LT256 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ L9592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 48.72$ 43%27.86$ $ 5.57 1.66$ 35.09$ LT010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ L9339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 41%32.34$ $ 6.47 1.66$ 40.47$ LT208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ LT085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 48.28$ 38%29.94$ $ 5.99 1.66$ 37.59$ L9558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 35.11$ 33%23.42$ $ 4.68 1.66$ 29.77$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ LT016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ LT046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ L9359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 47.92$ 45%26.21$ $ 5.24 1.66$ 33.11$ LT099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 76.41$ 41%44.91$ $ 8.98 1.66$ 55.55$ L9492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 64.30$ 51%31.24$ $ 6.25 1.66$ 39.15$ LT194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 46.91$ 40%28.03$ $ 5.61 1.66$ 35.30$ L9106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ LT055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.73$ 40%38.67$ $ 7.73 1.66$ 48.06$ LT056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 65.40$ 41%38.67$ $ 7.73 1.66$ 48.06$ LT114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ LT144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ L9105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ L9362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 57.96$ 50%29.09$ $ 5.82 1.66$ 36.57$ LT130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ LT263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 46%17.25$ $ 3.45 1.66$ 22.36$ L9167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.09$ $ 5.82 1.66$ 36.57$ LT044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ LT014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ LT075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ L9164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.16$ $ 5.83 1.66$ 36.66$ L9466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 41%26.39$ $ 5.28 1.66$ 33.33$ L9502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ $ 4.15 1.66$ 26.55$ LT238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ LT073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ LT296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ L9598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.40$ $ 6.08 1.66$ 38.14$ LT034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ LT083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ LT201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ L9369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 36.99$ 39%22.57$ $ 4.51 1.66$ 28.74$ L9371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 46.65$ 45%25.50$ $ 5.10 1.66$ 32.26$ LT098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 82.54$ 44%46.15$ $ 9.23 1.66$ 57.04$ LT054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ LT243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ LT206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ L9525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 47.67$ 37%29.87$ $ 5.97 1.66$ 37.50$ LT213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ LT123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 35%18.09$ $ 3.62 1.66$ 23.36$ LT170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 113.20$ 39%68.61$ $ 13.72 1.66$ 83.99$ L9463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 43.50$ 39%26.39$ $ 5.28 1.66$ 33.33$ LT209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ LT017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ L9361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 57.80$ 49%29.53$ $ 5.91 1.66$ 37.10$ LT078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 33.27$ 33%22.25$ $ 4.45 1.66$ 28.35$ LT139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 72.32$ 41%42.41$ $ 8.48 1.66$ 52.55$ LT152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ LT141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ L9387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 42.35$ 45%23.27$ $ 4.65 1.66$ 29.59$ LT091 REST ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ LT168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 57.53$ 44%32.43$ $ 6.49 1.66$ 40.58$ LT069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ L9363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 48.32$ 43%27.58$ $ 5.52 1.66$ 34.76$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ LT109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 33%22.23$ $ 4.45 1.66$ 28.34$ LT007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 42.17$ 42%24.62$ $ 4.92 1.66$ 31.21$ LT007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ LT172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ LT173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ LT216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ LT196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ LT070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ LT240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ L9328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.73$ $ 4.35 1.66$ 27.73$ L9550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 44.45$ 40%26.63$ $ 5.33 1.66$ 33.62$ LT210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ L9591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ LT174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ LT133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ L9584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 46.24$ 35%30.05$ $ 6.01 1.66$ 37.72$ LT244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ LT084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ LT051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ LT214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ LT116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ L9224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 37.95$ 30%26.39$ $ 5.28 1.66$ 33.33$ L9530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 43.17$ 40%25.99$ $ 5.20 1.66$ 32.85$ LT297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ LT125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ LT018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ LT022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ LT279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ L9587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 60.64$ 44%33.91$ $ 6.78 1.66$ 42.35$ L9585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 60.63$ 43%34.37$ $ 6.87 1.66$ 42.91$ LT186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ LT156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 33%21.21$ $ 4.24 1.66$ 27.11$ LT005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.69$ $ 4.94 1.66$ 31.29$ LT204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ LT197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ L9563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 29.73$ 30%20.84$ $ 4.17 1.66$ 26.66$ L9368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 54.02$ 49%27.55$ $ 5.51 1.66$ 34.72$ LT205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ LT150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ LT157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 36%20.15$ $ 4.03 1.66$ 25.85$ LT090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ LT110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ LT036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ L9594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ L9114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ LT001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.13$ $ 5.03 1.66$ 31.82$ LT002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.05$ $ 5.01 1.66$ 31.72$ LT039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 22%25.47$ $ 5.09 1.66$ 32.22$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ LT158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 51.75$ 31%37.42$ $ 7.48 1.66$ 46.57$ RESILIENT 0718V ARTESIAN SHEET RESILIENT SY 12.24$ 44%6.84$ $ 1.37 0.91$ 9.12$ 0301V BASSTONES SHEET RESILIENT SY 51.50$ 46%27.81$ $ 5.56 0.91$ 34.28$ 001VS BIO LIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ $ 8.32 0.91$ 50.83$ 270VS BIO-BASED WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 135.00$ 45%73.90$ $ 14.78 0.91$ 89.59$ 0001V BIOLIFE ™SHEET RESILIENT SY 50.41$ 46%27.44$ $ 5.49 0.91$ 33.84$ 0565V BRUSH 12 MIL MODULAR RESILIENT SF 3.30$ 57%1.41$ $ 0.28 0.43$ 2.12$ 0552V BRUSH 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ $ 0.52 0.43$ 3.52$ 0656V BRUSH 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ $ 0.23 0.43$ 1.82$ 0513V CHANGE SHEET RESILIENT ROLL 48.41$ 43%27.57$ $ 5.51 0.91$ 33.99$ 022VS CHORDINATES WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 40%42.99$ $ 8.60 0.91$ 52.50$ 0512V CONSTANT SHEET RESILIENT SY 48.41$ 42%28.09$ $ 5.62 0.91$ 34.62$ 0927V COVE MODULAR RESILIENT SF 6.00$ 53%2.82$ $ 0.56 0.43$ 3.82$ 0203V CRETE MODULAR RESILIENT SF 4.64$ 42%2.68$ $ 0.54 0.43$ 3.65$ 0922V CUT MODULAR RESILIENT SF 5.00$ 47%2.64$ $ 0.53 0.43$ 3.59$ 0009V DECO ADVANTAGE STONE MODULAR RESILIENT SF 3.06$ 11%2.71$ $ 0.54 0.43$ 3.69$ 0618V EMERGE MODULAR RESILIENT SF 5.00$ 48%2.61$ $ 0.52 0.43$ 3.56$ 0364V GRAIN MODULAR RESILIENT SF 6.24$ 46%3.35$ $ 0.67 0.43$ 4.45$ 0502V GRAIN - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ $ 0.49 0.43$ 3.34$ 071VS HUSH II UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)319.88$ 27%232.85$ $ 46.57 0.91$ 280.33$ 0896V IN TANDEM PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ 0897V IN TANDEM SHEET SHEET RESILIENT SY 64.00$ 47%33.76$ $ 6.75 0.91$ 41.42$ 0926V INLET MODULAR RESILIENT SF 6.00$ 53%2.82$ $ 0.56 0.43$ 3.82$ 0895V INNATE TILE MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ 0884V INSPIRE LVT MODULAR RESILIENT SF 5.00$ 51%2.45$ $ 0.49 0.43$ 3.37$ 0514V INTERVAL MODULAR RESILIENT SF 5.00$ 49%2.56$ $ 0.51 0.43$ 3.51$ 0692V INTRICATE MODULAR RESILIENT SF 5.00$ 48%2.61$ $ 0.52 0.43$ 3.56$ 0215V JEOGORI MODULAR RESILIENT SF 4.64$ 42%2.68$ $ 0.54 0.43$ 3.65$ 0993V JOY SQUARED MODULAR RESILIENT SF 5.00$ 54%2.31$ $ 0.46 0.43$ 3.20$ 0551V LEVEL HEXAGON MODULAR RESILIENT SF 8.40$ 42%4.87$ $ 0.97 0.43$ 6.28$ 0567V LINE 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0554V LINE 20 MIL MODULAR RESILIENT SF 5.50$ 50%2.74$ $ 0.55 0.43$ 3.71$ 0116V NATIVE ORIGINS MODULAR RESILIENT SF 2.86$ 44%1.61$ $ 0.32 0.43$ 2.36$ 0002V NATURELIFE SHEET RESILIENT SY 48.80$ 46%26.57$ $ 5.31 0.91$ 32.79$ 002VS NATURELIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ $ 8.32 0.91$ 50.83$ 0365V PIGMENT MODULAR RESILIENT SF 6.24$ 46%3.35$ $ 0.67 0.43$ 4.45$ 0503V PIGMENT - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ $ 0.49 0.43$ 3.34$ 0566V PLASTER 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0553V PLASTER 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ $ 0.52 0.43$ 3.52$ 0186V QUIET COVER-W IN*STEP MODULAR RESILIENT SF 6.74$ 51%3.33$ $ 0.67 0.43$ 4.43$ 0797V REED SHEET RESILIENT SY 44.29$ 46%23.72$ $ 4.74 0.91$ 29.37$ 0733V RETHINK MODULAR RESILIENT SF 8.49$ 44%4.78$ $ 0.96 0.43$ 6.17$ 0003V REXCOURT 4.5 MM SHEET RESILIENT SY 49.04$ 41%29.06$ $ 5.81 0.91$ 35.78$ 0004V REXCOURT 6.5 MM SHEET RESILIENT SY 56.37$ 41%33.50$ $ 6.70 0.91$ 41.10$ 0005V REXCOURT 8.0 MM SHEET RESILIENT SY 70.14$ 39%42.94$ $ 8.59 0.91$ 52.44$ 021VS REXCOURT WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ $ 14.27 0.91$ 86.54$ 0798V ROJI SHEET RESILIENT SY 44.29$ 46%23.72$ $ 4.74 0.91$ 29.37$ 0945V SHEAR MODULAR RESILIENT SF 5.00$ 46%2.69$ $ 0.54 0.43$ 3.66$ 0709V SHIFT MODULAR RESILIENT SF 8.57$ 48%4.43$ $ 0.89 0.43$ 5.75$ 0648V SOLITUDE MODULAR RESILIENT SF 5.15$ 41%3.05$ $ 0.61 0.43$ 4.09$ 0012V STATIC PULSE SUMMIT SERIES - SSV-01 STATIC SMART TILE SF 7.14$ 44%4.02$ $ 0.80 0.43$ 5.25$ 0516V STRAND MODULAR RESILIENT SF 5.00$ 47%2.66$ $ 0.53 0.43$ 3.62$ 0515V SURFACE MODULAR RESILIENT SF 5.00$ 47%2.66$ $ 0.53 0.43$ 3.62$ 0796V TATAMI SHEET RESILIENT SY 44.29$ 46%23.72$ $ 4.74 0.91$ 29.37$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 353VS TERASU WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ $ 7.82 0.91$ 47.81$ 0517V TERRAIN 12MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0564V TERRAIN 20MIL MODULAR RESILIENT SF 5.50$ 52%2.66$ $ 0.53 0.43$ 3.62$ 0655V TERRAIN 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ $ 0.23 0.43$ 1.82$ 0453V TERRAIN II 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0454V TERRAIN II 20MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ $ 0.45 0.43$ 3.11$ 0892V TERRAIN II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ SCUN2 TERRAIN II OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ SCQT2 TERRAIN II QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ SCSN2 TERRAIN II STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 54.25$ 39%33.08$ $ 6.62 0.91$ 40.60$ SCUN1 TERRAIN OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ SCQT1 TERRAIN QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ SCSN1 TERRAIN STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 0710V TILT MODULAR RESILIENT SF 8.57$ 49%4.37$ $ 0.87 0.43$ 5.67$ 0187V UNCOMMON GROUND 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 0188V UNCOMMON GROUND 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 0601V UNVEIL MODULAR RESILIENT SF 5.15$ 41%3.05$ $ 0.61 0.43$ 4.09$ 0873V VITALITY SHEET RESILIENT SY 44.29$ 47%23.29$ $ 4.66 0.91$ 28.86$ 236VS VITALITY WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ $ 7.82 0.91$ 47.81$ STATIC SMART 013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 1 GAL ADHESIVE - STATIC SMART TILE PAIL 315.00$ 5%300.00$ $ 60.00 360.00$ 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 4 GAL ADHESIVE - STATIC SMART TILE PAIL 82.60$ 5%78.67$ $ 15.73 94.40$ 5T019 COLLABORATORS MODULAR CARPET TILE SY 33.97$ 15%28.94$ $ 5.79 1.66$ 36.39$ 42CV8 COLONIAL STATIC SMART TILE SY 43.67$ 5%41.59$ $ 8.32 1.66$ 51.56$ N5003 COMPURELEASE STATIC SMART TILE PAIL 306.68$ 13%265.33$ $ 53.07 1.66$ 320.06$ N5002 COMPURELEASE STATIC SMART TILE PAIL 88.97$ 19%72.00$ $ 14.40 1.66$ 88.06$ N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS ADHESIVE - STATIC SMART TILE EA 8.39$ 5%7.99$ $ 1.60 1.66$ 11.24$ 5T018 DAILY PLANNER MODULAR CARPET TILE SY 33.97$ 24%25.75$ $ 5.15 1.66$ 32.56$ 429RD DISCOVERY ECO STATIC SMART TILE SY 42.41$ 5%40.39$ $ 8.08 1.66$ 50.12$ N5005 GROUNDING KIT FOR ACCESS FLOORING ADHESIVE - STATIC SMART TILE EA 11.19$ 5%10.65$ $ 2.13 1.66$ 14.44$ 4029D LAN 4.0 STATIC SMART TILE SY 53.19$ 5%50.65$ $ 10.13 1.66$ 62.44$ 42CV8 LAN 4.1 STATIC SMART TILE SY 43.39$ 5%41.32$ $ 8.26 1.66$ 51.24$ 42GDY LANDMARK SERIES STATIC SMART TILE SY 29.30$ 5%27.90$ $ 5.58 1.66$ 35.14$ 4298R PRESIDENTIAL STATIC SMART TILE SY 43.39$ 5%41.32$ $ 8.26 1.66$ 51.24$ 0012V SUMMIT SERIES STATIC SMART TILE SF 3.84$ 5%3.65$ $ 0.73 0.41$ 4.79$ 5T040 WORKSPACE MODULAR CARPET TILE SY 32.76$ 21%25.98$ $ 5.20 1.66$ 32.84$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 15%39.95$ $ 7.99 47.94$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 56.72$ 11%50.24$ $ 10.05 60.29$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 25%35.34$ $ 7.07 42.41$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ 336VS 4" METALLIC WALL BASE ROLL ACCESSORIES - WALL BASE ROLL 160.80$ 36%102.90$ $ 20.58 123.48$ 179PE 4"W X 120'L TOELESS WALL BASE ROLL ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS)ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ $ 20.47 122.83$ 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ $ 20.47 122.83$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000)ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 13.04$ 12%11.48$ $ 2.30 13.78$ UV856 4100 - RESILIENT 1 GALLON ADHESIVE ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 42%46.49$ $ 9.30 55.79$ UVS12 4100 - RESILIENT 4 GALLON ADHESIVE ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - RESILIENT EA 214.94$ 19%173.18$ $ 34.64 207.81$ 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - MODULAR CARPET TILE EA 214.94$ 19%173.18$ $ 34.64 207.81$ F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - BROADLOOM CARPET EA 214.94$ 19%173.18$ $ 34.64 207.81$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 13%81.54$ $ 16.31 97.85$ H5001 5001 - TILE STANDARD ADHESIVE ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 26.73$ 12%23.50$ $ 4.70 28.21$ N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 1 GAL PAIL 88.97$ 26%66.22$ $ 13.24 79.46$ N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 4 GAL PAIL 306.68$ 26%227.51$ $ 45.50 273.01$ N5004 5004 - STATIC DISSIPATIVE HARDWARE ADHESIVE - STATIC SMART TILE EA 7.66$ 11%6.79$ $ 1.36 8.15$ N5005 5005 - STATIC DISSIPATIVE COPPER STRIP ADHESIVE - STATIC SMART TILE EA 0.50$ 12%0.44$ $ 0.09 0.53$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 99.68$ 9%90.88$ $ 18.18 109.05$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 16%79.54$ $ 15.91 95.45$ 303VS 6" DETAIL PROFILE ACCESSORIES - WALL BASE BOX (6/BOX)270.52$ 39%164.82$ $ 32.96 197.78$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 110.11$ 18%90.01$ $ 18.00 108.02$ G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 110.11$ 17%91.03$ $ 18.21 109.23$ J7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 103.12$ 11%91.33$ $ 18.27 109.59$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300)ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE 8.08$ 15%6.84$ $ 1.37 8.21$ H9000 9000 - BARRIER COAT ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ H900U 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU)ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET)(BROADLOOM AVSTR)ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 409.08 15% $ 346.08 $ 69.22 $ 415.30 AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU)ADHESIVE - MODULAR CARPET TILE ROLL 409.08$ 15%346.08$ $ 69.22 415.30$ 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)117.00$ 39%71.07$ $ 14.21 85.28$ LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE ADHESIVE - MODULAR CARPET TILE EA 225.00$ 23%173.25$ $ 34.65 207.90$ 302VS COLLECTIVE TIME WELD ROD ACCESSORIES - WELD ROD ROLL 72.04$ 43%40.94$ $ 8.19 49.13$ 016VS COPPER GROUND STRIPS - 4709CS ACCESSORIES - STATIC SMART TILE EA 8.99$ 51%4.61$ $ 0.92 5.53$ 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ $ 16.33 97.98$ CU024 CUSHIONWORX 2MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 231.00$ 5%218.30$ $ 43.66 261.95$ CU034 CUSHIONWORX 3MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 415.23$ 5%395.46$ $ 79.09 474.55$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 61.26$ 15%52.01$ $ 10.40 62.41$ 087VS GROUNDWORKS UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)75.00$ 9%68.24$ $ 13.65 81.88$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR)ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)375.00$ 8%346.50$ $ 69.30 415.80$ LOKDA LOKDOTS APPLICATOR (TILE 00LDA)ADHESIVE - MODULAR CARPET TILE EA 82.10$ 16%69.30$ $ 13.86 83.16$ LWRX0 LOKWORX BOX ADHESIVE - MODULAR CARPET TILE 1 213.96$ 19%172.39$ $ 34.48 206.87$ 100CA MM800 ADHESIVE - RESILIENT 4 GALLON PAIL 160.00$ 48%82.95$ $ 16.59 99.54$ 9125H MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125J MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125N MOISTURETEK MOISTURE VAPOR BARRIER 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 348VS MULTI PR RD LVT ADHESIVE - RESILIENT BOX (5/BOX)52.00$ 39%31.68$ $ 6.34 38.02$ 8U124 PINLESS METAL TRACK (RESILIENT 142VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)96.00$ 40%57.91$ $ 11.58 69.49$ 350VS QUARTER ROUND LVT ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)26.00$ 39%15.85$ $ 3.17 19.02$ 151VS QUARTER ROUND PROFILE ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)192.00$ 39%116.98$ $ 23.40 140.37$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)126.00$ 39%76.77$ $ 15.35 92.13$ 015VS RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)23.53$ 22%18.32$ $ 3.66 21.98$ 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS)ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 109VS SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 110.00$ 8%101.20$ $ 20.24 121.44$ 027VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 028VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT ROLL 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 304VS SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GAL PAIL 172.00$ 39%105.11$ $ 21.02 126.13$ 066VS SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)88.00$ 39%53.52$ $ 10.70 64.23$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)103.00$ 40%62.29$ $ 12.46 74.75$ 00048 SPORT INSTALLATION KIT ADHESIVE - BROADLOOM CARPET EA 927.27$ 19%748.93$ $ 149.79 898.71$ 347VS STAIRNOSE LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)64.00$ 39%38.99$ $ 7.80 46.79$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)112.00$ 39%67.99$ $ 13.60 81.59$ 349VS T-MOLDING LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)52.00$ 39%31.68$ $ 6.34 38.02$ VS176 TRANSITION TAPE (RESILIENT 165VS)ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)16.00$ 41%9.45$ $ 1.89 11.34$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,556.25$ 12%2,252.25$ $ 450.45 2,702.70$ 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 897.50$ 12%786.56$ $ 157.31 943.87$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 71.25$ 12%62.37$ $ 12.47 74.84$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 88.75$ 13%77.39$ $ 15.48 92.86$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 86.25$ 13%75.08$ $ 15.02 90.09$ VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS)ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 42.00$ 39%25.59$ $ 5.12 30.71$ US Floors Products 02W74 BABY THRESHOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 01W00 BABY THRESHOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01A02 BABY THRESHOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 01W02 BABY THRESHOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W06 BABY THRESHOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V18 BABY THRESHOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W14 BABY THRESHOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V13 BABY THRESHOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W08 BABY THRESHOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W04 BABY THRESHOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 203UV CAMARET ENGINEERED HARDWOOD SF 13.60$ 55%6.12$ $ 1.22 0.43$ 7.78$ 200UV CITADEL BASTION ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ $ 1.33 0.43$ 8.39$ 201UV CITADEL FORTRESS ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ $ 1.33 0.43$ 8.39$ 098UV COMPOSED MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ $ 0.59 0.43$ 3.95$ 094UV CONCRETE MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ $ 0.59 0.43$ 3.95$ 02W01 FLUSH STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W06 FLUSH STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W16 FLUSH STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 02W13 FLUSH STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W12 FLUSH STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 02W04 FLUSH STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 02W65 GU35 WOOD & BAMBOO ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 210.00$ 46%113.40$ $ 22.68 0.91$ 136.99$ 206UV MIDTOWN REVIVAL HANDSCRAPED ENGINEERED HARDWOOD SF 11.00$ 52%5.30$ $ 1.06 0.43$ 6.79$ 205UV MIDTOWN REVIVAL SMOOTH ENGINEERED HARDWOOD SF 10.00$ 47%5.30$ $ 1.06 0.43$ 6.79$ 204UV PALISADES ENGINEERED HARDWOOD SF 20.00$ 45%11.08$ $ 2.22 0.43$ 13.72$ 03W07 QUARTER ROUND CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 01W22 QUARTER ROUND CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W25 QUARTER ROUND CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 01W27 QUARTER ROUND CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W31 QUARTER ROUND CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V45 QUARTER ROUND CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W40 QUARTER ROUND CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V39 QUARTER ROUND CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W33 QUARTER ROUND CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W29 QUARTER ROUND CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 03W38 REDUCER CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 01W48 REDUCER CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W50 REDUCER CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 01W54 REDUCER CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W56 REDUCER CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V69 REDUCER CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W65 REDUCER CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V64 REDUCER CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W58 REDUCER CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X54 REDUCER CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X70 REDUCER XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 03W73 STAIR CAP CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 81.68$ 34%54.08$ $ 10.82 0.91$ 65.80$ 01W72 STAIR NOSE CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W74 STAIR NOSE CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 54.25$ 39%33.08$ $ 6.62 0.91$ 40.60$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 01W78 STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W80 STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01V94 STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W90 STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01V89 STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W82 STAIR NOSE CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01X78 STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 032UV STRATUM 1200 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ $ 0.59 0.43$ 3.95$ 033UV STRATUM 1800 MODULAR RESILIENT - CORETEC SF 6.43$ 54%2.93$ $ 0.59 0.43$ 3.95$ 023UV STRATUM 500 - 50050DLV500 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ $ 0.59 0.43$ 3.95$ 024UV STRATUM 700 - 70050DLV700 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ $ 0.59 0.43$ 3.95$ 058UV STRATUM DEFINED - 50DLV3001 MODULAR RESILIENT - CORETEC SF 7.01$ 56%3.10$ $ 0.62 0.43$ 4.15$ 053UV STRATUM EIRIS MODULAR RESILIENT - CORETEC SF 8.33$ 57%3.60$ $ 0.72 0.43$ 4.75$ 055UV STRATUM LINEAR MODULAR RESILIENT - CORETEC SF 6.80$ 53%3.19$ $ 0.64 0.43$ 4.26$ 022UV STRATUM VORTEX MODULAR RESILIENT - CORETEC SF 5.90$ 57%2.54$ $ 0.51 0.43$ 3.48$ 034UV STRATUM XL MODULAR RESILIENT - CORETEC SF 8.33$ 58%3.54$ $ 0.71 0.43$ 4.68$ 04W19 T-MOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 02W20 T-MOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W22 T-MOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 02W24 T-MOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W28 T-MOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W61 T-MOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W57 T-MOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02V56 T-MOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W30 T-MOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W26 T-MOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02X62 T-MOLD XRC - CONCRETE & COMPOSED ACCESSORIES - TRIMS/TRANSITIONS EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT ENGINEERED HARDWOOD SF 11.00$ 54%5.05$ $ 1.01 0.43$ 6.49$ CA362 AUTHENTICITY ENGINEERED HARDWOOD SF 9.00$ 55%4.01$ $ 0.80 0.43$ 5.24$ CA350 BESPOKE ENGINEERED HARDWOOD SF 9.90$ 40%5.90$ $ 1.18 0.43$ 7.51$ CRH12 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 80%19.91$ $ 3.98 0.91$ 24.80$ CFR18 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 70.00$ 40%42.00$ $ 8.40 0.91$ 51.31$ CRW38 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 85.00$ 40%51.00$ $ 10.20 0.91$ 62.11$ CSH12 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 137.50$ 61%53.08$ $ 10.62 0.91$ 64.61$ CSW38 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 40%60.00$ $ 12.00 0.91$ 72.91$ CSD58 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 45%54.90$ $ 10.98 0.91$ 66.79$ CA364 HANDCRAFTED ENGINEERED HARDWOOD SF 13.00$ 48%6.70$ $ 1.34 0.43$ 8.47$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 CA361 KINSHIP ENGINEERED HARDWOOD SF 9.00$ 47%4.78$ $ 0.96 0.43$ 6.17$ CA334 MARIPOSA 5"ENGINEERED HARDWOOD SF 8.18$ 59%3.37$ $ 0.67 4.04$ CA286 NORTHBOROUGH HICKORY ENGINEERED HARDWOOD SF 12.00$ 39%7.33$ $ 1.47 0.43$ 9.23$ CORH2 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ $ 11.40 0.91$ 69.32$ CORW8 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ $ 11.40 0.91$ 69.32$ COSH2 OVERLAP STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 130.00$ 40%78.00$ $ 15.60 0.91$ 94.52$ CATMW T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 67.50$ 40%40.50$ $ 8.10 0.91$ 49.51$ CATMH T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 82.50$ 45%45.29$ $ 9.06 0.91$ 55.26$ CCH12 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 52.50$ $ 10.50 0.91$ 63.91$ CTDH5 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 45%48.04$ $ 9.61 0.91$ 58.56$ Shaw Commercial Laminate LCSLT COLOR SEALANT LAMINATE - ACCESSORIES EA 9.33$ 22%7.26$ $ 1.45 0.91$ 9.63$ LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD)LAMINATE - ACCESSORIES EA 9.46$ 32%6.41$ $ 1.28 0.91$ 8.60$ LC012 HEMISPHERE NEW LAMINATE SF 3.47$ 19%2.81$ $ 0.56 0.43$ 3.80$ LC016 HERITAGE NEW LAMINATE SF 4.98$ 36%3.20$ $ 0.64 0.43$ 4.27$ LCTRK MOLDING TRACK LAMINATE - ACCESSORIES EA 72.50$ 90%7.00$ $ 1.40 0.91$ 9.31$ LCMPR MULTI PURPOSE REDUCER LAMINATE - ACCESSORIES EA 24.64$ 25%18.57$ $ 3.71 0.91$ 23.20$ LCQTR QUARTER ROUND LAMINATE - ACCESSORIES EA 23.75$ 65%8.29$ $ 1.66 0.91$ 10.86$ LC245 REGIMENT II NEW LAMINATE SF 2.53$ 19%2.04$ $ 0.41 0.43$ 2.88$ 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LAMINATE - ACCESSORIES ROLL 23.00$ 4%22.05$ $ 4.41 0.91$ 27.37$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL (100 SF)56.22$ 13%49.17$ $ 9.83 0.91$ 59.91$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL (100 SF)56.22$ 13%49.17$ $ 9.83 0.91$ 59.91$ LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.)LAMINATE - ACCESSORIES ROLL (1000 SF)511.89$ 22%398.39$ $ 79.68 0.91$ 478.98$ LCSTR STAIRNOSE LAMINATE - ACCESSORIES EA 23.75$ 6%22.43$ $ 4.49 0.91$ 27.83$ LCTMD T- MOLDING LAMINATE - ACCESSORIES EA 102.50$ 82%18.57$ $ 3.71 0.91$ 23.20$ LCTM1 T- MOLDING LAMINATE - ACCESSORIES EA 30.30$ 42%17.52$ $ 3.50 0.91$ 21.94$ Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD 4 GAL PAIL 138.95$ 31%95.29$ $ 19.06 114.35$ CA884 SHAW 35 MC ADHESIVE - ENGINEERED HARDWOOD EA 202.90$ 24%155.15$ $ 31.03 186.18$ CATGA SHAW TONGUE AND GROOVE ADHESIVE ADHESIVE - ENGINEERED HARDWOOD PINT 13.70$ 50%6.87$ $ 1.37 8.25$ CAADH SHAW URE-BOND ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD 4 GAL PAIL 210.51$ 31%144.38$ $ 28.88 173.25$ CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD 4 GAL PAIL 208.37$ 31%144.38$ $ 28.88 173.25$ CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES ADHESIVE - ENGINEERED HARDWOOD EA 49.27$ 34%32.33$ $ 6.47 38.79$ CAREM URETHANE ADHESIVE REMOVER ADHESIVE - ENGINEERED HARDWOOD QUART 47.90$ 59%19.62$ $ 3.92 23.55$ Patcraft BROADLOOM I0347 ABODE CLASSICBAC®BROADLOOM CARPET SY 15.75$ 35%10.16$ $ 2.03 1.15$ 13.35$ I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.21$ 31%18.71$ $ 3.74 1.15$ 23.60$ I0246 APPROACH CLASSICBAC®BROADLOOM CARPET SY 18.09$ 32%12.28$ $ 2.46 1.15$ 15.88$ I0497 ARAGON ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ $ 3.86 1.15$ 24.28$ I0498 BASQUE ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ $ 3.86 1.15$ 24.28$ I0104 BEST FOOT FORWARD ULTRALOC®BROADLOOM CARPET SY 22.78$ 41%13.39$ $ 2.68 1.15$ 17.21$ I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.70$ 40%17.19$ $ 3.44 1.15$ 21.77$ I0164 BIG SPLASH! ULTRALOC®BROADLOOM CARPET SY 21.05$ 34%13.98$ $ 2.80 1.15$ 17.92$ I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ $ 4.74 1.15$ 29.59$ Z6432 BUY IN CLASSICBAC®BROADLOOM CARPET SY 17.20$ 31%11.82$ $ 2.36 1.15$ 15.33$ I0485 CAMBER ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ $ 2.10 1.15$ 13.74$ I0522 CANTILEVER ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ $ 1.97 1.15$ 12.95$ I0523 CENTERLINE ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ $ 1.97 1.15$ 12.95$ I0415 CIAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ $ 4.55 1.15$ 28.47$ I0132 CLOISONNE II ULTRALOC®BROADLOOM CARPET SY 47.63$ 42%27.49$ $ 5.50 1.15$ 34.14$ I0203 COLOR CHOICE ULTRALOC®BROADLOOM CARPET SY 40.23$ 63%14.89$ $ 2.98 1.15$ 19.02$ I0131 COLOR YOUR WORLD ULTRALOC®BROADLOOM CARPET SY 22.21$ 38%13.78$ $ 2.76 1.15$ 17.68$ I0440 COMMIT ULTRALOC®BROADLOOM CARPET SY 18.34$ 34%12.16$ $ 2.43 1.15$ 15.74$ I0439 DECIDE ULTRALOC®BROADLOOM CARPET SY 20.81$ 42%12.16$ $ 2.43 1.15$ 15.74$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0037 DOUBLE EXPOSURE ULTRALOC®BROADLOOM CARPET SY 41.49$ 41%24.52$ $ 4.90 1.15$ 30.57$ I0528 ESTATE CLASSICBAC®BROADLOOM CARPET SY 19.26$ 46%10.43$ $ 2.09 1.15$ 13.67$ I0147 FAMOUS LAST WORDS II ULTRALOC®BROADLOOM CARPET SY 24.96$ 41%14.66$ $ 2.93 1.15$ 18.74$ I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ $ 4.74 1.15$ 29.59$ I0251 GAIT CLASSICBAC®BROADLOOM CARPET SY 15.08$ 21%11.86$ $ 2.37 1.15$ 15.38$ I0413 HALLO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ $ 4.55 1.15$ 28.47$ I0148 HEADLINES II ULTRALOC®BROADLOOM CARPET SY 24.92$ 41%14.66$ $ 2.93 1.15$ 18.74$ I0101 HOMEROOM II-26 ULTRALOC®BROADLOOM CARPET SY 18.36$ 32%12.44$ $ 2.49 1.15$ 16.08$ I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.01$ 40%14.99$ $ 3.00 1.15$ 19.14$ I0351 HOMEROOM V 3.0 ULTRALOC®BROADLOOM CARPET SY 18.27$ 37%11.60$ $ 2.32 1.15$ 15.07$ I0464 HOMESPUN CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ $ 1.98 1.15$ 13.04$ I0486 INTERCEPT ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ $ 2.10 1.15$ 13.74$ I0487 INTERVAL ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ $ 2.10 1.15$ 13.74$ I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.89$ 42%20.15$ $ 4.03 1.15$ 25.33$ I0247 MANNER CLASSICBAC®BROADLOOM CARPET SY 18.08$ 30%12.68$ $ 2.54 1.15$ 16.37$ I0422 METALLIC ALCHEMY ECOWORX® TILE BROADLOOM CARPET SY 48.87$ 42%28.35$ $ 5.67 1.15$ 35.17$ I0527 MOTIF CLASSICBAC®BROADLOOM CARPET SY 16.29$ 44%9.06$ $ 1.81 1.15$ 12.02$ I0129 NIGHT MOVES ULTRALOC®BROADLOOM CARPET SY 25.52$ 46%13.87$ $ 2.77 1.15$ 17.80$ I0414 NIHAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ $ 4.55 1.15$ 28.47$ I0162 OPPORTUNITY KNOCKS CLASSICBAC®BROADLOOM CARPET SY 18.27$ 39%11.17$ $ 2.23 1.15$ 14.55$ Z6375 OPTIONS ULTRALOC®BROADLOOM CARPET SY 32.71$ 45%18.04$ $ 3.61 1.15$ 22.80$ I0250 PACE CLASSICBAC®BROADLOOM CARPET SY 15.09$ 27%11.06$ $ 2.21 1.15$ 14.43$ I0495 PALMA ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ $ 5.90 1.15$ 36.53$ Z6436 PAY OFF CLASSICBAC®BROADLOOM CARPET SY 17.69$ 32%11.98$ $ 2.40 1.15$ 15.52$ I0036 PERPETUAL MOTION ULTRALOC®BROADLOOM CARPET SY 40.17$ 42%23.45$ $ 4.69 1.15$ 29.29$ Z6376 PLATFORM ULTRALOC®BROADLOOM CARPET SY 35.94$ 41%21.16$ $ 4.23 1.15$ 26.54$ I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 57.35$ 41%33.68$ $ 6.74 1.15$ 41.57$ I0369 PUBLIC AFFAIRS CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ $ 2.25 1.15$ 14.62$ I0442 RESPITE CLASSICBAC®BROADLOOM CARPET SY 16.29$ 43%9.36$ $ 1.87 1.15$ 12.38$ I0202 SABRE ENCORE CLASSICBAC®BROADLOOM CARPET SY 26.51$ 43%15.13$ $ 3.03 1.15$ 19.31$ I0120 SCHOLASTIC II 26 CLASSICBAC®BROADLOOM CARPET SY 16.57$ 34%10.88$ $ 2.18 1.15$ 14.21$ I0121 SCHOLASTIC II 28 ULTRALOC®BROADLOOM CARPET SY 18.78$ 34%12.34$ $ 2.47 1.15$ 15.95$ I0368 SEAL THE DEAL CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ $ 2.37 1.15$ 15.37$ I0496 SEVILLE ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ $ 5.90 1.15$ 36.53$ I0367 SHAKE ON IT CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ $ 2.37 1.15$ 15.37$ I0068 SOCRATES II 26 ULTRALOC®BROADLOOM CARPET SY 18.37$ 33%12.25$ $ 2.45 1.15$ 15.86$ I0069 SOCRATES II 28 ULTRALOC®BROADLOOM CARPET SY 20.03$ 34%13.16$ $ 2.63 1.15$ 16.94$ Z6367 STANDOUT ULTRALOC®BROADLOOM CARPET SY 32.25$ 44%17.94$ $ 3.59 1.15$ 22.67$ I0249 STRIDE CLASSICBAC®BROADLOOM CARPET SY 15.12$ 30%10.52$ $ 2.10 1.15$ 13.78$ I0109 STRUT YOUR STUFF ULTRALOC®BROADLOOM CARPET SY 24.02$ 43%13.63$ $ 2.73 1.15$ 17.50$ I0441 SUCCEED ULTRALOC®BROADLOOM CARPET SY 19.57$ 38%12.16$ $ 2.43 1.15$ 15.74$ I0049 SWEET ULTRALOC®BROADLOOM CARPET SY 24.85$ 36%15.99$ $ 3.20 1.15$ 20.33$ I0248 TECHNIQUE CLASSICBAC®BROADLOOM CARPET SY 18.13$ 36%11.57$ $ 2.31 1.15$ 15.04$ I0443 TESTED CLASSICBAC®BROADLOOM CARPET SY 24.73$ 45%13.72$ $ 2.74 1.15$ 17.62$ Z6434 TRADE UP CLASSICBAC®BROADLOOM CARPET SY 17.22$ 33%11.48$ $ 2.30 1.15$ 14.93$ I0444 TRIED CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ $ 2.74 1.15$ 17.62$ I0445 TRUE CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ $ 2.74 1.15$ 17.62$ I0157 TWIST&SHOUT II ULTRALOC®BROADLOOM CARPET SY 24.93$ 41%14.66$ $ 2.93 1.15$ 18.74$ I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ $ 4.74 1.15$ 29.59$ I0200 WINDSWEPT ENCORE CLASSICBAC®BROADLOOM CARPET SY 19.05$ 35%12.30$ $ 2.46 1.15$ 15.91$ I0366 WORD OF MOUTH CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ $ 2.25 1.15$ 14.62$ I0124 WORK IT CLASSICBAC®BROADLOOM CARPET SY 17.95$ 33%12.10$ $ 2.42 1.15$ 15.68$ TILE I0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ I0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ I0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 43%23.70$ $ 4.74 1.66$ 30.10$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ I0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ I0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 49%20.76$ $ 4.15 1.66$ 26.57$ I0357 AIRE ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ I0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 42%28.35$ $ 5.67 1.15$ 35.17$ I0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 38%31.19$ $ 6.24 1.66$ 39.08$ I0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ $ 5.10 1.66$ 32.28$ I0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ I0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ I0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ I0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ $ 6.80 1.66$ 42.48$ I0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 45.10$ 43%25.87$ $ 5.17 1.66$ 32.71$ Z6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 53.70$ 43%30.72$ $ 6.14 1.66$ 38.53$ I0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.28$ $ 4.86 1.66$ 30.79$ I0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.51$ $ 4.90 1.66$ 31.07$ I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.04$ 32%23.08$ $ 4.62 1.66$ 29.35$ I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ I0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 51.89$ 47%27.55$ $ 5.51 1.66$ 34.72$ I0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 58.60$ 39%35.55$ $ 7.11 1.66$ 44.32$ I0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ I0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.32$ 33%23.08$ $ 4.62 1.66$ 29.35$ I0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ I0110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 37.36$ 39%22.60$ $ 4.52 1.66$ 28.78$ I0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.32$ $ 4.86 1.66$ 30.85$ I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ I0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 55.39$ 44%31.19$ $ 6.24 1.66$ 39.08$ I0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ I0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 48.73$ 46%26.23$ $ 5.25 1.66$ 33.14$ I0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 37.63$ 40%22.45$ $ 4.49 1.66$ 28.60$ I0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ I0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 37.35$ 40%22.45$ $ 4.49 1.66$ 28.60$ I0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ I0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ Z6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 42%23.68$ $ 4.74 1.66$ 30.07$ I0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.23$ $ 4.85 1.66$ 30.74$ I0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ I0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 30%20.93$ $ 4.19 1.66$ 26.77$ I0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ I0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ I0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 57.92$ 43%33.06$ $ 6.61 1.66$ 41.33$ I0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ I0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ I0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ I0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ I0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ Z6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 43%24.90$ $ 4.98 1.66$ 31.54$ I0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 29.95$ 28%21.56$ $ 4.31 1.66$ 27.54$ I0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ I0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ I0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ I0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ I0481 FUTURA ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.02$ $ 3.80 1.66$ 24.48$ I0482 FUTURA ECOLOGIX® ES MODULAR CARPET TILE SY 36.69$ 21%29.02$ $ 5.80 1.66$ 36.49$ I0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 38%18.65$ $ 3.73 1.66$ 24.04$ I0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ $ 5.10 1.66$ 32.28$ I0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 35.18$ 36%22.61$ $ 4.52 1.66$ 28.80$ I0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 40%28.07$ $ 5.61 1.66$ 35.34$ Z6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 45.31$ 44%25.43$ $ 5.09 1.66$ 32.18$ I0501 INSTINCT STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ $ 2.85 1.66$ 18.77$ Z6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 36.35$ 37%22.89$ $ 4.58 1.66$ 29.13$ I0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ I0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ I0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ Z6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 40.49$ 41%23.85$ $ 4.77 1.66$ 30.28$ Z6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 39.67$ 39%24.36$ $ 4.87 1.66$ 30.89$ I0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ I0460 LOGIC STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ I0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ $ 5.10 1.66$ 32.28$ Z6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.32$ $ 6.06 1.66$ 38.04$ I0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 27%21.63$ $ 4.33 1.66$ 27.62$ I0499 NATURAL FORM STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 46%13.70$ $ 2.74 1.66$ 18.10$ I0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 52.86$ 46%28.35$ $ 5.67 1.66$ 35.68$ I0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ I0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ I0483 ORBITAL ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.06$ $ 3.81 1.66$ 24.53$ I0484 ORBITAL ECOLOGIX® ES MODULAR CARPET TILE SY 36.78$ 18%30.07$ $ 6.01 1.66$ 37.75$ I0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 42%17.52$ $ 3.50 1.66$ 22.69$ I0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 65.44$ 38%40.66$ $ 8.13 1.66$ 50.45$ I0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ I0449 PIVOT POINT ECOWORX® TILE MODULAR CARPET TILE SY 38.57$ 40%23.08$ $ 4.62 1.66$ 29.35$ Z6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 53.83$ 44%29.95$ $ 5.99 1.66$ 37.60$ I0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ I0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 64.77$ 35%42.41$ $ 8.48 1.66$ 52.55$ I0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ I0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 45.03$ 43%25.59$ $ 5.12 1.66$ 32.37$ I0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ I0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ I0459 REASON STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ I0500 REBALANCE STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ $ 2.85 1.66$ 18.77$ I0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ I0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ I0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 37.27$ 47%19.85$ $ 3.97 1.66$ 25.47$ I0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ I0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 33.43$ 38%20.74$ $ 4.15 1.66$ 26.55$ I0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 58.14$ 41%34.02$ $ 6.80 1.66$ 42.48$ I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 41%29.63$ $ 5.93 1.66$ 37.21$ I0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ I0461 SKILL STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ I0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ I0126 SOCRATES II-26 ECOWORX® TILE MODULAR CARPET TILE SY 38.40$ 37%24.00$ $ 4.80 1.66$ 30.46$ I0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.55$ $ 4.71 1.66$ 29.92$ I0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.63$ $ 4.73 1.66$ 30.02$ Z6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 47.91$ 46%25.78$ $ 5.16 1.66$ 32.60$ Z6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 39.72$ 42%23.19$ $ 4.64 1.66$ 29.49$ I0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ I0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ I0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 30.25$ 29%21.55$ $ 4.31 1.66$ 27.52$ I0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 37.24$ 41%22.06$ $ 4.41 1.66$ 28.13$ I0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ I0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ $ 6.80 1.66$ 42.48$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 38.68$ 40%23.08$ $ 4.62 1.66$ 29.35$ Z6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.24$ $ 6.05 1.66$ 37.95$ I0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ 40%19.13$ $ 3.83 1.66$ 24.61$ I0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 34%21.23$ $ 4.25 1.66$ 27.13$ I0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 40%24.95$ $ 4.99 1.66$ 31.60$ I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 37.91$ 37%23.70$ $ 4.74 1.66$ 30.10$ I0280 YIELD ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ NSF 140 Platinum Products L0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ L0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ L0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 43%23.70$ $ 4.74 1.66$ 30.10$ L0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ L0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ L0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L0357 AIRE SKINNY ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 47%25.68$ $ 5.14 1.66$ 32.48$ L0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 38%31.19$ $ 6.24 1.66$ 39.08$ L0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 45.83$ 44%25.52$ $ 5.10 1.66$ 32.28$ L0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ L0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ L0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 47%32.06$ $ 6.41 1.66$ 40.13$ L0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 45.10$ 43%25.87$ $ 5.17 1.66$ 32.71$ L6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 53.70$ 43%30.72$ $ 6.14 1.66$ 38.53$ L0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.28$ $ 4.86 1.66$ 30.79$ L0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.51$ $ 4.90 1.66$ 31.07$ L0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ L0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ L0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 51.89$ 47%27.55$ $ 5.51 1.66$ 34.72$ L0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 58.60$ 39%35.55$ $ 7.11 1.66$ 44.32$ L0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ L0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.32$ 33%23.08$ $ 4.62 1.66$ 29.35$ L0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ PL110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 37.36$ 39%22.60$ $ 4.52 1.66$ 28.78$ L0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.32$ $ 4.86 1.66$ 30.85$ L0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ L0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ L0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 55.39$ 44%31.19$ $ 6.24 1.66$ 39.08$ L0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ L0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 48.73$ 46%26.23$ $ 5.25 1.66$ 33.14$ L0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 37.63$ 40%22.45$ $ 4.49 1.66$ 28.60$ L0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ L0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 37.35$ 40%22.45$ $ 4.49 1.66$ 28.60$ L0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ L0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ L6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 42%23.68$ $ 4.74 1.66$ 30.07$ L0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.23$ $ 4.85 1.66$ 30.74$ L0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ L0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 30%20.93$ $ 4.19 1.66$ 26.77$ L0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ L0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ L0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 57.92$ 43%33.06$ $ 6.61 1.66$ 41.33$ L0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ L0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ L0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 L0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ L0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 43%24.90$ $ 4.98 1.66$ 31.54$ L0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 29.95$ 28%21.56$ $ 4.31 1.66$ 27.54$ L0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ L0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ L0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ L0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ L0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 38%18.65$ $ 3.73 1.66$ 24.04$ L0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ L0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 45.83$ 44%25.52$ $ 5.10 1.66$ 32.28$ L0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 35.18$ 36%22.61$ $ 4.52 1.66$ 28.80$ L0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 40%28.07$ $ 5.61 1.66$ 35.34$ L6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 45.31$ 44%25.43$ $ 5.09 1.66$ 32.18$ L6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 36.35$ 37%22.89$ $ 4.58 1.66$ 29.13$ L0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ L0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ L0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ L6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 40.49$ 41%23.85$ $ 4.77 1.66$ 30.28$ L6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 39.67$ 39%24.36$ $ 4.87 1.66$ 30.89$ L0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ L0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 45.83$ 44%25.52$ $ 5.10 1.66$ 32.28$ L6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.32$ $ 6.06 1.66$ 38.04$ L0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 27%21.63$ $ 4.33 1.66$ 27.62$ L0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 52.86$ 51%25.97$ $ 5.19 1.66$ 32.82$ L0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ L0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ L0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 42%17.52$ $ 3.50 1.66$ 22.69$ L0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 65.44$ 38%40.66$ $ 8.13 1.66$ 50.45$ L0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ L6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 53.83$ 44%29.95$ $ 5.99 1.66$ 37.60$ L0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ L0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 64.77$ 35%42.41$ $ 8.48 1.66$ 52.55$ L0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ L0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 45.03$ 43%25.59$ $ 5.12 1.66$ 32.37$ L0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ L0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ L0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ L0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ L0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 37.27$ 47%19.85$ $ 3.97 1.66$ 25.47$ L0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ L0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 33.43$ 38%20.74$ $ 4.15 1.66$ 26.55$ L0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 58.14$ 41%34.02$ $ 6.80 1.66$ 42.48$ L0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 41%29.63$ $ 5.93 1.66$ 37.21$ L0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ L0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ L0126 SOCRATES II ECOWORX® TILE MODULAR CARPET TILE SY 38.40$ 37%24.00$ $ 4.80 1.66$ 30.46$ L0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.55$ $ 4.71 1.66$ 29.92$ L0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.63$ $ 4.73 1.66$ 30.02$ L6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 47.91$ 46%25.78$ $ 5.16 1.66$ 32.60$ L6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 39.72$ 42%23.19$ $ 4.64 1.66$ 29.49$ L0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ L0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 30.25$ 29%21.55$ $ 4.31 1.66$ 27.52$ L0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ L0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 37.24$ 41%22.06$ $ 4.41 1.66$ 28.13$ L0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 L0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 50%30.42$ $ 6.08 1.66$ 38.16$ L0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 38.68$ 40%23.08$ $ 4.62 1.66$ 29.35$ L6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.24$ $ 6.05 1.66$ 37.95$ L0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ 40%19.13$ $ 3.83 1.66$ 24.61$ L0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 34%21.23$ $ 4.25 1.66$ 27.13$ L0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ L0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 40%24.95$ $ 4.99 1.66$ 31.60$ L0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 37.91$ 37%23.70$ $ 4.74 1.66$ 30.10$ L0280 YIELD ECOWORX® TILE ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ RESILIENT I424V ADESA MODULAR RESILIENT SF 6.60$ 57%2.87$ $ 0.57 0.43$ 3.87$ I346V ADMIX 12" X 12"MODULAR RESILIENT SF 9.45$ 39%5.79$ $ 1.16 0.43$ 7.37$ I508V ADMIX 18" X 36"MODULAR RESILIENT SF 11.00$ 45%6.03$ $ 1.21 0.43$ 7.67$ I347V ADMIX 36" X 36"MODULAR RESILIENT SF 12.00$ 44%6.71$ $ 1.34 0.43$ 8.48$ I429V ADMIX ENCORE GLOSS MODULAR RESILIENT SF 11.00$ 49%5.66$ $ 1.13 0.43$ 7.22$ I452V ADMIX ENCORE MATTE MODULAR RESILIENT SF 11.00$ 49%5.66$ $ 1.13 0.43$ 7.22$ I450V ADMIX MATTE 12" X 12"MODULAR RESILIENT SF 11.00$ 46%5.94$ $ 1.19 0.43$ 7.56$ I451V ADMIX MATTE 36" X 36"MODULAR RESILIENT SF 12.00$ 47%6.37$ $ 1.27 0.43$ 8.08$ S167V ADMIX WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (500 LF)200.00$ 37%126.00$ $ 25.20 0.91$ 152.11$ I333V AGGREGATE MODULAR RESILIENT SF 4.20$ 39%2.56$ $ 0.51 0.43$ 3.51$ I318V ARBOR CREST MODULAR RESILIENT SF 5.67$ 46%3.05$ $ 0.61 0.43$ 4.09$ I208V BOUNCE BACK SHEET RESILIENT SY 54.73$ 39%33.50$ $ 6.70 0.91$ 41.10$ S126V BOUNCE BACK WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ $ 14.27 0.91$ 86.54$ S101V BROOKWOOD WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)74.20$ 44%41.60$ $ 8.32 0.91$ 50.83$ I319V BROOKWOOD+SHEET RESILIENT SY 46.35$ 42%27.10$ $ 5.42 0.91$ 33.43$ I313V CHARTED MODULAR RESILIENT SF 4.00$ 42%2.31$ $ 0.46 0.43$ 3.20$ I600V CLICK REFRESH MODULAR RESILIENT SF 6.74$ 51%3.33$ $ 0.67 0.43$ 4.43$ I426V CMYK SHEET RESILIENT SY 4.00$ 46%2.16$ $ 0.43 0.91$ 3.51$ I476V CREATIVE CODE MODULAR RESILIENT SF 4.00$ 46%2.17$ $ 0.43 0.43$ 3.03$ I440V CROSSOVER CLICK SHEET RESILIENT SY 6.42$ 50%3.21$ $ 0.64 0.91$ 4.76$ I439V CROSSOVER LOOSE LAY SHEET RESILIENT SY 5.00$ 45%2.77$ $ 0.55 0.91$ 4.24$ I334V DISSIPATE MODULAR RESILIENT SF 4.20$ 39%2.56$ $ 0.51 0.43$ 3.51$ I423V EMERY MODULAR RESILIENT SF 6.86$ 57%2.98$ $ 0.60 0.43$ 4.01$ I447V ENRICH PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ I448V ENRICH SHEET SHEET RESILIENT SY 64.00$ 45%35.45$ $ 7.09 0.91$ 43.45$ I500V FORGE AHEAD SHEET RESILIENT SY 50.42$ 46%27.44$ $ 5.49 0.91$ 33.84$ S122V GROUNDWORKS ACCESSORIES - SHEET RESILIENT ROLL (100 SF)75.00$ 9%68.24$ $ 13.65 0.91$ 82.79$ I200V HIGHLAND FOREST MODULAR RESILIENT SF 4.78$ 44%2.68$ $ 0.54 0.43$ 3.65$ I800V HIGHLAND FOREST 6"MODULAR RESILIENT SF 4.78$ 44%2.68$ $ 0.54 0.43$ 3.65$ I422V HOLISTIC SHEET SHEET RESILIENT SY 43.26$ 47%23.04$ $ 4.61 0.91$ 28.56$ S109V HUSH II ACCESSORIES - SHEET RESILIENT ROLL (280 SF)319.88$ 27%232.85$ $ 46.57 0.91$ 280.33$ I404V IVY WALK SHEET RESILIENT SY 45.32$ 46%24.51$ $ 4.90 0.91$ 30.32$ I311V LETTERPRESS MODULAR RESILIENT SF 4.00$ 42%2.31$ $ 0.46 0.43$ 3.20$ I446V MEANING MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ I315V METALLIX (FACET)MODULAR RESILIENT SF 8.40$ 43%4.82$ $ 0.96 0.43$ 6.21$ I314V METALLIX (RECTANGLE)MODULAR RESILIENT SF 8.40$ 43%4.82$ $ 0.96 0.43$ 6.21$ I337V METALLIX 9" X 36"MODULAR RESILIENT SF 8.40$ 44%4.72$ $ 0.94 0.43$ 6.10$ I478V MOLTEN MODULAR RESILIENT SF 6.00$ 52%2.91$ $ 0.58 0.43$ 3.92$ I463V MONOCHROME GLOSS MODULAR RESILIENT SF 5.00$ 45%2.75$ $ 0.55 0.43$ 3.73$ I462V MONOCHROME MATTE MODULAR RESILIENT SF 5.00$ 45%2.75$ $ 0.55 0.43$ 3.73$ I206V NORTH RIDGE 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ I207V NORTH RIDGE 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ I320V ORGANIC HUE SHEET RESILIENT SY 51.50$ 46%27.81$ $ 5.56 0.91$ 34.28$ I479V OXIDIZED MODULAR RESILIENT SF 6.00$ 52%2.91$ $ 0.58 0.43$ 3.92$ I417V REMOVE MODULAR RESILIENT SF 5.00$ 45%2.77$ $ 0.55 0.43$ 3.76$ I466V SPLITWOOD MODULAR RESILIENT SF 6.00$ 52%2.91$ $ 0.58 0.43$ 3.92$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I700V STRATIFIED MODULAR RESILIENT SF 4.63$ 42%2.68$ $ 0.54 0.43$ 3.65$ I322V STRATIFIED+ 12" X 24"MODULAR RESILIENT SF 5.00$ 48%2.61$ $ 0.52 0.43$ 3.56$ I321V STRATIFIED+ 6" X 24"MODULAR RESILIENT SF 5.00$ 45%2.76$ $ 0.55 0.43$ 3.74$ I464V SURFACE TONE MODULAR RESILIENT SF 5.00$ 45%2.75$ $ 0.55 0.43$ 3.73$ I323V TIMBER GROVE 12 MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ I325V TIMBER GROVE 20 MODULAR RESILIENT SF 5.50$ 52%2.66$ $ 0.53 0.43$ 3.62$ I342V TIMBER GROVE 8 MODULAR RESILIENT SF 2.09$ 45%1.16$ $ 0.23 0.43$ 1.82$ I420V TIMBER GROVE II MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ I421V TIMBER GROVE II 20 MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ $ 0.45 0.43$ 3.11$ I465V TIMBER GROVE II WPC 20 MODULAR RESILIENT SF 6.00$ 50%3.02$ $ 0.60 0.43$ 4.05$ I438V TIMBERGROVE II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ I312V TYPEFACE MODULAR RESILIENT SF 4.00$ 42%2.31$ $ 0.46 0.43$ 3.20$ I405V VININGS MODULAR RESILIENT SF 5.00$ 50%2.51$ $ 0.50 0.43$ 3.44$ I418V WITHDRAW MODULAR RESILIENT SF 5.00$ 45%2.77$ $ 0.55 0.43$ 3.76$ I316V WOOD PLANX MODULAR RESILIENT SF 8.40$ 43%4.82$ $ 0.96 0.43$ 6.21$ I336V WOOD PLANX 9" X 36"MODULAR RESILIENT SF 8.57$ 45%4.72$ $ 0.94 0.43$ 6.10$ I300V WOODLAND VIEW MODULAR RESILIENT SF 2.86$ 44%1.61$ $ 0.32 0.43$ 2.36$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ $ 7.99 47.94$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ $ 10.05 60.29$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ $ 7.07 42.41$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ S168V 4" X 120' TOELESS BASE RESILIENT ADHESIVE - RESILIENT ROLL 160.80$ 40%96.12$ $ 19.22 115.34$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D)ADHESIVE - BROADLOOM 4 GAL PAIL 13.04$ 12%11.48$ $ 2.30 13.78$ S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V)ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 214.94$ 19%173.18$ $ 34.64 207.81$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P)ADHESIVE - TILE 4 GAL PAIL 94.22$ 13%81.54$ $ 16.31 97.85$ 5001P 5001 - TILE STANDARD ADHESIVE TILE 1 GAL PAIL 26.73$ 12%23.50$ $ 4.70 28.21$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P)ADHESIVE - TILE 4 GAL PAIL 99.68$ 9%90.88$ $ 18.18 109.05$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P)ADHESIVE - TILE 1 GAL PAIL 94.22$ 16%79.54$ $ 15.91 95.45$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D)ADHESIVE - BROADLOOM 4 GAL PAIL 110.11$ 14%94.51$ $ 18.90 113.42$ G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU)ADHESIVE - TILE PAIL 110.11$ 13%95.58$ $ 19.12 114.69$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ $ 1.37 8.21$ 9000D 9000 - BARRIER COAT 2.5 GAL ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 11%210.87$ $ 42.17 253.04$ 900DU 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U)ADHESIVE - TILE/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES)ADHESIVE - BROADLOOM ROLL (55.5 SY)409.08$ 15%346.08$ $ 69.22 415.30$ AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU)ADHESIVE - TILE ROLL 409.08$ 15%346.08$ $ 69.22 415.30$ 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE)RESILIENT EA $ 110.02 18% $ 90.61 $ 18.12 $ 108.73 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE)RESILIENT EA $ 85.42 18% $ 70.34 $ 14.07 $ 84.41 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE)RESILIENT EA $ 34.49 18% $ 28.41 $ 5.68 $ 34.09 118PM ADMIX 1 QUART GLOSS FINISH (RESALE)RESILIENT EA $ 28.75 18% $ 23.67 $ 4.73 $ 28.40 S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE)RESILIENT Box $ 24.26 18% $ 19.98 $ 4.00 $ 23.98 S148V ANTI-SLIP TAPE HC SUNDRIES ROLL (82FT)369.23$ 252.00$ $ 50.40 302.40$ S200V BABY THRESHOLD EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ S270V BIO-BASED WELD ROD RESILIENT Roll $ 135.00 45% $ 73.90 $ 14.78 $ 88.68 306VS CADBERRY 4"W X 120'L COVE BASE ROLL RESILIENT ROLL 160.80$ 39%97.97$ $ 19.59 117.56$ S158V CAPRAIL 1.75"RESILIENT BOX 132.30$ 12%116.42$ $ 23.28 139.71$ 2U983 CARPET REDUCER 5/16" (RESILIENT S137V)RESILIENT BOX (3/BOX)117.00$ 39%71.07$ $ 14.21 85.28$ LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE TILE ROLL 225.00$ 15%190.58$ $ 38.12 228.69$ S157V CAVETTO 6"RESILIENT BOX 152.15$ 12%133.89$ $ 26.78 160.67$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 2U376 COVE TUBE ADHESIVE (RESILIENT S132V)RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ $ 16.33 97.98$ I0446 CUSHIONWORX 2MM ADHESIVE - TILE ROLL 231.00$ 5%218.30$ $ 43.66 261.95$ I0432 CUSHIONWORX 3MM ADHESIVE - BROADLOOM SY 415.23$ 5%395.46$ $ 79.09 474.55$ S156V CYMA 4.5"RESILIENT BOX 132.30$ 12%116.42$ $ 23.28 139.71$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D)ADHESIVE - BROADLOOM 4 GAL PAIL 61.26$ 15%52.01$ $ 10.40 62.41$ S159V FASCIA 8"RESILIENT BOX 104.74$ 12%92.17$ $ 18.43 110.60$ S201V FLUSH STAIRNOSE EMERY RESILIENT EA 54.25$ 39%33.08$ $ 6.62 39.69$ S144V LANDING TILE HC SUNDRIES CARTON (20 UNITS) 423.08$ 288.75$ $ 57.75 346.50$ LOKDA LOKDOT APPLICATOR (TILE 03LDA)ADHESIVE - TILE EA 82.10$ 16%69.30$ $ 13.86 83.16$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR)ADHESIVE - TILE SLEEVE (250 SY)375.00$ 8%346.50$ $ 69.30 415.80$ LWRX2 LOKWORX BOX ADHESIVE - TILE EA 213.96$ 19%172.39$ $ 34.48 206.87$ S147V MARKING TAPE-S HC SUNDRIES ROLL (82 FT)369.23$ 252.00$ $ 50.40 302.40$ S131V MM800 RESILIENT 4 GAL PAIL 160.00$ 43%91.25$ $ 18.25 109.49$ 9125D MOISTURETEK (RESILIENT 9125D)ADHESIVE - BROADLOOM KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125V MOISTURETEK MOISTURE VAPOR BARRIER TILE KIT 887.18$ 19%714.79$ $ 142.96 857.75$ S202V OVERLAP REDUCER EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ 8U124 PINLESS METAL TRACK (RESILIENT S139V)RESILIENT BOX (3/BOX)96.00$ 40%57.91$ $ 11.58 69.49$ S160V QUARTER ROUND RESILIENT BOX 132.30$ 12%116.42$ $ 23.28 139.70$ S204V QUARTER ROUND EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V)RESILIENT BOX (3/BOX)126.00$ 39%76.77$ $ 15.35 92.13$ S104V RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)5.88$ 51%2.89$ $ 0.58 3.47$ S143V RUBBER TREAD HC SUNDRIES 4' TREAD 131.65$ 35%86.10$ $ 17.22 103.32$ S123V SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 115.50$ 8%106.26$ $ 21.25 127.51$ S171V SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GALLON PAIL 180.60$ 47%95.55$ $ 19.11 114.66$ S107V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ S108V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 2U995 SLOT 4.5" (RESILIENT S155V)RESILIENT BOX 115.76$ 12%102.36$ $ 20.47 122.83$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ $ 10.70 64.23$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ $ 12.46 74.75$ 2U994 STRAIGHT 4.5" (RESILIENT S154V)RESILIENT BOX 115.76$ 12%102.36$ $ 20.47 122.83$ S145V STRINGER/RISER HC SUNDRIES ROLL (20 FT)207.69$ 141.75$ $ 28.35 170.10$ S146V STRIPED TAPE HC SUNDRIES ROLL (50 FT)500.00$ 341.25$ $ 68.25 409.50$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ $ 13.60 81.59$ S203V T-MOLDING EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ VS176 TRANSITION TAPE (RESILIENT S138V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ $ 1.89 11.34$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V)TILE ROLL 897.50$ 12%786.56$ $ 157.31 943.87$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V)TILE ROLL 2,556.25$ 12%2,252.25$ $ 450.45 2,702.70$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V)TILE ROLL $ 71.25 12% $ 62.37 $ 12.47 $ 74.84 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V)TILE ROLL $ 88.75 13% $ 77.39 $ 15.48 $ 92.86 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V)TILE ROLL $ 86.25 13% $ 75.08 $ 15.02 $ 90.09 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ $ 5.12 30.71$ HARD SURFACE 143PM 705 DUSTLESS PROSET PLUS (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 16.07$ 22%12.51$ $ 2.50 0.91$ 15.92$ 144PM 705 DUSTLESS PROSET PLUS (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 18.03$ 22%14.03$ $ 2.81 0.91$ 17.75$ 147PM 720 DUSTLESS MARBLEPRO (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 17.75$ 22%13.81$ $ 2.76 0.91$ 17.48$ 148PM 720 DUSTLESS MARBLEPRO (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 20.36$ 22%15.84$ $ 3.17 0.91$ 19.92$ 106PM 735 PREMIUMFLEX (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 23.43$ 22%18.24$ $ 3.65 0.91$ 22.80$ 124PM 735 PREMIUMFLEX (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 27.23$ 22%21.19$ $ 4.24 0.91$ 26.34$ 125PM 855 XXL THIN SET (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 35.53$ 22%27.66$ $ 5.53 0.91$ 34.10$ 126PM 855 XXL THIN SET (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 39.51$ 22%30.76$ $ 6.15 0.91$ 37.82$ 129PM ADDITIONAL FABRIC 8" X 165'ACCESSORIES - ENGINEERED HARDWOOD ROLL 59.56$ 22%46.36$ $ 9.27 0.91$ 56.54$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH ACCESSORIES - ENGINEERED HARDWOOD EA 21.87$ 22%17.02$ $ 3.40 0.91$ 21.33$ 142PM AGGREGATE - PRO EPOXY PART C ACCESSORIES - ENGINEERED HARDWOOD BOX 29.78$ 22%23.18$ $ 4.64 0.91$ 28.73$ P113V BAKED LINEN 1" X 6" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.58$ 22%9.01$ $ 1.80 0.91$ 11.72$ P111V BAKED LINEN 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ $ 0.47 0.43$ 3.24$ P112V BAKED LINEN 2" MOSAIC ENGINEERED HARDWOOD SF 10.26$ 22%7.99$ $ 1.60 0.43$ 10.02$ P115V BAKED LINEN 3" X 12" BN ENGINEERED HARDWOOD SF 2.87$ 22%2.23$ $ 0.45 0.43$ 3.11$ P116V BAKED LINEN 6" X 12" COVE BASE ACCESSORIES - ENGINEERED HARDWOOD EA 15.34$ 22%11.94$ $ 2.39 0.91$ 15.24$ P146V BISCAYNE 12" X 24"ENGINEERED HARDWOOD SF 1.39$ 22%1.08$ $ 0.22 0.43$ 1.73$ P144V BISCAYNE 13"ENGINEERED HARDWOOD SF 1.07$ 22%0.83$ $ 0.17 0.43$ 1.43$ P145V BISCAYNE 17"ENGINEERED HARDWOOD SF 1.25$ 22%0.97$ $ 0.19 0.43$ 1.59$ P148V BISCAYNE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 8.58$ 22%6.68$ $ 1.34 0.91$ 8.93$ P147V BISCAYNE 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.48$ 22%1.93$ $ 0.39 0.91$ 3.23$ 127PM BURST - EXCELLERATOR ACCESSORIES - ENGINEERED HARDWOOD EA 11.14$ 22%8.67$ $ 1.73 0.91$ 11.31$ P087V CANYON RIVER 12" X 24"ENGINEERED HARDWOOD SF 2.09$ 22%1.63$ $ 0.33 0.43$ 2.39$ P088V CANYON RIVER 12" X 24" POLISHED ENGINEERED HARDWOOD SF 2.66$ 22%2.07$ $ 0.41 0.43$ 2.91$ P091V CANYON RIVER 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.83$ 22%8.43$ $ 1.69 0.91$ 11.03$ P089V CANYON RIVER 3" X 12" BN ACCESSORIES - ENGINEERED HARDWOOD EA 3.07$ 22%2.39$ $ 0.48 0.91$ 3.78$ P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.71$ 22%2.89$ $ 0.58 0.91$ 4.38$ P007V CEMENTED 12" X 24"ENGINEERED HARDWOOD SF 2.16$ 22%1.68$ $ 0.34 0.43$ 2.45$ P006V CEMENTED 13"ENGINEERED HARDWOOD SF 1.91$ 22%1.49$ $ 0.30 0.43$ 2.22$ P008V CEMENTED 18"ENGINEERED HARDWOOD SF 1.98$ 22%1.54$ $ 0.31 0.43$ 2.28$ P011V CEMENTED 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ 22%7.53$ $ 1.51 0.91$ 9.95$ P010V CEMENTED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ 22%2.18$ $ 0.44 0.91$ 3.53$ P061V CHARRED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ $ 0.39 0.43$ 2.77$ P062V CHARRED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ $ 0.44 0.43$ 3.08$ P063V CHARRED HICKORY BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.28$ 22%4.89$ $ 0.98 0.91$ 6.78$ P064V CHARRED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.85$ 22%8.45$ $ 1.69 0.91$ 11.05$ P079V COASTAL PLANK 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ $ 0.43 0.43$ 3.00$ P080V COASTAL PLANK 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ $ 0.48 0.43$ 3.30$ P081V COASTAL PLANK BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ $ 0.95 0.91$ 6.59$ P082V COASTAL PLANK MOSAIC ENGINEERED HARDWOOD SF 17.43$ 22%13.57$ $ 2.71 0.43$ 16.71$ P155V COLONIAL 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ $ 0.47 0.43$ 3.24$ P156V COLONIAL 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.94$ 22%2.28$ $ 0.46 0.91$ 3.65$ P158V COLONIAL 4" X 12"ENGINEERED HARDWOOD SF 5.92$ 22%4.60$ $ 0.92 0.43$ 5.95$ P159V COLONIAL 4" X 12" WALL BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.21$ 22%3.28$ $ 0.66 0.91$ 4.85$ 139PM COLORED CAULK-SANDED ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ $ 1.83 0.91$ 11.89$ 140PM COLORED CAULK-SMOOTH ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ $ 1.83 0.91$ 11.89$ P072V COOL SPRINGS 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ $ 1.91 0.91$ 12.35$ P068V COOL SPRINGS 3" X 6"ENGINEERED HARDWOOD SF 16.15$ 22%12.57$ $ 2.51 0.43$ 15.51$ P071V COOL SPRINGS RANDOM LINEAR ACCESSORIES - ENGINEERED HARDWOOD EA 10.81$ 22%8.41$ $ 1.68 0.91$ 11.00$ P150V CORONADO 12" X 24"ENGINEERED HARDWOOD SF 1.48$ 22%1.15$ $ 0.23 0.43$ 1.81$ P151V CORONADO 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.18$ 22%0.92$ $ 0.18 0.91$ 2.01$ P149V CORONADO 17"ENGINEERED HARDWOOD SF 1.27$ 22%0.99$ $ 0.20 0.43$ 1.62$ P138V CORONADO 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ $ 1.91 0.91$ 12.35$ P152V CORONADO 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.53$ 22%1.97$ $ 0.39 0.91$ 3.27$ 138PM DURA NON-SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 17.24$ 22%13.42$ $ 2.68 0.91$ 17.01$ 102PM DURA SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 19.13$ 22%14.89$ $ 2.98 0.91$ 18.78$ P165V EAST HAMPTON 12" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 2.02$ 22%1.58$ $ 0.32 0.91$ 2.81$ P166V EAST HAMPTON 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.77$ 22%1.38$ $ 0.28 0.91$ 2.57$ P167V EAST HAMPTON 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ $ 0.28 0.43$ 2.11$ P163V EAST HAMPTON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.35$ 22%7.28$ $ 1.46 0.91$ 9.65$ P164V EAST HAMPTON 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.71$ 22%2.11$ $ 0.42 0.91$ 3.44$ 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH ACCESSORIES - ENGINEERED HARDWOOD EA 84.64$ 22%65.88$ $ 13.18 0.91$ 79.97$ 130PM FABRIC BASE ROLL 8" X 90'ACCESSORIES - ENGINEERED HARDWOOD ROLL 34.48$ 22%26.84$ $ 5.37 0.91$ 33.12$ 131PM FRACTURE GUARD ACCESSORIES - ENGINEERED HARDWOOD EA 125.39$ 22%97.60$ $ 19.52 0.91$ 118.03$ 149PM FRACTURE GUARD FD ACCESSORIES - ENGINEERED HARDWOOD EA 131.66$ 22%102.48$ $ 20.50 0.91$ 123.89$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 P065V HARSHAW 12" X 24"ENGINEERED HARDWOOD SF 3.09$ 22%2.41$ $ 0.48 0.43$ 3.32$ P067V HARSHAW 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.58$ 22%8.24$ $ 1.65 0.91$ 10.80$ P066V HARSHAW 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.00$ 22%2.34$ $ 0.47 0.91$ 3.72$ 128PM HYDRO GUARD - 1 GAL ACCESSORIES - ENGINEERED HARDWOOD EA 62.69$ 22%48.80$ $ 9.76 0.91$ 59.47$ 107PM HYDRO GUARD 3.5 GAL PAIL ACCESSORIES - ENGINEERED HARDWOOD EA 153.61$ 22%119.56$ $ 23.91 0.91$ 144.38$ P193V ILLUSION GLASS HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 16.77$ 22%13.05$ $ 2.61 0.91$ 16.57$ P194V ILLUSION GLASS LINEAR MOSAIC ENGINEERED HARDWOOD SF 17.38$ 22%13.53$ $ 2.71 0.43$ 16.67$ 137PM INTEGRA COLOR GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ $ 3.42 0.91$ 21.42$ P170V IRONSTONE 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.62$ 22%1.26$ $ 0.25 0.91$ 2.42$ P171V IRONSTONE 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ $ 0.28 0.43$ 2.11$ P169V IRONSTONE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.19$ 22%7.15$ $ 1.43 0.91$ 9.49$ P168V IRONSTONE 3X13 BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.68$ 22%2.09$ $ 0.42 0.91$ 3.42$ P106V MADISON 12" X 24"ENGINEERED HARDWOOD SF 3.03$ 22%2.36$ $ 0.47 0.43$ 3.26$ P109V MADISON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.18$ 22%11.81$ $ 2.36 0.91$ 15.08$ P107V MADISON 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.96$ 22%2.30$ $ 0.46 0.91$ 3.67$ P108V MADISON RANDOM LINEAR MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 24.73$ 22%19.25$ $ 3.85 0.91$ 24.01$ S307V MOISTURESHIELD ACCESSORIES - ENGINEERED HARDWOOD EA 578.37$ 22%450.19$ $ 90.04 0.91$ 541.14$ 141PM PRO EPOXY PARTS A & B ADHESIVE - ENGINEERED HARDWOOD PAIL 59.56$ 22%46.36$ $ 9.27 0.91$ 56.54$ 133PM PROPATCH ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ $ 3.42 0.91$ 21.42$ 134PM PROPATCH XF ACCESSORIES - ENGINEERED HARDWOOD EA 25.08$ 22%19.52$ $ 3.90 0.91$ 24.33$ P077V SILK WALNUT 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ $ 0.96 0.91$ 6.69$ P075V SILK WALNUT 6" X 24"ENGINEERED HARDWOOD SF 2.05$ 22%1.59$ $ 0.32 0.43$ 2.34$ P076V SILK WALNUT 6" X 36"ENGINEERED HARDWOOD SF 2.32$ 22%1.81$ $ 0.36 0.43$ 2.60$ P078V SILK WALNUT MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.31$ 22%8.02$ $ 1.60 0.91$ 10.53$ 136PM SLU PRIMER ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ $ 3.42 0.91$ 21.42$ P085V SPICED HICKORY 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ $ 0.96 0.91$ 6.69$ P083V SPICED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ $ 0.39 0.43$ 2.77$ P084V SPICED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ $ 0.44 0.43$ 3.08$ P086V SPICED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.69$ 22%8.32$ $ 1.66 0.91$ 10.89$ P186V SPLENDID 12" X 24" MATTE ENGINEERED HARDWOOD SF 3.87$ 22%3.01$ $ 0.60 0.43$ 4.04$ P027V SPLENDID 12" X 24" POLISHED ENGINEERED HARDWOOD SF 3.66$ 22%2.85$ $ 0.57 0.43$ 3.85$ p187v SPLENDID 16" X 32" MATTE ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ $ 0.74 0.43$ 4.85$ P188V SPLENDID 16" X 32" POLISHED ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ $ 0.74 0.43$ 4.85$ P033V SPLENDID 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.72$ 22%7.56$ $ 1.51 0.91$ 9.98$ P030V SPLENDID 24" X 24" POLISHED ENGINEERED HARDWOOD SF 3.53$ 22%2.75$ $ 0.55 0.43$ 3.73$ P185V SPLENDID 3" X 12" MATTE ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ $ 0.74 0.91$ 5.33$ P031V SPLENDID 3" X 12" POLISHED ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ $ 0.74 0.91$ 5.33$ P026V SPLENDID 4" X 12" PLSH ENGINEERED HARDWOOD SF 5.42$ 22%4.22$ $ 0.84 0.43$ 5.49$ P032V SPLENDID HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.02$ 22%11.69$ $ 2.34 0.91$ 14.94$ P074V SPRINGBROOK 6" X 20" CHEVRON ENGINEERED HARDWOOD SF 13.15$ 22%10.24$ $ 2.05 0.43$ 12.72$ P073V SPRINGBROOK 8.5" X 40"ENGINEERED HARDWOOD SF 3.37$ 22%2.62$ $ 0.52 0.43$ 3.57$ S306V SURFACE PREP EXT ACCESSORIES - ENGINEERED HARDWOOD EA 451.41$ 22%351.37$ $ 70.27 0.91$ 422.55$ P130V TRECKWOOD 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ $ 0.95 0.91$ 6.59$ P128V TRECKWOOD 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ $ 0.43 0.43$ 3.00$ P129V TRECKWOOD 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ $ 0.48 0.43$ 3.30$ P131V TRECKWOOD MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.42$ 22%8.11$ $ 1.62 0.91$ 10.64$ 132PM UNDERLAYMENT C ACCESSORIES - ENGINEERED HARDWOOD EA 32.91$ 22%25.62$ $ 5.12 0.91$ 31.65$ 135PM UNDERLAYMENT SLU ACCESSORIES - ENGINEERED HARDWOOD EA 42.32$ 22%32.94$ $ 6.59 0.91$ 40.44$ P021V URBAN EASE 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 4.53$ 22%3.52$ $ 0.70 0.91$ 5.13$ P024V URBAN EASE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 3.30$ 22%2.57$ $ 0.51 0.91$ 3.99$ P013V URBAN EASE 3" X 6"ENGINEERED HARDWOOD SF 1.96$ 22%1.52$ $ 0.30 0.43$ 2.25$ P016V URBAN EASE 4" X 16"ENGINEERED HARDWOOD SF 1.68$ 22%1.31$ $ 0.26 0.43$ 2.00$ P018V URBAN EASE 4" X 16" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.80$ 22%3.74$ $ 0.75 0.91$ 5.40$ Philadelphia Commercial BROADLOOM State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 54851 ANTIQUE CHARM BROADLOOM CARPET SY 23.46$ 26%17.26$ $ 3.45 1.15$ 21.86$ Q8005 ARTISTIC IMPRES BROADLOOM CARPET SY 41.61$ 40%24.84$ $ 4.97 1.15$ 30.96$ 50396 AYERS HALL II SOFTBAC BROADLOOM CARPET SY 23.90$ 43%13.51$ $ 2.70 1.15$ 17.37$ J0064 BAYTOWNE III 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ $ 2.46 1.15$ 15.91$ J0065 BAYTOWNE III 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ $ 3.03 1.15$ 19.31$ 54807 BE OPEN STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ $ 2.37 1.15$ 15.37$ 54808 BE PRESENT STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ $ 2.37 1.15$ 15.37$ 54809 BE REAL STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ $ 2.37 1.15$ 15.37$ 54692 BEACON II DUROGEN RUBBER BROADLOOM CARPET SY 15.20$ 43%8.73$ $ 1.75 1.15$ 11.63$ 54776 BIRD'S EYE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54600 BOX SUITE CLASSICBAC®BROADLOOM CARPET SY 39.39$ 38%24.43$ $ 4.89 1.15$ 30.46$ J0102 BROADCAST STALOK®BROADLOOM CARPET SY 21.98$ 38%13.53$ $ 2.71 1.15$ 17.38$ 54738 CALM CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ $ 2.77 1.15$ 17.74$ 54739 CALM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ $ 3.68 1.15$ 23.23$ 54214 CAMDEN HARBOR II CLASSICBAC®BROADLOOM CARPET SY 19.18$ 42%11.12$ $ 2.22 1.15$ 14.50$ 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.74$ 43%15.70$ $ 3.14 1.15$ 19.99$ 54215 CAMDEN HARBOR II UNITARY BROADLOOM CARPET SY 19.92$ 41%11.76$ $ 2.35 1.15$ 15.26$ 54508 CAMOUFLAGE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54706 CANNONBORO CLASSICBAC®BROADLOOM CARPET SY 18.30$ 43%10.50$ $ 2.10 1.15$ 13.75$ 54280 CAPITAL III CLASSICBAC®BROADLOOM CARPET SY 14.75$ 25%11.13$ $ 2.23 1.15$ 14.51$ 54282 CAPITAL III STALOK®BROADLOOM CARPET SY 32.16$ 35%21.01$ $ 4.20 1.15$ 26.36$ 54281 CAPITAL III UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ $ 2.30 1.15$ 14.94$ J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.13$ 44%17.46$ $ 3.49 1.15$ 22.11$ J0112 CHANGE IN ATTITUDE STALOK®BROADLOOM CARPET SY 19.77$ 30%13.76$ $ 2.75 1.15$ 17.66$ 54509 CHEETAH CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54852 CLASSIC TRADITION BROADLOOM CARPET SY 23.46$ 26%17.26$ $ 3.45 1.15$ 21.86$ 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY)BROADLOOM CARPET SY 23.46$ 37%14.89$ $ 2.98 1.15$ 19.02$ 54812 COLOR GRID STALOK®BROADLOOM CARPET SY 20.07$ 44%11.33$ $ 2.27 1.15$ 14.75$ 54693 COMMONS II DUROGEN RUBBER BROADLOOM CARPET SY 19.48$ 39%11.95$ $ 2.39 1.15$ 15.50$ J0181 CUTAWAY CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ $ 2.06 1.15$ 13.50$ 54605 DATE NIGHT CLASSICBAC®BROADLOOM CARPET SY 25.23$ 38%15.66$ $ 3.13 1.15$ 19.94$ 54029 DATELINE CLASSICBAC®BROADLOOM CARPET SY 26.41$ 40%15.85$ $ 3.17 1.15$ 20.17$ 54823 DATELINE TODAY STALOK®BROADLOOM CARPET SY 21.39$ 44%12.08$ $ 2.42 1.15$ 15.64$ J0182 DIAGRAM CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ $ 2.06 1.15$ 13.50$ 54613 DINE OUT CLASSICBAC®BROADLOOM CARPET SY 39.69$ 39%24.32$ $ 4.86 1.15$ 30.34$ 54416 DIRECT LINK STALOK®BROADLOOM CARPET SY 19.92$ 40%11.97$ $ 2.39 1.15$ 15.51$ J0078 DIVIDEND 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ $ 2.07 1.15$ 13.58$ J0079 DIVIDEND 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ $ 2.29 1.15$ 14.89$ J0080 DIVIDEND 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ $ 2.21 1.15$ 14.41$ Q0421 ELEMENTS CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ $ 4.00 1.15$ 25.14$ 54255 EMPHATIC 30 II CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ $ 2.46 1.15$ 15.91$ 54256 EMPHATIC 36 II CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ $ 3.03 1.15$ 19.31$ J0186 ENCHANT STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ $ 2.43 1.15$ 15.74$ J0185 EVOKE STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ $ 2.43 1.15$ 15.74$ 54615 EXPECTED GUEST CLASSICBAC®BROADLOOM CARPET SY 38.21$ 36%24.32$ $ 4.86 1.15$ 30.34$ 54530 EYES ON YOU CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54907 FACT CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ $ 1.28 1.66$ 9.33$ 54831 FAIR SHAKE STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ $ 1.91 1.15$ 12.59$ 54533 FEATHER TAIL CLASSICBAC®BROADLOOM CARPET SY 34.38$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.46$ 35%15.18$ $ 3.04 1.15$ 19.36$ 54745 FRANCHISE II 26 STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ $ 2.38 1.15$ 15.44$ 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.64$ 36%15.80$ $ 3.16 1.15$ 20.11$ 54744 FRANCHISE II 28 STALOK®BROADLOOM CARPET SY 16.67$ 24%12.68$ $ 2.54 1.15$ 16.37$ 54210 FRANCHISE STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ $ 2.38 1.15$ 15.44$ 54775 FRET CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54908 FUNCTION CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ $ 1.28 1.66$ 9.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 J0060 FUNCTIONAL CLASSICBAC®BROADLOOM CARPET SY 17.85$ 32%12.14$ $ 2.43 1.15$ 15.72$ 54644 FUTURE GENERATIONS CLASSICBAC®BROADLOOM CARPET SY 22.57$ 36%14.35$ $ 2.87 1.15$ 18.36$ 54740 GATHER CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ $ 2.77 1.15$ 17.74$ 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ $ 3.68 1.15$ 23.23$ 54507 GIRAFFE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54504 GROMMETS CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54514 HIDEAWAYS CLASSICBAC®BROADLOOM CARPET SY 42.34$ 43%24.12$ $ 4.82 1.15$ 30.09$ 54417 HOT CIRCUIT STALOK®BROADLOOM CARPET SY 24.34$ 43%13.99$ $ 2.80 1.15$ 17.93$ 54502 HOT SPOT CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54578 IN HARMONY STALOK®BROADLOOM CARPET SY 21.98$ 37%13.89$ $ 2.78 1.15$ 17.82$ 54603 IN-CROWD CLASSICBAC®BROADLOOM CARPET SY 35.70$ 32%24.43$ $ 4.89 1.15$ 30.46$ 54534 INS AND OUTS CLASSICBAC®BROADLOOM CARPET SY 34.52$ 43%19.75$ $ 3.95 1.15$ 24.85$ Q0420 INSPIRED CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ $ 3.29 1.15$ 20.90$ J0059 JARGON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 33%11.97$ $ 2.39 1.15$ 15.51$ 54495 JOKERS WILD CLASSICBAC®BROADLOOM CARPET SY 33.79$ 43%19.23$ $ 3.85 1.15$ 24.23$ 54098 LATEST TREND CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ $ 4.00 1.15$ 25.14$ 54266 LEGEND FALLS CLASSICBAC®BROADLOOM CARPET SY 31.28$ 42%18.05$ $ 3.61 1.15$ 22.81$ 54735 LIVE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ $ 2.77 1.15$ 17.74$ 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ $ 3.68 1.15$ 23.23$ 54704 LORING WOODS CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ $ 2.10 1.15$ 13.75$ 54532 LOWLAND CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54046 MAJOR EVENT CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ $ 2.30 1.15$ 14.95$ 54066 MAJOR EVENT UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ $ 2.37 1.15$ 15.38$ 54604 MAKE THE SCENE CLASSICBAC®BROADLOOM CARPET SY 39.98$ 47%21.04$ $ 4.21 1.15$ 26.40$ 54516 MASTERS CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ $ 4.82 1.15$ 30.09$ 234MC METROWALL II UNITARY BROADLOOM CARPET SY 23.37$ 29%16.48$ $ 3.30 1.15$ 20.93$ 54411 METRO LIFE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ $ 2.77 1.15$ 17.74$ 54207 MODERN TRADITIONS STALOK®BROADLOOM CARPET SY 23.75$ 43%13.42$ $ 2.68 1.15$ 17.26$ 54593 MULTIPLICITY CLASSICBAC®BROADLOOM CARPET SY 13.13$ 39%8.00$ $ 1.60 1.15$ 10.75$ 54531 NATURES CRAFT CLASSICBAC®BROADLOOM CARPET SY 34.67$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54720 NEST ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.93$ 33%16.63$ $ 3.33 1.15$ 21.11$ 54719 NEST STALOK®BROADLOOM CARPET SY 20.36$ 41%12.06$ $ 2.41 1.15$ 15.62$ 54793 NEW BASICS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ $ 1.73 1.15$ 11.50$ 54705 NEW BAY CLASSICBAC®BROADLOOM CARPET SY 17.26$ 39%10.50$ $ 2.10 1.15$ 13.75$ 54794 NEW STATEMENT CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ $ 1.73 1.15$ 11.50$ 54795 NEW TRADE CLASSICBAC®BROADLOOM CARPET SY 14.16$ 39%8.63$ $ 1.73 1.15$ 11.50$ 54792 NEW WORKS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ $ 1.73 1.15$ 11.50$ 54097 NEXT GENERATION CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ $ 3.29 1.15$ 20.90$ J0069 NO LIMITS STALOK®BROADLOOM CARPET SY 20.36$ 35%13.25$ $ 2.65 1.15$ 17.05$ 54777 OGEE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54802 ON SITE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.20$ $ 1.64 1.15$ 10.99$ 54803 ON TARGET CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.33$ $ 1.67 1.15$ 11.14$ 54801 ON THE MOVE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 35%9.52$ $ 1.90 1.15$ 12.57$ 54790 POWER UP CLASSICBAC®BROADLOOM CARPET SY 12.98$ 40%7.80$ $ 1.56 1.15$ 10.51$ 54510 PRIMUS CLASSICBAC®BROADLOOM CARPET SY 35.41$ 38%21.99$ $ 4.40 1.15$ 27.54$ J0124 RELAY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 36%12.67$ $ 2.53 1.15$ 16.35$ 54760 REMIX CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54761 RESTYLE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54762 REVAMP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54043 ROUSING REVIEW CLASSICBAC®BROADLOOM CARPET SY 25.97$ 45%14.35$ $ 2.87 1.15$ 18.36$ 54452 RUSH DELIVERY CLASSICBAC®BROADLOOM CARPET SY 14.31$ 30%9.98$ $ 2.00 1.15$ 13.13$ 54028 SABLE ISLAND CLASSICBAC®BROADLOOM CARPET SY 23.16$ 43%13.20$ $ 2.64 1.15$ 16.99$ 54721 SCOREBOARD II 26 CLASSICBAC®BROADLOOM CARPET SY 13.72$ 35%8.94$ $ 1.79 1.15$ 11.88$ 54677 SCOREBOARD II 26 STALOK®BROADLOOM CARPET SY 14.61$ 36%9.36$ $ 1.87 1.15$ 12.38$ 54675 SCOREBOARD II 28 CLASSICBAC®BROADLOOM CARPET SY 14.75$ 37%9.36$ $ 1.87 1.15$ 12.38$ 54676 SCOREBOARD II 28 STALOK®BROADLOOM CARPET SY 15.64$ 38%9.77$ $ 1.95 1.15$ 12.88$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 54707 SCOTTISH PLAID II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ $ 2.10 1.15$ 13.75$ Q0617 SEQUENCE CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ $ 2.30 1.15$ 14.95$ Q0618 SEQUENCE UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ $ 2.37 1.15$ 15.38$ 54770 SIGN ON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54772 SIGN OUT CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54771 SIGN UP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54288 SOUND ADVICE BL CLASSICBAC®BROADLOOM CARPET SY 14.31$ 33%9.57$ $ 1.91 1.15$ 12.64$ 54450 SPEAK EASY CLASSICBAC®BROADLOOM CARPET SY 19.33$ 35%12.52$ $ 2.50 1.15$ 16.17$ 54446 SPEAK FREELY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 32%13.35$ $ 2.67 1.15$ 17.17$ 54445 SPEAK OUT CLASSICBAC®BROADLOOM CARPET SY 19.77$ 33%13.20$ $ 2.64 1.15$ 16.99$ 54451 SPEAK UP CLASSICBAC®BROADLOOM CARPET SY 16.23$ 35%10.50$ $ 2.10 1.15$ 13.75$ 54602 SPOT LIGHT CLASSICBAC®BROADLOOM CARPET SY 24.79$ 36%15.92$ $ 3.18 1.15$ 20.25$ 54832 SQUARE DEAL STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ $ 1.91 1.15$ 12.59$ 54694 SUCCESSION II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 32.61$ 41%19.13$ $ 3.83 1.15$ 24.10$ 54518 SUITE RETREAT CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ $ 4.82 1.15$ 30.09$ 54494 TA DA CLASSICBAC®BROADLOOM CARPET SY 33.93$ 43%19.23$ $ 3.85 1.15$ 24.23$ 54660 TAKING NAMES CLASSICBAC®BROADLOOM CARPET SY 10.92$ 40%6.59$ $ 1.32 1.15$ 9.06$ 54708 TICKER TAPE II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ $ 2.10 1.15$ 13.75$ 54579 UNISON STALOK®BROADLOOM CARPET SY 21.98$ 37%13.95$ $ 2.79 1.15$ 17.89$ 54850 VINTAGE WEAVE BROADLOOM CARPET SY 23.46$ 26%17.26$ $ 3.45 1.15$ 21.86$ 54269 VOCATION III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ $ 2.07 1.15$ 13.58$ 54270 VOCATION III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ $ 2.29 1.15$ 14.89$ 54271 VOCATION III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ $ 2.21 1.15$ 14.41$ 54496 WONDERMENT CLASSICBAC®BROADLOOM CARPET SY 34.08$ 43%19.33$ $ 3.87 1.15$ 24.35$ 54505 ZEBRA CLASSICBAC®BROADLOOM CARPET SY 27.74$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54778 ZEST CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54535 ZESTY ZEBRA CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54779 ZING CLASSICBAC®BROADLOOM CARPET SY 17.70$ 40%10.60$ $ 2.12 1.15$ 13.87$ TILE 54474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ $ 4.33 1.66$ 27.62$ 54588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ 54436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 25%23.31$ $ 4.66 1.66$ 29.63$ 54848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ 54847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ 54596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ 54480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ $ 4.15 1.66$ 26.55$ 54806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 27%16.83$ $ 3.37 1.66$ 21.85$ J0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 28%23.54$ $ 4.71 1.66$ 29.91$ J0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 21%25.31$ $ 5.06 1.66$ 32.03$ 54459 CHATTERBOX ECOWORX® TILE MODULAR CARPET TILE SY 25.97$ 19%21.07$ $ 4.21 1.66$ 26.94$ 54870 CHISELED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ $ 3.03 1.66$ 19.87$ 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY)MODULAR CARPET TILE SY 54.02$ 49%27.55$ $ 5.51 1.66$ 34.72$ 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 50%26.40$ $ 5.28 1.66$ 33.34$ 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 42.49$ 28%30.57$ $ 6.11 1.66$ 38.34$ 54784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 26%24.22$ $ 4.84 1.66$ 30.72$ 54816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 25%17.45$ $ 3.49 1.66$ 22.60$ 54871 CRACKLED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ $ 3.03 1.66$ 19.87$ 54841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ 54813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ 54904 DECLARE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ $ 2.48 1.66$ 16.56$ 54905 DISCLOSE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ $ 2.48 1.66$ 16.56$ 54906 DOCUMENT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ $ 2.48 1.66$ 16.56$ 54857 DYNAMO STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ $ 2.51 1.66$ 16.74$ 54757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ 54565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%20.97$ $ 4.19 1.66$ 26.83$ 54872 FRACTURED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ $ 3.03 1.66$ 19.87$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 54520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.19$ $ 4.44 1.66$ 28.29$ 54844 GENIUS STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ $ 2.51 1.66$ 16.74$ 54874 HARMONY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ $ 4.72 1.66$ 29.96$ 54500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 34%24.67$ $ 4.93 1.66$ 31.26$ 54895 HIPSTER STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ $ 2.68 1.66$ 17.75$ 54491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 16%20.58$ $ 4.12 1.66$ 26.36$ J0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ 54752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 30%22.97$ $ 4.59 1.66$ 29.23$ 54845 INTELLECT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ $ 2.51 1.66$ 16.74$ J0135 INTERMIX ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ $ 4.33 1.66$ 27.62$ 54814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ 54833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ 54733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 25%28.29$ $ 5.66 1.66$ 35.60$ 54734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 27%17.88$ $ 3.58 1.66$ 23.12$ 54781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 32%18.92$ $ 3.78 1.66$ 24.36$ 54875 MEDLEY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ $ 4.72 1.66$ 29.96$ 54458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 31%25.77$ $ 5.15 1.66$ 32.58$ 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.21$ 26%21.54$ $ 4.31 1.66$ 27.51$ 54594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 27.59$ 27%20.17$ $ 4.03 1.66$ 25.86$ 54589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ J0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ $ 4.62 1.66$ 29.35$ 54896 OFF BEAT STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ $ 2.68 1.66$ 17.75$ 54842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ J0136 QUICK CHANGE ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ $ 4.19 1.66$ 26.77$ 54843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ J0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ J0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ J0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 31%26.00$ $ 5.20 1.66$ 32.86$ 54758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ 54876 RHYTHM ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ $ 4.72 1.66$ 29.96$ 54834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ J0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 27%24.10$ $ 4.82 1.66$ 30.59$ 54811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ 54488 SOUND ADVICE ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ $ 4.62 1.66$ 29.35$ 54564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%21.02$ $ 4.20 1.66$ 26.89$ 54587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 32%30.46$ $ 6.09 1.66$ 38.21$ 54860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ 54727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 36%30.56$ $ 6.11 1.66$ 38.33$ 54810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ 54695 SUCCESSION ECOWORX® TILE MODULAR CARPET TILE SY 42.05$ 41%24.74$ $ 4.95 1.66$ 31.35$ 54440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 20%22.71$ $ 4.54 1.66$ 28.91$ J0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 24%24.35$ $ 4.87 1.66$ 30.88$ 54861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ 54849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ 54748 TRAVERSE ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ $ 7.48 1.66$ 46.57$ 54749 TREAD ON ME ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ $ 7.48 1.66$ 46.57$ 54754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ 54521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.23$ $ 4.45 1.66$ 28.34$ 54475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ $ 4.19 1.66$ 26.77$ 54804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 34.52$ 38%21.31$ $ 4.26 1.66$ 27.23$ 54755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ 54897 WILDSTYLE STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ $ 2.68 1.66$ 17.75$ 54492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 22%19.27$ $ 3.85 1.66$ 24.78$ 54756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ 54796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 30%20.06$ $ 4.01 1.66$ 25.73$ NSF-140 Platinum Products State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 P4474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ $ 4.33 1.66$ 27.62$ P4588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ P4436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 25%23.31$ $ 4.66 1.66$ 29.63$ P4848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ P4847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ P4596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ P4480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 25.38$ 18%20.74$ $ 4.15 1.66$ 26.55$ P4806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 27%16.83$ $ 3.37 1.66$ 21.85$ P0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 28%23.54$ $ 4.71 1.66$ 29.91$ P0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 21%25.31$ $ 5.06 1.66$ 32.03$ P4459 CHATTERBOX ECOWORX®MODULAR CARPET TILE SY 25.97$ 19%21.07$ $ 4.21 1.66$ 26.94$ P4784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 26%24.22$ $ 4.84 1.66$ 30.72$ P4816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 25%17.45$ $ 3.49 1.66$ 22.60$ P4841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ P4813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ P4757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ P4565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%20.97$ $ 4.19 1.66$ 26.83$ P4520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.19$ $ 4.44 1.66$ 28.29$ P4500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 34%24.67$ $ 4.93 1.66$ 31.26$ P4491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 16%20.58$ $ 4.12 1.66$ 26.36$ P0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ P4752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 30%22.97$ $ 4.59 1.66$ 29.23$ P4814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ P4833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ P4733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 25%28.29$ $ 5.66 1.66$ 35.60$ P4734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 27%17.88$ $ 3.58 1.66$ 23.12$ P4781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 32%18.92$ $ 3.78 1.66$ 24.36$ P4458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 31%25.77$ $ 5.15 1.66$ 32.58$ P4815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.21$ 26%21.54$ $ 4.31 1.66$ 27.51$ P4594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 27.59$ 27%20.17$ $ 4.03 1.66$ 25.86$ P4589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ P0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ $ 4.62 1.66$ 29.35$ P4842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ P4843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ P0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ P0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ P0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 31%26.00$ $ 5.20 1.66$ 32.86$ P4758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ P4834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ P0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 27%24.10$ $ 4.82 1.66$ 30.59$ P4811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ P4564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%21.02$ $ 4.20 1.66$ 26.89$ P4587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 32%30.46$ $ 6.09 1.66$ 38.21$ P4860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ P4727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 36%30.56$ $ 6.11 1.66$ 38.33$ P4810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ P4440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 20%22.71$ $ 4.54 1.66$ 28.91$ P0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 24%24.35$ $ 4.87 1.66$ 30.88$ P4861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ P4849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ P4754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ P4521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.23$ $ 4.45 1.66$ 28.34$ P4475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ $ 4.19 1.66$ 26.77$ P4804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 34.52$ 38%21.31$ $ 4.26 1.66$ 27.23$ P4755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ P4492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 22%19.27$ $ 3.85 1.66$ 24.78$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 P4756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ P4796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 30%20.06$ $ 4.01 1.66$ 25.73$ PERFORMANCE TURF 54712 ADRENALINE 5MM BROADLOOM CARPET SY 50.46$ 34%33.37$ $ 6.67 1.15$ 41.19$ 54653 ADRENALINE UNITARY BROADLOOM CARPET SY 34.67$ 35%22.45$ $ 4.49 1.15$ 28.09$ 54731 FREE TIME 5MM BROADLOOM CARPET SY 47.80$ 33%31.81$ $ 6.36 1.15$ 39.32$ 54732 FREE TIME UNITARY BROADLOOM CARPET SY 30.39$ 31%21.00$ $ 4.20 1.15$ 26.35$ 54716 INTENSIFY UNITARY BROADLOOM CARPET SY 29.21$ 38%17.98$ $ 3.60 1.15$ 22.73$ 54743 LAUNCH UNITARY BROADLOOM CARPET SY 25.08$ 43%14.35$ $ 2.87 1.15$ 18.36$ RESILIENT5456V BEYOND STONE RESILIENT SF 4.44$ 47%2.37$ $ 0.47 0.43$ 3.27$ 5401V BOSK RESILIENT SF 2.86$ 44%1.61$ $ 0.32 0.43$ 2.36$ 5402V BOSK PRO 4"RESILIENT SF 2.89$ 7%2.68$ $ 0.54 0.43$ 3.65$ 5413V BOSK PRO 6"RESILIENT SF 2.84$ 6%2.68$ $ 0.54 0.43$ 3.65$ 5441V BURNISHED RESILIENT SF 3.52$ 17%2.92$ $ 0.58 0.43$ 3.94$ 5520V BY THE GROVE SD RESILIENT SF 4.92$ 53%2.32$ $ 0.46 0.43$ 3.21$ 5528V COLORWASHED RESILIENT SF 4.61$ 42%2.69$ $ 0.54 0.43$ 3.66$ 5423V CONNECTION 4"RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 5424V CONNECTION 6"RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 5400V FRESCO RESILIENT SF 2.85$ 6%2.68$ $ 0.54 0.43$ 3.65$ 5533V G-FORCE 12 RESILIENT SF 2.02$ 31%1.40$ $ 0.28 0.43$ 2.11$ 5545V G-FORCE 20 RESILIENT SF 3.59$ 34%2.36$ $ 0.47 0.43$ 3.26$ 5468V IN THE GRAIN RESILIENT SF 3.30$ 57%1.41$ $ 0.28 0.43$ 2.12$ 5472V IN THE GRAIN 20 RESILIENT SF 5.50$ 53%2.58$ $ 0.52 0.43$ 3.52$ 5524V IN THE GRAIN II 12 RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 5525V IN THE GRAIN II 20 RESILIENT SF 5.50$ 59%2.24$ $ 0.45 0.43$ 3.11$ 5536V IN THE GRAIN II 30 RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ 5542V IN THE GRAIN II WPC RESILIENT SF 6.00$ 50%3.02$ $ 0.60 0.43$ 4.05$ 5521V IN THE PARK SD RESILIENT SF 4.34$ 52%2.08$ $ 0.42 0.43$ 2.92$ 5443V IT'S A SNAP RESILIENT SF 4.20$ 27%3.05$ $ 0.61 0.43$ 4.09$ 5543V LINE OF SIGHT RESILIENT SF 6.00$ 50%3.02$ $ 0.60 0.43$ 4.05$ 5452V MARBLED RESILIENT SF 2.30$ 14%1.98$ $ 0.40 0.43$ 2.80$ 5453V MARBLED 20 RESILIENT SF 3.00$ 9%2.74$ $ 0.55 0.43$ 3.71$ 5513V MESA TRAIL RESILIENT SF 3.34$ 45%1.85$ $ 0.37 0.43$ 2.65$ 5471V ORGANIC STRUCTURE RESILIENT SY 48.80$ 46%26.57$ $ 5.31 0.91$ 32.79$ 5425V PERSONALITY RESILIENT SF 2.15$ 31%1.49$ $ 0.30 0.43$ 2.22$ 5442V PERSONALITY 20 RESILIENT SF 3.11$ 10%2.81$ $ 0.56 0.43$ 3.80$ 5544V REVIVAL RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ 5512V SIERRA TRACE RESILIENT SF 4.25$ 35%2.75$ $ 0.55 0.43$ 3.73$ 5404V SOLACE WR 180'RESILIENT SY 72.04$ 40%42.99$ $ 8.60 0.91$ 52.50$ 5470V SOLID STRUCTURE RESILIENT SY 51.50$ 46%27.81$ $ 5.56 0.91$ 34.28$ 5458V STONE EFFECTS RESILIENT SF 4.84$ 36%3.11$ $ 0.62 0.43$ 4.16$ 5457V STONE MASTER RESILIENT SF 4.84$ 36%3.11$ $ 0.62 0.43$ 4.16$ 5454V SUEDED RESILIENT SF 3.00$ 9%2.74$ $ 0.55 0.43$ 3.71$ 5522V UNDER THE CANOPY SD RESILIENT SF 5.23$ 55%2.35$ $ 0.47 0.43$ 3.26$ 5459V WOOD MIX RESILIENT SF 4.84$ 41%2.88$ $ 0.58 0.43$ 3.88$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ $ 7.99 47.94$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ $ 10.05 60.29$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ $ 7.07 42.41$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800)ADHESIVE - BROADLOOM 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000)ADHESIVE - BROADLOOM 1 QT BOTTLE 13.04$ 12%11.48$ $ 2.30 13.78$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R)ADHESIVE - BROADLOOM EA 214.94$ 19%173.18$ $ 34.64 207.81$ 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W)ADHESIVE - BROADLOOM/TILE EA 214.94$ 19%173.18$ $ 34.64 207.81$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 13%81.54$ $ 16.31 97.85$ N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001)ADHESIVE - BROADLOOM 1 GAL PAIL 26.73$ 12%23.50$ $ 4.70 28.21$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R)ADHESIVE - BROADLOOM 4 GAL PAIL 99.68$ 9%90.88$ $ 18.18 109.05$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 16%79.54$ $ 15.91 95.45$ G7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM 2 GAL PAIL 103.12$ 11%91.33$ $ 18.27 109.59$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ $ 1.37 8.21$ G9000 9000 - BARRIER COAT (BROADLOOM D9000)ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050)ADHESIVE - BROADLOOM 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC)ADHESIVE - BROADLOOM ROLL 409.08$ 15%346.08$ $ 69.22 415.30$ 5017V CARPET REDUCER 5/16"ADHESIVE - BROADLOOM BOX (3/BOX)82.20$ 14%71.07$ $ 14.21 85.28$ 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ $ 16.33 97.98$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600)ADHESIVE - BROADLOOM 4 GAL PAIL 73.33$ 32%49.53$ $ 9.91 59.44$ 5000V GROUNDWORKS JUMBO ROLL ADHESIVE - BROADLOOM ROLL (450 SF)423.26$ 26%313.95$ $ 62.79 376.74$ 2U108 GROUNDWORKS STANDARD ROLL 5430V RESILIENT ROLL (100 SF)75.00$ 9%68.24$ $ 13.65 81.88$ 1U993 HUSH II 5428V ADHESIVE ROLL (280 SF)390.10$ 40%232.85$ $ 46.57 279.42$ LOKS4 LOK DOT HALF SLEEVE LOK4D ADHESIVE EA 225.00$ 23%173.25$ $ 34.65 207.90$ LOKWO LOK WORX ADHESIVE SQUARES LWRX1 ADHESIVE EA 213.96$ 19%172.39$ $ 34.48 206.87$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR)ADHESIVE - BROADLOOM SLEEVE (250 SY)375.00$ 8%346.50$ $ 69.30 415.80$ LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA)ADHESIVE - BROADLOOM SLEEVE (250 SY)82.10$ 16%69.30$ $ 13.86 83.16$ G9125 MOISTURE TEK 9125R ADHESIVE KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125U MOISTURE TEK 9125W, 9125T ADHESIVE KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 8U124 PINLESS METAL TRACK (RESILIENT 5012V)ADHESIVE - RESILIENT BOX (3/BOX)96.00$ 40%57.91$ $ 11.58 69.49$ 5022V QUARTER ROUND PROFILE RUBBER RESILIENT BOX (12/BOX)160.87$ 27%116.98$ $ 23.40 140.37$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V)ADHESIVE - RESILIENT BOX (3/BOX)126.00$ 39%76.77$ $ 15.35 92.13$ 5003V SHAW 200 1 GALLON ADHESIVE - BROADLOOM 1 GAL PAIL 45.43$ 12%39.95$ $ 7.99 47.94$ 5004V SHAW 200 4 GALLON ADHESIVE - BROADLOOM 4 GAL PAIL 110.00$ 3%106.26$ $ 21.25 127.51$ 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V)ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 1U865 SHAW 4100 - 1 GAL 5407V ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 5405V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 5406V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ $ 10.70 64.23$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ $ 12.46 74.75$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ $ 13.60 81.59$ VS176 TRANSITION TAPE (RESILIENT 5011V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ $ 1.89 11.34$ D7303 TURF SEAMING TAPE ADHESIVE - BROADLOOM EA 138.54$ 30%97.61$ $ 19.52 117.13$ D7302 TURF SEAMING TAPE ADHESIVE ADHESIVE - BROADLOOM EA 124.67$ 30%87.84$ $ 17.57 105.41$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V)TILE ROLL 897.50$ 12%786.56$ $ 157.31 943.87$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V)TILE ROLL 2,556.25$ 12%2,252.25$ $ 450.45 2,702.70$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V)TILE ROLL 71.25$ 12%62.37$ $ 12.47 74.84$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V)TILE ROLL $ 88.75 13% $ 77.39 $ 15.48 $ 92.86 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V)TILE ROLL $ 86.25 13% $ 75.08 $ 15.02 $ 90.09 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ $ 5.12 30.71$ Unit Regular Hours Overtime Hours Regular Hours Overtime Hours SY 4.40$ 5.23$ 6.38$ 7.37$ SY 1.21$ 1.21$ 2.55$ 2.55$ SY 10.45$ 14.03$ 13.64$ 17.93$ SY 9.08$ 12.38$ 11.99$ 15.95$ LF 2.75$ 3.85$ 4.40$ 5.72$ LF 1.82$ 2.42$ 3.28$ 4.00$ SF 1.54$ 2.15$ 2.95$ 3.67$ LF 2.09$ 2.97$ 3.61$ 4.66$ HR 77.00$ 99.00$ 93.50$ 119.90$ HR 77.00$ 99.00$ 93.50$ 119.90$ SY 28.60$ 34.10$ 35.42$ 42.02$ SF 0.86$ 1.05$ 2.13$ 2.36$ SF 0.56$ 0.56$ 1.77$ 1.77$ PC 72.50$ 73.22$ 88.10$ 88.96$ SF 7.88$ 8.59$ 10.55$ 11.41$ SY 7.77$ 9.18$ 10.42$ 12.12$ SY 1.55$ 1.55$ 2.95$ 2.95$ SF 1.17$ 1.41$ 2.51$ 2.80$ SF 3.64$ 4.31$ 5.46$ 6.27$ SY 33.26$ 39.24$ 41.02$ 48.19$ SF 2.74$ 3.63$ 3.58$ 4.74$ SY 3.94$ 5.22$ 5.44$ 7.21$ LF 5.88$ 7.79$ 7.52$ 9.96$ LF 14.88$ 19.72$ 17.84$ 23.64$ LF 3.05$ 4.04$ 3.68$ 4.88$ LF 4.11$ 5.45$ 4.88$ 6.47$ LF 1.58$ 1.58$ 1.92$ 1.92$ LF 3.87$ 4.35$ 4.54$ 5.11$ LF 0.58$ 0.77$ 0.71$ 0.94$ SY 2.54$ 3.37$ 3.11$ 4.12$ SF 0.74$ 0.98$ 1.04$ 1.38$ SF 0.66$ 0.87$ 0.91$ 1.21$ SF 7.65$ 10.14$ 8.58$ 11.37$ SF 3.48$ 4.61$ 4.14$ 5.49$ SF 2.71$ 3.59$ 3.78$ 5.01$ < = 25%< = 25%< = 25%< = 25% < = $25.00 / SF < = $25.00 / SF < = $25.00 / SF < = $25.00 / SF Tariff *NSF 140 Products are offered through NJPA for State of New York only. Region 9 (NY) Non Union Region 9 (NY) Union Carpet Demolition (Standard) Carpet Disposal Broadloom Carpet Installation (No Pattern) Carpet Tile Installation Carpet Border Work 4" Vinyl Base Installation (Excludes Materials) VCT Installation (No Pattern; Excludes Materials) Transition Installation (Excludes Materials) Floor Preparation (Hourly Rate; Excludes Materials Furniture Removal and Replacement Furniture Lift and Carpet Removal LVT/VCT Demolition (Standard) LVT/VCT Disposal **Rubber Stair Tread, 1 Piece Unit 18"X18" Rubber Landing Tile Install Sheet Vinyl- Chemical Weld Sheet Vinyl- Heat Weld Sheet Vinyl - Flash Cove Sheet Vinyl Demolition (Standard) Sheet Vinyl Disposal Skimcoat (Labor/Material) LVT Installation (No Pattern; Excludes Materials) Sheet Vinyl Installation (No Weld; Cove; Pattern; Excludes Materials) General Labor Services SERVICES Adhesive Removal Install Floor Primer Moisture Mitigation (bead blast, primer, moisture mitigation & leveler) Self leveling up to 1/4" Bead Blast/Grind Floor Furnish and Install 6" Base Carpet Binding Furnish and install 6" Carpet Base Removal and disposal of cove base Carpet Reclamation & Recycling Furnish and install 1/4" Plywood Underlayment Furnish and Install 4" Base Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Shaw Contract BROADLOOM 5A046 3SQUARE ULTRALOC® 60728 ACCOMPLISH CLASSICBAC® 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM 5A253 ACCORD CLASSICBAC® 60283 AMBITION II CLASSICBAC® 5A240 AMBITION III 20 CLASSICBAC® 5A241 AMBITION III 26 CLASSICBAC® 5A252 AMEND CLASSICBAC® 5A176 AMPLIFY ULTRALOC® 5A208 ARTISAN LOOM ULTRALOC® 60759 ASPIRE CLASSICBAC® 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM 60563 ASSOCIATE ULTRALOC® 732V5 AT EASE 39 SOFTBAC 732W6 AT EASE 49 SOFTBAC 5A219 BASE METAL WOVEN UNITARY 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM 60785 BATIK ULTRALOC® 5B094 BELLCOURT CLASSICBAC® 5A243 BEYOND ULTRALOC® 5A235 BIRCH CLASSICBAC® 5A125 BLOG CLASSICBAC® 5A126 BLOG ULTRLOC® 5A130 BLOOM PLUSH ULTRALOC® 60746 BON JOUR II PERFORMANCE RUBBER BACKING 5A236 BOTAN ULTRALOC® 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM 5A211 CHOK LOOM ULTRALOC® 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM 7P352 COLONEL CLASSICBAC® 60550 CONSTELLATION ULTRLOC® 5A213 CONTE' ULTRALOC® 5A186 CONTOUR CLASSICBAC® 5A091 CORDED ULTRALOC® 5A178 CORE ULTRALOC® 5B093 CRANFORD CLASSICBAC® 5A092 CROSS STITCH ULTRALOC® 5A048 CROWN COLONY III ULTRALOC® 50912 CULTURE CLASSICBAC® 5A032 DESIGN SERIES V 30 CLASSICBAC® 5A033 DESIGN SERIES V 36 CLASSICBAC® 5A184 DIMENSION ULTRALOC® 5A065 DIVIDE CLASSICBAC® 5A093 DOUBLE KNIT ULTRALOC® 5A164 ECLECTIC CLASSICBAC® 5A067 EDIT CLASSICBAC® 5A228 EDITION ULTRALOC® 5A192 EFFECT ULTRALOC® 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM 5A066 EQUAL CLASSICBAC® 5A214 ERASE ULTRALOC® 5A242 ESCAPE ULTRALOC® 60754 ESSENCE ULTRALOC® 5A188 ESSENTIAL CLASSICBAC® 50913 EVOLUTION CLASSICBAC® 60752 EXPRESSIVE ULTRALOC® 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM 5A221 FAULT ULTRALOC® 5A161 FIBER ECOWORX® BROADLOOM 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM 60497 FIELD TRIP ULTRLOC® 5A175 FLARE CLASSICBAC® 5A174 FLICKER CLASSICBAC® 5A129 FLOAT PLUSH ULTRALOC® 5A038 FOSSIL CLASSICBAC® 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM 5A020 GLOW ULTRALOC® Effective: 8/7/2019 - 8/31/2020 Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM 5A153 GRADIENT CLASSICBAC® 7R824 GROUND FORCE CLASSICBAC® 5A190 GROUNDED ULTRALOC® 5A090 GROUNDWORKS III ULTRALOC® 5A234 GROVE CLASSICBAC® 5A237 HANA ULTRALOC® 60127 HARBOR CLASSICBAC® 5B101 HERRINGBONE CLASSICBAC® 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM 60504 HIT THE BOOKS ULTRLOC® 60114 HOMESTEAD CLASSICBAC® 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM 60786 IKAT ULTRALOC® 5A177 ILLUMINATE ULTRALOC® 60774 IMAGERY CLASSICBAC® 5A229 INHERIT ULTRALOC® 5A193 INLAY ULTRALOC® 60589 INTERPLAY ULTRLOC® 60777 INTUITION ULTRALOC® MB 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM 5B092 KENNEBUNK CLASSICBAC® 5A238 KUSA ULTRALOC® 5A159 LANA ECOWORX® BROADLOOM 5A183 LAYER ULTRALOC® 60787 LINEN ULTRALOC® 5A140 MAINFRAME ULTRALOC® 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM 5A165 MELD CLASSICBAC® 5A254 MEMOIRS CLASSICBAC® 5A204 MODIFY CLASSICBAC® 60602 MOMENTUM IV UNITARY 5A218 MONOLITH WOVEN UNITARY 5B091 MORITZ CLASSICBAC® 50875 MOVEMENT ULTRALOC® 5A179 NATURAL SELECTION ULTRALOC® 5A141 NAVIGATE ULTRALOC® 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM 5A187 OUTLINE CLASSICBAC® 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM 5A025 PETO II CLASSICBAC® 5B110 PLEAT CLASSICBAC® 5A068 POTENTIAL III 26 CLASSICBAC® 60587 POTENTIAL III 26 UNITARY 5A069 POTENTIAL III 28 CLASSICBAC® 60588 POTENTIAL III 28 UNITARY 5A189 PRIME CLASSICBAC® 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM 60730 PROSPER CLASSICBAC® 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM 60784 QUEST ULTRALOC® MB 5B118 REFUGE ULTRALOC® 5A256 REIMAGINE CLASSICBAC® 5A248 REMINISCE ULTRALOC® 60192 RESIDENCE INN I CLASSICBAC® 60194 RESIDENCE INN II CLASSICBAC® 60195 RESIDENCE INN III CLASSICBAC® 5B119 RETREAT ULTRALOC® 5A255 SCENERY CLASSICBAC® 50521 SCEPTER II CLASSICBAC® 60514 SCHOLAR II UNITARY 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM 5A215 SCRIBE CLASSICBAC® 60775 SENTIMENT CLASSICBAC® 5A127 SHADOW PLUSH ULTRALOC® 5A017 SHIMMER ULTRALOC® 5A198 SLIDE ULTRALOC® 5A137 SOLID CLASSICBAC® 60783 SOPHISTICATION ULTRALOC® MB 50911 SPACE CLASSICBAC® Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 5B102 SQUARES CLASSICBAC® 5A257 STATEMENT CLASSICBAC® 5A247 STAY ULTRALOC® 5A220 STRATA ULTRALOC® 5B103 STRIPES CLASSICBAC® 5A216 STYLUS CLASSICBAC® 5A233 SUMMIT CLASSICBAC® 5A128 SWIRL PLUSH ULTRALOC® 5A205 SWITCH CLASSICBAC® 5B111 TAPER CLASSICBAC® 60788 TAPESTRY ULTRALOC® 5A037 TERRA CLASSICBAC® 5A123 TEXT CLASSICBAC® 5A124 TEXT ULTRLOC® 5A249 TEXTILE ULTRALOC® 5A180 TIMBER ULTRALOC® 5A151 TINT CLASSICBAC® 5A152 TONE CLASSICBAC® 60773 TOWN RESORT CLASSICBAC® 5A203 TRANSFER CLASSICBAC® 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM 60117 UPSCALE CLASSICBAC® 50515 UTOPIAN ULTRALOC® 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM 60185 VILLA CLASSICBAC® 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM 60745 WELCOME II PERFORMANCE RUBBER BACKING 60751 WHISPER WALLCOVERING SBR LATEX 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM TILE 5T003 ABSORBED ECOWORX® TILE 59145 ABSTRACT EDGE ECOWORX® TILE 5T107 ACHROMATIC ECOWORX® TILE 5T089 ACTIVITY ECOWORX® TILE 59567 ADORN ECOWORX® TILE 5T202 ADVANCE ECOWORX® TILE 59384 AFFLUENCE ECOWORX® TILE 5T015 AGATE ECOWORX® TILE 5T135 ALCHEMY ECOWORX® TILE 5T006 ALIGN ECOWORX® TILE 59327 ALLURE ECOWORX® TILE 5T126 ANALOG 18" X 36" ECOWORX® TILE 5T058 ANGLE ECOWORX® TILE 5T004 APPLIED ECOWORX® TILE 5T294 ARRANGE STRATAWORX® TILE 5T295 ARRAY STRATAWORX® TILE 5T097 ARTISAN ECOWORX® TILE 5T064 AUGMENT ECOWORX® TILE 59340 BALANCE ECOWORX® TILE 5T198 BASALT II ECOWORX® TILE 5T159 BASE HEXAGON ECOWORX® TILE 5T121 BASIC ECOWORX® TILE 5T261 BELONG ECOWORX® TILE 5T057 BEVEL HEXAGON ECOWORX® TILE 5T218 BEYOND ECOWORX® TILE 5T043 BIAS ECOWORX® TILE 5T025 BLEND ECOWORX® TILE 5T195 BLISS ECOWORX® TILE 59572 BLOCK PRINT ECOWORX® TILE 59357 BLOX ECOWORX® TILE 59596 BLUR ECOWORX® TILE 59411 BON JOUR ECOWORX® TILE 5T032 BON JOUR II ECOWORX® TILE 5T192 BOTAN ECOWORX® TILE 59529 BRILLIANCE ECOWORX® TILE 59113 BYLINE ECOWORX® TILE 59554 CAPTIVATE ECOWORX® TILE 59579 CATALYST ECOWORX® TILE 5T176 CENTRAL LINE ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 5T124 CENTRIC ECOWORX® TILE 59494 CHAIN STITCH ECOWORX® TILE 5T232 CHALET 9" X 36" ECOWORX® TILE 59561 CHARISMA ECOWORX® TILE 5T281 CHECK ECOWORX® TILE 5T100 CHOK ECOWORX® TILE 59583 CHROMA ECOWORX® TILE 5T175 CITY CENTRAL ECOWORX® TILE 59537 CITY GRID ECOWORX® TILE 59564 CLEAR ECOWORX® TILE 5T096 CLOTH ECOWORX® TILE 5T112 COLOR FORM 9" X 36" ECOWORX® TILE 5T081 COLOR FRAME ECOWORX® TILE 59358 COLOR PLAY ECOWORX® TILE 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE 59595 COLOUR PLANK ECOWORX® TILE 59342 CONNECT ECOWORX® TILE 59326 CONSTELLATION ECOWORX® TILE 5T104 CONSTRUCT ECOWORX® TILE 5T160 CONTACT HEXAGON ECOWORX® TILE 5T269 CONVENE ECOWORX® TILE 5T103 COPY ECOWORX® TILE 59491 CORDED ECOWORX® TILE 5T140 CREATE ECOWORX® TILE 5T241 CURVE ECOWORX® TILE 5T203 DASH ECOWORX® TILE 59390 DECOR ECOWORX® TILE 5T211 DEPTH ECOWORX® TILE 5T242 DIAGONAL ECOWORX® TILE 5T233 DIFFUSE 24" X 24" ECOLOGIX® 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES 59575 DIFFUSE 24" X 24" ECOWORX® TILE 5T185 DIFFUSE 9" X 36" ECOWORX® TILE 5T071 DIRECTION ECOWORX® TILE 5T217 DISCOVER ECOWORX® TILE 59576 DISPERSE 24" X 24" ECOWORX® TILE 5T184 DISPERSE 9" X 36" ECOWORX® TILE 59566 DISSOLVE ECOWORX® TILE 5T127 DISTORT 18" X 36" ECOWORX® TILE 5T265 DREAM ECOWORX® TILE 5T142 DRIFT ECOWORX® TILE 5T108 DUOTONE ECOWORX® TILE 5T239 DWELLING ECOWORX® TILE 5T041 DYE LAB ECOWORX® TILE 59338 EARTH TONE ECOWORX® TILE 5T040 EMBARK ECOWORX® TILE 59573 EMBELLISH ECOWORX® TILE 59343 EMOTION ECOWORX® TILE 5T187 ENGAGE ECOWORX® TILE 5T033 ENTREE ECOWORX® TILE 59337 ENTWINE ECOWORX® TILE 5T268 ESTABLISH ECOWORX® TILE 5T059 EXPAND ECOWORX® TILE 5T219 EXPANSE ECOWORX® TILE 5T143 EXPLORE ECOWORX® TILE 5T151 EXPOSE ECOWORX® TILE 59597 FADE ECOWORX® TILE 5T235 FAMILIAR ECOWORX® TILE 5T199 FAULT LINES II ECOWORX® TILE 5T079 FIELD ECOWORX® TILE 5T074 FILTER ECOWORX® TILE 5T113 FINE POINT 18" X 36" ECOWORX® TILE 59455 FOCUS ECOWORX® TILE 5T060 FOLDED ECOWORX® TILE 5T062 FOLDED EDGE ECOWORX® TILE 5T136 FORM ECOWORX® TILE 5T169 FOUNDATION ECOWORX® TILE 5T038 FRINGE ECOWORX® TILE 59562 GLAZE ECOWORX® TILE 59329 GLIMMER ECOWORX® TILE 5T128 GLITCH 9" X 36" ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 59360 GLITZ ECOWORX® TILE 59534 GRADIENT ECOWORX® TILE 5T200 GRAVEL II ECOWORX® TILE 59479 GROUNDWORKS III ECOWORX® TILE 5T193 HANA ECOWORX® TILE 5T037 HAZE ECOWORX® TILE 5T024 HINT ECOWORX® TILE 5T134 HONED ECOWORX® TILE 5T236 HONEST ECOWORX® TILE 59115 HORIZONTAL EDGE ECOWORX® TILE 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE 59580 HYBRID ECOWORX® TILE 5T065 HYPE ECOWORX® TILE 5T237 IDENTITY ECOWORX® TILE 5T049 IGNITE ECOWORX® TILE 5T188 IMPACT ECOWORX® TILE 5T257 IMPRESSION I ECOWORX® TILE 5T258 IMPRESSION II ECOWORX® TILE 5T259 IMPRESSION III ECOWORX® TILE 5T260 IMPRESSION IV ECOWORX® TILE 59592 IMPRINT ECOWORX® TILE 5T010 INFINITE ECOWORX® TILE 59339 INGRAIN ECOWORX® TILE 5T208 INTENT STRATAWORX® TILE 5T085 INTERACT ECOWORX® TILE 59558 INTRIGUE ECOWORX® TILE 5T280 JACQUARD 18" X 36" ECOWORX® TILE 5T016 JASPER ECOWORX® TILE 5T046 KASURI ECOWORX® TILE 59359 KINETIC ECOWORX® TILE 5T099 KIT ECOWORX® TILE 59492 KNIT ECOWORX® TILE 5T194 KUSA ECOWORX® TILE 59106 LINAGE ECOWORX® TILE 5T055 LINEAR HEXAGON ECOWORX® TILE 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE 5T144 LINGER ECOWORX® TILE 59105 LINK ECOWORX® TILE 59362 LUMINOSITY ECOWORX® TILE 5T130 MANIPULATE 9" X 36" ECOWORX® TILE 5T101 MATMEE ECOWORX® TILE 5T263 MEMORY ECOWORX® TILE 59167 MERGE ECOWORX® TILE 5T044 MESH ECOWORX® TILE 5T014 MICA ECOWORX® TILE 5T075 MIGRATE ECOWORX® TILE 59164 MINIMAL ECOWORX® TILE 59466 MIRROR IMAGE ECOWORX® TILE 59502 MOMENTUM IV ECOWORX® TILE 5T238 NEST ECOWORX® TILE 5T073 NUANCE ECOWORX® TILE 5T296 OFFSET STRATAWORX® TILE 5T166 ORNATE ECOWORX® TILE 59598 OVERLAY ECOWORX® TILE 5T034 PATH ECOWORX® TILE 5T083 PAUSE ECOWORX® TILE 5T201 PAVERS II ECOWORX® TILE 59369 PETO II 20 ECOWORX® TILE 59371 PETO II 26 ECOWORX® TILE 5T098 PLAIN WEAVE ECOWORX® TILE 5T054 PLANE HEXAGON ECOWORX® TILE 5T243 POINT ECOWORX® TILE 5T035 PORTAL ECOWORX® TILE 5T206 POURED ECOWORX® TILE 59525 PRAIRIE ECOWORX® TILE 5T213 PRESENCE ECOWORX® TILE 5T123 PRIMARY ECOWORX® TILE 5T170 PRIMITIVE ECOWORX® TILE 59463 PRISMA ECOWORX® TILE 5T209 PURPOSE STRATAWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 5T017 QUARTZ ECOWORX® TILE 59361 RADIANCE ECOWORX® TILE 5T078 REALM ECOWORX® TILE 5T139 REFLECT ECOWORX® TILE 5T152 RELIEF ECOWORX® TILE 5T141 RENEW ECOWORX® TILE 59387 REPARTEE ECOWORX® TILE 5T091 REST ECOWORX® TILE 5T168 RESURFACE ECOWORX® TILE 5T165 RETHREAD ECOWORX® TILE 5T069 REVERSE ECOWORX® TILE 59363 RICHE ECOWORX® TILE 5T105 ROTATE ECOWORX® TILE 5T109 SATURATE ECOWORX® TILE 5T080 SCAPE ECOWORX® TILE 5T007 SCULPT ECOWORX® TILE 5T183 SCULPT LOOP ECOWORX® TILE 5T172 SEA ECOWORX® TILE 5T173 SEA EDGE ECOWORX® TILE 5T216 SEEK ECOWORX® TILE 5T196 SERENITY ECOWORX® TILE 5T070 SHAPE ECOWORX® TILE 5T240 SHELTER ECOWORX® TILE 59328 SHINE ECOWORX® TILE 59550 SITE LINES ECOWORX® TILE 5T210 SITUATION STRATAWORX® TILE 59591 SKETCH ECOWORX® TILE 5T174 SKY ECOWORX® TILE 5T133 SLAB ECOWORX® TILE 59584 SPECTRUM ECOWORX® TILE 5T244 SQUARE ECOWORX® TILE 5T207 STACKED ECOWORX® TILE 5T084 STEP ECOWORX® TILE 5T051 STILL ECOWORX® TILE 5T214 STILL LIFE ECOWORX® TILE 5T116 STIPPLE 18" X 36" ECOWORX® TILE 59224 STRAIGHTFORWARD ECOWORX® TILE 59530 STRIKING ECOWORX® TILE 5T297 STRUCTURE STRATAWORX® TILE 5T267 SUPPORT ECOWORX® TILE 5T125 SURROUND ECOWORX® TILE 5T018 TANGLE ECOWORX® TILE 5T022 TECHNIQUE ECOWORX® TILE 5T019 TEMPT ECOWORX® TILE 5T279 TEXTILE 18" X 36" ECOWORX® TILE 59587 THE ECCENTRIC ECOWORX® TILE 59585 THE SOCIALITE ECOWORX® TILE 5T186 THINK ECOWORX® TILE 5T156 TINGE ECOWORX® TILE 5T005 TRACE ECOWORX® TILE 5T204 TRACK ECOWORX® TILE 5T197 TRANQUIL ECOWORX® TILE 59563 TRANSPARENT ECOWORX® TILE 59368 TRU COLOURS ECOWORX® TILE 5T205 TURN ECOWORX® TILE 5T150 UNCOVER ECOWORX® TILE 5T157 UNDERTONE ECOWORX® TILE 5T090 UNWIND ECOWORX® TILE 5T110 VALUE ECOWORX® TILE 5T023 VANISH ECOWORX® TILE 5T086 VANTAGE ECOWORX® TILE 5T036 VAPOR ECOWORX® TILE 5T009 VAST ECOWORX® TILE 59594 VEIL ECOWORX® TILE 59114 VERTICAL EDGE ECOWORX® TILE 5T001 VIBRANT ECOWORX® TILE 5T002 VISIBLE ECOWORX® TILE 5T039 WANDER ECOWORX® TILE 5T031 WELCOME II ECOWORX® TILE 5T158 ZONE ECOWORX® TILE RESILIENT Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 0718V ARTESIAN 0301V BASSTONES 001VS BIO LIFE WELD ROD 270VS BIO-BASED WELD ROD 0001V BIOLIFE ™ 0565V BRUSH 12 MIL 0552V BRUSH 20 MIL 0656V BRUSH 8 MIL 0513V CHANGE 022VS CHORDINATES WELD ROD 0512V CONSTANT 0927V COVE 0203V CRETE 0922V CUT 0009V DECO ADVANTAGE STONE 0618V EMERGE 0364V GRAIN 0502V GRAIN - DIRECT GLUE 071VS HUSH II 0896V IN TANDEM PLANK 0897V IN TANDEM SHEET 0926V INLET 0895V INNATE TILE 0884V INSPIRE LVT 0514V INTERVAL 0692V INTRICATE 0215V JEOGORI 0993V JOY SQUARED 0551V LEVEL HEXAGON 0567V LINE 12 MIL 0554V LINE 20 MIL 0116V NATIVE ORIGINS 0002V NATURELIFE 002VS NATURELIFE WELD ROD 0365V PIGMENT 0503V PIGMENT - DIRECT GLUE 0566V PLASTER 12 MIL 0553V PLASTER 20 MIL 0186V QUIET COVER-W IN*STEP 0797V REED 0733V RETHINK 0003V REXCOURT 4.5 MM 0004V REXCOURT 6.5 MM 0005V REXCOURT 8.0 MM 021VS REXCOURT WELD ROD 0798V ROJI 0945V SHEAR 0709V SHIFT 0648V SOLITUDE 0516V STRAND 0515V SURFACE 0796V TATAMI 353VS TERASU WELD ROD 0517V TERRAIN 12MIL 0564V TERRAIN 20MIL 0655V TERRAIN 8 MIL 0453V TERRAIN II 12 MIL 0454V TERRAIN II 20MIL 0892V TERRAIN II 30 MIL SCUN2 TERRAIN II OMNI-TRANSITION SCQT2 TERRAIN II QUARTER ROUND SCSN2 TERRAIN II STAIRNOSE SCUN1 TERRAIN OMNI-TRANSITION SCQT1 TERRAIN QUARTER ROUND SCSN1 TERRAIN STAIRNOSE 0710V TILT 0187V UNCOMMON GROUND 4" 0188V UNCOMMON GROUND 6" 0601V UNVEIL 0873V VITALITY 236VS VITALITY WELD ROD Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 STATIC SMART 013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 5T019 COLLABORATORS 42CV8 COLONIAL N5003 COMPURELEASE N5002 COMPURELEASE N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS 5T018 DAILY PLANNER 429RD DISCOVERY ECO N5005 GROUNDING KIT FOR ACCESS FLOORING 4029D LAN 4.0 42CV8 LAN 4.1 42GDY LANDMARK SERIES 4298R PRESIDENTIAL 0012V SUMMIT SERIES 5T040 WORKSPACE ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000) G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036) G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200) G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800) 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800) 336VS 4" METALLIC WALL BASE ROLL 179PE 4"W X 120'L TOELESS WALL BASE ROLL VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS) 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS) 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS) G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000) UV856 4100 - RESILIENT 1 GALLON ADHESIVE UVS12 4100 - RESILIENT 4 GALLON ADHESIVE VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS) VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS) 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000) H5001 5001 - TILE STANDARD ADHESIVE N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE N5004 5004 - STATIC DISSIPATIVE HARDWARE N5005 5005 - STATIC DISSIPATIVE COPPER STRIP G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036) G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100) 303VS 6" DETAIL PROFILE G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200) G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U) J7300 7300 - OUTDOOR TURF ADHESIVE G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300) H9000 9000 - BARRIER COAT H900U 9000 - BARRIER COAT UNITS N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050) G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU) VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS) AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET) (BROADLOOM AVSTR) AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU) 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS) LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE 302VS COLLECTIVE TIME WELD ROD 016VS COPPER GROUND STRIPS - 4709CS 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS) CU024 CUSHIONWORX 2MM CU034 CUSHIONWORX 3MM G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 087VS GROUNDWORKS LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR) LOKDA LOKDOTS APPLICATOR (TILE 00LDA) LWRX0 LOKWORX BOX 100CA MM800 9125H MOISTURETEK 9125J MOISTURETEK 9125N MOISTURETEK MOISTURE VAPOR BARRIER 348VS MULTI PR RD LVT 8U124 PINLESS METAL TRACK (RESILIENT 142VS) 350VS QUARTER ROUND LVT 151VS QUARTER ROUND PROFILE 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS) 015VS RESILIENT SEAM SEALER 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS) 109VS SHAW 200 - RESILIENT 4 GALLON 027VS SHAW 4100 - 1 GAL 028VS SHAW 4100 - 1 GAL 304VS SHAW MS RESILIENT 066VS SHAW S150 SPRAY ADHESIVE 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS) 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS) 48 SPORT INSTALLATION KIT 347VS STAIRNOSE LVT 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS) 349VS T-MOLDING LVT VS176 TRANSITION TAPE (RESILIENT 165VS) 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS) 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS) 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS) VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS) US Floors Products 02W74 BABY THRESHOLD CAMARET 01W00 BABY THRESHOLD CORETEC 1200 01A02 BABY THRESHOLD CORETEC 1800 01W02 BABY THRESHOLD CORETEC 500 01W06 BABY THRESHOLD CORETEC 700 01V18 BABY THRESHOLD CORETEC DEFINED 01W14 BABY THRESHOLD CORETEC EIRIS 01V13 BABY THRESHOLD CORETEC LINEAR 01W08 BABY THRESHOLD CORETEC VORTEX 01W04 BABY THRESHOLD CORETEC XL 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED 203UV CAMARET 200UV CITADEL BASTION 201UV CITADEL FORTRESS 098UV COMPOSED 094UV CONCRETE 02W01 FLUSH STAIR NOSE CORETEC 500 Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 02W06 FLUSH STAIR NOSE CORETEC 700 02W16 FLUSH STAIR NOSE CORETEC DEFINED 02W13 FLUSH STAIR NOSE CORETEC EIRIS 02W12 FLUSH STAIR NOSE CORETEC LINEAR 02W04 FLUSH STAIR NOSE CORETEC XL 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED 02W65 GU35 WOOD & BAMBOO ADHESIVE 206UV MIDTOWN REVIVAL HANDSCRAPED 205UV MIDTOWN REVIVAL SMOOTH 204UV PALISADES 03W07 QUARTER ROUND CAMARET 01W22 QUARTER ROUND CORETEC 1200 01W25 QUARTER ROUND CORETEC 1800 01W27 QUARTER ROUND CORETEC 500 01W31 QUARTER ROUND CORETEC 700 01V45 QUARTER ROUND CORETEC DEFINED 01W40 QUARTER ROUND CORETEC EIRIS 01V39 QUARTER ROUND CORETEC LINEAR 01W33 QUARTER ROUND CORETEC VORTEX 01W29 QUARTER ROUND CORETEC XL 03W38 REDUCER CAMARET 01W48 REDUCER CORETEC 1200 01W50 REDUCER CORETEC 1800 01W54 REDUCER CORETEC 500 01W56 REDUCER CORETEC 700 01V69 REDUCER CORETEC DEFINED 01W65 REDUCER CORETEC EIRIS 01V64 REDUCER CORETEC LINEAR 01W58 REDUCER CORETEC VORTEX 01X54 REDUCER CORETEC XL 01X70 REDUCER XRC - CONCRETE & COMPOSED 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED 03W73 STAIR CAP CAMARET 01W72 STAIR NOSE CORETEC 1200 01W74 STAIR NOSE CORETEC 1800 01W78 STAIR NOSE CORETEC 500 01W80 STAIR NOSE CORETEC 700 01V94 STAIR NOSE CORETEC DEFINED 01W90 STAIR NOSE CORETEC EIRIS Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 01V89 STAIR NOSE CORETEC LINEAR 01W82 STAIR NOSE CORETEC VORTEX 01X78 STAIR NOSE CORETEC XL 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED 032UV STRATUM 1200 033UV STRATUM 1800 023UV STRATUM 500 - 50050DLV500 024UV STRATUM 700 - 70050DLV700 058UV STRATUM DEFINED - 50DLV3001 053UV STRATUM EIRIS 055UV STRATUM LINEAR 022UV STRATUM VORTEX 034UV STRATUM XL 04W19 T-MOLD CAMARET 02W20 T-MOLD CORETEC 1200 02W22 T-MOLD CORETEC 1800 02W24 T-MOLD CORETEC 500 02W28 T-MOLD CORETEC 700 02W61 T-MOLD CORETEC DEFINED 02W57 T-MOLD CORETEC EIRIS 02V56 T-MOLD CORETEC LINEAR 02W30 T-MOLD CORETEC VORTEX 02W26 T-MOLD CORETEC XL 02X62 T-MOLD XRC - CONCRETE & COMPOSED Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT CA362 AUTHENTICITY CA350 BESPOKE CRH12 FLUSH REDUCER CFR18 FLUSH REDUCER CRW38 FLUSH REDUCER CSH12 FLUSH STAIRNOSE CSW38 FLUSH STAIRNOSE CSD58 FLUSH STAIRNOSE CA364 HANDCRAFTED CA361 KINSHIP CA334 MARIPOSA 5" CA286 NORTHBOROUGH HICKORY CORH2 OVERLAP REDUCER CORW8 OVERLAP REDUCER COSH2 OVERLAP STAIRNOSE CATMW T - MOLDING CATMH T - MOLDING CCH12 THRESHOLD CTDH5 THRESHOLD Shaw Commercial Laminate LCSLT COLOR SEALANT LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD) LC012 HEMISPHERE NEW LC016 HERITAGE NEW LCTRK MOLDING TRACK LCMPR MULTI PURPOSE REDUCER LCQTR QUARTER ROUND LC245 REGIMENT II NEW 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 LCSTR STAIRNOSE LCTMD T- MOLDING LCTM1 T- MOLDING Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON CA884 SHAW 35 MC CATGA SHAW TONGUE AND GROOVE ADHESIVE CAADH SHAW URE-BOND ADHESIVE 4 GALLON CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES CAREM URETHANE ADHESIVE REMOVER Style Number Style Name Patcraft BROADLOOM I0347 ABODE CLASSICBAC® I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM I0246 APPROACH CLASSICBAC® I0497 ARAGON ULTRALOC® I0498 BASQUE ULTRALOC® I0104 BEST FOOT FORWARD ULTRALOC® I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM I0164 BIG SPLASH! ULTRALOC® I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM Z6432 BUY IN CLASSICBAC® I0485 CAMBER ULTRALOC® I0522 CANTILEVER ULTRALOC® I0523 CENTERLINE ULTRALOC® I0415 CIAO ULTRALOC® PATTERN I0132 CLOISONNE II ULTRALOC® I0203 COLOR CHOICE ULTRALOC® I0131 COLOR YOUR WORLD ULTRALOC® I0440 COMMIT ULTRALOC® I0439 DECIDE ULTRALOC® I0037 DOUBLE EXPOSURE ULTRALOC® I0528 ESTATE CLASSICBAC® I0147 FAMOUS LAST WORDS II ULTRALOC® I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM I0251 GAIT CLASSICBAC® I0413 HALLO ULTRALOC® PATTERN I0148 HEADLINES II ULTRALOC® I0101 HOMEROOM II-26 ULTRALOC® I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM I0351 HOMEROOM V 3.0 ULTRALOC® I0464 HOMESPUN CLASSICBAC® I0486 INTERCEPT ULTRALOC® I0487 INTERVAL ULTRALOC® I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM I0247 MANNER CLASSICBAC® I0422 METALLIC ALCHEMY ECOWORX® TILE I0527 MOTIF CLASSICBAC® I0129 NIGHT MOVES ULTRALOC® I0414 NIHAO ULTRALOC® PATTERN I0162 OPPORTUNITY KNOCKS CLASSICBAC® Z6375 OPTIONS ULTRALOC® I0250 PACE CLASSICBAC® I0495 PALMA ULTRALOC® Z6436 PAY OFF CLASSICBAC® I0036 PERPETUAL MOTION ULTRALOC® Z6376 PLATFORM ULTRALOC® I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM I0369 PUBLIC AFFAIRS CLASSICBAC® I0442 RESPITE CLASSICBAC® I0202 SABRE ENCORE CLASSICBAC® I0120 SCHOLASTIC II 26 CLASSICBAC® I0121 SCHOLASTIC II 28 ULTRALOC® I0368 SEAL THE DEAL CLASSICBAC® I0496 SEVILLE ULTRALOC® I0367 SHAKE ON IT CLASSICBAC® I0068 SOCRATES II 26 ULTRALOC® Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 I0069 SOCRATES II 28 ULTRALOC® Z6367 STANDOUT ULTRALOC® I0249 STRIDE CLASSICBAC® I0109 STRUT YOUR STUFF ULTRALOC® I0441 SUCCEED ULTRALOC® I0049 SWEET ULTRALOC® I0248 TECHNIQUE CLASSICBAC® I0443 TESTED CLASSICBAC® Z6434 TRADE UP CLASSICBAC® I0444 TRIED CLASSICBAC® I0445 TRUE CLASSICBAC® I0157 TWIST&SHOUT II ULTRALOC® I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM I0200 WINDSWEPT ENCORE CLASSICBAC® I0366 WORD OF MOUTH CLASSICBAC® I0124 WORK IT CLASSICBAC® TILE I0345 10K ECOWORX® TILE I0343 3K ECOWORX® TILE I0344 5K ECOWORX® TILE I0455 ABERDEEN ECOWORX® TILE I0491 ACHIEVE ECOWORX® TILE I0404 AIRE 9" X 36" ECOWORX® TILE I0357 AIRE ECOWORX® TILE I0421 ALLOY SHIMMER ECOWORX® TILE I0394 APERTURE ECOWORX® TILE I0505 ARTCLOTH ECOWORX® TILE I0358 AURA ECOWORX® TILE I0469 BACKLIT 18" X 36" ECOWORX® TILE I0468 BACKLIT 9" X 36" ECOWORX® TILE I0492 BARCELONA ECOWORX® TILE I0166 BIG SPLASH! ECOWORX® TILE Z6452 CASHMERE ECOWORX® TILE I0285 CITY FLORA ECOWORX® TILE I0284 CLEAN LINES ECOWORX® TILE I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE I0204 COLOR CHOICE ECOWORX® TILE I0374 COLOR CHOICE FACET ECOWORX® TILE I0471 COLOR FILTER ECOWORX® TILE I0448 COLOR POP 12" X 48" ECOWORX® TILE I0381 COLOR POP 24" X 24" ECOWORX® TILE I0110 COLOR YOUR WORLD ECOWORX® TILE I0283 COOL RAIN ECOWORX® TILE I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE I0428 CUBE & COLOUR FACET ECOWORX® TILE I0348 DART ECOWORX® TILE I0119 DAZZLE ECOWORX® TILE I0410 DECATHLON ECOWORX® TILE I0384 DISMANTLE ECOWORX® TILE I0386 DISPLACE ECOWORX® TILE I0385 DISRUPT ECOWORX® TILE I0355 DOWNLOAD ECOWORX® TILE Z6473 DWELL ECOWORX® TILE I0286 EARTHEN WEAVE ECOWORX® TILE I0515 EASTERN FAÇADE STRATAWORX® TILE I0227 EASY ON THE EYES ECOWORX® TILE I0517 EDGELAND STRATAWORX® TILE I0456 EDINBURGH ECOWORX® TILE I0342 ENFLECTION ECOWORX® TILE I0340 ENFORM ECOWORX® TILE I0306 ENTRY POINT ECOWORX® TILE I0341 ENVERSE ECOWORX® TILE I0512 ETCHED ECOWORX® TILE I0359 ETHEREAL ECOWORX® TILE Z6406 EXHILARATION ECOWORX® TILE I0291 EXPERIENCE ECOWORX® TILE I0371 FABRIX FACET ECOWORX® TILE I0279 FLEX ECOWORX® TILE I0349 FLUTTER ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 I0518 FORMWORK ECOWORX® TILE I0481 FUTURA ECOLOGIX® I0482 FUTURA ECOLOGIX® ES I0380 FUTURA ECOWORX® TILE I0373 GEOMETRIX FACET ECOWORX® TILE I0506 GLOBAL HAND ECOWORX® TILE I0353 HOMEROOM V 3.0 ECOWORX® TILE I0350 IN FLIGHT ECOWORX® TILE Z6374 INDULGENCE ECOWORX® TILE I0501 INSTINCT STRATAWORX® TILE Z6474 INTRINSIC ECOWORX® TILE I0457 INVERNESS ECOWORX® TILE I0397 LEAFLET ECOWORX® TILE I0383 LINEA 2 ECOWORX® TILE Z6476 LIQUID ECOWORX® TILE Z6477 LOFT ECOWORX® TILE I0354 LOG IN ECOWORX® TILE I0460 LOGIC STRATAWORX® TILE I0507 MICRO-WEAVE ECOWORX® TILE Z6454 MOHAIR ECOWORX® TILE I0226 MOVING ON UP ECOWORX® TILE I0499 NATURAL FORM STRATAWORX® TILE I0470 NOCTURNE ECOWORX® TILE I0305 ON THE RIGHT FOOT ECOWORX® TILE I0372 OPTIX FACET ECOWORX® TILE I0483 ORBITAL ECOLOGIX® I0484 ORBITAL ECOLOGIX® ES I0379 ORBITAL ECOWORX® TILE I0316 PASEO ECOWORX® TILE I0511 PATINA ECOWORX® TILE I0449 PIVOT POINT ECOWORX® TILE Z6453 PLUSH LINEN ECOWORX® TILE I0490 POSSIBLE ECOWORX® TILE I0317 PRADO ECOWORX® TILE I0396 PROSE ECOWORX® TILE I0118 RAZZLE ECOWORX® TILE I0514 REACT ECOWORX® TILE I0489 REALIZE ECOWORX® TILE I0459 REASON STRATAWORX® TILE I0500 REBALANCE STRATAWORX® TILE I0513 RELIC ECOWORX® TILE I0465 RISE ECOWORX® TILE I0466 RUN ECOWORX® TILE I0519 SCAFFOLD ECOWORX® TILE I0125 SCHOLASTIC II ECOWORX® TILE I0494 SEVILLE ECOWORX® TILE I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE I0356 SIGN OFF ECOWORX® TILE I0461 SKILL STRATAWORX® TILE I0467 SLOPE ECOWORX® TILE I0126 SOCRATES II-26 ECOWORX® TILE I0239 SPEAK IN COLOR ECOWORX® TILE I0240 SPEAK IN DESIGN ECOWORX® TILE Z6373 SPLURGE ECOWORX® TILE Z6475 STUDIO ECOWORX® TILE I0516 SUBURBAN ABSTRACT STRATAWORX® TILE I0290 THOUGHT ECOWORX® TILE I0520 TRANSVERSE ECOWORX® TILE I0096 TWEED ECOWORX® TILE I0395 URBAN GARDEN TILE I0493 VALENCIA ECOWORX® TILE I0450 VAULT ECOWORX® TILE Z6451 VELVET ECOWORX® TILE I0301 VIM ECOWORX® TILE I0302 VIVID ECOWORX® TILE I0304 WALK RIGHT IN II ECOWORX® TILE I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE I0280 YIELD ECOWORX® TILE RESILIENT I424V ADESA Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 I346V ADMIX 12" X 12" I508V ADMIX 18X36 I347V ADMIX 36" X 36" I429V ADMIX ENCORE GLOSS I452V ADMIX ENCORE MATTE I450V ADMIX MATTE 12" X 12" I451V ADMIX MATTE 36" X 36" S167V ADMIX WELD ROD I333V AGGREGATE I318V ARBOR CREST I208V BOUNCE BACK S126V BOUNCE BACK WELD ROD S101V BROOKWOOD WELD ROD I319V BROOKWOOD+ I313V CHARTED I600V CLICK REFRESH I426V CMYK I476V CREATIVE CODE I440V CROSSOVER CLICK I439V CROSSOVER LOOSE LAY I334V DISSIPATE I423V EMERY I447V ENRICH PLANK I448V ENRICH SHEET I500V FORGE AHEAD S122V GROUNDWORKS I200V HIGHLAND FOREST I800V HIGHLAND FOREST 6" I422V HOLISTIC SHEET S109V HUSH II I404V IVY WALK I311V LETTERPRESS I446V MEANING I315V METALLIX (FACET) I314V METALLIX (RECTANGLE) I337V METALLIX 9" X 36" I478V MOLTEN I463V MONOCHROME GLOSS I462V MONOCHROME MATTE I206V NORTH RIDGE 4" I207V NORTH RIDGE 6" I320V ORGANIC HUE I479V OXIDIZED I417V REMOVE I466V SPLITWOOD I700V STRATIFIED I322V STRATIFIED+ 12" X 24" I321V STRATIFIED+ 6" X 24" I464V SURFACE TONE I323V TIMBER GROVE 12 I325V TIMBER GROVE 20 I342V TIMBER GROVE 8 I420V TIMBER GROVE II I421V TIMBER GROVE II 20 MIL I465V TIMBER GROVE II WPC 20 I438V TIMBERGROVE II 30 MIL I312V TYPEFACE I405V VININGS I418V WITHDRAW I316V WOOD PLANX I336V WOOD PLANX 9" X 36" I300V WOODLAND VIEW ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D) G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D) G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D) 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D) S168V 4" X 120' TOELESS BASE RESILIENT VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V) G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D) S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V) VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V) 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V) G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P) 5001P 5001 - TILE STANDARD ADHESIVE G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P) G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P) G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D) G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU) G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D) 9000D 9000 - BARRIER COAT 2.5 GAL 900DU 9000 - BARRIER COAT UNITS G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D) G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U) VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V) AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES) AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU) 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE) 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE) 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE) 118PM ADMIX 1 QUART GLOSS FINISH (RESALE) S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE) S148V ANTI-SLIP TAPE HC S200V BABY THRESHOLD EMERY S270V BIO-BASED WELD ROD 306VS CADBERRY 4"W X 120'L COVE BASE ROLL S158V CAPRAIL 1.75" 2U983 CARPET REDUCER 5/16" (RESILIENT S137V) LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE S157V CAVETTO 6" 2U376 COVE TUBE ADHESIVE (RESILIENT S132V) I0446 CUSHIONWORX 2MM I0432 CUSHIONWORX 3MM S156V CYMA 4.5" G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D) S159V FASCIA 8" S201V FLUSH STAIRNOSE EMERY S144V LANDING TILE HC LOKDA LOKDOT APPLICATOR (TILE 03LDA) LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR) LWRX2 LOKWORX BOX S147V MARKING TAPE-S HC S131V MM800 9125D MOISTURETEK (RESILIENT 9125D) 9125V MOISTURETEK MOISTURE VAPOR BARRIER S202V OVERLAP REDUCER EMERY 8U124 PINLESS METAL TRACK (RESILIENT S139V) S160V QUARTER ROUND S204V QUARTER ROUND EMERY 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V) S104V RESILIENT SEAM SEALER S143V RUBBER TREAD HC S123V SHAW 200 - RESILIENT 4 GALLON S171V SHAW MS RESILIENT S107V SHAW S150 SPRAY ADHESIVE S108V SHAW S150 SPRAY ADHESIVE 2U995 SLOT 4.5" (RESILIENT S155V) 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V) 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V) 2U994 STRAIGHT 4.5" (RESILIENT S154V) S145V STRINGER/RISER HC S146V STRIPED TAPE HC 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V) S203V T-MOLDING EMERY VS176 TRANSITION TAPE (RESILIENT S138V) 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V) 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V) 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V) 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V) VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V) HARD SURFACE 143PM 705 DUSTLESS PROSET PLUS (GRAY) 144PM 705 DUSTLESS PROSET PLUS (WHITE) 147PM 720 DUSTLESS MARBLEPRO (GRAY) 148PM 720 DUSTLESS MARBLEPRO (WHITE) 106PM 735 PREMIUMFLEX (GRAY) 124PM 735 PREMIUMFLEX (WHITE) 125PM 855 XXL THIN SET (GRAY) 126PM 855 XXL THIN SET (WHITE) 129PM ADDITIONAL FABRIC 8" X 165' 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH 142PM AGGREGATE - PRO EPOXY PART C P111V BAKED LINEN 12" X 24" P113V BAKED LINEN 1" X 6" MOSAIC P112V BAKED LINEN 2" MOSAIC P115V BAKED LINEN 3" X 12" BN P116V BAKED LINEN 6" X 12" COVE BASE P146V BISCAYNE 12" X 24" P144V BISCAYNE 13" P145V BISCAYNE 17" P148V BISCAYNE 2" MOSAIC P147V BISCAYNE 3" X 13" BULLNOSE 127PM BURST - EXCELLERATOR P087V CANYON RIVER 12" X 24" P088V CANYON RIVER 12" X 24" POLISHED P091V CANYON RIVER 2" MOSAIC P089V CANYON RIVER 3" X 12" BN P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE P007V CEMENTED 12" X 24" P006V CEMENTED 13" P008V CEMENTED 18" P011V CEMENTED 2" MOSAIC P010V CEMENTED 3" X 12" BULLNOSE P061V CHARRED HICKORY 6" X 24" P062V CHARRED HICKORY 6" X 36" P063V CHARRED HICKORY BN 3" X 24" P064V CHARRED HICKORY MOSAIC P079V COASTAL PLANK 6" X 24" P080V COASTAL PLANK 8" X 32" P081V COASTAL PLANK BN 3" X 24" P082V COASTAL PLANK MOSAIC P155V COLONIAL 12" X 24" P156V COLONIAL 3" X 12" BULLNOSE P158V COLONIAL 4" X 12" P159V COLONIAL 4" X 12" WALL BULLNOSE 139PM COLORED CAULK-SANDED 140PM COLORED CAULK-SMOOTH P072V COOL SPRINGS 1" MOSAIC P068V COOL SPRINGS 3" X 6" P071V COOL SPRINGS RANDOM LINEAR P150V CORONADO 12" X 24" P151V CORONADO 13" P149V CORONADO 17" P138V CORONADO 2" MOSAIC P152V CORONADO 3" X 13" BULLNOSE 138PM DURA NON-SANDED GROUT 102PM DURA SANDED GROUT P165V EAST HAMPTON 12" X 24" P166V EAST HAMPTON 13" P167V EAST HAMPTON 18" P163V EAST HAMPTON 2" MOSAIC P164V EAST HAMPTON 3" X 13" BULLNOSE 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH 130PM FABRIC BASE ROLL 8" X 90' 131PM FRACTURE GUARD 149PM FRACTURE GUARD FD P065V HARSHAW 12" X 24" P067V HARSHAW 2" MOSAIC Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 P066V HARSHAW 3" X 12" BULLNOSE 128PM HYDRO GUARD - 1 GAL 107PM HYDRO GUARD 3.5 GAL PAIL P193V ILLUSION GLASS HEXAGON MOSAIC P194V ILLUSION GLASS LINEAR MOSAIC 137PM INTEGRA COLOR GROUT P170V IRONSTONE 13" P171V IRONSTONE 18" P169V IRONSTONE 2" MOSAIC P168V IRONSTONE 3X13 BULLNOSE P106V MADISON 12" X 24" P109V MADISON 2" MOSAIC P107V MADISON 3" X 12" BULLNOSE P108V MADISON RANDOM LINEAR MOSAIC S307V MOISTURESHIELD 141PM PRO EPOXY PARTS A & B 133PM PROPATCH 134PM PROPATCH XF P077V SILK WALNUT 3" X 24" BULLNOSE P075V SILK WALNUT 6" X 24" P076V SILK WALNUT 6" X 36" P078V SILK WALNUT MOSAIC 136PM SLU PRIMER P085V SPICED HICKORY 3" X 24" BULLNOSE P083V SPICED HICKORY 6" X 24" P084V SPICED HICKORY 6" X 36" P086V SPICED HICKORY MOSAIC P186V SPLENDID 12" X 24" MATTE P027V SPLENDID 12" X 24" POLISHED p187v SPLENDID 16" X 32" MATTE P188V SPLENDID 16" X 32" POLISHED P033V SPLENDID 2" MOSAIC P030V SPLENDID 24" X 24" POLISHED P185V SPLENDID 3" X 12" MATTE P031V SPLENDID 3" X 12" POLISHED P026V SPLENDID 4" X 12" PLSH P032V SPLENDID HEXAGON MOSAIC P074V SPRINGBROOK 6" X 20" CHEVRON P073V SPRINGBROOK 8.5" X 40" S306V SURFACE PREP EXT P130V TRECKWOOD 3" X 24" BULLNOSE P128V TRECKWOOD 6" X 24" P129V TRECKWOOD 8" X 32" P131V TRECKWOOD MOSAIC 132PM UNDERLAYMENT C 135PM UNDERLAYMENT SLU P021V URBAN EASE 1" MOSAIC P024V URBAN EASE 2" MOSAIC P013V URBAN EASE 3" X 6" P016V URBAN EASE 4" X 16" P018V URBAN EASE 4" X 16" BULLNOSE Style Number Style Name Philadelphia Commercial BROADLOOM 54851 ANTIQUE CHARM Q8005 ARTISTIC IMPRES 50396 AYERS HALL II SOFTBAC J0064 BAYTOWNE III 30 CLASSICBAC® J0065 BAYTOWNE III 36 CLASSICBAC® 54807 BE OPEN STALOK® 54808 BE PRESENT STALOK® 54809 BE REAL STALOK® 54692 BEACON II DUROGEN RUBBER 54776 BIRD'S EYE CLASSICBAC® 54600 BOX SUITE CLASSICBAC® J0102 BROADCAST STALOK® 54738 CALM CLASSICBAC® 54739 CALM ECOWORX® PERFORMANCE BROADLOOM 54214 CAMDEN HARBOR II CLASSICBAC® Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM 54215 CAMDEN HARBOR II UNITARY 54508 CAMOUFLAGE CLASSICBAC® 54706 CANNONBORO CLASSICBAC® 54280 CAPITAL III CLASSICBAC® 54282 CAPITAL III STALOK® 54281 CAPITAL III UNITARY J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM J0112 CHANGE IN ATTITUDE STALOK® 54509 CHEETAH CLASSICBAC® 54852 CLASSIC TRADITION 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY) 54812 COLOR GRID STALOK® 54693 COMMONS II DUROGEN RUBBER J0181 CUTAWAY CLASSICBAC® 54605 DATE NIGHT CLASSICBAC® 54029 DATELINE CLASSICBAC® 54823 DATELINE TODAY STALOK® J0182 DIAGRAM CLASSICBAC® 54613 DINE OUT CLASSICBAC® 54416 DIRECT LINK STALOK® J0078 DIVIDEND 26 CLASSICBAC® J0079 DIVIDEND 26 UNITARY J0080 DIVIDEND 28 CLASSICBAC® Q0421 ELEMENTS CLASSICBAC® 54255 EMPHATIC 30 II CLASSICBAC® 54256 EMPHATIC 36 II CLASSICBAC® J0186 ENCHANT STALOK® J0185 EVOKE STALOK® 54615 EXPECTED GUEST CLASSICBAC® 54530 EYES ON YOU CLASSICBAC® 54907 FACT CLASSICBAC® 54831 FAIR SHAKE STALOK® 54533 FEATHER TAIL CLASSICBAC® 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM 54745 FRANCHISE II 26 STALOK® 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM 54744 FRANCHISE II 28 STALOK® 54210 FRANCHISE STALOK® 54775 FRET CLASSICBAC® 54908 FUNCTION CLASSICBAC® J0060 FUNCTIONAL CLASSICBAC® 54644 FUTURE GENERATIONS CLASSICBAC® 54740 GATHER CLASSICBAC® 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM 54507 GIRAFFE CLASSICBAC® 54504 GROMMETS CLASSICBAC® 54514 HIDEAWAYS CLASSICBAC® 54417 HOT CIRCUIT STALOK® 54502 HOT SPOT CLASSICBAC® 54578 IN HARMONY STALOK® 54603 IN-CROWD CLASSICBAC® 54534 INS AND OUTS CLASSICBAC® Q0420 INSPIRED CLASSICBAC® J0059 JARGON CLASSICBAC® 54495 JOKERS WILD CLASSICBAC® 54098 LATEST TREND CLASSICBAC® 54266 LEGEND FALLS CLASSICBAC® 54735 LIVE CLASSICBAC® 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM 54704 LORING WOODS CLASSICBAC® 54532 LOWLAND CLASSICBAC® 54046 MAJOR EVENT CLASSICBAC® 54066 MAJOR EVENT UNITARY 54604 MAKE THE SCENE CLASSICBAC® 54516 MASTERS CLASSICBAC® 54411 METRO LIFE CLASSICBAC® 54207 MODERN TRADITIONS STALOK® 54593 MULTIPLICITY CLASSICBAC® 54531 NATURES CRAFT CLASSICBAC® 54720 NEST ECOWORX® PERFORMANCE BROADLOOM Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54719 NEST STALOK® 54793 NEW BASICS CLASSICBAC® 54705 NEW BAY CLASSICBAC® 54794 NEW STATEMENT CLASSICBAC® 54795 NEW TRADE CLASSICBAC® 54792 NEW WORKS CLASSICBAC® 54097 NEXT GENERATION CLASSICBAC® J0069 NO LIMITS STALOK® 54777 OGEE CLASSICBAC® 54802 ON SITE CLASSICBAC® 54803 ON TARGET CLASSICBAC® 54801 ON THE MOVE CLASSICBAC® 54790 POWER UP CLASSICBAC® 54510 PRIMUS CLASSICBAC® J0124 RELAY CLASSICBAC® 54760 REMIX CLASSICBAC® 54761 RESTYLE CLASSICBAC® 54762 REVAMP CLASSICBAC® 54043 ROUSING REVIEW CLASSICBAC® 54452 RUSH DELIVERY CLASSICBAC® 54028 SABLE ISLAND CLASSICBAC® 54721 SCOREBOARD II 26 CLASSICBAC® 54677 SCOREBOARD II 26 STALOK® 54675 SCOREBOARD II 28 CLASSICBAC® 54676 SCOREBOARD II 28 STALOK® 54707 SCOTTISH PLAID II CLASSICBAC® Q0617 SEQUENCE CLASSICBAC® Q0618 SEQUENCE UNITARY 54770 SIGN ON CLASSICBAC® 54772 SIGN OUT CLASSICBAC® 54771 SIGN UP CLASSICBAC® 54288 SOUND ADVICE BL CLASSICBAC® 54450 SPEAK EASY CLASSICBAC® 54446 SPEAK FREELY CLASSICBAC® 54445 SPEAK OUT CLASSICBAC® 54451 SPEAK UP CLASSICBAC® 54602 SPOT LIGHT CLASSICBAC® 54832 SQUARE DEAL STALOK® 54694 SUCCESSION II PERFORMANCE RUBBER BACKING 54518 SUITE RETREAT CLASSICBAC® 54494 TA DA CLASSICBAC® 54660 TAKING NAMES CLASSICBAC® 54708 TICKER TAPE II CLASSICBAC® 54579 UNISON STALOK® 54850 VINTAGE WEAVE 54269 VOCATION III 26 CLASSICBAC® 54270 VOCATION III 26 UNITARY 54271 VOCATION III 28 CLASSICBAC® 54496 WONDERMENT CLASSICBAC® 54505 ZEBRA CLASSICBAC® 54778 ZEST CLASSICBAC® 54535 ZESTY ZEBRA CLASSICBAC® 54779 ZING CLASSICBAC® TILE 54474 AD-LIB ECOWORX® TILE 54588 AMAZE ECOWORX® TILE 54436 AREA ECOWORX® TILE 54848 ARID 18" X 36" ECOWORX® TILE 54847 BASIN 9" X 36" ECOWORX® TILE 54596 BLINK ECOWORX® TILE 54480 CAPITAL III 20 OZ ECOWORX® TILE 54806 CARBON COPY ECOWORX® TILE J0115 CHAIN REACTION ECOWORX® TILE J0111 CHANG IN ATTITUDE ECOWORX® TILE 54459 CHATTERBOX ECOWORX® TILE 54870 CHISELED STRATAWORX® TILE 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY) 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE 54784 CORRUGATED ECOWORX® TILE 54816 COUNTERPART ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54871 CRACKLED STRATAWORX® TILE 54841 CRAZY SMART ECOWORX® TILE 54813 CROSSINGS ECOWORX® TILE 54904 DECLARE STRATAWORX® TILE 54905 DISCLOSE STRATAWORX® TILE 54906 DOCUMENT STRATAWORX® TILE 54857 DYNAMO STRATAWORX® TILE 54757 ENLIGHTEN ECOWORX® TILE 54565 FEEDBACK ECOWORX® TILE 54872 FRACTURED STRATAWORX® TILE 54520 FUSE ECOWORX® TILE 54844 GENIUS STRATAWORX® TILE 54874 HARMONY ECOWORX® TILE 54500 HIGH VOLTAGE ECOWORX® TILE 54895 HIPSTER STRATAWORX® TILE 54491 HOOK UP ECOWORX® TILE J0187 IMMERSE ECOWORX® TILE 54752 INFUSE ECOWORX® TILE 54845 INTELLECT STRATAWORX® TILE J0135 INTERMIX ECOWORX® TILE 54814 INTERSECTIONS ECOWORX® TILE 54833 LAYERS 9" X 36" ECOWORX® TILE 54733 LIVE WIRE ECOWORX® TILE 54734 LUCKY BREAK ECOWORX® TILE 54781 MATERIAL EFFECTS ECOWORX® TILE 54875 MEDLEY ECOWORX® TILE 54458 MESH WEAVE ECOWORX® TILE 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE 54594 MULTIPLICITY ECOWORX® TILE 54589 MYSTIFY ECOWORX® TILE J0108 NO LIMITS ECOWORX® TILE 54896 OFF BEAT STRATAWORX® TILE 54842 PURE ATTITUDE ECOWORX® TILE J0136 QUICK CHANGE ECOWORX® TILE 54843 RAW BEAUTY ECOWORX® TILE J0177 RENDERED BARK ECOWORX® TILE J0178 RENDERED LINES ECOWORX® TILE J0179 RENDERED ROCK ECOWORX® TILE 54758 REVEAL ECOWORX® TILE 54876 RHYTHM ECOWORX® TILE 54834 RIDGES 18" X 36" ECOWORX® TILE J0116 RIPPLE EFFECT ECOWORX® TILE 54811 SHIFTING GEARS ECOWORX® TILE 54488 SOUND ADVICE ECOWORX® TILE 54564 STATIC ECOWORX® TILE 54587 STEP ON IT ECOWORX® TILE 54860 STEP RIGHT IN ECOWORX® TILE 54727 STRAIGHT & NARROW ECOWORX® TILE 54810 STRAIGHT SHIFT ECOWORX® TILE 54695 SUCCESSION ECOWORX® TILE 54440 SWIZZLE ECOWORX® TILE J0126 SYNC UP ECOWORX® TILE 54861 TAKE A TURN ECOWORX® TILE 54849 TIDEWATER 18" X 36" ECOWORX® TILE 54748 TRAVERSE ECOWORX® TILE 54749 TREAD ON ME ECOWORX® TILE 54754 TWIST IT ECOWORX® TILE 54521 UNITARY ECOWORX® TILE 54475 UNSCRIPTED ECOWORX® TILE 54804 URBAN GEOMETRY ECOWORX® TILE 54755 WARP IT ECOWORX® TILE 54897 WILDSTYLE STRATAWORX® TILE 54492 WIRED ECOWORX® TILE 54756 WONDER ECOWORX® TILE 54796 ZING ECOWORX® TILE PERFORMANCE TURF 54712 ADRENALINE 5MM 54653 ADRENALINE UNITARY 54731 FREE TIME 5MM 54732 FREE TIME UNITARY 54716 INTENSIFY UNITARY Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54743 LAUNCH UNITARY RESILIENT 5456V BEYOND STONE 5401V BOSK 5402V BOSK PRO 4" 5413V BOSK PRO 6" 5441V BURNISHED 5520V BY THE GROVE SD 5528V COLORWASHED 5423V CONNECTION 4" 5424V CONNECTION 6" 5400V FRESCO 5533V G-FORCE 12 5545V G-FORCE 20 5468V IN THE GRAIN 5472V IN THE GRAIN 20 5524V IN THE GRAIN II 12 5525V IN THE GRAIN II 20 5536V IN THE GRAIN II 30 5542V IN THE GRAIN II WPC 5521V IN THE PARK SD 5443V IT'S A SNAP 5543V LINE OF SIGHT 5452V MARBLED 5453V MARBLED 20 5513V MESA TRAIL 5471V ORGANIC STRUCTURE 5425V PERSONALITY 5442V PERSONALITY 20 5544V REVIVAL 5512V SIERRA TRACE 5404V SOLACE WR 180' 5470V SOLID STRUCTURE 5458V STONE EFFECTS 5457V STONE MASTER 5454V SUEDED 5522V UNDER THE CANOPY SD 5459V WOOD MIX ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000) G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036) G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200) G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800) VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V) G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000) VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS) VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS) G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R) 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W) G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000) N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001) G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R) G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100) G7300 7300 - OUTDOOR TURF ADHESIVE G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300) G9000 9000 - BARRIER COAT (BROADLOOM D9000) G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050) AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC) 5017V CARPET REDUCER 5/16" 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V) G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600) 5000V GROUNDWORKS JUMBO ROLL 2U108 GROUNDWORKS STANDARD ROLL 5430V 1U993 HUSH II 5428V LOKS4 LOK DOT HALF SLEEVE LOK4D LOKWO LOK WORX ADHESIVE SQUARES LWRX1 LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR) LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA) G9125 MOISTURE TEK 9125R 9125U MOISTURE TEK 9125W, 9125T Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 8U124 PINLESS METAL TRACK (RESILIENT 5012V) 5022V QUARTER ROUND PROFILE RUBBER 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V) 5003V SHAW 200 1 GALLON 5004V SHAW 200 4 GALLON 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V) 1U865 SHAW 4100 - 1 GAL 5407V 5405V SHAW S150 SPRAY ADHESIVE 5406V SHAW S150 SPRAY ADHESIVE 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V) 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V) 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V) VS176 TRANSITION TAPE (RESILIENT 5011V) D7303 TURF SEAMING TAPE D7302 TURF SEAMING TAPE ADHESIVE 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V) 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V) 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V) 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V) 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V) VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V) *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. *Canadian pricing are material only - Labor rate are not applicable in Canada 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. Type UOM Canadian Price (CAD) BROADLOOM CARPET SY 31.87$ BROADLOOM CARPET SY 18.68$ BROADLOOM CARPET SY 24.07$ BROADLOOM CARPET SY 10.95$ BROADLOOM CARPET SY 5.66$ BROADLOOM CARPET SY 7.84$ BROADLOOM CARPET SY 9.50$ BROADLOOM CARPET SY 10.95$ BROADLOOM CARPET SY 23.21$ BROADLOOM CARPET SY 44.76$ BROADLOOM CARPET SY 20.71$ BROADLOOM CARPET SY 26.19$ BROADLOOM CARPET SY 14.44$ BROADLOOM CARPET SY 24.31$ BROADLOOM CARPET SY 28.38$ BROADLOOM CARPET SY 84.36$ BROADLOOM CARPET SY 36.39$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 38.64$ BROADLOOM CARPET SY 15.58$ BROADLOOM CARPET SY 18.76$ BROADLOOM CARPET SY 17.90$ BROADLOOM CARPET SY 62.78$ BROADLOOM CARPET SY 33.15$ BROADLOOM CARPET SY 24.70$ BROADLOOM CARPET SY 28.00$ BROADLOOM CARPET SY 31.17$ BROADLOOM CARPET SY 22.06$ BROADLOOM CARPET SY 44.76$ BROADLOOM CARPET SY 28.18$ BROADLOOM CARPET SY 9.47$ BROADLOOM CARPET SY 20.84$ BROADLOOM CARPET SY 24.62$ BROADLOOM CARPET SY 16.09$ BROADLOOM CARPET SY 22.32$ BROADLOOM CARPET SY 26.37$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 22.59$ BROADLOOM CARPET SY 40.88$ BROADLOOM CARPET SY 16.32$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 19.72$ BROADLOOM CARPET SY 17.44$ BROADLOOM CARPET SY 26.42$ BROADLOOM CARPET SY 15.29$ BROADLOOM CARPET SY 17.79$ BROADLOOM CARPET SY 39.79$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 38.13$ BROADLOOM CARPET SY 17.93$ BROADLOOM CARPET SY 24.62$ BROADLOOM CARPET SY 24.00$ BROADLOOM CARPET SY 31.99$ BROADLOOM CARPET SY 13.75$ BROADLOOM CARPET SY 16.59$ BROADLOOM CARPET SY 31.99$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 74.60$ BROADLOOM CARPET SY 34.12$ BROADLOOM CARPET SY 23.78$ BROADLOOM CARPET SY 18.53$ BROADLOOM CARPET SY 17.07$ BROADLOOM CARPET SY 16.76$ BROADLOOM CARPET SY 62.58$ BROADLOOM CARPET SY 14.93$ BROADLOOM CARPET SY 28.75$ BROADLOOM CARPET SY 29.64$ Effective: 8/7/2019 - 8/31/2020 Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 35.98$ BROADLOOM CARPET SY 18.62$ BROADLOOM CARPET SY 14.95$ BROADLOOM CARPET SY 31.48$ BROADLOOM CARPET SY 32.65$ BROADLOOM CARPET SY 15.58$ BROADLOOM CARPET SY 24.80$ BROADLOOM CARPET SY 11.45$ BROADLOOM CARPET SY 16.94$ BROADLOOM CARPET SY 24.67$ BROADLOOM CARPET SY 23.25$ BROADLOOM CARPET SY 19.36$ BROADLOOM CARPET SY 10.15$ BROADLOOM CARPET SY 32.45$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 23.36$ BROADLOOM CARPET SY 18.04$ BROADLOOM CARPET SY 39.79$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 15.41$ BROADLOOM CARPET SY 26.64$ BROADLOOM CARPET SY 36.84$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 23.84$ BROADLOOM CARPET SY 43.53$ BROADLOOM CARPET SY 19.68$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 24.71$ BROADLOOM CARPET SY 25.60$ BROADLOOM CARPET SY 15.59$ BROADLOOM CARPET SY 11.65$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 15.27$ BROADLOOM CARPET SY 86.20$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 21.11$ BROADLOOM CARPET SY 57.01$ BROADLOOM CARPET SY 25.20$ BROADLOOM CARPET SY 38.13$ BROADLOOM CARPET SY 16.09$ BROADLOOM CARPET SY 32.69$ BROADLOOM CARPET SY 16.44$ BROADLOOM CARPET SY 16.66$ BROADLOOM CARPET SY 13.77$ BROADLOOM CARPET SY 15.21$ BROADLOOM CARPET SY 14.69$ BROADLOOM CARPET SY 16.04$ BROADLOOM CARPET SY 13.75$ BROADLOOM CARPET SY 26.06$ BROADLOOM CARPET SY 20.05$ BROADLOOM CARPET SY 25.37$ BROADLOOM CARPET SY 26.64$ BROADLOOM CARPET SY 15.73$ BROADLOOM CARPET SY 14.58$ BROADLOOM CARPET SY 16.05$ BROADLOOM CARPET SY 20.58$ BROADLOOM CARPET SY 24.14$ BROADLOOM CARPET SY 28.26$ BROADLOOM CARPET SY 15.78$ BROADLOOM CARPET SY 13.12$ BROADLOOM CARPET SY 27.25$ BROADLOOM CARPET SY 17.74$ BROADLOOM CARPET SY 38.13$ BROADLOOM CARPET SY 16.91$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 62.59$ BROADLOOM CARPET SY 21.58$ BROADLOOM CARPET SY 64.65$ BROADLOOM CARPET SY 24.96$ BROADLOOM CARPET SY 26.64$ BROADLOOM CARPET SY 16.62$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 17.18$ BROADLOOM CARPET SY 16.04$ BROADLOOM CARPET SY 15.63$ BROADLOOM CARPET SY 74.60$ BROADLOOM CARPET SY 16.81$ BROADLOOM CARPET SY 16.91$ BROADLOOM CARPET SY 15.58$ BROADLOOM CARPET SY 62.55$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 16.66$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 15.10$ BROADLOOM CARPET SY 18.63$ BROADLOOM CARPET SY 19.45$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 31.05$ BROADLOOM CARPET SY 17.68$ BROADLOOM CARPET SY 17.19$ BROADLOOM CARPET SY 13.17$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 38.05$ BROADLOOM CARPET SY 35.27$ BROADLOOM CARPET SY 38.05$ BROADLOOM CARPET SY 11.45$ BROADLOOM CARPET SY 32.25$ BROADLOOM CARPET SY 36.64$ BROADLOOM CARPET SY 20.05$ BROADLOOM CARPET SY 36.64$ BROADLOOM CARPET SY 33.15$ BROADLOOM CARPET SY 21.90$ BROADLOOM CARPET SY 24.41$ MODULAR CARPET TILE SY 33.09$ MODULAR CARPET TILE SY 43.98$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 39.60$ MODULAR CARPET TILE SY 54.87$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 41.86$ MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 54.71$ MODULAR CARPET TILE SY 32.74$ MODULAR CARPET TILE SY 28.86$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 32.82$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 61.34$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 32.34$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 50.33$ MODULAR CARPET TILE SY 23.28$ MODULAR CARPET TILE SY 22.53$ MODULAR CARPET TILE SY 59.68$ MODULAR CARPET TILE SY 51.18$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 36.28$ MODULAR CARPET TILE SY 37.68$ MODULAR CARPET TILE SY 35.00$ MODULAR CARPET TILE SY 40.51$ MODULAR CARPET TILE SY 36.76$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 38.77$ MODULAR CARPET TILE SY 34.49$ MODULAR CARPET TILE SY 30.65$ MODULAR CARPET TILE SY 30.99$ MODULAR CARPET TILE SY 27.98$ MODULAR CARPET TILE SY 25.69$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 24.50$ MODULAR CARPET TILE SY 41.78$ MODULAR CARPET TILE SY 25.62$ MODULAR CARPET TILE SY 32.68$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 64.65$ MODULAR CARPET TILE SY 38.70$ MODULAR CARPET TILE SY 25.69$ MODULAR CARPET TILE SY 37.81$ MODULAR CARPET TILE SY 27.84$ MODULAR CARPET TILE SY 61.34$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 34.24$ MODULAR CARPET TILE SY 50.33$ MODULAR CARPET TILE SY 41.27$ MODULAR CARPET TILE SY 29.49$ MODULAR CARPET TILE SY 34.01$ MODULAR CARPET TILE SY 32.00$ MODULAR CARPET TILE SY 50.33$ MODULAR CARPET TILE SY 30.79$ MODULAR CARPET TILE SY 32.00$ MODULAR CARPET TILE SY 40.45$ MODULAR CARPET TILE SY 56.36$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 41.73$ MODULAR CARPET TILE SY 43.70$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 25.49$ MODULAR CARPET TILE SY 28.58$ MODULAR CARPET TILE SY 27.48$ MODULAR CARPET TILE SY 26.03$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 37.15$ MODULAR CARPET TILE SY 27.46$ MODULAR CARPET TILE SY 26.03$ MODULAR CARPET TILE SY 51.60$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 22.75$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 58.02$ MODULAR CARPET TILE SY 43.56$ MODULAR CARPET TILE SY 28.07$ MODULAR CARPET TILE SY 35.17$ MODULAR CARPET TILE SY 34.75$ MODULAR CARPET TILE SY 28.15$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 42.50$ MODULAR CARPET TILE SY 30.79$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 51.18$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 41.03$ MODULAR CARPET TILE SY 40.37$ MODULAR CARPET TILE SY 48.98$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 30.38$ MODULAR CARPET TILE SY 38.96$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 32.94$ MODULAR CARPET TILE SY 44.76$ MODULAR CARPET TILE SY 44.76$ MODULAR CARPET TILE SY 54.71$ MODULAR CARPET TILE SY 34.81$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 27.28$ MODULAR CARPET TILE SY 28.86$ MODULAR CARPET TILE SY 31.50$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 37.81$ MODULAR CARPET TILE SY 29.16$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 39.42$ MODULAR CARPET TILE SY 38.77$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 48.98$ MODULAR CARPET TILE SY 43.99$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 27.95$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 48.98$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 28.49$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 37.02$ MODULAR CARPET TILE SY 27.54$ MODULAR CARPET TILE SY 42.98$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 31.13$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 34.83$ MODULAR CARPET TILE SY 59.68$ MODULAR CARPET TILE SY 41.52$ MODULAR CARPET TILE SY 37.25$ MODULAR CARPET TILE SY 30.70$ MODULAR CARPET TILE SY 51.39$ MODULAR CARPET TILE SY 51.39$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 30.70$ MODULAR CARPET TILE SY 38.66$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 64.65$ MODULAR CARPET TILE SY 22.92$ MODULAR CARPET TILE SY 38.66$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 38.96$ MODULAR CARPET TILE SY 38.76$ MODULAR CARPET TILE SY 35.07$ MODULAR CARPET TILE SY 27.57$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 38.96$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 40.40$ MODULAR CARPET TILE SY 41.27$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 29.99$ MODULAR CARPET TILE SY 33.89$ MODULAR CARPET TILE SY 61.34$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 41.27$ MODULAR CARPET TILE SY 21.85$ MODULAR CARPET TILE SY 39.69$ MODULAR CARPET TILE SY 48.22$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 91.18$ MODULAR CARPET TILE SY 35.07$ MODULAR CARPET TILE SY 17.33$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 39.25$ MODULAR CARPET TILE SY 29.56$ MODULAR CARPET TILE SY 56.36$ MODULAR CARPET TILE SY 41.03$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 30.93$ MODULAR CARPET TILE SY 39.60$ MODULAR CARPET TILE SY 43.10$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 36.65$ MODULAR CARPET TILE SY 32.00$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 29.55$ MODULAR CARPET TILE SY 32.74$ MODULAR CARPET TILE SY 32.72$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 37.15$ MODULAR CARPET TILE SY 36.28$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 28.87$ MODULAR CARPET TILE SY 35.40$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 37.04$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 39.94$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 21.85$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 48.22$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 35.07$ MODULAR CARPET TILE SY 34.54$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 30.79$ MODULAR CARPET TILE SY 24.50$ MODULAR CARPET TILE SY 28.01$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 28.01$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 45.07$ MODULAR CARPET TILE SY 45.68$ MODULAR CARPET TILE SY 28.15$ MODULAR CARPET TILE SY 28.18$ MODULAR CARPET TILE SY 32.82$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 36.28$ MODULAR CARPET TILE SY 27.69$ MODULAR CARPET TILE SY 36.61$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 41.03$ MODULAR CARPET TILE SY 26.78$ MODULAR CARPET TILE SY 39.60$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 27.54$ MODULAR CARPET TILE SY 37.04$ MODULAR CARPET TILE SY 43.98$ MODULAR CARPET TILE SY 33.40$ MODULAR CARPET TILE SY 33.29$ MODULAR CARPET TILE SY 33.85$ MODULAR CARPET TILE SY 43.84$ MODULAR CARPET TILE SY 49.73$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 SHEET RESILIENT SY 9.68$ SHEET RESILIENT SY 39.36$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ ACCESSORIES - SHEET RESILIENT ROLL 104.59$ SHEET RESILIENT SY 38.84$ MODULAR RESILIENT SF 1.99$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 1.63$ SHEET RESILIENT ROLL 39.02$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)60.84$ SHEET RESILIENT SY 39.76$ MODULAR RESILIENT SF 4.00$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.73$ MODULAR RESILIENT SF 3.84$ MODULAR RESILIENT SF 3.69$ MODULAR RESILIENT SF 4.74$ MODULAR RESILIENT SF 3.43$ UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)329.56$ MODULAR RESILIENT SF 5.97$ SHEET RESILIENT SY 47.78$ MODULAR RESILIENT SF 4.00$ MODULAR RESILIENT SF 5.97$ MODULAR RESILIENT SF 3.47$ MODULAR RESILIENT SF 3.63$ MODULAR RESILIENT SF 3.69$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 6.90$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 2.27$ SHEET RESILIENT SY 37.60$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ MODULAR RESILIENT SF 4.74$ MODULAR RESILIENT SF 3.43$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 4.71$ SHEET RESILIENT SY 33.57$ MODULAR RESILIENT SF 6.77$ SHEET RESILIENT SY 41.13$ SHEET RESILIENT SY 47.41$ SHEET RESILIENT SY 60.78$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ SHEET RESILIENT SY 33.57$ MODULAR RESILIENT SF 3.81$ MODULAR RESILIENT SF 6.27$ MODULAR RESILIENT SF 4.32$ MODULAR RESILIENT SF 3.76$ MODULAR RESILIENT SF 3.76$ SHEET RESILIENT SY 33.57$ ACCESSORIES - SHEET RESILIENT ROLL 55.31$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.76$ MODULAR RESILIENT SF 1.63$ MODULAR RESILIENT SF 2.07$ MODULAR RESILIENT SF 3.17$ MODULAR RESILIENT SF 3.82$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 46.81$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 46.81$ MODULAR RESILIENT SF 6.18$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 4.32$ SHEET RESILIENT SY 32.96$ ACCESSORIES - SHEET RESILIENT ROLL 55.31$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE - STATIC SMART TILE 4 GAL PAIL 398.68$ ADHESIVE - STATIC SMART TILE 1 GAL PAIL 104.54$ MODULAR CARPET TILE SY 28.01$ STATIC SMART TILE SY 58.86$ STATIC SMART TILE PAIL 352.61$ STATIC SMART TILE PAIL 95.68$ ADHESIVE - STATIC SMART TILE EA 10.61$ MODULAR CARPET TILE SY 28.01$ STATIC SMART TILE SY 57.16$ ADHESIVE - STATIC SMART TILE EA 14.16$ STATIC SMART TILE SY 71.69$ STATIC SMART TILE SY 58.86$ STATIC SMART TILE SY 39.49$ STATIC SMART TILE SY 58.48$ STATIC SMART TILE SF 5.69$ MODULAR CARPET TILE SY 28.07$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 53.09$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 66.77 ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 46.97 ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 68.63 ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL $ 68.63 ACCESSORIES - WALL BASE ROLL 136.75$ ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 15.26$ ADHESIVE - RESILIENT 1 GAL PAIL 61.79$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT EA 230.14$ ADHESIVE - MODULAR CARPET TILE EA 230.14$ ADHESIVE - BROADLOOM CARPET EA 230.14$ ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 108.37$ ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 31.24$ STATIC SMART TILE 1 GAL PAIL 95.68$ STATIC SMART TILE 4 GAL PAIL 352.61$ ADHESIVE - STATIC SMART TILE EA 10.61$ ADHESIVE - STATIC SMART TILE EA 14.16$ ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 120.77$ ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 105.71$ ACCESSORIES - WALL BASE BOX (6/BOX)219.04$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 125.60$ ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 127.02$ ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 121.37$ ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE $ 9.09 ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 272.67$ ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 459.93 ADHESIVE - MODULAR CARPET TILE ROLL $ 459.93 ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)94.44$ ADHESIVE - MODULAR CARPET TILE EA 230.24$ ACCESSORIES - WELD ROD ROLL 54.41$ ACCESSORIES - STATIC SMART TILE EA 6.12$ ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 290.10$ UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 525.55$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 69.12 Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)90.68$ ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)460.48$ ADHESIVE - MODULAR CARPET TILE EA 92.10$ ADHESIVE - MODULAR CARPET TILE 1 229.10$ ADHESIVE - RESILIENT 4 GALLON PAIL 110.24$ 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 949.91$ 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 949.91$ 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 949.91$ ADHESIVE - RESILIENT BOX (5/BOX)42.10$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)76.96$ ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)21.06$ ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)155.46$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)102.03$ ADHESIVE - RESILIENT KIT (47 LF)3.84$ ADHESIVE - RESILIENT CAN 42.41$ ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 55.49$ ADHESIVE - RESILIENT ROLL 1 GAL PAIL 55.49$ ADHESIVE - RESILIENT 2 GAL PAIL 139.68$ ADHESIVE - RESILIENT CAN 42.41$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)71.13$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)82.78$ ADHESIVE - BROADLOOM EA 995.28$ ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)51.82$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)90.36$ ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)42.10$ ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)12.56$ UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,993.12$ UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 1,045.29$ ADHESIVE - ENGINEERED HARDWOOD ROLL 82.89$ ADHESIVE - ENGINEERED HARDWOOD ROLL 102.84$ ADHESIVE - ENGINEERED HARDWOOD ROLL 99.77$ ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 34.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ENGINEERED HARDWOOD SF 8.66$ ENGINEERED HARDWOOD SF 9.39$ ENGINEERED HARDWOOD SF 9.39$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ADHESIVE - ENGINEERED HARDWOOD EA 160.50$ ENGINEERED HARDWOOD SF 7.50$ ENGINEERED HARDWOOD SF 7.50$ ENGINEERED HARDWOOD SF 15.68$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 76.53$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.38$ MODULAR RESILIENT - CORETEC SF 5.10$ MODULAR RESILIENT - CORETEC SF 4.52$ MODULAR RESILIENT - CORETEC SF 3.60$ MODULAR RESILIENT - CORETEC SF 5.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - TRIMS/TRANSITIONS EA 39.38$ ENGINEERED HARDWOOD SF 6.71$ ENGINEERED HARDWOOD SF 5.33$ ENGINEERED HARDWOOD SF 7.84$ ACCESSORIES - ENGINEERED HARDWOOD EA 26.46$ ACCESSORIES - ENGINEERED HARDWOOD EA 55.82$ ACCESSORIES - ENGINEERED HARDWOOD EA 67.77$ ACCESSORIES - ENGINEERED HARDWOOD EA 70.55$ ACCESSORIES - ENGINEERED HARDWOOD EA 79.73$ ACCESSORIES - ENGINEERED HARDWOOD EA 72.96$ ENGINEERED HARDWOOD SF 8.90$ ENGINEERED HARDWOOD SF 6.35$ ENGINEERED HARDWOOD SF 4.48$ ENGINEERED HARDWOOD SF 9.75$ ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ ACCESSORIES - ENGINEERED HARDWOOD EA 103.66$ ACCESSORIES - ENGINEERED HARDWOOD EA 53.82$ ACCESSORIES - ENGINEERED HARDWOOD EA 60.19$ ACCESSORIES - ENGINEERED HARDWOOD EA 69.77$ ACCESSORIES - ENGINEERED HARDWOOD EA 63.84$ LAMINATE - ACCESSORIES EA 9.65$ LAMINATE - ACCESSORIES EA 8.52$ LAMINATE SF 3.73$ LAMINATE SF 4.25$ LAMINATE - ACCESSORIES EA 9.30$ LAMINATE - ACCESSORIES EA 24.68$ LAMINATE - ACCESSORIES EA 11.02$ LAMINATE SF 2.72$ LAMINATE - ACCESSORIES ROLL 29.30$ LAMINATE - ACCESSORIES ROLL 65.34$ LAMINATE - ACCESSORIES ROLL 65.34$ LAMINATE - ACCESSORIES ROLL 529.44$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 LAMINATE - ACCESSORIES EA 29.81$ LAMINATE - ACCESSORIES EA 24.68$ LAMINATE - ACCESSORIES EA 23.28$ ADHESIVE - ENGINEERED HARDWOOD PAIL 126.63$ ADHESIVE - ENGINEERED HARDWOOD EA 206.19$ ADHESIVE - ENGINEERED HARDWOOD EA 9.13$ ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ ADHESIVE - ENGINEERED HARDWOOD EA 42.96$ ADHESIVE - ENGINEERED HARDWOOD QT 26.08$ Type UOM Canadian Price (CAD) BROADLOOM CARPET SY 13.51$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 16.32$ BROADLOOM CARPET SY 25.62$ BROADLOOM CARPET SY 25.62$ BROADLOOM CARPET SY 17.79$ BROADLOOM CARPET SY 22.84$ BROADLOOM CARPET SY 18.57$ BROADLOOM CARPET SY 31.50$ BROADLOOM CARPET SY 15.70$ BROADLOOM CARPET SY 13.94$ BROADLOOM CARPET SY 13.91$ BROADLOOM CARPET SY 13.91$ BROADLOOM CARPET SY 30.25$ BROADLOOM CARPET SY 36.53$ BROADLOOM CARPET SY 19.79$ BROADLOOM CARPET SY 18.31$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 32.59$ BROADLOOM CARPET SY 14.76$ BROADLOOM CARPET SY 19.48$ BROADLOOM CARPET SY 31.50$ BROADLOOM CARPET SY 15.76$ BROADLOOM CARPET SY 30.25$ BROADLOOM CARPET SY 19.48$ BROADLOOM CARPET SY 16.53$ BROADLOOM CARPET SY 19.92$ BROADLOOM CARPET SY 15.41$ BROADLOOM CARPET SY 13.17$ BROADLOOM CARPET SY 13.94$ BROADLOOM CARPET SY 13.94$ BROADLOOM CARPET SY 26.78$ BROADLOOM CARPET SY 16.85$ BROADLOOM CARPET SY 37.68$ BROADLOOM CARPET SY 12.82$ BROADLOOM CARPET SY 18.43$ BROADLOOM CARPET SY 30.25$ BROADLOOM CARPET SY 14.84$ BROADLOOM CARPET SY 23.98$ BROADLOOM CARPET SY 14.70$ BROADLOOM CARPET SY 39.18$ BROADLOOM CARPET SY 15.92$ BROADLOOM CARPET SY 31.16$ BROADLOOM CARPET SY 28.12$ BROADLOOM CARPET SY 44.76$ BROADLOOM CARPET SY 14.92$ BROADLOOM CARPET SY 12.43$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 14.46$ BROADLOOM CARPET SY 16.39$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 39.18$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 16.29$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 17.48$ BROADLOOM CARPET SY 23.84$ BROADLOOM CARPET SY 13.98$ BROADLOOM CARPET SY 18.11$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 21.24$ BROADLOOM CARPET SY 15.38$ BROADLOOM CARPET SY 18.24$ BROADLOOM CARPET SY 15.26$ BROADLOOM CARPET SY 18.24$ BROADLOOM CARPET SY 18.24$ BROADLOOM CARPET SY 19.48$ BROADLOOM CARPET SY 31.50$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 14.92$ BROADLOOM CARPET SY 16.09$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 34.28$ MODULAR CARPET TILE SY 27.50$ MODULAR CARPET TILE SY 27.58$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 37.68$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 33.91$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 36.17$ MODULAR CARPET TILE SY 36.17$ MODULAR CARPET TILE SY 45.21$ MODULAR CARPET TILE SY 34.38$ MODULAR CARPET TILE SY 40.83$ MODULAR CARPET TILE SY 32.26$ MODULAR CARPET TILE SY 32.57$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 28.60$ MODULAR CARPET TILE SY 36.61$ MODULAR CARPET TILE SY 47.25$ MODULAR CARPET TILE SY 36.17$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 28.60$ MODULAR CARPET TILE SY 30.04$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 34.81$ MODULAR CARPET TILE SY 34.81$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 34.86$ MODULAR CARPET TILE SY 29.84$ MODULAR CARPET TILE SY 34.35$ MODULAR CARPET TILE SY 29.84$ MODULAR CARPET TILE SY 34.35$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 31.47$ MODULAR CARPET TILE SY 32.20$ MODULAR CARPET TILE SY 21.16$ MODULAR CARPET TILE SY 27.81$ MODULAR CARPET TILE SY 21.16$ MODULAR CARPET TILE SY 34.28$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 40.61$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 40.61$ MODULAR CARPET TILE SY 40.19$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 33.09$ MODULAR CARPET TILE SY 28.66$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 28.78$ MODULAR CARPET TILE SY 36.47$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 24.08$ MODULAR CARPET TILE SY 25.27$ MODULAR CARPET TILE SY 38.57$ MODULAR CARPET TILE SY 24.79$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 33.91$ MODULAR CARPET TILE SY 30.05$ MODULAR CARPET TILE SY 37.30$ MODULAR CARPET TILE SY 33.80$ MODULAR CARPET TILE SY 18.95$ MODULAR CARPET TILE SY 30.42$ MODULAR CARPET TILE SY 34.28$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 28.60$ MODULAR CARPET TILE SY 31.70$ MODULAR CARPET TILE SY 32.37$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 33.91$ MODULAR CARPET TILE SY 40.29$ MODULAR CARPET TILE SY 28.75$ MODULAR CARPET TILE SY 18.21$ MODULAR CARPET TILE SY 37.68$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 25.33$ MODULAR CARPET TILE SY 39.96$ MODULAR CARPET TILE SY 23.28$ MODULAR CARPET TILE SY 54.03$ MODULAR CARPET TILE SY 40.19$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 39.80$ MODULAR CARPET TILE SY 27.50$ MODULAR CARPET TILE SY 56.36$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 34.01$ MODULAR CARPET TILE SY 33.01$ MODULAR CARPET TILE SY 27.50$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 18.95$ MODULAR CARPET TILE SY 33.01$ MODULAR CARPET TILE SY 26.37$ MODULAR CARPET TILE SY 26.37$ MODULAR CARPET TILE SY 24.08$ MODULAR CARPET TILE SY 27.57$ MODULAR CARPET TILE SY 45.21$ MODULAR CARPET TILE SY 39.37$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 26.37$ MODULAR CARPET TILE SY 31.90$ MODULAR CARPET TILE SY 31.30$ MODULAR CARPET TILE SY 31.40$ MODULAR CARPET TILE SY 34.26$ MODULAR CARPET TILE SY 30.82$ MODULAR CARPET TILE SY 21.16$ MODULAR CARPET TILE SY 28.64$ MODULAR CARPET TILE SY 24.08$ MODULAR CARPET TILE SY 29.32$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 45.21$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 40.18$ MODULAR CARPET TILE SY 25.42$ MODULAR CARPET TILE SY 28.21$ MODULAR CARPET TILE SY 43.84$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 28.78$ MODULAR RESILIENT SF 4.06$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR RESILIENT SF 8.19$ MODULAR RESILIENT SF 8.01$ MODULAR RESILIENT SF 9.50$ MODULAR RESILIENT SF 8.01$ MODULAR RESILIENT SF 8.01$ MODULAR RESILIENT SF 8.41$ MODULAR RESILIENT SF 9.02$ ACCESSORIES - SHEET RESILIENT ROLL (500 LF)178.33$ MODULAR RESILIENT SF 3.63$ MODULAR RESILIENT SF 4.32$ SHEET RESILIENT SY 47.41$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ SHEET RESILIENT SY 38.35$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 4.71$ SHEET RESILIENT SY 3.06$ MODULAR RESILIENT SF 2.88$ SHEET RESILIENT SY 4.54$ SHEET RESILIENT SY 3.92$ MODULAR RESILIENT SF 3.63$ MODULAR RESILIENT SF 3.96$ MODULAR RESILIENT SF 5.61$ SHEET RESILIENT SY 47.11$ SHEET RESILIENT SY 38.84$ ACCESSORIES - SHEET RESILIENT ROLL (100 SF)96.58$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ SHEET RESILIENT SY 32.61$ ACCESSORIES - SHEET RESILIENT ROLL (280 SF)329.56$ SHEET RESILIENT SY 34.69$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 5.61$ MODULAR RESILIENT SF 6.82$ MODULAR RESILIENT SF 6.82$ MODULAR RESILIENT SF 6.69$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ SHEET RESILIENT SY 39.36$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.92$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.69$ MODULAR RESILIENT SF 3.91$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.76$ MODULAR RESILIENT SF 1.63$ MODULAR RESILIENT SF 2.07$ MODULAR RESILIENT SF 3.17$ MODULAR RESILIENT SF 4.01$ MODULAR RESILIENT SF 3.82$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 3.55$ MODULAR RESILIENT SF 3.92$ MODULAR RESILIENT SF 6.82$ MODULAR RESILIENT SF 6.69$ MODULAR RESILIENT SF 2.27$ ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ ADHESIVE - BROADLOOM 4 GAL PAIL $ 66.77 ADHESIVE - BROADLOOM 4 GAL PAIL $ 46.97 ADHESIVE - BROADLOOM/TILE 4 GAL PAIL $ 68.63 ADHESIVE - RESILIENT ROLL 127.74$ ADHESIVE - RESILIENT ROLL (120 LF)130.19$ ADHESIVE - BROADLOOM 4 GAL PAIL 15.26$ ADHESIVE - RESILIENT 1 GAL PAIL 55.49$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - BROADLOOM/TILE 4 GAL PAIL $ 230.14 ADHESIVE - TILE 4 GAL PAIL 108.37$ TILE 1 GAL PAIL 31.24$ ADHESIVE - TILE 4 GAL PAIL 120.77$ ADHESIVE - TILE 1 GAL PAIL 105.71$ ADHESIVE - BROADLOOM 4 GAL PAIL 125.60$ ADHESIVE - TILE PAIL 127.02$ ADHESIVE - BROADLOOM 8 OZ BOTTLE $ 9.09 ADHESIVE - BROADLOOM 2.5 GAL PAIL 280.23$ ADHESIVE - BROADLOOM PAIL 272.67$ ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - TILE/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - BROADLOOM ROLL (55.5 SY) $ 459.92 ADHESIVE - TILE ROLL $ 459.93 RESILIENT EA 120.42$ RESILIENT EA 93.48$ RESILIENT EA 37.76$ RESILIENT EA 31.46$ RESILIENT Box 26.55$ SUNDRIES ROLL (82FT)334.89$ RESILIENT EA 36.98$ RESILIENT Roll 98.21$ RESILIENT ROLL 130.19$ RESILIENT BOX 154.72$ RESILIENT BOX (3/BOX)94.44$ TILE ROLL 253.26$ RESILIENT BOX 177.93$ RESILIENT TUBE (30 OZ)108.50$ ADHESIVE - TILE ROLL 290.10$ ADHESIVE - BROADLOOM SY 525.55$ RESILIENT BOX 154.72$ ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ RESILIENT BOX 182.40$ RESILIENT EA 43.95$ SUNDRIES CARTON (20 UNITS) 383.73$ ADHESIVE - TILE EA 92.10$ ADHESIVE - TILE SLEEVE (250 SY)460.48$ ADHESIVE - TILE EA 229.10$ SUNDRIES ROLL (82 FT)334.89$ RESILIENT 4 GAL PAIL 121.26$ ADHESIVE - BROADLOOM KIT 949.91$ TILE KIT 949.91$ RESILIENT EA 36.98$ RESILIENT BOX (3/BOX)76.96$ RESILIENT BOX 154.72$ RESILIENT EA 36.98$ RESILIENT BOX (3/BOX)102.03$ ADHESIVE - RESILIENT KIT (47 LF)24.35$ SUNDRIES 4' TREAD 114.42$ ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ ADHESIVE - RESILIENT 2 GALLON PAIL 126.98$ ADHESIVE - RESILIENT CAN 42.41$ ADHESIVE - RESILIENT CAN 42.41$ RESILIENT BOX 136.03$ RESILIENT BOX (3/BOX)71.13$ RESILIENT BOX (3/BOX)82.78$ RESILIENT BOX 136.03$ SUNDRIES ROLL (20 FT)188.38$ SUNDRIES ROLL (50 FT)453.50$ RESILIENT BOX (3/BOX)90.36$ RESILIENT EA 36.98$ RESILIENT ROLL (25 FT)12.56$ TILE ROLL $ 1,045.29 TILE ROLL $ 2,993.12 TILE ROLL $ 82.89 TILE ROLL $ 102.84 Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 TILE ROLL $ 99.77 ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 16.63$ ACCESSORIES - ENGINEERED HARDWOOD EA 18.65$ ACCESSORIES - ENGINEERED HARDWOOD EA 18.35$ ACCESSORIES - ENGINEERED HARDWOOD EA 21.05$ ACCESSORIES - ENGINEERED HARDWOOD EA 24.24$ ACCESSORIES - ENGINEERED HARDWOOD EA 28.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 36.76$ ACCESSORIES - ENGINEERED HARDWOOD EA 40.88$ ACCESSORIES - ENGINEERED HARDWOOD ROLL 61.61$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.62$ ACCESSORIES - ENGINEERED HARDWOOD BOX 30.81$ ENGINEERED HARDWOOD SF 3.31$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.97$ ENGINEERED HARDWOOD SF 11.31$ ENGINEERED HARDWOOD SF 3.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 15.87$ ENGINEERED HARDWOOD SF 1.53$ ENGINEERED HARDWOOD SF 1.17$ ENGINEERED HARDWOOD SF 1.37$ ACCESSORIES - ENGINEERED HARDWOOD EA 8.88$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.56$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.52$ ENGINEERED HARDWOOD SF 2.31$ ENGINEERED HARDWOOD SF 2.93$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.20$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.18$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.84$ ENGINEERED HARDWOOD SF 2.38$ ENGINEERED HARDWOOD SF 2.11$ ENGINEERED HARDWOOD SF 2.18$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.90$ ENGINEERED HARDWOOD SF 2.76$ ENGINEERED HARDWOOD SF 3.13$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.50$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.23$ ENGINEERED HARDWOOD SF 3.03$ ENGINEERED HARDWOOD SF 3.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ ENGINEERED HARDWOOD SF 19.21$ ENGINEERED HARDWOOD SF 3.31$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.03$ ENGINEERED HARDWOOD SF 6.51$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.36$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ ENGINEERED HARDWOOD SF 17.79$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.18$ ENGINEERED HARDWOOD SF 1.63$ ACCESSORIES - ENGINEERED HARDWOOD EA 1.22$ ENGINEERED HARDWOOD SF 1.40$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.62$ ACCESSORIES - ENGINEERED HARDWOOD EA 17.83$ ACCESSORIES - ENGINEERED HARDWOOD EA 19.79$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.10$ ACCESSORIES - ENGINEERED HARDWOOD EA 1.83$ ENGINEERED HARDWOOD SF 1.98$ ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ ACCESSORIES - ENGINEERED HARDWOOD EA 87.55$ ACCESSORIES - ENGINEERED HARDWOOD ROLL 35.67$ ACCESSORIES - ENGINEERED HARDWOOD EA 129.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 136.19$ ENGINEERED HARDWOOD SF 3.41$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.95$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ACCESSORIES - ENGINEERED HARDWOOD EA 3.11$ ACCESSORIES - ENGINEERED HARDWOOD EA 64.85$ ACCESSORIES - ENGINEERED HARDWOOD EA 158.89$ ACCESSORIES - ENGINEERED HARDWOOD EA 17.34$ ENGINEERED HARDWOOD SF 19.15$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 1.67$ ENGINEERED HARDWOOD SF 1.98$ ACCESSORIES - ENGINEERED HARDWOOD EA 9.50$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.78$ ENGINEERED HARDWOOD SF 3.34$ ACCESSORIES - ENGINEERED HARDWOOD EA 15.69$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.06$ ACCESSORIES - ENGINEERED HARDWOOD EA 25.58$ ACCESSORIES - ENGINEERED HARDWOOD EA 598.28$ ADHESIVE - ENGINEERED HARDWOOD PAIL 61.61$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 25.94$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ ENGINEERED HARDWOOD SF 2.25$ ENGINEERED HARDWOOD SF 2.56$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.66$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ ENGINEERED HARDWOOD SF 2.76$ ENGINEERED HARDWOOD SF 3.13$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.06$ ENGINEERED HARDWOOD SF 4.26$ ENGINEERED HARDWOOD SF 4.03$ ENGINEERED HARDWOOD sf 5.21$ ENGINEERED HARDWOOD SF 5.21$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.05$ ENGINEERED HARDWOOD SF 3.89$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ ENGINEERED HARDWOOD SF 5.97$ ACCESSORIES - ENGINEERED HARDWOOD EA 15.54$ ENGINEERED HARDWOOD SF 14.49$ ENGINEERED HARDWOOD SF 3.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 466.95$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ ENGINEERED HARDWOOD SF 3.03$ ENGINEERED HARDWOOD SF 3.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.78$ ACCESSORIES - ENGINEERED HARDWOOD EA 34.05$ ACCESSORIES - ENGINEERED HARDWOOD EA 43.78$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.68$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.42$ ENGINEERED HARDWOOD SF 2.15$ ENGINEERED HARDWOOD SF 1.85$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.97$ Type UOM Canadian Price (CAD) BROADLOOM CARPET SY 22.93$ BROADLOOM CARPET SY 33.02$ BROADLOOM CARPET SY 17.96$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 11.60$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 32.46$ BROADLOOM CARPET SY 17.97$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 24.45$ BROADLOOM CARPET SY 14.78$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 20.86$ BROADLOOM CARPET SY 15.63$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 14.80$ BROADLOOM CARPET SY 27.92$ BROADLOOM CARPET SY 15.27$ BROADLOOM CARPET SY 23.21$ BROADLOOM CARPET SY 18.28$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 22.93$ BROADLOOM CARPET SY 19.79$ BROADLOOM CARPET SY 15.06$ BROADLOOM CARPET SY 15.89$ BROADLOOM CARPET SY 13.68$ BROADLOOM CARPET SY 20.81$ BROADLOOM CARPET SY 21.06$ BROADLOOM CARPET SY 16.05$ BROADLOOM CARPET SY 13.68$ BROADLOOM CARPET SY 32.33$ BROADLOOM CARPET SY 15.90$ BROADLOOM CARPET SY 13.77$ BROADLOOM CARPET SY 15.21$ BROADLOOM CARPET SY 14.69$ BROADLOOM CARPET SY 26.57$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 32.33$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 9.04$ BROADLOOM CARPET SY 12.67$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 20.17$ BROADLOOM CARPET SY 15.83$ BROADLOOM CARPET SY 21.00$ BROADLOOM CARPET SY 16.85$ BROADLOOM CARPET SY 15.83$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 9.04$ BROADLOOM CARPET SY 16.13$ BROADLOOM CARPET SY 19.06$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 24.45$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 32.05$ BROADLOOM CARPET SY 18.59$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 18.47$ BROADLOOM CARPET SY 32.46$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 21.87$ BROADLOOM CARPET SY 15.90$ BROADLOOM CARPET SY 25.56$ BROADLOOM CARPET SY 26.57$ BROADLOOM CARPET SY 23.99$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 24.45$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 15.29$ BROADLOOM CARPET SY 15.76$ BROADLOOM CARPET SY 27.97$ BROADLOOM CARPET SY 32.05$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 17.84$ BROADLOOM CARPET SY 10.64$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 22.10$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 16.02$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 21.87$ BROADLOOM CARPET SY 17.61$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 10.90$ BROADLOOM CARPET SY 11.07$ BROADLOOM CARPET SY 12.65$ BROADLOOM CARPET SY 10.36$ BROADLOOM CARPET SY 29.23$ BROADLOOM CARPET SY 16.84$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 19.06$ BROADLOOM CARPET SY 13.26$ BROADLOOM CARPET SY 17.54$ BROADLOOM CARPET SY 11.88$ BROADLOOM CARPET SY 12.43$ BROADLOOM CARPET SY 12.43$ BROADLOOM CARPET SY 12.99$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 15.29$ BROADLOOM CARPET SY 15.76$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 12.72$ BROADLOOM CARPET SY 16.64$ BROADLOOM CARPET SY 17.74$ BROADLOOM CARPET SY 17.54$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 21.15$ BROADLOOM CARPET SY 12.67$ BROADLOOM CARPET SY 25.42$ BROADLOOM CARPET SY 32.05$ BROADLOOM CARPET SY 25.56$ BROADLOOM CARPET SY 8.76$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 18.54$ BROADLOOM CARPET SY 22.93$ BROADLOOM CARPET SY 13.77$ BROADLOOM CARPET SY 15.21$ BROADLOOM CARPET SY 14.69$ BROADLOOM CARPET SY 25.69$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 14.09$ MODULAR CARPET TILE SY 28.75$ MODULAR CARPET TILE SY 29.26$ MODULAR CARPET TILE SY 30.97$ MODULAR CARPET TILE SY 29.51$ MODULAR CARPET TILE SY 29.51$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 27.57$ MODULAR CARPET TILE SY 22.36$ MODULAR CARPET TILE SY 31.28$ MODULAR CARPET TILE SY 33.63$ MODULAR CARPET TILE SY 28.00$ MODULAR CARPET TILE SY 20.16$ MODULAR CARPET TILE SY 36.61$ MODULAR CARPET TILE SY 35.09$ MODULAR CARPET TILE SY 40.62$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 23.19$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 20.16$ MODULAR CARPET TILE SY 28.81$ MODULAR CARPET TILE SY 26.66$ MODULAR CARPET TILE SY 17.58$ MODULAR CARPET TILE SY 17.58$ MODULAR CARPET TILE SY 17.58$ MODULAR CARPET TILE SY 16.70$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 27.87$ MODULAR CARPET TILE SY 20.16$ MODULAR CARPET TILE SY 29.49$ MODULAR CARPET TILE SY 16.70$ MODULAR CARPET TILE SY 33.37$ MODULAR CARPET TILE SY 32.79$ MODULAR CARPET TILE SY 18.98$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 30.53$ MODULAR CARPET TILE SY 16.70$ MODULAR CARPET TILE SY 28.75$ MODULAR CARPET TILE SY 26.66$ MODULAR CARPET TILE SY 30.89$ MODULAR CARPET TILE SY 37.59$ MODULAR CARPET TILE SY 23.76$ MODULAR CARPET TILE SY 25.14$ MODULAR CARPET TILE SY 33.37$ MODULAR CARPET TILE SY 34.24$ MODULAR CARPET TILE SY 28.63$ MODULAR CARPET TILE SY 26.80$ MODULAR CARPET TILE SY 29.26$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 18.98$ MODULAR CARPET TILE SY 28.81$ MODULAR CARPET TILE SY 27.81$ MODULAR CARPET TILE SY 28.81$ MODULAR CARPET TILE SY 33.57$ MODULAR CARPET TILE SY 33.57$ MODULAR CARPET TILE SY 34.55$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 33.37$ MODULAR CARPET TILE SY 30.89$ MODULAR CARPET TILE SY 32.03$ MODULAR CARPET TILE SY 24.45$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 27.94$ MODULAR CARPET TILE SY 40.48$ MODULAR CARPET TILE SY 45.55$ MODULAR CARPET TILE SY 40.61$ MODULAR CARPET TILE SY 24.45$ MODULAR CARPET TILE SY 32.88$ MODULAR CARPET TILE SY 30.18$ MODULAR CARPET TILE SY 32.36$ MODULAR CARPET TILE SY 45.55$ MODULAR CARPET TILE SY 29.51$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 29.55$ MODULAR CARPET TILE SY 27.81$ MODULAR CARPET TILE SY 28.32$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 18.98$ MODULAR CARPET TILE SY 25.60$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 26.66$ BROADLOOM CARPET SY 44.34$ BROADLOOM CARPET SY 29.84$ BROADLOOM CARPET SY 42.27$ BROADLOOM CARPET SY 27.91$ BROADLOOM CARPET SY 23.90$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 19.06$ MODULAR RESILIENT SF 3.35$ MODULAR RESILIENT SF 2.27$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 4.14$ MODULAR RESILIENT SF 3.28$ MODULAR RESILIENT SF 3.80$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 1.98$ MODULAR RESILIENT SF 3.34$ MODULAR RESILIENT SF 1.99$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 2.07$ MODULAR RESILIENT SF 3.17$ MODULAR RESILIENT SF 3.82$ MODULAR RESILIENT SF 4.27$ MODULAR RESILIENT SF 2.94$ MODULAR RESILIENT SF 4.32$ MODULAR RESILIENT SF 4.66$ MODULAR RESILIENT SF 2.80$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 2.62$ SHEET RESILIENT SY 37.60$ MODULAR RESILIENT SF 2.11$ MODULAR RESILIENT SF 3.97$ MODULAR RESILIENT SF 4.37$ MODULAR RESILIENT SF 3.89$ SHEET RESILIENT SY 60.84$ SHEET RESILIENT SY 39.36$ MODULAR RESILIENT SF 4.40$ MODULAR RESILIENT SF 4.40$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.33$ MODULAR RESILIENT SF 4.07$ ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ ADHESIVE - BROADLOOM 4 GAL PAIL 66.77$ ADHESIVE - BROADLOOM 4 GAL PAIL 46.97$ ADHESIVE - BROADLOOM 4 GAL PAIL 68.63$ ADHESIVE - RESILIENT ROLL (120 LF)130.19$ ADHESIVE - BROADLOOM 1 QT BOTTLE 15.26$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - BROADLOOM EA 230.14$ ADHESIVE - BROADLOOM/TILE EA 230.14$ ADHESIVE - BROADLOOM 4 GAL PAIL 108.37$ ADHESIVE - BROADLOOM 1 GAL PAIL 31.24$ ADHESIVE - BROADLOOM 4 GAL PAIL 120.77$ ADHESIVE - BROADLOOM 4 GAL PAIL 105.71$ ADHESIVE - BROADLOOM 2 GAL PAIL 121.37$ ADHESIVE - BROADLOOM 8 OZ BOTTLE 9.09$ ADHESIVE - BROADLOOM 2.5 GAL PAIL 272.67$ ADHESIVE - BROADLOOM 4 GAL PAIL 80.12$ ADHESIVE - BROADLOOM ROLL 459.93$ ADHESIVE - BROADLOOM BOX (3/BOX)94.44$ ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ ADHESIVE - BROADLOOM ROLL (450 SF)413.09$ RESILIENT ROLL (100 SF)90.68$ ADHESIVE ROLL (280 SF)329.56$ ADHESIVE EA 230.24$ ADHESIVE EA 229.10$ ADHESIVE - BROADLOOM SLEEVE (250 SY)460.48$ ADHESIVE - BROADLOOM SLEEVE (250 SY)92.10$ ADHESIVE KIT 949.91$ ADHESIVE KIT 949.91$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE - RESILIENT BOX (3/BOX)76.96$ RESILIENT BOX (12/BOX)155.46$ ADHESIVE - RESILIENT BOX (3/BOX)102.03$ ADHESIVE - BROADLOOM 1 GAL PAIL 52.57$ ADHESIVE - BROADLOOM 4 GAL PAIL 139.82$ ADHESIVE 1 GAL PAIL 55.49$ ADHESIVE 1 GAL PAIL 55.49$ ADHESIVE - RESILIENT CAN 42.41$ ADHESIVE - RESILIENT CAN 42.41$ RESILIENT BOX (3/BOX)71.13$ RESILIENT BOX (3/BOX)82.78$ RESILIENT BOX (3/BOX)90.36$ RESILIENT ROLL (25 FT)12.56$ ADHESIVE - BROADLOOM EA 129.72$ ADHESIVE - BROADLOOM EA 116.73$ TILE ROLL 1,045.29$ TILE ROLL 2,993.12$ TILE ROLL 82.89$ TILE ROLL $ 102.84 TILE ROLL $ 99.77 ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. Custom Options Effective: 8/7/2019 - 8/31/2020 Standard Variation Canadian Price (CAD) ClassicBac SoftBac $1.59 ClassicBac Unitary $2.34 ClassicBac Ultraloc $3.75 ClassicBac EcoWorxBL $6.22 ClassicBac Ultraloc MPC $9.63 ClassicBac ClassicBac PC $8.64 ClassicBac EcoWorx PBL $7.11 Ultraloc Ultraloc MPC $8.31 Ultraloc EcoWorx PBL $4.72 Ultraloc EcoWorx BL $3.14 Ultraloc MP Ultraloc MPC $4.52 Ultraloc MP TekLoc $0.66 EcoWorx BL EcoWorxPBL $1.66 EcoWorx BL Ultraloc MPC $5.98 EcoWorx PBL EcoWorx BL -$0.66 EcoWorx EcoWorx ES $3.46 Custom Color, Weight, Pattern, or Size Price per SQ. Yard (USD)Type $1.20 Backing Option $1.76 Backing Option $2.82 Backing Option $4.68 Backing Option $7.25 Attached High Perform. Cushion $6.50 Backing Option $5.35 Recycled High Perform. Backing $6.25 Attached High Perform. Cushion $3.55 Recycled High Perform. Backing $2.36 Backing Option $3.40 Attached High Perform. Cushion -$0.50 Backing Option $1.25 Backing Option $4.50 Backing Option -$0.50 Backing Option $2.60 Peel and Stick self adhesive *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. up to + $ 4.00 sq. yd Custom Options **Not all styles can be made custom in all colors, weights, patterns, or sizes. Please contact your local Shaw representative for assistance. Minimums and overage requirements apply. Please contact your local Shaw representative for details. Region 1 (West): Region 2 (Central): Region 3 (Southeast): Region 4 (Northeast): Region 5 (New York): Estimated Labor Rates by Region: Pricing effective for 12 months from award date. Standard Rates Union Rates Carpet Demolition (standard)SY 3.85$ 5.72$ Carpet Disposal SY 1.21$ 2.55$ Broadloom Carpet Installation (no pattern)SY 9.63$ 12.65$ Carpet Tile Installation SY 8.47$ 11.26$ Carpet Border Work LF 2.75$ 4.40$ 4" Vinyl Base Installation (excludes materials)LF 1.49$ 2.88$ VCT Installation (no pattern; excludes materials)SF 1.49$ 2.88$ Transition Installation (excludes materials)LF 2.09$ 3.61$ Minor Floor Preparation (excludes materials)HR 71.50$ 86.90$ Furniture Removal and Replacement HR 71.50$ 86.90$ Furniture Lift and Carpet Removal SY 25.30$ 31.46$ LVT/VCT Demolition (standard)SF 0.74$ 1.98$ LVT/VCT Disposal SF 0.56$ 1.77$ **Rubber Stair Tread, 1 Piece Unit PC 58.09$ 70.81$ 18"X18" Rubber Landing Tile Install SF 5.61$ 7.83$ Sheet Vinyl Demolition (standard)SY 6.84$ 9.30$ Sheet Vinyl Disposal SY 1.55$ 2.95$ Skimcoat - Labor & Material (LVT requires two skimcoats)SF 1.05$ 2.36$ LVT Installation (no pattern; excludes materials)SF 3.20$ 4.94$ Sheet Vinyl Installation (no weld; cove; pattern; excludes materials)SY 29.27$ 36.22$ Moisture Testing (quantity varies based on job size)EA 200.00$ 200.00$ General Labor Services HR 25.00$ 35.00$ Project Management Fee (up to 20% of material cost) < 20%< = 20% Supplemental Benefits HR 25.00$ 25.00$ **Standard job size is a minimum of 200 SY for carpet tile & broadloom and 500 SF for resilient products. Additional charges may apply for smaller projects. **Supplemental Benefits to be utilized if prevailing wage rates exceed the labor rates listed above. **All labor pricing listed for regular time rates are "Not to Exceed." Overtime rates will apply for night/Saturday work at 1.5x regular time rates & Sunday/holiday at 2.0x regular time rates ** Assumes stairs/ floors are concrete and ready to receive. ** Stair tread pricing based on average - size of tread to be determined before pricing can be finalized. **Excludes all adhesives, demo and disposal of existing finishes, extensive floor prep, union rates, and any stair nosing. **Labor/installation services are not available in Canada SERVICE DESCRIPTION UOM Region 1 (West) AK, CA, HI, ID, MT, NV, OR, WA AR, AZ, CO, IA, KS, MN, MO, ND, NE, NM, OK, SD, TX, UT, WY AL, FL, GA, KY, LA, MS, NC, SC, TN CT, DC, DE, IL, IN, MA, MD, ME, MI, NH, NJ, OH, PA, RI, VA, VT, WI, WV NY Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates 3.30$ 5.06$ 3.03$ 4.73$ 3.58$ 5.39$ 4.40$ 6.38$ 1.21$ 2.55$ 1.21$ 2.55$ 1.21$ 2.55$ 1.21$ 2.55$ 7.43$ 10.01$ 7.13$ 9.49$ 9.63$ 12.65$ 10.45$ 13.64$ 7.15$ 9.68$ 6.85$ 9.16$ 8.47$ 11.26$ 9.08$ 11.99$ 3.03$ 4.73$ 1.98$ 3.48$ 2.75$ 4.40$ 2.75$ 4.40$ 1.38$ 2.75$ 1.21$ 2.55$ 1.54$ 2.95$ 1.82$ 3.28$ 1.38$ 2.75$ 0.99$ 2.29$ 1.54$ 2.95$ 1.54$ 2.95$ 1.65$ 3.08$ 1.05$ 2.35$ 2.09$ 3.61$ 2.09$ 3.61$ 60.50$ 73.70$ 55.00$ 67.10$ 71.50$ 86.90$ 77.00$ 93.50$ 60.50$ 73.70$ 55.00$ 67.10$ 71.50$ 86.90$ 77.00$ 93.50$ 20.90$ 26.18$ 22.00$ 27.50$ 23.10$ 28.82$ 28.60$ 35.42$ 0.62$ 1.84$ 0.68$ 1.91$ 0.68$ 1.91$ 0.86$ 2.13$ 0.56$ 1.77$ 0.55$ 1.77$ 0.56$ 1.77$ 0.56$ 1.77$ 58.09$ 70.81$ 58.09$ 70.81$ 64.77$ 78.82$ 72.50$ 88.10$ 5.61$ 7.83$ 5.20$ 7.34$ 6.26$ 8.61$ 7.88$ 10.55$ 5.86$ 8.13$ 5.54$ 7.75$ 6.34$ 8.71$ 7.77$ 10.42$ 1.55$ 2.95$ 1.54$ 2.95$ 1.55$ 2.95$ 1.55$ 2.95$ 1.11$ 2.13$ 1.25$ 2.36$ 1.25$ 2.36$ 1.75$ 2.75$ 2.71$ 4.35$ 2.59$ 4.20$ 2.90$ 4.58$ 3.64$ 5.46$ 25.01$ 31.12$ 21.87$ 27.34$ 27.04$ 33.55$ 33.26$ 41.02$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 25.00$ 35.00$ 25.00$ 35.00$ 25.00$ 35.00$ 25.00$ 35.00$ < 20%< = 20%< 20%< = 20%< 20%< = 20%< 20%< = 20% $25.00 $25.00 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ $25.00 **Standard job size is a minimum of 200 SY for carpet tile & broadloom and 500 SF for resilient products. Additional charges may apply for smaller projects. Region 5 (NY) **All labor pricing listed for regular time rates are "Not to Exceed." Overtime rates will apply for night/Saturday work at 1.5x regular time rates & Sunday/holiday at 2.0x regular time rates **Excludes all adhesives, demo and disposal of existing finishes, extensive floor prep, union rates, and any stair nosing. Region 3 (SE) Region 4 (Northeast)Region 2 (Central) Maintainance Services provided by:Region 1 (West): Region 2 (Central): Region 3 (Southeast): Region 4 (Northeast): Region 5 (New York): Estimated Maintainance Rates by Region: Pricing effective for 12 months from award date. Standard Rates Union Rates CARPET CLEANING Carpet Cleaning -Restorative <3,000 SF EA 750.00$ 900.00$ Carpet Cleaning -Restorative >3,001 SF SF 0.25$ 0.43$ Office Carpet Maintenance Cleaning <2,500 SF EA 400.00$ 500.00$ Office Carpet Maintenance Cleaning 2,501 - 5,000 SF SF 0.15$ 0.26$ Office Carpet Maintenance Cleaning 5,001 - 10,000 SF SF 0.13$ 0.22$ Office Carpet Maintenance Cleaning 10,001-100,000 SF SF 0.11$ 0.19$ Office Carpet Maintenance Cleaning >100,000 SF SF SF 0.09$ 0.15$ Public Space Carpet Maintenance Cleaning <2,500 SF EA 400.00$ 500.00$ Public Space Maintenance Cleaning 2,501 - 5,000 SF SF 0.16$ 0.27$ Public Space Carpet Maintenance Cleaning 5,001 - 10,000 SF SF 0.14$ 0.24$ Public Space Carpet Maintenance Cleaning 10,001-100,000 SF SF 0.12$ 0.20$ Public Space Carpet Maintenance Cleaning >100,000 SF SF SF 0.10$ 0.17$ RESILIENT (VCT/LVT/RUBBER)* Services subject to minimum trip charge of:EA 500.00$ 700.00$ Top Scrub plus 2 coats finish <500 SF SF 1.00$ 1.70$ Top Scrub plus 2 coats finish 501-1,000 SF SF 0.65$ 1.11$ Top Scrub plus 2 coats finish 1,001 - 5,000 SF SF 0.40$ 0.68$ Top Scrub plus 2 coats finish >5,000 SF SF 0.35$ 0.60$ Strip and Recoat w/ 3 coats finish <500 SF SF 1.25$ 2.13$ Strip and Recoat w/ 3 coats finish 501 - 1,000 SF SF 1.10$ 1.87$ Strip and Recoat w/ 3 coats finish 1,000 - 5,000 SF SF 1.00$ 1.70$ Strip and Recoat w/ 3 coats finish .5,000 SF SF 0.95$ 1.62$ Additional coats of finish per coat SF 0.12$ 0.20$ Burnishing SF 0.08$ 0.14$ TILE & GROUT SERVICES Services subject to minimum trip charge of:EA 500.00$ 700.00$ Tile & Grout Deep Cleaning - Glazed <500 SF SF 1.65$ 2.81$ Tile & Grout Deep Cleaning - Glazed 501 - 1,000 SF SF 1.35$ 2.30$ Tile & Grout Deep Cleaning - Glazed 1,001 - 5,000 SF SF 1.10$ 1.87$ Tile & Grout Deep Cleaning - Glazed >5,000 SF SF 1.00$ 1.70$ Tile & Grout Deep Cleaning - Unglazed <500SF SF 1.75$ 2.98$ Tile & Grout Deep Cleaning - Unglazed 501 - 1,000 SF SF 1.40$ 2.38$ Tile & Grout Deep Cleaning - Unglazed 1,001 - 5,000 SF SF 1.10$ 1.87$ Tile & Grout Deep Cleaning - Unglazed >5,000 SF SF 1.00$ 1.70$ Transparent Grout Sealing SF 0.25$ 0.43$ Grout Staining and Densifying (Requires initial deep clean)SF 3.25$ 4.75$ MAINTAINANCE SERVICE DESCRIPTION UOM Region 1 (West) Grout Repair per man hour HR 75.00$ 145.00$ HIGH PERFORMANCE COATINGS INSTALLATION Services subject to minimum trip charge of:EA 625.00$ 750.00$ Clear-New Construction SF 2.50$ 4.25$ Clear-Existing/Renovation SF 4.00$ 6.80$ SOLID Color Coating SF 5.00$ 8.50$ Anti-Stain Additive-Add SF 1.00$ 1.50$ Primer-Add SF 1.00$ 1.50$ Non-Slip Additive-Add SF 1.00$ 1.50$ Wear Plus Additive-ADD SF 1.00$ 1.50$ WOOD FLOORS All wood floor service subject to minimum trip charge of:EA 500.00$ 675.00$ Wood Floor Deep Clean <3,000 SF SF 0.30$ 0.50$ Wood Floor Deep Clean 3,001 SF-10,000 SF SF 0.25$ 0.43$ Wood Floor Deep Clean >10,000 SF SF 0.24$ 0.41$ Wood Floor Scub and Recoat <3,000 SF SF 1.50$ 2.40$ Wood Floor Scub and Recoat 3,001 SF-10,000 SF SF 1.35$ 2.16$ Wood Floor Scub and Recoat >10,000 SF SF 1.35$ 2.16$ TILE: STONE-HARD/IGNEOUS GRANITE, EPOXY TERRAZZO/ENGINEERED STONE Polishing/Grinding Services subject to minimum trip charge of:EA 2,500.00$ 3,000.00$ Hard Stone surface clean SF 0.90$ 2.52$ Hard Stone/Terrazzo-Heavy grinding to remove stock per grit SF 2.50$ 7.00$ Hard Stone/Terrazzo-Honing per grit SF 1.65$ 4.62$ Hard Stone/Terrazzo-Mechanical polishing per grit SF 0.83$ 2.32$ Hard Stone/Terrazzo-Edge work per grit LF 9.00$ 25.20$ Hard Stone/Terrazzo-Chemical polish per step SF 0.95$ 2.66$ Hard Stone/Terrazzo-Sealer/Impregnator SF 0.30$ 0.84$ Hard Stone---Color Enhancer SF 0.45$ 1.26$ Soft Stone-Slurry Disposal (this service is per man hour)HR 75.00$ 135.00$ Additional mobilization after first mobilization EA 1,500.00$ 1,800.00$ TILE: STONE-SOFT-METAMORPIC AND SEDIMENTARY MARBLE, LIMESTONE, TRAVERTINE, CEMENTITIOUS TERRAZZO Polishing/Grinding Services subject to minimum trip charge of:EA 2,500.00$ 2,900.00$ Soft Stone Surface Clean SF 0.90$ 2.52$ Soft Stone-Heavy grinding to remove stock or lippage per grit SF 0.85$ 2.38$ Soft Stone-Honing per grit SF 0.65$ 1.82$ Soft Stone-Mechanical polishing per grit SF 0.40$ 1.12$ Soft Stone-Edge work per grit LF 6.00$ 16.80$ Soft Stone-Chemical polish per step SF 0.65$ 1.82$ Soft Stone-Sealer/Impregnator SF 0.30$ 0.84$ Stone---Color Enhancer SF 0.45$ 1.26$ Soft Stone-Slurry Disposal HR 75.00$ 135.00$ Additional mobilization after first mobilization EA 1,500.00$ 1,750.00$ MISCELLANEOUS AND GENERAL PRICING Project Management per hour HR 150.00$ 225.00$ If travel is required: Lodging invoiced at cost Per diem for meals per technician EA 55.00$ 55.00$ In-House Janitorial Training - 4 hours EA 450.00$ 650.00$ Vehicle Travel per mile after 50 miles EA 0.65$ 0.65$ Hourly charge per person HR 85.00$ 115.00$ **Overtime subject to 50% increase **All maintainance pricing is "Not to Exceed" **Alaska, Hawaii, and Canada are excluded from maintainance services **Union rates are applicable for both union labor and prevailing wage labor AK, CA, HI, ID, MT, NV, OR, WA AR, AZ, CO, IA, KS, MN, MO, ND, NE, NM, OK, SD, TX, UT, WY AL, FL, GA, KY, LA, MS, NC, SC, TN CT, DC, DE, IL, IN, MA, MD, ME, MI, NH, NJ, OH, PA, RI, VA, VT, WI, WV NY Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates 750.00$ 900.00$ 750.00$ 900.00$ 750.00$ 900.00$ 750.00$ 900.00$ 0.25$ 0.38$ 0.25$ 0.38$ 0.25$ 0.40$ 0.25$ 0.43$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 0.15$ 0.23$ 0.15$ 0.23$ 0.15$ 0.24$ 0.15$ 0.26$ 0.13$ 0.20$ 0.13$ 0.20$ 0.13$ 0.21$ 0.13$ 0.22$ 0.11$ 0.17$ 0.11$ 0.17$ 0.11$ 0.18$ 0.11$ 0.19$ 0.09$ 0.14$ 0.09$ 0.14$ 0.09$ 0.14$ 0.09$ 0.15$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 0.16$ 0.24$ 0.16$ 0.24$ 0.16$ 0.26$ 0.16$ 0.27$ 0.14$ 0.21$ 0.14$ 0.21$ 0.14$ 0.22$ 0.14$ 0.24$ 0.12$ 0.18$ 0.12$ 0.18$ 0.12$ 0.19$ 0.12$ 0.20$ 0.10$ 0.15$ 0.10$ 0.15$ 0.10$ 0.16$ 0.10$ 0.17$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 0.65$ 0.98$ 0.65$ 0.98$ 0.65$ 1.04$ 0.65$ 1.11$ 0.40$ 0.60$ 0.40$ 0.60$ 0.40$ 0.64$ 0.40$ 0.68$ 0.35$ 0.53$ 0.35$ 0.53$ 0.35$ 0.56$ 0.35$ 0.60$ 1.25$ 1.88$ 1.25$ 1.88$ 1.25$ 2.00$ 1.25$ 2.13$ 1.10$ 1.65$ 1.10$ 1.65$ 1.10$ 1.76$ 1.10$ 1.87$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 0.95$ 1.43$ 0.95$ 1.43$ 0.95$ 1.52$ 0.95$ 1.62$ 0.12$ 0.18$ 0.12$ 0.18$ 0.12$ 0.19$ 0.12$ 0.20$ 0.08$ 0.12$ 0.08$ 0.12$ 0.08$ 0.13$ 0.08$ 0.14$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 1.65$ 2.48$ 1.65$ 2.48$ 1.65$ 2.64$ 1.65$ 2.81$ 1.35$ 2.03$ 1.35$ 2.03$ 1.35$ 2.16$ 1.35$ 2.30$ 1.10$ 1.65$ 1.10$ 1.65$ 1.10$ 1.76$ 1.10$ 1.87$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 1.75$ 2.63$ 1.75$ 2.63$ 1.75$ 2.80$ 1.75$ 2.98$ 1.40$ 2.10$ 1.40$ 2.10$ 1.40$ 2.24$ 1.40$ 2.38$ 1.10$ 1.65$ 1.10$ 1.65$ 1.10$ 1.76$ 1.10$ 1.87$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 0.25$ 0.38$ 0.25$ 0.38$ 0.25$ 0.40$ 0.25$ 0.43$ 3.25$ 4.75$ 3.25$ 4.75$ 3.25$ 4.75$ 3.25$ 4.75$ Region 5 (NY) Region 2 (Central)Region 3 (SE) Region 4 (Northeast) 75.00$ 112.50$ 75.00$ 112.50$ 75.00$ 120.00$ 75.00$ 145.00$ 625.00$ 750.00$ 625.00$ 750.00$ 625.00$ 750.00$ 625.00$ 750.00$ 2.50$ 3.75$ 2.50$ 3.75$ 2.50$ 4.00$ 2.50$ 4.25$ 4.00$ 6.00$ 4.00$ 6.00$ 4.00$ 6.40$ 4.00$ 6.80$ 5.00$ 7.50$ 5.00$ 7.50$ 5.00$ 8.00$ 5.00$ 8.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ $ 450.00 500.00$ 675.00$ 0.20$ 0.30$ 0.20$ 0.30$ 0.30$ 0.48$ 0.30$ 0.50$ 0.17$ 0.26$ 0.17$ 0.26$ 0.25$ 0.40$ 0.25$ 0.43$ 0.16$ 0.25$ 0.16$ 0.25$ 0.24$ 0.38$ 0.24$ 0.41$ 1.22$ 1.83$ 1.22$ 1.83$ 1.35$ 2.16$ 1.50$ 2.40$ 1.20$ 1.80$ 1.20$ 1.80$ 1.25$ 2.00$ 1.35$ 2.16$ 1.20$ 1.80$ 1.20$ 1.80$ 1.25$ 2.00$ 1.35$ 2.16$ 2,500.00$ 3,000.00$ 2,500.00$ 3,000.00$ 2,500.00$ 3,000.00$ 2,500.00$ 3,000.00$ 0.90$ 2.34$ 0.90$ 2.34$ 0.90$ 2.43$ 0.90$ 2.52$ 2.50$ 6.50$ 2.50$ 6.50$ 2.50$ 6.75$ 2.50$ 7.00$ 1.65$ 4.29$ 1.65$ 4.29$ 1.65$ 4.46$ 1.65$ 4.62$ 0.83$ 2.16$ 0.83$ 2.16$ 0.83$ 2.24$ 0.83$ 2.32$ 9.00$ 23.40$ 9.00$ 23.40$ 9.00$ 24.30$ 9.00$ 25.20$ 0.95$ 2.47$ 0.95$ 2.47$ 0.95$ 2.57$ 0.95$ 2.66$ 0.30$ 0.78$ 0.30$ 0.78$ 0.30$ 0.81$ 0.30$ 0.84$ 0.45$ 1.17$ 0.45$ 1.17$ 0.45$ 1.22$ 0.45$ 1.26$ 75.00$ 120.00$ 75.00$ 120.00$ 75.00$ 127.50$ 75.00$ 135.00$ 1,500.00$ 1,800.00$ 1,500.00$ 1,800.00$ 1,500.00$ 1,800.00$ 1,500.00$ 1,800.00$ 2,500.00$ 2,900.00$ 2,500.00$ 2,900.00$ 2,500.00$ 2,900.00$ 2,500.00$ 2,900.00$ 0.90$ 2.34$ 0.90$ 2.34$ 0.90$ 2.43$ 0.90$ 2.52$ 0.85$ 2.21$ 0.85$ 2.21$ 0.85$ 2.30$ 0.85$ 2.38$ 0.65$ 1.69$ 0.65$ 1.69$ 0.65$ 1.76$ 0.65$ 1.82$ 0.40$ 1.04$ 0.40$ 1.04$ 0.40$ 1.08$ 0.40$ 1.12$ 6.00$ 15.60$ 6.00$ 15.60$ 6.00$ 16.20$ 6.00$ 16.80$ 0.65$ 1.69$ 0.65$ 1.69$ 0.65$ 1.76$ 0.65$ 1.82$ 0.30$ 0.78$ 0.30$ 0.78$ 0.30$ 0.81$ 0.30$ 0.84$ 0.45$ 1.17$ 0.45$ 1.17$ 0.45$ 1.22$ 0.45$ 1.26$ 75.00$ 195.00$ 75.00$ 195.00$ 75.00$ 202.50$ 75.00$ 135.00$ 1,500.00$ 1,750.00$ 1,500.00$ 1,750.00$ 1,500.00$ 1,750.00$ 1,500.00$ 1,750.00$ 100.00$ 150.00$ 100.00$ 150.00$ 125.00$ 187.50$ 150.00$ 225.00$ 45.00$ 45.00$ 45.00$ 45.00$ 50.00$ 50.00$ 55.00$ 55.00$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ 600.00$ 450.00$ 650.00$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 85.00$ 125.00$ 85.00$ 125.00$ 85.00$ 115.00$ 85.00$ 115.00$ Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 1 RFP #080819 REQUEST FOR PROPOSALS for Flooring Materials, with Related Supplies and Services Proposal Due Date: August 8, 2019, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government agency and service cooperative, is requesting proposals for Flooring Materials, with Related Supplies and Services to result in a national contracting solution for use by its members. Sourcewell members include thousands of governmental, higher education, K-12 education, not-for-profit, 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 August 8, 2019, at 4:30 p.m. Central Time, and late proposals will not be considered. Solicitation Schedule Public Notice of RFP Published: June 13, 2019 Pre-proposal Conference: July 19, 2019, 10:00 a.m., Central Time Question Submission Deadline: August 01, 2019, 4:30 p.m., Central Time Proposal Due Date: August 8, 2019, 4:30 p.m., Central Time Late responses will not be considered. Opening: August 8, 2019, 6:30 p.m., Central Time ** ** SEE RFP SUB-SECTION V. G. “OPENING” Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 2 I. ABOUT SOURCEWELL AND MEMBERS A. SOURCEWELL Sourcewell is a State of Minnesota local government agency 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+ members across the United States and Canada. Sourcewell’s solicitation process complies with Minnesota law and policies, and results in cooperative contracting solutions from which Sourcewell’s members procure equipment, products, and services. Cooperative contracting provides members and vendors 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 vendors 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. MEMBERS AND USE OF RESULTING CONTRACTS Membership in Sourcewell is open to government and non-profit entities across the United States and Canada; such as municipal, state/province, K-12 and higher education, tribal government, and other public entities. Access to contracted equipment, products, or services by Members is typically through a purchase order issued directly to the applicable vendor. A Member may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Members retain the right to obtain similar equipment, products, or services from other sources. To meet Members’ needs, public notice of this RFP has been broadly published, including notification to each state-level procurement departments for possible re-posting. As required by certain states, an Appendix of Members is included in this RFP and can be found in the Sourcewell Procurement Portal. Affidavits of Publication will be available at the conclusion of the solicitation process. For Canadian entities: This RFP is intended to include municipalities and publicly-funded academic institutions, school boards, health authorities, and social services (MASH sectors); including members of the Rural Municipalities of Alberta (RMA), and their represented Associations: Saskatchewan Association of Rural Municipalities (SARM), Saskatchewan Urban Municipalities Association (SUMA), and Association of Manitoba Municipalities (AMM). Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 3 II. EQUIPMENT, PRODUCTS, AND SERVICES 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. B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that Proposers 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. Sourcewell seeks solutions that include, but are not to be limited to: a. All indoor/outdoor, resilient, ceramic tile, porcelain tile, wood, hardwood, linoleum, rubber, vinyl, broadloom, carpet tile, epoxy, and any other flooring hybrid, floor mats, and rugs; b. Supplies related to the removal, installation, maintenance, and cleaning of flooring materials; and, c. Services related to the removal, installation, maintenance, and cleaning of flooring materials. The proposer’s primary offering must be the flooring materials described in subpart 1.a above. 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. Indoor/outdoor athletic, recreational or sport surfaces; and b. Offerings of “supply only”, “services only”, or “supply and services only” solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in the following contracts currently maintained by Sourcewell: a. Athletic Surfacing RFP#0605718 Proposers may include related equipment, accessories, and services to the extent that these solutions are complementary to the equipment, products, or service(s) being proposed. Generally, the solutions for Sourcewell Members are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 4 operating status. However, equipment or products only solutions may be appropriate for situations where Sourcewell Members possess the ability, either in-house or through local third-party contractors, to properly install and bring to operation those equipment/products being proposed. Sourcewell prefers vendors that provide a sole source of responsibility for the products and services provided under a resulting contract. If Proposer requires the use of dealers, resellers, or subcontractors to provide the products or services, the Proposal should address how the products or services will be provided to Members and describe the network of dealers, resellers, and/or subcontractors that will be available to serve Sourcewell Members under a resulting contract. Sourcewell desires the broadest possible selection of products/equipment and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and potential Members. 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 Members. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, Proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the Proposal, equipment and products must be delivered to the Member as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four (4) years. An extension may be offered based on the best interests of Sourcewell and its members. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 5 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 $50 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 Members. The Proposer’s Marketing Plan should demonstrate Proposer’s ability to deploy a sales force or dealer network to Members, 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 Members. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. Proposers should include all relevant information in its proposal. Sourcewell cannot consider information that is not provided 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. 3. 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 Members. Awards may be based on a subcategory. 4. A Proposer’s documented negative past performance with Sourcewell or its Members occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. 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 Vendor’s published “List Price,” as well as the “Contract Price.” Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 6 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 ceiling price (Ceiling price means that the proposed pricing will be considered as the highest price for which equipment, products, or services may be billed to a Member). However, it is permissible for vendors to sell at a price that is lower than the contracted price; 3. Stated in U.S., and Canadian dollars for Proposers intending to sell in Canada (as applicable); and 4. Clearly understood, 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 Member’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 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 Members 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. 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 Minnesota law may result in a proposal being disqualified from further review and evaluation. To request a modification to the Contract terms, conditions, or specifications, a Proposer must complete and submit an Exceptions to Terms, Conditions, or Specifications Form, with all requested modifications, through the Sourcewell Procurement Portal at the time of submitting the Proposer’s response. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 7 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 on page one of 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 requested a copy of this RFP through the Sourcewell Procurement Portal. Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION 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. 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 time for solicitation closing. 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: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 8 iii) Ensure the re-submitted proposal is RECEIVED through the Sourcewell Procurement Portal no later than the closing time and date shown in the Solicitation Schedule. 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. Only complete proposals that are timely submitted through the Sourcewell Procurement Portal will be considered. Late proposals will not be considered. It is the Proposer’s sole responsibility to ensure that the proposal is received on time. All proposals must be received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time noted in the Solicitation Schedule above. It is recommended that Proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The closing time and date is 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 twenty-four (24) hours to respond to certain issues. Upon successful submission of a proposal, the 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. 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. All proposals must be acknowledged digitally 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. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 9 Complete. A proposal will be rejected if it is conditional or incomplete. Submitted in English. Valid and irrevocable for ninety (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 Proposer(s) offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Members. The award(s) will be limited to the number of offerors that Sourcewell determines is necessary to meet the needs of Sourcewell members. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: The number of and geographic location of: o Proposers necessary to offer a comprehensive selection of equipment, products, or services for Members’ use. o A Proposer’s sales and service network to assure availability of product supply and coverage to meet Members’ anticipated needs. Total evaluation scores. The attributes of Proposers, and their equipment, products, or services, to assist Members achieve environmental and social requirements, preferences, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell’s knowledge about a specific vendor or product. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 10 B. AWARD(S) Award(s) will be made to the 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 (available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a Proposer must be in writing, addressed to Sourcewell’s Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. The protest must be received no later than ten (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 include the following items: The name, address, and telephone number of the protester; The original signature of the protester or its representative; Identification of the solicitation by RFP number; A precise statement of the relevant facts; Identification of the issues to be resolved; Identification of the legal or factual basis; Any additional supporting documentation; and Protest bond in the amount of $20,000. Protests that do not address these elements will not be reviewed. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 11 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; Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; 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 Members; and Award a contract to one or more Proposers if it is in the best interest of Members. 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 determines that negotiations are complete upon execution of the resulting contract. If the Proposer submits information in response to this RFP that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minnesota Statutes Section 13.37, the Proposer must: Clearly mark all trade secret materials in its proposal at the time the proposal is submitted; Include a statement with its proposal justifying the trade secret designation for each item; and Defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless Sourcewell, its agents and employees, from any judgments or damages awarded against Sourcewell in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives Sourcewell’s award of a contract. In submitting a proposal to this RFP, the Proposer agrees that this indemnification survives as long as the trade secret materials are in possession of Sourcewell. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 12 Sourcewell will not consider the prices submitted by the Proposer to be proprietary or trade secret materials. Financial information provided by a Proposer is not considered trade secret under the statutory definition. 7/2/2019 Addendum No. 1 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: The RFP on Page 3 item 2 & 3, mentions that this solicitation should not include Indoor/outdoor athletic recreational or sport surfaces. Our company provides flooring for multiple applications within the Education segment, Classrooms, corridors, labs, cafeterias, common spaces etc., but also gymnasiums, weight rooms, indoor & outdoor tracks etc. Would we still able to submit all of our products for consideration on this specific RFP? Answer 1: Each proposer, in its discretion, will propose the equipment, products, and services that it deems to fall within Sourcewell’s requested equipment, products, and services as described in RFP Section III. B (Requested Equipment, Products and Services). However, only those products within the scope of the RFP will be included in any contract awarded by Sourcewell as a result of this solicitation. 7/9/2019 Addendum No. 2 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: To show the supplier has a license to do business in each state, will an Assistant Secretary’s Certificate signed by legal counsel suffice? Answer 1: It is left to the discretion of each proposer to determine the documentation necessary to best demonstrate their ability to serve Sourcewell members. Question 2: No. 28: Does Customer Service refer to account administration, flooring installation, claims (problems with installation), or to all of these? Answer 2: It is left to the discretion of each proposer to determine and articulate their approach to customer service as it relates to the requested equipment, products, and services. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/9/2019, is required at the time of proposal submittal. 7/15/2019 Addendum No. 3 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Will Sourcewell accept the submission of hyperlinks within the answers included in the response? Answer 1: Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule (RFP Section V. D.), and all relevant information should be included in the proposal (RFP Section II., G.) It is left to the discretion of each proposer to determine the method it deems best suited to submit its relevant information in a timely fashion through the Sourcewell Procurement Portal. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/15/2019, is required at the time of proposal submittal. 7/16/2019 Addendum No. [#4] Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Section II, B 1a outlines that Sourcewell is looking for tile, hardwood, linoleum etc. We specialize in floor mats only. Is it okay to submit a bid with floor mats only, or do we have to bid on all items in the list? Answer 1: Sourcewell relies on each prospective vendor to determine whether or not the requested equipment, products, or services as described in the RFP aligns with your business offerings. The Pre-Proposal Conference scheduled for July 19, 2019, may also be helpful to you in determining whether or not this opportunity is a fit for your organization. Question 2: When submitting Documents, the Marketing plan / Samples means we would have to include our product brochures? Answer 2: It is left to the discretion of each proposer to determine the documentation necessary to best demonstrate their ability to serve Sourcewell members. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/16/2019, is required at the time of proposal submittal. 7/16/2019 Addendum No. 5 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Would we be allowed to add additional products even after the contract has been awarded? Answer 1: Refer to Section 4, within the template Contract, for guidance related to the statement of product changes during the term of an awarded contract. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/16/2019, is required at the time of proposal submittal. 7/22/2019 Addendum No. 6 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What is required if a proposer elects to propose a product that deviates from industry standard? Answer 1: Refer to RFP Section II. C. 2., for directions applicable to a proposer that proposes a product (or products) deviating from industry standard. Question 2: At what point would Sourcewell need to verify information or request clarification concerning equipment, products, or to produce samples? Would this take place before the due date? Answer 2: Any request for clarification, or request to provide samples, will occur after the RFP due date and before notification of award/non-award decisions. Question 3: Where products or services don’t have a Manufacturer’s Suggested Retail Price (MSRP). Are you asking that we provide the cost as well as the mark-up price we determine? Or, are you asking that we indicate what the retail price or list price we determine for all customers along with the contract price we would give you based on the volume of work? Answer 3: Refer to RFP Section III. A. - Requirements, for directions applicable to the pricing alternatives. It is left to the discretion of each proposer to determine and propose the pricing approach that aligns with their business methods. Proposals are evaluated based on the criteria stated in the RFP. Question 4: Estimating the total cost and acquisition of proposed equipment, products, and services delivered and operational to its intended member's location? Are you asking us to provide a general price point/example of what we would charge for the shipping, handling, and securing of products, equipment, and services to a location? Answer 4: It is left to the discretion of each proposer to determine and propose the pricing approach, including identification of costs that are not included in proposed product or service pricing, aligned with their business methods. Proposals are evaluated based on the criteria stated in the RFP. Question 5: Is this contract inclusive of supplying to Canada, or is it optional? Answer 5: Each proposer is expected to complete the tables in Step 1, entitled “Ability to Sell and Service Nationwide” and “Value-Added Attributes”, describing their ability to serve Sourcewell members in the United States and Canada. Question 6: Please provide us with an estimate of what a 1% or 2% Administrative Fee looks like; and must this fee accompany the contract upon acceptance of the award? Answer 6: Refer to RFP Section III. B. – Administrative Fees, for directions on proposing an administrative fee. It is left to the discretion of each proposer to determine and propose an administrative fee that is consistent with its business and its industry. No administrative fee is due at the time of contract award. Question 7: Can we request a modification to the Contract terms, conditions, or specifications to determine whether or not it is relevant to our proposal? Answer 7: A request for modification to the Sourcewell contract template may only be submitted with a proposal. To request a modification to the template Contract terms, conditions, or specifications, a Proposer may complete and submit the Exceptions to Terms, Conditions, or Specifications Form, which is found as the final Table of Step 1 in the proposal submission process. The contract template will be completed and sent to each awarded vendor, with inclusion of any exceptions stated in the proposer’s Exceptions to Terms, Conditions, or Specifications Form that are acceptable to Sourcewell, with the award notification. Question 8: How we can check the boxes to indicate we have received Addendums 1-5 so that we are taken out of a withdrawn state. Answer 8: Each proposer will acknowledge review of each Addendum when completing Step 3 of the proposal submission process. If the response has been withdrawn due to the issuance of an addendum, the proposer must again complete Steps 1-5 to submit the proposal. Question 9: Our supply rates are exclusively for projects and clients in Canada, would this qualification be accepted? Answer 9: Each proposer is expected to complete the tables in Step 1, entitled “Ability to Sell and Service Nationwide” and “Value-Added Attributes”, describing their ability serve Sourcewell members in the United States and Canada. Proposals are evaluated based on the criteria stated in the RFP. Question 10: Would we lose points or risk potentially being rejected should we also offer another range of flooring products that falls in the athletic surfaces category but also offer a multipurpose use? For example, a gymnasium floor that can also be installed in multipurpose rooms or corridors. Answer 10: Each proposer, in its discretion, will propose the equipment, products, and services that it deems to fall within Sourcewell’s requested equipment, products, and services as described in RFP Section II. B (Requested Equipment, Products and Services). However, only those products within the scope of the RFP will be included in any contract awarded by Sourcewell as a result of this solicitation. Proposals are evaluated based on the criteria stated in the RFP. Question 11: Is there a suggested outline to categorize, or do we produce our own from which a sub-category may derive? Answer 11: Each proposer may determine whether a sub-category descriptor (or descriptors) applies to the products, equipment and services offered in the proposal and include those details (if any) in the response to question 17. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/22/2019, is required at the time of proposal submittal. 7/26/2019 Addendum No. 7 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Is Sourcewell looking for pricing to be submitted in both US and Canadian Dollars? Or will you accept a price list in US dollars with the understanding it will be converted to Canadian upon request at current exchange rates? Answer 1: Refer to RFP Section III. A. 3. – Pricing Requirements, for directions applicable to pricing for Proposers intending to sell in Canada. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/26/2019, is required at the time of proposal submittal. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7429 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.13 SUBJECT/RECOMMENDATION: Authorize a purchase order to multiple vendors as listed, for various roof repairs and replacements, in the amount of $500,000 for the period January 1, 2020 through September 30, 2020, and annual not-to-exceed amount of $500,000 for Fiscal Year 2021 through the expiration of respective term of the contract or through the end of Fiscal Year 2024, whichever comes first, for a not-to-exceed amount of $2,500,000 for the total period, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) SUMMARY Building & Maintenance’s roofing repairs and replacements have been procured by obtaining quotes or by piggybacking other government entities’ contracts. Staff is requesting the ability to use existing piggyback contracts for Quality Roofing Inc., Garland/DBS Inc and Advance Roofing for various roofing projects throughout the city for the duration of their respective term of contract or through the end of FY2024, whichever comes first. This will allow us to benefit from pre-negotiated prices for various items required. Piggyback Contracts: Quality Roofing of Tampa FL - City of Tampa (Contract #71122115) - expires February 17, 2020, with one two-year renewal option. Garland/DBS, Inc. Cleveland, OH - US Communities (Contract #14-5903) - expires October 14, 2024, with one five-year renewal option. Advanced Roofing, Inc., Ft. Lauderdale FL - City of Sunrise (Contract #19-17-12 HR) - expires May 31, 2022, with three one-year renewal options. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 5656531-530300 GSBM180003 Page 1 City of Clearwater Printed on 2/5/2020 EXHIBIT A MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2.The Participating Public Agencies shall procure Products in accordance with andsubject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, Page 42 - Attachment B including but not limited to any and all obligations to fully and accurately report discounts and incentives. 3.The Participating Public Agency represents and warrants that the Participating PublicAgency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4.The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5.The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6.The Participating Public Agency agrees the OMNIA Partners Parties may provideaccess to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program, including but not limited to Vizient Source, LLC, Provista, Inc. and other OMNIA Partners, Public Sector affiliates and subsidiaries; provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7.The Participating Public Agencies (each a “Procuring Party”) that procure Productsthrough any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8.The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9.The Procuring Party shall be responsible for the ordering of Products under thisAgreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIAPARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE Page 43 - Attachment B PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11.This Agreement shall remain in effect until termination by either party giving thirty(30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall surviveany such termination. 12.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. OMNIA PARTNERS, PUBLIC SECTOR Authorized Signature Signature Sarah E. Vavra Name Title and Agency Name Name Sr. Vice President, Public Sector Contracting Title Date Date Page 44 - Attachment B OMNIA PARTNERS EXHIBIT C PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of [NAME OF PPA] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date Page 46 - Attachment B 10/29/2019 Roofing Supplies and Services, Waterproofing and Related Product and Services | Purchasing RFPs and Bids | Racine County, WI https://racinecounty.com/Home/Components/RFP/RFP/112/734 1/1 Return to full list >> Purchasing RFPs and Bids Roofing Supplies and Services, Waterproofing and Related Product and Services Department:Finance RFP Number:PW1925 Start Date:08/07/2019 2:24 PM Close Date:09/09/2019 2:00 PM Racine County is accepting sealed bids to provide Roofing Supplies and Services, Waterproofing, and Related Products and Services, for Racine County and other municipal governments and local public agencies. Sealed bids will be received in the office of the Purchasing Coordinator, Racine County Courthouse, 730 Wisconsin Avenue, Racine, WI 53403 until 2:00 p.m., CDT, Monday, September 9, 2019. Immediately thereafter, all proposals shall be publicly opened. All bids shall be in accordance with specifications on file in this office. Invitation for Bid documents are available in the office of the Purchasing Coordinator at the above address, telephone (262) 636-3700. A non-mandatory pre-bid meeting will be held on Thursday August 15, 2019 at 9:00 a.m. in the 1st floor conference room of the Racine County Courthouse at 730 Wisconsin Avenue, Racine WI. While non-mandatory, it is strongly encouraged for Bidder’s to attend the pre-bid meeting. Oral statements or discussions during the pre- bid meeting will not be binding. Please inform the Finance Department if handicapped access or special accommodations are needed at the time of the public bid opening. PW1925 - IFB Roofing Supplies and Service Addendum 1 with attachments Addendum 1 - Attachment C - Bid Form Legal Notice - Roofing Supplies and Services ADVERTISEMENT FOR BIDS RACINE COUNTY PROJECT NO. PW1925 Racine County is accepting sealed bids to provide Roofing Supplies and Services, Waterproofing, and Related Products and Services, for Racine County and other municipal governments and local public agencies. Sealed bids will be received in the office of the Purchasing Coordinator, Racine County Courthouse, 730 Wisconsin Avenue, Racine, WI 53403 until 2:00 p.m., CDT, Monday, September 9, 2019. Immediately thereafter, all proposals shall be publicly opened. All bids shall be in accordance with specifications on file in this office. Invitation for Bid documents are available in the office of the Purchasing Coordinator at the above address, telephone (262) 636-3700. A non-mandatory pre-bid meeting will be held on Thursday August 15, 2019 at 9:00 a.m. in the 1st floor conference room of the Racine County Courthouse at 730 Wisconsin Avenue, Racine WI. While non-mandatory, it is strongly encouraged for Bidder’s to attend the pre-bid meeting. Oral statements or discussions during the pre-bid meeting will not be binding. Please inform the Finance Department if handicapped access or special accommodations are needed at the time of the public bid opening. RACINE COUNTY through its duly authorized representatives, reserves the right to reject any or all bids, waive all technicalities, and choose the offer deemed most advantageous to Racine County. All bidders by submitting their bids agree to abide by the rules, regulations and decisions of Racine County. _____________________________ Duane McKinney Racine County Purchasing Coordinator 10770 West Oakland Park Boulevard, Sunrise, FL 33351 FINANCE & ADMIN. SERVICES DEPARTMENT Purchasing Division Phone: 954-572-2274 Fax: 954-578-4809 May 24, 2019 Sent Via Email michaelk@advancedroofing.com Mr. Robert P. Kornahrens Advanced Roofing, Inc. 19520 NW 22nd Street Ft Lauderdale, FL 33311 Phone # 954-522-6868 (Emergency Phone # 305-720-0733) Vendor No. 438 Tyler-Munis Contract No. 2019000166 Subject: Award– Bid Title: Roofing Maintenance and Repairs Bid No. 19-17-12-HR Mr. Kornahrens, I would like to inform you that the City of Sunrise Commission awarded the above referenced bid for Roofing Maintenance and Repairs on May 14, 2019. Please be advised that your firm was awarded the above referenced bid. Please see the attached documentation that provides a more detailed breakdown. The contract period shall be for three years, June 1, 2019 through May 31, 2022 with three (3) additional one (1) year renewals thereafter providing all terms and conditions remain the same. If I can be of further assistance, please do not hesitate to contact me at 954-572-2202. Best Regards, Holly Raphaelson, MBA, C.P.M., CPPO, CPSM Contracts Administrator cc: Ania Krumenacker, Administrative Officer II, Utilities Attachment: Schedule “A” (24 pages) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7428 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.14 SUBJECT/RECOMMENDATION: Authorize a purchase order to L and T Brothers Inc., DBA Lowes, for various interior and exterior painting, in the amount of $225,000 for the period of February 1, 2020 through September 30, 2020 and the annual not-to-exceed amount of $300,000 for Fiscal Year 2021 through July 16, 2023, for a total not-to-exceed amount of $1,125,000 for the 42-month period, per Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) SUMMARY The majority of Building & Maintenance’s interior and exterior painting projects have been procured by obtaining quotes or by piggybacking other government entities contracts. Staff is requesting the ability to use existing piggyback contract for L&T Brothers Inc DBA Lowes for various painting projects throughout the city for the duration of their respective contract. This will allow the City to benefit from pre-negotiated prices for various items as required. Piggyback Contract: L&T Brothers Inc DBA Lowes, Largo, FL- Pinellas County (Contract #178-0405-B) - expires July 16, 2023. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 5656531-5300300 GSBM180004 Page 1 City of Clearwater Printed on 2/5/2020 Blanket Purchase Agreement w/out Terms & Conditions: 432400 Revision No: 1 Page 1 of 2 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400 S Ft Harrison Ave 6th Floor Annex Bldg Clearwater FL 33756 The Standard Purchase Order Number must appear on all packages, shipping notices, invoices and correspondence PO Date 07-AUG-2018 Revision Date 09-AUG-2018 Buyer/Phone No Jeanne Armstrong 727-464-5323 Sales Tax Exempt No 85-8013287050C-7 Requisitioner Director Approval Quote/Contact Supplier:Ship To:Invoice To: L & T Brothers Inc DBA Lowes Commercial Painting 12461 Creekside Dr Largo FL 33773 727-742-1492 BLANK_SPACE?> Various See Below or See Standard PO Clearwater, FL 33756 727-464-3311 Finance Division Accounts Payable Board of County Commissioners Pinellas County PO Box 2438 Clearwater, FL 33757 727-464-8389 Notes: Revision No. 1 dated 8/9/2018 to change lines 2 & 3 hourly rates from $10.25 to to $10.50 per vendor submittal and award. Contract No. 178-0405-B(JA) Painting Services Exterior and Infrastructure Systems (Re-Bid), approved by BCC 7/17/2018. This BPA is for contract line items; for unspecified items under the contract use BPA 432401. Notes: Supplier No Payment Terms Freight Terms FOB Ship Via 4467 Net 45 Freight Included Destination Best Way Effective Start Date Effective End Date Delivery Date Amount Agreed 17-JUL-2018 16-JUL-2023 $3,955,000.00 This Blanket Purchase Agreement (BPA) is not a guaranteed amount. It may be increased or decreased during the contract period internally. Standard Purchase Order(s) will be issued against the BPA as services or goods are needed. The SPO will contain a statement "This PO Line references BPA Number" so you may identify that services should begin. Any other direction to provide goods or services other than a SPO authorized by the Purchasing Department may result in non-payment. Line County Item Number / Description Quantity UOM Unit Price Amount 1 910.54.102714 Paint Application Square Foot (Feet) .3500 .0000 2 910.54.102715 Surface & Site Preparation Hour (s)10.5000 .0000 3 910.54.102716 Pressure Washing Hour (s)10.5000 .0000 TOTAL It is hereby certified that all provisions of the laws of Florida were complied with in issuing this order, and that there are sufficient and properly appropriated funds to liquidate this obligation. This purchase order is governed by the terms and conditions below. Notice: Vendors doing business with Pinellas County are required to show proof of current Pinellas Construction licenses, if applicable Board of County Commissioners Pinellas County, Florida (Authorized Signature) Blanket Purchase Agreement w/out Terms & Conditions: 432400 Revision No: 1 Page 2 of 2 Blanket Purchase Agreement w/out Terms & Conditions: 432401 Revision No: 0 Page 1 of 2 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400 S Ft Harrison Ave 6th Floor Annex Bldg Clearwater FL 33756 The Standard Purchase Order Number must appear on all packages, shipping notices, invoices and correspondence PO Date 07-AUG-2018 Revision Date Buyer/Phone No Jeanne Armstrong 727-464-5323 Sales Tax Exempt No 85-8013287050C-7 Requisitioner Director Approval Quote/Contact Supplier:Ship To:Invoice To: L & T Brothers Inc DBA Lowes Commercial Painting 12461 Creekside Dr Largo FL 33773 727-742-1492 BLANK_SPACE?> Various See Below or See Standard PO Clearwater, FL 33756 727-464-3311 Finance Division Accounts Payable Board of County Commissioners Pinellas County PO Box 2438 Clearwater, FL 33757 727-464-8389 Notes: Contract No. 178-0405-B(JA) Painting Services Exterior and Infrastructure Systems (Re-Bid) approved by BCC on 7/17/2018. This BPA is for unspecified items, for contract line items under the contract use BPA 432400. Equipment rental reimbursement: "pass through" cost, no markup but to include Contractor's discount, if applicable (requires copy of rental receipt). Materials (non-tool, i.e., paint or caulk) reimbursement: reimbursed at cost plus any Contractor discount (requires original receipt). Notes: Supplier No Payment Terms Freight Terms FOB Ship Via 4467 Net 45 Freight Included Destination Best Way Effective Start Date Effective End Date Delivery Date Amount Agreed 17-JUL-2018 16-JUL-2023 $150,000.00 This Blanket Purchase Agreement (BPA) is not a guaranteed amount. It may be increased or decreased during the contract period internally. Standard Purchase Order(s) will be issued against the BPA as services or goods are needed. The SPO will contain a statement "This PO Line references BPA Number" so you may identify that services should begin. Any other direction to provide goods or services other than a SPO authorized by the Purchasing Department may result in non-payment. Line County Item Number / Description Quantity UOM Unit Price Amount 1 910.54.102718 Unspecified (equipment rental) Pass through costs with no markup. Each .0000 .0000 2 910.54.102719 Unspecified (Paint Only)reimbursed at contractors discount at time of their purchase Each .0000 .0000 3 910.54.102720 Unspecified (Consumables such as caulk) reimbursed at contractors discount at time of their purchase Each .0000 .0000 TOTAL Blanket Purchase Agreement w/out Terms & Conditions: 432401 Revision No: 0 Page 2 of 2 It is hereby certified that all provisions of the laws of Florida were complied with in issuing this order, and that there are sufficient and properly appropriated funds to liquidate this obligation. This purchase order is governed by the terms and conditions below. Notice: Vendors doing business with Pinellas County are required to show proof of current Pinellas Construction licenses, if applicable Board of County Commissioners Pinellas County, Florida (Authorized Signature) Cut along the outer border and affix this label to your sealed bid envelope to identify it as a “Sealed Bid”. Be sure to include the name of the company submitting the bid where requested. SEALED BID • DO NOT OPEN SEALED BID NO.: 178-0405-B(JA) BID TITLE: PAINTING SERVICES EXTERIOR AND INFRASTRUCTURE SYSTEMS (RE-BID) DUE DATE/TIME: MAY 31, 2018, 2018 @ 3:00 p.m. SUBMITTED BY: _____________________ (Name of Company) DELIVER TO: PINELLAS COUNTY PURCHASING Board of County Commissioners Annex Building – 6th Floor 400 South Fort Harrison Avenue Please Note: From time to time, addenda may be issued to this bid. Any such addenda will be posted on the same Web site, www.pinellascounty.org/purchase/Current_Bids1.htm , from which you obtained this bid. Before submitting your bid you should check our Web site to download any addenda that may have been issued. Please remember to sign and return Addenda Acknowledgement Form with completed bid package if applicable. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (LN) Page 1 of 35 SUBMIT TO: PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS 400 S. FT. HARRISON AVENUE ANNEX BUILDING – 6TH FLOOR CLEARWATER, FL 33756 INVITATION TO BID ISSUE DATE: May 16, 2018 BID SUBMITTALS RECEIVED AFTER SUBMITTAL DATE & TIME WILL NOT BE CONSIDERED TITLE: PAINTING SERVICES –EXTERIOR AND INFRASTRUCTURE SYSTEMS (RE-BID) BID NUMBER: 178-0405-B(JA) SUBMITTAL DUE: May 31, 2018 @ 3:00 P.M. AND MAY NOT BE WITHDRAWN FOR 60 DAYS FROM DATE LISTED ABOVE. PRE-BID DATE & LOCATION: NOT APPLICABLE DEADLINE FOR WRITTEN QUESTIONS: May 23, 2018 BY 3:00 P.M. SUBMIT QUESTIONS TO: JEANNE ARMSTRONG AT jarmstrong@pinellascounty.org Phone; 727-464-5323 Fax: 727/464-3925 THE MISSION OF PINELLAS COUNTY Pinellas County Government is committed to progressive public policy, superior public service, courteous public contact, judicious exercise of authority and sound management of public resources to meet the needs and concerns of our citizens today and tomorrow. JOSEPH LAURO, CPPO/CPPB Director of Purchasing NOTE: BIDS ARE TO BE SUBMITTED IN DUPLICATE BIDDER MUST COMPLETE THE FOLLOWING BIDDERS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS, PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSIBLE BID RECEIVED MEETING SPECIFICATIONS. NO CHANGES REQUESTED BY A BIDDER DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE BID OPENING DATE AS ADVERTISED. BY SIGNING THIS PROPOSAL FORM BIDDERS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER BID TERMS AND CONDITIONS, INCLUDING ALL INSURANCE REQUIREMENTS. PAYMENT TERMS: ____% ___DAYS, NET 45 (PER F.S. 218.73) *BID DEPOSIT, IF REQUIRED, IS ATTACHED IN THE AMOUNT OF $ _________ BIDDER (COMPANY NAME): __________________________________ D/B/A _____________________________________ MAILING ADDRESS: ______________________________________ CITY / STATE / ZIP ___________________________ COMPANY EMAIL ADDRESS: ______________________________ PHN: (__)__________ FAX: (__)__________ CONTACT NAME: _______________________ *REMIT TO NAME: ________________________________________ (As Shown On Company Invoice) ____________________________________FEIN#_______________ Proper Corporate Identity is needed when you submit your bid, especially how your firm is registered with the Florida Division of Corporations. Please visit www.sunbiz.org for this information. It is essential to return a copy of your W-9 with your bid. Thank you. PRINT NAME: _______________________________ EMAIL ADDRESS: ___________________________ I HEREBY AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS BID, INCLUDING ALL INSURANCE REQUIREMENTS & CERTIFY I AM AUTHORIZED TO SIGN THIS BID FOR THE BIDDER. AUTHORIZED SIGNATURE: ____________________________ PRINT NAME/TITLE: ________________________________________ FORMS CHECKLIST COPY OF COMPANY INVOICE W-9 (TAXPAYER ID) SEE PAGE 31 SECTION F FOR BID PRICING SUMMARY THIS FORM MUST BE RETURNED WITH YOUR RESPONSE PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 2 of 35 SECTION A - GENERAL CONDITIONS 1. PREPARATION OF BID: Bid will be prepared in accordance with the following: (a) Our enclosed Bid Summary is to be used in submitting your bid. (b) All information required by the Bid Summary shall be furnished. The bidder should print or type his name and manually sign the schedule and each continuation sheet on which an entry is made. (c) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (d) Alternate bids will not be considered unless authorized by the Invitation to Bid. (e) Proposed delivery time must be shown and shall include Sundays and holidays. (f) The County is exempt from all state and federal sales, use, transportation, and excise taxes. Taxes of any kind and character, payable on account of the work performed and materials furnished under the award, shall be paid by the bidder and deemed to have been included in the bid. The Laws of the State of Florida provide that sales and use taxes are payable by the bidder upon the tangible personal property incorporated in the work and such taxes shall be paid by the bidder and be deemed to have been included in the bid. (g) Bidders shall thoroughly examine the drawings, specifications, schedule, instructions and all other contract documents. (h) Bidders shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the bid conditions. Plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will not be accepted as a basis for varying the requirements of the County or the compensation to the vendor. (i) Bidders are advised that all County Contracts are subject to all legal requirements provided for in the Purchasing Ordinance and/or State and Federal Statutes. 2. DESCRIPTION OF SUPPLIES: (a) Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. SUCH REFERENCES ARE NOT INTENDED TO BE RESTRICTIVE. Bids will be considered for all brands which meet the quality of the specifications listed for any items. (b) Bidders are required to state exactly what they intend to furnish, otherwise they shall be required to furnish the items as specified. (c) Bidders will submit, with their proposal, data necessary to evaluate and determine the quality of the item(s) they are bidding. 3. ALTERNATES: Unless otherwise provided in an Invitation to Bid or Request for Proposals, ALTERNATIVES may be included in the plans, specifications, and/or proposals. When included, the Bidder or Offeror shall indicate on the proposal the cost of said alternate and sum to be deducted or added to the Base Bid. Such alternates may or may not be accepted by the County. If approved, it is at the County’s discretion to accept said alternate(s) in any sequence or combination therein. 4. SUBMISSION OF BID: (a) Bids or proposals shall be submitted utilizing recycled paper copied on both sides’ wherever possible. Failure to comply could result in the bid or proposal being rejected. (b) Bid and changes thereto shall be enclosed in sealed envelopes addressed to the Purchasing Department, Pinellas County. The name and address of the bidder, the date and hour of the bid submittal and the material or service bid on shall be placed on the outside of the envelope. (c) Bid must be submitted on the forms furnished. Electronic/facsimile bids will not be considered. The County reserves the right to modify the Bid Proposal by electronic/facsimile notice 5. REJECTION OF BID: (a) The County may reject a bid if: 1. The bidder misstates or conceals any material fact in the bid. 2. The bid does not strictly conform to the law or requirements of bid, including insurance requirements. 3. The bid is conditional, except that the bidder may qualify his bid for acceptance by the County on an "all or none" basis, or a "low item" basis. An "all or none" basis bid must include all items upon which the bid was invited. (b) The respective constitutional officer, county administrator on behalf of the board of county commissioners or within his/her delegated financial approval authority, or director of purchasing, within his/her delegated financial approval authority shall have the authority when the public interest will be served thereby to reject all bids or parts of bids at any stage of the procurement process through the award of a contract. (c) The County reserves the right to waive minor informalities or irregularities in any bid. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 3 of 35 SECTION A - GENERAL CONDITIONS 6. WITHDRAWAL OF BID: (a) Bid may not be withdrawn after the time set for the bid submittal for a period of time as specified. (b) Bid may be withdrawn prior to the time set for the bid submittal. Such request must be in writing. 7. LATE BID OR MODIFICATIONS: (a) Bid and modifications received after the time set for the bid submittal will not be considered. In addition, late bids will not be accepted, will be rejected and will be returned for any reason. The time clock stamp located in Pinellas County Purchasing Department shall be the official time stamp. This upholds the integrity of the bidding process. (b) Modifications in writing received prior to the time set for the bid submittal will be accepted. 8. PUBLIC REVIEW AT BID OPENING: Bids will be opened immediately after the bid submittal date and time (3:00 PM) by the Pinellas County Purchasing Department, 400 South Fort Harrison Avenue, Annex Building, 6th Floor, Clearwater, FL 33756. The public may attend the bid opening, but may not immediately review any bids submitted. The names of respondents and their bids amounts will be read aloud at the time of opening. Pursuant to Florida Statute, Section 119.071(1)(b)2, all bids submitted shall be subject to review as public records after 30 days from opening, or earlier if an intended decision is reached before the thirty day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secrets claims shall be dispositively determined by a court of law prior to trade secret protection being granted. 9. BID TABULATION INQUIRIES: Inquiries relating to the results of this bid, prior to the official bid award by the Pinellas County Board of County Commissioners may be made by visiting the Pinellas County Purchasing Office. Tabulations will be posted on the Purchasing Website (www.pinellascounty.org/purchase/Current_Bids1.htm ) after 30 days to comply with Florida Statute, Section 119.071(1)(b)2. 10. AWARD OF CONTRACT: (a) The contract will be awarded to the lowest responsive, responsible bidder whose bid, conforming to the Invitation to Bid, is most advantageous to Pinellas County, price and other factors considered. For Invitation to Bid for Sale of Real or Surplus Property, award will be made to the highest and most advantageous bid including price and other factors considered. (b) The County reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations. See Rejection of Bids. (c) If two or more bids received are for the same total amount or unit price, or in the case of proposals, the qualifications, quality and service are equal, the contract shall be awarded to the local bidder/proposer. A local firm is defined as a firm with headquarters in geographical Pinellas County. Headquarters shall mean the office location that serves as the administrative center and principal place of business. If two or more bids received are for the same total amount or unit price or in the case of proposals, the qualifications, quality and service are equal and no firms are deemed local, then the contract shall be awarded by drawing lots in public. (d) Prices quoted must be FOB Pinellas County with all transportation charges prepaid unless otherwise specified in the Invitation to Bid. (e) A written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful bidder, shall result in a binding contract without further action by either party. 11. BIDS FROM RELATED PARTIES OR MULTIPLE BIDS RECEIVED FROM ONE VENDOR: Where two (2) or more related parties each submit a bid or proposal or multiple bids are received from one (1) vendor, for any contract, such bids or proposals shall be judged non-responsive. Related parties mean bidders or proposers or the principles thereof, which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principles thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 4 of 35 SECTION A - GENERAL CONDITIONS 12. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Florida apply to any purchase made under this Invitation to bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this bid and subsequent contract(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and OSHA as applicable to this contract. 13. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, and municipalities the bid prices submitted in accordance with said bid terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Florida agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 14. COLLUSION: The bidder, by affixing his signature to this proposal, agrees to the following: "Bidder certifies that his bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 15. CONTRACTOR LICENSE REQUIREMENT: All contractors performing construction and related work in Pinellas County must comply with our regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any bid and/or contract award. 16. SAFETY DATA SHEETS REQUIREMENTS: If any chemicals, materials, or products containing toxic substances, in accordance with OSHA Hazardous Communications Standards, are contained in the products purchased by the County as a result of this bid, the successful bidder shall provide a Safety Data Sheet at the time of each delivery. 17. RIGHT TO AUDIT: Pinellas County reserves the privilege of auditing a vendor's records as such records relate to purchases between Pinellas County and said vendor. Such audit privilege is provided for within the text of the Pinellas County Code §2- 176(j). Records should be maintained for five (5) years from the date of final payment. 18. PUBLIC ENTITY CRIME AND SCRUTINIZED COMPANIES: Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and Contractor agrees that its bid and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. Contractor represents and certifies that Contractor is and will at all times remain eligible to bid for and perform the services subject to the requirements of these, and other applicable, laws. Contractor agrees that any contract awarded to Contractor will be subject to termination by the County if Contractor fails to comply or to maintain such compliance. 19. MULTIPLE COPIES: Unless otherwise specified, responses to an Invitation to Bid (ITB) or Request for Proposal (RFP) should be submitted in duplicate. 20. COUNTY INDEMNIFICATION: a) The first ten dollars ($10) of compensation received by the contractor pursuant to this contract represents specific consideration for the following indemnification: contractor shall indemnify, pay the cost of defense, including attorneys' fees, and hold harmless the County from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons or property by or from the said contractor; or by, or in consequence of any neglect in safeguarding the work; or through the use of unacceptable materials in the construction of improvements; or by, or on account of any act or omission, neglect or misconduct of the said contractor; or by, or on account of, any claim or amounts recovered under the "Workers' Compensation Law" or of any other laws, by-laws, ordinance, order or decree, except only such injury or damage as shall have been occasioned by the sole negligence of the County. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 5 of 35 SECTION A - GENERAL CONDITIONS b) Unless specifically prohibited by Florida Law, the successful bidder(s) agrees to indemnify the County and hold it harmless from and against all claims, liability, loss, damage or expense, including counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the County. c) The duty to defend under this Article is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the CONSULTANT. The CONSULTANT’S obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 21. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in Section A apply to this contract except as specifically stated in the subsequent sections of the document, which take precedence over Section A, and should be fully understood by bidders prior to submitting a bid on this requirement. 22. ADA REQUIREMENT FOR PUBLIC NOTICES: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727/464-4062 (voice/tdd) fax 727/464-4157, not later than seven days prior to the proceeding. 23. "OR EQUAL" DETERMINATION: Where bidding other than specified, the determination of equivalency will be at the sole discretion of Pinellas County and its specialized person. 24. INSURANCE: Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C). Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. 25. PROCUREMENT POLICY FOR RECYCLED MATERIALS: Pinellas County wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. When awarding a purchase of $5,000 or less, or recommending a purchase in excess of $5,000 for products, materials, or services, the Director of Purchasing may allow a preference to a responsive bidder who certifies that their product or material contains the greatest percentage of postconsumer material. If they are bidding on paper products they must certify that their materials and/or products contain at least the content recommended by the EPA guidelines. On all bids over fifty thousand dollars ($50,000) and formal quotes under fifty thousand dollars ($50,000), or as required by law, the Director of Purchasing shall require vendors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying bid received. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 6 of 35 SECTION A - GENERAL CONDITIONS DEFINITIONS: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 26. ASBESTOS MATERIALS: The contractor shall perform all work in compliance with Federal, State and local laws, statutes, rules, regulations and ordinances, including but not limited to the Department of Environmental Protection (DEP)'s asbestos requirements, 40 CFR Part 61, Subpart M, and OSHA Section 29 CFR 1926.58. Additionally, the contractor shall be properly licensed and/or certified for asbestos removal as required under Federal, State and local laws, statutes, rules, regulations and ordinances. The County shall be responsible for filing all DEP notifications and furnish a copy of the DEP notification and approval for demolition to the successful contractor. The County will furnish a copy of the asbestos survey to the successful bidder. The contractor must keep this copy on site at all times during the actual demolition. 27. PAYMENT/INVOICES: SUPPLIER shall submit invoices for payment due as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. seq, Florida Statutes, “The Local Government Prompt Payment Act.” Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P. O. Box 2438 Clearwater, FL 33757 Each invoice shall include, at a minimum, the Supplier’s name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the Supplier also include the information shown in below. The County may dispute any payments invoiced by SUPPLIER in accordance with the County’s Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County’s Dispute Resolution Process. INVOICE INFORMATION: Supplier Information Company name, mailing address, phone number, contact name and email address as provided on the PO Remit To Billing address to which you are requesting payment be sent Invoice Date Creation date of the invoice Invoice Number Company tracking number Shipping Address Address where goods and/or services were delivered Ordering Department Name of ordering department, including name and phone number of contact person PO Number Standard purchase order number Ship Date Date the goods/services were sent/provided PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 7 of 35 SECTION A - GENERAL CONDITIONS Quantity Quantity of goods or services billed Description Description of services or goods delivered Unit Price Unit price for the quantity of goods/services delivered Line Total Amount due by line item Invoice Total Sum of all of the line totals for the invoice Pinellas County offers a credit card payment process (ePayables) through Bank of America. Pinellas County does not charge vendors to participate in the program; however, there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at www.pinellascounty.org/purchase. 28. TAXES: Payments to Pinellas County are subject to applicable Florida taxes. 29. TERMINATION: (a) Pinellas County reserves the right to terminate this contract without cause by giving thirty (30) days prior notice to the contractor in writing of the intention to terminate or with cause if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified. (b) Failure of the contractor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of Pinellas County. (c) In the event sufficient budgeted funds are not available for a new fiscal period, the County shall notify the vendor of such occurrence and contract shall terminate on the last day of current fiscal period without penalty or expense to the County. (d) In addition to all other legal remedies available to Pinellas County, Pinellas County reserves the right to terminate and obtain from another source, any items/services which have not been delivered within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order as determined by Pinellas County. 30. BIDDER CAPABILITY/REFERENCES: Prior to contract award, any bidder may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the company must have experience in work of the same or similar nature, and can provide references, which will satisfy the County. Bidders must furnish a reference list of at least four (4) customers for whom they have performed similar services (SEE SECTION D). 31. DELIVERY/CLAIMS: Prices quoted shall be F.O.B. Destination, FREIGHT INCLUDED and unloaded to location(s) within Pinellas County. Actual delivery address(es) shall be identified at time of order. Successful bidder(s) will be responsible for making any and all claims against carriers for missing or damaged items. 32. MATERIAL QUALITY: All materials purchased and delivered against this contract will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours of notice to the Contractor at no charge to the County. 33. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid/proposal must be sent in writing (mail or fax) to the Purchasing Department and received by the date specified in ITB. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the bid. All such addenda shall become part of the contract documents. The County will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. The Purchasing Department will be unable to respond to questions received after the specified time frame. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 8 of 35 SECTION A - GENERAL CONDITIONS 34. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. If a bidder intends to subcontract a portion of this work, the bidder must disclose that intent in the bid. No assignment or subcontracting shall be allowed without prior written consent of the County. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the County within thirty (30) business days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding a bid to a bidder, which has disclosed its intent to assign or subcontract in its response to the ITB, without exception shall constitute approval for purposes of this Agreement. 35. EXCEPTIONS: Contractor is advised that if it wishes to take exception to any of the terms contained in this Bid or the attached service agreement it must identify the term and the exception in its response to the Bid. Failure to do so may lead County to declare any such term non-negotiable. Contractor's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 36. NON-EXCLUSIVE CONTRACT: Award of this Contract shall impose no obligation on the County to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The County specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the County's best interest. In the case of multiple-term contracts, this provision shall apply separately to each term. 37. PUBLIC RECORDS/TRADE SECRETS: Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Statutes. Except for materials that are “trade secrets” or “confidential” as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation shall belong exclusively to the County. To the extent that Proposer/Bidder/Quoter desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and Proposer/Bidder/Quoter shall provide an additional copy of the proposal/bid/quote that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the Proposer/Bidder/Quoter Signature Page, Proposer/Bidder/Quoter acknowledges and agrees: (i) that after notice from the County that a public records request has been made for the materials designated as a trade secret, the Proposer/Bidder/Quoter shall be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action shall be taken immediately, but no later than 10 calendar days from the date of notification or Proposer /Bidder/Quoter will be deemed to have waived the trade secret designation of the materials; (ii) that to the extent that the proposal/bid/quote with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating contract terms, approving any contract based on the proposal/bid/quote, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final contract award; (iii) to indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney’s fees and costs), or claims arising from or related to the designation of trade secrets by the Proposer/Bidder/Quoter, including actions or claims arising from the County’s non-disclosure of the trade secret materials. (iv) that information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statues and Pinellas County public record policies. Proposer/Bidder/Quoter agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County Policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statues. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 9 of 35 SECTION A - GENERAL CONDITIONS Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire proposal/bid/quote document, line item and/or total proposal/bid/quote prices, the work, services, project, goods, and/or products to be provided by Proposer/Bidder/Quoter, or any information, data, or materials that may be part of or incorporated into a contract between the County and the Proposer/Bidder/Quoter is not acceptable to the County and will result in a determination that the proposal/bid/quote is nonresponsive; the classification as trade secret of any other portion of a proposal/bid/quote document may result in a determination that the proposal/bid/quote is nonresponsive. 38. LOBBYING: Lobbying shall be prohibited on all county competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective bidder/proposer/protestor from contacting the purchasing department or the county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, county government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the bidder/proposer, any member of the bidder's/proposer's staff, any agent or representative of the bidder/proposer, or any person employed by any legal entity affiliated with or representing a bidder/proposer/protestor, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the board of county commissioners, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a bidder/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, lobbying shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, county government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the director of purchasing. 39. ADDITIONAL REQUIREMENTS: The County reserves the right to request additional goods or services relating to this Agreement from the Contractor. When approved by the County as an amendment to this Agreement and authorized in writing, the Contractor shall provide such additional requirements as may become necessary. 40. ADD/DELETE LOCATIONS SERVICES: The County reserves the right to unilaterally add or delete locations/services, either collectively or individually, at the County’s sole option, at any time after award has been made as may be deemed necessary or in the best interests of the County. In such case, the contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 41. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original Bid Form(s) provided by the Purchasing Department and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the Bid Form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations a bidder wishes to propose must be clearly stated in the bidder’s proposal response and presented in the form of an addendum to the original bid documents. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 10 of 35 SECTION A - GENERAL CONDITIONS 42. PUBLIC EMERGENCIES: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that Pinellas County shall require a “First Priority” for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the County. Vendor/contractor agrees to rent/sell/lease all goods and services to the County or governmental entities on a “first priority” basis. The County expects to pay a fair and reasonable price for all products and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado or other acts of God. 43. JOINT VENTURES: All Bidders intending to submit a bid as a Joint Venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting the bid (see Section 489.119 Florida Statutes). Joint Venture Firms must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture Agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. 44. CONFLICT OF INTEREST: a) The Bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The Bidder further represents that no person having any such interest shall be employed by him/her during the agreement term and any extensions. In addition, the Bidder shall not offer gifts or gratuities to County Employees as County Employees are not permitted to accept gifts or gratuities. By signing this bid document, the Bidder acknowledges that no gifts or gratuities have been offered to County Employees or anyone else involved in this competitive invitation to bid process. b) The Bidder shall promptly notify the County’s representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor’s judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Bidder may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the Bidder. The County agrees to notify the Bidder of its opinion, by certified mail, within thirty days of receipt of notification by the Bidder. c) It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest (direct/indirect) etc. are observed or perceived, please report such activity to: Pinellas County Clerk of Circuit Court – Division of Inspector General Phone – (727) 45FRAUD (453-7283) Fax – 727-464-8386 45. PROTEST PROCEDURE: As per Section 2-162 of County Code (a) Bid/Proposal protests. Any prospective bidder or proposer, who is aggrieved by the contents of the bid or proposal package, or any bidder or proposer who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the director of purchasing as provided herein. This right to protest is strictly limited to those procurements of goods or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to § 287.055, Florida Statutes, the “Consultants’ Competitive Negotiation Act.” No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations or requests for qualifications; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of bidders or proposers as non-responsive or non-responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section 2-162 shall not be reviewed. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 11 of 35 SECTION A - GENERAL CONDITIONS (b) The purchasing department shall post the recommended award on the departmental website no less than five (5) full business days after the decision to recommend the award is made. (c) Requirements to Protest. (1) If the protest relates to the content of the bid/proposal package, a formal written protest must be filed no later than 5:00 p.m. on the fifth full business day after issuance of the bid/proposal package. (2) If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m., on the fifth full business day after posting of the award recommendation. (3) The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds. (4) A formal written protest is considered filed with the county when the purchasing department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the purchasing department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the bidder/proposer. (d) Rights of interested parties. Bidders or proposers, other than the protestor, which would be directly affected by the favorable resolution of a protest relating to a recommended award, shall have the right to provide written documentation related to the protested solicitation. Said interested parties shall be solely responsible for determining whether a protest has been filed. Any documentation submitted by an interested party must be filed with the director of purchasing no later than 5:00 p.m. on the fifth full business day after the purchasing department posts notification that a protest has been filed. Any interested party submitting documentation shall bear all costs, including legal representation, relating to the submission. (e) Sole remedy. These procedures shall be the sole remedy for challenging an award of bid. Bidder/proposers are prohibited from attempts to influence, persuade, or promote a bid protest through any other channels or means. Such attempts shall be cause for suspension in accordance with 2-161(b) of this article. (f) Lobbying. Protestors, and interested parties as defined subsection (d), and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any Pinellas County official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the purchasing department’s or county attorney’s office employees. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration. (g) Time Limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the Bid/Request for Proposal. (h) Authority to resolve. The Director of Purchasing shall resolve the protest in a in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. on the tenth full business day after the filing thereof. (i) Review of Purchasing Director’s decision. (1) The protesting party may request a review of the Purchasing Director’s decision to the County Administrator by delivering written request for review of the decision to the Director of Purchasing by 5:00 p.m. on the fifth full business day after the date of the written decision. The written notice shall include any materials, statements, arguments which the bidder/proposer deems relevant to the issues raised in the request to review the decision of the Purchasing Director. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 12 of 35 SECTION A - GENERAL CONDITIONS (2) The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m., on the seventh full business day after receipt of the request for review. The decision shall be final and conclusive as to the county unless a party commences action in a court of competent jurisdiction. (j) Stay of Procurement During Protests. There shall be no stay of procurement during protests. 46. DISPUTE RESOLUTION FOR PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS IN MATTERS OF INVOICE PAYMENTS: Payment of invoices for work performed for Pinellas County Board of County Commissioners (County) is made, by standard, in arrears in accordance with Section 218.70, et. seq., Florida Statutes, the Local Government Prompt Payment Act. If a dispute should arise as a result of non-payment of a payment request or invoice the following Dispute Resolution process shall apply: A. Pinellas County shall notify a vendor in writing within ten (10) days after receipt of an improper invoice, that the invoice is improper. The notice should indicate what steps the vendor should undertake to correct the invoice and resubmit a proper invoice to the County. The steps taken by the vendor shall be that of initially contacting the requesting department to validate their invoice and receive a sign off from that entity that would indicate that the invoice in question is in keeping with the terms and conditions of the agreement. Once sign off is obtained, the vendor should then resubmit the invoice as a “Corrected Invoice” to the requesting department which will initiate the payment timeline. 1 Requesting department for this purpose is defined as the County department for whom the work is performed. 2 Proper invoice for this purpose is defined as an invoice submitted for work performed that meets prior agreed upon terms or conditions to the satisfaction of Pinellas County. B. Should a dispute result between the vendor and the County about payment of a payment request or an invoice then the vendor should submit their dissatisfaction in writing to the Requesting Department. Each Requesting Department shall assign a representative who shall act as a “Dispute Manager” to resolve the issue at departmental level. C. The Dispute Manager shall first initiate procedures to investigate the dispute and document the steps taken to resolve the issue in accordance with section 218.76 Florida Statutes. Such procedures shall be commenced no later than forty-five (45) days after the date on which the payment request or invoice was received by Pinellas County, and shall not extend beyond sixty (60) days after the date on which the payment request or invoice was received by Pinellas County. D. The Dispute Manager should investigate and ascertain that the work, for which the payment request or invoice has been submitted, was performed to Pinellas County’s satisfaction and duly accepted by the Proper Authority. Proper Authority for this purpose is defined as the Pinellas County representative who is designated as the approving authority for the work performed in the contractual document. The Dispute Manager shall perform the required investigation and arrive at a solution before or at the sixty (60) days timeframe for resolution of the dispute, per section 218.76, Florida Statutes. The County Administrator or his or her designee shall be the final arbiter in resolving the issue before it becomes a legal matter. The County Administrator or his or her designee will issue their decision in writing. E. Pinellas County Dispute Resolution Procedures shall not be subject to Chapter 120 of the Florida Statutes. The procedures shall also, per section 218.76, Florida Statutes, not be intended as an administrative proceeding which would prohibit a court from ruling again on any action resulting from the dispute. F. Should the dispute be resolved in the County’s favor interest charges begin to accrue fifteen (15) days after the final decision made by the County. Should the dispute be resolved in the vendor’s favor the County shall pay interest as of the original date the payment was due. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 13 of 35 SECTION A - GENERAL CONDITIONS G. For any legal action to recover any fees due because of the application of sections 218.70 et. seq., Florida Statutes, an award shall be made to cover court costs and reasonable attorney fees, including those fees incurred as a result of an appeal, to the prevailing party If it is found that the non-prevailing party held back any payment that was the reason for the dispute without having any reasonable lawful basis or fact to dispute the prevailing party’s claim to those amounts. 47. PUBLIC RECORDS – CONTRACTOR’S DUTY If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor’s duty to provide public records relating to this contract, contact the Pinellas County Board of County Commissioners, Purchasing Department, Operations Manager custodian of public records at 727-464-3311, purchase@pinellascounty.org, Pinellas County Government, Purchasing Department, Operations Manager, 400 S. Ft. Harrison Ave, 6th Floor, Clearwater, FL 33756. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA)Page 14 of 35 SECTION B - SPECIAL CONDITIONS Bid Title: Painting Services – Exterior and Infrastructure Systems (Re-Bid) Bid Number: 178-0405-B (JA) IMPORTANT NOTICE: Changes have been made to the Insurance process. INSURANCE IS NOW DUE WITH BID SUBMITTAL. See SECTION C – Insurance Requirements. 1.INTENT: In accordance with attached specifications, it is the intent of Pinellas County to solicit a bid for painting and coating services for exterior and infrastructure system assets, as and when required, to preserve and extend the lifespan of the assets. 2.QUANTITIES: Quantities stated are an estimate only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous use and/or anticipated needs. 3.PRICING/PERIOD OF CONTRACT: Duration of the contract shall be for a period of five (5) years beginning upon full bid approval. Unit prices are adjustable twelve (12) months after the date of award and thereafter annually for the life of the contract, in an amount not to exceed the average of the Consumer Price Index (CPI) for all Urban Consumers, Series Id: CUUR000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All Items, Base Period: 1982-84=100 for the twelve (12) months prior. It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment should be submitted four (4) months prior to contract anniversary date. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received after the annual contract anniversary date may not be considered. 4.PRECOMMENCEMENT MEETING: Upon award of contract, an initial contract start-up meeting will be held in person or via phone with the successful Contractor, the County Representative, and other necessary County staff prior to commencement of work. Topics of discussion may include scheduling, work coordination, processing of invoices, and to establish work understanding and relationships. 5.MATERIALS: Contractor will use all new materials and equipment furnished under this contract unless otherwise specified, and that all work will be of good quality, free from faults and defects and in conformance with the project specifications. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. C ontractor shall furnish at pre-commencement meeting satisfactory evidence as to the kind and quality of materials and equipment. 6.BREACH OF CONTRACT: Failure of Contractor to perform any of the services required by this contract within ten(10)days of receipt of written demand for performance from the County shall constitute breach of contract. 7.PERMITS, FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE BY CONTRACTOR: The Contractor is responsible for (1) determining and paying any fees that may be necessary to perform this contract and (2) determining and acquiring any and all permits and licenses required by any Federal, State or local government entity, agency or board that may be necessary to perform this contract. The Contractor shall maintain any and all permits and licenses required to complete this contract. 8.WORKSITE SANITATION: At the end of each workday, the contractor shall remove from the premises the daily accumulation of waste materials or rubbish caused by his operations. Safety hazards will be immediately corrected by the contractor. The contractor is also responsible for ensuring that any subcontractor hired by him or his subcontractors totally cleanup the worksite at the completion of the work. If the contractor fails to clean up at the completion of the work, the County may do so and deduct the cost of such cleanup from the contractor's most current invoice. The contractor will not be responsible for cleaning up debris left by the County's employees, the public utilizing other areas in the vicinity of the worksite, or left by other contractors. 9. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA)Page 15 of 35 SECTION B - SPECIAL CONDITIONS 10.CONTRACT SECURITY: A.The Bidder shall provide a Performance Bond and a Payment Bond in the form prescribed in Section I and each in the amount of $100,000.00, the costs of which are to be paid by the Bidder. The Bonds will be acceptable to the County only if the following conditions are met: 1.For contracts that do not exceed $500,000.00, the Surety Company: a.is licensed to do business in the State of Florida; b.holds a certificate of authority authorizing it to write surety bonds in this state and provides proof of same; c.has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued; d.is otherwise in compliance with the provisions of the Florida Insurance Code; and e.holds a currently valid certificate of authority issued by the United States Department of Treasury under 31 U.S.C. ss 9304-9308. 2.For contracts over $500,000.00, all of the requirements of paragraph A.1 above apply. In addition, the Surety Company must have a current rating of at least Excellent (A or A-) all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc., of 75 Fulton Street, New York, New York 10038, with an underwriting limitation of at least two times the dollar amount of the Agreement. 3.All bonds must be signed by an insurance agent who is licensed to do business in the state of Florida. The license may be held by a resident agent or a non-resident agent. B.If the Surety for any Bond furnished by the Bidder is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Bidder shall, within five (5) calendar days thereafter, substitute another Bond and Surety, both of which shall be subject to the County's approval. C.By execution of these bonds, the Surety acknowledges that it has read the Surety qualifications and Surety obligations imposed by the Contract Documents and hereby satisfies those conditions. 11.SUBMISSION OF BIDS: Paper documents must be provided, but should be accompanied by an equivalent electronic PDF file. Provide one original and one copy on paper, plus two (2) electronic copies on thumb drives or compact discs (CD). The preferred method is PDF conversion from your source files (to minimize file size and maximize quality and accessibility) rather than scanning. Instructions for Providing Files in PDF Format to Pinellas County Government A.Why does Pinellas County Government want all the documents as PDF files? Answer- It’s much more efficient to go paperless, and PDF is a universal file format that fits perfectly into government workflow processes. B.How do I convert my files to PDF format? Answer- If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. C.Should I scan everything and save as PDF? Answer- Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as “clean” or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 16 of 35 SECTION C – INSURANCE REQUIREMENTS Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C) prior to recommendation for award. Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. The Contracted vendor shall obtain and maintain, and require any sub-contractors to obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Contractor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VIII or better. a) Bid submittals should include, the Bidder’s current Certificate(s) of Insurance in accordance with the insurance requirements listed below. If Bidder does not currently meet insurance requirements, bidder shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place within 10 days after award recommendation. b) Within 10 days of contract award and prior to commencement of work, Bidder shall email certificate that is compliant with the insurance requirements to InsuranceCerts@Pinellascounty.org. If certificate received with bid was a compliant certificate no further action may be necessary. It is imperative that bidder include the unique identifier, which will be supplied by the County’s Purchasing Department. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). A copy of the endorsement(s) referenced in paragraph d) for Additional Insured shall be attached to the certificate(s) referenced in this paragraph. c) No work shall commence at any project site unless and until the required Certificate(s) of Insurance are received and approved by the County. Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the Bid and/or contract period. d) All policies providing liability coverage(s), other than professional liability and workers compensation policies, obtained by the Bidder and any subcontractors to meet the requirements of the Agreement shall be endorsed to include Pinellas County Board of County Commissioners as an Additional Insured. e) If any insurance provided pursuant to the Agreement expires prior to the completion of the Work, renewal Certificate(s) of Insurance and endorsement(s) shall be furnished by the Bidder to the County at least thirty (30) days prior to the expiration date. (1) Bidder shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Bidder from its insurer. Notice shall be given by certified mail to: Pinellas County Risk Management 400 South Fort Harrison Ave Clearwater FL 33756; be sure to include your organization’s unique identifier, which will be provided upon notice of award. Nothing contained herein shall absolve Bidder of this requirement to provide notice. (2) Should the Bidder, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement, or at its sole discretion may purchase such coverages necessary for the protection of the County and charge the Bidder for such purchase or offset the cost against amounts due to bidder for services completed. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance shall in no way be construed to be a waiver of any of its rights under the Agreement. f) The County reserves the right, but not the duty, to review and request a copy of the Contractor’s most recent annual report or audited financial statement when a self-insured retention (SIR) or deductible exceeds $50,000. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 17 of 35 SECTION C – INSURANCE REQUIREMENTS g) If subcontracting is allowed under this Bid, the Prime Bidder shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the subcontractor; but in no event will the insurance limits be less than $500,000 for Workers’ Compensation/Employers’ Liability, and $1,000,000 for General Liability and Auto Liability if required below. (1) All subcontracts between Bidder and its subcontractors shall be in writing and are subject to the County’s prior written approval. Further, all subcontracts shall (1) require each subcontractor to be bound to Bidder to the same extent Bidder is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the subcontractor; (2) provide for the assignment of the subcontracts from Bidder to the County at the election of Owner upon termination of the Contract; (3) provide that County will be an additional indemnified party of the subcontract; (4) provide that the County will be an additional insured on all insurance policies required to be provided by the subcontractor except workers compensation and professional liability; (5) provide waiver of subrogation in favor of the County and other insurance terms and/or conditions as outlined below; (6) assign all warranties directly to the County; and (7) identify the County as an intended third- party beneficiary of the subcontract. Bidder shall make available to each proposed subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the subcontractor will be bound by this Section C and identify to the subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. h) Each insurance policy and/or certificate shall include the following terms and/or conditions: (1) The Named Insured on the Certificate of Insurance and insurance policy must match the entity’s name that responded to the solicitation and/or is signing the agreement with the County. If Bidder is a Joint Venture per Section A. titled Joint Venture of this Bid, Certificate of Insurance and Named Insured must show Joint Venture Legal Entity name and the Joint Venture must comply with the requirements of Section C with regard to limits, terms and conditions, including completed operations coverage. (2) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (3) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. (4) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County or any such future coverage, or to County's Self-Insured Retentions of whatever nature. (5) All policies shall be written on a primary, non-contributory basis. (6) Any Certificate(s) of Insurance evidencing coverage provided by a leasing company for either workers compensation or commercial general liability shall have a list of covered employees certified by the leasing company attached to the Certificate(s) of Insurance. The County shall have the right, but not the obligation to determine that the Bidder is only using employees named on such list to perform work for the County. Should employees not named be utilized by Bidder, the County, at its option may stop work without penalty to the County until proof of coverage or removal of the employee by the contractor occurs, or alternatively find the Bidder to be in default and take such other protective measures as necessary. (7) Insurance policies, other than Professional Liability, shall include waivers of subrogation in favor of Pinellas County from both the Bidder and subcontractor(s). PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 18 of 35 SECTION C – INSURANCE REQUIREMENTS i) The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: (1) Workers’ Compensation Insurance Limit Florida Statutory Employers’ Liability Limits Per Employee Per Employee Disease Policy Limit Disease $ 500,000 $ 500,000 $ 500,000 (2) Commercial General Liability Insurance including, but not limited to, Independent Contractor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. Limits Combined Single Limit Per Occurrence Products/Completed Operations Aggregate Personal Injury and Advertising Injury General Aggregate $ 1,000,000 $ 2,000,000 $ 1,000,000 $ 2,000,000 (3) Business Automobile or Trucker’s/Garage Liability Insurance covering owned, hired, and non-owned vehicles. If the Bidder does not own any vehicles, then evidence of Hired and Non-owned coverage is sufficient. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Bidder can show that this coverage exists under the Commercial General Liability policy. Limit Combined Single Limit Per Accident $ 1,000,000 (4) Excess or Umbrella Liability Insurance excess of the primary coverage required, in paragraphs (1), (2), and (3) above: Limits Each Occurrence General Aggregate $ 1,000,000 $ 1,000,000 (5) Pollution Legal/Environmental Legal Liability Insurance for pollution losses arising from all services performed to comply with this contract. Coverage shall apply to sudden and gradual pollution conditions including the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any watercourse or body of water, which results in Bodily Injury or Property Damage. If policy is written on a Claims Made form, a retroactive date is required, and coverage must be maintained for 3 years after completion of contract or “tail coverage must be purchased. Coverage should include and be for the at least the minimum limits listed below: 1) Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death; property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs, and the loss of use of tangible property that has not been physically injured or destroyed; PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 19 of 35 SECTION C – INSURANCE REQUIREMENTS 2) Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages. 3) Cost of Cleanup/Remediation. Limits Per Claim or Occurrence General Aggregate $ 2,000,000 $ 2,000,000 For acceptance of Pollution Legal/Environmental Legal Liability coverage included within another policy coverage required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Pollution Legal/Environmental Legal Liability and other coverage combined. (6) Crime/Fidelity/Financial Institution Insurance coverage shall include Clients’ Property endorsement similar or equivalent to ISO form CR 04 01, with at least minimum limits as follows: Limits Each Occurrence General Aggregate $ 50,000 $ 50,000 (7) Property Insurance Bidder will be responsible for all damage to its own property, equipment and/or materials. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 20 of 35 SECTION D – VENDOR REFERENCES Bid Title: Painting Services – Exterior and Infrastructure Systems (Re-Bid) Bid Number: 178-0405-B (LN) THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR BID MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: ____________________________________________________________________________ LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: _____________________________________________ BUSINESS ADDRESS: _________________________________________________________________________ HOW LONG IN PRESENT LOCATION: ____________________________________________________________ TELEPHONE NUMBER: ____________________________ FAX NUMBER: ______________________________ TOTAL NUMBER OF CURRENT EMPLOYEES: ________ FULL TIME _________ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: __________ All references will be contacted by a County Designee via email, fax, mail or phone call to obtain answers to questions, as applicable before an evaluation decision is made. LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: _____________________________________ COMPANY: _____________________________________ ADDRESS: ______________________________________ ADDRESS: ______________________________________ TELEPHONE/FAX: _______________________________ TELEPHONE/FAX: _______________________________ CONTACT: ______________________________________ CONTACT: ______________________________________ CONTACT EMAIL: ________________________________ CONTACT EMAIL:________________________________ COMPANY EMAIL ADDRESS: ______________________ COMPANY EMAIL ADDRESS: ______________________ 3. 4. COMPANY: _____________________________________ COMPANY: _____________________________________ ADDRESS: ______________________________________ ADDRESS: ______________________________________ TELEPHONE/FAX: _______________________________ TELEPHONE/FAX: _______________________________ CONTACT: ______________________________________ CONTACT: ______________________________________ CONTACT EMAIL:________________________________ CONTACT EMAIL:________________________________ COMPANY EMAIL ADDRESS: ______________________ COMPANY EMAIL ADDRESS: ______________________ PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 21 of 35 SECTION E – SPECIFICATIONS Bid Title: Painting Services – Exterior and Infrastructure Systems (Re-Bid) Bid Number: 178-0405-B(JA) A. OBJECTIVE Establish a contract for exterior and infrastructure painting and coating to maintain County property, maximizing longevity of County buildings and assets. B. REQUIREMENTS; 1. Contractor must have a Painting Specialty Contractor License (obtained through the Pinellas County Construction Licensing Board), and employ painters skilled in applications of the specified products. A copy of the license must be included within the bid submittal. 2. C ontractor must have successfully completed a minimum of five (5) commercial painting projects with a contract amount over $10,000.00 within the past three (3) years. A list of projects proving compliance with this requirement must be included within the bid submittal. 3. Contractor must have proven satisfactory experience in commercial painting and provide evidence of satisfactory services (i.e., references, public comments, re-award, etc.). A combination of least three (3): references, public comments or re-awards, must be presented within the bid submittal. 4. Contractor must provide a written statement within the bid submittal confirming the Contractor will employ a crew of painters skilled in applications of the specified products throughout the duration of the work. 5. Contractor is to conform to all workplace safety regulations for storage, mixing, application, and disposal of all paint related materials through adherence to the requirements of those authorities having jurisdiction. 6. Contractor is to conform to all Industrial Health and Safety regulations and precautions in accordance with the latest requirements edition by OSHA, DEP and/or other authorities having jurisdiction. 7. Contractor will not perform painting work unless environmental conditions are within manufacturer’s requirements or adequate weather protection is provided. 8. Prior to commencement of work, Contractor is to thoroughly examine all conditions and surfaces to be painted and report, in writing, to the County any conditions or surfaces that will adversely affect work in the area. 9. Contractor is to conform to all manufacturer’s coatings system application requirements pertaining to wet and dry mil thickness, spread rates, dry times, recoat windows, and related systems procedures. 10. All personnel must be attired in a company uniform and carry identification cards or name tags. Personnel not in compliance may be dismissed from the job site with no compensation to the Contractor. 11. Contractor shall be responsible for notifying the County, in writing, of any conditions detrimental to the proper and timely completion of the work. Contractor shall not proceed with any work until unsatisfactory conditions have been corrected in a manner acceptable to Contractor. 12. Prior to starting work, the Contractor must provide the requesting department a written quote, at no charge, including estimated labor hours and exact quantity and type of materials to be used on the project, as well as a start date and completion time frame. This quote must be approved by the requesting department and a purchase order issued prior to initiation of work. All quotes shall be provided within five (5) days from the date of request. Modifications cannot be made to any work for which a purchase order was issued unless a written request for modifications is submitted to the requesting department and approved in writing. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 22 of 35 SECTION E – SPECIFICATIONS 13. Security Requirements / Identification Badges a) All Contractor employees are required to submit to a background check. The background check process shall be completed at least ten (10) days prior to the start of the project. The Contractor shall be responsible for all costs associated with the background checks. A valid driver license and Social Security card are required for completing the background check and obtaining security clearance. Step One – The Contractor shall obtain a Level One Criminal History Records Check through the Florida Department of Law Enforcement (FDLE) for each assigned employee. Step Two – The Contractor shall submit the FDLE Records Check along with a copy of the driver license, Social Security card and completed Sheriff’s Office Security Clearance Application, for each employee, to the Contract Manager. The Pinellas County Sheriff’s Office shall have and exercise full and complete control over granting, denying, withholding, withdrawing, or terminating security clearances for Contractor employees. Additional Requirements for County Justice Center location: The Contractor will submit the Sheriff’s Office Fingerprint Card Information to the Facility Manager (CJC - State’s Attorney office only) along with items defined in Step Two. The Contractor will schedule through the Facility Manager a time for his employees to be fingerprinted by the Sheriff’s Office. Additional Requirements for Young-Rainey STAR Center facilities – The Contractor will submit to the Raytheon representative the following: 1. Original birth certificate; or 2. Original passport (proof that subject is a naturalized citizen of the United States of America) 3. No copies will be accepted. The Contractor will schedule through the Facility Manager at the STAR Center a time for his employees to present their documents to the Raytheon representative. 4. The Contractor is responsible for any costs for this added clearance requirement. The Raytheon representative shall have and exercise full and complete control over granting, denying, withholding, withdrawing, or terminating security clearances for Contractor employees for the Raytheon locations only. Step Three - The Facility Manager will communicate the results of the Sheriff’s Office review to the Contractor. b) A list of all assigned personnel, showing the employee’s full name, address, telephone number, date and place of birth, and driver license number shall be submitted to the Facility Manager. This list is to be kept current by the Contractor and promptly submitted to the Facility Manager at the beginning of each month, or immediately, if any changes are made to Contractor’s personnel. c) The Contractor shall provide an updated FDLE Level One Criminal History Records Check for all personnel on an annual basis. The annual updates are to be sent to the respective Facility Manager for review by the Sheriff Office. Background check updates shall remain on file at the Contractor’s location for three (3) years from the date of the last invoice. d) The Contractor shall make the employees available for photographs on a schedule to be worked out with the Facility Manager. Access to sites not managed by the Real Estate Management Department needs to be coordinated with the County site representative for the specific department. The badges shall be made by the County before an individual may begin work and only after a favorable security clearance has been received. Contractor employees shall sign each badge at the time of receipt. All Contractor employees are required to wear picture identification (ID) badges, to be furnished by County for the various facility sections. e) The Contractor will notify the respective Facility Manager when an employee badge is lost. It shall be the responsibility of the Contractor to pay for replacement badges at the rate of $10.00 per badge. No employee shall be allowed to work without a current badge. Any Contractor’s employee who does not have proper identification shall be cause for the County to require removal of that employee from the PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 23 of 35 SECTION E – SPECIFICATIONS property. The Contractor shall see that all badges are returned to the Facility Manager when employees are dismissed or terminated. C. SCOPE OF WORK: The Contractor is to provide commercial exterior and infrastructure painting services on an as needed basis, furnishing all labor, tools, equipment, transportation, and materials at multiple facilities within the County. The majority of the work will require the application of two (2) coats of paint, however, the County may have exterior painting that requires a variety of painting services, including historic structures. Confirmation of the exact buildings, equipment, size and/or the type of painting services by location cannot be provided. 1. Contractor will supervise and direct work using their best skill and attention and is solely responsible for all work assigned to them by the County. 2. Equipment rentals are to be billed to the County as a “pass through” expense with no Contractor markup. A copy of the rental receipt must be provided to the County as backup to the invoice upon completion of the purchase order. 3. Contractor provides and pays for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and any other facilities and services necessary for the proper execution and completion of the project, whether temporary or permanent, and whether or not incorporated or to be incorporated in the project. a. Materials purchased by the Contractor that are not considered tools (i.e. paint, and caulk, etc.) will be reimbursed at cost. b. Contractor is required to obtain a contractor’s discount to be applied to reimbursable consumables such as paint and caulk purchases, and such discount shall be included on the invoice, c. providing the original material invoices as back up to the invoice for reimbursement. d. Reimbursable consumables such as paint and caulk, etc., for each purchase order must be delivered to the site with the receipts/material invoices and verified by a County site representative sign off on the receipts/material invoices. e. Cost for items considered tools (i.e. brushes, tape, rollers, drop cloths, etc.) will NOT be reimbursed by the County. 4. Contractor will use all new materials and equipment furnished under this contract unless otherwise specified, and all work will be of good quality, free from faults and defects and in conformance with the project specifications. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. C ontractor shall furnish, at the pre-commencement meeting, satisfactory evidence as to the kind and quality of materials and equipment will be utilized. 5. Contractor, at all times, must keep the worksite free of accumulation of waste materials or rubbish caused by the work in progress. Upon completion of the work, Contractor shall remove any and all material/rubbish from the County’s property, as well as all tools, equipment, machinery and surplus materials. D. PAINT REQUIREMENTS: 1. All materials (primers, paints, coatings, varnishes, stains, lacquers, fillers, thinners, solvents, etc.) must be products that are listed in the latest edition of the MPI (Master Painters Institute) Approved Product List and must be from a single manufacturer for each system used. 2. Other paint materials such as linseed oil, shellac, turpentine, etc. must be the highest quality product of an approved manufacturer listed in the MPI Approved Product List and shall be compatible with other coating materials as required. 3. All materials and paints must be lead and mercury free. 4. Where required, paint products are to meet MPI Environmentally Friendly" ratings based on VOC (EPA Method 24) content levels. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 24 of 35 SECTION E – SPECIFICATIONS 5. All paint materials must have good flowing and brushing properties and shall dry or cure free of blemishes, sags, air entrapment, etc. 6. Where required, paints and coatings must meet flame spread and smoke developed ratings designated by local Code requirements. E. PAINT PREPARATION: Contractor must remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of size or weight of the item, provide surface-applied protection before surface preparation and painting. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. F. MATERIAL PREPARATION AND TINTING: 1. Contractor must mix and prepare paint materials according to manufacturer's written instructions. a) Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. b) Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using. c) Use only thinners approved by paint manufacturer and only within recommended limits. 2. Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. G. SAMPLES: Samples shall be provided to, and approved by, the County project manager for each project prior to commencement of the work, according to the process listed below. 1. Product Data: For each paint system indicated (to include block fillers and primers): a) Material List: An inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. b) Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material. 2. Samples for Initial Selection: For each type of finish-coat material indicated. After color selection, County project representative will furnish color chips for surfaces to be coated. 3. Samples for Verification: For each color and material to be applied, with texture to simulate actual conditions on representative samples of the actual substrate. a) Provide stepped samples defining each separate coat, including block fillers and primers. b) Use representative colors when preparing samples for review. Resubmit until required sheen, color, and texture are achieved. c) Provide a list of materials and applications for each coat of each sample. Label each sample for location and application. d) Submit invoice list of all paint materials ordered for project work to the County’s project representative indicating manufacturer, types and quantities for verification and compliance with specification and design requirements if requested. H. SURFACE & SITE PREPARATION: All shrubbery, outside carpeting, sprinkler systems, etc. shall be fully protected against damage during each stage of the painting project. Contractor shall ensure that vehicles are parked sufficiently distant so as to not be hit with coating spatter or drips. Where air movement may result in overspray drift, the Contractor shall use targets to ensure protection of surrounding surfaces, including but not limited to, County owned property, employee owned vehicles, structures and vehicles on property surrounding or in close proximity to the project site. Targets shall be PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 25 of 35 SECTION E – SPECIFICATIONS closely monitored by Contractor Project Supervisor to ensure work ceases when evidence of overspray drift is observed on targets. Before applying paint or other surface treatments, Contractor will clean substrates of substances that could impair bond of the various coatings. Remove oil and grease before cleaning. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. Provide barrier coats over incompatible primers or remove and re-prime. Previous coatings that are loose or peeling, or that have a questionable bond to the substrate must be removed down to a solid surface. Where elastomeric coatings were previously used, tests should be made with a scraper to assure proper adhesion. If proper surface preparation underneath the elastomeric coating was not properly done, the elastomeric should be peeled off with at least 3000 psi and with hand methods as necessary. 1. Cementations Materials: Prepare concrete, concrete unit masonry, cement plaster, and mineral-fiber- reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. Use abrasive blast-cleaning methods if recommended by paint manufacturer. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surfaces if moisture content exceeds that permitted in manufacturer's written instructions. 2. Ferrous Metals: Clean un-galvanized ferrous-metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with the Society of Protective Coatings (SSPC) recommendations. Blast steel surfaces clean as recommended by paint system manufacturer and according to SSPC-SP 6/NACE No. 3 Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. Touch up bare areas and shop-applied prime coats that have been damaged. Wire-brush, clean with solvents recommended by paint manufacturer, and touch up with same primer as the shop coat. 3. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. Existing surfaces shall be tested to determine the existing thickness with a recommendation for the thickness coverage of the new coating system. I. CAULKING REMOVAL 1. All construction joints, expansion joints, inside angles or changes of direction, junctions of dissimilar materials (such as wood to stucco, metal to stucco, etc.), through wall penetrations (such as pipes, conduit, anchor bolts, etc.), window, all 90 degree angles on the top-side of all window sills, junction of the metal cap where one piece overlaps another, door, and slab joints shall be carefully inspected for caulking deterioration, loss of adhesion, cracking, etc. 2. Failing caulk shall be removed thoroughly and the area cleaned with VM & P Naphtha or another appropriate solvent. (Do not use mineral spirits or turpentine.) Once caulk is removed and the void cleaned to a sound substrate, apply primer/sealer prior to installation of sealant. 3. Areas listed above that currently have no existing sealant are to be cleaned to a sound substrate, and caulked with an alkyd based one component polyurethane sealant. 4. All areas being caulked are to be prepared as directed on the sealant product data sheets. Install Backer-Rod or Bond-Breaker Tape per instructions on sealant manufacturer’s data sheets. 5. Contractor is to make every effort possible to reduce the “open time” of prepared joints to receive sealant. Extended periods of prepared but unsealed joints will increase the chances of severe water intrusion. J. CRACK REPAIR: 1. All static cracks (not to exceed 1/32” x 1/32”) shall be cleaned out and opened to a “V” configuration. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 26 of 35 SECTION E – SPECIFICATIONS 2. Fill all prepared static cracks with Scott Plastiflex™ #5100, #5200, or #5300 Patch or Caulking (or approved equivalent) material to match the existing texture as closely as possible. 3. All dynamic cracks (cracks larger than 1/32” x 1/32”) shall be cut with an electric saw to a minimum of ¼” x ¼”. 4. All dynamic cracks shall be packed with the appropriate size backer rod or bond breaker tape. 5. All dynamic cracks shall be caulked with Scott #5500 Plastiflex™ Elastomeric Acrylic Urethane Caulk and/or an alkyd based single component urethane caulk and properly tooled to blend. 6. In some areas, seepage from walls is evident. In order to prevent coatings from disbanding, seepage must be cleaned. Once surface seepage is cleaned, rout these areas and use a hydraulic cement mixture to blend with surrounding surfaces. Allow product to cure prior to applying paint products. 7. Areas of loose or hollow sounding stucco shall be chipped out and replaced with new stucco and a bonding agent or with Plastiflex™ Elastomeric Patching Compound #5100, #5200, or #5300 (or approved equivalent). Care should be taken to match the original texture of the stucco as closely as possible. K. EXTERIOR EXPOSED WOOD: 1. Painted wood surfaces shall be carefully inspected for evidence of deterioration or surface imperfections. Any imperfections shall be repaired (i.e. sandpaper any hard, glossy surface to ensure proper adhesion; fill nail holes, imperfections and cracks with putty; edges, corners and raised grain shall be eased by sanding). County must be notified of any wood replacement needed. 2. All rusted nail heads, screws and/or bolts, shall be treated with a phosphoric acid based solution (Ospho), counter-sunk and puttied with an oil based putty or spot-primed to prevent further bleeding. L. SITE REQUIREMENTS Unless pre-approved by the County project representative, the Contractor shall not perform repainting work when ambient air and substrate temperatures and humidity level exceeds manufacturer’s stated limits. The C ontractor shall test suspect surfaces (concrete, masonry, plaster and wood surfaces) for moisture and alkalinity as required. Conduct all moisture tests using a properly calibrated electronic moisture meter, except test concrete floors for moisture using a simple "cover patch test". The maximum moisture shall not exceed: • 15% for wood. • 12 % for plaster and gypsum board. The Contractor shall not perform painting or repainting work unless adequate lighting has been provided. The Contractor shall apply paint only to dry, clean, and adequately prepared surfaces in areas where dust is no longer generated by construction activities such that airborne particles will not affect the quality of finished surfaces. Normal safety signs, necessary lighting and temporary fencing around work areas shall be installed and maintained in accordance with OSHA requirements while the work is in progress. Painting materials must be secured in accordance with OSHA regulations when not in use. M. DELIVERY OF MATERIALS The Contractor will confine his apparatus, materials storage and operations of his workers to limits indicated by the County project representative. All materials used on the job must be stored in a single place designated by the County project representative. Such storage shall be kept clean, and Contractor shall be liable for damage to surrounding areas. 1. All paint product materials used pursuant to these specifications shall be delivered to the jobsite in original, sealed factory containers and shall bear proper factory labeling including batch number and color number. 2. All containers shall have manufacturer’s instructions as part of the labeling requirement. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 27 of 35 SECTION E – SPECIFICATIONS 3. All deliveries shall be the sole responsibility of the Contractor to coordinate. Contractor must notify the County project representative in advance of incoming deliveries. 4. Flammable material and/or fire hazard waste shall be stored per manufacturer’s label, handled and used in an approved manner and shall be removed from the site daily. 5. The Contractor will provide the County a copy of Safety Data Sheet (SDS) for each product to be used on each job. The Contractor shall maintain a copy of the MSDS at the work site. N. APPLICATION Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. Do not paint unless substrates are acceptable and/or until all environmental conditions (heating, ventilation, lighting and completion of other sub-trade work) are acceptable for applications of products. Painting coats specified are intended to cover surfaces satisfactorily when applied at proper consistency and in accordance with manufacturer's recommendations. Apply a minimum of coats defined by the project scope of work using the paint listed in the scope of work paint schedule to achieve satisfactory results. Paint colors, surface treatments, and finishes are indicated in the paint schedules. 1. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 2. Provide finish coats that are compatible with primers used. 3. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, grilles, convector covers, covers for finned-tube radiation, and similar components are in place. Extend coatings in these areas, as required, to maintain system integrity and provide desired protection. 4. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 5. Paint interior surfaces of ducts with a flat, non-specular black paint where visible through registers or grilles. 6. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 7. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces. 8. Finish interior of wall and base cabinets and similar field-finished casework to match exterior. 9. Sand lightly between each succeeding enamel/varnish coat. 10. Materials shall be applied evenly and free of runs, sags, pinholes or lap marks. O. APPLICATION PROCEDURES Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions. 1. Brushes: Use brushes best suited for type of material applied. Use brush of appropriate size for surface or item being painted. 2. Rollers: Use rollers of carpet, velvet-back, or high-pile sheep's wool as recommended by manufacturer for material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by manufacturer for material and texture required. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 28 of 35 SECTION E – SPECIFICATIONS 4. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate to achieve dry film thickness indicated. Provide total dry film thickness of the entire system as recommended by manufacturer. It will be the painting contractor’s responsibility to own and use a wet film thickness gage to check his application thickness as work proceeds. 5. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and occupied spaces. Mechanical items to be painted include, but are not limited to, the following: a) Uninsulated metal piping. b) Uninsulated plastic piping. c) Pipe hangers and supports. d) Tanks that do not have factory-applied final finishes. e) Visible portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets. f) Duct, equipment, and pipe insulation having “all-service jacket” or other paintable jacket material. g) Mechanical equipment that is indicated to have a factory-primed finish for field painting. Electrical items to be painted include, but are not limited to: (i) Switchgear. (ii) Panel boards. (iii) Electrical equipment that is indicated to have a factory-primed finish for field painting. 6. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. 7. Prime Coats: Before applying finish coats, apply a prime coat, as recommended by manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn-through or other defects due to insufficient sealing. 8. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, laps, brush marks, runs, sags, or other surface imperfections acceptable. 9. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface imperfections. 10. Completed Work: Must match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. P. PAINT SCHEDULING Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 1. The number of coats and film thickness required are the same regardless of application method. Do not apply succeeding coats until previous coat has cured as recommended by manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions, sand between applications. Omit primer over metal surfaces that have been shop primed and touchup painted. 2. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure that edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, and does not deform or feel sticky under moderate thumb pressure, and until application of another coat of paint does not cause undercoat to lift or lose adhesion. Q. EXTERIOR PAINT SCHEDULING PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 29 of 35 SECTION E – SPECIFICATIONS 1. Stucco: Provide the following finish systems over exterior concrete, stucco, and brick masonry substrates: Flat Acrylic Finish: Ceilings only, two finish coats over a primer. a) Primer: Exterior concrete and masonry primer. b) Finish Coats: Exterior flat acrylic paint. 2. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop- primed items. Full-Gloss Alkyd-Enamel Finish: Two finish coats over a rust-inhibitive primer. a) Primer: Exterior ferrous-metal primer. b) Finish Coats: Exterior full-gloss alkyd enamel. 3. Zinc-Plated Metal: Provide the following finish systems over exterior zinc-plated metal surfaces: Full-Gloss Alkyd-Enamel Finish; Two finish coats over a self-etching primer. a) Primer: Exterior Self-Etching Primer b) Finish Coats: Exterior full-gloss alkyd enamel 4. Galvanized Metal: Provide the following finish systems over exterior galvanized metal: Full-Gloss Alkyd-Enamel Finish: Two finish coats over a galvanized metal primer. a) Primer: Exterior galvanized metal primer. b) Finish Coats: Exterior full-gloss alkyd enamel. 5. Aluminum: Provide the following finish systems over exterior aluminum surfaces: Alkyd-Enamel Finish: Two finish coats over a primer. a) Primer: Exterior aluminum primer under alkyd finishes. b) Finish Coats: Exterior Satin finish alkyd enamel. R. PROTECTION AND CLEANUP At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the project site. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping without scratching or damaging adjacent finished surfaces. Protect work of other trades, whether being painted or not, against damage from painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by the County project representative. Provide "Wet Paint" signs to protect newly painted finishes. After completing painting operations, remove temporary protective wrappings provided by others to protect their work. After work of other trades is complete, touch up and restore damaged or defaced painted surfaces. S. WARRANTY The Contractor shall guarantee all work against defective workmanship and materials for a period of seven (7) years. Coated areas which show evidence of premature failure, shall be removed by a suitable means and the entire coating system reapplied at the Contractor’s expense. T. ASSET PRESERVATION The Contractor, at the request of the County, will provide asset condition assessment reports for any identified County property that is scheduled for coating and perseveration. Reports are to include: 1. Historical background and information of facility, including age and previous exterior work painting and/or repairs completed (if obtainable). 2. Recommendation on preservation and/or improvement technique that shall: a. Extend the life of the asset b. Address existing flaws or damage c. Improve the visual quality 3. Projected lifecycle of recommended preservation techniques and/or improvements. 4. Value analysis of recommended preservation techniques and/or improvements. U. UNSPECIFIED SERVICES PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 30 of 35 SECTION E – SPECIFICATIONS Unspecified materials and services is for unspecified materials and services that may be needed during the term of the contract. In addition, unspecified materials and services such as equipment rental (lift) and consumables used for completion of project as per Section B. Scope of Work, 3 and 4 shall be reimbursed under unspecified services. 1. Equipment Rentals will be billed to the County as a “pass through” with no markup. A copy of the rental receipt is to be provided to the County with the invoice at the completion of the project. 2. Materials purchased by the Contractor that are not considered tools such as paint, and caulk, etc. will be reimbursed at cost. The Contractor shall add the cost to the final invoice at the completion of the job and provide the original material invoices as back up for reimbursement. Items considered tools, like brushes, tape, rollers, drop cloths, etc., will not be reimbursed by the County. 3. Contractor is required to obtain a contractors discount applied to reimbursable consumables such as paint and caulk purchases and include such discount on the invoice. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 31 of 35 SECTION F – BID SUMMARY Bid Title: Painting Services – Exterior and Infrastructure Systems (Re-Bid) Bid Number: 178-0341-B (JA) DESCRIPTION EST QUANTITY 5 YEARS UNIT OF MEASURE UNIT PRICE TOTAL Paint Application 8,750,000 Square Feet $ $ Surface & Site Preparation 50,000 Man Hours $ $ Pressure Washing Only 35,000 Man Hours $ $ Bid Total $ UNSPECIFIED MATERIALS AND SERVICES: (WILL NOT BE USED TO DETERMINE AWARD). $ 150,000.00 Include with submission: Copy of Contractor’s Pinellas County Painting Specialty Contractor License A list of at least five (5) completed commercial projects, exceeding $10,000.00 per project, completed within past three (3) years A combination of least three (3): references, public comments or re-awards A written statement confirming Contractor will employ a crew of painters skilled in applications of the specified products throughout the duration of the contract DELIVERY _________ DAYS AFTER RECEIPT OF ORDER An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 (http://www.flsenate.gov/Laws/Statutes/2011/607.1501). A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit www.sunbiz.org for this information on how to become registered. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 32 of 35 SECTION F – BID SUMMARY Electronic Payment (ePayables) The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See Section A, number 27. Would your company accept to participate in the ePayables credit card program? Yes No For more information about ePayables credit card program please visit Purchasing Department website www.pinellascounty.org/purchase. Company Name Signature Printed Signature Phone Number PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B (JA) Page 33 of 35 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 34 of 35 SECTION G - ADDENDA ACKNOWLEDGMENT FORM Bid Title: Painting Services – Exterior and Infrastructure Systems (Re-Bid) Bid No: 178-0405-B(JA) PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS ITB/RFP BY SIGNING AND DATING BELOW: ADDENDUM NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) has been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in being considered non-responsive or result in lowering the rating of a firm’s proposal. Information regarding Addenda issued is available on the Purchasing Department’s website at, www.pinellascounty.org/purchase/Current_Bids1.htm , listed under category ‘Current Bids’. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 178-0405-B(JA) Page 35 of 35 SECTION H - STATEMENT OF NO BID NOTE: If you do not intend to bid on this requirement, please return this form immediately. Thank you. [Pinellas County Purchasing Department 400 South Fort Harrison Avenue, 6th Floor Clearwater, Florida 33756] We, the undersigned have declined to submit a bid for No. 178-0405-B(JA) for Painting Services – Exterior and Infrastructure Systems (Re-Bid) Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation to Bid. We do not offer this product or service. Our schedule would not permit us to perform. Unable to meet specifications. Unable to meet Bond requirement. Specifications unclear (explain below). Unable to Meet Insurance Requirements. Remove Us from Your "Notification List" Altogether Other (specify below). REMARKS: We understand that if the "No Bid" letter is not executed and returned our name may be deleted from the Bidders List of Pinellas County. COMPANY NAME: DATE: SIGNATURE: TYPED NAME OF ABOVE: TELEPHONE: FAX: EMAIL: PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 07/2017 Pinellas County Staff Report 315 Court Street Clearwater, Florida 33756 File #:18-758A,Version:1 Agenda Date:7/17/2018 Subject: Award of bid to L&T Brothers, Inc. d/b/a Lowes Commercial Painting for exterior and infrastructure painting services. Recommended Action: Reject the bids from Florida’s Choice Home Improvements LLC and Kimszal Contracting, Inc. for being non-responsive for not meeting specifications pertaining to licensure. Approve the award of bid to L&T Brothers, Inc. d/b/a Lowes Commercial Painting (Lowes) for exterior and infrastructure painting services. Contract No. 178-0405-B(JA) in the annual amount of $821,000.00 for a five (5) year term total of $4,105,000.00 on the basis of being the only responsive, responsible bid meeting specifications. Strategic Plan: Deliver First Class Services to the Public and Our Customers 5.2 Be responsible stewards of the public’s resources Summary: This contract provides all labor and materials for countywide exterior and infrastructure painting projects and is primarily utilized by the Public Works, Utilities and Real Estate Management departments; however the contract is available for use by all County departments. This contract is necessary to provide a service for which there are no County resources. Background Information: This Invitation to Bid (ITB) is a re-solicitation of an ITB originally released by the Purchasing Department which yielded no responsive bids with subsequent rejection by the County Administrator on May 9, 2018. This ITB was re-drafted to more clearly establish requirements resulting in three (3) bid submissions, only one (1) of which was deemed responsive based upon the requirement of a Painting Specialty Contractor License as required through the Pinellas County Construction Licensing Board for such services. This scope of work includes the painting of exterior of County structures, including but not limited to: facility buildings, historic buildings, warehouses, water tanks, etc. This is a five (5) year contract with provision for price adjustments after the initial twelve (12) month period and annually thereafter, based upon the Consumer Price Index for all urban Consumers. Fiscal Impact: Estimated County annual expenditure not to exceed: $821,000.00 Pinellas County Printed on 7/5/2018Page 1 of 2 powered by Legistar™ Approved by BCC 7/17/2018 File #:18-758A,Version:1 Agenda Date:7/17/2018 Estimated County contract expenditure not to exceed:$4,105,000.00 Funding is derived from departmental operating budgets. Staff Member Responsible: Paul Sacco, Assistant County Administrator Joe Lauro, Director, Purchasing Department Partners: N/A Attachments: Bid Tabulation Pinellas County Printed on 7/5/2018Page 2 of 2 powered by Legistar™ BOARD OF COUNTY COMMISSIONERS Joseph Lauro, CPPO/CPPB Director PLEASE ADDRESS REPLY TO: 400 South Ft. Harrison, Sixth Floor Clearwater, Florida 33756 Phone: (727) 464-3311 FAX: (727) 464-3925 Website: www.pinellascounty.org/purchase DATE: June 13, 2018 TIME POSTED: 12:30 p.m. EST PROCUREMENT ANALYST: Jeanne Armstrong SUBJECT: Recommendation of Bid Award Bid No.: 178-0405-B(JA) Bid Title: Painting Services – Exterior and Infrastructure (Re-Bid) Pinellas County staff recommends award to L & T Brothers, Inc. d/b/a Lowes Commercial Painting in the amount of $4,105,000.00. This is the Bidders List, but posted on DemandStar as a “Short List.” This is not a short list of vendors; no recommendations for award are made at this point. PINELLAS COUNTY PURCHASING BID SHEET DATE/TIME OF BID OPENING: May 31, 2018 @ 3:00PM BID NO: 178-0405-B(JA) BID TITLE: PAINTING SERVICES EXTERIOR AND INFRASTRUCTURE SYSTEMS (RE-BID) ADVERTISED: May 16, 2018 Bid Summary Pg: 31 1 BIDS RECEIVED COMPANY NAME 1 Kimszal Contracting, Inc 2 Florida’s Choice Homeimprovement 3 Lowes Commercial Painting 4 5 6 7 8 9 10 11 12 13 14 15 OPENED BY: Bid Sheet Prepared by: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7430 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.15 SUBJECT/RECOMMENDATION: Authorize a purchase order to Overhead Door of Clearwater, FL for various maintenance, repair, replacement and new overhead doors, in the not-to-exceed amount of $350,000 from January 1, 2020 through May 24, 2021, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) SUMMARY The Building & Maintenance divisions overhead door repair, replacement and additions have been procured by obtaining quotes or piggybacking other government entities contracts. Staff is requesting the ability to piggyback an existing contract for Overhead Door of Clearwater, FL for various overhead door projects throughout the city for the duration of their respective contract . This will allow us to benefit from pre-negotiated prices for various items required. Piggyback Contract: Pinellas County #156-0332-B(PF) - Overhead Door of Clearwater, of Clearwater FL. - expires May 24, 2021. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 5656531-530300 GSBM180008 - R&M - MTRLS Page 1 City of Clearwater Printed on 2/5/2020 Pinellas County Staff Report 315 Court Street, 5th Floor Assembly Room Clearwater, Florida 33756 File #:16-353D,Version:1 Agenda Date:12/25/2030 Subject: Award of bid to Stolze Door Company dba Overhead Door of Clearwater for requirements of maintenance, repair and replacement of overhead/security doors. Recommended Action: Approval by the Director of Purchasing of the award of bid to Stolze Door Company dba Overhead Door of Clearwater (Overhead Door of Clearwater) for requirements of maintenance, repair and replacement of overhead and security doors. Contract No. 156-0332-B(PF) in the amount of $451,180.00 on the basis of being the lowest responsive, responsible bid received meeting specifications; effective five (5) years from date of award. Strategic Plan: Create a Quality Workforce in a Positive, Supportive Organization 1.3 Make workforce safety and wellness a priority Ensure Public Health, Safety, and Welfare 2.1 Provide planning, coordination, prevention, and protective services to ensure a safe and secure community Summary: The purpose of this five (5) year contract is to provide preventive maintenance, repair and replacement services for manual and powered overhead doors, as well as, the purchase and installation of overhead/security doors at multiple facilities throughout the County. Background/Explanation: This bid was originally released on March 7, 2016; one (1) bid was received. The low bid response appears to correlate to the disparate services requested, which include gate controllers. Staff separated the former scope into two (2) separate bid documents, one for gate repairs and controllers and one for garage door maintenance and repairs. The bid was re-released on April 20, 2016 and three (3) bids were received. Fiscal Impact: Estimated five (5) year expenditure not to exceed: $451,180.00 Estimated annual expenditure not to exceed $90,236.00 Funding is derived from individual requesting departments’ operating budgets. Pinellas County Printed on 5/25/2016Page 1 of 2 powered by Legistar™ Approved 5/24/16 by Joe Lauro, Director of Purchasing File #:16-353D,Version:1 Agenda Date:12/25/2030 Delegated Authority: Authority for the Director of Purchasing to award this bid is granted under Section 2-176 (f). Staff Member Responsible: Andrew W. Pupke, Director, Real Estate Management Joe Lauro, Director, Purchasing Partners: N/A Attachments: Bid Tab Pinellas County Printed on 5/25/2016Page 2 of 2 powered by Legistar™ Cut along the outer border and affix this label to your sealed bid envelope to identify it as a “Sealed Bid”. Be sure to include the name of the company submitting the bid where requested. SEALED BID • DO NOT OPEN SEALED BID NO.: 156-0332-B(PF) BID TITLE: OVERHEAD/SECURITY DOORS: MAINTENANCE, REPAIR AND REPLACEMENT - REBID DUE DATE/TIME: May 12, 2016 @ 3:00 P.M. SUBMITTED BY: ___________________________________ (Name of Company) DELIVER TO: PURCHASING DEPARTMENT Board of County Commissioners Annex Building – 6th Floor 400 South Fort Harrison Avenue Clearwater, FL 33756 Please Note: From time to time, addenda may be issued to this bid. Any such addenda will be posted on the same Web site, www.pinellascounty.org/purchase/Current_Bids1.htm , from which you obtained this bid. Before submitting your bid you should check our Web site to download any addenda that may have been issued. Please remember to sign and return Addenda Acknowledgement Form with completed bid package if applicable. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 The Overhead Door of Clearwater Matt Bigelow 156-0332-B(PF) Page 1 of 41 SUBMIT TO: PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS 400 S. FT. HARRISON AVENUE ANNEX BUILDING – 6TH FLOOR CLEARWATER, FL 33756 INVITATION TO BID ISSUE DATE: April 20, 2016 BID SUBMITTALS RECEIVED AFTER SUBMITTAL DATE & TIME WILL NOT BE CONSIDERED TITLE: OVERHEAD/SECURITY DOORS: MAINTENANCE, REPAIR AND REPLACEMENT - REBID BID NUMBER: 156-0332-B(PF) SUBMITTAL DUE: May 12, 2016 @ 3:00 P.M. AND MAY NOT BE WITHDRAWN FOR 60 DAYS FROM DATE LISTED ABOVE. PRE-BID DATE & LOCATION: NOT APPLICABLE DEADLINE FOR WRITTEN QUESTIONS: April, 29, 2016 BY 3:00 P.M. SUBMIT QUESTIONS TOPATTI FONTAINE AT pfontaine@pinellascounty.org Phone; 727-464-3147 Fax: 727/464-3925 THE MISSION OF PINELLAS COUNTY Pinellas County Government is committed to progressive public policy, superior public service, courteous public contact, judicious exercise of authority and sound management of public resources to meet the needs and concerns of our citizens today and tomorrow. JOSEPH LAURO, CPPO/CPPB Director of Purchasing NOTE: BIDS ARE TO BE SUBMITTED IN DUPLICATE BIDDER MUST COMPLETE THE FOLLOWING BIDDERS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS, PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSIBLE BID RECEIVED MEETING SPECIFICATIONS. NO CHANGES REQUESTED BY A BIDDER DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE BID OPENING DATE AS ADVERTISED. BY SIGNING THIS PROPOSAL FORM BIDDERS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER BID TERMS AND CONDITIONS, INCLUDING ALL INSURANCE REQUIREMENTS. PAYMENT TERMS: ____% ___DAYS, NET 45 (PER F.S. 218.73) *BID DEPOSIT, IF REQUIRED, IS ATTACHED IN THE AMOUNT OF $ _________ BIDDER (COMPANY NAME): __________________________________ D/B/A _____________________________________ MAILING ADDRESS: ______________________________________ CITY / STATE / ZIP ___________________________ COMPANY EMAIL ADDRESS: ______________________________ PHN: (__)__________ FAX: (__)__________ CONTACT NAME: _______________________ *REMIT TO NAME: ________________________________________ (As Shown On Company Invoice) ____________________________________FEIN#_______________ Proper Corporate Identity is needed when you submit your bid, especially how your firm is registered with the Florida Division of Corporations. Please visit www.sunbiz.org for this information. It is essential to return a copy of your W-9 with your bid. Thank you. PRINT NAME: _______________________________ EMAIL ADDRESS: ___________________________ I HEREBY AGREE TO ABIDE BY ALL TERMS AND CONDITIONS OF THIS BID, INCLUDING ALL INSURANCE REQUIREMENTS & CERTIFY I AM AUTHORIZED TO SIGN THIS BID FOR THE BIDDER. AUTHORIZED SIGNATURE: ____________________________ PRINT NAME/TITLE: ________________________________________ FORMS CHECKLIST COPY OF COMPANY INVOICE W-9 (TAXPAYER ID) SEE PAGE 24 - 27 SECTION F FOR BID PRICING SUMMARY THIS FORM MUST BE RETURNED WITH YOUR RESPONSE PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Director of Purchasing The Overhead Door of Clearwater 12855A Daniel Dr, Clearwater FL 33762 Matt Bigelow matt@overheadclw.com Matt Bigelow Matt Bigelow customerservice@overheadclw.com Overhead Door of Clearwater 59-3229344 727 561-9090 727 561-9191 Matt Bigelow Matthew Bigelow, Commercial Sales Stolze Door Company Overhead Door of Clearwater Clearwater FL 33762 X X Contractor license attached Insurance certificate attached 156-0332-B(PF) Page 2 of 41 SECTION A - GENERAL CONDITIONS 1. PREPARATION OF BID: Bid will be prepared in accordance with the following: (a) Our enclosed Bid Summary is to be used in submitting your bid. (b) All information required by the Bid Summary shall be furnished. The bidder should print or type his name and manually sign the schedule and each continuation sheet on which an entry is made. (c) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (d) Alternate bids will not be considered unless authorized by the Invitation to Bid. (e) Proposed delivery time must be shown and shall include Sundays and holidays. (f) The County is exempt from all state and federal sales, use, transportation and excise taxes. Taxes of any kind and character, payable on account of the work performed and materials furnished under the award, shall be paid by the bidder and deemed to have been included in the bid. The Laws of the State of Florida provide that sales and use taxes are payable by the bidder upon the tangible personal property incorporated in the work and such taxes shall be paid by the bidder and be deemed to have been included in the bid. (g) Bidders shall thoroughly examine the drawings, specifications, schedule, instructions and all other contract documents. (h) Bidders shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the bid conditions. Plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will not be accepted as a basis for varying the requirements of the County or the compensation to the vendor. (i) Bidders are advised that all County Contracts are subject to all legal requirements provided for in the Purchasing Ordinance and/or State and Federal Statutes. 2. DESCRIPTION OF SUPPLIES: (a) Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. SUCH REFERENCES ARE NOT INTENDED TO BE RESTRICTIVE. Bids will be considered for all brands which meet the quality of the specifications listed for any items. (b) Bidders are required to state exactly what they intend to furnish, otherwise they shall be required to furnish the items as specified. (c) Bidders will submit, with their proposal, data necessary to evaluate and determine the quality of the item(s) they are bidding. 3. ALTERNATES: Unless otherwise provided in an Invitation to Bid or Request for Proposals, ALTERNATIVES may be included in the plans, specifications, and/or proposals. When included, the Bidder or Offerer shall indicate on the proposal the cost of said alternate and sum to be deducted or added to the Base Bid. Such alternates may or may not be accepted by the County. If approved, it is at the County’s discretion to accept said alternate(s) in any sequence or combination therein. 4. SUBMISSION OF BID: (a) Bids or proposals shall be submitted utilizing recycled paper copied on both sides’ wherever possible. Failure to comply could result in the bid or proposal being rejected. (b) Bid and changes thereto shall be enclosed in sealed envelopes addressed to the Purchasing Department, Pinellas County. The name and address of the bidder, the date and hour of the bid submittal and the material or service bid on shall be placed on the outside of the envelope. (c) Bid must be submitted on the forms furnished. Electronic/facsimile bids will not be considered. The County reserves the right to modify the Bid Proposal by electronic/facsimile notice 5. REJECTION OF BID: (a) The County may reject a bid if: 1. The bidder misstates or conceals any material fact in the bid. 2. The bid does not strictly conform to the law or requirements of bid, including insurance requirements. 3. The bid is conditional, except that the bidder may qualify his bid for acceptance by the County on an "all or none" basis, or a "low item" basis. An "all or none" basis bid must include all items upon which the bid was invited. (b) The respective constitutional officer, county administrator on behalf of the board of county commissioners or within his/her delegated financial approval authority, or director of purchasing, within his/her delegated financial approval authority shall have the authority when the public interest will be served thereby to reject all bids or parts of bids at any stage of the procurement process through the award of a contract. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 3 of 41 SECTION A - GENERAL CONDITIONS (c) The County reserves the right to waive minor informalities or irregularities in any bid. 6. WITHDRAWAL OF BID: (a) Bid may not be withdrawn after the time set for the bid submittal for a period of time as specified. (b) Bid may be withdrawn prior to the time set for the bid submittal. Such request must be in writing. 7. LATE BID OR MODIFICATIONS: (a) Bid and modifications received after the time set for the bid submittal will not be considered. In addition, late bids will not be accepted, will be rejected and will be returned for any reason. The time clock stamp located in Pinellas County Purchasing Department shall be the official time stamp. This upholds the integrity of the bidding process. (b) Modifications in writing received prior to the time set for the bid submittal will be accepted. 8. PUBLIC REVIEW AT BID OPENING: Bids will be opened immediately after the bid submittal date and time (3:00 PM) by the Pinellas County Purchasing Department, 400 South Fort Harrison Avenue, Annex Building, 6th Floor, Clearwater, FL 33756. The public may attend the bid opening, but may not immediately review any bids submitted. The names of respondents and their bids amounts will be read aloud at the time of opening. Pursuant to Florida Statute, Section 119.071(1)(b)2, all bids submitted shall be subject to review as public records after 30 days from opening, or earlier if an intended decision is reached before the thirty day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secrets claims shall be dispositively determined by a court of law prior to trade secret protection being granted. 9. BID TABULATION INQUIRIES: Inquiries relating to the results of this bid, prior to the official bid award by the Pinellas County Board of County Commissioners may be made by visiting the Pinellas County Purchasing Office. Tabulations will be posted on the Purchasing Website (www.pinellascounty.org/purchase/Current_Bids1.htm ) after 30 days to comply with Florida Statute, Section 119.071(1)(b)2. 10. AWARD OF CONTRACT: (a) The contract will be awarded to the lowest responsive, responsible bidder whose bid, conforming to the Invitation to Bid, is most advantageous to Pinellas County, price and other factors considered. For Invitation to Bid for Sale of Real or Surplus Property, award will be made to the highest and most advantageous bid including price and other factors considered. (b) The County reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations. See Rejection of Bids. (c) If two or more bids received are for the same total amount or unit price, or in the case of proposals, the qualifications, quality and service are equal, the contract shall be awarded to the local bidder/proposer. A local firm is defined as a firm with headquarters in geographical Pinellas County. Headquarters shall mean the office location that serves as the administrative center and principal place of business. If two or more bids received are for the same total amount or unit price or in the case of proposals, the qualifications, quality and service are equal and no firms are deemed local, then the contract shall be awarded by drawing lots in public. (d) Prices quoted must be FOB Pinellas County with all transportation charges prepaid unless otherwise specified in the Invitation to Bid. (e) A written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful bidder, shall result in a binding contract without further action by either party. 11. BIDS FROM RELATED PARTIES OR MULTIPLE BIDS RECEIVED FROM ONE VENDOR: Where two (2) or more related parties each submit a bid or proposal or multiple bids are received from one (1) vendor, for any contract, such bids or proposals shall be judged non-responsive. Related parties mean bidders or proposers or the principles thereof, which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principles thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 4 of 41 SECTION A - GENERAL CONDITIONS 12. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Florida apply to any purchase made under this Invitation to bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this bid and subsequent contract(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and OSHA as applicable to this contract. 13. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of ‘‘funding agreement’’ under 37 CFR § 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 CFR Part 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. 14. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, and municipalities the bid prices submitted in accordance with said bid terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Florida agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 15. COLLUSION: The bidder, by affixing his signature to this proposal, agrees to the following: "Bidder certifies that his bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 16. CONTRACTOR LICENSE REQUIREMENT: All contractors performing construction and related work in Pinellas County must comply with our regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any bid and/or contract award. 17. SAFETY DATA SHEETS REQUIREMENTS: If any chemicals, materials, or products containing toxic substances, in accordance with OSHA Hazardous Communications Standards, are contained in the products purchased by the County as a result of this bid, the successful bidder shall provide a Safety Data Sheet at the time of each delivery. 18. RIGHT TO AUDIT: Pinellas County reserves the privilege of auditing a vendor's records as such records relate to purchases between Pinellas County and said vendor. Such audit privilege is provided for within the text of the Pinellas County Code §2- 176(j). Records should be maintained for three (3) years from the date of final payment. 19. PUBLIC ENTITY CRIME AND SCRUTINIZED COMPANIES: Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and Contractor agrees that its bid and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. Contractor represents and certifies that Contractor is and will at all times remain eligible to bid for and perform the services subject to the requirements of these, and other applicable, laws. Contractor agrees that any contract awarded to Contractor will be subject to termination by the County if Contractor fails to comply or to maintain such compliance. 20. MULTIPLE COPIES: Unless otherwise specified, responses to an Invitation to Bid (ITB) or Request for Proposal (RFP) should be submitted in duplicate. 21. COUNTY INDEMNIFICATION: a) The first ten dollars ($10) of compensation received by the contractor pursuant to this contract represents specific consideration for the following indemnification: contractor shall indemnify, pay the cost of defense, including attorneys' fees, and hold harmless the County from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons or property by or from the said contractor; or by, or in consequence of any neglect in safeguarding the work; or through the use of unacceptable PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 5 of 41 SECTION A - GENERAL CONDITIONS materials in the construction of improvements; or by, or on account of any act or omission, neglect or misconduct of the said contractor; or by, or on account of, any claim or amounts recovered under the "Workers' Compensation Law" or of any other laws, by-laws, ordinance, order or decree, except only such injury or damage as shall have been occasioned by the sole negligence of the County. b) Unless specifically prohibited by Florida Law, the successful bidder(s) agrees to indemnify the County and hold it harmless from and against all claims, liability, loss, damage or expense, including counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the County. c) The duty to defend under this Article is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the CONSULTANT, the COUNTY and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to the CONSULTANT. The CONSULTANT’S obligation to indemnify and defend under this Article will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the COUNTY or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 22. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in Section A apply to this contract except as specifically stated in the subsequent sections of the document, which take precedence over Section A, and should be fully understood by bidders prior to submitting a bid on this requirement. 23. ADA REQUIREMENT FOR PUBLIC NOTICES: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727/464-4062 (voice/tdd) fax 727/464-4157, not later than seven days prior to the proceeding. 24. "OR EQUAL" DETERMINATION: Where bidding other than specified, the determination of equivalency will be at the sole discretion of Pinellas County and its specialized person. 25. INSURANCE: Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C). Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. 26. PROCUREMENT POLICY FOR RECYCLED MATERIALS: Pinellas County wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. When awarding a purchase of $5,000 or less, or recommending a purchase in excess of $5,000 for products, materials, or services, the Director of Purchasing may allow a preference to a responsive bidder who certifies that their product or material contains the greatest percentage of postconsumer material. If they are bidding on paper products they must certify that their materials and/or products contain at least the content recommended by the EPA guidelines. On all bids over fifty thousand dollars ($50,000) and formal quotes under fifty thousand dollars ($50,000), or as required by law, the Director of Purchasing shall require vendors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying bid received. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 6 of 41 SECTION A - GENERAL CONDITIONS DEFINITIONS: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 27. ASBESTOS MATERIALS: The contractor shall perform all work in compliance with Federal, State and local laws, statutes, rules, regulations and ordinances, including but not limited to the Department of Environmental Protection (DEP)'s asbestos requirements, 40 CFR Part 61, Subpart M, and OSHA Section 29 CFR 1926.58. Additionally, the contractor shall be properly licensed and/or certified for asbestos removal as required under Federal, State and local laws, statutes, rules, regulations and ordinances. The County shall be responsible for filing all DEP notifications and furnish a copy of the DEP notification and approval for demolition to the successful contractor. The County will furnish a copy of the asbestos survey to the successful bidder. The contractor must keep this copy on site at all times during the actual demolition. 28. PAYMENT/INVOICES: SUPPLIER shall submit invoices for payment due as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. seq, Florida Statutes, “The Local Government Prompt Payment Act.” Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P. O. Box 2438 Clearwater, FL 33757 Each invoice shall include, at a minimum, the Supplier’s name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the Supplier also include the information shown in below. The County may dispute any payments invoiced by SUPPLIER in accordance with the County’s Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County’s Dispute Resolution Process. INVOICE INFORMATION: Supplier Information Company name, mailing address, phone number, contact name and email address as provided on the PO Remit To Billing address to which you are requesting payment be sent Invoice Date Creation date of the invoice Invoice Number Company tracking number Shipping Address Address where goods and/or services were delivered Ordering Department Name of ordering department, including name and phone number of contact person PO Number Standard purchase order number Ship Date Date the goods/services were sent/provided PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 7 of 41 SECTION A - GENERAL CONDITIONS Quantity Quantity of goods or services billed Description Description of services or goods delivered Unit Price Unit price for the quantity of goods/services delivered Line Total Amount due by line item Invoice Total Sum of all of the line totals for the invoice Pinellas County offers a credit card payment process (ePayables) through Bank of America. Pinellas County does not charge vendors to participate in the program; however, there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at www.pinellascounty.org/purchase. 29. TAXES: Payments to Pinellas County are subject to applicable Florida taxes. 30. TERMINATION: (a) Pinellas County reserves the right to terminate this contract without cause by giving thirty (30) days prior notice to the contractor in writing of the intention to terminate or with cause if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified. (b) Failure of the contractor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of Pinellas County. (c) In the event sufficient budgeted funds are not available for a new fiscal period, the County shall notify the vendor of such occurrence and contract shall terminate on the last day of current fiscal period without penalty or expense to the County. (d) In addition to all other legal remedies available to Pinellas County, Pinellas County reserves the right to terminate and obtain from another source, any items/services which have not been delivered within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order as determined by Pinellas County. 31. BIDDER CAPABILITY/REFERENCES: Prior to contract award, any bidder may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the company must have experience in work of the same or similar nature, and can provide references, which will satisfy the County. Bidders must furnish a reference list of at least four (4) customers for whom they have performed similar services (SEE SECTION D). 32. DELIVERY/CLAIMS: Prices quoted shall be F.O.B. Destination, FREIGHT INCLUDED and unloaded to location(s) within Pinellas County. Actual delivery address(es) shall be identified at time of order. Successful bidder(s) will be responsible for making any and all claims against carriers for missing or damaged items. 33. MATERIAL QUALITY: All materials purchased and delivered against this contract will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours of notice to the Contractor at no charge to the County. 34. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid/proposal must be sent in writing (mail or fax) to the Purchasing Department and received by the date specified in ITB. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the bid. All such addenda shall become part of the contract documents. The County will not be responsible for any other explanation or interpretation PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 8 of 41 SECTION A - GENERAL CONDITIONS of the proposed bid made or given prior to the award of the contract. The Purchasing Department will be unable to respond to questions received after the specified time frame. 35. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS: The Contractor shall perform this contract. If a bidder intends to subcontract a portion of this work, the bidder must disclose that intent in the bid. No assignment or subcontracting shall be allowed without prior written consent of the County. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the County within thirty (30) business days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding a bid to a bidder, which has disclosed its intent to assign or subcontract in its response to the ITB, without exception shall constitute approval for purposes of this Agreement. 36. EXCEPTIONS: Contractor is advised that if it wishes to take exception to any of the terms contained in this Bid or the attached service agreement it must identify the term and the exception in its response to the Bid. Failure to do so may lead County to declare any such term non-negotiable. Contractor's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 37. NON-EXCLUSIVE CONTRACT: Award of this Contract shall impose no obligation on the County to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The County specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the County's best interest. In the case of multiple-term contracts, this provision shall apply separately to each term. 38. PUBLIC RECORDS/TRADE SECRETS: Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Statutes. Except for materials that are “trade secrets” or “confidential” as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation shall belong exclusively to the County. To the extent that Proposer/Bidder/Quoter desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and Proposer/Bidder/Quoter shall provide an additional copy of the proposal/bid/quote that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the Proposer/Bidder/Quoter Signature Page, Proposer/Bidder/Quoter acknowledges and agrees: (i) that after notice from the County that a public records request has been made for the materials designated as a trade secret, the Proposer/Bidder/Quoter shall be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action shall be taken immediately, but no later than 10 calendar days from the date of notification or Proposer /Bidder/Quoter will be deemed to have waived the trade secret designation of the materials; (ii) that to the extent that the proposal/bid/quote with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating contract terms, approving any contract based on the proposal/bid/quote, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final contract award; (iii) to indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney’s fees and costs), or claims arising from or related to the designation of trade secrets by the Proposer/Bidder/Quoter, including actions or claims arising from the County’s non-disclosure of the trade secret materials. (iv) that information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statues and Pinellas County public record policies. Proposer/Bidder/Quoter agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County Policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statues. (v) If the contractor has questions regarding the application of Chapter 119, Florida Statues, to the Contractor’s duty to provide public records relating to this contract, contact the Pinellas County Board of County Commissioners, PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 9 of 41 SECTION A - GENERAL CONDITIONS Purchasing Department, Operations Manager custodian of public records at 727-464-3311, purchase@pinellascounty.org, Pinellas County Government, Purchasing Department, Operations Manager, 400 S. Ft. Harrison Ave, 6th Floor, Clearwater, FL 33756. Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire proposal/bid/quote document, line item and/or total proposal/bid/quote prices, the work, services, project, goods, and/or products to be provided by Proposer/Bidder/Quoter, or any information, data, or materials that may be part of or incorporated into a contract between the County and the Proposer/Bidder/Quoter is not acceptable to the County and will result in a determination that the proposal/bid/quote is nonresponsive; the classification as trade secret of any other portion of a proposal/bid/quote document may result in a determination that the proposal/bid/quote is nonresponsive. 39. LOBBYING: Lobbying shall be prohibited on all county competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective bidder/proposer/protestor from contacting the purchasing department or the county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, county government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the bidder/proposer, any member of the bidder's/proposer's staff, any agent or representative of the bidder/proposer, or any person employed by any legal entity affiliated with or representing a bidder/proposer/protestor, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the board of county commissioners, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a bidder/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, lobbying shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, county government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the director of purchasing. 40. ADDITIONAL REQUIREMENTS: The County reserves the right to request additional goods or services relating to this Agreement from the Contractor. When approved by the County as an amendment to this Agreement and authorized in writing, the Contractor shall provide such additional requirements as may become necessary. 41. ADD/DELETE LOCATIONS SERVICES: The County reserves the right to unilaterally add or delete locations/services, either collectively or individually, at the County’s sole option, at any time after award has been made as may be deemed necessary or in the best interests of the County. In such case, the contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 10 of 41 SECTION A - GENERAL CONDITIONS 42. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original Bid Form(s) provided by the Purchasing Department and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the Bid Form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations a bidder wishes to propose must be clearly stated in the bidder’s proposal response and presented in the form of an addendum to the original bid documents. 43. PUBLIC EMERGENCIES: It is hereby made a part of this bid that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that Pinellas County shall require a “First Priority” for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the County. Vendor/contractor agrees to rent/sell/lease all goods and services to the County or governmental entities on a “first priority” basis. The County expects to pay a fair and reasonable price for all products and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado or other acts of God. 44. JOINT VENTURES: All Bidders intending to submit a bid as a Joint Venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting the bid (see Section 489.119 Florida Statutes). Joint Venture Firms must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture Agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. 45. CONFLICT OF INTEREST: a) The Bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The Bidder further represents that no person having any such interest shall be employed by him/her during the agreement term and any extensions. In addition, the Bidder shall not offer gifts or gratuities to County Employees as County Employees are not permitted to accept gifts or gratuities. By signing this bid document, the Bidder acknowledges that no gifts or gratuities have been offered to County Employees or anyone else involved in this competitive invitation to bid process. b) The Bidder shall promptly notify the County’s representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the Contractor’s judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Bidder may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the Bidder. The County agrees to notify the Bidder of its opinion, by certified mail, within thirty days of receipt of notification by the Bidder. c) It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest (direct/indirect) etc. are observed or perceived, please report such activity to: Pinellas County Clerk of Circuit Court – Division of Inspector General Phone – (727) 45FRAUD (453-7283) Fax – 727-464-8386 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 11 of 41 SECTION A - GENERAL CONDITIONS 46. PROTEST PROCEDURE: As per Section 2-162 of County Code (a) Bid/Proposal protests. Any prospective bidder or proposer, who is aggrieved by the contents of the bid or proposal package, or any bidder or proposer who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the director of purchasing as provided herein. This right to protest is strictly limited to those procurements of goods or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to § 287.055, Florida Statutes, the “Consultants’ Competitive Negotiation Act.” No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations or requests for qualifications; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of bidders or proposers as non-responsive or non-responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section 2-162 shall not be reviewed. (b) The purchasing department shall post the recommended award on the departmental website no less than five (5) full business days after the decision to recommend the award is made. (c) Requirements to Protest. (1) If the protest relates to the content of the bid/proposal package, a formal written protest must be filed no later than 5:00 p.m. on the fifth full business day after issuance of the bid/proposal package. (2) If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m., on the fifth full business day after posting of the award recommendation. (3) The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds. (4) A formal written protest is considered filed with the county when the purchasing department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the purchasing department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the bidder/proposer. (d) Rights of interested parties. Bidders or proposers, other than the protestor, which would be directly affected by the favorable resolution of a protest relating to a recommended award, shall have the right to provide written documentation related to the protested solicitation. Said interested parties shall be solely responsible for determining whether a protest has been filed. Any documentation submitted by an interested party must be filed with the director of purchasing no later than 5:00 p.m. on the fifth full business day after the purchasing department posts notification that a protest has been filed. Any interested party submitting documentation shall bear all costs, including legal representation, relating to the submission. (e) Sole remedy. These procedures shall be the sole remedy for challenging an award of bid. Bidder/proposers are prohibited from attempts to influence, persuade, or promote a bid protest through any other channels or means. Such attempts shall be cause for suspension in accordance with 2-161(b) of this article. (f) Lobbying. Protestors, and interested parties as defined subsection (d), and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any Pinellas County official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the purchasing department’s or county attorney’s office employees. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 12 of 41 SECTION A - GENERAL CONDITIONS (g) Time Limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the Bid/Request for Proposal. (h) Authority to resolve. The Director of Purchasing shall resolve the protest in a in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. on the tenth full business day after the filing thereof. (i) Review of Purchasing Director’s decision. (1) The protesting party may request a review of the Purchasing Director’s decision to the County Administrator by delivering written request for review of the decision to the Director of Purchasing by 5:00 p.m. on the fifth full business day after the date of the written decision. The written notice shall include any materials, statements, arguments which the bidder/proposer deems relevant to the issues raised in the request to review the decision of the Purchasing Director. (2) The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m., on the seventh full business day after receipt of the request for review. The decision shall be final and conclusive as to the county unless a party commences action in a court of competent jurisdiction. (j) Stay of Procurement During Protests. There shall be no stay of procurement during protests. 47. DISPUTE RESOLUTION FOR PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS IN MATTERS OF INVOICE PAYMENTS: Payment of invoices for work performed for Pinellas County Board of County Commissioners (County) is made, by standard, in arrears in accordance with Section 218.70, et. seq., Florida Statutes, the Local Government Prompt Payment Act. If a dispute should arise as a result of non-payment of a payment request or invoice the following Dispute Resolution process shall apply: A. Pinellas County shall notify a vendor in writing within ten (10) days after receipt of an improper invoice, that the invoice is improper. The notice should indicate what steps the vendor should undertake to correct the invoice and resubmit a proper invoice to the County. The steps taken by the vendor shall be that of initially contacting the requesting department to validate their invoice and receive a sign off from that entity that would indicate that the invoice in question is in keeping with the terms and conditions of the agreement. Once sign off is obtained, the vendor should then resubmit the invoice as a “Corrected Invoice” to the requesting department which will initiate the payment timeline. 1 Requesting department for this purpose is defined as the County department for whom the work is performed. 2 Proper invoice for this purpose is defined as an invoice submitted for work performed that meets prior agreed upon terms or conditions to the satisfaction of Pinellas County. B. Should a dispute result between the vendor and the County about payment of a payment request or an invoice then the vendor should submit their dissatisfaction in writing to the Requesting Department. Each Requesting Department shall assign a representative who shall act as a “Dispute Manager” to resolve the issue at departmental level. C. The Dispute Manager shall first initiate procedures to investigate the dispute and document the steps taken to resolve the issue in accordance with section 218.76 Florida Statutes. Such procedures shall be commenced no later than forty-five (45) days after the date on which the payment request or invoice was received by Pinellas County, and shall not extend beyond sixty (60) days after the date on which the payment request or invoice was received by Pinellas County. D. The Dispute Manager should investigate and ascertain that the work, for which the payment request or invoice has been submitted, was performed to Pinellas County’s satisfaction and duly accepted by the Proper Authority. Proper Authority for this purpose is defined as the Pinellas County representative who is designated as the PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 13 of 41 SECTION A - GENERAL CONDITIONS approving authority for the work performed in the contractual document. The Dispute Manager shall perform the required investigation and arrive at a solution before or at the sixty (60) days timeframe for resolution of the dispute, per section 218.76, Florida Statutes. The County Administrator or his or her designee shall be the final arbiter in resolving the issue before it becomes a legal matter. The County Administrator or his or her designee will issue their decision in writing. E. Pinellas County Dispute Resolution Procedures shall not be subject to Chapter 120 of the Florida Statutes. The procedures shall also, per section 218.76, Florida Statutes, not be intended as an administrative proceeding which would prohibit a court from ruling again on any action resulting from the dispute. F. Should the dispute be resolved in the County’s favor interest charges begin to accrue fifteen (15) days after the final decision made by the County. Should the dispute be resolved in the vendor’s favor the County shall pay interest as of the original date the payment was due. G. For any legal action to recover any fees due because of the application of sections 218.70 et. seq., Florida Statutes, an award shall be made to cover court costs and reasonable attorney fees, including those fees incurred as a result of an appeal, to the prevailing party If it is found that the non-prevailing party held back any payment that was the reason for the dispute without having any reasonable lawful basis or fact to dispute the prevailing party’s claim to those amounts. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 14 of 41 SECTION B - SPECIAL CONDITIONS Bid Title: Overhead/Security Doors: Maintenance, Repair and Replacement – Rebid Bid Number: 156-0332-B IMPORTANT NOTICE: Changes have been made to the Insurance process. INSURANCE IS NOW DUE WITH BID SUBMITTAL. See SECTION C – Insurance Requirements. 1. INTENT: In accordance with attached specifications, it is the intent of Pinellas County to establish a contract for Overhead/Security Doors: Maintenance, Repair and Replacement Services, as and when required. 2. QUANTITIES: Quantities stated are an estimate only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous use and/or anticipated needs. 3. PRICING/PERIOD OF CONTRACT: Duration of the contract shall be for a period of five (5) years with unit prices adjustable (increase/decrease) at twelve (12) months after the date of award and thereafter annually for the life the contract award, in an amount not to exceed the average of the Consumer Price Index (CPI) for all Urban Consumers, Series Id: CUUR000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. 4. PRE-COMMENCEMENT MEETING Upon award of contract, the County will coordinate a pre-commencement meeting with the successful proposer. The meeting will require proposer and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood. 5. BREACH OF CONTRACT: Failure of Contractor to perform any of the services required by this contract within ten (10) days of receipt of written demand for performance from the County shall constitute breach of contract. 6. PERMITS, FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE BY CONTRACTOR: The Contractor is responsible for (1) determining and paying any fees that may be necessary to perform this contract and (2) determining and acquiring any and all permits and licenses required by any Federal, State or local government entity, agency or board that may be necessary to perform this contract. The Contractor shall maintain any and all permits and licenses required to complete this contract. 7. WORKSITE SANITATION: At the end of each workday, the contractor shall remove from the premises the daily accumulation of waste materials or rubbish caused by his operations. Safety hazards will be immediately corrected by the contractor. The contractor is also responsible for ensuring that any subcontractor hired by him or his subcontractors totally cleanup the worksite at the completion of the work. If the contractor fails to clean up at the completion of the work, the County may do so and deduct the cost of such cleanup from the contractor's most current invoice. The contractor will not be responsible for cleaning up debris left by the County's employees, the public utilizing other areas in the vicinity of the worksite, or left by other contractors. 8. SUBMISSION OF BIDS: Paper documents must be provided, but should be accompanied by an equivalent electronic PDF file. Provide one original and one copy on paper, plus two (2) compact discs (CD). The preferred method is PDF conversion from your source files (to minimize file size and maximize quality and accessibility) rather than scanning. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 15 of 41 SECTION B - SPECIAL CONDITIONS Instructions for Providing Files in PDF Format to Pinellas County Government A. Why does Pinellas County Government want all the documents as PDF files? Answer- It’s much more efficient to go paperless, and PDF is a universal file format that fits perfectly into government workflow processes. B. How do I convert my files to PDF format? Answer- If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. C. Should I scan everything and save as PDF? Answer- Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as “clean” or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0119-B(PF) Page 16 of 41 SECTION C – INSURANCE REQUIREMENTS Notice: The Contractor/Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below (Section C) prior to recommendation for award. Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible bidder may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible bidder. The Contracted vendor shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Contractor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VIII or better. a) Bid submittals should include, the Bidder’s current Certificate(s) of Insurance in accordance with the insurance requirements listed below. If Bidder does not currently meet insurance requirements, bidder shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place within 10 days after award recommendation. b) Within 10 days of contract award and prior to commencement of work, Bidder shall email certificate that is compliant with the insurance requirements to CertsOnly-Portland@ebix.com. If certificate received with bid was a compliant certificate no further action may be necessary. It is imperative that bidder include the unique identifier, which will be supplied by the County’s Purchasing Department. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). A copy of the endorsement(s) referenced in paragraph d) for Additional Insured shall be attached to the certificate(s) referenced in this paragraph. c) No work shall commence at any project site unless and until the required Certificate(s) of Insurance are received and approved by the County. Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the Bid and/or contract period. d) All policies providing liability coverage(s), other than professional liability and workers compensation policies, obtained by the Bidder and any subcontractors to meet the requirements of the Agreement shall be endorsed to include Pinellas County Board of County Commissioners as an Additional Insured. e) If any insurance provided pursuant to the Agreement expires prior to the completion of the Work, renewal Certificate(s) of Insurance and endorsement(s) shall be furnished by the Bidder to the County at least thirty (30) days prior to the expiration date. (1) Bidder shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Bidder from its insurer. Notice shall be given by certified mail to: Pinellas County, c/o Ebix BPO, PO Box 257, Portland, MI, 48875-0257; be sure to include your organization’s unique identifier, which will be provided upon notice of award. Nothing contained herein shall absolve Bidder of this requirement to provide notice. (2) Should the Bidder, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement, or at its sole discretion may purchase such coverages necessary for the protection of the County and charge the Bidder for such purchase or offset the cost against amounts due to bidder for services completed. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance shall in no way be construed to be a waiver of any of its rights under the Agreement. f) The County reserves the right, but not the duty, to review and request a copy of the Contractor’s most recent annual report or audited financial statement when a self-insured retention (SIR) or deductible exceeds $50,000. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0119-B(PF) Page 17 of 41 SECTION C – INSURANCE REQUIREMENTS g) If subcontracting is allowed under this Bid, the Prime Bidder shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the subcontractor; but in no event will the insurance limits be less than $500,000 for Workers’ Compensation/Employers’ Liability, and $1,000,000 for General Liability and Auto Liability if required below. (1) All subcontracts between Bidder and its subcontractors shall be in writing. Further, all subcontracts shall (1) require each subcontractor to be bound to Bidder to the same extent Bidder is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the subcontractor; (2) provide for the assignment of the subcontracts from Bidder to the County at the election of Owner upon termination of the Contract; (3) provide that County will be an additional indemnified party of the subcontract; (4) provide that the County will be an additional insured on all insurance policies required to be provided by the subcontractor except workers compensation and professional liability; (5) provide waiver of subrogation in favor of the County and other insurance terms and/or conditions as outlined below; (6) assign all warranties directly to the County; and (7) identify the County as an intended third-party beneficiary of the subcontract. Bidder shall make available to each proposed subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the subcontractor will be bound by this Section C and identify to the subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. h) Each insurance policy and/or certificate shall include the following terms and/or conditions: (1) The Named Insured on the Certificate of Insurance and insurance policy must match the entity’s name that responded to the solicitation and/or is signing the agreement with the County. If Bidder is a Joint Venture per Section A. titled Joint Venture of this Bid, Certificate of Insurance and Named Insured must show Joint Venture Legal Entity name and the Joint Venture must comply with the requirements of Section C with regard to limits, terms and conditions, including completed operations coverage. (2) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (3) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. (4) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County or any such future coverage, or to County's Self-Insured Retentions of whatever nature. (5) All policies shall be written on a primary, non-contributory basis. (6) Any Certificate(s) of Insurance evidencing coverage provided by a leasing company for either workers compensation or commercial general liability shall have a list of covered employees certified by the leasing company attached to the Certificate(s) of Insurance. The County shall have the right, but not the obligation to determine that the Bidder is only using employees named on such list to perform work for the County. Should employees not named be utilized by Bidder, the County, at its option may stop work without penalty to the County until proof of coverage or removal of the employee by the contractor occurs, or alternatively find the Bidder to be in default and take such other protective measures as necessary. (7) Insurance policies, other than Professional Liability, shall include waivers of subrogation in favor of Pinellas County from both the Bidder and subcontractor(s). PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0119-B(PF) Page 18 of 41 SECTION C – INSURANCE REQUIREMENTS i) The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: (1) Workers’ Compensation Insurance Limit Florida Statutory Employers’ Liability Limits Per Employee Per Employee Disease Policy Limit Disease $ 100,000 $ 100,000 $ 500,000 (2) Commercial General Liability Insurance including, but not limited to, Independent Contractor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. Limits Combined Single Limit Per Occurrence Products/Completed Operations Aggregate Personal Injury and Advertising Injury General Aggregate $ 1,000,000 $ 1,000,000 $ 1,000,000 $ 2,000,000 (3) Business Automobile or Trucker’s/Garage Liability Insurance covering owned, hired, and non-owned vehicles. If the Bidder does not own any vehicles, then evidence of Hired and Non-owned coverage is sufficient. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Bidder can show that this coverage exists under the Commercial General Liability policy. Limit Combined Single Limit Per Accident $ 1,000,000 (4) Excess or Umbrella Liability Insurance excess of the primary coverage required, in paragraphs (1), (2), and (3) above: Limits Each Occurrence General Aggregate $ 1,000,000 $ 1,000,000 (5) Property Insurance Bidder will be responsible for all damage to its own property, equipment and/or materials. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 19 of 41 SECTION E – SPECIFICATIONS Bid Title: Overhead/Security Doors: Maintenance, Repair and Replacement – Rebid Bid Number: 156-0332-B THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR BID MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: ____________________________________________________________________________ LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: _____________________________________________ BUSINESS ADDRESS: _________________________________________________________________________ HOW LONG IN PRESENT LOCATION: ____________________________________________________________ TELEPHONE NUMBER: ____________________________ FAX NUMBER: ______________________________ TOTAL NUMBER OF CURRENT EMPLOYEES: ________ FULL TIME _________ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: __________ All references will be contacted by a County Designee via email, fax, mail or phone call to obtain answers to questions, as applicable before an evaluation decision is made. LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: ______________________________________ COMPANY: ______________________________________ ADDRESS: ______________________________________ ADDRESS: ______________________________________ TELEPHONE/FAX: ________________________________ TELEPHONE/FAX: ________________________________ CONTACT: ______________________________________ CONTACT: ______________________________________ CONTACT EMAIL: ________________________________ CONTACT EMAIL:________________________________ COMPANY EMAIL ADDRESS: ______________________ COMPANY EMAIL ADDRESS: ______________________ 3. 4. COMPANY: _____________________________________ COMPANY: _____________________________________ ADDRESS: ______________________________________ ADDRESS: ______________________________________ TELEPHONE/FAX: ________________________________ TELEPHONE/FAX: ________________________________ CONTACT: ______________________________________ CONTACT: ______________________________________ CONTACT EMAIL:________________________________ CONTACT EMAIL:________________________________ COMPANY EMAIL ADDRESS: ______________________ COMPANY EMAIL ADDRESS: ______________________ PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 The Overhead Door of Clearwater 12855A Daniel Dr, Clearwater FL 33762 727-561-9090 727-561-9191 Matt Bigelow 22 years 10 years 21 4 4 City of Saint Petersburg PO Box 1257, St Pete 33731 727-893-7220 Accounting St Pete Fire 400MLK Jr St, St Pete 33701 727-893-7741ph 727-893-7148 fx Ed Deitz City of Dunedin PO Box 1348, Dunedin 34698 727-733-4151ph 727-738-1927fx Accounting Pinellas Park Fire PO Box 1100, Pinellas Park 33780 727-541-0715ph 727-541-0812 Mary Ann 156-0332-B(PF) Page 20 of 41 SECTION E – SPECIFICATIONS Bid Title: Overhead/Security Doors: Maintenance, Repair and Replacement – Rebid Bid Number: 156-0332-B A. INTENT Pinellas County seeks to secure a contract to provide preventative maintenance, installation and repair services for manual and powered overhead doors as well as the purchase and installation of overhead/security doors to be provided on an as needed basis. B. SCOPE OF WORK: Work shall include all labor, tools, materials, equipment, permits, and facilities necessary to provide routine maintenance, new installation, repair and replacement of overhead doors, manual doors, openers, at multiple facilities. All are property of Pinellas County Government and are located within geographic Pinellas County. Additional required services shall include scheduled semi-annual (every six months) preventative maintenance and inspection of manual and powered overhead/security doors at the locations specified. Due the nature of some locations, certain doors will only require repair services (refer to Attachment A for list of doors with description, size and quantity along with locations). Installation, maintenance and repairs shall meet or exceed industry standards. 1. Preventive Maintenance Service The Contractor shall perform each of the applicable tasks below and all other operations as recommended by the door and/or manufacturer. Semi-annual maintenance and inspections include but are not limited to the following: a. Inspect all doors for proper working condition. b. Clean, lubricate and adjust all rollers, springs, and controls, as needed. c. Adjust and test all door safeties, as needed. d. Adjust and align all rails, tracks, drive motors, tensioners, sheaves, belts and chains, as needed. e. Inspect general arrangement of door and mechanism mountings, guides, wind locks, anchor bolts, counterbalances, weather stripping, etc. Clean, tighten, and adjust as required. f. Operate with power from stop to stop and at intermediate positions. g. Observe performance of various components such as brake, limit switches, motor, gear box, etc. clean and adjust as needed. h. Check operation of electric eye, treadle, or other operating devices. Clean and make adjustments. i. Check manual operations. Note brake releases, motor disengagement, functioning or hand pulls, chains sprockets, clutch, etc. j. Examine motor, starter, push button, etc., blow out or vacuum if needed. k. Inspect gear box, change or add oil as required. l. Perform required lubrication. Remove old or excess lubricant. m. Clean unit and mechanism thoroughly. Touch up paint where required. n. Clean up and remove all debris. 2. Inspection Reporting The contractor’s technicians shall document in writing the finding of each inspection and the preventative maintenance actions performed for each motorized door, motorized sliding door, sally port, fire door, and sign the report as certification of service provided. The contractor’s technicians shall sign in and out of the County’s facilities. Reports are to be provided the appropriate County site contact/facility manager no later than 3 (three) business days after inspection. Failure to do so may result in a non-payment of the invoice for the provided service. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 21 of 41 SECTION E – SPECIFICATIONS In the event that an inspection reveals a safety concern or major deficiency, the contractor shall report the condition the appropriate county representative within two (2) hours of when the problem was discovered. Major deficiencies are defined as any condition affecting the safety of County personnel or public, inability of an overhead door to function reliably, inability of an overhead door to be shut and secured, as well as cracked, broken or missing window glass. 3. Repair Service Calls The contractor shall be required to respond (on site) within twenty-four (24) hours of notification to perform normal repairs or adjustments. Work shall be completed during standard working hours unless authorized by the site’s facility manager. Failure to respond to a service call, within the designated time, may be considered valid cause for termination of this contract. In the event the contractor does not comply with this requirement, Pinellas County reserves the right to contact an alternate contractor for services. The contractor shall submit a cost proposal for all issued repair service calls based on bid submittal labor rates and parts markup costs. The cost proposal must be submitted within two (2) days after the contractor visits the site and scopes the work and must include the original state and condition found. The contractor shall notify the County if it determined to be less expensive to install a new door rather than refurbish the old door. A cost proposal for the new door including labor shall be submitted to the County. 4. New Installation And Replacement Service The County reserves the right to seek competitive pricing on all work under this section at its own discretion, for any new installations or replacement that is deemed necessary to modernize, upgrade and bring the equipment up to the manufacturer's operating standards. All work is to be performed during standard hours of operation. 5. Material Requirements: Contractor is to furnish all consumable materials and replacement parts for this contract. 6. Tools And Equipment Requirements: Contractor is required to own and/or lease its vehicles and all related tools required to complete all tasks that pertain to the scope of the contract. Service vehicle shall be readily stocked to respond to after hours and emergency service calls. All rental equipment such as 2 man-lift or oversize forklift, and additional materials must be pre-approved and must be the results of extenuated circumstances. This documentation (copy of rental receipt verifying price and quantity), along with site sign in/out verification sheet and a draft invoice clearly marked draft will be delivered to the county representative for review and approval. Contractor actual cost for such expenses, with no-mark-up, as a separate line item on the final invoice(s) submitted upon completion of the project. 7. Warranty: The contractor and/or manufacturer shall fully warrant all equipment furnished under the conditions of this contract against defect in material and/or workmanship for a period of one year from the date of delivery/acceptance by the county representative. All material and/or equipment shall be warranted for one year or manufacturer's warranty, which is greater. Should defects in material or workmanship, except normal wear and tear, appear during the above stated warranty period, the contractor shall repair or replace at no cost to the County, immediately upon written notice from the county representative. The contractor shall be responsible for either repairing the equipment on site or transport the equipment to its repair facility at no cost to the county and shall provide temporary equipment replacement if repairs exceed 5 (five) days. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 22 of 41 SECTION E – SPECIFICATIONS 8. Invoices: The amount for repairs, new installation and replacement of doors to be reimbursed to the Contractor, based on the total of actual receipts and invoices documenting a percent discount from manufacturer’s list price for parts and replacement doors identified in the bid submittal. Documentation of costs in the form of the manufacturer’s published list price shall accompany all invoices that show the discount off calculations. Pinellas County reserves the right to audit a vendor's invoice for parts and labor as such records relate to purchases between Pinellas County and said vendor at any time throughout the term of the contract per Pinellas County Code §2-176(j). C. REQUIREMENTS 1. HOURS OF OPERATION: All work is to be performed during standard working hours. County standard working hours are Monday through Friday, 7:00 AM to 5:00 PM. Non-standard working hours are Monday through Friday, 5:01 PM to 6:59 AM, weekends, and Pinellas County holidays. The contractor must provide a 24-hour point of contact for non-standard working hours. All work must be scheduled with the County site contact (listed on Attachment A). 2. AVAILABILITY AND RESPONSE TIMES: Contractor must respond to emergency calls within two (2) hours and routine repair request within twenty-four (24) hours. New installations must begin within thirty (30) days of authorization by the Pinellas County representative. If anticipated response time on new installation is expected to exceed thirty (30) days, facility manager approval must be obtained. If the awarded contractor cannot provide repairs within the timeframes specified by the terms of this contract, the County reserves the right to utilize another contractor. 3. SECURITY AND IDENTIFICATION REQUIREMENTS: All contractor employees are required to submit to a background check. The background check process shall be completed at least ten (10) days prior to the start of service. The contractor shall be responsible for all costs associated with the background checks. A valid driver license and Social Security card are required for completing the background check and obtaining security clearance. Step One – The contractor shall obtain a Level One Criminal History Records Check (FDLE Records Check) through the Florida Department of Law Enforcement (FDLE) for each assigned employee. Step Two – The contractor shall submit the FDLE Records Check along with a copy of the driver license, Social Security card and completed Sheriff’s Office Security Clearance Application, for each employee, to the Facility Manager. The Pinellas County Sheriff’s Office shall have and exercise full and complete control over granting, denying, withholding, withdrawing, or terminating security clearances for contractor employees. Step Three – The Facility Manager will communicate the results of the Sheriff’s Office review to the contractor. A list of all assigned personnel, showing the employee’s full name, address, telephone number, date and place of birth, and driver license number shall be submitted to the Facility Manager. This list is to be kept current by the contractor and promptly submitted to the Facility Manager at the beginning of each month. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 23 of 41 SECTION E – SPECIFICATIONS The contractor shall provide an updated FDLE Records Check for all personnel on an annual basis. The annual updates are to be sent to the respective Facility Manager for review by the Sheriff Office. Background check updates shall remain on file at the contractor’s location for three (3) years from the date of the last invoice. All contractor employees are required to wear picture identification (ID) badges, to be furnished by Pinellas County for the various facility locations. The contractor shall make the employees available for photographs on a schedule to be worked out with the Facility Manager. Access to sites not managed by the Real Estate Management Department needs to be coordinated with the county site representative for the specific department. The badges shall be made by the County before an individual may begin work and only after a favorable security clearance has been received. Contractor employees shall sign each badge at the time of receipt. The contractor will notify the respective Facility Manager when an employee badge is lost. It shall be the responsibility of the contractor to pay for replacement badges at the rate of $10.00 per badge. No employee shall be allowed to work without a current badge. Any contract employee who does not have proper identification shall be cause for the County to require removal of that employee from the property. The Contractor shall see that all badges are returned to the Facility Manager when employees are dismissed or terminated. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow 156-0332-B(PF) Page 24 of 41 SECTION F – BID SUBMITTAL Bid Title: Overhead/Security Doors: Maintenance, Repair and Replacement – Rebid Bid Number: 156-0332-B BI-ANNUAL PREVENTATIVE MAINTENANCE REAL ESTATE MANAGEMENT NORTHWEST (NORTH) Location # of Doors Unit Price per PM (per door) Extended Price per PM Frequency Five (5) Years Total Five (5) Years Utilities Admin. Bldg. 14 S. Ft. Harrison, Clearwater 1 $ $ 10 $ Utilities Field Services 9837 Ulmerton Rd., Largo 1 $ $ 10 $ Operations – North District 4314 US Hwy. 19A, Palm Harbor 2 $ $ 10 $ 440 Court St., Clearwater 1 $ $ 10 $ 315 Court St., Clearwater 3 $ $ 10 $ 509 East Ave., S., Clearwater 4 $ $ 10 $ Warehouse 303 Chestnut St., Clearwater 1 $ $ 10 $ Operations Central Maintenance District 22211 US Hwy. 19 N., Clearwater 17 $ $ 10 $ REAL ESTATE MANAGEMENT NORTHWEST (MID) SAB 10750 Ulmerton Rd. Largo 13 $ $ 10 $ Cooling Tower Yard 1 $ $ 10 $ Emergency Management System 12490 Ulmerton Rd., Largo 35 $ $ 10 $ Field Services 9837 Ulmerton Rd., Largo 2 $ $ 10 $ Fleet Main & Body Shops 9685 Ulmerton Rd., Largo 29 $ $ 10 $ Supervisor of Elections 13001 Starkey Rd., Largo 9 $ $ 10 $ Medical Examiner’s Building 10900 Ulmerton Rd., Largo 2 $ $ 10 $ Gulf Coast Museum 12211 Walsingham Rd, Largo 1 $ $ 10 $ REAL ESTATE MANAGEMENT SOUTHEAST (CENTRAL) Operations – Mosquito Control 4100 118th Ave., N., St. Petersburg 12 $ $ 10 $ Operations – Southeast District 3755 46th Avenue N., Lealman 5 $ $ 10 $ Operations – Permitted Facilities Management District 4550 126th St. N., Clearwater 12 $ $ 10 $ Sub-Fleet 14204 46th Street North, Clearwater 5 $ $ 10 $ Justice Center 14250 49th St., N., Clearwater 18 $ $ 10 $ PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 18.00 18.00 180.00 18.00 18.00 180.00 18.00 36.00 360.00 18.00 18.00 180.00 18.00 54.00 540.00 18.00 72.00 720.00 18.00 18.00 180.00 18.00 306.00 3060.00 18.00 234.00 2340.00 18.00 18.00 180.00 18.00 630.00 6300.00 18.00 36.00 360.00 18.00 522.00 5220.00 18.00 162.00 1620.00 18.00 36.00 360.00 18.00 18.00 180.00 18.00 216.00 2160.00 18.00 90.00 900.00 18.00 216.00 2160.00 18.00 90.00 900.00 18.00 324.00 3240.00 Matt Bigelow 156-0332-B(PF) Page 25 of 41 SECTION F – BID SUBMITTAL REAL ESTATE MANAGEMENT SOUTHEAST (CENTRAL) Location # of Doors Unit Price per PM (per door) Extended Price per PM Frequency Five (5) Years Total Five (5) years Sheriff Tech 2 4707 145TH Ave. N., Clearwater 1 $ $ 10 $ Sheriff Tech 3 4645 145th Ave. N., Clearwater 2 $ $ 10 $ Sheriff Hangar 15250 Spadco Dr., N., Clearwater 6 $ $ 10 $ Surplus Warehouse 14390 Roosevelt Blvd., Clearwater 2 $ $ 10 $ Records Retention 14155 49th St., N., Clearwater 3 $ $ 10 $ K9/Gun Range 11700 34th St., N., Clearwater 2 $ $ 10 $ Weedon Island 1800 Weedon Blvd., St. Petersburg 2 $ $ 10 $ REAL ESTATE MANAGEMENT SOUTHEAST (SOUTH) Bldg. B 545 1st Ave. N., St. Petersburg 6 $ $ 10 $ UTILITIES DEPARTMENT North General Maintenance District 3900 Dunn Drive, Palm Harbor 8 $ $ 10 $ South General Maintenance District 6730 142nd Ave. N., Largo 11 $ $ 10 $ Solid Waste 2929 109th Ave. N., St. Petersburg 13 $ $ 10 $ Keller Water Treatment Plant 3655 Keller Circle, Tarpon Springs 4 $ $ 10 $ Keller Water Treatment Plant Connector Poly Building 3655 Keller Circle, Tarpon Springs 1 $ $ 10 $ Oldsmar RCW 3120 Tampa Rd., Oldsmar 1 $ $ 10 $ No. Booster Station 27707 US Hwy. 19 N., Clearwater 1 $ $ 10 $ Logan Station 1620 Ridge Rd., Largo 2 $ $ 10 $ Oakhurst Station 11323 74th Ave., Seminole 1 $ $ 10 $ WE Dunn RCW Facility 4111 Dunn Drive, Palm Harbor 10 $ $ 10 $ South Cross RCW Facility 7401 54th Ave. N., St. Petersburg 29 $ $ 10 $ McKay Creek Pump Station 14800 Hamlin Bld., Largo 2 $ $ 10 $ PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 18.00 18.00 180.00 18.00 36.00 360.00 18.00 108.00 1080.00 18.00 36.00 360.00 18.00 54.00 540.00 18.00 36.00 360.00 18.00 36.00 360.00 18.00 108.00 1080.00 18.00 144.00 1440.00 18.00 198.00 1980.00 18.00 234.00 2340.00 18.00 72.00 720.00 18.00 18.00 180.00 18.00 18.00 180.00 18.00 18.00 180.00 18.00 36.00 360.00 18.00 18.00 180.00 18.00 180.00 1800.00 18.00 522.00 5220.00 18.00 36.00 360.00 Matt Bigelow 156-0332-B(PF) Page 26 of 41 SECTION F – BID SUBMITTAL ST.PETERSBURG-CLEARWATER INTERNATIONAL AIRPORT Location # of Doors Unit Price per PM (per door) Extended Price per PM Frequency Five (5) Years Total Five (5) 14700 Terminal Blvd., Suite 221, Clearwater 67 $ $ 10 $ DETENTION CENTER Detention Facilities 14400 49th St. N., Clearwater 48 $ $ 10 $ REAL ESTATE MANAGEMENT YOUNG-RAINEY STAR CENTER STAR Center – All buildings 40 $ $ 10 $ Total Bi-Annual Preventative Maintenance - Five(5) Years $ REPAIRS, NEW INSTALLATION AND REPLACEMENT OF DOORS (SERVICES / PARTS) The allowance for repairs, new installation and replacement of doors (services and parts) for the 60-month contract term is an estimate only and no guarantee is given or implied that will be used during the contract period. LABOR RATES PER HOUR FOR REPAIRS, REPLACEMENT AND INSTALLATION OF DOORS HOURLY RATE ESTIMATED HOURS FIVE(5) YEAR PERIOD) EXTENDED Price Labor Rate Per Hour - Normal work hours are Monday through Friday, 7:00 AM to 5:00 PM $ 1700 $ Labor Rate Per Hour - Emergency, Overtime & After Hours are Monday through Friday, 5:01 PM to 6:59 AM, weekends, and Pinellas County holidays $ 450 $ Total Repair, Replacement, and Installation Labor - Five(5) Years $ The County is seeking a percent discount from manufacturer’s list price for parts and replacement doors throughout the term of the contract. Bidder shall enter the discount from manufacturer’s list price in the pricing table below. Bidder shall determine the amount of discount from the manufacturer’s published list price, they shall provide to the County. DESCRIPTION ESTIMATED FIVE (5) YEARS EXPENDITURE total DISCOUNT % OFF PUBLISHED MSRP PRICE LIST EXTENDED PRICE to County Repair Parts $140,000.00 % $ Replacement Doors $100,000.00 % $ Total Repair Parts and Replacement Doors - Five(5) Years $ PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 18.00 1206.00 12060.00 18.00 864.00 8640.00 18.00 720.00 7200.00 78480.00 74.00 125,800.00 74.00 33,300.00 159,100.00 11 124,600.00 11 89,000.00 213,600.00 Matt Bigelow 156-0332-B(PF) Page 27 of 41 SECTION F – BID SUBMITTAL 1 Total Bi-Annual Preventative Maintenance $ 2 Total Repair, Replacement, and Installation Labor $ 3 Total Repair, Replacement, and Installation Parts $ Grand Total Bid - Five(5) Years $ IF THE COUNTY IS EXPECTED TO SIGN ANY AGREEMENTS, PLEASE SUBMIT DOCUMENTS WITH YOUR BID. DELIVERY _________ DAYS AFTER RECEIPT OF ORDER An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 (http://www.flsenate.gov/Laws/Statutes/2011/607.1501). A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit www.sunbiz.org for this information on how to become registered. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 78,480.00 159,100.00 213,600.00 451,180.00 Matt Bigelow N/A 156-0332-B(PF) Page 28 of 41 SECTION F – BID SUBMITTAL Electronic Payment (ePayables) The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See Section A, number 27. Would your company accept to participate in the ePayables credit card program? Yes No For more information about ePayables credit card program please visit Purchasing Department website www.pinellascounty.org/purchase. Company Name Signature Printed Signature Phone Number PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 x The Overhead Door of Clearwater Matt Bigelow 727-561-9090 Matt Bigelow Matt Bigelow 156-0332-B(PF) Page 29 of 41 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Matt Bigelow Stolze Door Company DBA Overhead Door of Clearwater x 12855-A Daniels Dr Clearwater, FL 33762 59 3229344 5/6/16 Matt Bigelow 156-0332-B(PF) SECTION G - ADDENDA ACKNOWLEDGMENT FORM Bid Title: Overhead/Security Doors: Maintenance, Repair and Replacement – Rebid Bid Number: 156-0332-B PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS ITB/RFP BY SIGNING AND DATING BELOW: ADDENDUM NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) has been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in being considered non-responsive or result in lowering the rating of a firm’s proposal. Information regarding Addenda issued is available on the Purchasing Department’s website at, www.pinellascounty.org/purchase/Current_Bids1.htm , listed under category ‘Current Bids’. PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 31 of 41 ATTACHMENT A NOTE: If you do not intend to bid on this requirement, please return this form immediately. Thank you. [Pinellas County Purchasing Department 400 South Fort Harrison Avenue, 6th Floor Clearwater, Florida 33756] We, the undersigned have declined to submit a bid for No. 156-0332-B(PF) for Overhead/Security Doors: Maintenance, Repair and Replacement – Rebid Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation to Bid. We do not offer this product or service. Our schedule would not permit us to perform. Unable to meet specifications. Unable to meet Bond requirement. Specifications unclear (explain below). Unable to Meet Insurance Requirements. Remove Us from Your "Notification List" Altogether Other (specify below). REMARKS: We understand that if the "No Bid" letter is not executed and returned our name may be deleted from the Bidders List of Pinellas County. COMPANY NAME: DATE: SIGNATURE: TYPED NAME OF ABOVE: TELEPHONE: FAX: EMAIL: PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 32 of 41 ATTACHMENT A LIST OF DOORS, LOCATIONS AND CONTACT INFORMATION DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES REAL ESTATE MANAGEMENT NORTHWEST (NORTH) Contact: Damon Hostetler 727-464-3488, dhostetler@pinellascounty.org Location Description Size Qty Utilities Admin. Bldg. 14 S. Ft. Harrison, Clearwater Security Grill Roll-up Electric 18’ X 14’ 1 Utilities Field Services 9837 Ulmerton Rd., Largo Metal Roll-up 12’ X 13’ 1 Operations – North District 4314 US Hwy. 19A, Palm Harbor Overhead Door with Hoist 790CW 12’ X 14’ 2 440 Court St., Clearwater Fiberglass Automatic Overhead Door 8’ X 20’ 1 315 Court St., Clearwater Metal bar security roll up gate – EXIT Metal bar security roll up gate – ENTRANCE Garage Door 8’ x 15’ 8’ X 13’ 8’ X 8’ 1 1 1 509 East Ave., S., Clearwater Records Center (Turner St. Entrance) Records Center (East Ave Entrance) Telephone Supply Dock Cabinet Shop (Chestnut Entrance) Fiberglass Door Fiberglass Door Fiberglass Door Overhead Door 8’ X 10’ 8’ X 8’ 10’ X 12’ 9’ X 10’ 1 1 1 1 Warehouse 303 Chestnut St., Clearwater Metal Automatic Door 12’ X 10’ 1 Operations Central Maintenance District 22211 US Hwy. 19 N., Clearwater Overhead Door Overhead Door Overhead Door Overhead Door Overhead Door Overhead Door Overhead Door Overhead Door 14’ X 14’ 18’ X 15’ 18’ X 18’ 9’ X 8’ 12’ X 14’ 10’ X 10’ 14’ X 12’ 8’ X 8’ 5 2 2 1 2 3 1 1 SAB – Sheriff’s Administration Bldg 10750 Ulmerton Rd. Largo Building 2 Building 3 Building 3 Electric Electric Electric Manual Manual Manual 10’ X 12’ 12’ X 12’ 19’ X 14 ‘ 10’ X 9’ 10’ X 10’ 8’ X 8’ 6 2 2 1 1 1 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 33 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES REAL ESTATE MANAGEMENT NORTHWEST (MID) Contact: Scott Rozell 727-582-6472, srozell@pinellascounty.org Location Description Size Qty Cooling Tower Yard Electric 12’ X 12’ 1 Field Services 9837 Ulmerton Rd., Largo Electric 12’ X 12’ 2 Fleet Main & Body Shops 9685 Ulmerton Rd., Largo Up-Fit Bldg Sheriff Special OPS Bldg. Sheriff Main Garage Overhead Doors Electric Manual Electric Electric Electric Electric Manual Electric Electric Electric Electric Electric 14’ x 16’ 20’ X 20’ 14’ X 20’ 14’ X 12’ 14’ X 11’ 20’ X 18’ 16’ X 14’ 12’ X 12’ 12’ X 10’ 20’ X 14’ 12’ X 15’ 8’ X 8’ 16’ X 10’ 14’ X 9’ 16’ X 14’ 12’ X 14’ 12’ X 12’ 10 4 2 1 1 4 10 1 1 6 1 1 2 3 1 1 1 Emergency Management System12490 Ulmerton., Largo Ambulance Repair Shop Warehouse Garage Carwash Restocking Bay Restocking Bay Warehouse Overhead Doors Electric Electric – Plastic Storm Electric Storm Electric Storm Electric Electric Storm Electric 10’ X 12’ 10’ X 9’ 10’ X 13’ 8’ x 8’ 10’ X 10’ 12’ X 12’ 12’ X 12’ 12’ X 12’ 12’ X 12’ 10’ X 10’ 10’ X 10’ 4 3 1 3 2 10 10 2 8 1 1 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 34 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES REAL ESTATE MANAGEMENT NORTHWEST (MID) Contact: Scott Rozell 727-582-6472, srozell@pinellascounty.org Location Description Size Qty Supervisor of Elections 13001 Starkey Rd., Largo Overhead Doors 10’ x 12’ 10’ X 9’ 10’ X 13’ 8’ X 8’ 4 3 1 1 Medical Examiner’s Building 10900 Ulmerton Rd., Largo Overhead Door 22’ X 15’ 2 1211 Gulf Coast Museum Electric 8’ X 12’ 1 REAL ESTATE MANAGEMENT SOUTHEAST (CENTRAL) Contact: Carlos Negron 727-464-6154, cnegron@pinellascounty.org Location Description Size Qty Operations – Mosquito Control 4100 118th Ave., N., St. Petersburg Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door 12’2” X 12’ 7’4” X 9’ 12’2” X 18’2” 10’4” X 20’6” 20’8” X 20’6” 18’6” X 50’ 5 1 1 3 1 1 Operations – Southeast District 3755 46th Avenue N., Lealman Metal Roll-up Electric Door Metal Roll-up Electric Door 14’ X 14’ 14’ X 12’ 3 2 Operations – Permitted Facilities Management District 4550 126th St. N., Clearwater Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door 16’ X 14’ 16’ X 12’ 12’ X 12’ 10’ X 12’ 14’ X 12’ 10’ X 14’ 10’ X 10’ 8’ X 10’ 3 1 1 1 2 2 1 1 Sub-Fleet 14204 46th Street North, Clearwater Metal Roll-up Electric Door 12’ X 12’ 5 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 35 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES REAL ESTATE MANAGEMENT SOUTHEAST (CENTRAL) Contact: Carlos Negron 727-464-6154, cnegron@pinellascounty.org Location Description Size Qty Justice Center 14250 49th St., N., Clearwater Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door Metal Roll-up Electric Door 15’ X 12’6” 10’ X 10’ 10’ X 9’5” 10’ X 10’ 8’4” X 23’2” 8’1” X 17’2” 11’ X 12’ 11’ X 10’ 3’8” X 12’ 3 1 2 2 6 1 1 1 1 Sheriff Tech 2 4707 145TH Ave. N., Clearwater Metal Roll-up Electric Door 14’ X 12’ 1 Sheriff Tech 3 4645 145th Ave. N., Clearwater Metal Roll-up Electric Door Metal Roll-up Electric Door 14’ X 12’ 14’ X 10’ 1 1 Sheriff Hangar 15250 Spadco Dr., N., Clearwater Metal Roll-up Electric Door 18’ X 19’5” 6 Surplus Warehouse 14390 Roosevelt Blvd., Clearwater Metal Roll-up Electric Door 9’5” X 10’7” 2 Records Retention 14155 49th St., N., Clearwater Metal Roll-up Electric Door Metal Roll-up Electric Door 10’5” X 12’7” 7’ X 5’4” 2 1 K9/Gun Range 11700 34th St., N., Clearwater Metal Roll-up Electric Door 8’4” X 8’2” 2 Weedon Island 1800 Weedon Blvd., St. Petersburg Metal Roll-up Electric Door 10’4” X 10’2” 2 REAL ESTATE MANAGEMENT SOUTHEAST (SOUTH) Contact: Kevin Rzeszut 727-582-7745, krzeszut@pinellascounty.org Location Description Size Qty Bldg. B 545 1st Ave. N., St. Petersburg Metal Roll-up Electric Door Metal Roll-up Manual Door 8’ X 10’ 8’4” X 10’ 3 3 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 36 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES UTILITIES Contact Ruth Alber at 727-464-4180, ralber@pinellascounty.org Location Description Size Qty North General Maintenance District 3900 Dunn Drive, Palm Harbor Metal Roll-up Manual Door Metal Roll-up Manual Door 16’ X 16’ 16’ X 12’ 6 2 South General Maintenance District 6730 142nd Ave. N., Largo Metal Roll-up Manual Door Metal Roll-up Manual Door Metal Roll-up Manual Door Metal Roll-up Manual Door 12’ X 12’ 10’ X 12’ 16’ X 12’ 16’ X 16’ 2 3 4 2 Solid Waste 3095 114th Ave N, St Petersburg Metal Roll-Up Doors: Water Plant -Electric Landfill Contractor -Electric Landfill Contractor -Electric HEC3 Warehouse -Electric HEC3 Warehouse -Electric Maint Warehouse -Electric Truck Wash -Manual 14’ X 15’ 20’ X 15’ 14’ X’15’ 22’ X’15’ 16’ X 11’ 14’ X 15’ 16’ X 15’ 3 2 2 2 3 2 2 Water & Sewer 3655 Keller Cir., Tarpon Springs Metal Roll-up Manual Door Metal Roll-up Manual Door Metal Roll-up Manual Door 10’ X 10’ 16’ X 14’ 14’ X 12’ 1 1 2 Keller Connector Poly Building 3655 Keller Cir., Tarpon Springs Metal Roll-up Manual Door 16’ X 10’ 1 Oldsmar RCW 3120 Tampa Rd., Oldsmar Metal Roll-up Manual Door 10’ X 10’ 1 No. Booster Station 27707 US Hwy. 19 N., Clearwater Metal Roll-up Manual Door 12’ X 12’ 1 Logan Station 1620 Ridge Rd., Largo Metal Roll-up Manual Door Metal Roll-up Electric Door 12’ X 9’4” 12’ X 8’ 1 1 Oakhurst Station 11323 74th Ave., Seminole Metal Roll-up Manual Door 8’9” X 6’10” 1 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 37 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES UTILITIES DEPARTMENT Contact Ruth Alber at 727-464-4180, ralber@pinellascounty.org Location Description Size Qty WE Dunn RCW Facility 4111 Dunn Drive, Palm Harbor Metal Roll-up Maintenance Bldg. – Electric RAS Bldg. – Manual Dewat Bldg. – Manual Headworks – Manual 12’ X 12’ 10’ X 10’ 10’ X 10’ 10’ X 10’ 10’ X 10’ 3 1 1 4 1 South Cross RCW Facility 7401 54th Ave. N., St. Petersburg Metal Roll-Up Doors: Tram Bldg – Manual 2 Electric – 3 Manual Dewatering Bldg Manual Electric Manual Gen 1 Bldg – Manual Gen 2 Bldg - Manual Gen 3 Bldg – Manual Gen 4 Bldg – Manual Maint Bldg – Electric Boiler Bldg – Manual South Train Bldg Manual Manual North Train Bldg – Manual Equalizer Bldg – Electric ABB Bldg – Electric Chlorine Bldg – Electric Dechlorine Bldg – Electric Warehouse - Electric 8’ X 10’ 12’ X 10’ 10’ X14’ 15’ X 14’ 12’ X 14’ 10’ X 10’ 12’ X 14’ 12’ X’12’ 12’ X 14’ 10’ X 10’ 10’ X 10’ 12’ X 12’ 10’ X 10’ 12’ X 14’ 12’ X 14’ 12’ X 14’ 12’ X 14’ 12’ X 14’ 12’ X 12’ 1 5 3 2 1 1 2 1 1 1 1 1 1 1 1 1 2 2 1 McKay Creek Pump Station 14800 118th Ave. N., Largo Roll-up 12’ X14’ 10’ X 10’ 1 1 ST.PETERSBURG-CLEARWATER INTERNATIONAL AIRPORT Contact: Michael Iguina 727-453-7841, miguina@pinellascounty.org Location Description Size Qty 14700 Terminal Blvd., Suite 221, Clearwater Overhead Door Overhead Door – Aluminum Overhead Door – Fiberglass Baggage Belt Doors 12’ X 16’ 12’ X 16’ 12’ X 16’ 4’ X 4’ 3 4 2 17 Ticketing A Metal Metal Metal 4’ X 8’ 5’ X 9’ 4’ X 4’ 3 3 6 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 38 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES ST.PETERSBURG-CLEARWATER INTERNATIONAL AIRPORT Contact: Michael Iguina 727-453-7841, miguina@pinellascounty.org Location Description Size Qty Ticketing B Metal Metal Metal Metal 4’ X 6’ 4’ X 4’ 19’ X 8’ 19’ X 15’ 2 2 1 1 U S Customs Metal 5’ X 4’ 2 Baggage Claim Metal 5’ X 4’ 8 ARFF Metal Fiberglass 14’ X 15’ 14’ X 15’ 4 2 Cartbarn Metal 17’ X 14’ 2 Hallway Aluminum Aluminum 19’ X 10’ 9’ X 8’ 4 1 DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES DETENTION CENTER 14400 49th St. N., Clearwater Contact: Ron Acoff 727-453-7788, racoff@pinellacounty.org Location Description Size Qty Real Estate Management Building Main Shop Gate Welding Shop Overhead Door with Controller Overhead Door 12’ X 12’ 8’ X 10’2” 1 1 Central Building SE Sally Port Gate SW Sally Port Gate NE Sally Port Gate NW Sally Port Gate Fire Curtain, Door C142 Fire Curtain, Door C141 East Dock Gate West Dock Gate General Building Storage Room for Specialist Area Overhead Door with Controller Overhead Door with Controller Overhead Door with Controller Overhead Door with Controller Overhead Door Overhead Door Overhead Door Overhead Door Roll-Up Door 10’6” X 13’ 10’6” X 13’ 10’6” X 13’ 10’6” X 13’ 8’ X 8’ 8’ X 8’ 8’ X 8’ 6’ X 8’ 8’ X 10’ 1 1 1 1 1 1 1 1 1 Max A wing – North Sally Port Gate A Wing – South Sally Port Gate Roll-up Gate with Controller Roll-up Gate with Controller 20’ X 13’8” 20’ X 13’8” 1 1 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 39 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES DETENTION CENTER 14400 49th St. N., Clearwater Contact: Ron Acoff 727-453-7788, racoff@pinellacounty.org Location Description Size Qty Max Phase 1 Roll-up Gate 7’6” X 7’6” 1 Max F Wing – Laundry F Wing – Kitchen Dry Storage Roll-up Door Roll-up Door 10’ X 10’ 8’ X 8’ 1 1 Max Phase II Roll-up Gate with Controller 8’ X 10’ 1 Healthcare Building NE Sally Port Gate SE Sally Port Gate NW Sally Port Gate SW Sally Port Gate Receiving Roll-up Gate with Controller Roll-up Gate with Controller Roll-up Gate with Controller Roll-up Gate with Controller Overhead Door 11’ X 14’ 11’ X 14’ 11’ X 14’ 11’ X 14’ 7’ X 10’ 1 1 1 1 1 Healthcare & North Division MSC East MSC West Main Perimeter Annex II Roll Gate Roll Gate Roll Gate Roll Gate 1 1 1 1 JAC Sally Port 1 Water Storage Roll-up Gate 10’ X 11’ 1 DETENTION CENTER 14400 49th St. N., Clearwater Contact: Ron Acoff 727-453-7788, racoff@pinellacounty.org Location Description Size Qty PTEC Storage Storage Storage Overhead Door Overhead Door Overhead Door 4’ X 6’6” 4’ X 6’6” 4’ X 6’6” 1 1 1 MSC - Kitchen Dock Roll-up Gate Dry Storage Dish Room East Gate Dish Room South Gate Boiler Room Roll-up Gate Door Roll-up Gate Roll-up Gate Door 6’ X 7’ 6’ X 7’ 4’6” X 7’ 4’6” X 7’ 6’ X 8 1 1 1 1 1 MSC – Laundry Main Roll-up Gate Boiler Room Storage Storage Storage Roll-up Gate Overhead Door Overhead Door Overhead Door Overhead Door 10’ X 10 8’ X 10’ 4 x 6’6” 4’ X 6’6” 6’ X 6’6” 1 1 1 1 1 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 40 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES DETENTION CENTER 14400 49th St. N., Clearwater Contact: Ron Acoff 727-453-7788, racoff@pinellacounty.org Location Description Size Qty Safe Harbor SW Garage Inside Corridor Overhead Door Door 14’ X 14’ 10’ x 10’ 1 1 South Division F-Wing East F-Wing West Tower 8 South South Perimeter Roll Gate Roll Gate Roll Gate Roll Gate 1 1 1 1 REAL ESTATE MANAGEMENT YOUNG-RAINEY STAR CENTER 7887 Bryan Dairy Rd. Largo Contact: Jeffrey Sibbach 727-541-8713, jsibbach@pinellascounty.org Location Description Size Qty Building # 100 1st Floor Fire Door # 141 Fire Door # 133 Fire Door # 018 Fire Door # 176 Fire Door # 124 Fire Door # 127 Fire Door # 157 Fire Door # 147 Door # 349 Fire Door # 143 Fire Door # 130 Door # 012 Fire Door # 180 Fire Door # 152 Door # 185 Door # 183 Fire Door # 149 Building # 100 2nd Floor Fire Door # 191M Fire Door # 194M Overhead Steel with Controller Overhead Steel with Controller Overhead Steel with Controller Overhead Steel Overhead Steel Overhead Steel with Controller Overhead Steel with Controller Overhead Steel with Controller Overhead Steel Overhead Steel with Controller Overhead Steel with Controller Overhead Steel with Controller Overhead Steel Overhead Steel with Controller Overhead Steel Overhead Steel Overhead Steel with Controller Overhead Steel Overhead Steel 10’ x 42” 10’ x 8’ 10’ x 8’ 10’ x 8’ 10’ x 8’ 10’ x 10’ 10’ x 22’.7” 10’.8” x 10’ 12’ x 10’ 12’ x 12’ 12’ x 12’ 12’ x 12’ 12’ x 12’ 12’.3” x10’ 12’ x 16’ 12’ x 16’ 14’.10” x 14’ 7’.6” x 8’ 7’.6” x 8’ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Building # 400 Fire Door 401 Fire Door 402 Overhead Steel with Controller Overhead Steel with Controller 11’2” x 12’ 11’2” x 12’ 1 1 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Page 41 of 41 ATTACHMENT A DOORS REQUIRING BI-ANNUAL MAINTENANCE SERVICES REAL ESTATE MANAGEMENT YOUNG-RAINEY STAR CENTER 7887 Bryan Dairy Rd. Largo Contact: Jeffrey Sibbach 727-541-8713, jsibbach@pinellascounty.org Location Description Size Qty Building # 500 North Door 501 East Door 502 Overhead Aluminum with Controller Overhead Steel 12’.3” x 10’ 12’.11” x 10’ 1 1 Building # 600 North Fire Doors # 601 -604 North Fire Door # 605 South Fire Doors # 606 -608 South Fire Door # 609 Overhead Steel with Controller Overhead Steel with Controller Overhead Steel with Controller Overhead Steel with Controller 9’ x 8’ 12’ x 10’ 9’ x 8’ 12’ x 10’ 4 1 3 1 Building # 700 West Doors # 701-702 West Door # 703 West Door # 704 East Doors # 705-706 East Doors # 707-708 Overhead Steel Overhead Steel Overhead Steel Overhead Steel with Controller Overhead Steel 12’ x8’ 8’ x 8’ 8’ x 10’ 10’ x 8’ 10’ x 12’ 2 1 1 2 2 PINELLAS COUNTY PURCHASING ITB – SERVICES REVISED: 03/2016 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7431 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 7.16 SUBJECT/RECOMMENDATION: Authorize a purchase order to multiple vendors as listed, for various plumbing replacement and repair parts, in the annual not-to-exceed amount of $375,000 for contract term January 15, 2020 through the expiration of their respective term of contract or January 15, 2022, whichever occurs first, for a total not-exceed amount of $750,000 for the two-year period, pursuant to Clearwater Code of Ordinances Section 2.564(1)(c) - Small dollar purchases and Section 2.564(1)(d) - Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) SUMMARY: Previously the Building & Maintenance’s divisions purchases for plumbing equipment replacement and repair parts have been procured by obtaining quotes, sole source buys direct from the manufacturer or manufacturer’s distributor, or by piggybacking other government entities’ contracts. The B & M Staff is requesting the ability to use existing piggyback contracts for Tampa WinSupply, Inc, Ferguson Enterprises Inc., Wool Supply of Tampa, Hughes Supply, and Best Plumbing Specialties for various plumbing projects throughout the City for the duration of their respective contract. This will allow us to benefit from previously negotiated prices for the various items required. Piggyback Contract: Pinellas County School Board contract #19-670-0823 - Tampa WinSupply Inc. of Tampa FL; Ferguson Enterprises Inc. of Clearwater FL; Wool Supply of Tampa of Tampa FL; Hughes Supply of Clearwater FL; all expire January 15, 2021 with one one-year renewal option. Hernando County School Board #18-670-27 Best Plumbing Specialties, of Myersville, MD expires February 12, 2020 with three one-year renewal options Small Dollar Purchases: An estimated 30% of the total cumulative annual not-to-exceed amount will be used for smaller dollar purchases under $2,500 utilizing multiple vendors. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 5656531-546200 GSBM180008-R&M - MATLS Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7431 These funds are available in the operating expense of Building & Maintenance as budgeted in fiscal year 2019/20 as well as funding available in the project. Page 2 City of Clearwater Printed on 2/5/2020 PURCHASING AGENDA ITEM Hernando County School District School Board Approval Meeting: February 13, 2018 Bid No. 18-670-27 Bid Title: Plumbing Products, Fixtures, Equipment, Parts & Supplies Recommend approval of this agenda item under the specific category below: ☐Lowest Bid(s) ☐Request for Proposal(s) ☒Low Bid(s) Meeting Specification ☐Rejection/Cancellation ☐Revised Award ☐Renewal of Contract ☐Sole Source ☐Re-Award (Partial/Whole) ☐Bid Termination ☐Revisions/Amendments to Bid ☐Bid Extension ☐Emergency ☐Piggyback Cooperative Bid Contract Period: 02/13/2018 – 02/12/2020 ☐ N/A – One Time Purchase Contract Type: ☐ Estimated ☐ Firm, Fixed ☐ Firm, Fixed ☒ Firm, Fixed Hourly Rates, Fees Dollar Amount Dollar Amount Unit Prices and/or Percentages Renewal Options: No. of Terms ☐ Length of ☒ Length of ☐ None Remaining Each Term (month) Each Term (year) 3 1 Rationale/Reason: Bidders Electronically Bids Received: No Bids: Late Bids: Rejected Bids: N/A – Bids Not Downloaded From Public - 2 - - 0 - - 0 - - 0 - Required: Purchase Website: 25 Submitted By: Joyce McIntyre School(s): District Wide Director of Finance & Purchasing Requested By: Erik Van de Boogaard Department(s): Facilities/Maintenance Director of Facilities Operations Recommended award by vendor(s), description of item(s)/service(s) and prices: (See attached) T/C CODE: 1827 2 The intent of this contract is to select supplies to provide various plumbing products, equipment, parts, supplies, accessories, etc. and to secure firm percentage (%) discount of vendor’s published catalogs/ manufacturer’s published price list(s) for the contract period as specified. Items include, but are not limited to: - General Misc. Parts, Tools, Equipment, Supplies & Materials - Brass Items - Water Coolers/Fountains & Parts - Bubblers - Water Heaters & Parts - Toilet Seats - PVC Pipes, all sizes - Toilets/Sinks - PVC Valves, all sizes - Faucets - PVC Fittings, all sizes - Classroom Sinks - Faucets & Parts - Sloan Valves & Parts - Galvanized Items (Pipe & Fittings) - Gate Valves - Copper Items (Pipe Fittings, etc.) - Check Valves - General Plumbing Parts - Ball Valves - Urinals - CPVC Fittings & Pipe - Mechanical Joint Couplings Golden X Plumbing Supply (V-6169) (Lasco) www.lascofittings.com/assets/1824/sch40-2017.pdf Fixed Percentage Discount: Supplies 70% Contact: Robert Balint (352) 799-1301 (928) 273-5435 (cell) goldenx2@tampabay.rr.com www.goldenxplumbingsupply.net Best Plumbing Specialties (V-49847) 2018-2019 Best Plumbing Catalog Fixed Percentage Discount: Supplies 20% Equipment 20% Contact: Shari Hansel (800) 448-6710 ext. 629 (813) 363-0747 contracts@bestplumbingonline.com www.bestplumbingspecialties.com (011420intent) NOTICE OF INTENT TO AWARD DATE/TIME OF INITIAL POSTING DATE/TIME POSTING REMOVED Monday, December 16, 2019 @ 1:25 p.m. The Right to File an Intent to Protest Expires: 1:25 p.m. on Thursday, December 19, 2019 Time Date This is a notice of intent from the Director of Purchasing to the Superintendent of Schools for the School Board of Pinellas County, to award contracts as indicated on the accompanying Purchasing Agenda Summary and by Bid Number below. This recommendation will be considered by the School Board of Pinellas County in public meeting commencing at 10 a.m. on January 14, 2020. School Board meetings are held in the Conference Hall on the 2nd floor of the School Administration Building, 301 4th Street S.W., Largo, Florida 33770. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes. POSTED BY: Linda M. Balcombe, CPPO, CPPB Director, Purchasing Name Title Bids Recommended for Award January 14, 2020. See Purchasing Agenda Summary for details. 20-205-117-PS/CM 20-205-120-PS/CM 18-075-205-RA 20-968-097 20-968-094-RN 20-968-093-RN 20-968-080-RN 20-670-075-RN 20-968-088-RN 20-340-106-RN *Key to Fund Sources: 0100: General Operating 0150: Workforce Development 03XX: Capital 0410: Food Service 0420: Contracted Programs 043X: ARRA Stimulus **Key to Categorical Sources: 23XX: Referendum Funds (011420agensum.doc) 1 PURCHASING AGENDA SUMMARY January 14, 2020 (School Board Meeting Date) Key to Bid Categories: CAN = Bid Cancellation, CB = Co-op Bid, CT = Contract Termination, DN = Direct Negotiation, ER = Emergency Ratification, EX = Bid Extension, HPS = Highest Point Score, LRB = Lowest Responsive Bid, PB = Piggy-Back Bid, PS/CM = Professional Services/Copyrighted Materials, RA = Revised Award, RB = Re-Award Bid, REJ = Bid Rejection, RFP = Request for Proposal, RN = Bid Renewal, SC = State Contract, SP = Sale of Property, SS = Sole Source BID NUMBER BID TITLE BID CAT. BID TERM DESTINATION/ REQUESTER *FUND/ CC **PROJECT/SUBPROJ RECOMMENDED VENDOR TOTAL $ by VENDOR TOTAL $ of BID COMMENTS 20-205-117-PS/CM Email Archive Software-as- Service PS/CM 1 yr. Technology & Information Systems Dept. Tom Lechner 0100/5140 2150 Proofpoint, Inc. 181,447.14 181,447.14 Rationale: This vendor holds the copyrights and distribution rights to this software. 20-205-120-PS/CM Asset Management Software PS/CM 1 yr. Real Estate Dept. Charlene Beyer 100/5820 9903/5602 Dude Solutions, Inc. 64,000.00 64,000.00 Rationale: This vendor holds the copyrights and distribution rights to their Event Manager software. 18-075-205-RA Parts Cleaner Machines: Rental & Service RA 2 yrs. Vehicle Maintenance Dept. Brian Lowe CTAE Dept. Robert Hawkins Various Various Heritage Crystal Clean, LLC 27,000.00 27,000.00 (estimate) Rationale: The original contract was board approved May 8, 2018 for $100,000. Additional funds are necessary for anticipated services through the end of the contract period. *Key to Fund Sources: 0100: General Operating 0150: Workforce Development 03XX: Capital 0410: Food Service 0420: Contracted Programs 043X: ARRA Stimulus **Key to Categorical Sources: 23XX: Referendum Funds (011420agensum.doc) 2 PURCHASING AGENDA SUMMARY January 14, 2020 (School Board Meeting Date) Key to Bid Categories: CAN = Bid Cancellation, CB = Co-op Bid, CT = Contract Termination, DN = Direct Negotiation, ER = Emergency Ratification, EX = Bid Extension, HPS = Highest Point Score, LRB = Lowest Responsive Bid, PB = Piggy-Back Bid, PS/CM = Professional Services/Copyrighted Materials, RA = Revised Award, RB = Re-Award Bid, REJ = Bid Rejection, RFP = Request for Proposal, RN = Bid Renewal, SC = State Contract, SP = Sale of Property, SS = Sole Source BID NUMBER BID TITLE BID CAT. BID TERM DESTINATION/ REQUESTER *FUND/ CC **PROJECT/SUBPROJ RECOMMENDED VENDOR TOTAL $ by VENDOR TOTAL $ of BID COMMENTS 20-968-097 Parking Lot Bus Loop & Associated Drainage Installed REJ N/A Garrison Jones E/S Nick Hriciga Rationale: Two bids were received both were non-responsive, failing to submit required documentation. 20-968- 094-RN Intrusion Detection System Installations RN I yr. County Wide Mike Hewett Various Various MCS of Tampa, Inc. dba Mission Critical Solutions Red Hawk Fire & Security, LLC Johnson Controls, Inc. Varies by Vendor 500,000.00 (estimate) Rationale: This contract includes all security and intrusion system monitoring. Includes new construction and maintenance of existing systems. *Key to Fund Sources: 0100: General Operating 0150: Workforce Development 03XX: Capital 0410: Food Service 0420: Contracted Programs 043X: ARRA Stimulus **Key to Categorical Sources: 23XX: Referendum Funds (011420agensum.doc) 3 PURCHASING AGENDA SUMMARY January 14, 2020 (School Board Meeting Date) Key to Bid Categories: CAN = Bid Cancellation, CB = Co-op Bid, CT = Contract Termination, DN = Direct Negotiation, ER = Emergency Ratification, EX = Bid Extension, HPS = Highest Point Score, LRB = Lowest Responsive Bid, PB = Piggy-Back Bid, PS/CM = Professional Services/Copyrighted Materials, RA = Revised Award, RB = Re-Award Bid, REJ = Bid Rejection, RFP = Request for Proposal, RN = Bid Renewal, SC = State Contract, SP = Sale of Property, SS = Sole Source BID NUMBER BID TITLE BID CAT. BID TERM DESTINATION/ REQUESTER *FUND/ CC **PROJECT/SUBPROJ RECOMMENDED VENDOR TOTAL $ by VENDOR TOTAL $ of BID COMMENTS 20-968-093-RN Access Control Systems: Installation, Maintenance & Repair RN 1 yr. County Wide Mike Hewett Various Various MCS of Tampa, Inc. dba Mission Critical Solutions Red Hawk Fire & Security, LLC Gerelcom, Inc. Varies by Vendor 400,000.00 (estimate) Rationale: Provides card access systems to all facilities, includes new construction and maintenance of existing systems. 20-968-080-RN Athletic Field Services RN 1 yr. County Wide Mike Hewett Various Various Athletic Service 300,000.00 300,000.00 (estimate) Rationale: This contract provides for the maintenance of all athletic fields in the District. 20-670- 075-RN Plumbing Supplies RN 1 yr. Maintenance Dept. Mike Hewett 0100/5370 Ferguson Enterprises Wool Supply of Tampa, Inc. Hughes Supply Tampa Winsupply 200,000.00 200,000.00 (estimate) *Key to Fund Sources: 0100: General Operating 0150: Workforce Development 03XX: Capital 0410: Food Service 0420: Contracted Programs 043X: ARRA Stimulus **Key to Categorical Sources: 23XX: Referendum Funds (011420agensum.doc) 4 PURCHASING AGENDA SUMMARY January 14, 2020 (School Board Meeting Date) Key to Bid Categories: CAN = Bid Cancellation, CB = Co-op Bid, CT = Contract Termination, DN = Direct Negotiation, ER = Emergency Ratification, EX = Bid Extension, HPS = Highest Point Score, LRB = Lowest Responsive Bid, PB = Piggy-Back Bid, PS/CM = Professional Services/Copyrighted Materials, RA = Revised Award, RB = Re-Award Bid, REJ = Bid Rejection, RFP = Request for Proposal, RN = Bid Renewal, SC = State Contract, SP = Sale of Property, SS = Sole Source BID NUMBER BID TITLE BID CAT. BID TERM DESTINATION/ REQUESTER *FUND/ CC **PROJECT/SUBPROJ RECOMMENDED VENDOR TOTAL $ by VENDOR TOTAL $ of BID COMMENTS 20-968-088-RN Earthwork Services: Excavating, Backfilling & Grading RN 1 yr. County Wide Mike Hewett Various Various G.A. Nichols Company 150,000.00 150,000.00 (estimate) Rationale: This contract includes all planned projects as well as emergency situations. 20-340-106-RN Fire Protection Systems: Inspection & Testing Services, Water Based RN 1 yr. County Wide Mike Hewett Various Various Dover Fire & Fab, Inc. 50,000.00 50,000.00 (estimate) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7365 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 2 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.17 SUBJECT/RECOMMENDATION: Appoint to the Airpark Advisory Board Kelli O’Donnell, as a regular member with a term to expire December 31, 2023, Bruce Brock, as the Ex Officio member with a term to expire February 29, 2024 and appoint John B. Renton as a regular member with a term effective May 1, 2020 through May 1, 2024. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Airpark Advisory Board TERM: 4 Years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 5 + 1 Ex Officio member CHAIRPERSON: Denise L. Rosenberger MEETING DATES: Quarterly (1st Wed.) - Feb., May, Aug., Nov. PLACE: Chambers - 3 p.m. APPOINTMENTS NEEDED: 3 THE FOLLOWING MEMBER WAS APPOINTED TO THE AIRPARK ADVISORY BOARD AS THE EX OFFICIO MEMBER AT THE DECEMBER 5, 2019 COUNCIL MEETING. SHE RECENTLY MOVED FROM ST. PETERSBURG TO CLEARWATER AND WISHES TO BE APPOINTED AS A REGULAR MEMBER ON THIS BOARD: 1.Kelli O’Donnell - 1524 Bonair St., 33755 - (Federal Fisheries Policy and Management Biologist) Original Appointment: 12/05/19 (recently appointed as the Ex Officio member with term to expire 12/31/23) (became a Clearwater resident on December 31, 2019) ALSO ON THIS BOARD THE FOLLOWING BOARD MEMBER IS ENDING HER 3RD TERM ON APRIL 30, 2020: 1.Denise Rosenberger - 15 N. Meteor Ave., 33765 - Customer Service Original Appointment: 07/17/08 (currently serving 3rd term to expire 04/30/20) Note - Ms. Rosenberger’s last meeting will be February 5th. Term expires prior to the next regularly scheduled meeting. THE NAMES BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY. THE BOARD LIAISON, ED CHESNEY, RECOMMENDS MR. GIBSON BE Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7365 APPOINTED. 1.Bobby Gibson - 2374 Wind Gap Place, 33765 - Eng./Business Dev. Director 2. John B. Renton - 2958 Eagle Estates Circle W., 33761 - Airport Program Manager Zip codes of current members on board: 3 - 33755; 2 - 33765 At the February 3, 2020 work session, there was council consensus to appoint John Renton with a term effective May 1, 2020 through May 1, 2024. Staff was directed to place the item on the consent agenda. Page 2 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7390 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.18 SUBJECT/RECOMMENDATION: Appoint Danny Olda to the Public Art and Design Board as the Creative Pinellas designee with term to expire February 28, 2024. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Public Art and Design Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater resident except for the Clearwater Arts Alliance, Inc., formerly, Clearwater Arts Foundation, and the Creative Pinellas representative MEMBERS: 7 Liaison: Christopher Hubbard, Cultural Affairs Coord. CHAIR: Jerri Menaul MEETING DATE: Quarterly - January, March, June, Sep. TIME/PLACE: 2:00 PM/Chambers APPOINTMENTS NEEDED: 1 THE FOLLOWING BOARD MEMBER RESIGNED IN 2018 AS THE PINELLAS COUNTY ARTS COUNCIL DESIGNEE, NOW KNOWN AS CREATIVE PINELLAS. THIS VACANT SEAT NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Judith Powers - 4721 16th Ave. N., St. Petersburg, FL 33713 - Dir. Cultural Affairs Original Appointment: 2/4/10 (was serving 2nd term that expired 2/28/18) (Pinellas County Arts Council, now known as Creative Pinellas) THE FOLLOWING NAME IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.Danny Olda - 1605 Carroll St., 33755 - Arts Curator and Grants Mgr. (Creative Pinellas) Zip codes of current members: 1 - 33755 Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7390 1 - 33761 1 - 33764 2 - 33765 1 - 33786 Current Categories: 1 Artist/Art Business Owner 3 Citizens 1 Clearwater Arts Alliance Inc. 1 General Contractor Page 2 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7396 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.19 SUBJECT/RECOMMENDATION: Appoint Marita Lynch to the Environmental Advisory Board to fill the remainder of an unexpired term until December 31, 2021. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Environmental Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None CHAIRPERSON: Jared Leone MEMBERS: 5 MEETING DATES: Quarterly Meetings - 3rd Wed., 4 pm (Jan., April, July, Oct.) PLACE: Main Library APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1. Candace Gardner - 736 Island Way, Apt. 305, 33767 - Retired/Guidance Counselor Original Appointment: 12/07/17 (was serving 1st term until 12/31/21) Resigned: 12/27/19 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.Marita Lynch - (Guardian Ad Litem) - Register Nurse IT Consultant Zip codes of current members: 1 at 33755 1 at 33765 Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7396 2 at 33767 Page 2 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7448 Agenda Date: 2/6/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.20 SUBJECT/RECOMMENDATION: Reappoint Mary Ann Lane to the Nuisance Abatement Board with term to expire February 28, 2024. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Nuisance Abatement Board TERM: 4 years FINANCIAL DISCLOSURE: Yes APPOINTED BY: City Council RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 MEETING DATES: As Called, 1st Wed./Month - 3:00 pm PLACE: Main Library APPTS. NEEDED: 1 Purpose: The Nuisance Abatement Board will be composed of seven city residents who will conduct hearings on public nuisance cases associated with prostitution and drug-related activities on known properties throughout the City. THE FOLLOWING ADVISORY BOARD MEMBER HAS A TERM TO EXPIRE ON FEBRUARY 28, 2020 AND NOW REQUIRES REAPPOINTMENT FOR A NEW TERM: 1. Mary Ann Lane - 3030 Homestead Ct., 33759 - Clinical Social Worker Original appointment: 12/15/16 (currently filling an unexpired term until 2/28/20) Interest in reappointment: Yes Zip codes of current members: 1 at 33755 5 at 33756 1 at 33759 Current Categories: Analyst Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7448 Attorney Clinical Social Worker English Teacher/Librarian HR Manager Production Tour/Manager Restaurant Owner Page 2 City of Clearwater Printed on 2/5/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7414 Agenda Date: 2/6/2020 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Declare surplus certain city-owned real property located at 1730 Overbrook Avenue for the purpose of entering into a Ground Lease with Jolley Trolley Transportation of Clearwater, Inc. for development and lease of the site; approve the related Ground Lease Agreement between Jolley Trolley Transportation of Clearwater, Inc. and the City of Clearwater, and authorize the appropriate officials to execute same. (APH) SUMMARY: The City acquired a 4.1-acre site on the Southwest corner of Overbrook Avenue and Betty Lane on November 9, 2002 for $750,00.00. The site was acquired for the Stevenson Creek Estuary Restoration Project. The Stevenson Creek Estuary Restoration Project was completed and a new Fire station 51 built on the east +/- 1.6 acres of the Overbrook Avenue site. The remaining +/- 2.50 acres of unimproved land on the west side of the site at 1730 Overbrook Avenue is not being used for municipal use. Jolley Trolley Transportation of Clearwater, Inc. requested the +/ - 2.50-acre site at 1730 Overbrook Avenue be declared surplus for the purpose of a long-term ground lease with the City of Clearwater. Jolley Trolley intends to build their new corporate complex on the site. An independent appraisal was performed by James Millspaugh and Associates on the city-owned 1730 Overbrook Ave site and was determined to have a $450,000 fair market value as of January 17, 2019. The initial term of the proposed Ground Lease Agreement between Jolley Trolley Transportation of Clearwater, Inc. (Lessee) and the City of Clearwater (Lessor) shall be 25 years commencing on the date of execution of the lease. Lessee is hereby granted an option to renew the Lease Agreement with Lessor for up to 3 successive additional periods of 5 years each, upon the same terms and conditions of the original ground lease. Lessee agrees to pay annual rent in monthly installments to Lessor for use of 1730 Overbrook Ave. site as follows: for the first 10 years during which this lease remains in effect the Annual Rent shall be Zero Dollars ($0.00). At the end of year 10, the Annual Rent shall be adjusted for years 11 through 17 calculated to be an amount equal to 50% of the Market Rental Rate, as defined in the lease agreement. At the end of year 17, the Annual Rent shall be adjusted for years 18 through 25 calculated to be an amount equal to 100% of the Market Rental Rate as defined in the lease agreement. The Ground Lease agreement between Lessee and Lessor provides Jolley Trolley a new site to build a complex for their general business practices and parking of their trolleys in support of public transportation on Clearwater Beach and throughout Pinellas County. Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7414 City staff have reviewed and support declaring the 1730 Overbrook Avenue property surplus and the Ground Lease Agreement between Jolley Trolley Transportation Clearwater Inc. and the City of Clearwater. Page 2 City of Clearwater Printed on 2/5/2020 APPRAISAL REPORT VACANT COMMERCIAL PARCEL 1720 OVERBROOK ROAD CLEARWATER, FLORIDA 33755 DATE OF VALUATION JANUARY 17, 2019 PREPARED FOR MR. ROBERT BRZAK CITY OF CLEARWATER REAL ESTATE SERVICES COORDINATOR 100 S. MYRTLE AVENUE, SUITE 220 CLEARWATER, FLORIDA 33756 E-MAIL: ROBERT.BRZAK@MYCLEARWATER.COM PREPARED BY JAMES M. MILLSPAUGH, MAI JAMES MILLSPAUGH & ASSOCIATES, INC. 110 TURNER STREET CLEARWATER, FL 33756-5211 JAMES MILLSPAUGH & ASSOCIATES, INC. REAL ESTATE APPRAISERS & CONSULTANTS LICENSED REAL ESTATE BROKER 110 TURNER STREET, CLEARWATER, FLORIDA 33756-5211 PHONE: (727) 461- 2648 FAX: 442-8922 E-MAIL: jim@millspaugh-appraisals.com | WEBSITE: www.millspaugh-appraisals.com January 30, 2019 Mr. Robert Brzak City of Clearwater Real Estate Services Coordinator 100 S. Myrtle Avenue, Suite 220 Clearwater, Florida 33756 E-Mail: Robert.Brzak@Myclearwater.Com RE: Vacant Commercial Parcel 1720 Overbrook Road Clearwater, Florida 33755 Dear Mr. Brzak: At your request, I have made an appraisal report of the current market value of the fee simple estate of the above referenced real property only. The property and methods utilized in arriving at the final value estimate are fully described in the attached report, which contains 18 pages and Addenda. This Appraisal Report has been made in conformance with and is subject to the requirements of the Code of Professional Ethics and Uniform Standards of Professional Appraisal Practice (USPAP) of the Appraisal Institute and the Appraisal Foundation. The Appraisal Report and final value estimate are subject to all attached Contingent and Limiting Conditions. I have made a careful and detailed analysis of the subject property and after analyzing the market data researched for this report, I estimate that the current market value of the referenced real property only subject to the stated limitations, definitions and certifications set forth in the attached appraisal report as of January 17, 2019, was: FOUR HUNDRED FIFTY THOUSAND DOLLARS ($450,000) Respectfully submitted, JAMES MILLSPAUGH & ASSOCIATES, INC. ____________________________ James M. Millspaugh, MAI JMM:sg JAMES M. MILLSPAUGH, MAI State-Certified General Real Estate Appraiser RZ58 TABLE OF CONTENTS INTRODUCTION Title Page Letter of Transmittal Table of Contents Site Photographs DESCRIPTIONS, ANALYSES AND CONCLUSIONS Identification of the Property 1 Census Tract Location/Zip Code 1 Flood Zone Location 1 Environmental Audit Data 1 Objective and Intended Use/Users of the Appraisal 1 Exposure Period Estimate 2 Statement of Ownership and Recent Sales History 2 Scope of the Appraisal 2 Definition of Market Value 3 Standard Contingent and Limiting Conditions 3 Certification 6 Area Description 7 Site Data 9 Assessment and Tax Data 9 Zoning and Land Use Data 10 Highest and Best Use 11 Land Value Estimate 11 Land Sales Analysis and Conclusions 17 ADDENDA Qualifications of the Appraiser Standard Definitions City Aerial Exhibit EXISTING CONDITIONS VACANT COMMERCIAL PARCEL 1720 OVERBROOK ROAD CLEARWATER, FLORIDA 33755 DATE OF PHOTOGRAPHS: JANUARY 17, 2019 SITE VIEW LOOKING SOUTH FROM OVERBROOK ROAD OVERBROOK ROAD STREET SCENE LOOKING NORTHWEST BEYOND FIRE STATION ON LEFT EXISTING CONDITIONS VACANT COMMERCIAL PARCEL 1720 OVERBROOK ROAD CLEARWATER, FLORIDA 33755 DATE OF PHOTOGRAPHS: JANUARY 17, 2019 EASTERN VIEW ALONG SOUTHERN SITE BOUNDARY WITH FIRE STATION IN BACKGROUND NORTHWEST SITE VIEW FROM SOUTHEAST CORNER WITH OVERBROOK ROAD IN BACKGROUND IDENTIFICATION OF THE PROPERTY: The site fronts the southwest side of Overbrook Road about midway between N. Betty Lane and Douglas Avenue near Stevenson’s Creek and the northern city boundary. The site is legally described in brief as the western 263.25’ of Metes and Bounds Parcel #43/05 located in the SW/4 of the SE/4 of Section 3, Township 29 South, Range 15 east and shown on a city exhibit in the Addenda. CENSUS TRACT LOCATION/ZIP CODE: #263.02/33755 FLOOD ZONE LOCATION: Pinellas County, Florida Map # 12103C0106H Effective Date: 5-17-05 The subject and immediate locale northeast of Stevenson’s Creek are located in a zone X, that is not a special flood hazard area. ENVIRONMENTAL AUDIT DATA: The Appraisal has been performed without benefit of an environmental audit and presumes that no problems exist, however, I reserve the right to review and/or alter the value reported herein should a subsequent audit reveal problems. Given the long-term use of the subject and adjacent fire station #51 site as an auto salvage and repair yard, most buyers will perform at a minimum a phase one environmental audit. The property was acquired in 2002 with the site temporarily used as a spoil bank for dredging Stevenson’s Creek with the fire station built during 2004. OBJECTIVE AND INTENDED USE/USERS OF THE APPRAISAL REPORT: The objective of the Appraisal Report is to estimate the current market value of the subject vacant site in fee simple estate as of January 17, 2019 (date of inspection and photographs). It is my understanding that the intended use of the report is to value the site for sale in the open market after being declared surplus by the City of Clearwater and that the intended users of the report are City representatives only and no others. 2 EXPOSURE PERIOD ESTIMATE: This is the past period of time required to have sold the subject at my value estimate on the appraisal date. The citywide scarcity of available vacant land for commercial uses has been prompting purchases in all grades of location. The major factor of most actual transactions is a realistic listing price that is far below prime (class A) locations. As such, I would estimate a likely exposure period from 6 to 12 months with any required level one and two uses per zoning likely extending the period to the longest 12 month period or beyond. STATEMENT OF OWNERSHIP AND RECENT SALE HISTORY: The site is owned by the City of Clearwater that acquired the subject and adjacent east fire station parcel in November 2002 at a recorded price of $750,000. It was improved then with a auto salvage/repair facility that was demolished to allow use of the total property for a spoil bank to perform maintenance dredging for the nearby Stevenson’s Creek. The fire station was built in 2004 and the subject site was graded/leveled to be even with the fire station parcel. As such, there has been no recent transfers of the site that would impact the current market value. SCOPE OF THE APPRAISAL: The extent of my research effort for the sale of similar vacant commercial-zoned land has focused on the greater Clearwater market in particular and northern Pinellas County in general. Specifically, I have researched the Pinellas Clerk’s and Property Appraiser’s data, local MLS files, various business periodicals, my newspaper clipping files and Internet portals for Tampa Bay real estate. I have inspected the subject site, the surrounding locale and the Land Sale Comparisons and verified the details of these examples with a related party. The report will include a Land Sales Comparison Approach which is the most reliable for valuing vacant parcels. 3 DEFINITION OF MARKET VALUE:1 The most probable price which a property should bring in a competitive and open market under all conditions requisite to a fair sale, the buyer and seller each acting prudently and knowledgeably, and assuming the price is not affected by undue stimulus. Implicit in the definition are the consummation of a sale as of a specified date and the passing of title from seller to buyer under conditions whereby: (1) Buyer and seller are typically motivated; (2) Both parties are well informed or well advised, and acting in what they consider their own best interests; (3) A reasonable time is allowed for exposure in the open market; (4) Payment is made in terms of cash in U.S. dollars or in terms of financial arrangements comparable thereto; and (5) The price represents the normal consideration for the property sold unaffected by special or creative financing or sales concessions granted by anyone associated with the sale. ------------------------------------------- 1 Federal Deposit Insurance Corporation, 12 CFR, Part 323, RIN 3064-AB05, August 20, 1990, Section 323.2, Definitions. STANDARD CONTINGENT AND LIMITING CONDITIONS: This Appraisal is subject to the following limiting conditions and contingencies: This Appraisal Report in no way represents a guaranty or warranty of estimated market value as reported herein. The Appraisal Report represents the opinion of the undersigned as to "one figure" based upon the data and its analysis contained herein. The legal description furnished is assumed to be correct and unless otherwise noted, no survey or title search has been made. No responsibility is assumed by the Appraiser(s) for these or any matters of a legal nature and no opinion of the title has been rendered. The property is appraised as though under responsible ownership and management. The Appraiser(s) believe(s) that information contained herein to be reliable, but assume(s) no responsibility for its reliability. 4 The Appraiser(s) assume(s) there are no hidden or unapparent conditions of the property, subsoil, or structure which would affect the value estimate. Unless otherwise noted, the Appraiser(s) has not commissioned termite or structural inspection reports on any improvements nor subsoil tests on the land. The attached photos, maps, drawings, and other exhibits in this report are intended to assist the reader in visualizing the property and have been prepared by the Appraiser(s) or his staff. These exhibits in no way are official representations/surveys of the subject property. Any distribution of the total valuation in this report between land and improvements applies only under the existing program of utilization. Separate valuations for land and buildings must not be used in conjunction with any other appraisal and are invalid if so used. In this appraisal assignment, the existence of potentially hazardous material used in the construction or maintenance of the building, such as the presence of urea-formaldehyde foam insulation, and/or the existence of toxic waste, which may or may not be present on the property, was not observed by the Appraiser; nor does he/she have any knowledge of the existence of such materials on or in the property. The Appraiser, however, is not qualified to detect such substances. The existence of urea-formaldehyde insulation or other potentially hazardous waste material may have an effect on the value of the property. The Appraiser urges the client to retain an expert in the field if desired. The Appraiser(s) will not be required to appear in court unless previously arranged. The Appraiser's duties pursuant to his employment to make the Appraisal are complete upon delivery and acceptance of the Appraisal Report. Possession of this report or copy thereof does not carry the right of publication. Neither all nor any part of the contents of this report (especially any; conclusions as to value, the identity of the Appraiser(s), or the firm with which he is connected, or any reference to the Appraisal Institute or to the MAI or SRA designation) shall be disseminated to the public through advertising media, public relations media, news media, sales media, or any other public means of communication without the prior written consent and approval of the undersigned. 5 The Americans with Disabilities Act ("ADA") became effective January 26, 1992. The Appraiser(s) has (have) not made a specific compliance survey and analysis of this property to determine whether or not it is in conformity with the various detailed requirements of the ADA. It is possible that a compliance survey of the property, together with a detailed analysis of the requirements of the ADA, could reveal that the property is not in compliance with one or more of the requirements of the Act. If so, this fact could have a negative effect upon the value of the property. Since the Appraiser(s) has (had) no direct evidence relating to this issue, the Appraiser(s) did not consider possible noncompliance with the requirements of ADA in estimating the value of the property. 6 CERTIFICATION The undersigned does hereby certify that, except as otherwise noted in this appraisal report: 1. As of the date of this report, I, James M. Millspaugh, have completed the requirements under the continuing education program of the Appraisal Institute. 2. I have personally inspected the subject property and have considered all factors affecting the value thereof, and to the best of my knowledge and belief, the statements of fact contained in this appraisal report, upon which the analyses, opinions and conclusions expressed herein are based, are true and correct, subject to all attached Contingent and Limiting Conditions. 3. I have no present or contemplated future interest in the real estate that is the subject of this appraisal report. 4. I have no personal interest or bias with respect to the subject matter of this appraisal report or the parties involved. 5. My fee for this appraisal report is in no way contingent upon my findings. The undersigned further certifies that employment for this appraisal assignment was not based on a requested minimum valuation or an approval of a loan. 6. This appraisal report sets forth all of the limiting conditions (imposed by the terms of my assignment or by the undersigned) affecting the analyses, opinions, and conclusions contained in this report. 7. This appraisal report has been made in conformity with and is subject to the requirements of the Code of Professional Ethics and Uniform Standards of Professional Practice of the Appraisal Institute and the Appraisal Foundation and may be subject to peer review. Further, I have met USPAP's competency provision and am capable of completing this appraisal assignment. 8. No one other than the undersigned prepared the analyses, conclusions and opinions concerning the real estate that are set forth in this appraisal report. 9. In my opinion, the estimated current market value of the fee simple estate of the subject real property only as of January 17, 2019, was: FOUR HUNDRED FIFTY THOUSAND DOLLARS ($450,000) ____________________________________ James M. Millspaugh, MAI State-Certified General Real Estate Appraiser RZ58 7 AREA DESCRIPTION: This locale is a small suburban district located near the northern city limit where scattered Pinellas County areas form separate enclaves. The surrounding populace is primarily comprised of low to moderate income residents with a large ratio of affordable/subsidized living units most of which are relatively modern. This locale generally extends from Drew Street to Sunset Point Road and from Myrtle Avenue to Highland Avenue. The area is dissected by the Stevenson’s Creek drainage basin from Myrtle/Sunset Point Road to the south and east near the Clearwater Country Club at N. Betty Lane and Drew Street. This represents the locales major drainage outfall where one of Clearwater’s sewerage treatment plants is located just southwest of the subject. The navigable portion is in a small cove with low clearance bridge at Sunset Point Road/Myrtle. Other than the creek borders, most of the land here is not in a special flood hazard area and has minimal storm drainage plus standard public and private utilities. There is a small neighborhood retail district at N. Betty Lane and Overbrook with the major shopping area located at Highland and Sunset Point Road and to a lesser extent along Myrtle Avenue. The noted proximate retail area includes mostly auto service and secondary retailers plus the adjacent fire station. There is also a large concentration of public schools, several of which are located south of the creek and north of Palmetto that are no longer in school use. All other public/private uses are in a reasonable proximity with that same locale including public activity centers, pool, library and athletic fields. The locale has received extensive mostly public-funded upgrades during the past several decades where the typical income levels and housing values have also improved. The only notable area detriment is the sewerage treatment plant but it is not evident from property sales here that it has a substantially negative value impact. This area can likely be rated class B or C and not prime class A. 8 9 SITE DATA: This subject is somewhat irregular in shape due to its diagonal Overbrook Road frontage but is of ample size and shape to accommodate most allowed uses. There is also a platted 30’ right of way along the western boundary that is not developed. If that section would be vacated, then the 15’ x 514.05’ section would be granted to the subject per standard right of way vacation where no public utilities exist in the noted right of way. This adjacent west parcel is also owned by the City of Clearwater. Per the City Engineering aerial exhibit dated 10/12/18 the site includes 331.68’ of road frontage with an eastern depth of 318.16’, a western depth of 514.05’ and a southern base of 263.25’. These dimensions then calculate to a total site size of 109,540 SF or 2.51 acres MOL (263.25’ x 318.16’/514.05’ = 109,540 SF) without benefit of a current site survey or legal description. The site is basically level with a slight slope to the south and appears to be even with surrounding improved properties to the east and north but generally above the properties to the south and west. The City Storm Atlas #260B notes a 20’ elevation on Overbrook Road with 14’ on Claire Drive to the south and then 10’ on the uplands to the west. There are no public storm drains for Overbrook Road where roadside swales are the main drainage improvements. Otherwise, public (water, sewer and natural gas) and private (telephone, electricity and cable television) are available to this site at no major offsite cost. Surrounding uses include undeveloped acreage/wetlands to the west, single-family to the south, auto repair with single-family beyond to the north and the fire station with mostly single- family beyond. The sewerage treatment plant is visible to the southwest but is beyond the creek and wetlands. The somewhat distractive fire station (siren noise) to the west and the sewerage treatment plant both contribute to the class B or C location as does the demographics and concentration of older-styled quality auto repair shops. As such, the site value here would tend to fall near the low end of the value range for similarly zoned property. ASSESSMENT AND TAX DATA: Pinellas County Parcel # 2018 Land Assessment 03-29-15-00000-430-0500 $583,219 10 The subject is included with the fire station for the total parcel with the assessment for the land only reflecting $3.25 PSF for a triangular parcel that is typically discounted for the irregular shape that restricts the site utility. ZONING AND LAND USE DATA: The site is zoned C for commercial with a CG- General Commercial land use designation. The subject then would allow a maximum residential density of 24 units PA with a .55 FAR and .9 ISR plus 40 units PA for lodging units. Minimum standard development uses per zoning with staff approval includes community gardens (no size requirements), funeral homes, government uses, indoor recreation, medical clinic, mixed-use, offices, overnight accommodations, parks and recreational facilities, places of worship, restaurants, retail sales/services, social/community centers, telecommunication towers, vehicle sales/display and veterinary offices. Most require a 10,000 SF minimum site, with vehicle sales/display, places of worship, and overnight accommodations requiring a 40,000 SF site and retail plazas 15,000 SF. All except community gardens and telecommunication towers have a 25’ height and setbacks of 25’ front, 10’ side and rear. Parking varies according to use with all of these concepts being qualified for the subject site. Retail plazas can have a medical marijuana treatment center and several uses cannot exceed five acres. Approval of Level I Flexible Standard Development (FLS) planning application (Approved by the Community Development Coordinator/Planning & Development Director) expands the uses to include accessory dwellings, alcoholic beverage sales, auto service stations, bars, brew pubs, educational facilities, microbreweries, nightclubs, offstreet parking, public transportation facilities, retail plaza, schools and utility/infrastructure facilities. Many of the uses such as veterinary office, vehicle sales/display, social/community services, nightclubs, microbreweries, auto service and alcohol beverage sales are prohibited here due to the adjacent residential land along the southern boundary. Several uses are also required to have additional screening for the same reason. The auto service use prohibition prevents what is one of the dominant uses in the locale along Overbrook and the previous long-term use for the subject site. The uses not impacted by this restriction are the primary ones noted above for staff approval only. 11 Approval of a Level II Flexible Development (FLD) planning application (approved by the community Development Board at a public hearing) expands the uses to be requested; however several additional uses are allowed with most noted having the adjacent residential restriction. The added uses include self storage, offstreet parking (screening required), limited vehicle services, light assembly and comprehensive infill redevelopment (CIRP). The use category of CIRP allows for innovative uses of land which are not listed as permitted, but allowed by the underlying future land use. HIGHEST AND BEST USE: (Defined In Addenda) Clearly, the low-medium demographics for this locale, the noted negative impacts and the irregular site shape all tend to indicate a relatively moderate value for the subject acreage. While the zoning allows a long list of traditional uses such as office, retail, medical offices, etc. most of these concepts would not be in demand in this location while several of the downtown restricted uses such as auto repair, industrial/warehouse uses, car storage, etc. would be in greater demand due to a citywide shortage for these use concepts. In this instance, many are noted in the zoning but required extensive hearings and professional costs with no assurance of approval from any of the three approval processes. Again then, this scenario tends to reduce the land value to some extent. The allowed uses with some logic for this location include government uses, indoor recreation, parks and recreation facilities, social/community centers, and veterinary offices. Overall then, the traditional C zoning with the noted restrictions are not considered to have a major positive value impact. LAND VALUE ESTIMATE: This approach values the site by direct comparison to the best available transactions known to me in the greater Clearwater market. The sales are described below on separate detail sheets and then analyzed below in relation to the subject. Unless otherwise noted, they sold for cash or terms equivalent and did not require adjustment for cash equivalency. The most common unit of comparison is the overall price PSF of land area. 12 LAND SALE #1 Location: North side of the Vollmer Avenue, west of Dunbar Avenue, Oldsmar Legal Description: Metes and Bounds Parcel #31/01 located in the NW/4 of the SW/4 of Section 13, Township 28 South, Range 16 East Date of Sale: May 2017 Sale Price: $750,000 Size: 588’ x 230’ average; 3.13 Acres MOL Price PSF: $5.50 Grantor/Grantee: Muraco and Mullan/Larry Dimmitt Cadilac Recording Data: O.R. Book 19659, Page 2412 Data Confirmed With: D. Thomas, Broker Land Use: M-1, Oldsmar Comments: This cleared site fronts an interior roadway within the 25-year-old Cypress Lakes Industrial Park while being included in Phase I of the Tampa Bay Park of Commerce. It has been partially filled and totally cleared and has off-site drainage benefits. The site has been planned for up to 42,000 SF of industrial space which indicates a .32 FAR that exceeds the park restrictions. The site had been on the market for an extended period at $799,000 and sold in this transaction to a large Pinellas County car dealer for development of a collision center. 13 LAND SALE #2 Location: South side of Union Street approximately ¼-mile east of Highland Avenue, Clearwater Legal Description: Metes and Bounds #12/03 located in the NW/4 of the NE/4 of Section 2, Township 29 South, Range 15 East Date of Sale: September 2018 Sale Price: $1,350,000 Size: 471.75’ x 453’ MOL; 4.91 Acres MOL Price PSF: $6.31 Grantor/Grantee: Mease Manor, Inc./Union Place, LLC. Recording Data: O.R. Book 20221, Page 2492 Data Confirmed With: S. Rehm, Broker Zoning: I, Institutional, Clearwater Comments: 1960s vintage church complex housed in four structures having some 27,500 SF of space. The property was extensively marketed to other church and charter schools but ultimately was purchased in January 2015 at $1,100,000 for redevelopment by a proximate retirement community entity. The Institutional zoning is fairly scarce in Clearwater and allows churches, schools, healthcare, multifamily and other similar concepts in mostly suburban residential districts. As a multi-family concept, maximum density was at 12.5 units per acre or 61 units while the area trend includes both multi- and single-family uses with this buyer customarily developing townhomes/villas. The buyer subsequently applied for a zoning/land use change to allow a maximum density of 7.5 units per acre that is pending during January 2019. 14 LAND SALE #3 Location: Northeast corner of N. Myrtle Avenue and Hart Street, Clearwater Legal Description: Parts of Lots 1-4, Block A, Bon Air Subdivision, Plat Book 5, Page 77 and Lots 36-40, Drew Park Subdivision, Plat Book 3, Page 40 Date of Sale: November 2018 Sales Price: $285,000 Size: 240’ x 176’ Average; 44,189 SF MOL Price PSF: $6.45 Grantor/Grantee: Trees LLC./North Myrtle Avenue Land Trust Recording Data: O.R. Book 20336, Page 2007 Sale Confirmed With: G. Miller, Broker Zoning: Commercial, Clearwater Comments: This heavily treed site is located just north of downtown Clearwater where back-up residential is generally low income in nature and frontage parcels are improved with a mixture of mostly office/light industrial and/or public uses. The site had been acquired in July 2000 for $149,900 for the development of an approximate 14,000 SF two-story office building that was never built, again in April 2004 for $200,000 by an investor/speculator and in this transaction after being on the market at $285,000 for the past several years. 15 LAND SALE #4 Location: 601 N. Ft. Harrison Avenue, Clearwater, east side approximately 100’ south of Eldridge Legal Description: Lot 1, Nicholson and Sloan’s Addition to Clearwater, Plat Book 1, Page 38 plus Lots 19-22 and 27-28, both inclusive, Bidwell’s Oakwood Addition to Clearwater, Plat Book 1, Page 46 Date of Contract: December, 2018 Contract Price: $740,000 Size: 281’ N. Ft. Harrison frontage, 105’ Garden Avenue, depth of 175’ south and 287’ north: L-shaped 60,549 SF Price Per PSF: $12.22 Grantor/Grantee: J.M. Stellar, et al./Clearwater Corridor, LLC. Recording Data: O.R. Book 20371, Page 1170 Data Confirmed With: Ray Casano, Broker Zoning: D, Downtown Clearwater, CBD Land Use Comments: This marginally improved property (former self-serve carwash) had been for sale at $699,000 during 2017 and was then pending a $639,000 contract. During 2018 it was re-listed for sale at $750,000 and sold to an investment group seeking future use as a mixed-use concept. The zoning here would allow 35 PA or 50 PA if mixed-use is developed. Further, these sites can qualify for density from the downtown density pool. Based on the existing zoning then, the site would allow 48 units at 35 PA or 69 units at 50 PA. 16 LAND SALES RECAP CHART Sale # Date Of Sale Sales Price Site Size In SF Price PSF 1 5/17 $ 750,000 136,342 $ 5.50 2 9/18 $1,350,000 213,880 $ 6.31 3 11/18 $ 285,000 44,189 $ 6.45 4 12/18 $ 740,000 60,549 $12.22 Subject -- -- 109,540 -- LAND SALES ANALYSIS AND CONCLUSIONS: These are the most reliable due to location, size and utility/zoning. I have also considered the current listing of a 160’ x 302’ site located at 600 Pennsylvania Avenue just east of N. Myrtle Avenue along the north side of the active railroad right-of-way. It has a Light Industrial land use and Institutional zoning, both of which are more intensive than the subject zoning. This site is listed for sale at $360,000/$11.17 PSF for a back street location among mixed residential/light industrial/municipal storage uses with the broker reporting interest but difficulties with zoning regulations. This is an example of what appears to be a seriously over-priced listing as it was acquired per the public records in August 2015 at $90,000/$2.81 PSF (recorded O. R. Book 18898, Page 1830). Another existing listing is a three acre parcel located at the northeast corner of Wyatt and S. MLK Jr. Avenue, Largo, that is just west of S. Missouri Avenue. It had been acquired about 10 years earlier for private school use that never advanced. It was purchased by an investor in June 2018 for $360,000/$2.75 PSF and is now listed for sale at $875,000 as a 27-unit affordable housing complex site. It has a Residential land use with a low to moderate income level location. This example is of similar size and location as the subject with a $6.70 PSF price that appears to be unrealistic. 17 The land sales range from $5.50 to $12.22 PSF with the previous listing acquisition prices below $2.75 PSF being more realistic. Sale #1 has an Oldsmar business park location where the use, zoning, offsite drainage and market demand is superior to the subject. Sale #2 has a superior zoning for Institutional use plus a superior area location and frontage. This sale at $6.31 PSF requires notable downward adjustments for these influences. Sale #3 is the most proximate C- zoned parcel with a main road frontage (adjust down), smaller size (adjust down) but also abuts low density residential. Sale #4 is influenced by higher density zoning, a main road location and a surrounding investor demand for future uses. This sale sets the upper end of the bracket and is the least comparable due to its downtown core zoning and Old Bay character district. From review of the listings and sale data with all having some relevance, it is my conclusion that the subject value would fall in the $4.00 to $4.50 PSF price range with the rounded conclusion closest to the low end due to required zoning efforts for the greatest in- demand uses. 109,540 SF @ $4.00 PSF = $438,160 109,540 SF @ $4.50 PSF = $492,930 ROUNDED TO $450,000 ADDENDA QUALIFICATIONS OF THE APPRAISER JAMES M. MILLSPAUGH, MAI APPRAISAL EXPERIENCE: Appraisal experience in Pinellas County, Florida since 1968 when associated with Ross A. Alexander, MAI of Clearwater. Formed James Millspaugh & Associates, June 1980, in Clearwater. The firm concentrates the majority of its appraisal activities in Pinellas County with experience throughout the Tampa/St. Petersburg/ Clearwater MSA. APPRAISAL PLANT DATA: In addition to maintaining its location near the main Pinellas County Courthouse complex for easy access to governmental offices and the official public records maintained in the Clerk’s office for in-depth background research, the firm maintains Marshall Valuation Service Cost Data, online real estate transactions from RealQuest as provided by CoreLogic and MLS sales data provided by MFR.MLSMatrix plus national surveys on lodging, food service, offices, industrial parks, mini-storage, shopping center markets, investor return rates and others. COMMERCIAL APPRAISAL ASSIGNMENTS performed include golf courses, postal facilities, commercial buildings, shopping centers, warehouse/manufacturing buildings, mobile home and R.V. parks, financial institutions, nursing homes, motels, timeshares, restaurants, houses of worship, office buildings, apartment buildings, commercial and residential condominium projects (both proposed and conversions), marinas, theaters, fraternal buildings, school facilities, seaport facilities, railroad corridors, easements, leasehold and leased fee estates, life estates, vacant sites, including environmentally sensitive lands, and condemnation cases involving partial and total takings. Feasibility/market studies have been performed for industrial, office, retail, residential and timeshare markets. APPRAISAL EDUCATION: American Institute of Real Estate Appraisers (AIREA) courses successfully completed: I-A: Basic Principles, Methods and Techniques - 1973 VIII: Single Family Residential Appraisal - 1973 I-B: Capitalization Theory and Techniques - 1974 II: Urban Properties - 1975 IV: Condemnation - 1978 : Standards of Professional Practice - 1992, Parts A & B Society of Real Estate Appraisers (SREA) courses successfully completed: 301: Special Applications of Appraisal Analysis – 1980 JAMES M. MILLSPAUGH, MAI (Qualifications Continued) RECENT SEMINARS ATTENDED: Sponsored by The Appraisal Institute Valuation of Wetlands, 2004. Commercial Highest and Best Use – Case Studies:, 2005. Uniform Standards (Yellow Book) for Federal Land Acquisitions, 2007. Condominiums, Co-Ops and PUDS, 2007. Analyzing Distressed Real Estate, 2007. Appraisal Curriculum Overview, Two-Day General, 2009. Cool Tools: New Technologies for Real Estate Appraisers, 2010. Valuation of Detrimental Conditions, 2010. Analyzing Tenant Credit Risk/Commercial Lease Analysis, 2011. Fundamentals of Separating Real and Personal Property and Intangible Business Assets, 2012. Marketability Studies: Advanced Considerations and Applications, 2013. Lessons From the Old Economy: Working in the New, 2013. Critical Thinking in Appraisals, 2014. Litigation Appraising, 2015. Webinars on the FEMA 50% Rule, Wind Turbine Effects on Value and Contamination and The Valuation Process, 2015. Florida State Law Update, 2018. National USPAP Update, 2018. Business Practice and Ethics, 2017. Parking and its Impact on Florida Properties, 2018. Solving Land Valuation Puzzles, 2018. EDUCATION: Bachelor of Science in Business Administration, University of Florida Associates of Arts, St. Petersburg Junior College PROFESSIONAL AFFILIATIONS AND CERTIFICATION Member: Appraisal Institute with the MAI designation, Certificate #6087, awarded April, 1980. Mr. Millspaugh is a past President of The Gulf Atlantic Florida Chapter of the AI (formerly Florida Chapter No. 2), served as an admissions team leader for the West Coast Florida Chapter, is the past Chairman for the National Ethics Administration Division of the Appraisal Institute and served as the Region X Member of the Appellate Division of the Appraisal Institute. Mr. Millspaugh is a State-Certified General Real Estate Appraiser (RZ58) and has served as a pro-bono expert witness for the Florida Real Estate Appraisal Board. Member: Pinellas Realtors Organization, National Association of Realtors Note: The AIREA and SREA merged into one organization on January 1, 1991, that is now known as the AI - Appraisal Institute. STANDARD DEFINITIONS HIGHEST AND BEST USE: 1. The reasonably probable use of property that results in the highest value. The four criteria that the highest and best use must meet are legal permissibility, physical possibility, financial feasibility, and maximal productivity. 2. The use of an asset that maximizes its potential and that is possible, legally permissible, and financially feasible. The highest and best use may be for continuation of an assets existing use or for some alternative use. This is determined by the use that a market participant would have in mind for the asset when formulating the price that it would be willing to bid. (IVS) 3. [The] highest and most profitable use for which the property is adaptable and needed or likely to be needed in the reasonably near future. (Uniform Appraisal Standards For Federal Land Acquisitions) FEE SIMPLE ESTATE: Absolute ownership unencumbered by any other interest or estate, subject only to the limitations imposed by the governmental powers of taxation, eminent domain, police power, and escheat. LEASEHOLD INTEREST: The right held by the lessee to use and occupy real estate for a stated term and under conditions specified in the lease. LEASED FEE INTEREST: The ownership interest held by the lessor, which includes the right to receive the contract rent specified in the lease plus the reversionary right when the lease expires. REPLACEMENT COST: The estimated cost to construct, at current prices as of a specific date, a substitute for a building or other improvements, using modern materials and current standards, design and layout. REPRODUCTION COST: The estimated cost to construct, at current prices as of the effective date of the appraisal, an exact duplicate or replica of the building being appraised, using the same materials, construction standards, design, layout and quality of workmanship and embodying all the deficiencies, super-adequacies, and obsolescence of the subject building. ------------------------------------------------------------------- 2. Appraisal Institute, The Dictionary of Real Estate Appraisal - Sixth Edition, 2015. pages 109, 90, 128, 197 and 198. N BETTY LN OVE R B R O O K A V E CLAIRE DR JADE AVE PINELAND DR AERIAL MAP +/- 2.50 Ac. Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Declare Surplus & City_Jolley Trolley Ground Lease1730 Overbrook Ave.Parcel Number:03-29-15-00000-430-0500 Page 1 of 1Aerial Flown 201903-29s-15eS-T-R:WDMap Gen By:RBReviewed By: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\1730 Overbrook Ave.mxd Date:1/17/2020260BGrid #: N BETTY LN KINGS HWY PALMETTO ST SUNSET POINT RD DOUGLAS AVE OVERBROOK AVE HARBOR DR ROLLEN RD MARSHALL ST HOLT AVE PINELAND DR FULTON AVE APACHE TRL SANDY LN SYLVAN DR OVERLEA ST PENNSYLVANIA AVE N MARTIN LUTHER KING, JR. AVE MARY L RD ENGMAN ST LA SALLE ST TERRACE RD FAIRMONT ST FAIRBURN AVE SPRINGTIME AVE RUSSELL ST WOODBINE ST TANGERINE ST PINEBROOK DR SPRINGDALE ST VINE AVE METTO ST CARLTON ST WEST AVE GRANT ST JURGENS ST N WASHINGTON AVE NOKOMIS ST S T E V E N S O N'S D R CALUMET ST ROOSEVELT AVE HIBISCUS ST IROQUOIS ST JADE AVE N MADISON AVE F U L L E R D R N MISSOURI AVE BARBARA LN BECKETT ST TAFT AVE MONROE AVE ENGMAN ST LOCATION MAP PROJECTSITE ^ ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 1 of 1Date:1/17/2020 Declare Surplus & City_Jolley Trolley Ground Lease1730 Overbrook Ave.Parcel Number:03-29-15-00000-430-0500 Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\1730 Overbrook Ave Loc.mxd RBReviewed By:03-29s-15eS-T-R:260BGrid #:WDMap Gen By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9346-20 2nd rdg Agenda Date: 2/6/2020 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9346-20 on second reading, amending the future land use element of the Comprehensive Plan of the city to change the land use designation for certain real property whose post office address is 407 N. Belcher Rd., Clearwater, Florida 33759, from Institutional (I) to Residential/Office General (R/OG). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 Ordinance No. 9346-20 ORDINANCE NO. 9346-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO CHANGE THE LAND USE DESIGNATION FOR CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF NORTH BELCHER ROAD, APPROXIMATELY 1075 FEET NORTH OF DREW STREET, WHOSE POST OFFICE ADDRESS IS 407 N. BELCHER ROAD, CLEARWATER, FLORIDA 33759, FROM INSTITUTIONAL (I) TO RESIDENTIAL / OFFICE GENERAL (R/OG); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, as follows: Property Land Use Category See attached Exhibit A for Legal Description From: Institutional (I) To: Residential / Office General (R/OG) (LUP2019-09003) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect contingent upon approval of the land use designation by the Pinellas County Board of Commissioners, where applicable, and thirty-one (31) days post-adoption. If this ordinance is appealed within thirty (30) days after adoption, then this ordinance will take effect only after approval of the land use designation by the Pinellas County Board of Commissioners and upon issuance of a final order determining this amendment to be in compliance either by the Department of Economic Opportunity (DEO) or the Administration Commission, where applicable, pursuant to section 163.3187, Florida Statutes. The Community Development Coordinator is authorized to transmit to Forward Ordinance No. 9346-20 Pinellas, in its role as the Pinellas Planning Council, an application to amend the Countywide Plan in order to achieve consistency with the Future Land Use Plan Element of the City’s Comprehensive Plan as amended by this ordinance. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTION LUP2019-09003 & REZ2019-09002; Parcel ID: 07-29-16-00000-330-1100 ========================================================================================= Begin at the Northwest corner of the Southwest One-quarter of Section 7, Township 29S, Range 16E, and run thence S 0° 01' 19" W, along the Section Line 1360.78 feet, for the Point of Beginning; thence S 0° 01' 19" W, along the Section Line, 298.94 feet; thence S 89° 36' 30" E, 277.23 feet; thence N 0° 05' 29" E, 299.31 feet; thence N 89° 41' 04” W, 277.63 feet to the Point of Beginning. Less and Except the West 50 feet for Belcher Road right-of-way. Also Less and Except the North 158.94 feet thereof, all lying and being situate in Pinellas County, Florida. PROPOSED FUTURE LAND USE MAP Owner(s): E & J Caputo Clearwater, LLC Case: LUP2019-09003 REZ2019-09002 Site: 407 N. Belcher Road Property Size(Acres): 0.73 Land Use Zoning PIN: 07-29-16-00000-330-1100 From: Institutional (I) Institutional (I) To: Residential/Office General (R/OG) Office (O) Atlas Page: 281A LUP2019-09003 & REZ2019-09002 E & J Caputo Clearwater, LLC 8407 N. Belcher Road View looking east at subject property, 407 N. Belcher Rd. South of subject property North of subject property West of subject property, across N. Belcher Road View looking northerly along N. Belcher Road View looking southerly along N. Belcher Road PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: December 17, 2019 AGENDA ITEM: E. 1. CASE: LUP2019-09003 REQUEST: To amend the Future Land Use Map designation from Institutional (I) to Residential / Office General (R/OG) GENERAL DATA: Applicant ......................... Dr. Paul E. Caputo Owner ............................. E&J Caputo Clearwater, LLC. Location .......................... 407 N. Belcher Road, located on the east side of N. Belcher Road approximately 1,075 feet north of Drew Street. Property Size ................... 0.729 acres Background: This case involves one parcel of land located on the east side of N. Belcher Road, approximately 1,075 feet north of Drew Street. E&J Caputo Clearwater, LLC owns the parcel, which is approximately 0.729 acres. The applicant, Dr. Paul Caputo, is the manager member of the company which purchased the property in 2007. For almost 30 years, the location was owned and used by a non-profit social welfare organization which provided services for senior citizens. In 2004 the Community Development Board approved a Level II Flexible Development application (Case FLD2004-02007) to use the building as a medical clinic in the Institutional (I) zoning district as part of a comprehensive infill redevelopment project. Since then, the building has been used as a medical office with a lab service and ultrasound facility, including after E&J Caputo Clearwater, LLC bought the property. In August 2019, the owner entered into an agreement to lease the building to a financial broker, an office use which is not permitted in the current underlying Institutional (I) future land use category or within the current Institutional (I) zoning district. The request is to change the property’s Future Land Use Map designation from Institutional (I) to Residential/Office General (R/OG). A request to rezone the property from the Institutional (I) District to the Office (O) District is being processed concurrently with this case (see REZ2019-09002). The requested amendments would allow the property to be used as an office as proposed. Community Development Board – December 17, 2019 LUP2019-09003 - Page 2 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The city is committed to preserving land and buildings that are needed to attract target industries and accommodate higher-wage jobs, such as this one. The proposed change is supported by the City’s stated economic development goals and objectives. Vicinity Characteristics: Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 3 shows the existing surrounding uses. Map 1 Map 2 The site is surrounded by commercial uses, including across the street where a grocery store and other neighborhood scale retail are located, and additional office buildings both to the north and south of the subject property, located along N. Belcher Road. Detached dwellings encompass most of the properties to the east and south of the subject property. Map 3 Map 4 Community Development Board – December 17, 2019 LUP2019-09003 - Page 3 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown on Map 4, the abutting future land use designations are: Residential/Office General (R/OG) to the north, and to the southwest; Residential Low (RL) to the east and south; Residential Urban (RU) to the south; and Commercial General (CG) to the west of the subject property, across N. Belcher Road. A comparison between the uses, densities, and intensities allowed by the present and proposed Future Land Use Map designations appears in Table 1, along with the consistent zoning districts. Table 1. Uses, Densities and Intensities Allowed by Present and Proposed Future Land Use Designations Present FLUM Designation Institutional (I) Requested FLUM Designation Residential / Office General (R/OG) Primary Uses: Public/Private Schools; Churches; Public Offices; Hospitals; Residential Equivalent Medium Density Residential; Residential Equivalent; Office Maximum Density: 12.5 Dwelling Units Per Acre 15 Dwelling Units Per Acre Maximum Intensity: FAR 0.65; ISR 0.85 FAR 0.50; ISR 0.75 Consistent Zoning Districts: Institutional (I) Medium Density Residential (MDR); Office (O) REVIEW CRITERIA: Consistency with the Clearwater Comprehensive Plan [Sections 4-603.F.1 and 4-603.F.2] Recommended Findings of Fact: Applicable goals, objective and policy of the Clearwater Comprehensive Plan which support the proposed amendment include: Goal A.2 A sufficient variety and amount of future land use categories shall be provided to accommodate public demand and promote infill development. Goal A.4. The City shall work toward a land use pattern that can be supported by the available community and public facilities that would be required to serve the development. Policy A.5.5.1 Development shall be designed to maintain and support the existing or envisioned character of the neighborhood Objective A.6.4. Due to the built-out character of the city of Clearwater, compact urban development within the urban service area shall be promoted through the application of the Clearwater Community Development Code. The proposed Residential/Office General (R/OG) future land use designation is compatible with the surrounding single-family residential, office and commercial uses. The Residential/Office General (R/OG) designation allows for less intense development than the current Institutional (I) designation. The applicant has indicated that the property will be utilized as an office, which would be allowed through the proposed future land use change. In addition, the proposal does not degrade the level of service for public facilities below the adopted standards (a detailed public facilities analysis follows in this report). Community Development Board – December 17, 2019 LUP2019-09003 - Page 4 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Recommended Conclusions of Law: The request does not conflict with the goals, objectives, and policies of the Clearwater Comprehensive Plan and furthers said plan as indicated in the goals, objective, and policy listed above. Consistency with the Countywide Rules Recommended Findings of Fact: The underlying Countywide Plan Map category on the proposed amendment area is Public/Semi-Public (P/SP). Residential properties to the east and south are Residential Low Medium (RLM). There are properties designated Office (O) to both the south and north of the subject property, along N. Belcher Road as well as properties designated Retail & Services (R&S) across N. Belcher Road. The proposed City of Clearwater future land use designation of Residential/Office General (R/OG) will necessitate a Countywide Plan Map amendment from the Public/Semi-Public (P/SP) category to the Office (O) category in order to maintain consistency between the City’s Future Land Use Map and the Countywide Plan Map. Section 2.3.3.5 of the Countywide Rules states that the Office (O) category is intended to accommodate areas developed, or appropriate to be developed, with office uses, low-impact employment uses, and residential uses (subject to an acreage threshold), in areas characterized by a transition between residential and commercial uses and in areas well-suited for community-scale residential/office mixed used development. The current and proposed use, as indicated by the applicant, is an office, which is an appropriate use within the area and consistent with the proposed and surrounding Countywide Plan Map categories. This segment of N. Belcher Road is identified as a Scenic/Noncommercial Corridor, with the Enhancement Connector classification. The proposed Countrywide Plan Map Category of Office (O) is consistent with the Enhancement Connector classification. Recommended Conclusions of Law: The proposed Future Land Use Map amendment is consistent with the purpose of the proposed category in the Countywide Rules. Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-603.F.3 and Section 4-603.F.6] Recommended Findings of Fact: Existing surrounding uses consist of office buildings to the north and south, single-family homes to the east and commercial buildings to the west, across N. Belcher Road. The proposed use of the subject property as office (currently developed as such) is compatible with the surrounding properties and neighborhood. The proposed Residential/Office General (R/OG) future land use category primarily permits residential development at a density of 15 units per acre and non-residential development at a Floor Area Ratio (FAR) of 0.50. The future land use designations of surrounding properties include Residential Low (RL), Residential/General Office (R/OG) and Commercial General (CG). Community Development Board – December 17, 2019 LUP2019-09003 - Page 5 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The proposed Residential/Office General (R/OG) future land use category, which primarily allows for moderate density residential, residential equivalent, and office uses, is consistent with the surrounding future land use designations that exist in the vicinity of the subject property, which primarily allow low to moderate density residential uses as well as office uses. The proposed amendment would allow the use of the existing building as an office, while maintaining a development pattern that is consistent with other properties in the area. Recommended Conclusions of Law: The proposed Residential/Office General (R/OG) future land use category is in character with the Future Land Use Map designations in the area. Further, the proposal is compatible with surrounding uses and consistent with the character of the surrounding properties and neighborhood. Sufficiency of Public Facilities [Section 4-603.F.4] Recommended Findings of Fact: To assess the sufficiency of public facilities needed to support potential development on the proposed amendment area, the maximum development potential of the properties under the present and requested City Future Land Use Map designations were analyzed. Table 2. Development Potential for Existing & Proposed FLUM Designations Present FLUM Designation “I” Requested FLUM Designation “R/OG” Net Change Site Area 0.729 AC (31,755 SF) 0.729 AC (31,755 SF) Maximum Development Potential 0 DUs /27 Beds1 20,640 SF 0.65 FAR 0 DUs /30 Beds2 15,877 SF 0.50 FAR 0 DUs / +3 Beds -4,763 SF -0.15 FAR Notes: 1. Residential uses are not permitted through the consistent Institutional (I) District; however, residential equivalent uses are permitted (12.5 units per acre x 3 beds for each unit). 2. Residential uses are not permitted through the consistent Office (O) District; however, residential equivalent uses are permitted in the proposed Office (O) District (15.0 units per acre x 3 beds for each unit). Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units AC – Acres FAR – Floor Area Ratio SF – Square feet As shown in the table, there is an increase in development density (dwelling units per acre) in the amendment area and a decrease in development intensity (Floor Area Ratio - FAR) across the amendment area, which would reduce demand on public facilities as detailed further below. The following analysis compares the maximum potential development of the proposed Residential/Office General (R/OG) future land use developed with a non-residential use (15,877 SF office) to the maximum development potential of the existing Institutional (I) future land use category developed with a non-residential use (20,640 SF medical office). For reference, the existing building is approximately 9,145 SF. Community Development Board – December 17, 2019 LUP2019-09003 - Page 6 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Potable Water The change in development potential from this amendment would result in a decrease in potable water use of up to 476 gallons per day. This is determined by comparing the potential potable water utilization of the maximum square footage of a nonresidential use allowed by the proposed land use (1,588 gallons per day) to the potential utilization of the subject property if developed with the maximum square feet of a nonresidential use allowed by the current land use designation (2,064 gallons per day). The City’s current potable water demand is 11.096 million gallons per day (2018 Annual Water Report). The City’s adopted level of service (LOS) standard for potable water service is 120 gallons per day per capita, while the actual usage is estimated at 76 gallons per day per capita (2018 Annual Water Report). The City’s 10-year Water Supply Facilities Work Plan (2016-2026 Planning Period), completed October 2017, indicates that based on the updated water demand projections and other factors, the City has adequate water supply and potable water capacity for the 10-year planning horizon. Wastewater The change in development potential from this amendment would result in a decrease in wastewater use of up to 381 gallons per day. This is determined by comparing the potential waste water utilization of the proposed land use developed with the maximum square footage allowed (1,270 gallons per day) to the potential waste water generation of the current land use designation developed at the maximum square footage permitted (1,651 gallons per day). The subject property is served by the Northeast Water Reclamation Facility, which presently has excess permitted capacity estimated to be 6.46 million gallons per day. Therefore, there is excess sanitary sewer capacity to serve the amendment area. Solid Waste The change in development potential from this amendment would result in a decrease of up to 4.6 tons per year of solid waste generated when comparing the amount of waste originated by a 15,877 SF office (42.9 tons per year) to that of a 20,640 SF medical office (47.5 tons per year). Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill which has significant capacity. Additionally, the City provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is an excess solid waste capacity to serve the amendment area. Parkland The City’s adopted LOS for parkland acreage, which is 4 acres per 1,000 population, will not be impacted by this proposed amendment. Under both the existing and proposed land use, the LOS citywide will remain at 15.46 acres per 1,000 population. Stormwater Site plan approval will be required before the property can be redeveloped. At that time, the stormwater management system for the site will be required to meet all City and SWFWMD stormwater management criteria. Community Development Board – December 17, 2019 LUP2019-09003 - Page 7 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Streets The subject property is located on the east side of N. Belcher Road, approximately 1,075 feet north of Drew Street. To evaluate potential impacts on streets, the typical traffic impacts figure (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (current and proposed) are compared. The current number of trips per day (126) is calculated based on the typical traffic generation numbers for the consistent for Public/Semi-Public (P/SP) category (173 trips per day per acre for medical uses). The proposed Countrywide Plan Map category of Office (O) (89 trips per day per acre) would decrease the number to 65 trips per day. This is a decrease of 61 trips per day (51% fewer trips per day) compared to the number of trips under the current designation. Recommended Conclusions of Law: Based upon the findings of fact, the proposed change would decrease the demand on public facilities since all are reduced, and will not result in the degradation of the current levels of service for potable water, sanitary sewer, solid waste, parkland, stormwater management and streets. Impact on Natural Resources [Section 4-603.F.5] Recommended Findings of Fact: No wetlands appear to be located on the subject property. The City’s codes require that development is compliant with the City’s tree preservation, landscaping and stormwater management requirement. Recommended Conclusions of Law: Based on the findings of fact, it is determined that the proposed Future Land Use Map amendment will not negatively impact natural resources on the subject property. Community Development Board – December 17, 2019 LUP2019-09003 - Page 8 of 8 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION SUMMARY AND RECOMMENDATION: No amendment to the Comprehensive Plan or Future Land Use Map shall be recommended for approval or receive a final action of support unless it complies with the standards contained in Section 4-603.F, Community Development Code. Table 3 below depicts the consistency of the proposed amendment with the standards under Section 4-603.F: Table 3. Consistency with Community Development Code Standards for Review CDC Section 4-603 Standard Consistent Inconsistent F.1 The amendment will further implementation of the Comprehensive Plan consistent with the goals, policies and objectives contained in the Plan. X F.2 The amendment is not inconsistent with other provisions of the Comprehensive Plan. X F.3 The available uses, if applicable, to which the property may be put are appropriate to the property in question and compatible with existing and planned uses in the area. X F.4 Sufficient public facilities are available to serve the properties. X F.5 The amendment will not adversely affect the natural environment. X F.6 The amendment will not adversely impact the use of properties in the immediate area. X Based on the foregoing, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Future Land Use Map Amendment from Institutional (I) to Residential/ Office General (R/OG). Prepared by Planning and Development Department Staff: Diego Guevara Senior Planner ATTACHMENTS: Ordinance No. 9346-20 Resume Photographs of Site and Vicinity Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9347-20 2nd rdg Agenda Date: 2/6/2020 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9347-20 on second reading, amending the Zoning Atlas of the city by rezoning certain real property whose post office address is 407 N. Belcher Rd., Clearwater, Florida 33759, from Institutional (I) to Office (O). SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 Ordinance No. 9347-20 ORDINANCE NO. 9347-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY, BY REZONING CERTAIN REAL PROPERTY LOCATED GENERALLY ON THE EAST SIDE OF NORTH BELCHER ROAD, 1075 FEET NORTH OF DREW STREET, WHOSE POST OFFICE ADDRESS IS 407 N. BELCHER ROAD, CLEARWATER, FLORIDA 33759, FROM INSTITUTIONAL (I) TO OFFICE (O); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Zoning Atlas of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property in Clearwater, Florida, is hereby rezoned, and the Zoning Atlas of the City is amended as follows: Property Land Use Category See attached Exhibit A for legal description From: Institutional (I) To: Office (O) (REZ2019-09002) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, subject to the approval of the land use designation set forth in Ordinance 9346-20 by the Pinellas County Board of County Commissioners, and subject to a determination by the State of Florida, as appropriate, of compliance with the applicable requirements of the Local Government Comprehensive Planning and Land Development Regulation Act, pursuant to §163.3189, Florida Statutes. Ordinance No. 9347-20 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form: Michael P. Fuino Assistant City Attorney Attest: Rosemarie Call City Clerk Exhibit A LEGAL DESCRIPTION LUP2019-09003 & REZ2019-09002; Parcel ID: 07-29-16-00000-330-1100 ========================================================================================= Begin at the Northwest corner of the Southwest One-quarter of Section 7, Township 29S, Range 16E, and run thence S 0° 01' 19" W, along the Section Line 1360.78 feet, for the Point of Beginning; thence S 0° 01' 19" W, along the Section Line, 298.94 feet; thence S 89° 36' 30" E, 277.23 feet; thence N 0° 05' 29" E, 299.31 feet; thence N 89° 41' 04” W, 277.63 feet to the Point of Beginning. Less and Except the West 50 feet for Belcher Road right-of-way. Also Less and Except the North 158.94 feet thereof, all lying and being situate in Pinellas County, Florida. 323000 93433 62964 22 1 2 3 4 5 6 78 9 1 2 3 4 5 6 7 8 9 1 2 3 4 5 6789 32/04 33/10 33/11 143 143 227.63 227 227.93 227.44158.94140.06140.06121.8121.875.5 158.9450 33 33 8 9 7 5 SUNCOAST CHRISTIAN SCHOOL 3 21 I I C O I O LMDR O LMDR LMDR I LMDRN BELCHER RD N E C O A C H M A N R D SHARKEY RD TERRACE DR N OAKMOUNT RD 700 325 401 309 410 412 500314 422 308 405 4044 0 0 320 326 22322 2 0 1 222722362 1 9 8 2 1 7 5 2226220722452 1 9 0 2221224022332241223122372245221522442 1 7 7 22202 2 0 0 513 407 415 0 4 223022332214700 325 401 309 410 513 412 500407 314 422 308 405 4044 0 0 320 326 415 22322 2 0 1 222722360 4 2 1 9 8 2 1 7 5 22262230220722452 1 9 0 2221224022332241223122372245221522442 1 7 7 22202 2 0 0 22332214700 325 401 309 410 513 412 500407 314 422 308 405 4044 0 0 320 326 415 22322 2 0 1 222722360 4 2 1 9 8 2 1 7 5 22262230220722452 1 9 0 2221224022332241223122372245221522442 1 7 7 22202 2 0 0 22332214-Not to Scale--Not a Survey-Rev. 10/11/2019 PROPOSED ZONING MAP Owner(s): E & J Caputo Clearwater, LLC Case: LUP2019-09003 REZ2019-09002 Site: 407 N. Belcher Road Property Size(Acres): 0.73 Land Use Zoning PIN: 07-29-16-00000-330-1100 From: Institutional (I) Institutional (I) To: Residential/Office General (R/OG) Office (O) Atlas Page: 281A PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: December 17, 2019 AGENDA ITEM: E. 2. CASE: REZ2019-09002 REQUEST: To amend the Zoning Atlas designation from the Institutional (I) District to the Office (O) District. GENERAL DATA: Applicant ......................... Dr. Paul E. Caputo Owner ............................. E&J Caputo Clearwater, LLC. Location .......................... 407 N. Belcher Road, located on the east side of N. Belcher Road approximately 1,075 feet north of Drew Street. Property Size ................... 0.729 acres Background: This case involves one parcel of land located on the east side of N. Belcher Road, approximately 1,075 feet north of Drew Street. E&J Caputo Clearwater, LLC owns the parcel, which is approximately 0.729 acres. The applicant, Dr. Paul Caputo, is the manager member of the company which purchased the property in 2007. For almost 30 years, the location was owned and used by a non-profit social welfare organization which provided services for senior citizens. In 2004 the Community Development Board approved a Level II Flexible Development application (Case FLD2004-02007) to use the building as a medical clinic in the Institutional (I) zoning district as part of a comprehensive infill redevelopment project. Since then, the building has been used as a medical office with a lab service and ultrasound facility, including after E&J Caputo Clearwater, LLC bought the property. In August 2019, the owner entered into an agreement to lease the building to a financial broker, an office use which is not permitted in the current underlying Institutional (I) future land use category or within the current Institutional (I) zoning district. The request is to change the property’s Zoning Atlas designation from Institutional (I) District to Office (O) District. A request to amend the future land use category from Institutional (I) to the Residential/Office General (R/OG) is being processed concurrently with this case (see LUP2019-09003). The requested amendments would allow the property to continue to be used as an office as proposed. Community Development Board – December 17, 2019 REZ2019-09002 - Page 2 of 7 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The City is committed to preserving land and buildings that are needed to attract target industries and accommodate higher-wage jobs, such as this one. The proposed change is supported by the City’s stated economic development goals and objectives. Vicinity Characteristics: Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 3 shows the existing surrounding uses. Map 1 Map 2 The site is surrounded by commercial uses, including across the street where a grocery store and other neighborhood scale retail are located, and additional office buildings both to the north and south of the subject property, located along N. Belcher Road. Detached dwellings encompass most of the properties to the east and south of the subject property. Map 3 Map 4 Community Development Board – December 17, 2019 REZ2019-09002 - Page 3 of 7 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown on Map 4, the abutting zoning districts are: Low Medium Density Residential (LMDR) and R-3 Single Family Residential (Pinellas County) to the east and south; Office (O) to the north and south; and Commercial (C) to the west, across the street. REVIEW CRITERIA: Consistency with the Clearwater Comprehensive Plan and Community Development Code and City Regulations [Sections 4-602.F.1] Recommended Findings of Fact: Applicable goals, objective and policy of the Clearwater Comprehensive Plan which support the proposed amendment include: Goal A.2 A sufficient variety and amount of future land use categories shall be provided to accommodate public demand and promote infill development. Goal A.4. The City shall work toward a land use pattern that can be supported by the available community and public facilities that would be required to serve the development. Policy A.5.5.1 Development shall be designed to maintain and support the existing or envisioned character of the neighborhood. Objective A.6.4. Due to the built-out character of the city of Clearwater, compact urban development within the urban service area shall be promoted through the application of the Clearwater Community Development Code. Applicable section of the Community Development Code which supports the proposed amendment: Division 10: Office District, Section 2-1001. Intent and Purpose. The intent and purpose of the Office “O” District is to provide the citizens of the City of Clearwater with convenient access to professional services and high quality jobs throughout the city without adversely impacting the integrity of residential neighborhoods, diminishing the scenic quality of the City of Clearwater or negatively impacting the safe and efficient movement of people and things within the City of Clearwater. The proposed Office (O) District is compatible with the surrounding single-family residential, office, and commercial uses. The Office (O) designation allows for less intense development than the current Institutional (I) designation. The applicant has indicated that the property will be utilized as an office, which would be allowed through the proposed zoning amendment. In addition, the proposal does not degrade the level of service for public facilities below the adopted standards (a detailed public facilities analysis follows in this report). Recommended Conclusions of Law: The request does not conflict with the goals, objective, and policies of the Clearwater Comprehensive Plan and furthers said plan as indicated in the goals, objective, and policy listed above. Community Development Board – December 17, 2019 REZ2019-09002 - Page 4 of 7 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-602.F.2, Section 4-602.F.3 and Section 4-602.F.4] Recommended Findings of Fact: Existing surrounding uses consist of office buildings to the north and south, single-family homes to the east and commercial buildings to the west, across N. Belcher Road. The proposed uses of the subject property as office (currently developed as such) is compatible with the surrounding properties and neighborhood. The proposed Office (O) zoning district is consistent with the surrounding zoning districts that exist in the vicinity of the subject property. The use of the property as an office use, as proposed and as permitted in the requested Office (O) District, is compatible, consistent and in character with the surrounding properties and the neighborhood. Recommended Conclusions of Law: The proposed Office (O) zoning district is in character with the zoning districts in the area. Further, the proposal is compatible with surrounding uses and consistent with the character of the surrounding properties and neighborhood. Sufficiency of Public Facilities [Section 4-602.F.5] Recommended Findings of Fact: To assess the sufficiency of public facilities needed to support potential development on the proposed amendment area, the maximum development potential of the properties under the present and requested City Future Land Use Map designations were analyzed (see Table 1). Even though this is a Zoning Atlas amendment application, maximum development potential is based on the underlying future land use, so for purposes of this analysis sufficiency of public facilities is based on the future land use map designation. Table 1. Development Potential for Existing & Proposed FLUM Designations Present FLUM Designation “I” Requested FLUM Designation “R/OG” Net Change Site Area 0.729 AC (31,755 SF) 0.729 AC (31,755 SF) Maximum Development Potential 0 DUs /27 Beds1 20,640 SF 0.65 FAR 0 DUs /33 Beds2 15,877 SF 0.50 FAR +0 DUs / +3 Beds -4,763 SF -0.15 FAR Notes: 1. Residential uses are not permitted throughout the consistent Institutional (I) District; however, residential equivalents are permitted (12.5 units per acre x 3 beds for each unit). 2. Residential uses are not permitted through the consistent Office (O) District; however, equivalent uses are permitted in the proposed Office (O) District(15.0 units per acre x 3 beds for each unit). Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units AC – Acres FAR – Floor Area Ratio SF – Square feet Community Development Board – December 17, 2019 REZ2019-09002 - Page 5 of 7 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown in the table, there is an increase in development density (dwelling units per acre) in the amendment area and a decrease in development intensity (Floor Area Ratio - FAR) across the amendment area, which would reduce demand on public facilities as detailed further below. The following analysis compares the maximum potential development of the proposed Residential/Office General (R/OG) future land use developed with a non-residential use (15,877 SF office) to the maximum development potential of the existing Institutional (I) future land use category developed with a non-residential use (20,640 SF medical office). For reference, the existing building is approximately 9,145 SF. Potable Water The change in development potential from this amendment would result in a decrease in potable water use of up to 476 gallons per day. This is determined by comparing the potential potable water utilization of the maximum square footage of a nonresidential use allowed by the proposed land use (1,588 gallons per day) to the potential utilization of the subject property if developed with the maximum square feet of a nonresidential use allowed by the current land use designation (2,064 gallons per day). The City’s current potable water demand is 11.096 million gallons per day (2018 Annual Water Report). The City’s adopted level of service (LOS) standard for potable water service is 120 gallons per day per capita, while the actual usage is estimated at 76 gallons per day per capita (2018 Annual Water Report). The City’s 10-year Water Supply Facilities Work Plan (2016-2026 Planning Period), completed October 2017, indicates that based on the updated water demand projections and other factors, the City has adequate water supply and potable water capacity for the 10-year planning horizon. Wastewater The change in development potential from this amendment would result in a decrease in wastewater use of up to 381 gallons per day. This is determined by comparing the potential waste water utilization of the proposed land use developed with the maximum square footage allowed (1,270 gallons per day) to the potential waste water generation of the current land use designation developed at the maximum square footage permitted (1,651 gallons per day). The subject property is served by the Northeast Water Reclamation Facility, which presently has excess permitted capacity estimated to be 6.46 million gallons per day. Therefore, there is excess sanitary sewer capacity to serve the amendment area. Solid Waste The change in development potential from this amendment would result in a decrease of up to 4.6 tons per year of solid waste generated when comparing the amount of waste originated by a 15,877 SF office (42.9 tons per year) to that of a 20,640 SF medical office (47.5 tons per year). Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill which has significant capacity. Additionally, the City provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is an excess solid waste capacity to serve the amendment area. Community Development Board – December 17, 2019 REZ2019-09002 - Page 6 of 7 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Parkland The City’s adopted LOS for parkland acreage, which is 4 acres per 1,000 population, will not be impacted by this proposed amendment. Under both the existing and proposed land use, the LOS citywide will remain at 15.46 acres per 1,000 population. Stormwater Site plan approval will be required before the property can be redeveloped. At that time, the stormwater management system for the site will be required to meet all City and SWFWMD stormwater management criteria. Streets The subject property is located on the east side of N. Belcher Road, approximately 1,075 feet north of Drew Street. To evaluate potential impacts on streets, the typical traffic impacts figure (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (current and proposed) are compared. The current number of trips per day (126) is calculated based on the typical traffic generation numbers for the consistent for Public/Semi-Public (P/SP) category (173 trips per day per acre for medical uses). The proposed Countrywide Plan Map category of Office (O) (89 trips per day per acre) would decrease the number to 65 trips per day. This is a decrease of 61 trips per day (51% fewer trips per day) compared to the number of trips under the current designation. Recommended Conclusions of Law: Based upon the findings of fact, the proposed change would decrease the demand on public facilities since all are reduced, and will not result in the degradation of the current levels of service for potable water, sanitary sewer, solid waste, parkland, stormwater management and streets. Location of District Boundaries [Section 4-602.F.6] Recommended Findings of Fact: The location of the proposed Office (O) District is logical and consistent with the boundaries of the subject property. Recommended Conclusions of Law: The District boundaries are appropriately drawn in regard to location and classifications of streets, ownership lines, existing improvements and the natural environment. Community Development Board – December 17, 2019 REZ2019-09002 - Page 7 of 7 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION SUMMARY AND RECOMMENDATION: No amendment to the Zoning Atlas shall be recommended for approval or receive a final action of support unless it complies with the standards contained in Section 4-602.F, Community Development Code. Table 2 below depicts the consistency of the proposed amendment with the standards under Section 4-602.F: Table 2. Consistency with Community Development Code Standards for Review CDC Section 4-602 Standard Consistent Inconsistent F.1 The proposed amendment is consistent with and features, the goals, policies and objectives of the Comprehensive Plan and furthers the purposes of this Development Code and other city ordinances and actions designed to implement the plan. X F.2 The available uses to which the property may be put are appropriate to the property which is subject to the proposed amendment and compatible with existing and planned uses in the area. X F.3 The amendment does not conflict with the needs and character of the neighborhood and the city. X F.4 The amendment will not adversely or unreasonably affect the use of other property in the area. X F.5 The amendment will not adversely burden public facilities, including the traffic-carrying capacities of streets, in an unreasonably or disproportionate manner. X F.6 The district boundaries are appropriately drawn with due regard to location and classifications of streets, ownership lines, existing improvements and the natural environment. X Based on the foregoing, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Zoning Atlas Amendment from the Institutional (I) District to the Office (O) District. Prepared by Planning and Development Department Staff: Diego Guevara Senior Planner ATTACHMENTS: Ordinance No. 9347-20 Resume Photographs of Site and Vicinity LUP2019-09003 & REZ2019-09002 E & J Caputo Clearwater, LLC 8407 N. Belcher Road View looking east at subject property, 407 N. Belcher Rd. South of subject property North of subject property West of subject property, across N. Belcher Road View looking northerly along N. Belcher Road View looking southerly along N. Belcher Road Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9357-20 2nd rdg Agenda Date: 2/6/2020 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9357-20 on second reading, ratifying the adoption of Resolution 19-34, authorizing the issuance of bonds to finance a portion of the costs of the Imagine Clearwater project in accordance with the Clearwater Code of Ordinances. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 Ordinance No. 9357-20 ORDINANCE NO. 9357-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA; RATIFYING THE ADOPTION OF RESOLUTION NO. 19-34; AUTHORIZING THE ISSUANCE OF BONDS TO FINANCE A PORTION OF THE COSTS OF THE IMAGINE CLEARWATER PROJECT IN ACCORDANCE WITH THE CITY CODE OF ORDINANCES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater (the “Issuer”) deems it necessary, desirable and in the best interests of the Issuer and its citizens and to serve a paramount public purpose that the Imagine Clearwater Project (the “Project”) be completed; and WHEREAS, the Project shall be financed and/or reimbursed with the proceeds of debt instruments, together with certain other legally available funds of the Issuer; and WHEREAS, that in order to preserve and promote the gainful employment and tourism and to enhance the economic prosperity and public welfare of the inhabitants of the Issuer, it is necessary and desirable that the Project be completed; and WHEREAS, the Issuer has adopted Resolution No. 19-34 on November 21, 2019 (the “Bond Resolution”) authorizing the issuance of debt instruments (the “Series 2020 Bonds”), and in accordance with the Issuer’s Code of Ordinances, Chapter 2, Article VI, Section 2.522, the Issuer wants to ratify the adoption of the Bond Resolution and approve the issuance of such debt instruments in accordance with the Issuer’s Code of Ordinances; and WHEREAS, the estimated Non-Ad Valorem Revenues, after satisfying funding requirements for obligations having an express lien on or pledge thereof and after satisfying any funding requirements for essential governmental services of the Issuer which are not funded by ad valorem taxation, will be sufficient to pay the principal of and interest on the Series 2020 Bonds, as the same become due, and to make all other payments provided for in the Bond Resolution; and WHEREAS, the principal of and interest on the Series 2020 Bonds and all other payments provided for in the Bond Resolution will be paid solely from the Pledged Funds; and the ad valorem taxing power of the Issuer will never be necessary to pay the principal of and interest on the Series 2020 Bonds and, except as otherwise provided in the Bond Resolution, the Series 2020 Bonds shall not constitute a lien upon any property of the Issuer; and WHEREAS, the Issuer intends on adopting a Supplemental Resolution to provide for the manner of sale and terms of the Series 2020 Bonds, including the approval of the Purchase Contract, the designation of the Underwriter and the distribution of an offering document in connection with the sale of the Series 2020 Bonds by the Underwriter, and Ordinance No. 9357-20 2 the designation of the Paying Agent and Registrar, after it has completed the validation of the Series 2020 Bonds authorized in Section 8.08 of the Bond Resolution; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The adoption of the Bond Resolution is hereby ratified and confirmed and the issuance of the debt instruments identified as the Series 2020 Bonds is hereby approved, subject to and in conformity with the provisions set forth in the Bond Resolution as the same may be modified or supplemented prior to the issuance of the Series 2020 Bonds as contemplated by the Bond Resolution. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ George N. Cretekos Mayor Approved as to form: Attest: __________________________ ____________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9358-20 2nd rdg Agenda Date: 2/6/2020 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9358-20 on second reading, approving amendments to the Clearwater Code of Ordinances, Chapter 25 - Public Conveyances, to define commercial megacycles and definitions to establish standards for commercial megacycles, to require a license for commercial megacycles to be operated in the city and to add penalties; approve amendments to the Clearwater Code of Ordinances, Chapter 6 - Alcoholic Beverages, to provide an exemption for megacycle passengers. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 Ordinance No. 9358-20 ORDINANCE NO. 9358-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, RELATING TO THE REGULATION OF COMMERCIAL MEGACYCLES; AMENDING CODE OF ORDINANCES CHAPTER 25 – PUBLIC TRANSPORTATION CARRIERS, ARTICLE I. – PUBLIC CONVEYANCES; ADDING DEFINITION OF COMMERCIAL MEGACYCLE TO SEC. 25.01, AND AMENDING DEFINITION OF RECREATIONAL VEHICLE TO ADD COMMERCIAL MEGACYCLE; AMENDING SEC. 25.02 TO ADD REGULATIONS FOR OPERATION OF COMMERICAL MEGACYCLES; AMENDING SEC. 25.04 TO PROVIDE FOR COMMERCIAL MEGACYCLE INSURANCE REQUIREMENT; AMENDING SEC. 25.21 TO ADD COMMERCIAL MEGACYCLE PROVIDER LICENSE REQUIREMENT AND ALLOW FOR PILOT PROGRAM; AMENDING CHAPTER 6 – ALCOHOLIC BEVERAGES, ARTICLE II – OPERATION OF ESTABLISHMENTS, SEC. 6.31 – PROHIBITED ACTS, TO EXEMPT MEGACYCLE PASSENGERS; PROVIDING AN EFFECTIVE DATE. WHEREAS, City Council adopted the 2018 Clearwater Downtown Redevelopment Plan that supports bicycle-friendly amenities and encourages the use of the Pinellas Trail; and WHEREAS, the City values and promotes tourism and activities that allow tourists to explore Clearwater; and WHEREAS, commercial megacycles are a healthy and environmentally sustainable form of travel that provide a fun way to enjoy Clearwater; NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1: Sec. 25.01, Clearwater Code of Ordinances is hereby amended to read as follows: Sec. 25.01. – Definitions. The following words, terms and phrases, when used in this article, shall have the meanings ascribed to them in this section, except where the context clearly indicates a different meaning: Bicycle means a vehicle propelled solely by human power, and a motorized bicycle propelled by a combination of human power and an electric helper motor capable of propelling the vehicle at a speed of not more than 20 miles per hour on level ground upon which any person may ride, having two tandem wheels, and including any device generally recognized as a bicycle though equipped with two front or two rear wheels. The term does not include a scooter or similar device that does not have a seat or saddle for the use of the rider. Certificate to engage in business means a certificate issued by the director of planning and development to engage in the business of operating one or more public conveyances in the City of Clearwater. Ordinance No. 9358-20 Commercial megacycle means a vehicle that has fully operational pedals for propulsion entirely by human power and: (1) has four wheels and is operated in a manner similar to a bicycle; (2) has at least 5 but no more than 15 seats for passengers; and (3) is primarily powered by pedaling but may have an auxiliary motor capable of propelling the vehicle at no more than 15 miles per hour. Driver means every individual operating a pedicab or low-speed for hire vehicle, either as owner, agent, employee or otherwise, pursuant to the pedicab or low-speed for hire vehicle driver's permit issued as herein provided. Electric personal assistive mobility device means any self-balancing, two-nontandemwheeled device, designed to transport only one person, with an electric propulsion system with average power of 750 watts (one horsepower), the maximum speed of which, on a paved level surface when powered solely by such a propulsion system while being ridden by an operator who weighs 170 pounds, is less than 20 miles per hour. Low-speed for hire vehicle means a vehicle as defined in F.S. § 320.01(42), that is, any four-wheeled electric vehicle whose top speed is greater than 20 miles per hour but not greater than 25 miles per hour, including neighborhood electric vehicles, that complies with the safety standards in 49 C.F.R. s. 571,500 and F.S. § 316.2122 and that is used for transporting passengers for hire, fee, or compensation of any kind, including compensation derived from tips or advertising, upon or along the streets within the City of Clearwater. Micromobility device means any motorized transportation device made available for private use by reservation through an online application, website, or software for point-to-point trips and which is not capable of traveling at a speed greater than 20 miles per hour on level ground. This term includes motorized scooters and bicycles as defined in this article. Moped means any vehicle with pedals to permit propulsion by human power, having a seat or saddle for the use of the rider and designed to travel on not more than three wheels; with a motor rated not in excess of two brake horsepower and not capable of propelling the vehicle at a speed greater than 30 miles per hour on level ground; with a power-drive system that functions directly or automatically without clutching or shifting gears by the operator after the drive system is engaged; or, if an internal combustion engine is used, with a displacement not exceeding 50 cubic centimeters. Motorcycle means any motor vehicle having a seat or saddle for the use of the rider and designed to travel on not more than three wheels in contact with the ground, but excluding a tractor or a moped. Motorized scooter means any vehicle or micromobility device that is powered by a motor with or without a seat or saddle for the use of the rider, which is designed to travel on not more than three wheels, and which is not capable of propelling the vehicle at a speed greater than 20 miles per hour on level ground. Pedicab means any vehicle that is propelled solely by human power and that is used for transporting passengers for hire, fee, or compensation of any kind, including compensation derived from tips or advertising, upon or along the streets or sidewalks within the City of Clearwater. Pedicab or low-speed for hire vehicle driver's permit means a permit issued by the director of planning and development authorizing the holder thereof to drive a pedicab or low-speed for hire vehicle. Ordinance No. 9358-20 Permitting means had knowledge or reason to know that the activity was occurring, failed to intervene in an attempt to prevent the activity from occurring, and had the power or authority to prevent the activity from occurring. Public conveyance means a pedicab, low-speed for hire vehicle, or recreational vehicle. Public conveyance company means any business entity of whatever nature or composition that is issued a certificate by the director of planning and development to engage in the business of operating one or more public conveyances, and may be a corporation, partnership, joint venture, natural person, or other individual, association or combined persons or entities. Qualified means one who, by possession of recognized degree, certificate, or professional standing, or who by extensive knowledge, training, and experience, has successfully demonstrated his/her ability to solve or resolve problems relating to the subject matter, the work, or the project. Recreational vehicle means any vehicle that is rented typically for less than one day and that the renter intends to drive for the renter's personal, recreational use, such as a motorcycle containing an internal combustion engine with a displacement of 50 cubic centimeters or less, an electric personal assistive mobility device, a bicycle, a commercial megacycle, a micromobility device, motorized scooter, or a moped, but excluding a motor home, a camper, a motor vehicle leased from an entity that is engaged in the business of renting motor vehicles typically for more than one day, or an "off highway vehicle" as defined in F.S. § 261.03(6). Shared mobility device provider means any person, entity, or public conveyance company which makes available to the public any number of micromobility devices or motorized scooters for use in the City. Sidewalk means that portion of a street between the curbline, or the lateral line, of a roadway and the adjacent property lines, intended for use by pedestrians. Street means all public streets, avenues, alleys, lanes, highways, and other publicly owned places laid out for the use of motor vehicles, including publicly owned parking lots. Surrey bicycle means a bicycle containing three or more wheels that is designed to carry two or more persons and that has two or more pedaling positions. Vehicle means every device, in, upon, or by which any person is or may be transported or drawn upon a street. Section 2: Sec. 25.02, Clearwater Code of Ordinances is hereby amended to read as follows: Sec. 25.02. - Standards for pedicabs, low-speed for hire vehicles, surrey bicycles, micromobility devices, and commercial megacycles; equipment and restrictions. (1) All pedicabs shall be deemed bicycles as that term is used in Florida Statutes. As such, all pedicabs shall comply with any and all regulations of the state applicable to bicycles. See, for example, F.S. § 316.2065. All pedicabs required to be regulated under this article shall be equipped with a battery operated headlight capable of projecting a beam of white light for a distance of 500 feet and a pair of battery operated taillights each exhibiting a red light visible from a distance of 600 feet to the rear. All pedicabs shall also be equipped with at least one front white Ordinance No. 9358-20 reflector and at least one red rear reflector and at least one amber side reflector one each side of said pedicab. All pedicabs required to be regulated under this article shall be kept clean and sanitary throughout and shall be kept and maintained in sound operating condition. All safety devices and all other equipment shall be kept in such condition as to ensure safe operation. Any fares that are charged to the public shall be conspicuously posted in or on the pedicab. If a gratuity is accepted, "Gratuity appreciated" shall be conspicuously posted in or on the pedicab. (2) All low-speed for hire vehicles shall comply with any and all regulations of the state applicable to low-speed vehicles. See, for example, F.S. § 316.2122. All low-speed for hire vehicles required to be regulated under this article shall be equipped with headlamps, stop lamps, turn signal lamps, taillamps, reflex reflectors, parking brakes, rearview mirrors, windshields, seat belts, and vehicle identification numbers. All low-speed for hire vehicles required to be regulated under this article shall be kept clean and sanitary throughout and shall be kept and maintained in sound operating condition. All safety devices and all other equipment shall be kept in such condition as to ensure safe operation. Any fares that are charged to the public shall be conspicuously posted in or on the low-speed vehicle. If a gratuity is accepted, "Gratuity appreciated" shall be conspicuously posted in or on the low-speed vehicle. (3) All surrey bicycles operated pursuant to this article shall be equipped with a single, low-gear ratio to prevent excessive speeds. Surrey bicycles operated pursuant to this article that have multiple gears capable of changing gear ratios are prohibited. Surrey bicycles operated pursuant to this article shall not be driven by anyone under the age of 16 unless accompanied by a responsible adult and shall not be operated in the "roundabout" on Clearwater Beach. It is unlawful for any person to operate, or cause to be operated, a surrey bicycle that is not equipped with a braking system that is capable of skidding each rear wheel in contact with the ground on dry, level, clean pavement by the operator from his normal position of operation. (4) All micromobility devices are subject to the rules and regulations governing bicycles in the city code. In addition to the city code, micromobility devices are subject to any and all state laws pertaining to micromobility devices, as applicable, and as may be amended. No person under the age of 16 years old shall operate a micromobility device within the city of Clearwater. It is unlawful for the parent, legal guardian or custodian of a minor child to knowingly permit the child to violate any provision of this article. Ridership of more than one person on any micromobility device shall be prohibited, unless the micromobility device is specifically designed to carry more than one person. Micromobility devices may not be ridden on sidewalks. Micromobility devices may be allowed on the Pinellas Trail if specifically allowed by Pinellas County. Micromobility devices shall not be parked in a manner that obstructs any ingress or egress from any building or parking area. (5) All commercial megacycles shall be operated at all times by its owner or lessee or an employee of the owner or lessee. The operator shall be at least 18 years of age and possess a Class E driver license. While the commercial megacycle is in motion, it shall be occupied by a safety monitor at least 18 years of age, who shall supervise the passengers. No alcoholic beverages other than beer, wine, hard cider or malt based beverages below 19 percent alcohol by volume may be consumed by passengers, and only while on the commercial megacycle. No persons under the age of 21 are allowed on the commercial megacycle during a ride where alcohol is or is planned on being consumed. All passenger seats on the commercial megacycle must have seat backs and seat Ordinance No. 9358-20 belts. All passengers under 16 years of age are required to wear helmets, and commercial megacycle operators must offer helmets for all passengers, regardless of age, at no cost. Section 3: Sec. 25.04, Clearwater Code of Ordinances is hereby amended to read as follows: Sec. 25.04. - Liability insurance coverage required. (1) No certificate to engage in business shall be issued or renewed by the director of planning and development pursuant to this article unless there is in force a Commercial General Liability Insurance policy with the following minimum types and amounts: $500,000.00 per occurrence ($1,000,000.00 for commercial megacycles), combined single limit, for bodily injury, personal injury, and property damage. Such liability insurance policy shall specifically include the city as an additional insured and require each policy to be endorsed to state that coverage shall not be canceled by the applicant or carrier except after 30 days written notice sent via certified mail, return receipt requested, to the city. It is the applicant's responsibility to ensure notice to the city in accordance with the above requirement is met. (2) The applicant will provide the director of planning and development with a certificate or certificates of insurance showing the existence of coverage as required and will, upon written request by the city, provide the director of planning and development with certified copies of all policies of insurance. New insurance certificates and, when requested in writing, certified copies of policies shall be provided to the director of planning and development whenever any policy is renewed, revised, or obtained from other insurance carriers. Section 4: Secs. 25.21—25.214, Clearwater Code of Ordinances is hereby amended to read as follows: Sec. 25.21. – Commercial Megacycle License Required. No commercial megacycle provider shall display, offer, or make available for rent any commercial megacycle within the City, unless the provider holds a commercial megacycle license from the City through participation in a pilot program, a valid, fully executed operating agreement with the City, or approval from the City through an established process. No license shall be granted to allow commercial megacycle provider operations on the Pier 60 roundabout, Sand Key, Island Estates, or any other area restricted pursuant to Section 25.18 of this Code. During the pilot program, commercial megacycles are permitted to operate only in the following areas: (1) East Avenue on the northbound roadway not trail section from Pierce Street to Cleveland Street; (2) Cleveland Street from MLK Avenue to Osceola Avenue; (3) North on Osceola Avenue from Cleveland Street to Drew Street Extension; (4) West on Drew Street Extension around Coachman Commons to Cleveland Street; (5) South on Osceola Avenue to Pierce Street; (6) East on Pierce Street to East Avenue completing one circuit; and (7) Clearwater Beach north and south of the Pier 60 roundabout on streets as shown on Diagram 1. *Insert Diagram 1, attached* Ordinance No. 9358-20 Sec. 25.214. - Reserved. Section 5: Sec. 6.31, Clearwater Code of Ordinances is hereby amended to read as follows: Sec. 6.31. - Prohibited acts. (1) It shall be a violation for any person licensed to operate an alcoholic beverage establishment, or employed by or acting as an agent of any such establishment, and who sells or causes to be sold any alcoholic beverage, to permit such beverage to be consumed on any property under the control, directly or indirectly, of the licensee, except within the area of the premises which is licensed for such sales and consumption. (2) It shall be a violation for any person to consume any alcoholic beverage, or to possess any opened or unsealed container containing an alcoholic beverage, on any property under the control, directly or indirectly, of the licensee, except within the area of the premises which is licensed for such sales and consumption. (3) It shall be a violation for any person to consume any alcoholic beverage, or to possess any opened or unsealed container containing an alcoholic beverage, off a licensed premises and within 500 feet thereof, except within enclosed buildings, within an area occupied by another alcoholic beverage establishment when that area is licensed for such consumption, or on property occupied by residential structures. The distance set forth in this subsection shall be measured by following a straight line from that portion of any structure licensed for the sale of alcoholic beverages nearest to the place of violation of this subsection. (4) It shall be a violation for any person to sell or consume any alcoholic beverage, or to possess any opened or unsealed container containing an alcoholic beverage, at the following places, except pursuant to an alcoholic beverage special event permit issued under the provisions of section 22.88 through 22.91, pursuant to an outdoor cafe permit issued under the provisions of the Community Development Code, or pursuant to a license issued by the Division of Alcoholic Beverages and Tobacco of the Florida Department of Business and Professional Regulation that permits the sale or consumption at the location: (a) On any public beach. (b) On or in any public street, alley, sidewalk, parking lot or right-of-way, including but not limited to unimproved public street rights-of-way terminating at a body of navigable water. "Public street" or "parking lot" as used in this subsection shall mean those areas described in F.S. § 316.003(53), (2004), which are defined to include the entire width between the boundary lines of a way or place if any part of that way or place is open to public use for the purpose of vehicular traffic, including the parking lots of malls, strip centers, convenience stores, hotels, motels, or other commercial establishments. This paragraph shall not apply to passengers of a commercial megacycles authorized pursuant to Chapter 25; recent passengers not physically on the commercial megacycle are subject to the open container prohibitions contained in this section and in Florida Statutes. Ordinance No. 9358-20 (c) On any other publicly owned property, except on any portion of publicly owned property when rented to private parties or when authorized by the public agency that owns the property so long as the sale or consumption of alcoholic beverages would otherwise be in compliance with the Alcoholic Beverage Laws of the State of Florida. (d) On any portion of the Courtney Campbell Recreation Area as defined in section 22.21. (5) There shall be no bottle clubs. Section 6: This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ George N. Cretekos Mayor Approved as to form: Attest: __________________________ ____________________________ Matthew Smith Rosemarie Call Assistant City Attorney City Clerk SGULFVIEWBLVDROCKAWAY ST I SLAND WAY MANDALAY AVE MEMORIAL CSWY S GULFVIEW BLVD BAYSIDE DR LEEWARD I S CORONADO DR BAYWAY BLVD HAMDEN DR SNUG I S WINDWARD PSGE P A L M IS S E P A L M IS N E DEVON DR BRIGHTWATERDR LARBOARD WAY HARBOR I S POINSETTIA AVE GULF BLVD ACACIA ST SOMERSET ST H A R B O R P S G E BAYMONT ST BAY ESPLANADE EAST SHORE DR CAMBRIA ST IDLEWILD ST POINSETTIA AVE DIAGRAM 1 GULF ofMEXICO CLEARWATER HARBOR PIER 60 ² N.T.S.Scale: Legend AllowableMega-CycleRoute CLEARWATER PASS 4, ozoleimi- z I I I I i INDIVIDUAL SPEAKER Citizen Comment Card Name: / C7,47 e 8Vg- t Address: 4 :744,3e -TA -1A -,-J w City: Cl -c) _ Zip: 53 74 Telephone Number: ,aJ/— e3 fi ,-n ,/> - Geri Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: Email Address: What is your position on the item? For Against CLEARWATER BRIGHT AND BEAUTIFUL • BAY TO BEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: City: C-1,t.tej4 Pke4V(vi,te aeavd-cir zip 336/ Telephone Number: 701 tirreiEmailAddress: ' "' . C lAte a & (oh/ Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. 9 `{ What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: kr./74 f'I ,e& -(34i'!? 71_l' Address: ki e //,9,e • d/V/ City:jba,`-!At 74/Qi1- Zip: J'??j7 Telephone Number: /1 663-'/0441 Email Address: esa i'i 1 l.)<-b 4 'et.o Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak- e-94, What is your position on the item? For Against /lam INDIVIDUAL SPEAKER Citizen Comment Card Name: Chi)r/lic C'''`/ ic%glei Address: eitti!, d/v CityC ")/1)telcSi" Zip: 431'47 Telephone Number: aiy-923-Gs rLd c SbcEmailAddress: r% Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: 4c,` /L''; y What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7392 Agenda Date: 2/6/2020 Status: City Manager ReportVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Appoint one member to the Community Development Board with term to expire February 28, 2024. SUMMARY: APPOINTMENT WORKSHEET BOARD: Community Development Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Yes RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 & 1 alternate CHAIRPERSON: Michael Boutzoukas MEETING DATES: 3rd Tues., 1:00 p.m. PLACE: Main Library APPTS. NEEDED: 1 SPECIAL QUALIFICATIONS: Board shall include members qualified and experienced in the fields of architecture, planning, landscape architecture, engineering, construction, planning & land use law and real estate THE FOLLOWING ADVISORY BOARD MEMBER HAS A TERM WHICH EXPIRES AND NOW REQUIRES EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE: 1. D. Michael Flanery - 1836 Venetian Point Dr., 33755 - Professional Civil/Environmental Engineer Original Appointment: 2/18/16 (2 absences in the last year) (currently serving 1st term to expire 2/28/20) Interested in Reappointment: Yes THE FOLLOWING NAMES ARE ALSO BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: Page 1 City of Clearwater Printed on 2/5/2020 File Number: ID#20-7392 1. Chelsea Allison - 309 Lebeau St., 33755 - Sales 2. David Jaye - 2856 Shady Oak Court, 33761 - Real Estate 3. Peter Kohut - 240 Windward Passage Unit 105, 33767 - Civil Engineer 4. William Fisher - 2075 Envoy Ct., 33764 - Registered Architect Zip codes of current members: 1 at 33755, 1 at 33759, 1 at 33761, 2 at 33764 and 3 at 33767 Current Categories: 1 Administrative Specialist/Asst. Professor 1 Architects 1 Landscape Architect 2 Attorneys 2 Civil Engineers 1 Real Estate Broker Page 2 City of Clearwater Printed on 2/5/2020 INDIVIDUAL SPEAKER Citizen Comment Card Name: rc (1) -F-711 L-1\ Address: i 3 c 6/4 /1 City: te(2ktUaieft Zip: 3-T-7_ Telephone Number: —72 ? 3 (` O 2 c6) Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: What is your position on the item? For Against GHT AND BEAUTIFUL • BAY TO BEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: A-e-e/i/Lee/(64AAt Address: -- 1*Xi )'; City A) Zip:—3%(77 Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card mfr\cName: Address: (-.k \ C pvc, City:Cithtt44Jt.% Zip. Z -3r0 Telephone Number: -- „.57`-"c t Email Address: br- aoe.551J4/1) epo Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name:t,`cLU\ G`tc Address: 3Z1-17 u4\f S K" City: C% -\--AN) zip: 3')7( I Telephone Number: -Di 7ct 01 C Email Address: rG t i` Lc Mgt L1 Speaking under citizens to be heard re items not on the agenda?A Agenda items) to which you wish to speak. t \e.ho.rnl L_ c..c.nrnuN\- What is your position on the item? For Against CLEARWATER BRIGHT AND BEAUTIFUL. • BAY TOBEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: h41). /1010,49q_ Address: City: / Zip: 9 Telephone Number: p Email Address: dJ1/7/e7LllM l i 440/2 Speaking under citizens to be heard re items not on the agenda?J Agenda item(s) to which you wish to speak. I I What is your position on the item? For Against BRIGHT AND BEAUTIFUL • BAYTO BEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: 7N /1 Address: R4 --2--,r) Ftp C KJ Cl -F-,“ Zip: 33 7 Telephone Number: 7a 7-- 7 - c' 75 Email Address:/LL' • -;-Ai ” U'S /t L Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: '0' I What is your position on the item? For 2( Against Mkt FIA -)U 1 / CLEARWATER EAUTIFUL • BAY TO BEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: erS City: C'/ebyl?/(lZip: 3 75C Telephone Number: 72-7- (:-,7--SX‘ Email Address: )2,t(°/e %> biiF 46d i Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against CLEARWATER BRIGHT AND BEAUTIFUL, • BAY TO BEACH INDIVIDUAL SPEAKER Citizen Comment Card iName:_ I' ' 7£ J l ,: / Address: 3I c (it - City• //l.0 G /t1itrkt-i Zi133 3 7 6 1 Telephone Number: 7 Z 7 Li(tcS _L2_63 Email Address: e di -At .6.4 /1 eC ha Speaking under citizens to b heard re rr. a items not on the agenda? Agenda item(s) to which you wish to speak: /0 What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7454 Agenda Date: 2/6/2020 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Sky Tram - Vice Mayor Cundiff SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 2/5/2020 Resolution No. 16- RESOLUTION NO. 20- A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, ENCOURAGING BEACHTRAN CLEARWATER, LLC AND THEIR PARTNER SKYTRAN, INC. IN THEIR EFFORT TO BRING INTO EXISTENCE THE FIRST AERIAL PERSONAL RAPID TRANSIT SYSTEM TO OPERATE IN THE TAMPA BAY REGION AND DETERMINE WHAT FURTHER STEPS WILL BE NECESSARY TO ADVANCE THE CREATION OF A SAFE AND EFFECTIVE ELEVATED TRANSIT SYSTEM; PROVIDING AN EFFECTIVE DATE. WHEREAS, The City of Clearwater is home to the number one beach in the USA, attracting over 5.5 million visitors each year, contributing to traffic congestion on Memorial Causeway; and WHEREAS, The City of Clearwater supports tourism and economic development and wishes to increase mobility options that will leverage transportation investments to benefit its residents and visitors; and WHEREAS, the City of Clearwater recognizes a safe and efficient elevated transit system could help to reduce beach traffic congestion that will benefit Clearwater residents, its hospitality industry and our visitors; and WHEREAS, BeachTran Clearwater LLC, is a Clearwater-based private enterprise dedicated to implementing smart, green and cost effective aerial personal rapid transit, and is introducing this new mode of elevated transportation to the Tampa Bay region; and WHEREAS, BeachTran Clearwater LLC, believes that skyTran Inc. possesses the best technological solution, and that through a collaborative effort, BeachTran Clearwater LLC, and skyTran, Inc. together, can develop an automated, on-demand transportation system that will reduce traffic congestion; and WHEREAS, BeachTran Clearwater LLC, enjoys good working relationships with FDOT, TBARTA and other entities seeking solutions to regional traffic congestion; and WHEREAS, BeachTran Clearwater, LLC has proposed and is expected to commission at its sole expense the initial engineering studies necessary to design an optimal system between Downtown Clearwater and Clearwater Beach as the first phase of an expandable regional transit network; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Draft Resolution No. 20- [GM16-9100-045/248701/1] 2 Section 1. The City Council of the City of Clearwater hereby recognizes and encourages BeachTran Clearwater LLC, and their partner skyTran, Inc. in their effort to bring into existence the first aerial personal rapid transit system to operate in the Tampa Bay region. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _______ day of _____________, 2020. ____________________________ George N. Cretekos Mayor Approved as to form: Attest: __________________________ _____________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Draft Draft Name: 1-v',wk 5c ) Address: 7 7 I City u 7" Zip: S`r Telephone Number: ? 2- 7 O F Email Address: f c < (2 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: 1 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card CLEARWATER BRIGHT AND BEAUTIFUL • BAY TO BEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: R, G Ll Address: 3.0 Gi,e42,00A-4>A. City: iit .W\41W-0 Zip. , C Telephone Number: 7 / / 7 Email Address: *in e -/J i l 11J-a-,1rY) Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. e-; 4144 ,e/tA7 What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Address: 9/ e )i/o ga ///4fijig City: C/IA zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? a Agenda item(s) to which you wish to speak. I Cy t(- o l, tn' it' Co ;li What is your position on the item? For v Against INDIVIDUAL SPEAKER Citizen Comment Card Name: 11;1L Address: a3 c Sur /(J C/ -;lam City: «% INDIVIDUAL SPEAKER Citizen Comment Card Name: 1q?40/r11 M1166 -L/ -(€ice Address: F -s s- 84J47 IVe) 1 707 City: e.I ._Oatek_ f L zip: 3) % 7 Telephone Number: u -i ' fi — 6i° 7 Email Address: Ay. C .nlEf Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: I What is your position on the item? For Against MR -Ai r- LEARWATE BRIGHT AND BEAUTIFUL • BAY TO BEACH INDIVIDUAL SPEAKER Citizen Comment Card Name: 77iNeiz Address: 6,06 6'eziila,dW Sark 433 - City: )feeti--A,I o'-- zip: 357:5- Telephone 57:5- Telephone Number: Email Address: R7- 7/o - 644 Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. Wats— What is your position on the item? For Against