HomeMy WebLinkAboutItem No. 22 - Agreement with Shaw Integrated & Turf Solutions, Inc. for the Replacement of Flo22)Agreement with Shaw Integrated & Turf Solutions, Inc. for the Replacement of
Flooring at the Neighborhood Center (CIP Project No. Z20005)
Approve and authorize the City Manager to execute an Agreement with Shaw Integrated &
Turf Solutions, Inc., for an amount not to exceed $53,190.81 in such final form approved by
the City Attorney and authorize the City Manager to execute change orders not to exceed a
10% contingency of $5,319.00 for unanticipated costs.
Page 1 of 2
REPORT TO CITY COUNCIL
To:Honorable Mayor and Members of the City Council
From:Jason Simpson, City Manager
Prepared by:Rick De Santiago, Public Works Manager
Date:April 22, 2025
Subject:Agreement with Shaw Integrated & Turf Solutions, Inc. for the Replacement
of Flooring at the Neighborhood Center (CIP Project No. Z20005)
Recommendation
Approve and authorize the City Manager to execute an Agreement with Shaw Integrated & Turf
Solutions, Inc., for an amount not to exceed $53,190.81 in such final form approved by the City
Attorney and authorize the City Manager to execute change orders not to exceed a 10%
contingency of $5,319.00 for unanticipated costs.
Background
The Neighborhood Center requires new flooring to replace the existing flooring installed in 2019.
The current flooring has begun to lift and separate, resulting in gaps that pose trip hazards for
visitors and staff. A new, durable flooring solution will enhance safety and improve the overall
aesthetic of the Neighborhood Center.
Discussion
This Agreement will allow Shaw Integrated and Turf Solutions, Inc. to replace the damaged
flooring at the Neighborhood Center with high-quality commercial-grade flooring. The selected
flooring features a rock-solid material core, providing superior scratch, strain, and water
resistance to indentation.
Shaw Integrated & Turf Solutions Agreement
Page 2 of 2
Shaw Integrated & Turf Solutions, Inc. has been competitively bid and priced on Sourcewell,
contract number #061323-SII, with an expiration date of May 26, 2026. Sourcewell was created
by state law as a service cooperative to provide programs and services to members of education
and government. Sourcewell was established with the statutory purpose of assisting members in
meeting specific needs that are more efficiently delivered cooperatively than by an individual
entity. Sourcewell is authorized to establish competitively awarded cooperative purchasing
contracts for itself and its member agencies. Sourcewell follows the competitive contracting law
process to solicit, evaluate, and award cooperative purchasing contracts for goods and services.
Sourcewell cooperative purchasing contracts are made available through the joint exercise of
powers law to member agencies. Member agencies include all eligible government, education,
and non-profit agencies nationwide and in Canada.
Waiver of Competitive Bidding Procedures
Under Section 3.08.070(G) of the Municipal Code, the City Council can waive the competitive
bidding requirement that would otherwise be utilized for this purchase and installation. In addition
to the benefits outlined above, flooring satisfies all of the City's requirements compared to
competitors, with significant shortfalls in specifications and operating levels essential to the City's
needs. These benefits and characteristics suited to the City's specific needs support the finding
that waiving the competitive bidding requirement for this purchase is in the City's best interest.
Therefore, staff recommends that the City Council waive the competitive bidding according to
Municipal Code Section 3.08.070(G) and allow the City Manager to replace the flooring at the
Neighborhood Center as outlined in this agenda report.
Fiscal Impact
The funding is available in the FY2025-26 Capital Improvement Plan (CIP) Z20005.
Attachments
Attachment 1 - Agreement
Exhibit A - Quote
Public Works
1
Agreement No. __________
AGREEMENT FOR PUBLIC WORKS CONSTRUCTION
Shaw Integrated & Turf Solutions, Inc.
For the
Replacement of Flooring
at Neighborhood Center
CIP PROJECT NO. Z20005
This Agreement for Public Works Construction (“Agreement”) is made and entered into as
of April 22, 2025 by and between the City of Lake Elsinore, a municipal corporation (“City”) and
Shaw Integrated & Turf Solutions, Inc. (“Contractor”).
The City and Contractor, in consideration of the mutual promises and covenants set forth
herein, agree as follows:
1.The Project and Project Documents. Contractor agrees to construct the following
public improvements (“work”) identified as:
Replacement of Flooring at Neighborhood Center (the “Project”)
The City-approved plans for the construction of the Project, which are incorporated
herein by reference and prepared by N/A, are identified as:
N/A
The Project Documents include this Agreement and all of the following: (1) the Notice
Inviting Bids, Instructions to Bidders, Bid Documents including Bidder’s Proposal as submitted
by the Contractor, Contract Documents, General Specifications, Special Provisions, and all
attachments and appendices; (2) everything referenced in such documents, such as
specifications, details, standard plans or drawings and appendices, including all applicable State
and Federal requirements; (3) all required bonds, insurance certificates, permits, notices, and
affidavits; and (4) any and all addenda or supplemental agreements clarifying, amending or
extending the work contemplated as may be required to insure completion in an acceptable
manner. All of the provisions of the above-listed documents are made a part of this Agreement
as though fully set forth herein.
2.Compensation.
a.For and in consideration of the payments and agreements to be made
and performed by City, Contractor agrees to construct the Project, including furnishing all
materials and performing all work required for the Project, and to fulfill all other obligations as
set forth in the Bidder’s Proposal, such contract price being Fifty-Three Thousand One Hundred
Ninety and Eighty-One Cents ($53,190.81).
2
b.City hereby promises and agrees to employ, and does hereby employ,
Contractor to provide the materials, do the work, and fulfill the obligations according to the terms
and conditions herein contained and referred to, for the prices set forth, and hereby contracts to
pay the same at the time, in the manner, and upon the conditions set forth in the Project
Documents.
c.Contractor agrees to receive and accept the prices set forth in the Bidder’s
Proposal as full compensation for furnishing all materials, performing all work, and fulfilling
all obligations hereunder. Such compensation shall cover all expenses, losses, damages, and
consequences arising out of the nature of work during its progress or prior to its acceptance
including those for well and faithfully completing the work and the whole thereof in the manner
and time specified in the Project Documents; and also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the work,
suspension or discontinuance of the work, and all other unknowns or risks of any description
connected with the work.
3.Completion of Work.
a.Contractor shall perform and complete all work within 30 working days from
the date of commencement specified in the Notice to Proceed, and shall provide, furnish and
pay for all the labor, materials, necessary tools, expendable equipment, and all taxes, utility
and transportation services required for construction of the Project.
b.All work shall be performed and completed in a good workmanlike manner
in strict accordance with the drawings, specifications and all provisions of this Agreement as
hereinabove defined and in accordance with applicable laws, codes, regulations, ordinances and
any other legal requirements governing the Project.
c.Contractor shall not be excused with respect to the failure to so comply by
any act or omission of the City, the City Engineer, a City inspector, or a representative of any of
them, unless such act or omission actually prevents the Contractor from fully complying with the
requirements of the Project Documents, and unless the Contractor protests at the time of such
alleged prevention that the act or omission is preventing the Contractor from fully complying
with the Project Documents. Such protest shall not be effective unless reduced to writing and
filed with the City within three (3) working days of the date of occurrence of the act or omission
preventing the Contractor from fully complying with the Project Documents.
d.City and Contractor recognize that time is of the essence in the
performance of this Agreement and further agree that if the work called for under the Agreement
is not completed within the time hereinabove specified, damages will be sustained by the City
and that, it is and will be impracticable or extremely difficult to ascertain and determine the
actual amount of damages the City will sustain in the event of, and by reason of, such delay. It
is, therefore, agreed that such damages shall be presumed to be in the amount of $1,000.00 per
calendar day, and that the Contractor will pay to the City, or City may retain from amounts
otherwise payable to Contractor, such amount for each calendar day by which the Contractor
fails to complete the work, including corrective items of work, under this Agreement within the
time hereinabove specified and as adjusted by any changes to the work.
3
4.Changes to Work. City and Contractor agree that the City may make changes to
the work, or suspend the work, and no matter how many changes, such changes or
suspensions are within the contemplation of the Contractor and City and will not be a basis for a
compensable delay claim against the City nor be the basis for a liquidated damage claim
against the Contractor.
Any change to the work shall be by way of a written instrument (“change order”) signed
by the City and the Contractor, stating their agreement to the following:
a.The scope of the change in the work;
b.The amount of the adjustment to the contract price; and
c.The extent of the adjustment to the Schedule of Performance.
The City Engineer is authorized to sign any change order provided that sufficient
contingency funds are available in the City’s approved budget for the Project. All change in
the work authorized by the change order shall be performed under the applicable conditions
of the Project Documents. City and Contractor shall negotiate in good faith and as expeditiously
as possible the appropriate adjustments for such changes.
5.Bonds. Contractor shall provide, before commencing work, a Faithful Performance
Bond and a Labor and Material Bond, each for one-hundred percent (100%) of the contract price
in the form that complies with the Project Documents and is satisfactory to the City Attorney.
6.Non-Assignability. Neither this Agreement nor any rights, title, interest, duties or
obligations under this Agreement may be assigned, transferred, conveyed or otherwise
disposed of by Contractor without the prior written consent of City.
7.Licenses. Contractor represents and warrants to City that it holds the contractor’s
license or licenses set forth in the Project Documents, is registered with the Department of
Industrial Relations pursuant to Labor Code Section 1725.5, and holds such other licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor. Contractor represents and warrants to City that Contractor shall, at its sole cost
and expense, keep in effect or obtain at all times during the term of this Agreement, any
licenses, permits, insurance and approvals which are legally required of Contractor to practice
its profession. Contractor shall maintain a City of Lake Elsinore business license.
8.Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, the County and Board Supervisors, and volunteers from
and against any and all losses, liability, claims, suits, actions, damages, and causes of action
arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation
of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by
the willful misconduct or negligent acts or omissions of Contractor or its employees,
subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality
or character of their work. The foregoing obligation of Contractor shall not apply when (1) the
injury, loss of life, damage to property, or violation of law arises from the sole negligence or
willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions
of Contractor or its employees, subcontractor, or agents have contributed in no part to the
injury, loss of life, damage to
4
property, or violation of law. It is understood that the duty of Contractor to indemnify and hold
harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code.
Acceptance by City of insurance certificates and endorsements required under this Agreement
does not relieve Contractor from liability under this indemnification and hold harmless clause.
This indemnification and hold harmless clause shall apply to any damages or claims for damages
whether or not such insurance policies shall have been determined to apply. By execution of
this Agreement, Contractor acknowledges and agrees to the provisions of this Section and
that it is a material element of consideration.
9.Insurance Requirements.
a.Insurance. Contractor, at Contractor’s own cost and expense, shall procure
and maintain, for the duration of the Agreement, unless modified by the City’s Risk Manager,
the following insurance policies.
i.Workers’ Compensation Coverage. Contractor shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers’ Compensation Insurance
and Employer’s Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all
Workers’ Compensation policies must be received by the City at least thirty (30) days
prior to such change. The insurer shall agree to waive all rights of subrogation against
City, its officers, agents, employees and volunteers for losses arising from work
performed by Contractor for City. In the event that Contractor is exempt from Worker’s
Compensation Insurance and Employer’s Liability Insurance for his/her employees in
accordance with the laws of the State of California, Contractor shall submit to the City a
Certificate of Exemption from Workers Compensation Insurance in a form approved by
the City Attorney.
ii.Commercial General Liability Coverage. Contractor shall maintain
commercial general liability insurance in an amount not less than one million dollars
($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a
commercial general liability insurance form or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to the work to be performed
under this Agreement or the general aggregate limit shall be at least twice the required
occurrence limit. Required commercial general liability coverage shall be at least as
broad as Insurance Services Office Commercial General Liability occurrence form CG
0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
iii.Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as Insurance Services
Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No
endorsement may be attached limiting the coverage.
5
iv.Builder’s Risk Coverage. Prior to the commencement of any
construction of the Project, Design-Builder shall obtain (or cause to be obtained) and
keep in force during the term of any construction, builder’s risk insurance insuring for all
risks of physical loss of or damage (excluding the perils of earthquake and flood).
v.Professional Liability Coverage. Contractor shall maintain
professional errors and omissions liability insurance appropriate for Contractor’s
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Contractor’s services under this Agreement, whether such services are
provided by the Contractor or by its employees, subcontractors, or sub consultants.
The amount of this insurance shall not be less than one million dollars ($1,000,000)
on a claims-made annual aggregate basis, or a combined single limit per occurrence
basis.
b.Endorsements. Each general commercial liability and automobile liability
insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII
and shall be endorsed with the following specific language:
i.The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured with respect to liability
arising out of work performed by or on behalf of the Contractor, including materials, parts
or equipment furnished in connection with such work or operations.
ii.This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self-insured retention the City may have,
shall be considered excess insurance only and shall not contribute with it.
iii.This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv.The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v.Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi.The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
c.Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d.Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
6
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
10.Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Contractor:Shaw Integrated & Turf Solutions, Inc.
Attn: Stephanie Langford
PO Box 2128 Dalton,
GA 30722-2152
11.Entire Agreement. This Agreement constitutes the complete and exclusive
statement of agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
12.Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
13.Assignment and Subcontracting. Contractor shall be fully responsible to City for
all acts or omissions of any subcontractors. Assignments of any or all rights, duties for obligations
of the Contractor under this Agreement will be permitted only with the express consent of
the City. Nothing in this Agreement shall create any contractual relationship between City and
any subcontractor nor shall it create any obligation on the part of the City to pay or to see to
the payment of any monies due to any such subcontractor other than as otherwise is required
by law.
14.Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
15.Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
16.Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
7
17.Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
18.Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties
shall mutually agree upon the mediator and share the costs of mediation equally. If the parties
are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor
in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter
the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
19.Authority to Enter Agreement and Administration. Contractor has all requisite
power and authority to conduct its business and to execute, deliver, and perform the
Agreement. Each party warrants that the individuals who have signed this Agreement have the
legal power, right, and authority to make this Agreement and to bind each respective party. The
City Manager is authorized to enter into an amendment or otherwise take action on behalf of the
City to make the following modifications to the Agreement: (a) a name change; (b) grant
extensions of time; (c) non-monetary changes in the scope of services; and/or (d) suspend or
terminate the Agreement. The City Engineer shall act as the Project administrator on behalf of
the City.
20.Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or
violation of this warranty, City shall have the right to rescind this Agreement without liability. For
the term of this Agreement, no member, officer or employee of City, during the term of his or her
service with City, shall have any direct interest in this Agreement, or obtain any present or
anticipated material benefit arising therefrom.
21.Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
22.Prevailing Wages.
a.Contractor and all subcontractors shall adhere to the general prevailing
rate of per diem wages as determined and as published by the State Director of the Department
of Industrial Relations pursuant to Labor Code Sections 1770, 1773, and 1773.2. Copies of
these rates and the latest revisions thereto are on file in the office of the City Clerk of the City of
Lake Elsinore and are available for review upon request.
8
b.Contractor's attention is directed to the provisions of Labor Code Sections
1774, 1775, 1776, 1777.5 and 1777.6. Contractor shall comply with the provisions of these
Sections. The statutory provisions for penalties for failure to comply with the State's wage and
the hours laws will be enforced.
c.Labor Code Sections 1774 and 1775 require the Contractor and all
subcontractors to pay not less than the prevailing wage rates to all workmen employed in the
execution of the contract and specify forfeitures and penalties for failure to do so. The minimum
wages to be paid are those determined by the State Director of the Department of Industrial
Relations. Labor Code Section 1776 requires the Contractor and all subcontractors to keep
accurate payroll records, specifies the contents thereof, their inspection and duplication
procedures and certain notices required of the Contractor pertaining to their location. The
statutory penalties for failure to pay prevailing wages will be enforced. If the Project has been
awarded to Contractor on or after April 1, 2015, Contractor and its subcontractors must furnish
electronic certified payroll records to the Labor Commissioner. Beginning January 1, 2016,
Contractor and its subcontractors must furnish electronic certified payroll records to the Labor
Commissioner without regard to when the Project was awarded to Contractor.
d.Labor Code Section 1777.5 requires Contractor or subcontractor
employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship
Committee nearest the site of the public works project, which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen to be used in the performance of the Agreement. The Contractor is
required to make contributions to funds established for the administration of apprenticeship
programs if the Contractor employs registered apprentices or journeymen in any apprenticeable
trade and if other contractors on the public works site are making such contributions.
Information relative to apprenticeship standards, contributions, wage schedules and other
requirements may be obtained from the State Director of Industrial Relations or from the Division
of Apprenticeship Standards. Labor Code Section 1777.6 provides that it shall be unlawful
to refuse to accept otherwise qualified employees as registered apprentices solely on the
grounds of race, religious creed, color, national origin, ancestry, sex, or age.
e.Eight hours labor constitutes a legal day's work, as set forth in Labor
Code Section 1810.
23.Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date
first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
“CONTRACTOR”
Shaw Integrated & Turf Solutions, Inc., a
Corporation
City Manager
ATTEST:
By: Stephanie Langford
Its:
City Clerk
APPROVED AS TO FORM:
By:Click or tap here to enter text.
Its:Click or tap here to enter text.
City Attorney
Assistant City Manager
EXHIBIT A
CONTRACTOR’S PROPOSAL
[ATTACHED]
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
Fax:( ) -
( ) -Phone:
Mail Drop 999 P.O. Box 748552
Atlanta, GA 30384-8552
DateProposal Submitted To Attention Phone Fax
City of Lake Elsinore
Proposal Name Job Name Job #
Lake Elsinore Community Center
Street Job Street Proposal ID
We hereby submit specifications and estimates for:
City, State and Zip Job City, State and Zip Customer PO
Lake Elsinore, CA 92530--000 LAKE ELSINORE, CA 92530--000
177 S Langstaff Center Street
Add #Date of Plans
Sourcewell
Architect Customer Job #
84739
177 S Langstaff Center Street
Lake Elsinore Community Center 189685
02/20/25
214901
None
( ) -( ) -
Extended Price Unit PriceColorItem Description Qty UOM
$270.82$50.81TBS/To Be SelectedJive Tile EW 24" x 24"5.33 SY
$19,946.73$5.35TBS/To Be SelectedOrigin Resilient Plank 6" x 48" 6MM 3,728.36 SF
$675.84$112.64TBS/To Be SelectedRubber Cove Stick 4" Base 1/8"6.00 Carton
$34.45$34.45LokWorx+ Carpet Tile Adhesive 1 Gallon /
H5001
1.00 Each
$2,682.12$191.583 in 1 Ultra Rigid Mineral Core Adhesive 4 Gallon 14.00 Each
$56.40$28.20Wall Base Adhesive 1 Gallon / 166VS 2.00 Gal
$60.02$11.26Carpet Tile Installation 5.33 SY
$1,872.00$2.884" Vinyl Base Installation (excludes materials)650.00 LF
$1,042.80$86.90Furniture Removal and Replacement 12.00 SY
$4,246.50$1.14LVT/VCT Demolition (standard)3,725.00 SF
$3,166.25$0.85LVT/VCT Disposal 3,725.00 Each
$6,332.50$1.70Skimcoat - Labor & Material 3,725.00 Each
$8,455.75$2.27LVT Installation (no pattern; excludes materials)3,725.00 SF
$1,000.00$200.00Moisture Testing 5.00 Each
$439.74$24.43Open Market - Uzin 888 Floor Prep 10 lb. bags 18.00 Each
$1,731.89$1,731.89Reimbursement of taxes imposed on the
contractor. The contract price does not include
any contingency for such tax.
1.00 Each
$1,169.06$1,169.06Estimated Freight - Pricing Good for 30 Days 1.00 Each
$7.94California Carpet Assessment as required by AB
2398
$53,190.81Base Bid Total:
Proposal Inclusions and Exclusions:
1.Sourcewell Contract# 061323-SII
2.Local Contact: Lina Bouch Installer: Moore Flooring
3.Material title and risk of loss passes to the purchaser at the time of material delivery to owner provided address
4. Price includes work as specifically stated in the above description for the quantities stated. Any circumstances that require
additional labor will be handled through the change order process.
5.Extensive floor prep is not included in the price but may be necessary due to unforeseen conditions of the sub-floor. This work may
include, but is not limited to, leveling or grinding, encapsulation or sealing, or extensive scraping of the sub-floor. Should extensive
floor prep be required, you will be notified and a price estimate for the completion of the additional work will be prepared.
6.Exclusions: attic stock, major floor prep, furniture moving unless specified in proposal, disconnecting and moving of computers and
electronic equipment, vacuuming and protection of finished products, and any plumbing work (removal of commodes, etc)..
7.Shaw is not licensed as an asbestos abatement Contractor. If asbestos is discovered at the jobsite, work shall cease immediately.
Flooring Contractor/Subcontractor will not resume work until the asbestos has been sealed or abated through a certified asbestos
abatement contractor.
Page 1 of 2
Fax:( ) -
( ) -Phone:
Mail Drop 999 P.O. Box 748552
Atlanta, GA 30384-8552
Proposal ID: 214901
Proposal Inclusions and Exclusions:
8. All pricing is based on work being completed during normal working hours.
9. Price is based on a consecutive installation period without delays and is based on the customer allowing installation crews access to
work a minimum of 8 consecutive hours a day until completion. Delays other than "acts of God" will result in charges for down-time.
10.SITS License Numbers: AL 57717, AK 198637, AZ ROC340172, AR 425700423, CA 1104309, CT MCO.0904495, DE 2022707978,
GA GCCO007817, ID 02790, IA C143575, LA 73789, MN IR793001, MS 24811-SC, MT 265535, NE 25084-22, NM
409483/28744860162022, NV 90225, NC 87924, ND 46612, OR 240563, RI GC-33871, SC 124179, TN 77794, UT 12846822-5501,
VA 2705183154, WA SHAWITT789M2, WV WV061877
11.Please email your Purchase Order to Stephanie Langford at stephanie.langford@shawinc.com to initiate the order process. A
purchase order is required before materials can be shipped.
12.Remit to Address: SHAW INTEGRATED SOLUTIONS PO Box 748552 Atlanta, GA 30384-8552
13.Shaw does not provide warranty for third party products provided by the subcontractor/installation provider.
14.A 2.5% fee will be assessed on the total bid amount at time of payment if utilizing a credit card.
15.PREVAILING WAGE APPLIES
Stephanie Langford $53,190.81
We PROPOSE to perform the work complete in accordance with the specifications and as described above for the SUM of:
Signature:
Conditions of Proposal:
Stephanie Langford
Email: stephanie.langford@shawinc.com
1.This Proposal may be withdrawn, if not accepted, within 30 days of its issuance. Shaw Industries Group, Inc. will consider reasonable requests to engage in negotiations for revisions
to this Proposal, including signing a subcontract that includes the terms of this Proposal. A proposal not accepted within 30 days will be subject to price escalation of materials, labor,
freight and fuel costs.
2.This proposal is subject to credit review and approval. Payment terms are net 30 days. A convenience fee of 2.5% will be added if paying via credit card. Past due invoices are
subject to service charges of 1.5% per month (18% per annum). In the case of any default, Customer shall pay Shaw Industries Group, Inc.'s reasonable attorney fees and costs,
including those on any appeal, even if no suit or action is filed.
3.All work shall be performed in a workmanlike manner according to industry standards. Areas to receive flooring shall be free and clear of debris. Any changes to the work shall be
performed only after execution of a written change order.
4.Prior to commencement of Shaw Industries Group, Inc.'s work: (a) Customer shall test all concrete sub floors receiving flooring for vapor emission levels and alkalinity per
manufacturers' recommendations utilizing ASTM F2170 and provide written results to Shaw Industries Group, Inc., including a list of any sealers applied to the concrete sub floor; (b)
If Customer does not provide such reports at least 10 days prior to commencement of Shaw Industries Group, Inc.'s work, then Customer shall provide Shaw Industries Group, Inc.
with access to all concrete sub floors for appropriate testing and Customer shall be responsible for the costs of such testing; and (c) Any concrete sub floors not meeting
manufacturers' requirements for installation will require correction or the execution of a separate waiver agreement.
5.All work is contingent upon strikes, accidents or delays beyond Shaw Industries Group, Inc.'s control. Customer shall carry insurance for all hazards, including fire. Shaw Industries
Group, Inc.'s workers are fully covered by Worker's Compensation and Liability Insurance.
6.Customer represents and warrants that: (a) the project site contains no hazardous or other dangerous substances, either exposed or concealed; or (b) Customer has given written
notice to Shaw Industries Group, Inc. of all such substances and their location(s). To the fullest extent permitted by law, Customer shall indemnify, defend and hold Shaw Industries
Group, Inc. harmless from any damage, claim, loss, expense and attorney fees related to Shaw Industries Group, Inc.'s liability, if any, including any federal or state statute related to
hazardous or other dangerous substances.
7.Shaw Industries Group, Inc. is fully licensed, bonded, and insured. This proposal does not include participation in any OCIP/CCIP or related programs. Requests for Shaw Industries
Group, Inc. to participate in such programs may result in additional costs.
8.Notwithstanding anything herein to the contrary, all prices are subject to immediate increase without limitation in the event of material change to applicable duties, taxes, tariffs,
similar charges, or other government action.
Page 2 of 2
ACCEPTANCE OF PROPOSAL: The above prices, specifications, and conditions are satisfactory and are hereby ACCEPTED.
City of Lake Elsinore Signed:Customer:Date:
You are authorized to do the work as specified.