HomeMy WebLinkAboutC-3820 - Purchase and installation of new carpet at the Central Library by0 0 C J62\)
CONTRACT WITH C & A FLOORCOVERINGS, INC.
FOR INSTALLATION OF CARPET IN THE
NEWPORT BEACH CENTRAL LIBRARY
THIS CONTRACT is made and entered into as of this 02f day of December, 2005, by and
between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and C & A
FLOORCOVERINGS, INC., whose principal place of business is 1735 Cleveland Highway,
Dalton, Georgia 30721 ( "Contractor "), and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws of the
State of California with the power to carry on its business as it is now being conducted
under the statutes of the State of California and the Charter of City.
B. City is planning to install commercial -grade carpet in the Newport Beach Central Library,
located at 1000 Avocado Avenue in the City of Newport Beach ( "Library").
C. City desires to engage Contractor to install the carpet in the Library and to remove and
replace all furniture and book stacks ( "Project'). Contractor has agreed to perform the
Project over a 14 -day period, commencing on Monday, February 21, 2006.
D. Contractor has examined the location of all proposed work, carefully reviewed and
evaluated the specifications set forth by the City for the Project, and is familiar with all
conditions relevant to the performance of services and has committed to perform all
work required for the price specified in this Contract.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows:
SCOPE OF WORK
Contractor shall perform all the services described in the Scope of Work attached hereto
as Exhibit A and incorporated herein by this reference. As a material inducement to the
City entering into this Agreement, Contractor represents and warrants that Contractor is
a provider of first class work and services and Contractor is experienced in performing
the work and services contemplated herein and, in light of such status and experience,
Contractor covenants that it shall follow the highest professional standards in performing
the work and services required hereunder and that all materials will be of good quality.
For purposes of this Agreement, the phrase "highest professional standards" shall mean
those standards of practice recognized by one or more first -class firms performing
similar work under similar circumstances.
Contractor shall perform everything required to be performed, and shall provide and
furnish all the labor, materials, necessary tools, expendable equipment and all utility and
transportation services necessary for the Project.
• 0
2. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Contract and
Contractor shall complete the Work within the time set forth in this Section. The failure
by Contractor to meet this deadline may result in termination of this Contract by City and
assessment of damages as outlined in Section 2.1.
Contractor shall commence work on the Project on February 21, 2006.
The Project shall be completed within 14 calendar days of that date
with respect to all public areas of the Library, or by March 7, 2006. The
Project shall be entirely completed by March 14, 2995:
ot00 V
2.1 The parties agree that it is extremely difficult and impractical to determine and fix
the actual damages that City will sustain should the Contractor fail to complete
the Project within the time allowed. Should Contractor fail to complete the work
called for in this Contract on the date outlined above, Contractor agrees to the
deduction of liquidated damages in the sum of Two Thousand Dollars
($2,000.00) for each calendar day beyond the date scheduled fo'r completion
provided in Section 2 of this Agreement assuming that the Contractor has
access to the space on February 21, 2006 as described herein.
Execution of this Agreement shall constitute agreement by the City and
Contractor that Two Thousand Dollars ($2,000.00) per calendar day is the
minimum value of the costs and actual damage caused by the failure of the
Contractor to complete the work within the allotted time. Such sum is liquidated
damages and shall not be construed as a penalty, and may be deducted from
payments due the Contractor if such delay occurs.
3. COMPENSATION
As full compensation for the performance and completion of the Project as required by
the Scope of Work, City shall pay to Contractor and Contractor accepts as full payment
the sum of Two Hundred and Fifty -Five Thousand, One Hundred and Thirteen
Dollars and 27/100 ($255,113.27). Contractor shall not receive any additional
compensation unless approved in advance by the City in writing.
The City shall make progress payments as the Project work proceeds based on the
percentage of Project work completed. The cost of materials and equipment delivered
and suitably stored at the Library for subsequent incorporation in the Project work shall be
included in progress payments. The City shall retain ten percent (10 %) of any amount due
and owing under this Agreement until all Project work is completed.
4. ADMINISTRATION
This Contract will be administered by the Library Services Department. Linda
Katsouleas shall be the Project Administrator and shall have the authority to act for City
under this Contract. The Project Administrator or his /her authorized representative shall
represent City in all matters pertaining to the services to be rendered pursuant to this
Contract.
• •
5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE
5.1 Contractor shall use only the standard materials described in Exhibit A in
performing Contract Services. Any deviation from the materials described in
Exhibit A shall not be installed unless approved in advance by the City
Administrator.
5.2 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to
perform the services required by this Contract, and that it will perform all services
in a manner commensurate with community professional standards. All services
shall be performed by qualified and experienced personnel who are not
employed by City, nor have any contractual relationship with City.
6. RESPONSIBILITY FOR DAMAGES OR INJURY
6.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials or
other things used or employed in performing the Project or for injury to or death
of any person as a result of Contractor's performance of the services required
hereunder; or for damage to property from any cause arising from the
performance of the Project by Contractor, or its subconcontractors, or its
workers, or anyone employed by either of them.
6.2 Contractor shall be responsible for any liability imposed by law and for injuries to
or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's work on the Project, or
the work of any subcontractor or supplier selected by the Contractor.
6.3 Contractor shall indemnify, hold harmless, and defend City, its officers and
employees from and against: (1) any and all loss, damages, liability, claims,
allegations of liability, suits, costs and expenses for damages of any nature
whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damage, or any other claims arising from any and all acts or omissions
of Contractor, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Contract; (2) use of
improper materials in performing this Project; including, without limitation,
defects in workmanship or materials and /or design defects or (3) any and all
claims asserted by Contractor's subconcontractors or suppliers on the Project,
and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. However, nothing herein shall require Contractor to
indemnify City from the sole negligence or willful misconduct of City, ifs officers
or employees.
6.4 Contractor shall perform all Project work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original
condition and former usefulness as soon as possible, and to protect public and
private property. Contractor shall be liable for any private or public property
damaged during the performance of the Project work.
3
•
6.5 To the extent authorized by law, as much of the money due Contractor under and
by virtue of the Contract as shall be considered necessary by City may be retained
by it until disposition has been made of such suits or claims for damages as
aforesaid.
6.6 Nothing in this section shall be construed as authorizing any award of attorney's
fees in any action to enforce the terms of this Contract, except to the extent
provided in Section 6.3 above.
6.7 The rights and obligations set forth in this Section shall survive the termination of
this Contract.
INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor nor its
employees are to be considered employees of the City. The manner and means of
conducting the work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
8. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the work to
be performed. City agrees to cooperate with the Contractor on the Project.
9. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement of
works Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract, a policy or policies of liability insurance of the type and amounts
described below and in a form satisfactory to City.
A. Certificates of Insurance. Contractor shall provide certificates of insurance with
original endorsements to City as evidence of the insurance coverage required
herein. Insurance certificates must be approved by City's Risk Manager prior to
commencement of performance or issuance of any permit. Current certification
of insurance shall be kept on file with City's at all times during the term of this
Contract.
B. Signature. A person authorized by the insurer to bind coverage on its behalf
shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
I
D. Coverage Requirements.
Workers' Compensation Coverage. Contractor shall maintain Workers'
Compensation Insurance and Employer's Liability Insurance for his or 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 City at least
thirty (30) calendar days (10 calendar days written notice of non - payment
of premium) 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.
ii. 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, including without limitation, contractual liability. If
commercial general liability insurance 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 Contract, or the
general aggregate limit shall be at least twice the required occurrence
limit.
iii. Automobile Liability Coverage. Contractor shall maintain automobile
insurance covering bodily injury and property damage for all activities of
the Contractor arising out of or in connection with work to be performed
under this Contract, including coverage for any owned, hired, non -owned
or rented vehicles, in an amount not less than one million dollars
($1,000,000) combined single limit for each occurrence.
E. Endorsements. Each general liability and automobile liability insurance policy
shall be endorsed with the following specific language:
The City, its elected or appointed officers, officials, employees, agents
and volunteers are to be covered as additional insureds with respect to
liability arising out of work performed by or on behalf of the Contractor.
This policy shall be considered primary insurance as respects to City, its
elected or appointed officers, officials, employees, agents and volunteers
as respects to all claims, losses, or liability arising directly or indirectly
from the Contractor's operations or services provided to City. Any
insurance maintained by City, including any self- insured retention City
may have, shall be considered excess insurance only and not
contributory with the insurance provided hereunder.
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.
0
0
iv. The insurer waives all rights of subrogation against City, its elected or
appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to 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, by either party except after
thirty (30) calendar days (10 calendar days written notice of non - payment
of premium) written notice has been received by City.
F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of
claim made or suit instituted arising out of or resulting from Contractor's
performance under this Contract.
G. Additional Insurance. Contractor shall also procure and maintain, at its own cost
and expense, any additional kinds of insurance, which in its own judgment may
be necessary for its proper protection and prosecution of the work.
10. BONDING
Contractor shall obtain, provide and maintain at its own expense during the term of this
Contract: a Labor and Materials Payment Bond in the amount of one hundred percent
(100 %) of the total amount to be paid Contractor as set forth in this Agreement and in
the form attached hereto as Exhibit B which is incorporated herein by this reference; and
a Faithful Performance Bond in the amount of one hundred percent (100 %) of the total
amount to be paid Contractor as set forth in this Agreement in the form attached hereto
as Exhibits C which is incorporated herein by this reference.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, (2) listed as an
acceptable surety in the latest revision of the Federal Register Circular 570, and (3)
assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or
larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty.
The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and
Materials Payment Bond and Faithful Performance Bond, a certified copy of the
"Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner,
which authorizes the Insurer or Surety to transact surety insurance in the Sate of
California.
11. PREVAILING WAGES
Pursuant to the applicable provisions of the Labor Code of the State of California, not less
than the general prevailing rate of per diem wages including legal holidays and overtime
work for each craft or type of workman needed to execute the work contemplated under
the Agreement shall be paid to all workmen employed on the work to be done according to
the Agreement by the Contractor and any subcontractor. In accordance with the California
■
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained
the general prevailing rate of per diem wages in the locality in which the work is to be
performed for each craft, classification, or type of workman or mechanic needed to
execute the Agreement. A copy of said determination is available by calling the prevailing
wage hotline number (415) 703 -4774, and requesting one from the Department of
Industrial Relations. The Contractor is required to obtain the wage determinations from
the Department of Industrial Relations and post at the job site the prevailing rate or per
diem wages. It shall be the obligation of the Contractor or any subcontractor under
him/her to comply with all State of California labor laws, rules and regulations and the
parties agree that the City shall not be liable for any violation thereof.
12. SUBCONTRACTING
City and Contractor agree that subcontractors may be used to complete the work
outlined in the Scope of Services provided the Contractor obtains City approval prior to
the subcontractor performing any work. Contractor shall be fully responsible to City for
all acts and omissions of the subcontractors. Nothing in this Contract shall create any
contractual relationship between City and subcontractor nor shall it create any obligation
on the part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law.
13. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction of the
dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Contract. Contractor shall not
discontinue work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his /her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
14. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the California
Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any
financial interest that may foreseeably be materially affected by the work performed
under this Contract, and (2) prohibits such persons from making, or participating in
making, decisions that will foreseeably financially affect such interest.
If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to
do so constitutes a material breach and is grounds for immediate termination of this
Contract by City. Contractor shall indemnify and hold harmless City for any and all
claims for damages resulting from Contractor's violation of this Section.
15. NOTICES
All notices, demands, requests or approvals to be given under the terms of this Contract
shall be given in writing, to City by Contractor and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof in the
0 0
United States mail, postage prepaid, first -class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Contractor to City shall be addressed
to City at:
Attn: Linda Katsouleas
Library Services Department
City of Newport Beach
1000 Avocado Avenue
Newport Beach, CA, 92660
Phone: 949 - 717 -3801
Fax: 949 - 640 -5681
All notices, demands, requests or approvals from CITY to Contractor shall be addressed
to Contractor at:
Attention:
C & A Floorcoverings
1735 Cleveland Hwy
Dalton, CA 30721
Phone: 800 - 241 -4902
Fax: 706 - 259 -2638
16. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
Contract at the time and in the manner required, that party shall be deemed in default in
the performance of this Contract. If such default is not cured within a period of two (2)
calendar days, or if more than two (2) calendar days are reasonably required to cure the
default and the defaulting party fails to give adequate assurance of due performance
within two (2) calendar days after receipt of written notice of default, specifying the
nature of such default and the steps necessary to cure such default, the non - defaulting
party may terminate the Contract forthwith by giving to the defaulting party written notice
thereof.
Notwithstanding the above provisions, City shall have the right, at its sole discretion and
without cause, of terminating this Contract at any time by giving seven (7) calendar days
prior written notice to Contractor. In the event of termination under this Section, City
shall pay Contractor for services satisfactorily performed and costs incurred up to the
effective date of termination for which Contractor has not been previously paid. On the
effective date of termination, Contractor shall deliver to City all materials purchased in
performance of this Contract.
17. COMPLIANCE WITH ALL LAWS
Contractor shall at its own cost and expense comply with all statutes, ordinances,
regulations and requirements of all governmental entities, including federal, state, county
or municipal, whether now in force or hereinafter enacted.
0
0
18. WAIVER
0
A waiver by City of any term, covenant, or condition in the Contract shall not be deemed
to be a waiver of any subsequent breach of the same or any other term, covenant or
condition.
19. INTEGRATED CONTRACT
This Contract represents the full and complete understanding of every kind or nature
whatsoever between the parties hereto, and all preliminary negotiations and Contracts
of whatsoever kind or nature are merged herein. No verbal Contract or implied
covenant shall be held to vary the provisions herein.
20. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Contract and the
Scope of Services, the terms of this Contract shall govern.
21. AMENDMENTS
This Contract 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.
22. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract by Contractor is a representation that Contractor has visited
the Project Site, has become familiar with the local conditions under which the work is to
be performed, and has taken into consideration these factors in submitting its Project
Proposal and Scope of Work.
23. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Contract and all matters relating to it
and any action brought relating to this Contract shall be adjudicated in a court of
competent jurisdiction in the County of Orange.
24. WARRANTY
24.1 Contractor agrees that the Sonar Cushion Carpet Tile installed pursuant to this
Contract shall be covered by a 15 -year wear warranty as outlined in the
Warranty Information, attached hereto as Exhibit D and incorporated in full by
this reference.
24.2 Contractor agrees that the Sonar MKI RS carpet installed pursuant to this
Contract shall be covered by a 25 -year wear warranty as outlined in the
Warranty Information, attached hereto as Exhibit E and incorporated in full by
this reference.
N
• •
IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and
year first written above.
APPROVED AS TO FORM:
d, �^ C_
aro C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST.
_
By: l
LaV nn Ha k ss,
City Clerk
a
CITY OF NEWPORT BEACH,
A Municipal Corporation
By;
Homer Bluda , City Manager
for the City of Newport Beach
C & A FLOORCOVERINGS, INC.:
By: d�
Name:
Title: Leonard F. Ferro
ft Pmldalt& Cbkf Fhwdal Ofter
By:
Name:
Title:
Attachments: Exhibit A - Scope of Services
Exhibit B - Labor and Materials Payment Bond
Exhibit C - Faithful Performance Bond
Exhibit D - 15 Year Warranty Information
Exhibit E — 25 Year Warranty Information
10
A TANDUS'COMPANY
PROJECT PROPOSAL „
November 30, 2005
Melissa Kelly FAX: 949/640 -5681
Newport Beach Public Library CTRL#SWH3021
1000 Avacado Avenue
Carson, CA 90747 -0005
RE: Carpet Proposal for: Newport Beach Public Library
Dear Ms. Kelly:
C &A Floorcoverings is pleased to provide the following quotation for the above referenced facility.
Pricing is based on LA County Contract It 41596.
SCOPE OF WORK: (Remove & Replace Stacks ate tad Floor Areas)
Carpet Material
Style Color Name Color #
Sonar MKI RS
Moholy -Nagy
74011
4,704
s/y
@
$
23.94
$
112,613.76
(Commodity Code #360 -l0- 039841)
Sonar Cushion Carpet Tile
Moholy -Nagy
74011
405
sly
@
$
25.97
$
:10.517.85:
(Conrmndiry, Code # 360 -10- 039843)
Labor
Carpet Installation (6'roll -1st Floor)
1,944
sly
@
$
8.75
$
17,010.00
Carpet Installation (6'roll -2nd Floor)
2,713
s/y
@
$
8.75
$
23,738.75'
Carpet Tile Installation Lift Method (I st
Floor)
385
sly
@
$
14.00
$
5,390.(1)
(Commodity Code # 962-46-039844)
Install Stair Treads & Risers
70
ca
@
$
32.00
$
2,240.00
Title 24 Stripes
16
ea
@
$
25.00
$
400.00
Remove & Replace Stacks (1 st Floor)
$
1.7,300.00
Remove & Replace Furniture (1 st Floor)
39
hrs
@
$
54.00
$
2,106.00
Install Base
4,750
'1/1'
$
0.60
$
2,850.W
Furnish Base
4,750
Ill
@
$
0.75
$
3,562.50
Remove & Replace Stacks and Furniture
(2nd Floor)
$
40,400.00
Pajnnent/Pen'formance Bonds
$
4,267.00
Moisture Kit's & Testing
10
ca
@
$
50.00
$
500.00
Seam Sealer #99 - qt.
20
ea
@
$
9.75
$
195.00 .
C -36 primer - 4 gal.
20
ea
@
$
36.80
$
736.00
C -46 primer - 4 gal.
5
ea.
@
$
71.20
$.
356.00
Subtotal
$
244,182.86
Estimated
Sales Tq
$
10,930.41.
.
TOTAL,
$
255,113.27
. O
(Cut round Stacks on 2
Floor A
)
..
StColor
Nor
elor #
So
XRSTilt
Moholy-
4011
2,022
s
@.
$
23:94
$
,406.68
(C. #360 -10- 039841)
So C e[ Tile
Moholy- y
11.
405
j'
$
25.97
Q517.85
(Code # -10- 039843)
SoTile
Moh -Nagy
74011
2,7
sly
@
24.3
$
66, .40:
(C od e # 360 -1 39842)
C&A FLCORCOVERINGS
1735 CLEVELAND RWY.
DALTON, GA 30721
(P) 806.241.6902
Page 1 o13 (F) 706.259.2638
$ " I:'I
$ 23,738.
$ 5,39 .00
$ 2 4U.(10 - - -
$ 400.00
$ ,300.00 - -
6,426.00
2,850.00
3,562.50
43,408.00
S 4,471 AO
$; 500.00
$ 17.00.
$ 8.00
$ 2,49 00'
$ 255,956. 8
$ 11,301.59.
$ 267,257.77
TERMS, OF PAYMENT: (Subject to Credit Approval)
* All Materials and Labor - Net 30 Days After Invoice -
1. Change Orders: Any work not included in the above scope of work will require a signed change order
before work can be performed.
2. Term of Quote: Prices given are firm for sixty days from proposal date.
3. Lead Times: Please note that C &A is a made to order carpet mill and we cannot BEGIN production of
any order until we have a signed purchase order, or a FULLY - EXECUTED contract in house. -
Note that normal lead times arc as follows: -
• Fast Track Carpets, two weeks plus shipping;
• Running Line Carpets, six weeks plus shipping; -
• Custom Carpets, eight weeks plus shipping;
• Lead times are approximate and do not start until after the purchase order or fully - executed contract is
received
4. Floor Preparation: Additional floor preparation may be required as a result of an unforeseen condition
of the floor. Costs associated with this floor preparation will be negotiated on ajob -to job basis. Our product
performs properly when installed on floors that are free of DIRT, OIL, PA1114T AND EXCESSIVE MOISTURE.
Floors that have moisture readings greater than 3.0 lbs. per 1,000 feet in 24 hours will not meet specification
and will require further curing time or treatment prior to carpet installation. .
C &A recommends only wet scraping a mechanical removal of all non -water based adhesives
C &A FLOOnCOVEFINOa
1735 CLEVELAND HWY.
DALTON, GA 30721
(P) 800.241.4902
Pape 2 of 3 IF) 708.259.2638
r
lhrstallation(6'roll -1 Floor)
1,
sly @..
$.
e Tile lnstallation ( d Floor) - -
2,7
sly @
$
et ile Installation dt Method (I st Floor) -
38
s/y @
;$
\32
uno iy Code # 9 -46- 039344)
ll Sta Treads Risers
70
x@
Title 24 Su es - - -
16
@
$
25.00
Remove & pl Stacks (1st Floor)
I
e•
$ 17,300.0(1
ove & R ace Furniture (f st Floor)
119
has
$
54.00
ll Base
Xn
4,750
l/f
$
0.60
ish -Ba
4,750
1/f
$
0.75
r t o tarn d shelving
e Perfm' ce Bonds
st c Fir's &
sting
10
ea @
50.00
eater #99 -
12
ea @
- $
9.7.5
primer - 4 gal.
1
ea @
$
36.80
primer - 4 gal.
ca @
$
71.2
S
total
Estimated Sales Tax
TOTAL
- NOTES: -
]. Field measurement provided by Progressive Floor Covering, Inc.
E ..USIONS unless specifically inclu •thin th bove scope of work)"
-
Pro ctipn of "sting Flors - - - - - At
Sto - -
'glrt/W
LidLabor
Dm ter st - - Bun in ost
-
- Pfer a Corners Trip arges
Re 1.
&Disposal
Rilie Flooring - - -- Stair terials -
Ex[ ivc Floor Preparation
.' Fni re oving As sto, batetneu[ --
S s
C! t Cleat " g - - - - C anin axing of Resilient-
rder
et -
$ " I:'I
$ 23,738.
$ 5,39 .00
$ 2 4U.(10 - - -
$ 400.00
$ ,300.00 - -
6,426.00
2,850.00
3,562.50
43,408.00
S 4,471 AO
$; 500.00
$ 17.00.
$ 8.00
$ 2,49 00'
$ 255,956. 8
$ 11,301.59.
$ 267,257.77
TERMS, OF PAYMENT: (Subject to Credit Approval)
* All Materials and Labor - Net 30 Days After Invoice -
1. Change Orders: Any work not included in the above scope of work will require a signed change order
before work can be performed.
2. Term of Quote: Prices given are firm for sixty days from proposal date.
3. Lead Times: Please note that C &A is a made to order carpet mill and we cannot BEGIN production of
any order until we have a signed purchase order, or a FULLY - EXECUTED contract in house. -
Note that normal lead times arc as follows: -
• Fast Track Carpets, two weeks plus shipping;
• Running Line Carpets, six weeks plus shipping; -
• Custom Carpets, eight weeks plus shipping;
• Lead times are approximate and do not start until after the purchase order or fully - executed contract is
received
4. Floor Preparation: Additional floor preparation may be required as a result of an unforeseen condition
of the floor. Costs associated with this floor preparation will be negotiated on ajob -to job basis. Our product
performs properly when installed on floors that are free of DIRT, OIL, PA1114T AND EXCESSIVE MOISTURE.
Floors that have moisture readings greater than 3.0 lbs. per 1,000 feet in 24 hours will not meet specification
and will require further curing time or treatment prior to carpet installation. .
C &A recommends only wet scraping a mechanical removal of all non -water based adhesives
C &A FLOOnCOVEFINOa
1735 CLEVELAND HWY.
DALTON, GA 30721
(P) 800.241.4902
Pape 2 of 3 IF) 708.259.2638
U
0
5. Asbestos Abatement: This quote DOES NOT include asbestos abatement. Neither C&A nor its
installers are responsible for the handling, removal or abatement of asbestos contained floor material or
adhesive. Further, C&A's policy is to request an Asbestos Hazard Emergency Response Act (AHERA) report
prior to proceeding with any floor material or floor adhesive removal. C&A and its installers consider it the
owner's responsibility to produce this report prior to executing this contract.
If any chemical stripping agents such as those commonly used in asheslos abatement have been used
C &A and its installers may require additional measures be taken prior to installation of any C&A product.
These measures may affect the price of this quote. Please contact C &A Technical Services Department at
800.241.4902 ext. 2129 for more details.
Please indicate you acceptance of this proposal by returning your signed purchase order, or fully�xecmed
contract via fax to 706.259.2638. Please address it to my attention. Should you have any questions, please
call me at 800.241.4902.
Thank you for considering C&A Floorcoverings, A Tandus Company.
Sincerely,
C&A Floorcoverings
Stag U&ite
Stacy White
Regional Account Coordinator
Source One
CC: Tonya Manske
Robert Maddox
C&A FLOORCOVERINGS
1735 CLEVELAND HWY.
DALTON, GA 30721
(P) 600.241.4902
P.O. 3 of 3 (F) 706.259.2636
• CITY OF NEWPORT BEACH •
BOND NO.CMS229570
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, Stale of Cafdomia, by motion
adopted, has awarded to C & A Floorcoverings, Inc, thereinafter designated as the "Principal," a
contract for the installation of commercial -grade carpet and removal and replacement of all furniture
and book stacks in the Newport Beach Central Library, located at 1000 Avocado Avenue in the City
of Newport Beach, in strict conformity with the Contract on file with the office of the City Cleric of the
City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the terms
thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fad to pay for any materials, provisions, or other supplies used in, upon, for, or
about the performance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
RLI Inswance Carpany duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety")
are held firmly bound' unto the City of Newport Beach, in the sum of
lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of the
Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery
used in, upon, for, or about the performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code
with respect to such work or labor, or for any amounts required to be deducted, withheld and paid
over to the Employment Development Department from the wages of employees of the Principal
and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect
to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum
specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a
reasonable attorney's fee, to be foxed by the Court as required by the provisions of Section 3250 of
the Civil Code of the State of California,
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to
them or their assigns in any suit brought upon this Bond, as required by and in accordance with the
Provisions of Sections 3247 et. seq. of the Civil Code of the State of Califomia.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
tire, alterations or additions to the terms of the Contract or to the work to be performed thereunder
shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such
change, extension of time, alterations or additions to the terms of the Contract or to the work or to
the specifications.
* Two Hundred Fifty Five Thousand One Hundred Thirteen and 27/100 ($255,113.27)
i In the event that any principal above named executed this as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duty executed by the above named
Principal and Surety, on the i2th_ day of necarbw 12005.
Collins & Ailmn Floorcoverings, Inc.
Name of Contractor (PrindpaD
RLI Insuranee Carvany
Name of Surety
P.O. Box 3967
Peoria, IL 61612
Address of Surety
1- 309 - 692 -1000
Telephone
Authoriz: c Signatures F. Fem
ftPrWddeot wFW=W0Nw
Auf rued Agent Signature
Sancta E. Wmson, Atturney-in -Fact
Print Name and Tale
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
2
0
•.
CORPORATE ACKNOWLEDGEMENT —SURETY
STATE OF PENNSYLVANIA
SS.
COUNTY OF PHILADELPHIA
On this 12th day of December, 2005, before me came Sandra E. Bronson, to me known, who,
being by me duly sworn, did depose and say that she resides in Philadelphia that she is Attorney -in -Fact
of RLI Insurance Company the corporation described in and which executed the foregoing instrument as
principal; that she knows the seal of said corporation; that the seal affixed to said instrument is such
corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she
signed her name thereto by like order.
COMMONWEALTH OF PENNSYLVANIA
NoFdrial SA eal
Benjamin FI, Swinton, Jr., Notary Public
Ciiy Of Philade'phia, Philadelphia County
-LAY CG'lV i$? Aon 2, ir-s Nov. 4,2007
_........._....__..P�.�._. —.
Z/
otary ublic. B njamin H. Swinton, Jr.
My commission expires: November 4, 2007
R1.1 A D vision •
A Division of RLI lnsazrance Compmry
P.O. Box 3967 Peoria, IL 61612 -3967
Phone: 309. 692 -1000 Fax: 309-692 -8637
Know AM Men by These Presents.
POWER OF AORNEY
RLI Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired
That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint:
DARELLA E. WHITE. DOUGLAS R. WHEELER, NEIL C. DONOVAN, RICHARD A. JACOBUS, MARY C. O'LEARY,
SANDRA E. BRONSON, MAUREEN MC NEILL, ANNETTE M. LE SCHNER. MARISA THIELEN. JOINTLY OR SEVERALLY
in the City of Philadelphia State of Pennsylvania its true and lawful Agent and Attorney -in -Fact,
with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following
described bond.
Any and all bonds provided the bond penalty does not exceed Ten Million Dollars ($10,000,000).
The acknowledgment and execution of such bond by the said Attomey -in -Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of August 10, 2007 but
until such time shall be irrevocable and in full force and effect.
The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors
of RLI Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of
the company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board
of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer, may appoint
Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate
seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The
signature of any such officer and the corporate seal may be printed by facsimile."
IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its President with its corporate seal
affixed this 10th day of August 2005
'Wee %UUM0 %,24 RLI Insurance Company
rpaPOMrF "•. i By �+
State of Illinois ` ; S E A L ; ' Jona E. c lael President
County of Peoria } SS
I N 0�5.� CERTIFICATE
On this 10th day of A3gi st 2005 , before me, a Notary Public,
personally appeared Jonathan E. Michael - . who being
by me duly sworn, acknowledged that he signed the above Power of Attorney
as the aforesaid officer of the RLI Insurance Company and acknowledged
said instrument to be the voluntary act and deed of said corporation.
By:
atac..
Jac line M. Bocl r Notary Public
"OFFICIAL SEAL"
auo JACOUEIINE W eOCKIER
s CO MION EXPIRES 03 /01/06
I, the undersigned officer of RLI Insurance Company, a stock
corporation of the Stale of Illinois, do hereby certify that the attached
Power of Attorney is in full force and effect and is irrevocable; and
furthermore, that the Resolution of the Company as set forth in the Power
of Attorney, is now in force. In testimony whereof, I have hereunto set
my hand and the seal of the RLI Insurance Company this
•
2t , day of T'_ZM.
RLI Insurance Company
By: /`..
Jon"41&M fel President
3732338030106
A00581M3
12:06 HHH Lbr eUM
RLI RLI Surely
R Division ofRLllnma•ance Company
P.O. Box 3967 Peoria, IL 61612 -3967
Phone: 309692 -1000 Fax: 309 -692 -8637
rm.
RLI Insurance Company
December 31, 2004
Admitted Assets
Liabilities and Surplus
Investments:
- Uabilities:
Fixed maturifies ...............................
$ 551,856,161
Reserve for unpaid losses and loss
Equity securities ..............................
545,525,741
adjustment expenses ............... I........
S
345,554,480
ShorFlemr investments .........................
12,447,504
Unearned premiums ................ _ .........
135,645,884
Real estate ....... ...............................
5,604,304
Accrued expenses........ .....................
32,338,718
Cash an hand and on deposit .......................
-- 1,675,709
Funds held.... ...............................
1,113,094
Other invested assets .................... I ........
2, 000,000
Amounts withheld .............................
19,383,218
Agents' balances .. ...............................
60,210,489
Ceded reinsurance premium payable..............
13,562,643
Investment rvestment income due and accr . . . . . . ...........
7,443,307
Statutory penalties................. I ...........
2,555,400
Funds held .....................................
11.407
Federal income tax payable .....................
20,441,698
Reinsurance recoverable on paid losses . . ............
18,040,137
Borrowed money and accrued interest.............
32,241,219
Federal income taxes receivable ....................
0
Drafts outstanding. ...............................
- 552,337
Electronic data processing equipment.
Payable to affiliate . ...............................
6,098,172
net of depreciation ............................
2, 570,820
Other liabilities,,,, ,..............................
1,684,568
Receivable from atOGates ..........................
0
Other admitted assets . ........................
11,999,399
Total Liabilities.... ...............................
$
610,066,757
Total Admitted Assets .............................
$ 1,216,033,560
Surplus:
Common stock ...............................
$
10,000,375
Additional paidan capital ........................
242,422,846
Unassigned surplus ............................
353,543,502
Total Surplus
$
605,966,803
State of Illinois
Total Liabilities and Surplus
$
1,216,033,580
County of Peoria
The undersigned, being duly swom, says: That he is the President of RU insurance Company, that said Company is a
corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of
California and has duly complied with all the requirements of the laws of said State applicable of
said Company and is duly qualified to act as Surety under such laws; that said Company has also complied with and is
duly qualified to act as Surety under the Act of Congress approved July 1947, 6U. S.0 sec. 6 -13; and that to the best of his
knowledge and belief the above statement is a full, tnre, and correct statement of the financial condition of the said
Company on the 31st day of December 2004.
Attest:
Eli?; •:
cAar°an tE :
;SEAL .'•
Corporate
Seat
Affixed
Swom to before me this 10th day of February 2005.
Jacq ine M. B kler Notary Public, State of Illinois
M0058205
9
�4i.
0
4NOTICE -FEDEULTERRORM,INSURANCECOVERAGIE
AND DISCLOSURE OF PREMIUM
Atgr lots applicable to A pedU covered under thishoad.dwis caused by a
cxrtif id of terrorism pursuant to the teems of the Terzodsm Risk
lummum Act of M (W "") ' wW be partially partially rebobursed by the
United States, under it fortiu6 eipblished by WaW law. Under this
tenorissn ul;Aw this b6,ud it
t forth in the Am
any k" dw w
~103
0 0
CITY OF NEWPORT BEACH
BOND NO. DIS�229 70
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $1,913.00
being at the rate of $ 7.5 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to C & A Floorcoverings, Inc., hereinafter designated as the "Principal," a
contract for the installation of commercial -grade carpet and removal and replacement of all furniture
and book stacks in the Newport Beach Central Library, located at 1000 Avocado Avenue in the City
of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the
City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the terns
thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and R I Insurance C=ny
. duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport
Beach, in the sum of * 'awful money of the United States
of America, said sum being equal to 100% of the esomated amount of the Contract, to be paid to
the City of Newport Beach, its successors, and assigns; for which payment wen and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principars
heirs, executors, administrators, successors, or assigns, fad to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract Documents
and any alteration thereof made as therein provided on its part, to be kept and performed at the
time and in the manner therein specified, and in all respects according to its true intent and
meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers,
employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an
amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null
and void.
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an
action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder shall
in any way affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension of time, alterations or additions of the Contract or to the work or to the specifications.
This Faithful Performance Bond shag be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
* Two Hundred Fifty Five Thousand One Hundred Thirteen and 27/10D ($255,113.27)
K3
0
0
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 12th day of pxertber , 200S.
Collins & Ailmn Floorcoverin s, Inc.
Name of Contractor (Principal)
RLI Insurance Carpany
Name of Surety
P.O. Box 3967
Peoria, IL 61612
Address of Surety
1 -309- 692 -1000
Telephone
e���C%caerti� V
Authorized Signature /Ukuwd F. Ferro
� PredQerrt & CAkF Fl�dal0liear
Cz
Authorized Agent Signature
Sandra E. Bronson, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0
0
CORPORA TEACKNOWLEDGEMENT — SURETY
STATE OF PENNSYLVANIA
ss.
COUNTY OF PHILADELPHIA
On this 12th day of December, 2005, before me came Sandra E. Bronson, to me known, who,
being by me duly sworn, did depose and say that she resides in Philadelphia that she is Attorney -in -Fact
of RLI Insurance Company the corporation described in and which executed the foregoing instrument as
principal; that she knows the seal of said corporation; that the seat affixed to said instrument is such
corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that she
signed her name thereto by like order.
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal Notary ublic: enjamin H. Swinton, Jr.
L(t(J amin H. Swinton, Jr., Notary Public My commission expires: November 4, 20 7
f Philadelphia, Philadelphia County
Ccmmissio n Expires Nov. 4, 2007
Meir,BP ":nn- ;ylv;:nle Nsaociation Of Noicrlss
I�LI RLI Surety •
A Division of RLI lnsazrance Company
P.O. Box 3967 Peoria, IL 61612 -3967
Phone: 309 - 692 -1000 Fax: 309 -692 -8637
Know All Men by These Presents.
POWER OF AORNEY
RLI Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint:
DARELLA E. WHITE. DOUGLAS R. WHEELER, NEIL C. DONOVAN, RICHARD A. JACOBUS, MARY C. O'LEARY,
SANDRA E. BRONSON. MAUREEN MC NEILL, ANNETTE M. LEUSCHNER. MARISA THIELEN, JOINTLY OR SEVFRALLY
in the City of Philadelphia State of Pennsylvania its true and lawful Agent and Attorney-in-Fact,
with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following
described bond.
Any and all bonds provided the bond penalty does not exceed Ten Million Dollars ($10,000,000).
The acknowledgment and execution of such bond by the said Attorney -in -Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of Auaust 10, 2007 but
until such time shall be irrevocable and in full force and effect.
The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors
of RLI Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of
the company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board
of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer, may appoint
Attomeys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate
seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The
signature of any such officer and the corporate seal may be printed by facsimile."
IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its President with its corporate seal
affixed this 1 Oth day of Aueust 2005
RLI Insurance Company
State of Illinois = S �{ A L = Jo E. c act President
County of Peoria SS '
CERTIFICATE
On this 10th day of Auger, 2005 before me, a Notary Public,
personally appeared Jonathan E. Michael , who being
by me duly swom, acknowledged that he signed the above Power of Attorney
as the aforesaid officer of the RLI Insurance Company and acknowledged
said instrument to be the voluntary act and deed of said corporation.
By:
1
Ja eline M. Bocl r Notary Public
"OFFICIAL SEAL"
t.r.0. 3A COUELINE M. aOCKLER
CO SSION F)IPIRES 03 /01/06
I, the undersigned officer of RLI Insurance Company, a stock
corporation of the State of Illinois, do hereby certify that the attached
Power of Attorney is in full force and effect and is irrevocable; and
furthermore, that the Resolution of the Company as set forth in the Power
of Attorney, is now in force. In testimony whereof, I have hereunto set
rtly hand and seal f be ft�Insurance Company this
1 CCh day o _
RLI Insurance Company
By: 2&:9=-
JMad4jf_UGael President
3932338030106
A0058D03
l;�: bb H H llb. [bb5
RLI Surety •
ADivisionofRLllnrrvanceConipany
RLI
P.O. Box 3967 Peoria. IL 61612 -3967
Phone: 309692 -1000 Fax: 309 -692 -8637
Admitted Assets
Investment:
Fixed mat urides .............................. .
Equity securities ......................
Short-term investments .........................
Real estate .................... .................
Cash on hand and on deposit .......................
Other invested assets ..... .. ........ ...... .... ....
Agents' balances .. ...............................
Investment Income due and accrued ................ .
Funds held ..................�....... ...........
Reinsurance recoverable an paid losses , , , , , , , , , , ,, ,
Federal income taxes receivable
....................
Electronic data processing equipment,
net of depreciation
Receivable from affiliates ..........................
Other admitted asses .............................
rm.
RLI Insurance Company
December 31, 2004
11,999,399
Total Admitted Asses $ 1,216,033,560
State oflllinois
County of Peoria
Total Liabilitie s .... ............................... $ 610,066,757
Surplus:
Common snick ............................... $ 10,000,375
Additional paidan capital ........................ 242,422,846
Unassigned surplus ........ .................... 353,543,582
Total Surplus
Total Liabilities and Surplus
$ 605,966,803
$ 1,216,033,560
The undersigned, being duly sworn, says: That he is the President of RU Insurance Company, that said Company is a
corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of
r.at i frlrnia and has duly complied with all the requirements of the laws of said State applicable of
said Company and is duty qualified to act as Surety under such laws, that said Company has also complied with and is
duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6 -13, and that to the best of his
knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said
Company on the 31st day of December 2004.
Attest:
�: �pPOr1,E iE •�
SEAL;
Corporate Affixed
Sl seal 3
Affixed
Sworn to before me this 10th day of February 2005.
°OFFICIAL
�°r aw.vvsson BxroESS wA' Notarial
JACOUE.INE M. BOCa Seal
Affixed Jac W me M. filer Notary PubPublic, e State of Illinois
M0058205
Liabilities and Surplus
Liabilities:
651,856,161
Reserve for unpaid losses and lass
545,525,741
adjustment expenses ........................
$ 345,554,480
12,447,504
Unearned premiums .. . ........................
135,645,864
5,604,304
Accrued expenses .............................
32.338,718
- 1,675,709
Funds held .... ...............................
1,113,094
2,000,000
Amounts withheld .............................
19,383,218
60,210,489
Ceded reinsurance premium payable ..............
13,582,643
7, 443,307
Statutory penalties .......... ...................
2.555,400
11,407
Federal income tax payable .....................
20,441,698
18.040,137
Borrovued money and accrued interest .............
32,241,219
0
Drafts outst andng . ...............................
- 552,337
Payable to aftiitiate . ...............................
6.098,172
2,570,820
Other liabilities .... ...............................
1,684,568
11,999,399
Total Admitted Asses $ 1,216,033,560
State oflllinois
County of Peoria
Total Liabilitie s .... ............................... $ 610,066,757
Surplus:
Common snick ............................... $ 10,000,375
Additional paidan capital ........................ 242,422,846
Unassigned surplus ........ .................... 353,543,582
Total Surplus
Total Liabilities and Surplus
$ 605,966,803
$ 1,216,033,560
The undersigned, being duly sworn, says: That he is the President of RU Insurance Company, that said Company is a
corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of
r.at i frlrnia and has duly complied with all the requirements of the laws of said State applicable of
said Company and is duty qualified to act as Surety under such laws, that said Company has also complied with and is
duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6 -13, and that to the best of his
knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said
Company on the 31st day of December 2004.
Attest:
�: �pPOr1,E iE •�
SEAL;
Corporate Affixed
Sl seal 3
Affixed
Sworn to before me this 10th day of February 2005.
°OFFICIAL
�°r aw.vvsson BxroESS wA' Notarial
JACOUE.INE M. BOCa Seal
Affixed Jac W me M. filer Notary PubPublic, e State of Illinois
M0058205
W4
NOTICE - FEDERAL TMRORM-d INSURANCE CDVZRAGE
AND DISCLOSURE OF PREMUM.
Any kw applicable to a peril covered under this bond tha is camed by a
certified act of tarrarisin PUMUM to the weans of dw Tawristo Risk
Immuce I Act of 20,02 {"the Act,-), will be paidegy rebabmsed by the
United States under a formula established by federal law. Uslar;*U
bovA The portion of your anus premium
leftbrisai under this bond it SOO
a , . C " 0 •
Payment fear a loss wall not emoted ft limit of liability under' this bdb&
. of boodkvill SCII pa f
-Y Or. any letter IOU
rider du watl4imd limbft cap $lu frNda in dke Act. Ibe tww ofihis arty Iona that wouW odperwise be
excluded by termsaftbis.
b"WI03
ACORDn
a". ] r�. Sad k. ^,y sd r �
[ (E,RTI] ICAT LI2 BILITY4II\TSURt�NCE;
- -�'a rl`x�w a ,,tee -L� DATE(MM/DD/YY)
; 12/22/05
PRODUCER
AGO Risk Services, Inc. of Georgia
3565 Piedmont Rd NE, Bl gl, #700
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
Atlanta GA 30305 USA
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS. AFFORDING COVERAGE
PHONE '866 283 -7124 FAX- 866 430 -1035
INSURER
INSURER A: Travelers Property cas CO of America
Collins & Aikman Floorcoverings, Inc.
Attn: Leonard F. Ferro, CFO
INSURER B: Travelers Indemnity Co of America
INSURER C: Ohio Casualty Insurance Co
311 Smith Industrial Boulevard
Dalton GA 30722 -1447 USA
INSURER 0:
INSURER E:
ICOV'E GE5_T.fii's.Geltlfica[edis ¢of;mteude8 "to's eci %,Mcnd6i'same'¢f & pcovera ` esitertns,i condifioos- and AElusio¢si6UR['olicies shDW¢'k``i .�.'
TI'IE POLICI ITS OF INSURANCE LISTED BELOW HAVE BEEN ISSU EO Tn THE INSII RED NAMED ABOVE FOR THE POLICY PER INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RFSPFC'I— TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY
PERTAIN. THE INSURANCE AFFOR DED BY THE' POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, . EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICYNUMBER
POLICY EFFECTIVE
UA'I'E(MMtDD \YV)
POLICY EXPIRATION
DATE(MMIDDVYYI
LIMITS
•
GENERAL LIABILITY
T3GLSA487D311005TiL
02/05/05
02/05/06
EACH OCCURRENCE
$1,000,000
FIRE DAM.AGE(A. one 6.0
$100;000
X COMMERCIAL GENERAL LIABILITY
MED EXP(Any one mnoal
$5,000
CLAIMSMADE X❑OCCUR
PERSONAL &ADV INJURY
$1,000,000
GENERAL AGGREGATE
$$,000,000
GENT. AGGREGATE LIMP]' APPLIES PER:
PRO-
PRODUCTS - COA1PiOPAGO
$2,000,000
POLICY M IECT 7 Loc
•
AUTOMOBILE:
X
LIABILI'T'Y
ANY AUTO
T)CAP487D313405TIL
02/05/05
02/05/06
COMBINED SINGLE. LIMIT
(Eaaccidrnp
$1,000,000
BODILY INJURY
ALL OWNED AUTOS
SCHEDULED AUTOS
(Pcspersnnl
BODILY INJURY
X
HIRED AUTOS
X
NON OWNED AUTOS
(PCqucidcnl)
PROPERTY DAMAGE
(Per. a<dd.)
GARAGE LIABILITY
AUTO ONLY - EA .ACCIDENT
OTUERTIAd EA ACC
ANY AUTO
AUTO ONLY
AGO
C
EXCESS LIABILITY
000529249326
02/05/05
02 05 06
EACH OCCURRENCE
$5,000,000
AGGREGATE
$5,000,000
X OCCUR El CLAIMS MADE
DEDUCTIBLE
RETENTION
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TC2HU8487D30910$TIA
02/05/05
02/05/06
X
T S1ATU-
1'ORV LIMITS
OTH.
ER
E.L. EACH ACCIDENT
$1,000,000
EL.DISEASE- POLICYLIMIT
$1,000,000
EL. DISEASE -FA RMPLOYEE
S1,000,000
OTHER
DESCRIPTION OF' OPER4TIONSILOCATIONSNEIiICLESIE XCLUSIONS ADDED BY ENDORSEMENDSPECIAI: PROVISIONS
REVISED
Re: SWH3021 - Newport Beach Public Library, 1000 Avacado Avenue, Carson, CA 90747
City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers are included
� t
CERTIFICATE.. OO L ER•?`c; _ " v "' �'
ELL AVON ...
clty Of Newport Beach
Pub i C works Department
PO BOX 1768
Newport Beach CA 92658 -8915 USA
SIIOULD:ANY OF1 HE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING COMPANY WILL ENDE.AVORTO MAIL
50 DAYS. WRITTEN NOTICE TO'I HE CERTIFICATE HOLDER NAMED .TOTHE LEFT',
BUT @AI LURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, RS AGENTS OR REPRRIESENTA'11V ES.
AUTHORIZED REPRESENTATIVE -
Aco _T
_I
- — ACORD, GO R j j N -9
a
4'
v
9
v
b
L
v
N
O
Z
d
A
u
L
U
Attad imenttoACORDCertifiSforCollins & Aikman Floorcoverin9oInc.
The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the
coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the
policy.
INSURED
Collins & Aikman Floorcoverings, Inc.
Attn: Leonard F. Ferro, CFO
311 Smith Industrial Boulevard
Dalton GA 30722 -1447 USA
ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD
certificate form for policy limits.
INSR
LTR
Tyra OArNSBRANCE
POLICYMn ER
POLICY DESCR ON
PfECIT
E DATE
POLICY
EICPIDRAAMON
LEVIM
DESCRUMON OF
ADDED BY ENDORSEMENr/SPECIAI PROVISIONS
Additional Insureds excluding workers' compensation and Employers' Liability as required by written
contract but limited to the operations of the insured under said contract, and always subject to the
policy terms, conditions and exclusions.
Waiver of subrogation is granted in favor of the city of Newport Beach its elected or appointed
officers, officials, employees, agents and volunteers as required by written contract but limited to the
operations of the insured under said contract, and always subject to the policy terms, conditions and
exclusions.
The policies certified hereon are primary to other insurance available to the city of Newport Beach, its
elected or appointed officers, officials, employees, agents and volunteers, but only to the extent
required by written contract with the insured, and always subject to the policy terms, conditions and
exclusions.
Certificate No : 570015977642
Named Insured: Collins & Aikman Floorcoverings, Inc.
Policy Number: TJGLSA487D311005TIL
Policy Term: 02 -05 -2005 to 02 -05 -2006 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED- OWNERS, LESSEES
OR CONTRACTORS
This endorsemert modits Insurance provided under the taHowing:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PROVISIONS:
1. WHO IS AN INSURED (SECTION II) Is amended
In a wdtimr contract for this Insurance to
to Indude as an Inured any person or organize•
apply on a primary or contributory basis.
don (called hereafter 'arNfhional insured") whom
3. This insurance does not appM
you have agreed In a written contract. executed
prior to loss, to name as additional Inured, but
a. on a" basis to any person or organisation
only with respect to liability arising out of 'your
for whom you have purchased an Owners
worts or your ongoing operations for that add;.
and Contractors Protective policy.
tloral Insured performed by you or for you.
b. to 'bodey In)ury.• 'property, damage., 'per-
2. With rsspecl to the Insurance afforded to Addl.
sonal Wuy, or advertisig inlay' arising
tonal Insureds the fallowing conditions apply:
ouR of the rendering of of the failure to render
a. Umits of Insurance -The Wowing limits. of
In-
any professional services by or for you.. In-
Ouding:
Ilabiay.apply
I. Tfib pans which you agreed to provide:
t. The' prepadn% approving or,taling'to
'
or
P,ePa,q or approve maps draviliigs
opinfunns..rapvds. surveys. flange or-
2. The limits.shown on the dalaratbns,
ders. designs or specdfcMbns: and
whichever is less. _
2. Supervisory. inspection or engineering
b. This insdrAnceAs exoess over any valid and
servim.
mUecdWe Insurance unless you have agreed
s
CG D/ 05 o4 94 Copyright. The Travelers Indetnnky Company, 1994. Paget of t
Includes Copyrighted Material from Insurance Services OfBee. Inc.
Named Insured: Collins & A' n Floorcoverings, Inc
Policy Number: TJCAP487D313TIL -
Policy Term: 02 -05 -2005 to 02 -05 -2006
i
r ,
u
Ll
POUCYNUMBER- TJ- CAP- 4a7D3134- TIL -05
COMMERCVAL AUTO
ISSUE DATE: 02 -00 -05
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
Paragraph c, of the V*10 IS AN INSURED provision 1. No liability is assumed by that person or otgani-
includes the person or orgarizabon indicated below zsftn for the paymard of any premiums stated In
but Dray for his, her or its liability because of acts or the policy or earned under the pokey .
omissions of an "hrsura r under paragraphs a. or b. of y. In the event of cancellation of the Policy. wtMen
that provision. subject to the following additional pro-
of canceliatorh will be malted us to that
vbions person or organirAlon.
Person or Organisation Address
*ERE REOUIRED 8Y WRITTEN CONTRACT
CA T3 0102 99
Page f of t
Named Insured: Collins Abkman Floorcoverings, Inc
'Policy Number: TC2HUB487D709105
Term: 02 -05 -2006 to 02 -05 -2006
WSTPAUL
TRAVELERS
L
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY
POLICY
ENDORSEMENT WC 00 0313 (00) -Ot
POLICY NUMBER: (TC2HM- 4870308 -1 -05)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (" agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or Indirectly to benetlt any one not named in the Schelde.
SCHEDULE
DESIGNATED PERSON:
DESIGNATED ORGANIZATION:
ANY PERSON OR ORGANIZATION FOR WHOM TW NAMED INSURED HAS
AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO
FURNISH THIS WAIVER
DATE OF ISSUE: 02-17-05 ST ASSIGN:
JAHU0 -2006 15:14 FROM: 7149391654 TO'Q'9496443318
Fax #: 1% f0 Y •�3/
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: Vt 3 O�
Date Completed: 110 Sent tc
Company /Person required to have certificate:
P.1/1
GENERAL LIABILITY `1
/p7 ] LA. INSURANCE COMPANY: rap eIe1 j, ^S(itA
B. AM BEST RATING (A: VII or greater): A-f V tT
C. ADMITTED Company (Must be California Admitted):
Is Company admitted in Ca! fornia?
D. LIMITS (Must be $1 M or greater): What is limit provided?
E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included?
F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included?
G. PRIMARY 8 NON- CONTRIBUTORY WORDING (Must be included):
Is it included?
r�
60 if? aMe4',n
lKes ❑ No
es No
es ❑ No
Yes ❑ No
H. CAUTION! (Confirm that loss or liability of the named Insured is not
limited solely by their negligence) Does endorsement include "solely by
negligence" wording? ❑ Yes No
I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
R. AUTOMOBILE LIABILITY J
A. INSURANCE COMPANY• r ire` 6 <In"r ?_*Awk (. a ( C)
B. AM BEST RATING (A: VII or greater):
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? Yes [Ell D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? 11;7
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? Yes ❑ No
F. PRIMARY & NON- CONTRIBUTORY WORDING (For Waste Haulers one)
Is it Included? r� r!?� ❑ Yes ❑ No
G, NOTIFICATION OF CANCELLATION: Although there Is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
III. WORKERS' COMPENSATION '1 q� p
A. INSURANCE COMPANY: �) L -e(Q S n=rI V 1
B. AM BEST RATING (A: VII or greater): ) �•J —
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include): Is it Included? olyl� ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? [:]Yes ❑ No
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
DEC -22 -2005 17:45 •
E77
Telecopier No.: (949) 644 -3318
Date: December 22, 2005
P. 01/06
AciaRisk Smicts
Client Service Center
Company: City of Newport Beach — Public Works Department
Attention: Shauna Ogler
From: Nora Clemons
No. of Pages: 6
Phone: (832) 476-6982
(Including this page)
Subject: Revised Certificate of Liability Insurance and requested
Endorsements for Collins & Aikman Floorcoverings Inc.
RE: SWH3021 — Newport Beach Public Llbrary, Carson CA
cc: Kelly Tenney — Contracts Coordinator / Collins & Aikman - Fax
Shauna:
® URGENT
❑ Today
❑ overnight
7.
Please find attached the revised certificate of liability Insurance naming the City- of
Newport Beach, its elected or appointed officers, officials, employees, agents' and
volunteers as Additional Insureds as required by written contract. The certificate. also
provides a Waiver of Subrogation In favor of the City of Newport Beach, its elected or
appointed officers, officials, employees, agents and volunteers. The certificate contains .
the primary wording requested along with the Additional Insured Endorsements with
respects to General Liability and Automoblle Liability and the Waiver of Subrogation
Endorsement with respects to Workers' Compensation and Employer's Liability as
requested. The original will be forwarded to your attention.
If there are any questions, please feel free to contact me at (832) 476 -6982.
Thank you
Nora Clemons
Client Specialist
Aon Risk Services
CONI7DEN17ALITY NOTICE: The materials enclosed with this facsimile transmission are private and confidential and are the
property of the sender. The Information contained in the material is privileged and is intended only for the use of the
individual(s) or entity(les) named above. If you are not the Intended recipient, be advised that any unauthorized disclosure,
copying, distribution or taking of any action in reliance on the contents of this telecopied information is strictty prohibited. If you
have received this facsimile transmission in error, please immediately notify us by telephone to arrange for return of the
forwarded documents to us.
Aon Risk Services of Texas, Inc.
1330 Post Oak Blvd., Suite 900 • Houston, Texas 77056 • tel: (832) 476 -6000 • fax: (800) 953-
4542 US or(847)953-4278 International
3? A0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 19
December 13, 2005
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COU EOFwEWIIMBEA
1005
FROM: LIBRARY SERVICES
13
LINDA KATSOULEAS, LIBRARY DIRECTOR, 949- 717 -381
lindak@city.newport-beach.ca.us
SUBJECT: APPROVAL FOR THE INSTALLATION OF CARPET AT THE CENTRAL
LIBRARY
RECOMMENDATIONS:
1. Approve the purchase and installation of new carpet at the Central Library by C &A
Floorings in the amount of $255,113.27 from C & A Floor Coverings.
2. Approve a budget amendment in the amount of $15,113.27 from the unappropriated
balance of the General Fund to Account No. 7019- C4050821.
DISCUSSION:
The worn, stained carpet throughout the Central Library needs to be replaced. The
original carpeting was installed in the 54,000 square foot Central Library when it
opened in 1994. The building is open to the public 71 hours per week and is the
most heavily used building in the City. Over 860,000 people, including residents,
City officials, and foreign dignitaries, walk through the doors annually. The seams are
fraying, causing a public hazard in various areas. The appearance of the building is
marred by the carpet's many faded, stained and worn areas, eliciting negative
comments from the public. Specialty cleaners have been used, but they are unable
to clean the stains because of the excessive wear.
The scope of the contract with C & A Flooring will include the materials, installation
and the complex task of unbolting and moving over 154 book stacks as well as
furniture, desks and equipment. The proposed carpet has a 25 year warranty as
opposed to the previous carpet which carried a warranty of only 10 years.
Library, General. Services, and Administrative Services staff met with several vendors
and discussed the different methods that could be used to install the new carpeting.
Libraries present a difficult installation since there are multiple book stacks and
Installation of Q 4•t at the Central Library
December 13, 2005
Page 2
furniture that need to be moved in the public areas. In the staff areas, there are
many cubicles and other obstructions that make the installation of rolled stock
carpeting cost prohibitive. A combination installation of both rolled goods and carpet
tiles was chosen for the project.
The. actual .carpet, product :was.:chosen.by a group of Library staff.with input from the
general public. Carpet samples were on display and the opinions of our customers
were solicited. The overwhelming choice was the Sonar MKI RS carpeting. This
carpet has a 25 year warranty.
In addition to the high quality of product offered by C & A, they also have
professional movers that will remove and replace the furniture and book stacks. The
project can be accomplished with one vendor contact who will be able to meet the
Library's schedule for installation in mid- February 2006. An extra bonus provided by
the vendor is the old carpeting will be recycled.
The chosen carpeting is a product of C & A (Collins & Aikman) Floor Coverings. This
is one of the two.major manufacturers in the United. States. This. compan.y_competed...
in an open bid and was awarded a large contract with the County of Los Angeles
(County Contract No. 41596, based on the results of Bid No. 206915). The format of
this contract is "piggybackable" by other governmental entities with a guarantee of
the same rate as the bid award.
Staff is recommending Council approve the purchase from C & A Floor Coverings.
Fundina:
The City approved $240,000 in the 2005 -2006 Capital Improvement budget to
replace the carpet. An additional $15,113.27 will be needed for the project and Staff
is recommending approval of a budget amendment adding this amount to the
existing CIP account from the unappropriated balance of the General Fund.
Prepared by:
Meliida Kelly
Library Support Services Supervisor
Attachment: Project Proposal
Submitted by:
Linda Katsouleas
Library Director
A TANDUS'COM VANY
November 30, 2005
Melissa Kelly
Newport Beach Public Library
1000 Avacado Avenue
Carson, CA 90747 -0005
PROJECT PROPOSAL
RE: Carpet Proposal for: Newport Beach Public Library
Dear Ms. Kelly.
o)
FAX: 9491640-5681
CTRL# SWH3021
C &A Floorcoverings is pleased to provide the following quotation for the above referenced facility
Pricing is based on LA County Contract # 41596.
10
ea @ $ 50.00
Seam Sealer #99 - qt.
20
SCOPE OF WORK: (Remove & Replace Stacks on 2nd Floor Areas)
C -36 primer - 4 gal.
Carpet Material
ea @ $ 36.80
C -46 primer - 4 gal.
5
ea @ $ 71.20
Style Color Name Color #
Subtotal
Sonar MKI RS Moholy -Nagy 74011
4,704
sly
@
$
(Commodity Cade # 360 -10- 039841)
Sonar Cushion Carpet Tile Moholy -Nagy 74011
405
s/y
@
$
(Commodity Code # 360 -10- 039843)
-.
.- ...- Labor
Carpet Installation (6'roll -Ist Floor)
1,944
sly
@
$
Carpet Installation (6'roll -2nd Floor)
2,713
sly
@
$
,. Carpet Tile Installation Lift Method (Ist Floor)
385
sly
@
$
(Commodity Code # 962 -46- 039844)
Install Stair Treads &Risers
70
ea
@
$
Title 24 Stripes
16
ea
@
$
Remove & Replace Stacks (1st Floor)
Remove & Replace Furniture (1st Floor)
39
hrs
@
$
Install Base
4,750
1/f
@
$
Furnish Base
4.750
1/f
@
$
Remove & Replace Stacks and Furniture (2nd Floor)
Payment/Performance Bonds
23.94 $ 112,613.76
25.97 $ 10,517.85
8.75 $ 17,010.00
8.75 $ 23,738.75
14.00 $ 5390.00
32.00
25.00
54.00
0.60
0.75
Moisture Kit's & Testing
10
ea @ $ 50.00
Seam Sealer #99 - qt.
20
ea @ $ 9.75
C -36 primer - 4 gal.
20
ea @ $ 36.80
C -46 primer - 4 gal.
5
ea @ $ 71.20
Subtotal
Estimared Sales Tax
TOTAL
OPTION # 1
Style
Sonar MKI RS
(Commodity Code # 360.10 - 039841)
Sonar Cushion Carpet Tile
(Commodity Code # 360 -10- 039843)
Sonar ER3 RS Tile
(Commodity Code # 360 -10- 039842)
(Cut Around Stacks on 2nd Floor Areas)
Color Name Color #
Moholy -Nagy 74011 2,022 sly @ $
Moholy -Nagy 74011 405 sly @ $
Moholy -Nagy 74011 2,745 sly @ $
Page 1 of 3
$ 2,240.00
$ 400.00
$ 17,300.00
$ 2,106.00
$ 2,850.00
$ 3,562.50
$ 40,40(1.00
$ 4,267.00
$ 500.00
$ 195.00
$ 736.00
$ 356.00
$ 244,182.86
$ 10,930.41
$ 255,113.27
23.94 $ 48,406.68
25.97 $ 10,517.85
24.32 $ 66,758.40
CBA FLOORCOVERNGS
1735 CLEVELAND HWY.
DALTCN - GA 30721
(PI 800.241.4902
(Fi7062592638
Subtotal
Estimated Sales Tax
TOTAL
NOTES:
1. Field measurement provided by Progressive Floor Covering, Inc.
EXCLUSIONS (unless specifically included in the above scope of work):
Protection of Existing Floors
Attic Stock
NighttWeekend Labor
Dumpster Cost
Bonding Cost
Mats
Labor
Trip Charges
Removal & Disposal
Resilient Flooring
Stair Materials
Extensive Floor Preparation
Carpet Installation (6'roll -1st Floor)`. -
1,944
sly
@
$
8.75
Carpet Tile Installation (2nd Floor)
2,713
sly
@
$
8.75
Carpet Tile Installation Lift Method (1s( Floor)
385
sly
@
$
14.00
(Commodity Code # 962 -46- 039844)
Install Stair Treads & Risers
70
ea
@
$
32.00
Title 24 Stripes
16
ea
@
$
25.00
Remove & Replace Stacks (1st Floor)
1
ea
@
$ 17,300.00
Remove & Replace Furniture (Ist Floor)
119
hrs
@
$
54.00
Install Base
4,750
Vf
@
$
0.60
Furnish Base
4,750
Vf
@
$
0.75
Labor to cut around shelving
PaymenttPerformance Bonds
Moisture Kit's & Testing
10
ea
@
$
50.00
Seam Sealer #99 - qt.
12
ea
@
$
9.75
C -36 primer - 4 gal.
10
ea
@
$
36.80
C-46 primer - 4 gal.
35
ea
@
$
71.20
Subtotal
Estimated Sales Tax
TOTAL
NOTES:
1. Field measurement provided by Progressive Floor Covering, Inc.
EXCLUSIONS (unless specifically included in the above scope of work):
Protection of Existing Floors
Attic Stock
NighttWeekend Labor
Dumpster Cost
Bonding Cost
Mats
Preformed Comers
Trip Charges
Removal & Disposal
Resilient Flooring
Stair Materials
Extensive Floor Preparation
Furniture Moving
Asbestos Abatement
Sales Tax
Carpet Cleaning
Cleaning/Waxing of Resilient
Border Carpet
TERMS OF PAYMENT: (Subject to Credit Approval)
' All Materials and Labor - Net 30 Days After Invoice
1. Change Orders: Any work not included in the above scope of work will require a signed change order
before work can be performed.
2. Term of Quote: Prices given are firm for sixty days from proposal date.
3. Lead Times: Please note that C &A is a made to order carpet mill and we cannot BEGIN production of
any order until we have a signed purchase order, or a FULLY- EXECUTED contract in house.
Note that normal lead times are as follows:
• Fast Track Carpets, two weeks plus shipping;
• Running Line Carpets, six weeks plus shipping;
• Custom Carpets, eight weeks plus shipping;
• Lead times are approximate and do not start until after the purchase order or fully - executed contract is
received.
$ 17,010.00
$ 23,738.75
$ 5,390.00
4. Floor Preparation: Additional floor preparation may be required as a result of an unforeseen condition
of the floor. Costs associated with this Floor preparation will be negotiated on a job -to-job basis. Our product
performs properly when installed on floors that are free of DIRT, OIL, PAINT AND EXCESSIVE MOISTURE.
Floors that have moisture readings greater than 3.01bs. per 1,000 feet in 24 hours will not meet specification
and will require further curing time or treatment prior to carpet installation.
C &A recommends only wet scraping or mechanical removal of all non -water based adhesives.
Page 2 of 3
2,240.00
400.00
17,300.00
6,426A0
2,850.00
3,562.50
43,408.00
4,471.00
500.00
117.00
368.00
2,492.00
255,956.18
11,301.59
267,257.77
C&A FLOOSCOVEnMOS
1735 CLEVELAND "Y.
OALTON, GA 30721
(P) 600.241.4902
(F) 706.259.2636
S. Asbestos Abatement: This quote DOES NOT include asbestos abatement. Neither C &A nor its
installers are responsible for the handling, removal or abatement of asbestos contained floor material or
adhesive. Further, C &A's policy is to request an Asbestos Hazard Emergency Response Act (AHERA) report
prior to proceeding with any floor material or floor adhesive removal. C &A and its installers consider it the
owners responsibility to produce this report prior to executing this contract.
If any chemical stripping agents such as those commonly used in asbestos abatement have been used,
C &A and its installers may require additional measures be taken prior to installation of any C &A product.
These measures may affect the price of this quote. Please contact C&A Technical Services Department at
800.241.4902 ext. 2129 for more details.
Please indicate your acceptance of this proposal by returning your signed purchase order, or fully- executed
contract via fax to 706.259.2638. Please address it to my attention. Should you have any questions, please
call me at 8(x1.241.4902.
Thank you for considering C &A Floorcoverings, A Tandus Company.
Sincerely,
C &A Floomoverings
Stacy White
Stacy White
Regional Account Coordinator
Source One
CC: Tonya Manske
Robert Maddox
CAA FLOOHCOVEHOaGS
1735 CLEVELAND HWY.
DALTON, GA 30721
(Pj 600.241 A902
Page 3 013 (F) 706.2592636.
of Newport Bead NO. BA- 06BA -031
BUDGET AMENDMENT
2005 -06 AMOUNT: $15,113.27
EFFECT ON BUDGETARY FUND BALANCE:"
Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE:
X from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide forthefollowing:
To increase expenditure appropriations for the purchase and installation of carpet at the Central Library.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Amount
Fund Account
Description
Debit Credit
010 3605
General Fund - Fund Balance
$15,113.27
REVENUE ESTIMATES (3601)
Fund/Division Accoun
Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division
Number 7019
General Fund - Capital Purchase
Account
Number C4050821
Central Library - Carpet Replacement
$15,113.27
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Automatic System Entry.
Signed:
�"//j
Financial Approval: Administrativ ervices Director
Date
Signed:
O BS
Administrative App val:
d1i Manager
D e
Signed:
City Council Approval: City Clerk
Date