Loading...
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