Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-1621 Temp. Reso. # 11041 - 1 8/10/06 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-JJ0,2, A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF ADA ACCESSIBLE PLAYGROUND EQUIPMENT FOR THE REPLACEMENT OF THE EXISTING TAMARAC PARK PLAYGROUND, INCLUDING SAFETY SURFACE, AT A TOTAL COST NOT TO EXCEED $69,356.51, FROM GAMETIME, OFFERED IN ACCORDANCE WITH US COMMUNITIES GOVERNMENT PURCHASING ALLIANCE; APPROVING FUNDING FROM THE APPROPRIATE CAPITAL IMPROVEMENT ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the playground equipment at the Tamarac Park playground is old, outdated, and difficult to repair because the parts are no longer being manufactured; and WHEREAS, once parts are no longer available, the playground will not be repairable and will have to be closed; and WHEREAS, the existing playground, excluding the swings, will be demolished and the existing safety surface removed with new playground equipment installed along with a new safety surface; and WHEREAS, the purchase of playground equipment for the Tamarac Park playground was approved in the Capital Improvement Plan budget and available funds exist in Parks & Recreation Capital Improvement Accounts entitled "Construction" and "Equipment $1,000 or Greater", Project #GP06C; and Temp. Reso. # 11041 - 2 8/10/06 WHEREAS, the US Communities Government Purchasing Alliance is a nationwide strategic sourcing program designed by public professionals for use by government agencies and public -benefit non profits throughout the country; and WHEREAS, the Association of School Business Officials International (ASBO), the National Association of Counties (NACO), the National Institute of Governmental Purchasing (NIGP), the National League of Cities (NLC), and the United States Conference of Mayors (USCM), jointly sponsor the US Communities Government Purchasing Alliance; and WHEREAS, the State of North Carolina, County of Mecklenberg, as lead agency, and in cooperation with US Communities Government Purchasing Alliance, issued RFP Number 269-2003-077, and awarded Master Purchase Agreement Contract #040376 for park and playground equipment, surfacing materials, site furnishings, and related items and services to Gametime, effective September 17, 2003 through September 17, 2008, as evidenced by Exhibit "A"; and WHEREAS, City Code Section 6-155 allows the Purchasing and Contracts Manager the authority to procure supplies, material and equipment, which are the subject of contracts with other governmental agencies without following purchasing procedures, as set forth in Section 6-149; and WHEREAS, the Parks and Recreation Director and Purchasing and Contracts Manager recommend the purchase of ADA Accessible Playground Equipment for the Tamarac Park playground at a total cost not to exceed $69,356.51, from Gametime, Temp. Reso. # 11041 - 3 8/10/06 offered in accordance with US Communities Government Purchasing Alliance, quotation attached hereto as Exhibit "B"; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the purchase of ADA Accessible Playground Equipment for the Tamarac Park playground at a total cost not to exceed $69,356.51, from Gametime, offered in accordance with US Communities Government Purchasing Alliance. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: The purchase of ADA Accessible Playground Equipment for the Tamarac Park playground at a total cost not to exceed $69,356.51, from Gametime, offered in accordance with US Communities Government Purchasing Alliance, is hereby approved. SECTION 3: Funding for this purchase will be from the appropriate Capital Improvement Accounts. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp. Reso. # 11041 - 4 8/10/06 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this Ivy day of 5CPtCmbe.r , 2006. ATTEST: MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. �ffw A, MUEL F06'-EN CITY ATTOEY 94 wim BETH • 1141YOV RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD_ DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER 1.1 1 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG Temp. Reso. #11041 Exhibit A CONTRACT NO. 040376 MASTER PURCHASE AGREEMENT This Master Purchase Agreement (the "Agreement") is entered into as of this 17th day of September 2003 (the "Effective Date"), by and between GameTime Division of PlayCore-Wisconsin, Inc. (the "Supplier"), and Mecklenburg County, a political subdivision of the State of North Carolina (the "County"). Statement of Background and Intent A. The County issued a "Request for Proposals for Park and Playground Equipment, Surfacing, Site Furnishings and Related Commodities and Services" Number 269-2003-077, dated April 21, 2003 requesting proposals from qualified firms to provide the County and other Participating Public Agencies with Playground Equipment and Related Commodities and Services, hereafter referred to as ("Equipment"). This Request for Proposals, together with all Exhibits, Appendices and Addenda, is referred to herein as the "RFP". B. In response to the RFP, the Supplier submitted to the County a proposal dated August 12, 2003. This proposal, together with all attachments and any separately sealed confidential trade secrets, is referred to herein as the "Proposal." C. The County and the Supplier have negotiated and now desire to enter into an Agreement for the Supplier to provide Playground Equipment to the County in accordance with the terms and conditions set forth herein. D. Charlotte -Mecklenburg (herein "Lead Public Agency"), in cooperation with the U.S. Communities Purchasing & Finance Agency (herein "U.S. Communities"), and on behalf of other public agencies that elect to access the Master Agreement (herein "Participating Public Agencies"), competitively solicited and awarded the Master Agreement to Supplier. Lead Public Agency has designated U.S. Communities as the administrative and marketing conduit for the distribution of the Master Agreement to Participating Public Agencies. Supplier shall sign and return to U.S. Communities the Administration Agreement attached hereto and incorporated herein as Exhibit E. Lead Public Agency is acting as the "Contracting Agent" for the Participating Public Agencies, and shall not be held liable or responsible for any costs, damages, liability or other obligation incurred by the Participating Public Agencies. Supplier shall deal directly with each Participating Public Agency concerning the placement of orders, issuance of the purchase order, contractual disputes, invoicing, payment and all other matters relating or referring to such Participating Public Agency's access to the Master Agreement. The Master Agreement shall be construed to be in accordance with and government by the laws of the State in which the Participating Public Agency exists. Participating Public Agencies are required to register on-line with U.S. Communities at www.uscommunities.org. The registration allows the Participating Public Agency to enter into a Master Intergovernmental Cooperative Purchasing Agreement ("MICIPA"), which is intended to allow the Participating Public Agencies to meet applicable legal requirements and facilitate access to the Master Agreement and the Supplier. GAMETIME CONTRACT 9/170 NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in further consideration of the covenants and conditions contained in this Agreement, the parties agree as follows: AGREEMENT 1. INCORPORATION OF EXHIBITS. The parties acknowledge and agree that the following Exhibits are hereby incorporated into and made a part of this Agreement by reference: Exhibit A: Contract Pricing and Discounts Exhibit B: Pricing Incentives Exhibit C: Supplier's Proposal Exhibit D: Product Warranties Exhibit E: U.S. Communities Administrative Agreement Exhibit F: RFP #2003-057 Exhibit G: State -by -State Shipping Calculator Exhibit H: Installation Fees Exhibit 1: National Network of Representatives Any conflict between language in an Exhibit to this Agreement and the main body of this Agreement shall be resolved in favor of the main body of this Agreement. 2. DEFINITIONS. The following terms shall have the following meanings for purposes of this Agreement (including all Exhibits): 2.1_ "AFFILIATES" shall mean all departments or units of the County, Charlotte -Mecklenburg Schools and all other public agencies. 2.2. "AGREEMENT" shall mean this Agreement including all Attachments and Exhibits, Mecklenburg County's RFP No. 269-2003-077. all subsequent Addenda issued in connection with the RFP, the Supplier's proposal dated August 12, 2003 in response to the RFP as referenced and incorporated herein as though fully set forth. 2.3. "DELIVERABLES" shall mean all designs, plans, drawings, equipment and all other work product which the Supplier is required to complete and deliver to the County in connection with this Agreement. 2.4. "EFFECTIVE DATE" refers to the date this Agreement is fully executed by all parties to the Agreement. 2.5. "PARK & RECREATION" refers to the Mecklenburg County Park and Recreation Department. 2.6. PRODUCTS: The term "Products" shall mean the park and playground equipment, surfacing materials, site furnishings and related items and services to be provided by the Supplier as Identified and described in this Agreement, including Exhibits. 2.7_ PROJECT: The term "Project" refers to individual County and participating public agencies requirements for Park and Playground Equipment. 2.8. "PARTICIPATING PUBLIC AGENCY" shall mean any all government agencies, except Federal, that have the authority to purchase from another public agency's competitively GAMETIME CONTRACT 9117/03 solicited contract including Counties, Cities, Towns, Villages, Special Districts, Public Schools, Community Colleges, Universities, State Agencies and Non profit agencies providing services on behalf of government agencies. 2.9. SERVICES: The term "Services" shall include all services that the Supplier provides or is required to provide under this Agreement. 2.10. SPECIFICATIONS AND REQUIREMENTS. The term "Specifications and Requirements" shall mean all definitions, descriptions, requirements, criteria, warranties, and performance standards relating to the Products and Services that are set forth or referenced In this Agreement, including the Exhibits. 3. TERM. The initial term of this Agreement will be for five (5) years from the Effective Date with an option to renew for two (2) additional one-year terms. This Agreement may be extended only by a written amendment signed by both parties. 4. DESCRIPTION OF GOODS AND SERVICES. The Supplier shall provide Park and Playground Equipment, Surfacing, Site Furnishings and Related Commodities and Services per bid specifications and in accordance with each and every one of the conditions, covenants, stipulations, terms and provisions contained in this Agreement. 5. CONTRACT PRICING. 5.1 The County agrees to pay the Supplier for materials, supplies, equipment, apparatus and services delivered in accordance with the terms and conditions of this Agreement based on a fixed percentage discount from the current manufacturer's price index as identified and incorporated into this Agreement as Exhibit A. 5.2 The Supplier agrees the fixed percentage discount will remain firm for entire contract term. 5.3 The Supplier shall advise the Charlotte -Mecklenburg Procurement Services Department in writing of any proposed price increases no later than January 1'' of each year. The Supplier must provide documented evidence of material and labor price increases that directly impact current equipment prices. No adjustments shall be made to compensate a Supplier for inefficiency in operation, quantity of product ordered, or for additional profit. 5.4 Mecklenburg County reserves the right to review the revised pricing structure and amend this Agreement if such is in the best interest of the County or cancel this Agreement with a thirty (30) day written notice should changes In price be unacceptable. 5.5 The Supplier shall be responsible for furnishing and delivering approved price lists and most current catalogs to the County and other participating public entities. 5.6 The Supplier agrees that if a public agency is otherwise eligible for lower pricing through a federal, state, regional or local contract, the Supplier will match the pricing. 6. FREIGHT. All orders shall be shipped F.O.B. Destination and the Supplier shall be responsible for any damage or loss in transit. The County and Participating Public Agencies shall have the following shipping options: 6.1 Apply the Supplier's freight rates provided in Exhibit G to the total weight of the shipment to determine delivery charges; or 6.2 Allow the Supplier to ship on a Freight Prepaid and Added basis with the carrier's actual charges added to the invoice for the goods, supported by copies of the applicable freight bills; or GAMETIME CONTRACT 911W03 6.3 Designate carrier and shipping arrangements at the discretion of the Participating Public Agency. This option will release the Supplier from any liability for damages or loss in transit. The Participating Public Agency will submit payment for shipping charges and all damage or loss claims directly to the carrier. 7. INSTALLATION, MAINTENANCE AND SAFETY INSPECTIONS. All equipment shall be installed according to the standards established by the terms, specifications, drawings, and construction notes for each project and meet manufacturer's specifications and industry standards. The County and Participating Public Agencies shall be responsible for contracting installation services on a project -by -project basis as needed: a. With the Supplier based on installation charges included as Exhibit H; or b. With local certified installer available through Supplier's Network of Representatives included as Exhibit I; or C. The County and Participating Public Agencies reserve the right to self perform installation of any or all equipment. The Supplier agrees to work closely with certified local installers to ensure products are properly installed. 8. INVOICES. Each invoice sent by the Supplier shall detail all Services and Deliverables performed and delivered which are necessary to entitle the Supplier to the requested payment under the terms of this Agreement. The Supplier shall mail all invoices to: Angela Horton Park and Recreation 5841 Brookshire Blvd. Charlotte, NC 28216 Phone: 704.336.8466 The County will pay all accurate, properly submitted, uncontested invoices within thirty (30) days of receipt. Proposals may include an incentive discount for early payment. Invoices must include state and local sales tax. In no event shall the County be liable for any late fees or charges. The County and the Supplier will jointly agree on the format of a detailed report. . 9. WARRANTY AND PRODUCT COMPLIANCE. 9.1 All equipment provided to the County must be new, unused and meet all CPSC, ADA and ASTM Standards and other laws and requirements regarding playground equipment in the state of North Carolina or in accordance with the laws and applicable purchasing policies of the State and locality where the Participating Agency exists. 9.2 Supplier warrants that if any components of the products fall due to defects in workmanship or materials, within one year from date of delivery, Supplier will repair or replace, free of charge, all parts found defective. In addition, limited warranties apply from date of delivery for products and components per product warranty statement included as Exhibit D. 10. GENERAL WARRANTIES. Supplier represents and warrants that: 10.1 It is a corporation duly incorporated, validly existing and in good standing under the laws of the state of North Carolina, and is qualified to do business in North Carolina; GAMETIME CONTRACT 9/170 10.2 It has all the requisite corporate power and authority to execute, deliver and perform its obligations under this Agreement; 10.3 The execution, delivery, and performance of this Agreement have been duly authorized by Supplier; 10.4 No approval, authorization or consent of any governmental or regulatory authority is required to be obtained or made by it in order for it to enter into and perform its obligations under this Agreement; 10.5 In connection with its obligations under this Agreement, it shall comply with all applicable federal, state and local laws and regulations and shall obtain all applicable permits and licenses; and 10.6 The Supplier shall not violate any agreement with any third party by entering into or performing this Agreement. 11. ADDITIONAL REPRESENTATIONS AND WARRANTIES. Supplier represents, warrants and covenants that: 11.1 The Services shall satisfy all requirements set forth in this Agreement, including but not limited to the attached Exhibits; 11.2 All work performed by the Supplier and/or its subcontractors pursuant to this Agreement shall meet industry accepted standards, and shall be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge; 11.3 Neither the Services, nor any Deliverables provided by the Supplier under this Agreement will infringe or misappropriate any patent, copyright, trademark or trade secret rights of any third party; and 11.4 The Supplier has taken and will continue to take precautions sufficient to ensure that it will not be prevented from performing all or part of its obligations under this Agreement by virtue of interruptions in the computer systems used by the Supplier. 12. TERMINATION. 12.1 Termination Without Cause. The County may terminate this Agreement at any time without cause by giving thirty (30) days prior written notice to the Supplier_ 12.2 Termination for Default by Either Party. By giving written notice to the other party, either party may terminate this Agreement upon the occurrence of one or more of the following events: a. The other party violates or fails to perform any covenant, provision, obligation, term or condition contained in this Agreement, provided that, unless otherwise stated in this Agreement, such failure or violation shall not be cause for termination if both of the following conditions are satisfied: (i) such default is reasonably susceptible to cure; and (ii) the other party cures such default within thirty (30) days of receipt of written notice of default from the non -defaulting party; or b. The other party attempts to assign, terminate or cancel this Agreement contrary to the terms hereof; or c. The other party ceases to do business as a going concern, makes an assignment for the benefit of creditors, admits in writing its inability to pay debts as they become due, GAMETIME CONTRACT 9117/03 files a petition in bankruptcy or has an involuntary bankruptcy petition filed against it (except in connection with a reorganization under which the business of such party is continued and performance of all its obligations under this Agreement shall continue), or if a receiver, trustee or liquidator is appointed for it or any substantial part of other parry's assets or properties. d. Any notice of default shall identify this Section of this Agreement and shall state the part's intent to terminate this Agreement if the default is not cured within the specified period. 12.3 Additional Grounds for Default Termination by the County. By giving written notice to the Supplier, the County may also terminate this Agreement upon the occurrence of one or more of the following events (which shall each constitute grounds for termination without a cure period and without the occurrence of any of the other events of default previously listed): a. The Supplier makes or allows to be made any material written misrepresentation or provides any materially misleading written information in connection with this Agreement, Supplier's proposal, or any covenant, agreement, obligation, term or condition contained in this Agreement; or b. The Supplier takes or fails to take any action which constitutes grounds for immediate termination under the terms of this Agreement, including but not limited to failure to obtain or maintain the insurance policies and endorsements as required by this Agreement, or failure to provide the proof of insurance as required by this Agreement. 12.4 No Suspension. In the event that the County disputes in good faith an allegation of default by the Supplier, notwithstanding anything to the contrary in this Agreement, the Supplier agrees that it will not terminate this Agreement or suspend or limit the Services unless (1) the parties agree in writing, or (11) an order of a court of competent jurisdiction determines otherwise. 12.5 Cancellation of Orders and Subcontracts. In the event this Agreement Is terminated by the County for any reason prior to the end of the term, the Supplier shall upon termination immediately discontinue all service in connection with this Agreement and promptly cancel all existing orders and subcontracts, which are chargeable to this Agreement. As soon as practicable after receipt of notice of termination, the Supplier shall submit a statement to the County showing in detail the services performed under this Agreement to the date of termination. 12.6 Authority to Terminate. The Director of Mecklenburg County Park and Recreation Department is authorized to terminate this Agreement on behalf of the County. 12.7 No Effect on Taxes, Fees, Charges, or Reports. Any termination of this Agreement shall not relieve the Supplier of the obligation to pay any fees, taxes or other charges then due to the County, nor relieve the Supplier of the obligation to file any daily, monthly, quarterly or annual reports covering the period to termination nor relieve the Supplier from any claim for damages previously accrued or then accruing against the Supplier. 12.8 Other Remedies. Upon termination of this Agreement, each party may seek all legal and equitable remedies to which it is entitled. The remedies set forth herein shall be deemed GAMETIME CONTRACT 9117103 cumulative and not exclusive and may be exercised successively or concurrently, in addition to any other available remedies. 13. AUDIT. The Supplier shall maintain accurate and complete financial records of its activities and operations relating to this Agreement in accordance with generally accepted accounting principles. During the term of this Agreement and for a period of one (1) year after termination or expiration of this Agreement for any reason, the County shall have the right to audit, either itself or through a third party, the books and records (including but not limited to the tech.Pk. Lreccnis) of the Supplier In connection with this Agreement, to ensure the Supplier's compliance with all the terms and conditions of this Agreement or the County's payment obligations. 14, SUPPLIER WILL NOT SELL OR DISCLOSE DATA. The Supplier will treat as Confidential Information all data provided by the County in connection with this Agreement. County data processed by the Supplier shall remain the exclusive property of the County. The Supplier will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the County in any manner except that contemplated by this Agreement. 15. COMPLIANCE WITH LAWS AND CODES. The Supplier shall ensure that the Services are in compliance with all local, state and federal laws and regulations. In performing the Services, the Supplier shall comply with all local, state and federal laws and regulations. 16. WORK ON COUNTY'S PREMISES. The Supplier will ensure that its employees and agents shall, whenever on the County's premises, shall obey all instructions and directions issued by the County with respect to work on the County's premises. The Supplier agrees that its personnel and the personnel of its subcontractors will comply with all rules, regulations and security procedures of the County when on the County's premises. The Supplier shall repair, or cause to be repaired, at its own cost, any and all damage to County facilities, buildings, or grounds caused by the Supplier or employees, subcontractors or agents of the Supplier. Such repairs shall be made immediately, but in no event later than thirty (30) days after the occurrence. If Supplier fails to make timely repairs, the County may make any necessary repairs. All costs incurred by the County for such repairs, as determined by the County, shall be reimbursed by the Supplier by cash payment upon demand or County may deduct such cost from any amounts due to the Supplier from the County. 17. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this Agreement is solely that of independent contractors, and nothing contained in this Agreement shall be construed to (i) give any party the power to direct or control the day-to-day activities of the other; or (ii) constitute such parties as partners, joint ventures, co -owners or otherwise as participants in a joint or common undertaking; or (III) make either party an agent of the other for any purpose whatsoever. Neither party nor its agents or employees is the representative of the other for any purpose, and neither has power or authority to act as agent or employee to represent, to act for, bind, or otherwise create or assume any obligation on behalf of the other. The Supplier shall be fully and solely responsible for its own acts and omissions and those of its employees, officers, agents and subcontractors. All personnel supplied by Supplier subcontractors shall be considered employees or agents of Supplier. The Supplier shall be responsible for the payment of all salaries, withholding taxes, worker's compensation, disability benefits and other compensation and related taxes for such persons. GAMETIME CONTRACT 9/17/03 18. INDEMNIFICATION. The Supplier shall indemnify, defend and hold harmless the County and the County's officers, employees and agents from and against any and all losses, damages, costs, expenses (including reasonable attorneys' fees), obligations and other liabilities (including settlement amounts) that arise directly or indirectly from: 18.1 any infringement of any copyright, trademark, patent, or other proprietary rights, or any misappropriation of any trade secrets, in connection with any software, documentation, services or other products supplied directly or indirectly by the Supplier in connection with this Agreement, or any allegation of any of the foregoing (collectively referred to as "Infringement Claims"); 18.2 any act(s) of negligence or willful misconduct by the Supplier or any of its agents, employees or subcontractors (or any allegations of any of the foregoing), including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any person(s) or damage or destruction to any property, real or personal; 18.3 any acts or omissions of the Supplier with respect to the Services or any of the products or services provided by the Supplier under this Agreement (or any allegations of any of the foregoing); or 18.4 any claims by any persons or entities supplying labor or material to the Supplier in connection with the performance of the Supplier's obligations under this Agreement. If an Infringement Claim occurs, the Supplier shall either: (1) procure for the County the right to continue using the affected product or service; or (ii) repair or replace the infringing product or service so that it becomes non -infringing, provided that the performance of the Services or any component thereof shall not be adversely affected by such replacement or modification. 19. SUBCONTRACTING. Should the Supplier choose to subcontract, the Supplier shall be the prime contractor and shall remain fully responsible for performance of all obligations, which it is required to perform under this Agreement. Any subcontract entered into by Supplier shall name the County as a third party beneficiary. 20. INSURANCE. 20.1 Types of Insurance The Supplier shall obtain and maintain during the life of the Agreement, with an insurance Supplier rated not less than A by A.M. Best, authorized to do business in the State of North Carolina the following insurance: Automobile friability. Successful Supplier shall be required to provide proof of bodily injury and property damage liability covering all owned, non -owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit each occurrencelaggregate. Commercial General Liability. Successful Supplier shall be required to provide proof of bodily injury and property damage liability as shall protect the contractor and any sub -contractor performing work under this contract from claims of bodily injury or property damage which arise from operation of services described in this RFP whether such operations are performed by GAMETIME CONTRACT 9/17103 contractor, any sub -contractor or any one directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products/completed operations, personal injury liability and contractual liability assumed under the indemnity provision in Section 28 of this contract. The County shall be named as an a4ditiona1 ir%sured under the commercial general liability insurance for operations or services rendered under this contract. Worker's Compensation and Employers Liability. Meeting the statutory requirements of the State of North Carolina and Employers Liability - $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit, providing coverage for employers and owners. The Supplier shall not commence any work in connection with this Agreement until it has obtained all of the foregoing types of insurance and the County has approved proof of such insurance. The Supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. 20.2 Other Insurance Requirements. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Supplier and/or subcontractor providing such insurance. The County shall be named as an additional insured for operations or services rendered under the general liability coverage. The Supplier's insurance shall be primary of any self - funding and/or insurance otherwise carried by the County for all loss or damages arising from the Supplier operations under this agreement. Certificates of such insurance will be furnished to the County and shall contain the provision that the County be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring Supplier. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self -Insurance or other documentation from the North Carolina Department of Insurance shall be furnished. If any part of the work under this Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in this Agreement, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor's role in the project. The parties stipulate that the Supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the Supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. GAMETIME CONTRACT 9/17/03 21. NOTICES. Any notice, consent or other communication required or contemplated by this Agreement shall be in writing, and shall be delivered in person, by U.S. mail, by overnight courier, by electronic mail or by telefax to the intended recipient at the address set forth below, For The Supplier: For The County: Don King, Director of Sales Administration Karen P. Ruppe Gametime Division Pla ore Wisconsin Inc. Charlotte -Mecklenburg Procurement Services 150 GameTime Drive 600 E. Fourth St. Fort Payne, AL Charlotte, NC 28216 Phone: 256-845-5610 Phone: 704-336-2992 Fax: 256-845-9361 Fax: 704-336-2258 E-mail: dking@gametime.com E-mail: krunve(M-ci.charlottemc.us With Copy To: With Copy To: Tom Nor uist, Senior Corporate VP Sandra Bisanar Gametime Division, Pla Core Wisconsin, Inc Deputy County Attorney 150 GameTime Drive 600 East Fourth Streeet Fort Payne, AL Charlotte, NC 28202 Phone: 256-845-5610 Phone: 704.336.2609 Fax: 256-845-9361 Fax: 704.336.5887 E-mail: Qkingl@2ametiMe.com E-mail: i nst c lenbu .nc.0 Notice shall be effective upon the date of receipt by the intended recipient, provided that any notice which is sent by telefax or electronic mail shall also be simultaneously sent by mail deposited with the U.S. Postal Service or by overnight courier. Each party may change its address for notification purposes by giving the other party written notice of the new address and the date upon which it shall become effective. 22. NON-DISCRIMINATION. 22.1 The Supplier agrees that it has adopted and will maintain and enforce a policy of nondiscrimination on the basis of race, color, religion, sex, age, national origin, or disability. 22.2 The Supplier agrees that it will inform the County of any alleged violation(s) of employment practices involving any employees who work on the Project which are asserted in any claims tiled with the. Equal Employment Opportunity Commission, Labor Department or any other federal or state compliance agency. The Supplier will also inform the County of the final disposition of such cases. 23. DRUG -FREE WORKPLACE. The County is a drug -free workplace employer. The Mecklenburg County Board of Commissioners has also adopted a policy requiring Companies to provide a drug -free workplace in the performance of any County contract. The. Supplier hereby certifies that it has or it will within thirty (30) days after execution of this Agreement: GAMEfIME CONTRACT 9117/03 10 23.1 Notify employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the workplace and specifying actions that will be taken for violations of such prohibition; 232 Establish a drug -free awareness program to inform employees about (i) the dangers of drug abuse in the workplace, (ii) the Supplier's policy of maintaining a drug -free workplace, (iii) any available drug counseling, rehabilitation, and employee assistance programs, and (iv) the penalties that may be imposed upon employees for drug abuse violatjons; 23.3 Notify each employee that as a condition of employment, the employee will (i) abide by the terms of the prohibition outlined above, and (ii) notify the Supplier of any criminal drug statute conviction for a violation occurring in the workplace not later than five (5) days after such conviction; 23.4 Impose a sanction on, or requiring the satisfactory participation in a drug counseling, rehabilitation or abuse program by, an employee convicted of a drug crime; 23.5 Make a good faith effort to continue to maintain a drug -free workplace for employees; and 23.6 Require any party to which it subcontracts any portion of the work under the contract to comply with the above provisions. A false certification or the failure to comply with the above drug -free workplace requirements during the performance of this Agreement shall be grounds for suspension, termination or debarment. 24. MISCELLANEOUS. 24.1 Entire Agreement. This Agreement and the Contract Documents, including all Exhibits, and Attachments, all of which are hereby incorporated herein by reference, constitute the entire agreement between the parties with respect to its subject matter, and there are no other representations, understandings, or agreements between the parties with respect to such subject matter. This Agreement supersedes all prior agreements, negotiations, representations and proposals, written or oral. 24.2 Amendment. No amendment or change to this Agreement shall be valid unless in writing and signed by both parties to this Agreement. 24.3 Governing Law and Jurisdiction. The parties acknowledge that this Agreement is made and entered into in Charlotte, North Carolina, and will be performed in Charlotte, North Carolina. The parties further acknowledge and agree that North Carolina law shall govern all the rights, obligations, duties and liabilities of the parties under this Agreement, and that North Carolina law shall govern the interpretation and enforcement of this Agreement and any other matters relating to this Agreement (all without regard to North Carolina conflicts of law principles). The parties further agree that any and all legal actions or proceedings relating to this Agreement shall be brought in a state or federal court sitting in Mecklenburg County, North Carolina. By execution of this Agreement, the parties submit to the jurisdiction of said courts and hereby irrevocably waive any and all objections, which they may have with respect to venue in any court sitting in Mecklenburg County, North Carolina. 24.4 Binding Nature and Assignment. GAMETIME CONTRACT 9117103 R: This Agreement shall bind the parties and their successors and permitted assigns. Neither party may assign this Agreement without the prior written consent of the other. Any assignment attempted without the written consent of the other party shall be void. 24.5 County Not Liable for Delays. It is agreed that the County shall not be liable to the Supplier, its agents or representatives or any subcontractor for or on account of any stoppages or delay in the performance of any obligations of the County or any other party hereunder. 24.6 Force Majeure. Neither party shall not be liable for any failure or delay in the performance of its obligations pursuant to this Agreement and such failure or delay shall not be deemed a default of this Agreement or grounds for termination hereunder if all of the following conditions are satisfied: (a) If such failure or delay: i. could not have been prevented by reasonable precaution; ii. cannot reasonably be circumvented by the non -performing party through the use of alternate sources, work -around plans, or other means; and iii. if, and to the extent, such failure or delay is caused, directly or indirectly, by fire, flood, earthquake, hurricane, elements of nature or acts of God, acts of war, terrorism, riots, civil disorders, rebellions or revolutions or court order. (b) An event which satisfies all of the conditions set forth above shall be referred to as a 'Force Majeure Event." Upon the occurrence of a Force Majeure Event, the Supplier shall be excused from any further performance of those of its obligations which are affected by the Force Majeure Event for as long as (a) such Force Majeure Event continues and (b) the Supplier continues to use commercially reasonable efforts to recommence performance whenever and to whatever extent possible without delay. (c) Upon the occurrence of a Force Majeure Event, the Supplier shall immediately notify the County by telephone (to be confirmed by written notice within two (2) days of the inception of the failure or delay) of the occurrence of a Force Majeure Event and shall describe in reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event prevents Supplier from performing its obligations for more than five (5) days, the County shall have the right to terminate this Agreement by written notice to Supplier. Strikes, slowdowns, lockouts, walkouts, industrial disturbances and other labor disputes shall not constitute Force Majeure Events and shall not excuse the Supplier from the performance of its obligations under this Agreement. The parties also expressly acknowledge that Year 2000-related interruptions in operations or in the supply of products or services necessary to fulfill the obligations of this Agreement are not excused under this provision. 24.7 Severability. The invalidity of one or more of the phrases, sentences, clauses or sections contained in this Agreement shall not affect the validity of the remaining portion of this Agreement so long as the material purposes of this Agreement can be determined and effectuated. If any provision of this Agreement is held to be unenforceable, then both parties shall be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and this Agreement shall be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent. GAMETIME CONTRACT 9117103 12. 24.8 Approvals. All approvals or consents required under this Agreement must be in writing. 24.9 Waiver. No delay or omission by either party to exercise any right or power it has under this Agreement shall impair or be construed as a waiver of such right or power. A waiver by either party of any covenant or breach of this Agreement shall not constitute or operate as a waiver of any succeeding breach of that covenant or of any other covenant. No waiver of any provision of this Agreement shall be effective unless in writing and signed by the party waiving the rights. 24.10 Interests of the Parties. The Supplier covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Agreement. 24.11 No Bribery. The Supplier certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the forgoing has bribed or attempted to bribe an ofhcer or employee of the County in connection with this Agreement. 24.12 Change in Control. In the event of a change in "Control" of the Supplier (as defined below), the County shall have the option of terminating this Agreement for default by written notice to the Supplier. The Supplier shall notify the County within ten (10) days after it becomes aware that a change in Control will occur. As used in this Agreement, the term "Control" shall mean the possession, direct or indirect, of either. the ownership of or ability to direct the voting of, as the case may be fifty-one percent (51 %) or more of the equity Interests, value or voting power in Supplier; or the power to direct or cause the direction of the management and policies of Supplier whether through the ownership of voting securities, by contract or otherwise. 24.13 Familiarity and Compliance with Laws and Ordinances. The Supplier agrees to make itself aware of and comply with all local, state and federal ordinances, statutes, laws, rules and regulations applicable to the Services. Supplier further agrees that it will at all times during the term of this Agreement be in compliance with all applicable federal, state and/or local laws regarding employment practices. Such laws will include, but shall not be limited to workers' compensation, the Pair Labor Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and Medical Leave Act (FMLA) and all OSHA regulations applicable to the work. 24,14 Taxes. The Supplier shall pay all applicable federal, state and local taxes which may be chargeable against the performance of the Services. 24.15 Harassment. The Supplier agrees to make itself aware of and comply with the County's Harassment Policy. The County will not tolerate or condone acts of harassment based upon race, sex, religion, national origin, color, age, or disability. Violators of this policy will be subject to termination. 24.16 Non -Appropriation of Funds. GAMETIME CONTRACT 9117103 13 If the County Commission does not appropriate the funding needed by the County to make payments under this Agreement for a given fiscal year, the County will not be obligated to pay amounts due beyond the end of the last fiscal year for which funds were appropriated. in such event, the County will promptly notify the Supplier of the non - appropriation and this Agreement will be terminated at the end of the last fiscal year for which funds were appropriated. No act or omission by the County which is attributable to non -appropriation of funds shall constitute a breach of or default under this Agreement. 24.17 Waiver of Right to Jury Trial. The County and Supplier waive and will waive all rights to have a trial by jury in any action, proceeding, claim or counterclaim brought by either of them against the other on any matter whatsoever arising out of or in any way related to or connected with this Agreement. 24.18 Non -Exclusivity. This Agreement is non-exclusive and shall not in any way preclude the County from entering into similar agreements and/or arrangements with other suppliers or from acquiring similar, equal or like goods and/or services from other sources. The County makes no representation that it or any governmental entity will purchase any minimum quantities or dollar amounts. 24.19 Reports. The Supplier must maintain and submit a monthly statistical report and an annual tabulated report electronically to the Charlotte -Mecklenburg procurement Services. This report shall be designed in such a manner that clearly identifies all items purchased by the County under this contract. GAMETIME CONTRACT 9117103 14 IN WITNESS WHEREOF, and in, acknowledgement that the parties hereto have read and understood each and every provision hereof, the parties have caused this Agreement to be executed on the .cute first written above. GAMETIM�INC.BY: eD Z. M TITLE° COUNTY OF MECKL kUf BY - Park and Zeatilon Director r (COUNTY SEAL..) BY:, ,County Manager A rov 'As To For pp BY. 4 County Attorney Approv. A o Insurance Requeme : BY:Tt Risk Management This instrument has been pre -audited in the manner required by the Local Government Budget and Fiscal Controi.Act. BY: ,; . Finance Di ector, County of U �., Mecklenburg North Carolina GAMETIME.CONTrMACT 9117/03 15 Mecklenburg County Board of Commissioners Action Item September 16,200 Subject: Park and Playground Equipment and Related Commodities ACTION; Approve requtirement contracts fvr the purchase of park and playground equipment, surfacing, site furnishings and related commodities in the combined estimated annual amount of $250,000 for a term of five (a) years to the following manufacturers. little Tikes, Inc. Farrniangton, MO GameTime, Inc. Fort Payne, AL Landscape Structure, .Inc Delano, MN Playworld Systems Lewisburg, PA Staff .Contact. Karen Ruppe, Procurement Services Presentation: Yes No X HACK ND .1'LJ AT1ON: Mecklenburg County Park and Recreation currently maintains over 175 public parks ranging from small neighborhood parks to large district parks, .It is essential that all playground .equipment purchased for these parks be in compliance with: all ASTM, ADA and CPSC standards and other applicable -laws and requirements of North Carolina. Each playground is custom built to fit the needs of the. location with emphasis on (a) encouraging interaction among children with or without disabilities; (b) providing equipment that is safe for all children; (c) allowance for ease of access to the different components and areas of the play equipment; (d) group compatible play types; and (e) designs which separate conflicting play types. PROC NEINT BACKG&O_U D: Charlotte -Mecklenburg Procurement Services issued a Request for Proposals (RFP) to provide Park and Playground Equipment and related commodities to support tbe'County Park and Recreation Department. Charlotte - Mecklenburg Schools has received approval to utilize these contracts and therefore also participated in the procurement process. U.S. Communities Govemment Purchasing Alliance selected Charlotte -Mecklenburg Procurement Services as a Lead Public Agency to solicit proposals from qualified companies to eater into a Master Agreement to provide a complete Iine of Playground Equipment and related. commodities and services on a national level. Combining the volumes of government agencies nationwide achieves cost-effective pricing and reduces the administrative and overhead costs of suppliers and government agencies alike. All suppliers awarded contracts must sign a comraitxuent that the U.S. Communities pricing is the lowest available to local agencies nationwide and a further commitment that, if an 13 agency is eligible for lower pricing through a state, regional. or local contract, the supplier will match the pricing under U.S. Communities. By providing a comprehensive and competitively solicited Master Agreement through, a single bid process,.governinent agencies, school districts, and institutions of higher education or authorities in all .fifty (50) states can utilize the subsequent contract without the need for further solicitation. The Master Agreement -shall be interpreted in accordance with and governed by tlie.laws and the applicable policies of the State and locality where the participating agency exists.. Seven (7) proposals were received in response to the RFP and evaluated by a local and national team consisting of Mecklenburg County Park and Recreation, Procurement Services and CMS staff', procurement officials from LA County, Detroit County Schools, Wichita County Schools and the City of Baltimore. Price was only,one criterion. Tice. other factors included3 in the evaluation were the quality and extensiveness of product lines offered, warranties, design and installation qualifications, compliance with the technical and business qualifications and the. ability of the manufacturer to distribute and, market to all fifty (50) states. Multiple awards are recommended to ensure availability of a .full range of products required to fulfill current and future requirements of the diverse public and elementary parks and largo number of participating public agencies. To accommodate some stan.dardization.requirements of CMS, Playworld Systems is recammended for approval of a Mecklenburg County contract, but did not meet the requirements for a national contract. roucY IMPACT. Done FISCAL JAIPACT: Appropriations for acquisitions already included in budget. Current FlSc Year Ifnpsct % Funding Next Fiscal. Year Impact % Funding New Positions rrr PT Federal State other* County j Capital Project TOTAL MUST BE COMPLETED IF FUNDING IS INVOLVED ATTACHMENTS Description PLAYGROUND EQUIPMENT CONTRACTS Solicitation -Summary v Back rou In the Spring of 2003, U.S. Communities Government Purchasing Alliance selected Charlotte -Mecklenburg ,Procurement Services as a. Lead Public Agency to solicit proposals from qualified companies to enter into a Master Agreement to provide a complete line of'Park and Playground Equipment, Surfacing Materials, Site Furnishings and related: services including, but not limited to, installation, layout, design and inspections: U.S. Communities is a non-profit public benefit corporation established by government to provide a national purchasing forum for public agencies nationwide. U.S. Communities is jointly sponsored by the National Institute of Gaverruxiental Purchasing (NIGP), the National Association of Counties (NACo), the National .League of Cities (NLC), the Association of School Business Officials International (AS13% and the united States Conference of Mayors (USCM). U.S. Communities has.a multi -state Advisory Board consisting of representatives from public agencies and associations including John Trunk, Charlotte -Mecklenburg Procurement Services Director. By providing a comprehensive and competitively solicited Master Agreement through a singly bid process, government agencies, school districts, and institutions of higher education or authorities in all fifty (50) states can utilize, the subsequent contract without the treed for further solicitation. Combining the volumes of government agencies nationwide achieves cost effective pricing and reduces the administrative and overhead costs of suppliers and government agencies alike. All suppliers awarded contracts must sign a commitment that the U.S. Communities pricing is the lowest available to local agencies nationwide and a further commitment that., if an agency is eligible for lower pricing through a state, regional or local contract, the supplier will match the pricing under U.S. Communities. All contracts let through U.S. Communities are convenience contracts and do not preempt public agencies from using other contract vehicles or competitive processes as required by individual state law. Solicitation :Process A Request for Proposals (RFP) was issued in accordance VAth NIC State Statutes (G.S. 143-129) on 4/21/03. • We advertised the solicitation in the Charlotte Observer (copy enclosed) and posted on the NC Interactive Purchasing System rvcbsite at: www.i:ps.state.nc.us. A Pre -proposal conference.was held to review specifications and allow the suppliers to ask questions pertaining to the bid processor specifications. (Although law does not require a pre-bid/proposal; it is our practice to conduct pre -proposals. We actually scheduled a second pre=proposal meeting to encourage corporate representatives versus local distributors to attend so we could adequately prepare a competitive and comprehensive proposal that would work nationwide. We received seven (7) sealed proposals in response to the 12FP from the following: o Gametime o Landscape Structures o Little Tikes o Playworld o Castle Rock o Kids Flay o Play USA • Proposals were evaluated over a two -week period and the four (4) top ranked suppliers were interviewed. • A recommendation was made to the Board of County Conin issioners, which was approved at a regularly scheduled Board meeting on September 16, 2003 (copy, of Board approval enclosed). Evaluation of Prfflosals Using the RRprocurement method allowed us to consider factors other than price and.to award contracts to the firms whose' proposals. were the most advantageous to public. agencies. Our recommendation. to the Board was based on the following criteria: • Quality & extensiveness of the product lines offered; • Company history, annual sales, Dun & Bradstreet; • Design and installation: qualifications; • Pricing and discount. structures; • Product warranties; • National distribution network; • Marketing.plans. • Value added services; and it Compliance with requirements of the RFP. The evaluation tears consisted.of local PaA Planers, Procurement staff and Procurement Officials/US Communities Advisory Board members from: • Wichita Public Schools, KS; • I,A County Schools, CA; • Detroit Public Schools, MI; and • Harford County Schools, MA. It was determined. that multiple awards were necessary to ensure that these contracts will allow US Communities to fulfill current and future requirements of the diverse and large number of participating public agencies. The requirements of Public parks and school systems often vary and some agencies choose to standardize their equipment. The evaluation team unanimously agreed that the three (3) best proposals were submitted by: • Little Tikes Commercial Play Systems; • Landscape Structures, Inc.:; and • +GameTime. Each supplier .has unique product lines and offered slightly different pricing structures as well. Little Tikes Play Power Farmiu on LL Inc as of Se tember 1 2004 Little Tikes contract includes variable percentage discounts that are based on dollar volume per product level_ -:- Little Tikes also offers .rebates based on annual expenditures. ❖ Fees for installation. services are included or can be contracted separately on a local basis for this particular contract. A list of approved/certified installers is included in the contract. Landscape Structures, Inc. •3 Landscape Structures offered a fixed b% discount off all published prices with an. additional 2 % discount for single orders over $80,000. *.* Theis contract includes installation .fees based on a percentage of the equipment cost with a not to exceed amount per state. The work will be performed by local Landscape Structure certified installers and.can be arranged through Landscape Structures or directly with the local installer of the agency's choice. Landscape offers a lease purchase program through GE Capital to give agencies a financial option during times of budget constraints. GarneTime •.+ CrameTime offers a variable percentage discount per product category with an additional 1,0*/n discount for orders of$75K.to $1$0, •«* For orders greater than S150K there is an additional l A4 discount. ❖ Gametime offers turnkey packages that include .installation,safety inspections and all other necessary services. The services are based on. a percentage of equipment prices and vary per product category andlor state, Benefits of Master A regiments a The contracts are with three of the industry leaders in playground equipment manufacturing. o They each offer a full range of playground equipment and services with: • Unique and innovative products; * Age appropriate products; • Quick ship orders; s Replacement parts; and • Design, layout, maintenance and safety inspection services. w Each company is certified by the International Play Equipment Manufacturers Association (IPEMA) as well as their products, and complies with ASTII and Americans with. Disabilities Act (ADA) standards. ♦. All three contracts. include a network of professional field representatives at your senrice. • A pricing: commitment that the US Communities Agreement is the lowest availably pricing to,public agencies nationwide and further commit that if.a government agency is eligible for lower pricing through a state; regional or local contract, the supplier rv711 match the pricing under US Communities. Charlotte-Mecklenburg/U.S. Communities Playground Equipment Contracts Synopsis Manufacturer Veritable Index Pricin Structure Frei ht 0 tions Little Tires Current Percent discount from. current list price « Freight prepaid Manufacturer's List based on dollar volume per four (4) and add (actual .Price product levels. charges) r Installation. Fees Rebates for 'lara orders as follows: are based on $500k to $999,999 = 1% percent. of total $1,000,000 to S1,499.999 = 2% purchase/per 51.5M and above = 30/0 state. Game Time Current • Percent discount from current list « Freight prepaid - Manufacturer's List price based on Product line (5% to and added Price 26%) for Playground Equipment. (actual charges) « Surfacing: (14 to 1..8% discount) * Apply supplier's pricing varies per region (.10 zones) rate per charts and material.. provided as « Site furnishings: 5% discount Exhibit. • installation fees r�►dditianal Discaunts: are based on Orders of$75K to $150K 10% percent of total Orders exceeding $150K 15% purchase/per product category. Landscape Current Product Fixed 6% discount off all published list « )~reight prepaid Structures Catalogs and prices. and. added Component Price tactual charges) fists Additional -discount: • Apply 1 su pP lien s Orders exceeding $80K 2% rate per charts provided as Exhibit. • Installation fees are based on percent of total purchaselper. state. The Knight Publishing Co., Inc. Charlotte, NC North Carolina ) as Affidavit of Publication Mecklenburg county?. THE CHARLOTTE OBSERVER ---- ------ ----- ------------------------....._. ................. ( ( CITY OF CHARLOTTE/CKC AUBRE.Y BLAXEK 600 E FOURTH ST 87H FIR CHARLOTTE NC 28202 I REFERENCE: 30035256 4798459 RegOest: Proposal ( Before the under -signed, a Notary Public of said County and.6tate, duly authorized to Administer oaths affirmations, etc., personally appeared, being duty sworn or affirmed according to law, Both depose and say that he/she is a representative of the Knight Publishing Company a corporation organized and doing business under the( taws of the state of Detawsm, and publishing a newspaper known as The Charlotte observer in the City of Charlotte, County of Mecklenburg and State( o` North.Carotrna and that as such helshr is familiar with the books, records, files and business of said Corporation and by reference to the files of Said publication the. attached advertisement was inserted.. The foltowing. is correctly copied from the books and files 6f the aforesaid Corporation and Publication. I PUBLISHED ON; 04122 AO SPACE: 43 LINE FILED ON: 04/24/03 NAM . TITLE: I GATE: In Testimony Whereof I have hereunto sit my hand and affixed my seal, the day and ar aforesa�idf.f�/ " nr� Notan - 11 ! 2 f my Commissi E ��� ��+� ;� STATE OF NORTH CAROLINA CONTRACT # 040376.07 COUNTY OF MECKLENBURG SEVENTH AMENDMENT TO MASTER PURCHASE AGREEMENT THIS SEVENTH AMENDMENT To The Agreement to provide Park And Playground Equipment, Surfacing, Site Furnishings And Related Commodities and Services (the "Amendment") is made and entered into this 30th day of May 2006 by and between MECKLENBU'RG COUNTY, a North Carolina municipal corporation (the "County") and GAMETIME DIVISION OF PI_AYCORETWlSCONSIN, INC., a corporation doing business in the State of North Carolina (the "`Company,") STATEMENT OF BACKGROUND AND INTENT A. The County and the Company entered into a written Agreement dated September 17, 2003 (thee "Agreement") pursuant to which the Company agreed to provide Park and Playground Equipment, Surfacing, Site Furnishings and Related Commodities and Services to the County and ether Partici.paUn:g Public Agencies. B. The :;parties now desire to amend the Agreement by making certain changes and clarifications to the term and pricing provisions of the Agreement. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby amend the Agreement as follows: AGREEMENT 1. Defined terms used in this Amendment shall have the same meaning as are assigned to such terms in the Agreement. 2. Changes to Original Agreement, In order to effectuate the intent of the parties, the Original Agreement is hereby amended as follows: a) Addition of a 4.75% surcharge on all shipping charges to offset current fees. of commercial carriers, Should the carriers cancel this charge to GameTime, the Company agrees to discontinue the additional charge. 3. .Except to the extent specifically provided in the amendment contained herein, this Amendment shall not be interpreted or construed as waiving any rights" obligations, remedies or claims the parties may otherwise have under this Agreement. 4.. In all other respects and expect as modified herein, the terms of the Agreement shall remain in force and effect. IN WITNESS WHEREOF, an in acknowledgement that the parties hereto have read and. understood each: and every provision hereof, the parties have each caused this Amendment to be executed by its duly authorized representative, all as of the date first set forth above. ATTESTED: GANIETIIWIE, !INC., Title: eP OC4-1:o , ht Title: t d►-$.t . ATTESTED: MECKLENBURG COUNTY By: By: N( Ca my Clerk C unty Manager THIS ItlMUME:NT HAS BEEN PREAUDITED qtl THE HANKER R'I_.QUIRED' Y THE LOCAL CORN .ENT BUQGEf A P ,F S M(4TROL ACT. i 1 ill p TOR. OF F1 III~. �� STATE OF NORTH CAROUNA CONTRACT # 040376.0l ;COUNTY OF MECKLENBURG SIXTH AMENDMENT TO MASTER PURCHASE AGREEMENT THIS SIXTH AMENDMENT To The Agreement to provide Park And Playground Equipment, Surfacing, Site Furnishings And Related Commodities and Services (the "Amendment") Is made and entered into this. I st day of February 2006 by and between MECKLENBURG COUNTY, a North Carolina municipal corporation (the "County") and GAME=TIME DIVISION OF PLAYCORE-WISCONSIN, INC., a corporation doing business in the State of North Carolina (the "Company"). STATEMENT OF BACKGROUND AND INTENT A. The County and the Company entered Into a written Agreement dated September 17, 2003 (the "Agreement") pursuant to which the Company agreed to provide Park and Playground Equipment, Surfacing, Site Furnishings, and Related Commodities and Services .to the County and other Participating Public Agencies. B. The parties now desire to amend the Agreement by making certain changes and clarifications to the term and pricing provisions of the Agreement. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby amend the Agreement as follows: AGREEMENT 1. Defined terms used in this Amendment shall have the same meaning as are assigned to such terms in the Agreement. . 2. Changes to Original Agreement, In order to effectuate the intent of the parties, the Original Agreement is hereby amended as follows: (a) Addition of new products featured In the GameTtme 2006 Park and Playground Catalog. New products include, but are. not limited to, the following! » .. 43TH20 Water Play Oomponents + Climbing Nets, Note: GameTime's 2006 catalog is not attached but is incorporated by reference herein. (b) Updated Discount; and Pricing Schedules (Exhibit A) for 2006 to reflect manufacturer's price increases for play components and surfacing and Include the addition of new products featured in the GameTime 2006 Catalog. Price increases average 4.9% for materials and labor. (c) Revised Shipping Rates (Exhibit G) to reflect a 50/6 increase of commercial freight carrier (see attached). 3. Except to the extent specifically provided in the amendment contained herein, this Amendment shall not be interpreted or construed as waiving any rights, obligations, remedies or claims the parties may otherwise have under this Agreement. 4.. ' In all other respects and expect as modified herein, the terms. of the Agreement shah remain in force and effed.. IN WITNESS WHEREOF, an in acknowledgement that the parties hereto have read and understood each and every provision hereof, the parties have each caused this Amendment to be executed by its duly authorized representative, all as of the date first set forth above. By: -S—mai:17 @+#Xn "SSrd/1 'ezp;"-s '1- 141a9 ATTESTED: `...., (-') By: I aunty Clerk As To .Fore GAMETIME, INC. MECKLENBURG COUNTY . ouin y Manager THIS INSTRUMENT ws PmH PRE-AuDgm tN THE MANNER REQf31REp'QY Twc T14Esy'hi +BUDGET At�D TCi r / ra►a OF: Ff z W m TJ � N. �° m fp y eo ci C7 nn W d X X X X x 0> m m n . 3 cr Cr [a N w P CD CD 4M a ((i * a ffl;A iii a 0 ee I" P9 � tD N a I a � 5 CD ca. -{r2 • � tl1 rn w C, 0 0 c z -q W ci m o c r rm q3 q 1r1�o6 RPt^ 269-2003-077 GAMETIME 2006 REVISED SHIPPING RATES PLAYGROUND EQUIPMENT CLASS 70RATES METAL. GOODS Zone State Total Min. Charge, Shipping rates per hundred refight (cwt) of freight Lump Sum Full Truck Load Charge UNDER SAD# SD1 to 999# 1,000 to 1,89$# 2,000 to 4,999# 5,000 to 7,999# 3 IAIabama $ 117.75 $ 13.71 $ 13.71 $ 13.71 $ 10,01 $ 7.59 $ 700.00 $ lArizona $ 304.88 108.70 88.24 $ 73.92 $ 63.60 $ 53.74 $ 3,500.00 7 Arkansas $ 1'fi0.75 $ 51.03 $ 46.48 ' $ 36.39 $ 29,43 $ 2106 $ t ,180.00 9 Califomia $ 301.05 $ 112.33 $ 90.48 S 75.57 $ 65.31 $ 57.15 $ 4 000.00 $ Colorado $ 217.18 $ $3.74 $ 74.04 $ 60.20 $ 50.90 . 40,94 $ 2,400.00 1 Connecticut $ 186.12 $ 68.42 $ 63.04 . 50.25 $ 41.58 $ 32A2 $ 2,210.00 2 Delaware $ 181.40 63.64 $ 58.44 $ 48.38. $ 37.98 $ 29.74 S 1,780.00 2 District'of Columbia $ 207.68 $ 68.54 $ 63.62 $ 50A0 $ 41.75. 33,55 $ 1,720.00 4 IRorida $. 220.79 $ 72.31 . $ , 65.83 $' 51.71 $ 41.96 '$ 33.18 $ 1,700,00 3 Georgia $ 178,87 $ 43.73 $ 39.48 $ 30.20 $ . 23.52 -$ 18.43 $ 800-00 10 Idaho $ 294.00 $ 110.48 .$ 88.88 $ 74.34 S 64.38 $ 56,63 $ 4100.00 6 Illinois $ 200.28 $ 69.49 $ 58.36 $ 44.59 $ 36,35 $ 26.08 $ 1,390.00 2 Indiana $ 177.23 $ 64.00 $. 52.39 $ 39.60 $ 31,94 $ 22.51 $ 1,150.D0 6 Iowa $ 183.11 $ 65.53 59.65 47.16 $ 38.65 $ 29.81 $ 1,840.00 6 Kansas $ 181_11 $ 64.31 $ 59-25 $ 47.06 $ 38.56 $ 30.13 $ 1,800.00 3 Kentu0sy $ 165.10 $ 48.82 $ 44.66 $ 34.59 $ 27.53 $ 21.43 $ 820.00 7 Louisiana $ 1 00.72 $ 55.02 $ 49.21. $ 3825 $ 30.81 $ 23.87 $ 1,190.00 i Maine $ 202.15 $ 79.62 $ 73.32 $ 58.78 49.36 $ 38.31 $ 2,770.00 2 Ma and $ 182.27 $ '62.78 $ 57.69 45,72 $ 37.45 $ 29.49 '$ 1,710.00 1 Massachusetts $ 243.15 $ 94.26 $ 87.60 $ 70.43 $ 60.11 $ 45A2 2.450.00 2 Michis2n, 189.62' $ 7028 $ 59.37 .45.57 $ 37.3..5 $ 27.01 $ i 540.00 5 Minnesota $. 192.56 $ 71.77 $ 65.92 $ 52.67 $ 43.78 $ 34.15 2,230.00 3 Mississippi $' '167.57 $ 47.06 $ 42.98 33,11 $ 26.16 20.3$ If $W.00 6 Missouri $ .171.68 $ 67.67.. $ 52.08 $ 40.76 $ 33A0 . $ 25.41 $ 1,320.00 10 Montana 290,51 $ 109.06 $ 87.57 $ 73.22 $ 63.24 $ 55.51 $ 1,3040 6 Nebraska $ 189:24 $ 70.19 $ 64.66 $ 51.58 42.77 $ 33,32 $ 2,350.00 9 Nevada $ 301.09 $ 113.22 $ 90.94. $ 76.02 S 65:70 $ 57.70 $ 3,600.00 1 New Hatn 're $ 195.58 5 74.31 .$ fi8.46 $ 54.76'. $ 45.68 $ 35.51 $ 2 770.00 2 New Jersey $ 227.39 73.07 .$ 67A3 $ 53.99 $ 44_11 $ 35.10 $ 2,080.00 8 New Mexico $ 263.60 $ 100.7714 90.91 $ 73.26 61.86 $ 47.81 $ 2,640.00 1 New York $ 207,91 $ 71..73 .65,96 $ 53.01 $ 43:56 . 34.14 $ 2,400.00 3.: North .Carolina $ 1'94.49:. $ . 67.01 $ 62330 , 50.78 $ 42.66 : $ 34.95 $ 1,o5o..00 5 North Dakota $ 222.80 S 88.45 $ 80:85 ' $ 64.93 $ 54.74 $ 42.79 $ 2,800.00 2 Ohio $ 189.1t3 9, 69.59 $ 57.53 $ 43.81 $ 35.76 $ 25.39 $ 1210-00 7 Oklahoma $ 175.40 $ 61,03 $ 56.19 $ 4C51 $ 36.32 28.40 $ 1,660.00 10 Ore on 3 313.74 $ 11$.20 $ 94.88 $ 79.33 $ 68.60 $ 6025 $ 4,400,00 2 Pennsylvania 181.10 $ 63,21 $ 57.68 $ 46.76 $ 37.46.S 29.30 $ 1,800.00 1 Rhode,Island $ 187.52 $ 70.27 $ 64.73 $ 51.70 $ 43.06 $ 33A9 $ 2,500.00 3 South Carolina $ 180.94 $ 52.81 $ 46.11 $ 35.06 $ 28.01 $ 21.87 $ . 940.00 5 South Dakota -$ 212.83, $ 89.12 5 81.24 65.35 $ 55A9, $ 43.20 $ 2700.00 3 Tennessee. $ 167.65, $ 44.59 $ 40.39 ' 30.97 $ 24:28 $ 18.98 S 770.00 7 Texas $ 177.27 $ ° ' 62:99 58.01 $ 46M $ 37.79 $' 29.50 $ 2,100.00 = 8 . Utah $ 276.37 103.95 $ 83.51 $ 69.78 $ 60.34, $ ' 52.96 S 3 300.00 1 Vermont 197.53 $ 76.26 $ 69.33 $ 55.46 $ 4629 :. $ 35.99 $ 2,620.00 2 V inia. $ 173.86 $ 58.15 63.57 $ 42.13 $ 34.17 $ 26.81 $ 1.400.00 10 Washington $ 326.03 $ 121.18 $ 97,45 $ 81.45 $ 00.30 $ 61.57 $ 4,600.00 2 West ViEginia $ 212,04 $ 78.57 $ 70.63 $ 55:70 $. 46.58 $ 36.31 If 1230.00 5 Wisconsin $ 183.48 $ 66.37 $ .81 $ 46.97 $ 38.52 $ 29.24 $ 1,7'50.00 ,10 [Morning $ 265.47 $ 101.76 $ 84.9815 70:20 1 $ 60.17 $ 51.02 1:$ 3,200.00 Note: Apply freight rates to the total weight of the shipment to determine delivery charges. Rates are calculated per hundred pounds of freight except for minimum=charges or a full•truck load quantity. On: larger shipments, the full• truck load Lump sum charge maybe less'than the calculated per cwt charge. M' oR.9zzzzzzzzg�KKK O (D [p m r 9�r`��0 =aG7_T+Gr7c�c��a n G 5 O 3. `i C y 7 yj' a) Si cn c"5" N 01 y ' N CL A) s m Q 3 y� T 0 G N N y q 0 N y 2) X w p a)_ d. y D �. N �, p tDi - .� _O D � 7 �' O N _ m O 1a d 7 O n [D 01 N m m N Q y fry CD s � N 4A6941969 61)�4A<A •W 6a6A67 era4.9406aEAfA6A66010694A4A -ea 6Atag'4A69w6969c9eraER69 6o.69 r an ..,. W ..a1 V fD. Ni.a p WWN .,.. �y s..a �..e•.�. Op0 ..a ..a ...►� Q s..+ W O �.s.a N..a N.i ..a SU�� N ..a j� OQW �14 OOOO 5A3CD -<)l 00 96.DV W C. 0(�p0 M O C COQ ttg�o pf�ss p OD>O) WW��Q:a 9)W co ON w 0© OO IUD CoCa 0 coW w c1o��WppC��ovvCoOoOo�O�ppDooQo w W O�wGo9oAoccocw0; g0CCpv C4CnDy�Oo�voo�[po oPop0�opaw ww Q �oqo O d� 8 q O P �'" d C a a oQ d" o �o�+ CJ 3+° a C? EA60tagk96oto4fl4Affffntow4AtofAfAdY4A4AfA0 IN, b'i4Aw(AsfrEA6A6A 40 ?AH0<0*R,6afAfA -pC ra 1 ...� j J ..ir .J,� ..► ..1, s W �. 3 CA .A tfi � � C3t Cn CD -� i _.s i ..# �i CSt .J. C11 +L W ..► N w.i. Y( l a M � 4!ri � -4 J fA � co i ...i. UI � V ..� W ..1 W r.l 3 W N-a.s CA ski CI'1 ,� Tali GDCnC4 W OCR P13{h (o fD� tC�T1 to CC" Po, .b.coQ- Ln 4�OO'o'M0'W (UPI cnnCO-4-4 (Cn W Q-p* �01 (0 'trt 4A 4A fA 6f 69 44 4A 69 60 69 4A 40 69 tl! Qq. 69 60 .EA ffl 40 4A ?A 6i 4A W 6A fA {fA 69 4A 69 to e4 ti► ya 6s I" .* .c �. C) C7OG:OO©C7.C]o0 o'v 0 Q 0'0cp000ac ' 0 00 oinCD� Q w�jm•• � V4 f C V4 O .VV-4 m tl VV wCCP Ca_..4,VWVVi-4 C� Wl 'mM�W'aV C CC CC -4to -� NN NNNN.NNN s NNN h7.NNNjNs�N.-aNNNNN-+-+N Nsi�7NIV N-+ � T co 0(� C)00 0C7OCA p.OACiC7 oCuOODGCDC�On 04-4mn ow AC? A CIb CL N W N W W W N CA N enG]CsrCAi3�CnQOCflQCAL110Cn N N iV N N N CW� N W N N N N N Wcn N N WCTito0CTCflmCNWCTCAW000O N N N N N N 8 Na "M N N W W A) CA N W N 69 EA W 419 Ef► ta9 fA 64 6O 4A 64 69 44,64 4A fA fA 69 69 V0 W i9 69 69 40 64 '4A *99 (Y9 ip f/4 W rig i9 � C O W G4 C7C7 -► NWOW Cn O�GC0]OCyO©f�p W Cp W WCAww�p(�,��p�pCAA W 00AODOO,C A D D G7 V �W W ti.A0S A -4 W.IS.8W3QAG ClFCACoAANCD' -Pal .p.AWAA coO W AP CnA COD .gyp ip OOppO OOGOC.O©8p88OOO68 .007O.O�OCw O OCOSp7 GAC" COD, COD COD COD 4I3651 e9 fA to 694A 6►60 644^ 60 40 fa '6969w b9 CA 6+►60 fA tf969 fo Gr069 t!0696A 64 G9 d9 !a'l to vo f-44N 0 m @ W �oQ-a0 o�aQsa.�,v.o:o W ip fD w W C� 0 pD p7 i� W icy W is OD m V io W o -+ iyiv Q N N CD cnio UI W a a ix SD .►c, W .Gq io. QD s c.ia OD W �+'cb W co: co C, C7 N c'vb M V N Q Cy W d 4 y G) A m m c m Z Z m m M m v O m C M C) n rn ;o Ul (I) it [� ro pom N y 7 R7 ti m CL 7• g D N `y. - 94 0 yr f10 H �. r _� M H 7 CA w C � RD 7 Cti N m � 4Q 'p .e qG C7 C nm O CJ t/i i� T C. MI O � 4 R m r C� d p 0. C. o m `n Q�.$ co h cn o m Ile, e m? ICP, CD F7 E .a) m cl �N C m N m a m• a d �• N tD P N An n W N N `C ha n [] a a m a. m N �7r U} N VJ m is T c h � ID 0 ca' Fi CA 69 N� N W CD C CCC-t�(ncn � p p S7 91 d m. 7 N ������� n� NNrrrrrrrr.r ..( n' PC7 V90O% Co{5{0�LC!P V CO 0 Q O O O C N W 0 607 Cf Cb ��a oa o9 'tp o CD a°���a'•a�a� "D .Cb co Co C7P ao n yr � n vaw avifl�nsa�49�AaA M n n C, a h GfaA0Cn 00 C"0)f+aq 0m V W00cno"ma��aCa Cb -+ N tta <t� N �••* N E{iEA+.t74oEi9696A6,A4'sfo4�i C n 0g Coo co o, OD 00 O n CD CD ��O ID C? Cn � rn �NIV s�NNrNN�.NN 0 :n ��• O NN G cc NW.NNNNNNN Gi 0 a ,C7i Q 0 Ut N cn C" rt► io -0 fo 49 iA 1400 fA 104040 O -a m a �-. Csco oaO�i�c� �gop c 4s <A ti! � #/► tw � si► �► to fA � m � e m m to � � W A N �' C?i C]� i► A C7 Xa CS7 A d [A �TTXo a 3 =camv_Oc?CsC)n 7• 3 7 m a t] N 0 m ma a�.n)�'w y i= m �m�oa�m m C] � c 3 m 69646vr464b4EArofA 6969 EA69EAfofo 60ro G G N �....�.........A rr.a,NN4a--.CA) V V CONOACTICD.G7.OdP00-�+Cd©O q]CO�p > W-+,0 V NNNAd-+(�i�1 §9 O'� C� O 0OO OC?000008 O L [] o00S8888888'a'oa0000a aa�). caaodo *n tin iA 69 69 69 69 69 QS fA 49 Of 40 64 69 EA 69 69 A C7 �c g AAAAAJaA A'AA�aP.mp a pAA V CA Ut (MI Ch -► m N 0 W 0 Cn CA CID pppq C�� �Cli.0 -a -r O) �•; 0 N m -{ a W co -4ILM m 00 N � .W r . "0 C 69 69 69 69 68 64 69 6A rA 69 69 44 69 69 ee 69 " 69 ma � � tv n Cn ~ Cy N 0 V M C7V-4MW-4W -4 W �A�klL-4:100 A N O N 0 o O N O n Gn A fr1 :V3 69 iA 69 SFi H9 69 69 69 EA H 9A 6A 69 (A NPF P $0 fDpR!D�opa!00PD50 W p pp DpSDSo Wr�,� ppCD i.7Eton T04M.AW Cn to . oD�QW 0 69 f9 EA 69 6A 6PY 69 to 46* $ro 69 ffl 69 fPl 6% EA 6A fo 0, CXI 00 SJ7N C,n CC 0 l0 0 CS.N-i 'CJ1 al O W LotCri A 0 Crn V cn dt307 Cri d p0 (�ppN 1' C?C 80C,0000.007000al pOOC9 obczb0 0 c CD 44 69 40, 69 CA 6f! 69 W 44. 4) {A &) 69 69 EA 69 FA b9 N n� A 1pa W W A A A A A A A A #. AM 0 y cD C7) CCWpp CJI C7 pA O N W A& W 6N) W W t tW �f N a [�7 A iN CD (o N t7 W 0 4 A` m --I m N Q C O> m 0 r m v C m N C M n n z Q MA 0 C � W ro m m p CO �a m c4m�' w tr d ID• �cr O ag 0 ro °.3 N No-.. CD 3 w C O : F•O 7 P N N CL 7 a N Q (G � � c a> w v� ro CA ro x c n (D C! W 0) 5Ccxf -Iwo 70 0 00 0 ZQ 0 <C+ caC y 1' 7' �n Q (A (D .10 6lp M�_ •T .0. =: y ' .� S`;U m C d tD . lTu 5 CD �mw CD rn to 4A. ov tImtog W9 fo 49 40 to to 69 fA fA 69 M 69 fi4 e^ to 4Y4 fA 69 69 69 fo E5 fo 69 #A 0 N app"arWa V N Ao aiVV g N co 0 0 wCWW CAU(NcnWAu- W CO -N CJ A .-4 Y- Oa� QO 0co p �w C0CDDCC3000400, h oc+ OOQ QSg$ CSaQ0 eA 44 69 W 69 44 fr9. 69 fA fA fA dq iA i9 4A V; 69 *9 E9 69 69 09 69 G:> 4A 64 49 fyS b9 to 69 A O CJ e p YA A(A(�.C:;pI- AAA p.Ja P.AAAAAA AAX W;-W nM 0 .OVDNCAC�!0�'N4V?Q NA�A:A'A}A_A. W W O.(V A7 CSC.AAQN:'1WC.7.CbpC ��App�ppA��� V --4Q,C L�� fA fA 4A Tag <A w .69 6rr • 49 to E9 fA fA 09 #,9 im to V% 69 69 -W 6% to 69 tart to 69 fA 44 f9 69 0 m u' w W LA w CA -14 V CA M -40 CA 0 -1 M M V CD 0 V W V V CSC -4 Of C.) (07g S� -•*Go-IWGbc7iC4.�O=,167CDW�p - •�CAw WNCQW Nto VNisw,?A^/N 'v'vtiO?c'i Aco, -s47:-.^J w4Pm'-P�W widCnx0c> G+oCn .• to44EAto<0*9446 4E4eAtof4b969E8foJAfA69ffltA69CA40*4f9tA40 61b W � �r Cs mmcocaeammc�pocrioowCDaacacpapoa(ocvcaso.eo.cammcamcfltoeo '(+W' x Q7 _ W ^a C7i c,,A CT W 'C7P , , j+ C) W CR CO Gti C,.� O •+ F 'V W. + C W V t0 V h] tl9 W W N Q W CA Ch cl iV -d A. co W N A C? m hJ w -� N 69 HA (n V3 fAl 69 69 69 4A to 44 f9 89 Eft Efl w vl! to 69 4A 6/i {f! 64 199 " fA fA fA 69 69 � pp0 0lb�CJ1C,�� Ch,�.wW�Nv (7�dC�tOpO ^►-+N:�'.p`-a pQ W W.NU346 0CnjNsNC] O O•CJ O.O O Q C [] CJ b G C 9 O Eic) O O O CQ P C? 9 pp O O 8 bOCn b O b i7 o a o oo� C� oo e� o v.a o Q 4 a a 0 0 C O o a � o$ to 69 40 to fA Vs to to 41 to to fo fo w to 40 69 to FA 69 69 fti 65 Wr 69 fo ts► 69 40 40 (a a us c incr -� m A Al AA A?r?�CAh. WAA$laMJl L4A.A4646AL A.ApAA W A 4L4h.A4h. 17 V mCDM.-4 dA�001C:-n DWWACitW^W-*G7aWGiT]C�11-jCb NW CCL '7t N Qy KD IV 0 cm W O ,4 V m m N O G� C73 M 0 r m D C m In Q OZzz2z aoororo cncvroav�y' 2Zmmmwcgc C YS rsm.mcu tam ==CL as Wro Ft�oow�M.M h' p s ��� fi Al a� 7 m w 3 ro Cn m suaym - w cm Lu w gym' C7 a O Ca .. � t5'�mas .4j � L7 -. p su O a n' ac�o�procuw - C�'�00 �' � � 'G0 aim mn_n�fn 3 � N 01 x X N B 6� � � m p O n a ro m E' a- iii' Es 6A EA di 69 Efl fA in 6% fA 40 to 10 {,A fa t* 00 fs -W ",w 4A <4, 44 ftf tag d; 69 6s fA N �} ti9 69 m �^ ti M NtVN�jN N1V NNIQ toga NNNNNNNNNNNNNNNJ. O]C�LP)COCnW Cod)G WbsC� W W C�tA[S)O1oilb�CPfC�GfCOODC>CoC A� W -� W W P7 W W C74 CJ s W W w W W W W W C1810,189 --+ W W w W C. tn. 0 W 4n W p 6r+ to ti► &'P w {A ro fo ifs EA fA wi, wF fA fA to 64 ,w Ef► fA to to Efi EA wH 64 EA 69 iy9 to b9 ",w n N N N N N N N N N N N N N fv N N N. �p.(a� N N N N N N IQ N N N. N N N N N N N y Np�p r tJ �. ...► .�..o► .ppspp .prq ...t � � .((.�j+pp �pppp t N A W A A A A# ?# W A##### A A# A W A A A. ppipp A J+ �Np A A w A co A 69fA4iAG9#!69406B6969Vf,Efi EA EA EA fa6Ab7f-4 ffl b9'EA4,%69696Ai,69b9fo69iRto � K �� C..fD NNNNNN,NNN �O �o t� to w CD' SO GQ NNN U7 {D i0 WNNN.NN C c0 t0 �q �P (O W r W :s NwN �p . r 0 C-+CCNC7 A##AWAW too #AAAA oGGppC?OOCCppC]OO fiAAAAAas AA1a'AA•AA CCCpp47NNwNa PPW W.#WA D ti 6ri &i f 9 69 6% fb% 69 69 69 Efi " in tA: 611. 69 60 k/9 tai 69 69 1w w 4A (y9 40 fA 44,69 Eli 44 46 bf 4A..00 O . N N N N 'N N N N N N N N N,;N N N N N N N N N N N N N N N ro p w A W w to (A tj Ch 0 4W W W W, Gs to 4D LS W W W W W. W .. w W W to w cn Ln W. U1 w �, Co s ca r C* S . b* "oa Qo W Co 4 W m o' 'Q* CO CD OJ CC w CC 0 OD, oo N (ID CD CS' as �o � cn ao � b n t/4 Epl fA e9 4f) b9 fA *a 64 69 fo fo o " .to 89 to EH 4* 44 6V 4A 40 *19 fA *FD Go 4A fA fo fA to 4R � a1 W N N a7 � Cn al W CU W � W eP ��,a7 CA w CPP �} CC (� C7 W CA W W W W w W# -P, -A, W A W. to WCDWwJaW A cn to ' 4 to cn W,aWLaW '.4 !tn # cn tn W CA WWWWwW.WWwW al CA in in cn to SJ1 CPe CP.t w p1 .# Cc to L7� w �n W W A A W A W C9 O 4,1, fA 69 $9 69 6A Eff "'m #A L°1 dl 69 Efl to CA 69 44 to Ef] 4A " fo 69 4A 4A 400 dI9 b► 69 lA an es [A 0 mm� co M Coco N tn QOQD tn •M to co 0 rm co 0 co N co CT io CA CA (A. c" CPI to m CA (A CA CA Cm N Ci[ C�.'Ch � CP'I CC" COT CW7'i CA m � .tn .W fis dA EA 6A 69 fA fA to fA 4A fa fA �co in 49 fA GA .GH 69 to en 4A w 69 69 69 *0 'LA 44 69 iA IN 40 '" h'! �. W .... N ;.► ..r, W N N N N 's t w+ W N N -+ N N a N ,a .4W pWo N C] CD CID m (NC,ryh ty� «�* W W Co W qQQCf pWppp V �p1 Cpfl CO�f pGp7 CW� W 4 Cn - w -d M cpoCp q. W_ LPL -4 OD MO O of !� C. 0 (O Cp? Cpp7 � Cppa O Ca?? t7 m � OOO GOOOCd� pCp []CO?a OQ�a09999OC�C�QC,�CTSOSC788 pO qd pp �0j pQp M,C� n N 47 tS7 N b C) W CI V C) m m Q N m f" m v X C 03 m r m CA c n Z O iV mc��a�ioao a In m m A 7 7 7 4Y XCp p i � 5 fh fD + -711. y a mcr (D to .-3 COD Qwl o y nro m (D 2 ao y @ O n S N 7 Fm dr' CL 01 ro 00 0 C6 C: 3 W 3cm c to � � n• c at m to . .0, 4? ai C? 7 tD IA (D N � a y. F O ago ai Cl 7 to m (A� Cr px� _j � cn N 0C�—'.0 W q a � " m ' 07 i17 #A #A #9 EA 60 69 49 69 49 49 y9 49 lra W NNN�•NpVNNNNNNNNto C� Qi cm V CA C) m m 0 v�a�Wrwa t ww� n O � m ��.N. N � NNNNNNN �• N N •y •� ...F .� NN.N r r r W� i s W eo 4P co .P is co 'M 4k pppp A co A pppp .A I= la. w 4b co .A co A :w A. W W m A PiR494444#A494949 FAEA49 #9 fog Evi �r Ci.I C7 .p LO . a7 .� ^^►OO�+CIC7NNC7 Aar.-PAAWW.mA ��A�•A? p ld1 FA s3i 6g b9 EA EA #9 49 49 i99 #A 49 a � � m � �ww W,W CN)1fN1t. 54P,t W W Aw m %7 :I CO Co. � Co Co Q 0 oo. co W co cv #.I co � {fl #9 {dl 69 EA fA 44. 49 . 69 #9 EA 49 4! ro� GD W W W W A A W W W W W 'O W ze 4a9 lag EW 61 4W fA b9 wip fo w w 49 69 G9 #A G � � w NT�hC�JtN [witCoilChchmchC17(71tTiNt ds 49 ," dA cy9 6s EA C4 44 49 49 In #es fA lA �y W N -+ .,a N W N W -& W :d ID W -+VCAN0Ca7W CNTI—pC ovaa���ug'�'��SS�g a T ,n N C3A r N d 4 w Q 4 y G7 m m N C Q CD m 0 n i m M C w m r C n_ Z CC-►cn�(�y�";a-npOzaz 2E• z�:KKK �r� W =G]T�vca[]n?+� • O W N M �� W (A NM N h PAY A7 W C _� CO fQ fl- A9 . a) N N � N C•i G m N W 69 64 fag W W 0� 69 40:0 6q fu% 69 fig ER H9 tf9 {A Wq 69 69 69 fA 4A 69 V# iA .G9 69 69 fA. to Qn 69 40 lw wwwwwww a aoavoo�caoovvaaaao�c�ooa.g•`o''�a•�. wwwWwW WcaWw w:www W wta w ro a- m ggmf°Dcc00owwf°Da�c°'of0°n wc°'owc°°ac°occQ°V010amC0101ooColo . . .�p'o'. 6cc°oacWICO h x 69 69 4A 4A 69 69 6Tl to 6q @A 4r9 44 (09 to 449 fA 63 64 67 64 Gq 8A V+ in 63 ... 6R 69 49 64 .64 00 n -j � m N N N N N N N N N N N N N N N N N T CO CA 0 to .L" Cn Cn Cn U7 C" to Qi Qn Cn CT Cn Ut to 0 Cn CR Cn Uh Cn Cr Ut M Cp Cn Cn CA Cat "Cn w W W W W w to W w w w w W CA, Ca w CA W C� w CA W to W w W W w W w W w W w W CO CA. w CR 0, td w W w W W w W W W W W CC,,]] W W W w (A w W W W' .W W W w. w to A N 6r9 !N to f.9 e% $q 69 w 69 813, OW 0 4fi fA bq 6% 64 to ff9 40 Go 4A 6% 69 in 44 64 40 £9 89 ea 69 69 m� W :W W W W cA W W W W w W W w W' W w W. w W W W W w. w w CA w W ca .C,� {a w. .w w w w W w W w w W w w w W W W w W' W W W w W CiJ w W W �,7 vo 4J W WW ell CC��,,�� (A U• V M -1 Cn V (7+.cn V V Cn{�Zn V V V En V (A V fs m«cn V yr� V t V w6 V V in V- in 1 in 4 V cn V Cncn7„ V V V in 'V rn -4 0 V (A V 00 V V Cn V Cn V o O 64 69 60 64 63 6s sn 64 69 69 69 64 199 6q 69 4n 44 ffF (,9 6i 4i9 4A fA 63 69 469 IM fA 64 4A EA <0 49 69 0 �I W .m =1A .V N V V V 'y. :A '�-,9 N V N V N W N V N V N �( N V N V N �) N V N V IV V NN V N V N V N V N V -4 V N V V V -4 V -1: V to W m W w w in W Cn w 6is:tn W W 0 W CA W C71 C.7 pl W Cyi W f=7 w (J1 W Ul w CiT W <31 fyt C►t �T (n Cis CTt 01 CII CJt t71 C71 CTr CT1 6 Cn 6 CT W w W W W W W W Gi W W w w C,i W W w w 63 6ei 4A 4&4 05 49 69 4A fit 69 4A " 4a9 EA W H _Qq l6q 63 fA (A 4A 61 44 69 69 G9 4/9 6a' 6q' 63 {A 64 4e9 W' CJ w W W W W W w W W 'CA CJ �,.7 w Cfaa W W W W W W w W W W 14, 539. C39 07 W of .CA cn Cri f7A � � � mCn W W q'1 W Cif W CA w Cn W Cn W <n w ch W Cn W W in W fyi W 616 W W Cn w Cn W Cn Ci7 m W W W 4n W fFn w 0 W 0 W 1p>l CP W 0 w 0 w Cn�t W W m w Cif w LA w w W Cn w 6 O 898A y9 fA 694A 6N 6=i 6o 69 kA CA 4A 636969 fn 64 EA en 4i944 iA 4669 bq f19 fog 69 fa 696964 0-1 N N NN NA]NNNNN:NNNNNNN.NNNN.NNNi�.��� (p��OCDfDCOCf7 W POW W COQW COW�woCOCOCO•(0.p1�wppj K)�.NNNN C15CO .40 ��CpD��CppC Cn cn Cn 00 9 COP (n LET C�n.�'R m R (A CA COn fn COn con 'Cop con C!1 Ct� tOn (A �.CJ1.07 Cil 0 fT.Cf1 ul 6469694A4AfA694pi6i6.,'69£f!6969...6°A6969d9eaiM .44fAbi{A69(afAif►tofA 0 �!`) W s fa-+ -+ W NNN ► a ..�W a W�I��:N y 0 wcnwcn� v.caaar� �NCQ (A(Pw0 o oc c g�v� -' oo�' 00-4 O( aawgcaa01,In nw14 W mCA. =+4?CX9[nj �a.a1- cl:Scnog V �C1 — �n Q 00000Qnooaocggggggg$S.E. . . . avoo.40 COO C ipQ Qggagicog° Is n N cD N b O W 0 V m m N 0 M m 0 r- m v C m .r m c 'A 0 z a <o CD MY (p C 7-W» as 6 0 4 � wmm m mynn�' x •0 -0 co p m -=- n z• 'Wa �rnWmnmra N d _ m 03 �@ W �.. CDCD n d cO 0 0 a o' to CLro m CL S � W C. IT fn Wibc CD s 0 p ai n.CD m (D p• Q � � N • C7 c W m rn y $ . fn A SU c=i � ro - x q. 0. C F y z0 D zzOk:E, � a m 3co�mdS Co0onu' m W a. 3 wO . as W x 0 v =• er 64 4A lw Im 4A fA vo cr% s0 Q9 sw 40 40 � r+ V tNflrQs�nsNawwwwwwwoo m KJ7 CfiWL77<nCnEftvN-�t�1 -4 4rlr4 V,0.CQO'QOO V V VipEzs W w pl n 7:' fA6AiA69G949G969G9 G9 &S4*to44i01 n NN AA? N N AA N N A N V NN ^V �!�l-V N N "I" �1LnfJl N N m •U NNNNNN❑?O tf+ to rs+ to cn c», w w 4±'Ch.C3.'Mww w W •W w w m G9 E9 b) fA 69 G9 6A :a9 +a9 49 lea '49 -.eA #n fA m W wwwwwwvamcOro. W w w w W W W W w W W W W ww W CD trr�irinc+�cha�oaof�zsb�ip'0 6in 0 it of a1 fIr Ul to w W W w' w W W -I - 6-9 b► 6N 6► 4A td% 64 fa d9 fA 44 49 w 4A �2 &* w� N N N N N ,N W .W W W. W W W N N y V-f'+l -4 -4 V N,Nh]IVNNN-1ti CA wF 0 - CA ri to i� En Im J t" �'t" Q in c ch C in Q 0 w to w � 1P 40AMt*ImG9U9-W fAti9fAtagH'1$9"d9 AA i+AAAV�1 WJa AAAA V V V'+1 P Ata V t'Atb - in do ao ao N CD -4 Qn c C" -co (A i0 cn i0 to cc to ao to is to in w in W 6A fd9<A fA Q;k (/9 iA 44 G9w tR 49<Otl9 to O � ca NN.N'N GD N Co N Ob W.W„W. f0 CO. (U �] .[Ly (L7 U7 w W n CA Cr '(n f ll En En w W W W Gi W W is W Nn7'N,NNNNNNNNNNtnCn m fa 4*,r Hf ti? 44 49 49 49 iA 4A 40 6% to 69 49 rQ��Wpp!U �N.� ..w N WWw GSG<D ((W�ntpo 8C8S9E3 W S rm I � d 0 0 0 0 0 Q pp O j9 O C O O C O 0 t? 6 � .�� a© F F 1 /1 /06 RPF 269-20.03-077 GAMETIME 2006 POURED -IN -PLACE RUBBER SURFACING Page 1 of 1 EASTERN STATES AND CALIFORNIA ' Alabama, California, Connecticut, Delaware, District of Columbia, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, Nebraska, New Hampshire, New, Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia, Wisconsin oured In-Pla a (Installed); 4 ft_ Critical Height rating: Full Color Discount Per S.F. 1,000-2,000 S.F. 2,00163,000 &F. 3,001 S.F. & Over List Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.F. 14% $ 14.21 S 12.22 S 13.77 $ 11.84 S 13.51 $ 11,62 W50 Color 14% $ 12.46 $ 10.71 $ 12.02 $ 10.34 $ 11.75 $ 10.11 6 ft. Critical Height rating: Full Color 14%$ 15.79 $ 13.58 $ 15.35 $ 13.20 $ 15.09 $ 12.98 50/50 Color 14% $ 14.04 $ 12.07 $ 13.601 $ 11.69 $ . 13.33 $ 11 A7 8 ft. Critical Height rating: Full Color 14% $ 17.98 $. 15.46 $ 17.54 $ 15.09 $ 17.19 $ 14.79 50/50 Color 14% $ 16.23. $ 13.96 $ 15.79 $ 13.58 ..$ 1.5.44 S 18.28 1.0 ft_ Critical Hele ratirt : Full Color 14% $ 20:26 $ 17.43 $ 19.74 $ 16:97 $ 19.39 $ 16.67 50/$0 Color 14% . .,$ '18'.61 $ 15.92 $ 17.98 $ 15.46 S 17.63 $ 15.16 Add for Aliphatic Binder 14%. $ 2,54 $. 2.1'9 $ 2.64 $ '2.19 $ 2.54 $ 2.19 CENTRAL AND WESTERN STATES AND FLORIDA Arizona, Arkansas, Colorado, Florida, Idaho, Iowa, Kansas, Louisiana, Minnesota,'Missouri, Montana, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington, Wyoming oured In -Place (installed): 4 ft. Critical Hei ht rating: Full Color Discount Per S.F_ 1,000-2,000 S.F. 2,001-3,000.S:F_ 3,001. S.F. &.Over List Price Per S.F. Contract Per S.F.. List Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.F. 14% $ 14.74 $ 12.67 $ 14.30 $ 12.30 '$ 14,04 $ 12.07 50150 Color 14% $ 12..98 $ 11.16 $ 12.54 $ 10.79 $ 12.28 $ 10.66 6 ft. Critical Height rating: Full Color 14% $ 16.32 $ 14,03 $ 15,88 $ 13.65 $ 15.61 $ 13.43 50150 Color 14% S 14.56 $ 12.52 $ 14-121 $ 12.15 $ 13.86 $ 11.92 8 it. Critical Height rating: Full Color 14% $ 18.51 . $ 15.92 $ 18;07 $ 15.54 $ 17.72 $ 15.24 50/50 Color 14% $ 16.75 $ 14.41 • $ 16.32 $ 14.03 $ 15.96 $ 13.73 10 ft. Critical' Hei ht ratio : Full Color 14 0 $ 20.79 $ 17.88 :. $ 20.26 $ 17.43 $ 19.91 1 $ 17,12 50150 Color 14% 1 $ 19.04 $ 16.37 $ 18.51 $ 15.92 $ 18.16 1 $ 15.62 Add for Aliphatic Binder. 14% $. 2,54 $ 2.19 $ 2.54 $ 2.19 $ 2.54 $ 2A 9 General Notes: Pricing is based on standard colors. For primary red color or graphics, call for special pricing Pricing includes delivery and installation. Site preparation, containment borders and sub -surface materials are specifically excluded. Engineered wood fiber surfacing includes an allowance for compaction. Sites must be accessible for truck -load delivery of materials. Customer to provide an on -site staging area for material storage and mixing. Pricing excludes an allowance for union or "prevailing" wages, waste disposal or on -site security. RFP 269-2003-077 GAMETiME 2006 PLAYGROUND INSTALLATION CHARGES GameTime Product, Installation cost as a percentage of equipment commercial.price Total commercial price of equipment per site.(before U.S.C. discount) lose than $2,000 $2,000 - M999 $7,000 - $11,999 over $12.000 Systems: PowerScape S stems 40% 35% 30% 28% PrimeTirhe Systems 40% 35% 300/0 28% KIDTime Systems 40% 350A 30% 26a/o GT Events: Swings 76% 60% 45% 40% Buck -A -Bouts 75% 60% 45% 40% Saddlemates &Grusin' Mates 75% 55%a 40% 40% Whirls 75% 60% 45% 40% Climbers & Slides 45% 40% 35% 35% GT Sports: FitKid Equipment 709/o 55% 45% 40% Sports & Fitness Equipment 70% 55% 45% 40% Parcourse 70% 55% 45% 40% GT Site: Tuff0ad 45% 45% 40% 40% StreetSca a 45%n 45% 40% 4(r/a Picnic Tables/Benches 45% 45% 40% 40% Shelters 60% 60% 55% 55% Stoves 450% 45% 40% 40% Bike Racks - Standard 45%0 45% 40.% 40% Bike Racks - Looe & Rustic 1 45% 450/3 .40% 40% Pla urbs 4.0%a 40%v 36% 30a/o G FIMPAX Surfacirt : Installation cost per square feet of saf surfacing area Engineered Wood Fiber Surface $0.70 S.F. $0M S.F. $0.55 S.F. $0.55 S.F. Rubber Tile Safety Surfacing Call for price $2.35 S.F. $2.00 S.F. Bonded Rubber Surfacing Call for price $2.75 S.F. $2.40 S.F. Loose Shredded Rubber Surface $0.85 S.F. $0:80 S.F. $O.TO S.F. $0.70 S.F. Notes: 1)All equipment shall be installed in accordance with GameTirne specifications by factory certified professional installers. 2) Equipment shall be installed within four (4) weeps of product delivery; unless requested by' agency to be delayed: 3) Customer shall receive; unload and inspect goods. upon arrival, noting any discrepancies on the Delivery Receipt prior to written acceptance of the shipment. 4) Customer shall be responsible for providing a clear, level site for installation and for coordinating the scheduling of.afi deliveries and installation. 5) Site should be level and permit installation equipment access. Purchaser shall be responsible for unknown conditions such as buried utilities, tree stumps, bedrock or any concealed materials or conditions that may result in additional labor or material costs. 6) Pricing excludes all site work and landscaping; removal of existing equipment; storage of goods prior to installation; drainage. provisions; and safety surfacing borders unless purchased separately. 7) GTShade, GTH2O & GTNet installation pricing available upon request.. .STATE OF N:OR°T'H..CAROUNAi CONTRACT# 0403716.05': COUNTY OF M,ECKLENBUR+G.: FIFTKAMENDIVIENT TO MAu.TER�..PURCFTAS:E.:AGREEMENT THIS FlFiH AM)~NDME iT To::The Agreement fo provide Park. And 'Playgro.und Equipment, Surfaclhg, Site, Furnishings And Related: Commodities and.S: -des (the ";4mendmeW).is made and e'ptered':into:this,1ST'day`of May 2005byand :tidtw den.ME£.KLI. -NBURG C.OUNTY.,,a North Carolina r>7unicipa� corporation. (the "County") grid +GAMETIME DIVISION OF PLAYCORE- WIS rp North CarQiina (the :C(�i�lSIN, INC., a co oration doing. business m the State of '"Gompany") STATEMENT OF BAC.KCROUND:AND INTENT :A:. The County and the Company .ent,6rdd into a written Agreement dated September '17, QA3,;tthe.'"Agreement") pursuant to which the Company agreed to provrde Park and Playground.. Equipment, Surfacing, Site Furnishings and Related Commodities and. Services -to `the County and. other Participating Public Agencies; S. The :parties now desire ;to amend the Agreement by making certain changes and clarifications. to the term and. pricing provis,ians. oi! the Agreement: NOW, THEREFORE, .in consideration of the mutual ctrvenants. and agreements contained y .. . herein, the paiti.es:hiereb ame ' nd'the Agree�ment`as follows; AGREE11+1ENT I C]efined terms used in this Amendment shall have ft same. meaning as are, assigned to such toans in the Agreement: Z. Changesto Original Agreement. In order to effectuate the in -tent of the parties, the. Original Agreement is hereby amoknded as follows: a) Addition, of,a six percent (6°�'0), surcharge. on, all. shippiing' charges to offset escalating fuel cost (sere Attachment 1). Should the carriers cancel 'this surcharge to Ga.meTime, the ..Coinpany.agrees.-A'o discontinue the additional: charge (See Exhibit G). 3,.. Except #o t+,e: ex tit specifically provided in'the amendment contained herein,. this Amendment shall not tpe interpreted .or construed as waiving any rights, abligatroris, remedies or claims the parties, may.otherwise have under' this.Agreement... 4. In all other` respects and expect as modified herein, the terms of the Agreement. shall remain in force and effect. n i . notiiI dgement that the parties hereto have :read and IN WITNESS WHEREOF.: in ack p understood each and eve provision hereof, the artier have each caused this Anifindh ent tv I exearlted by its duly :authonzed:.cepresenta vA' all as,.of Ehe date first ski forth bove ATTESTED: �_�46' cawrlrylurzc x. R .ATTESTED: GAMETIME; 1NCi. Title. V,ta` 'l r- ►..4. "a MECKLENBLIRG CUCTNTY 8y: :►:- y: unty Clerk:„,. ;Coo my :Nlaina:ge.r ;. Appc d As To For County Attar ey 11NS:04YMMW HAS E 01 PK A! WIBD R1 THE MANNER. REQlJ Rip d. t Y THE. LWAL GQVIS 1' ©U. A D riC l : � , noL ACT sY ..._ OMA PIA.Yc. Y), i6 , . 9KIMCD.M.VAwy�. , Me, 1M. Enr I ich Ing C. fi. it [dbood Through f(ay. Fuel Surcharge FIELD BOUEM NUMR 30.22 DATE': March 30, 2008 TO: Ail sales Re.presefitotivIes FROM GameTirne Tirahspottation Ladies, & Gentlemen: M.,am, surethat; you are, all very aware, ofV_ hat is going on:a . at I the gas pump,-andft is no d6for th erente diesel fuel prices, for our trucking companies. Our current. 2-005 pricing has us covered :for surcharges up to.84%. Up unlit1he. last few weeks, we have. experienced.surcharges in the 10% range .for the year and have bq6nabsorb ffils With! the lho-ea eg over 13% we have experienced over the t absorbing post s o.v e pas few weeks and: the outlook for the summer to be worse, we, can no longer absorb this cost and feel .it , necessary to ..add a 6% fuel surcharge. ib.ftigot starting by V' and include this in your quotes immediately. We hope: That this will:jget us ahead of: the increasing fuel, costs that we expect in theAMre and %MU cover.us without a need brfuldher charges. We will.monitor this closely and make k : the Opp daba n s as soon as th41tudang,carnpanies drop h app cha go their surcharges, and: as we have in the past, rebate tD you:any overages: Any. :order received after 2:00. pm CST T'.onFriday, April 20. 2005 should inolud . e,.a 6%.fUel charge: to help offset the, increased fuel costs. We .Strongly encourage you', to contact your; customers toexplain this delicate situation as soon as possi ble,, You will be. updated: later in to week on the availability bf - the new QTREP download chart will: calculate qUple.s with the: fteigh.t.increase. Again;. we regret doing this lJut,,,.UrT1`brtunat*., it is something we are forced into atthis time. Please call Robert Akins at e4prision 5267 for any questions. Thanks for yodr' support. F XH.1 BIT G 411/05 RPF 269-2003-077 GA . METIME 2005 REVISED SHIPPING RATES, PLAYGROUND. EQUIPMENT CLAS.$ 70AWES METAL WOOS: Zee Stata Total Affin. Via polpoing rptes per, hundred-WW gh(::(cM) of (�M) of freight Lumo:SuM Full Truck LaqdC4arq* UNDER Wi:to IAA W 20016 --67 siowto 7,9990 .3 'Allbama� 11214 $ .'06 06 S $ 7.2 3 $: '670.00 8 Arizona .290.36 S 101631. $ 64.04: $ 10.0- 0057; $.; $ .24880.00 7 Arkahsas $ 15309 -48-60 $: 4427 $ .-34.66. -28A2:. $ 'S IvI-20.00:- 9 Calftmia". 106-98 .$- 88.1.7; S 7-1197: $ 62.20; S 54,42" 1380= 8 Colorado. S ..206.84. 79-76., S. 0;51 $ 57-33: S 38-99. 5 2,290.00 I 1 5n6;acuf S 17725. 6517 $ .60.04. $ 47.813. &r $ 2 DeldWore $ 17177, $ M61'. $ .55,66: $ :44-17: 30.17' $ 28-32. $ 1490-00 2 DR�t:bf'Columbia' 197.79: $i '6527, $ 60'.59. $ 4840. S.. .51 S, al.96 S 1; ;04'.0.00- 4 b2 Fjodda 21. .27 68.'87 $ 1579j9_6 f'. -31A: 7s.. 1.540;000.. 3 3 Georgia. 170,35 $ 3-7-60. -22.40 .70-00 0 11 0 tfthd $ 280,001 E $ U.X5.' 7$-.7-01'ao $-- S . 53,93' 3(,340 01 -0 $ :190,74 $ _25.22:' 66.18; $ 55158' $ 42.471 S 3462 $ F46 A 4 $ 1 j320,00 Indians 60,95, $ Aq..90 S 37.71: '30;42 5 21,44: $ 1;,020:00 Iowa S.- 1.74.39,: $ 44. 6 6 Kansas $ 172148 56A3. 44M. 36z '72 -S 28.69 $ 1-610M. 3 3 '157,24: S 46:50 $ 42Z'53 $ 3U) 4: $ 26�21 S ..20,41 $ 7,80.00 7 7 Lou'isiarta $ 16256 S 52.40 $ 46.37 36.43: $ .29.35 :$ 22.73 S 1030.00 I Maine $ 192;53.. $ 7-5-82 1$, 6033�' 1 55-98, $ 47M S 36 48' S :2.040.00' Maryland 15 173.59 S �59.79: $ 5495.. $ :43454 :35,671 2849% I Mastathusetts $ 23.1.57- $ :894-7-7 $ 83,34 $ 67M 1 57 * 5 143.20 2,330.'W' 2 Micftaiv $ '180'Z9,1 66;94. $ 5054 $ 43-40.S 35.57 5 :25.72. $ 1,470.00.- 5. Miqn,6!Wta $ 483.39 J-.$ 6&3.5 :�$ :62,78 � .%$ 5 .017,5 41.70' $ 32.527 21W.00: 3 Mi$sissippi $ 15,9.59, $ 4482 ' .: $ 40.93 43: 3.1" 24,91 19.41 810.00 e Missouri $ 163.511 $ 54 �92' $ 49.60 $ 38.82 2.f:L3 g-1"260, .0 a 10 Mbntaha 276.68..$ 103.67 '$ Z140 S 69,74 1 60.23 S 52-86 1,110-00. 6 Nebraska $ 180,23 $ 985 $ ..6.1.57 S ,40.12 40,74-1- -31..74: 1:;900-00 Nevado $ 2-86.7§ $ 107.02 $ :86,61 6257 S 54M S 3,4304.0 1. Ne"Ampphire, $ 1.8.6.26 16-77 1 6520 52 io 1' 43-5.0 :.'$ 33.02 $ T;15-4000 2-, New Jers0y 16Sr:. Z'46Z. $ 0949. $ '01.1m. 1 51.42: 42.01 314.3 $ 1,980M. New Mekim 251-04 $---95-90 $ 77' 88:92, 45;53.. S 2-,510.00- Ng *-York. $ , ��.o 198,01 $. WJI BUZ S :50.491. Z AT-43 M1.52, .4 2j,1:W00, ;3 North Corolipp $ .186.23. $ 63-82 %34 1 48.36 0.63 ;S 33.28 '$ 1,00000... 5. North Oak is 5 212419 44424-:14 , 76A1 :$ 61.83. S 52.14 A 42a $ 2410-00: 2 Wo- S 1:80;15 S 66.28 $ 5419 :$ 41.79 S ;4,06- S 24.1� :$ 7 Oklahoma $ 1$7.05 M-13 'S 42.3.9 .34 4.9 1 '27.0 •$ 1 -30., 10 Or on S 298.80': $ 112.57:,.$ 90.37 s. 75.55 615,34 $ +020.()0 :2 PehqV)Variib 1 172.47 1 60.20: $ 5423 $ 43.5.8 S 36.68 .9 27491 $ 1.650.00 1 Rh D&Isla6d 178-69 6.%92- $ 6145 S .4.924 41-01 S 3'1' . .9.0 S 2380-00 3 �ou� 0�arojfna $ 17Z32 5030 43.14.1. S MiM V$ 26-68 .20.83. 890.00 .5 So(M.Dakotia $ 202.70 S 9177 77. . . . 6214 :52.56 71.14 1 2,360-00 ..3 Tennessee .$ 10.9,66 1 42A.7,, ��47 :5 29,50 23.12 7$ 740-00 7. Texas If- -16883 -S FOR a $ 55-24 4316 s 35 99 28-09 1 -149-92 8. utah. $ 263.21 ::$ 79.53 S. 66.46. 57.47 S 50.44 $ 3j00M0-, 1. verepprit, $ .188,12 S 71-'67 66.03 S. 52.82 S 44,09 $ 3417 $ 2;,49.0.00 Y 16-5.57 S 55.38 $ 51,02 $ 40-12 $ 32.55 S 25,53 '$ 1.200-00 1Q WAshffigton, $ 310.50. 1 15AI S 92.81 ::..$ 77.67, 66.95 'S. '58 3 - S 3 739.00:, 2. West V'ir $ 201.95. 74.83 '67 27 $ 53.05 :S 4.4.36 TS .34, .1,170.'OU 8=sin $ 174J4 S 63r2 I Z 56-26 44.74 :5 36.68 S: 27,84 $ 100-00 10 lWyoMing $ 252.83 ..$ 96:92 1 S $0.931S. 66.8.5 U $ 5730 .$. 4&59 I S. 2'.640.-r9q. Note: Apply freight rates to thd total Weight of the'thi.prn4iitjd deterrnine.de4ivery charges -Rotes at,e.talculah0per hundred pounds of freight except for Minimum chargos or'a full:truckload quantity. Ort, larger shipments�,the full trutk load lump sum charge may be less. than She calculated per by4d.harge- Revised 4/25fO:5 per Amendment 5 EXHIBIT G 4/1105 RPF 2:69-2003-077 GAMETIME 2005 DEVISED SHIPPING :RATES PLAYGRO.UNb EOWPMENT t, LA '1:15 RATES LARGE P.LAS7IC:'G.O,ODS Zone. $iefe. Tow ,Mia: Charge ship asp., per hundred -we ghx:.(cinit}: of freyigh't Lump'•SUM Pyll Truck Loati:Charge UNDER 5.0'9# 501, in. 9990; 1000 to, 1:9992 x,000.•to 41899#: s:;4QA;to 7.:999#" 3 A3abama $. `112.14;. $ 26 64' $ 2. `:64 . 2fi:t, $ 1:9 44 :;$ 14:75: ..; 6 ..00 8 ,Arizona. . S 290.30' :$ 2.1 92 S' 17.,2:.86:: $' 144,'80 :$. 1i4,58 '.5: 105':213: S. 2:8$p:Do 7. Arkansas: S . .15:3.09 $ 99:29, .S: 91a:4 S 7.0 84::.S 57:27 $ 44;8.8 �5 ..:1,,;120.00 2Cali(i�i`n61: $` 286.7=1 : $ 220.03 $ 177;24' S:. 14.8..02; 8 CQl rado $ 206,.84 $ 163.27 $ 144,32 $• 117.3615 99::23..;$, 79:83 2:291?.00'.. 1 Connecticut $;. 177.26. :$ 133:.10 $ 122:68' S 9741.:. S 80 93 <$. 0&08. $ 2;110.00 . 2 . l3'elaware S. :1:72;.77 S 12165. S t'.13.74.. $::, 9023,1 $ 73:91, 1 57:87 5 1.,700.00 2.. Districto Columbia $: '197:79 4. 1.3337: $ i 23.84... S 96:09 $ 81::24 :S 65.3Z $' 1..,640:0 0 4 Florida . 5. 210.27 1'4:f}:74: :$: 128.11: S.: 100,62::S SIAS •S 64„57. $ 1,5 .0:00 3 c5i is $` 1,70.35 .;$ 86:;1'1..:$:. 77.76, S 5.9,51 $ 4646 . $: 3689;:. $ 7'0.00 10 Idaho $ 28t}.00 ;S• 216.40 $` '174.11':: .: 145r :S 1261.0 'S :..1.1093 $ . 3.;340.00 ,6 Illinois' $ . 1.9'0.74 '$. 129:25! $: .1.00.53, 1 SZOS ;S 6T.61 . $. 4'8.$2'. 1 1.320.00: 2 In lane $ W-79 ':':. 11.9:03'. S 97.45'.: $ 7.3.65 'S 59'_41;'.: $ 41:$7 $ i;020.g0 6::kiinra.. .. $ 17"4:.39 :$ 12755 :$'."11,6- !, S. 91;79. :$ 75:21 .58.:01..$ 1.,75.0:00 Er Kansas $- A,72.48. `$ 125.17. $. '.11'5.32,:• 5 '91.58 'S 75.04:: 'S: 58,64; .$ 1610.01) 3 }CenCuG.. .. S 1.57:24 +$ 95:02 S. 8.6:92.'. $ 6T33 :$ 53'58 •$ 41.71` $ 780_•00 7 LoUisiana $ 1.62.59 :$ 10Tr. 9 :.S, '96.78 $ 74.4$ ,$ 39,9 .$: 4:6..4.7. 5 1,130,Qt1 '1 Mairie $ 192:53 ;$ 154:.96.: S, 142,70.:S 1101 $ 96:08. ::$ 74,56:� $ 2,640:0Q 2: nAa:. land S 173•.59 . $: t2219; $ 112:2 : $ .:88-99. $ :7x:<88 .'$: 57::40 $ 1:fi30.00 1 Massachusetts $ 231.57 :;$ 483A' $ 170:30.:::5 . 137:06 .$ 116,A S: ' 88:42 . $ : 2;330.Q.0. 2 Michi an $ 180:59 .$ 130.82:: $..1`7.0�54.' S 8493 ..S 69.63 :S ..:50.29:: $ 1470.00. 5. W.n..nesota S 183.39 ::S S. '139.1 8 : $....'128.28 '$ 1.0151 '.'9 85.21 $r 66A7 S 2,1.30.00 3' Mississi i $. 159,69 :S 9'1::.59: $ 83:65 $ X,". '$ 50.89 :$.. 39.66' S 8'1.0,0.0 S Missouri $ 1,63 51 Al112-24. $i "101.36: S 7933 , $ 64 23 $ 49:45 S tao.00 10 Montana' $ 276:68 .S 21;3:62` $: 171.53 . S 143..43 '$ 123.88 S 108.: 3: 6. Neltiraska $ 1.880.:23 $ 136 H1 S 125;:82; 1 1.00.:38 :'$ 83.25 $. 04,84: S 1;900..00 9 : *vada $ 286.75 :$, 221.77' S 178.14 4 148:90 :$' 1.25JO.. S:. .113.04. - S 3;430.00 1 New Hampshire 5 . 1.$6:2f :3'....144.61 :. $ 133::24: •S 106.56 S M:90 . $: .:69.1.2.. S.. 2:640.00. 2 New;JersQ $ 216.50 $: 142.22 ` $ .:13. •:45 1 .105.08 :S 85:86.. S: 68:30 $ '1 980A0 8' New:Mexico $ 751.04.. $: 1W$:19 : $ 176:11 $ 1:41 c$f $, 119:76. $ 92S7 S 2AMA, 1 , Now York $ 198:01 ..$ 139.69: $ 128.36...S 103:::18: $ 84.66 $:. 66.45.: S :2,:1'30:00• 3 North, Gorol0a:, $ 1&5 3. .S 130-40 $ 121624. '$ 98.02' °S 83;01 ' $ 68:03 $ 1:,0'00.00. 5 North Dakota $ 212A9.!$ 172:1:5::: ' $ 156.90 1 126.37: Si 1.06,5d. $:. 83.2.9:. $ 2 51;Q;0.Q; 2, :O;W S 180.15 $.. 129A4 S 107M '$ 81.48 S. 66;51"W.418-01. :s t.1.W.Oo. 7 O)Oahoma S 167A6. $: 11'8,78:. $ : 1D9.35 : $ 86C62 I. 7(16 - $. 1:.430.00: 10 'O on $ 298:80; ;5' 231.51 $ 185.88:3 1.55.37` `$: 1•39$ 4:020,0D: 2. :Penns .lvanla $ 172..47'' 123.:01 $ 11225 $ 8.9:06: 5 72.90.•5 1;5.50:00 1 Rhbdei$Mnd $ 176.59 .S 136,76 :'$ 12s00 $ 100:62• '$ 83:80.S ;Z380.00. 3 Sa'uth Carbfna. $ 172 32 S 169.781S . 89.74 -$ 68.2S. S. 54,53 5 42,59 .`$ 990.00 5. South: Dakota S .202.70:• $ 173.44 S 1;58112 'S 127.18 S. 1.07.41 . $ 84,.07 :,S Z360.00. 3 Tennessee: S: 1:59.66' S` 8639 .$ 78,61 .$' 60:,28.' $ 47;25 :5 36 9g ,$. 7'40.00 7 Texas. $: 1:68 83 S. 122.QO, :$ 112.89 1 89.;62- S 7354 $ 57:41 :$ 1.9860.00, 8 '.Utah . $ 263.21: S. .203:62 ..S 16356 .:5 136:89` $ 11'8':21 . $ 1.03.73 ;'a 300,00... 1 Vermont $ 1;8&;12.. $ 146.46 $ 1.34:93 S. 1'0795 S 90.10 US . 70.05 . $' 2;490.00 2 Vi' ima $ 1 5.57 $ 113:1'9 . $ . 104 27 • ;$ 82.0.i 1 .66_52 . S 52:17 .$' 1.;20Q,00: t0 . Wathin tari $: 310:50 S: 237.36 . $ 190:9a $ 159.53. $ 137:71 :S 1.20.60 $ 3 730 00 2 Wes't Vi 'rrila 11.1$ .201.98 102:91 S 137.46 :$:. 108:42. 5 90.66 :. $ 70.67. S 1:170:00 5 Wisconsin IS, 174.74 S 129.16, $ 116;40 .'$-: 91.42 $ 74.9E :$ 56`89 .$: 1B00.00. t:0 w .iarri'in IS 252:83:' S' 198,95 1' ,$ 16611' $ 137.22' S 1.17.62 $ 99.75 ;5 2,640:00. Note., Appiy:freight rates to.the• xoEal:wi3 ght of thr;..sh1pmpnt to de,termi6a d4 iv6 charges. Ratan :are.Calculated per hurtdrpd 'pounds of.freight exc :dpt Tor tni6imui'n urges or;a full truck load quantity. On larger.s-hipments, Ov lull tru,gk load; lump stun , charge may be less .than the calculatetl per charge. Revised 4125/05 porAmendment 5 STATE OF NORTHI CAROLINA CONTRACT # 040 COUNTY OF MECKLENBURG FOURTHAMENDMENT TO MASTER PURCHASE AGREEMENT THIS FOURTH AMENDMENT To The Agreement to provide Park And Playground Equipment, Surfacing, Site Furnishings And Related Commodities and Services (the "Amendment") is made and entered into this 1st day of January 2005 by and between MECKLENBURG COUNTY, a North Carolina municipal corporation (the "County") and GAMETIME DIVISION OF PLAYCORE-WISCONSIN, INC., a corporation doing business in the State of North Carolina (the "Company") STATEMENT OF BACKGROUND AND INTENT A. The County and the Company entered into a written Agreement dated September 17, 2003 (the "Agreement") pursuant to which the Company agreed to provide Park and Playground Equipment, Surfacing, Site Furnishings and Related Commodities and Services to the County and other Participating Public Agencies. B. The parties now desire to amend the Agreement by making certain changes and clarifications to the term and pricing provisions of the Agreement. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby amend the Agreement as follow,s;. AGREEMENT 1 Defined terms used in this Amendment shall have the same meaning as are assigned' to such terms in the Agreement. 2. Changes to Original Agreement. In order to effectuate the intent of the parties, the Original Agreement is hereby amended as follows: (a) Addition of new products featured in the GameTirxre 2:005 Park and Playground Catalog. New products include, but are not limited to, the following: 101 +GTSha+de Structures Note. GameTirne°s 2005 catalog is not attached but is incorporated by reference herein. (b) Updated Pricing Schedules (Exhibit A) for 2005 to reflect manufacturer's price increases and include the addition of new products featured in the GameTime 2005 Catalog and expanded surfacing schedules per state (Revised Exhibit A is attached). Price increases average 4.1 % for materials and labor. (c) remove the three percent (3%) material surcharge approved by the Third Amendment to the Agreement, dated September 14, 2004. (d) Revised Shipping Rates (Exhibit G) to reflect a 5% increase of commercial freight carrier (see attached). (e) Reduce the four percent (4%) fuel surcharge approved by the Second Amendment dated June 15, 2004 to 2.5%. Except to the extent specifically provided in the amendment contained herein, this Amendment shall not be interpreted or construed as waiving any rights, obligations, remedies or claims the parties may otherwise have under this Agreement. 4. In all other respects and expect as modified herein, the terms of the Agreement shall remain in force and effect.. IN WITNESS WHEREOF, an in acknowledgement that the parties hereto have read and understood each and every prevision hereof, the parties have each causedthis Amendment to be executed by its duly authorized representative, all as of the date first set forth above. ATTESTED: By. � f Title: ATTESTED: By: c ., unty Clerk V As Try F rrt: County GAMETIME, INC. THRS INMIMW HAS MU PRE-AuDA"C M IN STATE OF NORTH CAROLINA CONTRACT # m 40376.03 COUNTY OF MECKLEN'BI.URG THRID AMENDMENT TO MASTER PURCHASE AGREEMENT THIS THRID AMENDMENT To The Agreement to provide Park And Playground Equipment, Surfacing, Site Furnishings And Related Commodities. and Services (the "Amendment") is made and entered into this 14th day of September 2004 by and between MECKLENBURG COUNTY,. a. North Carolina municipal corporation (the "County") and GAMETIME DIVISION OF PI_AYCORE-W ISCONSIN, INC,, a corporation doing business in the State of North Carolina (the „Company,") STATEMENT OF BACKGROUND AND INTENT A. The County and the Company'entered into a written Agreement dared September 17,. 2003 (the: "Agreement") pursuant to which the Company agreed to provide Park and Playground Equipment, Surfacing, Site Furnishings and Related Commodities and Services to the County and other Participating Public Agencies. B. The parties now desire to amend the Agreement by making certain changes and clarifications to the term and priming provisions of the Agreement. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby amend the Agreement as follows: Defined terms used in this Amendment shall .have the same meaning as are assigned to such terms in the Agreement. Changes to Original Agreement. In order to effectuate the intent of the parties, the Original Agreement Is hereby amended as follows: a) Addition of a three portent (3%) raw material surcharge on all playground and skate spark equipment (Exhibit A of Master Agreement). This surcharge Is due to rising sheet steel and resin costs. Except to the extent specifically provided in the amendment contained herein, this Amendment shall not be interpreted or construed as waiving any rights, obligations,. remedies or claims the parties may otherwise have under this Agreement. 4. In all other respects and expect as modified herein, the terms of the Agreement shall remain in farce and effect. IN WITNESS WHEREOF, an in acknowledgement that the parties hereto have read and understood each and every provision hereof, the parties have each caused this Amendment to be executed: by its duly authorized representative, all as of the date first set forth above. ATTESTED: GAMETIME, INC. By, B Title. Title: 60 cowq SSM MM By - THIS INSTRUMEW HAS IM PRE-AUDIM M THE REQURt BY THE LOCAL GOVI rs ", NT BUDG f A C FIS' TROL+AM M, C W our FIN[+iCk CONTRACT" 44 03 1, o STATE OF NORTH CARtL LINA. COUNTY OF MECKLEN+IBURG FIRST AMENDMENT TO MASTER PURCHASE AGREEMENT THIS FIRST AMENDMENT To The Agreement to provide Park And Playground Equipment, Surfacing, Site Fumishings And Related Commodities and Services (the "Amendment") is made and entered into this Sth day of January 2004 by and between MECKLENBURG COUNTY, a North Carolina municipal corporation (the "County") and GAMETIME DIVISION OF PLAYCORE-WISCONSIN, INC., a corporation doing business in the State of North. Carolina (the "Company"). STATEMENT OF BACKGROUND: AND INTENT A. The County and the Company entered into a written Agreement dated September 17, 200(the 'Agreement") pursuant to which the Company agreed to provide Park and Playground Equipment, Surfacing, Site Furnishings and Related Commodities and Services to the County and other Participating Public Agencies. B. The parties now, desire to amend the Agreement by making certain changes and clarifications to the terra and pricing provisions of the Agreement. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby amend the Agreement as follows: AGREEMENT 1. Defined terms used in this Amendment shall have the same meaning as are assigned to such terms in the Agreement. 2. Changes to Original Agreement. In order to effectuate the intent of the parties, the Original Agreement is hereby amended as follows: (a) Revision of Section 18 - Indemnification (see attachment 1). Revision of Section 20 - Insurance (see attachment 1). (b) Addition of now products featured In the GarneTim a 2004 Park and Playground Catalog, New products Include, but are not limited to, the following: • TotStuff System • Spohn Modular Skate Park Components In Recycled. Bonded Shredded Rubber Note: tG'ametime"s 2004 catalog is not attached but. is Incorporated: by reference herein. (c) Updated Pricing Schedules (Exhibit A) for 2004 to reflect manufacturer's price increases and Include the addition: of new products featured In the GameTime 2004 Catalog (Revised Exhibit .A Is attached). Price increases average 3% for materials and labor.. (d) Revised Shipping Bates (Exhibit G) to reflect a 5% Increase of commercial freight carrier (see attached'). (e) updated Installation Fees (Exhibit H) to include now products featured in the GamTinme 2004 Catalog (revised Exhibit H Is attached),. Except to the extent specifically prodded in the amendment contained herein, 'this Amendment shall not. be interpreted or construed! as waiving any rights, obligations, remedies or claims the parties may otherwise have under this Agreement. 4. In all, other respects and expect as modified herein, the terms of the Agreement shall remain: in force and effect. IN WITLESS WHEREOF, an in acknowledgement that the parties hereto have, read and understood each and every provision hereof, the parties have each caused this Amendment to be executed by its duly authorized representative, all as of the date first set forth above. ATTESTED: By: ATTESTED: By: — sa,.,,sL C unty Clerk As To GAMETIME, INC.. MECKLENBURG COUNTY General Manager TM INSMUMEW HAS WN 1 '-AUMM 1N BY. y µ , THE MANNER REQi 'ED 13 THE Lid ,% County Attu ey t�pV�R Nf BU�� NO r 1 AL ;^Ji�L A� -. p4 1 i ¢t 1) CTOR' Q f // RIS i+�ANAG��+iEfvT ;titi«Yta 01115/04 Attachment 1 18. INDEMNIFICATION. The Supplier shall indemnify, defend and hold harmless the County and the County's officers, employees and agents from and against any and all losses, damages, casts, expenses (including reasonable attorneys' fees), obligations and other liabilities. (including settlement, amounts) that arise directly or indirectly from: 18.11 any infringement of any copyright, trademark, patent, or other proprietary rights, or any misappropriation of any trade secrets, In connection with any software, documentation, services: or other products supplied directly or indirectly by the Supplier in connection with this Agreement, or any allegation of any of the foregoing (collectively referred to as "lnfdngement Claims");. 1&2 any act(s) of negligence or willful misconduct by the Supplier or any of its agents, employees or subcontractors (or any allegations of any of the foregoing), including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any per-son(s) or damage or destruction to any property, real or personal; 18.E any acts or omissions of the Supplier with respect to the Services or any of the products or services provided by the Supplier under this Agreement (or any allegations of any of the foregoing); or 18.4 any claims by any persons or entities supplying labor or material to the Supplier In connection with the performance of the Supplier's obligations under this Agreement. This Indemnification requirement is not Intended to cover, and the Supplier is not responsible for, any damages that result from lack of maintenance; inadequate supervision; negligence; Intentional acts of anyone other than the Supplier or their affiliates; inadequate surfacing; or vandalism.. It is the Intent of any liability insurance provided by Supplier to indemnify for product liability claims arising solely from the negligent design, manufacture, Installation of the playground Equipment when such goods and services are provided by Supplier or Supplier's subcontractors, or from any other negligence or wrongful conduct on the part of Supplier or Supplier's subcontractors. This clarifies and supersedes any other section of the contract concerning Indemnification that could be interpreter) otherwise. 20. INSURANCE.. 20.2 Other Insurance Requirements. Revised 01102/04 The County shal'I be exempt from, and: in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Supplier and/or subcontractor providing such insurance. The County shall be named as an additional insured for operations or services rendered under the general liability coverage, The Supplier's Insurance shall be primary of any self -funding and/or insurance : therwyise carried by the County for all loss or damages arising from the Supplieroperations under this agreement. Since the playground and the Mary equipment will be In the care, custody, and control of the end user fallowing Installation, it is understood Supplier cannot additionally insure the eventual owners of the equipment for any damages that result. from lack of maintenance, inadequate supervision, negligence, or Intentional arch by anyone other than the Supplier or their affiliates; Inadequate surfacing; or vandalism. The responsibility for maintenance, supervision, etc. belongs to the and user. Certificates of such insurance will be furnished to the County and shall contain the provision that the County be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring Supplier. Should any or all of the required insurance coverage be self.-funded/self-insured, a copy of the Certificate of Self -Insurance or other' documentation from the North Carolina Department of Insurance shall be furnished. If any part of the work under this Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in this Agreement, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor's role in the project. The parties stipulate that the Supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein stall relieve the Supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. Revised 01(02)04 EXHIBIT A CONTRACT 'PRICING GameTime's Revised Discount Schedule and Surfacing Pricing (Zones 1-10) are attached hereto.. The veriflable pricing Index is Identified as the GameTinme 2004 Park and Playground Catalog. This Exhibit is Incorporated Into and made a part of the Master Agreement (the "Agreement") between Mecklenburg County (the "County") and GameTime, Inc. (the "Supplier"). Unless otherwise defined herein, capitalized terms In this Exhibit shall have the same meaning as are assigned to such terms In the main body of the original Agreement. Revised 01102104 ui J d ui u z 0 w rtrt� ML L�L,/ lz w C N .. o ... ... . . .. 0 00 P 0 A e IL r u r in in CN C'+N C7I v e 8 e» azy C Wg S fo let I r r W CL CL ld gri ra m 3© E © Q psis w v c Fli c a+ m m 5c as ac 0 as »- a c a 3 , 6 W _ S m '�] a sc r-A r- �7 a: i- Y U7 m 0 0 � �- � ((b �.. LL U. CL ' � - � Ch ii. co co -S a v� cn [ t CD 1 0 111,104 RFP 269-2003-077 GAMETIME 2004 SURFACING PRICING REGION 1 2" Fnaiin Bred Wood Fiber: 12 ft. Critical Height rating List Price Per C.Y, Discount Per C.Y. Contract Price Per C.Y, Contract Price Per SA SF Per Full Truck Load Delivery Charge Per Full Load $ 17.1'0 18% $ 14.02 $ 0.69 1,620 $ 49.5.00 Geo-Textile Cloth 1,125 s.f, roll Per Roll Per Roll For Roll 911IS5 CT MA ME in Real NH NY R1 $ 168.00 18% $137,76 ' 2 250 s.f, roll Draina a 75 11, roil 337.00 18% $ 27634 $ 74.25 18% $ :60.89 150 U. roll Wear Mats - 44' x 48" x 1"" 148.50 ' 18% $12.1.77 Per Each Per Each Per -Each 99.09 18n/a $ 81.18 an:1 VT 2 ft Square e 6 k C itleal He: ht redi : List Price Per Tile Discount Per Tile Contract Price Per Tile Contract Price Per S.F. 1,000 SF Freight ' Per S.F. 1,500 SF Freight Per S.F. Defivery Charge Per Full Land 2-112" 'Thick Tiles: Black $ 26.63 18% 21 A4 5.46 0.81 0.72 $ 575:00 78 lb& each Color 29.04 18% 1 $ 23.81 5.951 $ 0.81 $ 0.72 1 $ 676.00 FPDMTo 48.51 18% 1.$_39.781 9.94 0.81 $ 0.72 1 $ 575.00 8 ft. Critical Height rats 3--112" Thick Tiles: Black 31.80 18% 28.08 6.52 0.88 $ 0.87 1 575.00 34Ibs. each Color $ 36.71 18% $ 30A0 7.53 0.98 $ 0,87 $ 576.00 Adhesive Glue: 2 Gal, 110 S° F, $ 98:47 18% 80.75 $ 0.74 5 Gal. 275 S.F, $ 223.58 .. 18% $ 183,34 0,67 List Price Discount Contract ed a ub Per S.F. For S.F. Per SX, 12 ft, Critical Height sating: S 6.11 ' 18% 4.19 11M21e: Pricing !based upon furnishing a single color per installation, List Price Discount 1 Contract '. Rae, 010d Band.04 reds elr;. Per S.F. Per S.F. Per &F. 6 ft. Critical Height read : $ 7.16 18% $ 5.87 8 Et, Critical Height rating: $ 9.63 18% 7..90 &Lq, Contact regional GarneTime representative for pricing on Bonded Rubber installation. $.F, PER Delivery Full load Full Load 564 $ 625.00 B.F. PER Delivery Full Load Full Load 6,000 $2,000.00 4,500 $ 2 000.00 loured lrt-Pia _fi takeM: 6 ft. Critical Hei t raff : Full Color Discount Per ST. 14% 1.0100-21000 S.F, r> 001-3 000 S.F.. 3.004 S.F. & Over List Price Per S.F. Contract Per S.F. List Price Per&F. Contract Per S.F. List Price Per S.F. Contrad PerS,F. 1 14„47 $ 12.44 $ 13.95 $ 12.00 $ 13.51 $ 11.62 50150 Color 14% $ 13.16 $ 11,32 $ 12.63 $ 10.86 $ 12,19 $ 10-48 8 ft. Critical Height rating: Full Color 14% $ 15.70 13,50 $ 15.16 $ 1105 $ 14.74 $ 12.68 50150 Color 14% $ 14.39 $ 1:2.38 $ 13.86 $ 11.92 $ 13.42 $ 11.54 10 ft. Critical Height rating: Full Color 14% $ 17.90 $ 15.46 $ 17A6 $ 15.02 $ 17.02 $ 14.64 50150 Color 14% $ 16.67 $ 1*34 $ 16.14 $ 13.88 $ 15.70 $ 13.50 Add for Aliphatic Binder 140/n $ 1.28 1.10 1.28 1.10 $ 1.28 1 1.10 N91L., Pricing is based on standard colors, For primary red color or graphics, call for special pricing Go!02ral Notes: - Site preparation, containment borders and sub -surface materials ate specifically excluded. Engineered wood fiber surfacing includes an aliovwance for compaction. Sites must be accessible for truck -load delivery of materials. - Poured -in -place installation pricing excludes an allowance for union or "prevailing„ wages. r 1/1104 RFP 269-2003-077 GAMETIME 200+4 SURFACING PRICING REGION 2 E 2" E [ ered VAN DING 12 ft. Criilaal Hei ht ratirt -Per List Price C.Y. Discount Per C.Y. Contract trice Per C.Y. Contract Price Per S.F. SF Per Full Truck Load Delivery Charge Per Full Load $ 17,00 18% 13.94 0.69 1 72.1 $ 460.00 Geo-Textile Cloth i 125 s.f. roll Per Roll Per R M Per Roll Stalt§ DC DE IN MID in Re i MI NJ OH PA $ 168.00 18°� $ 1.37,76 2,250 s.f. roll Drainage 75 I.f. read $ 337.00 18% $ 276.34 $ 74.25 18% $ 60,89 150 I_f. roll Wear Mats - 44" x 48" x 1" $ 148.50 18% $121,77 Peric,h Per Each Per Each gacio 18% 81.18 VA WV Ift. 1 5: 6 ft. Critical Height rating: List Price Per Tile Discount Per The Contract Price Per Tile Contract Price Per S.F. 1,000 Sir Freight Per S.F. 1,500 SF Freight Per S.F. ' Dalivm Charge Per Full Load 2-1/2°" Thick Tiles: Black $ 26.63 18% $ 21.84 5,46 $ 0.82 $ 0,73 $ 535.00 28 lbs. each Color $ 29.04 l 18% $ 23.81 $ 5.95 0,82 $ 0,73 $ 535.00 FF'UM Top 78 $ 9.94 0,82 0.73 535.00 GiMOM 15711:1171r"1aia1rmIrArooI 3-1/2" Thick Tiles: Black $. 31.80 18% $ 26.08 $ 6.52 0.99 0,88 535.00 34 tbs. each Color 36.71 18% $ 30-10 $ 7.53 : $ 0,99 0.88 $ 535.00 Adhesive Clue: 2 Cal. 110 S.F.. 98.47 18% $ $0.75 0.74 5 Gal. 275 S.F. $ 223.58 18% $ 183,34 $ 0.67 List Price Discount Contract 6" Recycled L d stub r: Per S.F'. Per S.F. Per S.P. 12 ft, Critical Height ratio . Full Colter $ 5.11 16°J° $ 4,19 N21e: Pricing based upon furnishing a single color per installation. F+' c cled Bonded R lalaer: 6 ft. Critical Heicaht rating: NgIC Contact regional GarneTime representative for pricing on Bonded Rubber installation. S.F. PER Delivery FullLoad Full Load 3.564 $ 850.00 S.F. PER Delivery Full Loud Full Load 6,000 $1,500.00 4,500 1 500.00 ' ured In-MqRg A led : 6 fL Critical -Height rating, Full Color Discount Per S.F. 1 000.2,0p0 S:F. 2 001-3 000 S.F, 3,001 S.F. & over List Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.P. List Price Per S.P. Contract Per .S.F. 14% $14.47 $12.44 $13.95 $12„00 $13.61 $11.62 50/50 Color 14% $13,161 $11.32 $12.63 ' $10.86 $12.19 $10.48 8 ft. Critical Height rating: Full Color 14% $15.70 $13.60 $1&18 $13.05 $14.74 $12.68 50/50 Color 14% $14,39 $12.38 $13.86 $11,92 $13.42 $11.54 10 ft, Critical -Height rating, Full Color 14% $17.98 $15:46 $17.46 $15.02 $17.02 $14A4 50/500 Color 14% $16.67 $14,34 $16,14 $13.88 $15.70 $13.50 Add for Ali ltatsc 50der 14% 1 $1,281 11,10 1.28 1 $1.10 $1.28 E $1.10 itlate: Pricing is based on standard colors. For primary red color or graphics, call for special pricing gienerai_Ntx s; Site preparation, containment borders and subsurface materials are specifically excluded. - Engineered wood fiber surfacing includes an allowance for compacthon.. - Sites must be accessible far truck -load delivery of materials. - Poured -in -place installation priding exclgdes an allowance for union or "prevailing" wages, 111M4 RFP 269-2003-077 GAMETIME 2004 SURFACING PRICING REGION 3 2" Engineered Wood _ i^iber: 12 ft. Critical Height rrtttn List Price Per C.Y. Discount Per C.Y. Contract Price Per C.Y.. Contract Price Per S.F. SF Per Full Truck Load Delivery Charge Per Full Load $ 18.30 18% $ 15.01 $ OY4 1,823 $ 425.00 Geo-Text.iie Cloth 1,125 s.f. roll Per Roll Per Roll PerR;oll States AL GA KY in. Real MS NC SC $ 168.00 18% $ 137,76 2,250 V. roll Drainage 75 U. roil $ 337.00 18% $ 276.34 $ 74.25 18% 60.89 150 i.f, rt 11 Wear Mats - 44" x 48" x 1" 148.30 1 $ 121.77 Per Each Per Each Per Each $ 99.00 18% $ 81,18 g ft. Sctuar8 Rowgied Rubber Tllis: 6 ft. Critical Heiaht ra:tinsa: Aft 1-1 /9" Thir:k lila -q- TN contract I Cw*act 1 1,000SF 1,Sc0:SF Delivery List Price Discount Price Price Freight Frsight I Charge Per 0.87 ���1<►.�xiZ�iif:3r� F���c);iEa��Ii�.ii)(3�lEltrl#:f'�E�:TtT�)faTrll 34lbs. eactt Black 31M 18% $ 26,08 $ 1 M ' $ 1.1!3 1.04 800,00 Color $ 36.71 18% 30,10 7,53 1,13 $ 1.04 1 $ 800,00 Adhesive Glue: 2 Gal. 110 S.F. 98.47 16% 80.75 0.74 5 Gal. 275 S.F. 22158 1 18% $ 183.34 0,67 List Price Diu ount Contract mltB $hlre 8 Per S.F. Per S.F. Per S.F. 12 ft. Critical Height ra ' : Furl Color 4.73 18% $ 3.88 �1�giL'Pricing based upon furnishing single color per installation. List Pdoe Discount. Contract R0qyql2!j SQ13dgg S Per S.F. Per S.F. Per S.F. 6 % Critical Height rating: $ 7,16 18% $ 5.87 8 ft, Critical Haiaht rating, $ 9.63 18% $ 7.90 i�tM ,E Contact regional GameTirne representative for pricing on Bonded Rubber installation. SY, PER Delivery Full Load Full Load 3 564 $1' 475.0D S.F. PER Delivery Full Load 'Full Load 6,000 $1, 000.00 4,500 $1 000.00 "pied In-Ele :ta (inaatailtad): 6 ft. Critical Height radn : Full Color Discount Per SA 1 GOO- 0O0 S.F. 2;0014 OOO S F. 3 001 S.F. & Owr List price Per 8.F, Contract Per S.F. List Price Pier S.F. Contract Per S.F. gist Price Per S.F, Contract Per S.F. 14'% $14.47 $12A4 $13,95 $12.00 $13.51 $11.62 60t50 Color 14% $13.16 $11.32 $12.63 $10.86 $12.19 $10.48 8 ft. Critical Height rating- Full Color 14% $15.70 $13.50 $16.18 $1.3.05 $14,74 $12.68 50150 Color 14% $14.39 $12.38 $13.86 $11.92 $13,42 $11.54 10 ft. Critical Height rating: Full Color 14% $17,98 $15.46 $17,46 $15,02 $17.02 $14.64 50i50 Color 14% $16.67 $14.34 $16.14 $13.88 $15„70 $'13.50 Add for Ali habe Binder 14% $1.28 1. $1,1- 1.28 N1ote; Pricing is based on standard colors. For primary red color or graphics, call for special pricing General Notea. - Site preparation, containment borrler3 and slab -surface materials are specifically excluded. Engineered wood fiber surfacing includes an allowance for compaction. - Sites must be accessible for truck -load delivery of matertais. Poured -in -place installation pricing excludes an allowance for union or "prevailing" wages. VV04 RFP 269-2003-077 GAMETIIIIIE 2004 SURFACING PRICING REGION 4 Z" En a iMaad i er' 12 ft. Critical Height rating18.60 List Price Per C.Y. discount Per G.Y. Contract Price Per C.Y.. Contract Price Per S.F. SF Per Furl Truck Load delivery Charge per Full Load 18% $ 15.25 $ 0.75 1 620 $ 505.00 Geo-Textile Cloth 1,125 s.f. roll Per Roll Per Roll Per Roll States in Rea FL $ 168.00 18% $ 137.76 2.250 s.f. roll Drainage 751.f, roll $ 337.00 18% $ 276.34 74.25 18% $ 60.89 150 l.f. roll Wear Mats - 44" x 48" x 1" $ 148,50 18o/a 12117 Per Each Per Each Per Each $ 99.00 1 18%n $ 81.18 Recycled ubber Ti s; 6 ft. Critical Hel. ht ra1 : l.tet Price Per Tile Discount I Per Tile Contract Price Per Tlls Contract Price Per SY, 1,000 5F Freight Per S.F. 1,500 SF Freight Per S.F. Delivery Charge Per bull Load 2-1i2" Thick Tnies: Black 26.63 18°io $ 21.84 $ 5.48 1.85 1,74 $1,535,00 28lbs. each Color $ 29.04 18 0 23.81 $ 5.95 1.85 $ 1.74 1 535M 1WP0To 48,61 18% 39.78 $ 9.94 $ 1.85 1 1.74 1$1,535.00 Aft rxitirnai Hoinht ratinn- 3-1f2" Thick Tiles: Black $ 31.80 18% $ 26.08 $ 6,62 $ 2.23 $ 2,10 � 1 s35.0a 4 lbs. each Color 36.71 18% $ 30.1n $ 7,53 $ 2.23 $ 2.10 $1 535.p0 Adhesive Glue: 2 Gal. 110 S.F. $ 98.47 18% 80.75 $ 0,74 5 Gal. 275 &F1 22158 18% $ 183.34 0167 Lust Price Discount Contract 6" Regyoleg L202 Mrodded Rubber Por S.k. Per S.F. Per S.F. 12 ft. CriticalH'eioht ratinia: Full Color S 4.73 18% S 3.8E 99trS: Pricing based upon furnishing a single color per installatlon. List Price Discount Contract Recycled Bonded Shrogdtd R bb r: Per S.F. Per S.F. Per S.F. 6 ft. Critical Height rating, $ 7.16 18`iro $ 5.87 8 ft. Critical Height rating: $ 9.63 18% $ 7.90 Ptote; Contact regional Game -Time representative for pricing on Bonded Rubber installation. S.F. PER Delivery Full Load Full 1..oad 3,564 $11850.00 S.F. PER Delivery Full Load Full Load 61000 $1 950,.00 4,500 $1 9150.00 19,ur In ace. fln4ta1t )..- 6 ft. Critical Height ratin: Full Color Discount Per S.F. 1 000 2 n00 S.F. 001»3 ova 9.F. 3,001 S.F. s Over List Price Per S.F. Contratct. Per S.F. List Price per S.F. Contract Per S.F. list Price Per S.F. Contract Per S.F. 14% $14A7 $12.44 $13.95 $12.00 $13.51 $11.82. 50f50 Color 14% $13.16 $11,32 $12..83 $10.86 $12.19 $10.48 8 ft.. Critical Height rating: Full Color 14% $15.70 $13.50 $15.18 $13.05 $14.74 $12M 50/50 Color 14% $14.39 $12.38 $13.86 ' $11,92 $13,42 $11.54 10 ft. Critical Height rating: Full Color $17:98 $15,46 $17.46 $'tSM $17.02 $14.64 60150 Color 14% $16.67 $14.34 1 $16.14 $1.3.88 $15,70 ' $13.50 Add for Aliphatic Binder 14% $1.28 1$1.10 $1,28 1 A 0 L$1.28 $1.10 1 p&. Pricing is based on standard colors. For primary red color or graphics, call for special pricing QAneral Motes; - Site preparation, containment borders and sub -surface materials are specifically excluded. - Engineered wood fiber surfacing includes an allowance for compaction. Sites must be accessible for truck -load delivery of materials. - Poured -in -place installation pricing excludes an allowance for union or "prevailing" wages. 1MG4 RFP 269-2003-077 GAMETIME 2004 SURFACING PRICING REGION 5 " gnafnesred W2cpdf fl 12 ft. Critical Height rating Mr. List Price Per G.Y. Discount Per C.Y. Contract Price Per C.Y. Contract Price Per S.F. SP Per Full Truck Load Delivery charge Per Full Load $ 17.70 18% 14.51 0,72 11,924 395.OA Geo-Textile Cloth 1,125 0. roll Per Rail Per Roll Per Roll I fates.%Ltes. n MN ND Sly ft(ona51 W1 $ 168.00 18% $137.7'6 2,250 sI roll Drainage 75 Lt roil $ 337M 18% $276.34 $ 74.25 18% 60,89 150 l.f, roll Wear Mats - 44" x 48" x 1 $ 148.50 18% $121.77 Per Each Per Each Per Each $ '99.00 i8% $ 81,18 6 ft, Critical Height rating- List Price Per Tho Discount Per Tile Contract Price Per Tile Contract Price Per S.F. 1,000 SF Freight Parr S.F. 1,500 SF Freight Per S.F. Delivery Charge Per Full Load 2-112" Thick Tiles: Black 26.63 18% 21.84 5.46 1.68 $ 1.71 $1,350.00 28 lbs. each Color 29.04 18% 23.81 1i 5.95 $ 1.8811 1.71 $1,350.00 FPDM To $ 48.51 1&% 39-78j $ 9.e4 1,8$ $ 1.71 1 $1 350.00 A ft rritinnl Hninht rntinm 3-112" Thick Tiles: Black 31.80 18% 28.08 1 6.52 2.27 1 2.06 $11,350.00 34lbs, each Color 36,71 18% $ 30.10 7.53 2.27 $ 2.06 $1 35U:00 Adhesry Glue: 2 Gal. 11.0 S.F. $ 98.47 181% $ 80.75 0.74 5 Cal. 275 S.F. $ 223.58 18% $ 18134 0.67 List Price Discount I contract 6" Recycled -Loose d d r: Per S.F. Per S.F. Per S.F. 12 ft. Critical Height rating, Full Color 4.73 18% Is 3.88 Dote: Pricing basso trepan furnishing a single color per installation. List Price Discount Contract Per S.F.. I Per S.F. Per S.F. 6 ft. Critical Height rating: $ 7,16 18% $ 5,87 8 ft. Critical Height rating: $ 9,63 1'8% $ 7.90 NRjE Contact regional GarneTirne representative for pricing on Banded Rubber installation. S.F. PER Dolivery Fled Load Full Load 3,564 $2,125.00 S.F. PER Delivery Full Load Full Load 6,000 $2,,000,00 4,500 $ 2 000,00 'atrr g trl- "ISCd (Ing its 6 ft. Critical Height rating. Full Color Discount Per S.F. 11600.2.000 SA 001.3.000 S.F. 3,001 S F, & Over List Price Per S.F. Contract Per S�F. List Price Per S.F, Contract P'er S.F. List Price Per s,F. Contract Per S.F. 14% $14.47 ' $12.44 $13.95 $12.00 $13.61 ' $11.62 50150 Color 14% $13.16 $11.32 $12.63 $10.86 $12,19, $10,48 8 ft. Critical Height rating: Full Color 1+4% $15,70 $1150 $15.18 $13.05 $14.74 $12.68 50150 Color 14% $14.39 $12.38 $13.86 $11.92 $13,42 $11.54 10 ft, Critical Hei ht ratin Null Color 14% $17.98 $15.46 $17.46 $15.0'2 $17M $14Z4 50150 Color 14% $16.67 $14.34 $16.14 $13.88 $15.70 $1150 Add WAllphatic, Binder 14% 1,28 1 1110 $1.213 $1.10 $1.28 $1.10 Pricing is based on standard colors, For primary red color or graphics, call for special pricing General Nes; - Site preparation, containment borders and snub -surface materials are. specifically excluded.. - Engineered woad fiber surfacing includes an allowance for compaction. - Sites must be accessible for truck -load delivery of materials. - Poured -in -place installation pricing excludes an allowance for union or "prevailing" wages. 1/1104 RI=P 269"2003-077 GAMET'IME 2004 SURFACING PRICING REGION 6 " lwrt ina rod tnftsfJ Finer:. 12 ft, Critical Mel ht rating----17,50 List Price Per C.Y. Discount Per C.Y. Contract Price Per C.Y.Per Contract Price . . SF Per Full Truck Load Delivery Charge Per Full Load 1601, $ 14.35 0.71 1,620 $ 415,00 Leo -Textile Cloth 1,125 s.f. roll Per Roll Per Roll Per Roll . Ajates In IA IL KS Rggign MID NE $ 168.00 18% $137,76 2,250 s.f. roil uraina a 75 Lf, roll $ 337,00 lit% $276.34 $ 74.25 18% 60.89 150 Lf. roll Wear Mats - 44" x 48" x 1" $ 148.5'0 18% 121.77 Per Each Per Each Per Each $ 99.00 18% $ 81.1E Cl 6 ft. Critical Height rating: List Price Per Tile Discount Per Tile Contract Price Per Tails. Contract Price Per S.F. 1,000SF Freight Per S.F. 1,500 SF Freight Per S.F. Delivery Charge Per Full Load 2-112" Thick. Tiles: Slack $ 26.63 18% 21.84 5,46 1.53 $ 1.38 $1 026.00 28 Ibs. eachl Color $ 29.04 1 18% 1 23.81 1 5.95 $ 1,53 $ 1.38 $1 025,00 EPDM' Top $ 48.6.1 in Is 39.78 $ 9,94 1 J.___.1.53 1.38 1.025.00 8 ft. Critical HAinhr rntinw 3.1/2" Thick. Tiles: Buck 31'.80 18% .26.08 ' $ 6.52 1.85 1.67 : $ 1,025.010 34 lbs. each Color $ 36.71 18% $ 30,10 7.53 1.85 $ 1.67 1 025.00 Adhesive Glue: 2 F. 18% $ $ : �Gal. r1y10 �r Gal.. 275 a7.1^- r�9y&y.47j 223.58 18%° 80.76 $ 18134 /0�.74 $ 0.67 Liao Price Discount Contract Discount rap" e3 led- L S' $hreddled Rubber- Per &F,. Per S.F. PerS.F. I Per S.F. 1'.2 k..Critical Height ratting: Full Color $ 4.73 18%u $ 3.88 18° , Mote: Pricing basedupon furnishing a single collar per installation. List Price Discount Contract ft_cA!q1sd ftnd2dd Rubber- Per s,F. Per S.F, Per S.F. 6 ft, Critical Height rating: $ 7.16 18% $ 5.87 8 1._C iti..cai._Height rating: $ 9.63 18%° $ 7.90 Contact regional GameTime representative for pricing on Bonded Rubber installation S.F. PER Delivery Full 'Load Full' Load 3,564 $1,550,00 S.F. PER Delivery Full Load Full Load 6,000 $1,600.00 4,500 $1,600,00 r ured In- 6 ft, Critical Height rating: Full Color 13iscount Per S.F. 1 000-2 000 S.F. ? 001-3 000 S.F. 3,001 S.F. & Over List Price Per S.F. Contract Per S,F. List Price .Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.F. 14% $14.47 $1144 $13.95 $12,00 $13.51 $11.62 50150 Color 14% $13.16 $11.32 $12,63 1 $10,86 $12.19 $10.48 8 ft. Critical Height rati.: Full Colter 14% $15.70 $1150 $16,18 $13.05 $14.74 $12.68 50/50 Color 14% $14.39 $12,38 $13.86 ; 11.92 $13.42 $11,54 10 M. Critical -Height ratin : Full Collor 14% $17.98 $15-46 $17,46 ' $15.02 $17.02 $14,64 50/50 Color 14% $16.671 $14.34 . $16.14 $13.88 $15.70 $13.50 Add for Aliphatic Binder 14% $1.28 1.10 $1,28 1 51,10 $1.28 $1.1.0 Nate* Pricing is based on standard colors.. For primary red color or graphics, call for special pricing General Ngks.: Site preparation, containment borders and subsurface materials are specifically excluded. - Engineered wood fiber surfacing includes an allowance for compaction. Sites must be accessible for truck -load delivery of material& - Poured -in -place installation pricing excludes an allowance for union or, *'prevailing" wages, 111104 RFP 269-2003-077 GAMETIME 2004 SURFACING PRICING REGION 7 2" En in Fi 12 ft. Critical Height rating List Price Per C.Y. Discount Per C.Y. Contras Price Per C.Y. Contract Price Per S.F. SF Per Full Trunk Load Delivery Charge Per Full Load 20.10 18% $ 16A8 $ 0.81 2,025 $ 595.40 Leta -Textile Cloth 1,125 s.f. ri ll Per Roll Per "I Per Rolt Status In AR LA OK Rogion 7 TX $ 168.00 18•% $137.76 2,250 s.f. rail ftraina a 751,f. roll $337.00 18% $ 276.34 $ 74.25 18% 60.89 150 It roll ��p�y. NAry��n ,j ,j A Wear Mats " 44' x ` 8" x V $148.50 18'% $121.77 Per Each. PerEachFor Each: 99.00 1'8% $ 81. 1 8 2gigmaER Hr&ycl.29Rubber Titer. 6 ft. Critical Height ratio : List. Price For Tice Discount Per Tile Contract Price Per Tat Contract Price Per S.F. 1,000 SF Freight Per SA 1,500 SF Freight Per S.F. Delivery Charge Per Full Load 2.1 /2" Thick Tiles: Black 26.63 18% $ 21.84 $ 5.46 133 $ 1.68 $1 500.00 28 lbs. each Color 29,04 18% 23-81 5.95 1.83 1.68 1 500.00 EPOM Tao TS 48.51 : 18°A $ 39.78 $ 9.84 $ 1.83 $ 1.68 $1.500,00 R R r"ritirM Hpinht rratirim 3-112" Thick Tiles: Black $ 31.80 18% 26.,08 , 6.52 2.21 $ 2.03 11 500.00 34Ibs. each Color $ 36.71 18% $ 30.10 $ 7,53 $ 2:.21 2.03 $1,500-00 Adhesive Glue: 2 Cal, 11.0 S.F. 98.47 18%r, $ 80,75 $ 0.74 0.67 '', 5 Gal. 275 S.F. 223.58 18"fa 183.34 List, Price Disco►ird Contract 6" Recyd_eA. LggsePer S.F. Per S.F. Per S.F. 12 ft. Critical Height rating; Full Color $ 4,73 18% 3.88 oW. Pricing based upon furnishing a single color per installation. List Price Discount Contract RRocyoled Btaaded_$hredrled Ri.lbber. Per S.F. Per S.F. Per S.F. 6 ft. Critical Height rating., $ 7.16 18% $ 5A7 8 ft, Critical Heiaht ratina. $ 9.63 18'% $ 7.90 Mute: Contact regional GameTime representative for pricing on Banded Rubber installation. S.F. PER Delivery Fall Load Full Load 3,564 $1 675.00 S.F. PER Delivery Full Load Load 6,000 � �pFull $1,600,00 4.500 $1,600.00 'riurg9 lrt-!t ice f instatNa dl 6 ft. Critical Hei ht ratio :. Full Color Discount Per S.F. 1 000-2 000 S.F. 2.00100 S.F. 3,001 S.F. S Over List Price Per S.F. Contract. Per S.F. List Price Per S.F. Contract Per S.F.. mat Price Contract Per S.F. Per S.F. 14% $14.47 12.44 113.95 $12,00 $13.51 $11.62 60150 Color 14% 13.16 $11.32 $12.63 $10.86 $12.19 : $10.48 8 ft. Critical Height rating* Full Color, 14% $15.7'0 $13.50 $15.18 $13.05 $14,74 $12.68 50150 Color 14% $14.39 $12.38 $13.86 $11.92 $13.42, $11..54 10 ft. Critical Height rating: Full Color 14% $17.98 $15A6 $17.46 $15.02 $17.02 ' $14.64 50150 Color 14% $16.67 $14.34 $16.14 $1388 $1570$135 Add for Aliphatic Binder 149 1.10 .281.102 $1.28 S1.10 Note: Pricing is basedon standard colors. For primary red color or graphics, call for spacial pricing Ge"OuL Notes•. - Site preparation, containment borders and sub -surface materials are specifically excluded. Engineered wood fiber surfacing includes an allowance for compaction. - Sites must be accessible for truck -load delivery of materials. - Poured -in -plane installabon pricing excludes an allowance for union or "prevailing," wages. 11 104 RFP 269-2003-077 GAl'I ETIM . 2004 SURFACING PRICING REGION 8 " Enalnearec d Wood F'ber: 12 ft, Critical Height ratin List Price Per CXY Discount Per C.Y. Contract Price Per C,Y. Contract Prim Per S.F. 5F Par Pull Track Load DalWery Charge Per Full Load $ 19.4,0, 18% $ 15.91 $ 0.79 1.924 485.0t3 Geo-Textile Cloth 1,125 s.f. roll Per Roll Per Roll Per Roll States in A2 Co Region 8 NM UT $ 166.00 18% $137,76 2.2g5a 0. roll Drain a 75 I.f. roll 3-37,00.' 18% $276.34 P g4.25 18% $ 60,89 1501.1, roll ❑ r'�,' Mats Wear I� its - 44" x 48" x 1 `� $ 148.50 18% 121.77 Per Each Per Each Per Eacha �1 woo 18% 81 .18 6 ft. Critical Height rating: List Price Per File ©iscourd Per "rile Contract Price Per Tile Contract Price ,per S.F_ 11000 SF Freight Per S.F. 11500 SF Freight Per SX. Delivery Charge Per Full Load 2.1/2" Thick Tiles: Black 27.85 18% 22.84 5.71 1.05 $ 0.86 $ 1 500.va 28 lbs. each Color 31.23 18% 1 $ 25.51 6.40 1.05 $ 0.86 $1,500.00 EPDM T $ 42.74 18prp 35.OEJ $ 8,76 1.05 $ 0.86 1 500-00 R tt r:ritirai Hpirrht ratnnev 3-1/2" Thick Tiles: Black 33.70 18% . $ 27.63 5.91 $ 1.2i6 $ 1.02 F$1,600.00 34 lbs. each Color $ 39,63 18% $ 32.50 $ 8,12 $ 1.261 $ 1.02 1 $1,500.00 Adhesive Glue: 2 Gal, 110 S,F. $ 98A7 18% $ 80.75 0.74 5 Gal. 276 S,F. 223,58 18% E183,34 0.67 List Price Discountj Contract 6"" Rec cl d LQo S ra Per S.F. Per S.F. Per S.F. 12 ft, Critical Height rating: Full Color $ 4.73 1 18% IS 3.8E Note; Pricing based upon furnishing a single color per installation. List Price Discount Contract Re- cied Banded Shredded R Per S.F. Par S.F. Per S.F, 6 ft, Critical Height rating: $ 7.16 i 18% 1 $ 5.67 8 ft. Critical Height ratinia. $ 9.63 18% 1 $ 7.90 Natez. Contact regional GameTlme representative for pricing on Bonded Rubber installation. S.F. PER delivery Full Load Full Load 3,564 $3,125.00 S.F. PER Delivery Fold Load Full toad 6,000 $2,500.00 4,500 $2,600.00 loured In-I311=2 [Installed!. 6 ft, Critical Height rating. Full Color Discount Per S.F. 1 000-2 000 S.F. 2 001.3 000 S.F. 30,01 S.F.. & over List Price Per S.F. , Contract Per S.F, List Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per $A 14% $ 13,96 $ 1201 $ 1102 $ 10.34 ' $ 11.,53 $ 10.00 50/50 Color 14% $ 12.89 $ 11.09 $ 10.96 $ 9,42 $ 10.56 $ 9.a8 8 ft, Critical Height rating: Full Cokar 14% $ 14M $ 12.88 $ 13,04 $ 11,21 $ 12.67 $ 10.90 50150 Color 14% $ 13,91 $ 11.96 $ 11.96 $ 10.29 $ 11.60 $ 9.98 10 ft. Critical Hei ht ratin : dull Color 14% $ 19.47 $ 16.74 $ 18:95 $ 16.30 $ 18.51 15,92 50/60 Color 14.% $ 18.16 $ 15,62 $ 17.63 $ 1&16 ' $ 17.19 $ 14.78 Add for A Aliphatic Binder 14% $ 1.28 1.10 1.28 1.101,$ 1.28 $ 1.10 ote. Pricing Is based on standard colors. For primary red color or graphics, call for special pricing Qeneral Notes:. - Site preparation, containment borders and sutra -surface materials are specifically excluded. - Engineered wood fiber surfacing includes an allowance For compaction. Sites must be accessible for truck -load delivery of materials. - Poured -in -place installation pricing excludes an allowance for union or "prevailing" wages. 111/04 RFP 269-2003-077 GAMETIME 2004 SURFACING PRICING REGION 9 2" Enaineered !Y29d Fiber: 12 ft. CriticalHeight rating, List. Price Per C.Y. Discount Per C.Y. Contract Price Per C.Y. I Contract Price Per S.F. SF Per Full (Truck Load Delivery Charge Per Full Load $ 19„40 18% 1.5,.91 0179 ' 2,025 $ '895,00 Geo•Textile Cloth 1,126 s.f. roll Per Roll Per Roll Per Roll' .5_ 18xee In_119alcan 9 CA NV $ 168.00 18% $137.76 2,250 S.F. roll Drainage 76 Lf. roll $ 337.00 18% $276,34 1 74.25 18`yo $ WIN 150 U. roll Wear Mats - 44" x 48' x 1 °" $ 148,50 i 18% 1 $121,77 Per Each Per Eacb Per Each $ 99.00 18% 81.18 2 ft. Srauaa±e ftecvcled_ ub re Aft ! Afl'i .M Wninht rmtinn- Contract Contract t,tmao SF 1,50s sF Delivery List Price Discount Prue Price Freight Freight Charge Per Per Tile I Per Tile - Per Tile I Per $_F. I PerS.F. Per's.F. ! Full Load 3-1/2"' Thick Tiles: Black 33.70 18% $ 27,63 $ 6,91 1:04 ,$ 0.77 ' $ 835.00 r34 lbs. each Color 39,63 18% 32.50 8.12, $ 1.04 $ 0.77 835.00 Adhesive Glue: 2 Gal. 110 S..F. 98.47 18% 80.75 0,74 S Gal. 275 S.F,) 223:58 18% $ 183.34 0.87 List Price Discount Contract 6" Recycled Loose Shredded Rubber: Per S.F. Per S.F. Per SY. 12 ft, Critical Helght rating: Full Color' $ 4,73 18% $ 3.88 No e: Pricing based upon furnishing a single color per installation. List Price' Discount Contract: ESSyclod Bonded ShEoggo 13ubber., Per S.F. Per S.F. Per S.F. 6 ft. Critic' Height ratio . $ 7.16 18% $ 5.87 8 ft. Critical Height rating: $ 9.63 18`ya 7,90 NM Contact regional GameTime representative for pricing on Bonded tubber installation. S.P. PER Charge Per Full Load Full Load 3564 1 $3.67 5.00 5_F. PER Delivery full Load Full Load 6,000 : $ 3,200.00 4,500 3,200M lou led): B ft. Criticat Height rating: Full Color Discount Per S.F. 1,000-Z DOD S.F. 2. 001.3 000 S.F.: 3,001 B.F. & Over Llat Price Per S.F. Contract. Per B.F. List. Price Per B.F. Contract Per S.F. List Price Per S.F. Contract Per B.F. 14% $ 13.96 $ 12.01 $ 12.02 $ 10.34 I$' 11.63 $ 10.0i3 50l50 Color 14% $ 12.89 $ 11.09 $ 10.95 $ 9.42 $ 10.56 I $ 9.08 _ 8 ft. Critical Heigfit rating: Full Color 14% $, 14.98 $ 12-88 $ 13.04 $ 11,2.1 $ 1.2.67 ' $ 10.90 ' 50150 Color 14% $ 13.91 ' $ 11,96 ' $ 11.9ra . $ 10.29 $ 11.60 ii $ 9.98 10 ft, Critical Height rating: Full Color 14% $ 19.47 $ 16.74 $ 18.95 $ 16.30 $ M51 ' $ 15,92 50150 Color 14% $ 18'.16 $ 1.5.62 $ 17.63 $ 1.5.16 ' $ 17,19 '' $ 14,78 Add fur Aliphatic Binder 14% $ 1.2t4 1.10 $ 1.28 $ 1,10 ' $ 1, 28 $ 1,10 Pricing Is based on standard colors. For primary red color or graphics, call for special pricing General_Ngl2s; Site preparation, containment borders and sub -surface materiels are specifically excluded. - Engineered wood fiber surfacing Includes an allowance for compaction. - Sites must be accessible for truck -load delivery of materials. Poured -in -place installation pricing excludes an allowance for union or "prevailing" wages. 111A)4 RFP 269•2003.077 GAMETIME 2004 SURFACING PRICING REGION 10 2" Eel i er d Wood FI er; 12 ft. Critical Height rating List Price Per C.Y. Discount. Per C.Y. Contract Price: per G.Y. Contract Pri:rre Per S.F. SF Per Full 'truck Load. Delivery Chugs Per Full Load 21.10 18% 17.30 0.85 2,025 535.00 Geo"Textile Cloth 1,125 s.f. roll Per Roil Per Roll Per Roll I tal2a If• f 10 MT OR olola_10 'WA WY $ 168,+gd 18% $137.76 2,260 sJ. roll Drainage 75 Lf. roll 337.00 18% 276.34 $ 74:25 18% 60.89 150 l.f. roll Wear Mats -44"x48"x1"' $ 14$.50 18% $121,77 Per Each Per Each Per Each $ 99.00 18% $ 81,18 Xje 6 ft. Critical Height rating; List Price Per Tile Discount Per Tile Contract Pries Per Tile Contract Price Per S.F. 1,000 SF Freight Per S,F, 1,500 SF Freight Per S.F. Delivery Charge Per Full Load 2-1/2" Thick Tiles: Black $ 27.85 18% 22,84 $ 5.71 $ 1.27 0.96 $1,815.00 281bs. each Color 31.23 18% 25.61 $ 6.40 $ 1.27 0.96 1$1,815.00 EPDM To: 42.74 18% $ 35.05 • $ 8.76 $ 1.27 0.96 1 815.00 8 ft. Critical Hainht retina! 3.112" Thick Tiles: Black 33.70 18% 27.63 $ 6,91 1.53 $ 1.15 $1 815.00 34 fbs, each) Color 39.63 18% 32.50 8.12 1.53 $ 11.5 Adhesive Glue: 2 Gal. 01.0 B.'1=. $ 98.47 18% $ 80.75 0.74 5 Gat. 275 S.F. 223.58 1.8% 1 $-183.34.$ 0.67 list Price Discount Contract Discount Led Rubb r: per S.F. Per S.F. per S.F. Per S.F. 12 fit. Critical Height rati:na: Full Color $ 4,73 18°h, 1 $ 3.88 18% hLqjW Pricing based upon furnishing a single color per installation. Lust Price Discount Contract Recycled Bonded Shredded Rubber: Per S.F. Per S.F. Per S.F. 6 ft. Critical Height ratln : $ 7.16 18% $ 5.87 8 ft, Critical Height ralina; $ 9.63 18% $ 7.90 Mote: Contact reolonal GameT:ime representative for Dricino on: Bonded Rubber installation. S.F. PER n Delivery Full Load Full Load 3,564 $ 3 7'50,00 S.F. PER Delivery Full Load Full, Load 6,000 $3,500.00 4,500 $1,500.00 'd 6 ft, Critical Height rating. Full' Color Discount Per S.F. 1000»2 000 SS:F. 2 001.3 000 S.F. 3.001 S.F. & Over List. Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.F. List Price Per S.F. Contract Per S.F. 14% $ 13.96 $ 12.01 $ 12,02 $ 10.34 $ 11.63 $ 10.00 50150 Color 14% $ 12.89 $ 11,09 $ 10,95 $ 9.42 $ 10.56 $ 9.08 8 ft. Critical Height rating; Full Color 14% $ 14.98 : $ 12.88 $ 13.04 $ 11.21 $ 12.67 $ 10,90 50160 Color 14% $ 13.91 $ 11.96 $ 11,96 $ 10.29 $ 11.60 ' $ 9.98 10 ft. Critical Haight rating: Full Color 14% $ 19.47 $ 16,74 $ 18.95 $ 16.30 $ 18.51 $ 15,92 50150 Color 14% $ 18.16 $ 15,62 $ 17,63 $ 15.16 $ 17.19 $ 14.78 Add for Ail balk Binder 14% 1 1.28 1 $ 1.10 1.28 1.10 $ 1.28 $ 1.10 qJE Pricing is based on Standard colors. For primary red color or graphics, call for special pricing General Notes: Site preparation, containment borders and sub -surface materials are specifically excluded. - Engineered wood fiber surfacing Includes an allowance for compaction. Sites must be accessible for truck -load delivery of materials. Poured -In -place Installation pricing excludes an allowance for union or "prevailing" wages. EXHIBIT G W ID 401 GamdTime's revised Shipping Hates are attached hereto, This Exhibit Is Incorporated into and made a part of the Master Agreement (the "Agreement") between Mecklenburg County (the "County") and GameTime, Inc. (the "Supplier"). Unless otherwise defined herein, capitalized terms In this Exhibit shall have the same meaning as are assigned to such terms In the main body of the original Agreement. Revised 01/02104 VV04 RPF 269-2003-077 GAM1ETIME 2004 SHIPPING RATES PLAYGROUND EQUIPMENT CLASS 175 RATES LARGE PLASTIC GOODS Zone State Total Min. Ch er Shipp ng rates par hundred weight (cwt) of freight Lump Sum Full Truck LoadCharge uftl'DER 500# 501 to 999# 1,000 to 1,999# 2,000 to 449" 5,000 to 7,09W 3 Alabama $ 100.76 $ 11.73 11.73 $ 11.73 8.56 $ 6.50 $ 600.00 8 Arizona $ 258-77' $ 191.30 130.10 $ 111.933 $ 94,59 2,590.00 7 Arkansas $ 136.44 $ 89.211,27 ' $ 63.6 $ 61A6 $ 40.32 $ 1 010.00 9 Cali%ma $ 25a.53 197.699.25 r$15.31 $ 133:pQ $ 114.93 $ 1Op.aB $ 3;p30.Op 8 Colorado $ 164'15 W 146A99.67 i $ 105.44 $ 89.15 $ 71.73 $ 2 0%00 1 Connecticut 157.98 $ 119.640.22 '$ 87.88 $ 72.71 $ 56,67 $ 1890.00 2 Delaware 153.98 $ 111.27 $ 102.19 $ 81.07 $ 66,40 : $ 52.00 $ 1,520,00 2 District of Columbia $ 176,27 $ 119,83 $ 1111.27 $ 88.13 $ 72.99 $ 58.68 $ 1,470.00 4 Florida $ 187.4.1 126.45 115.11 $ 90.41 $ 73.37 $ 58,02 $ 1,380,00 3 Ceo is 152.21 $ 77.37 $ 6.9.86 $ 53.47 $ 41.74 32,69 $ 690.00 10 Idaho 249.55 1 $ 194A3 $ 156.43 $ 130.83 $ 113.30 $ 99:86 3.000'00 6 Illinois $ 170-001 116J2 $ 97...51 7453 ' $ 60.74 $ 43.60 $ 1.190.00 2 Indiana $ 150.43 $ 106.95 87.55 66,18, 57388 $ 37.62 $ 9121,00 6 Iowa $ 155.43. 114.60 $ 104.31 $ 82,47 $ 6T68 $ 52.12 $ 1',570.On 6 Kansas 153.73 1 112.46 $ 103.61 82,28 $ 67,42 $ 52.69 $ 1,450.00 3 Kentuck $ 140.1.4 $ 85.37 $ 78.10 $ 60,49 $ 4814 $ 37.47 $ 700,00 7 Louisiana $ 144.91 $ 96-21 $ 86.05 $ 66.89 $ 53.89 $ 41J5 : $ 1,020.00 1 Maine $ 171.601$ 139.22 $ 128,21 $ 102,79, $ 86.32 $ 66.99 $ 2370,00 2 Maryland . $ 109.7'9 $ 100,89 $ 79.95 $ 65A8 $ 51.57 1,460.00 1 Massachusetts $ 164.82 $ 153.01 $ 123.15 $ 105.11 79.44 2,090:00 2 Michigan P142,23 $ 1.17,54 $ 99.31 $ 76.22 $ 62.48 45.16 $ 1,320,00 5 Minnesota $ 125.50 $ 115.26 $ 92.11 76,56 $ 59,72 1,910m 3 Misslss 82.29 $ 75,16 57.90 46.73 35.64 730:00 6 Missouri . $ 100.84 $ 91 07 $ 71,27 57.71 $ 44.44 1,130.00 10 Montana $ 246.59 191.93 '154.11 $ 128.87 111.30 $ 97.69 $ 2,790.00 6 Nebraska $ 160.64 $ 122.74 $ 113.04 $ 90.19 74A0 $ 68.26 S 1710,00 9 Nevada $ 255-561 $ 199.26 $ 160:05 $ 133.78 $ 115.64 $ 101,57 $ 3080.00 '1 New Hann shire $ 166,00 $ 1.29A3 $ 119.71 $ 95.75 $ 79.87 $ 62A1 $ 2,370.00 2 NewJersey $ 192.99 $ 127.78 ! $ 117,21 $ 94.41 $ 77.14 ', $ 61.36 $ 1780.00 8 New Mexico $ 222.72 $ 175,37 ' 158.23 $ 127A6 107.60 ' $ 83.17 $ 2,260.00 1 New York $ 176.48 1'25.42 $ 115.33 ' $ 92.70 $ 76.06 $ 59.70 $ 1,920,00 3 North Carolina $ 165.08 $ 117.16 108.93 $ 88.79 74.58 $ 61.12 $ 900.00 5 North Dakota $ 189.11 $ 154.67 $ 141.02 $ 113.54 $ 95.72 74.83 $ 2,260.00 2 Chip $ 160-5+6 $ 116.30 $ 96.14 ' $ 73.21 $ 59.76 $ 42.42 '$ 1 030.00 7 tOklaluorna 148,88 $ 106,72 $ 98,25 77.83 $ 63.51 49:66 $ 1 90.00 10 Ore n $ 266,30 $ 208.01 $ 167,01 $ i39.59 120.75 $ 106.03 $ 3610.00 2 Pennsylvania $ 153,71 $ 110.52 $ 100.85 $ 80.02 $ 65:50 $ 51,25 1490.00 1 Rhode Island 159,161 $ 122.88 113,20 $ 90.40 $ 75.29 $ 58Z7 $ 2,140.00 3 South Carolina 153.59 $ 92.34 $ 80.63 $ 61.32 $ 48.99 $ 38.26 $ $00.00 5 youth Dakota $ 180.64 $ 155.83 142.06 114,27 $ 96.50 75.53 $ 2,120.00 3 Tennessee $ 142.30 $ 77.98 $ 70,63 $ 54.16 $ 42.46 $ 3119 $ 660.00 7 Texas $ 150.47 $ 110.15 $ 101 A3 80.52 $ 66.07 $ 51.58 $ 1 660:00 8 Utah 234.59 $ 182.94 $ 146.95 122.81 $ 1.06.21 $ 93.20 $ 2,690,00 1 lVermont 167.66 1 $ 131.59 $ 12113 1 $ 38.99 $ 80.95 $ 62.94 $ 2,240.00 2 Vi inia. $ 14757 1$ 101.69 $ 93.68 73.68 $ 59.77 46,88 1080.00 10 Washirr on $ 2718.74 1 $ 213.26 $ 171.52 $ 143.33 $ 123.73 $ 108.35 $ 3,340,00 2 West Vir inia 179.99 $ 137,39 $ 123.51 $ 97A1 $ 81.45 $ 63.49 $ 1,050,00 5 Wisconsin $ 155.74 $ 116.05 $ 104.58 $ 82.14 $ 67.35 $ 51.12 $ 1 AX00 2 W omin $ 225.33 $ 178,761$ 149.25 1 123.29 $ 105.68 1 89.63 $ 2,170,00 Note: Apply freight rates to the total weight of the shipment to determine delivery charges. Rates are calculated per hundred pounds of freight except for minimum charges or a full truck load quantity. On larger shipments, the full truck load lump sure charge may be less than the calculated per cwt charge. 111104 RPF 269-2003-077 CAM.ETIME 2004'SHIPPING RATES PLAYGROUND EQUIPMENT CLASS 70 RATES METAL GOODS Zone State Total Min. Charge Shipping rates ,per hundredweight {cwt) of freight Lump Stara Full Truck Load Charge UNDER 5000 50110 999# 1,000 to 1,999# 2,000 to 4,999# 5,000 to 71999# 3 Alabama $ 100.76 $ 11.73 $ 11.73 $ 11.73 $ 6.56 $ 6.50 $ 600.00 6 Arizona $ 260-88 $ 93.02 $ 75.50 $ 63.25 $ 54.42 $ 45,98 :$ 2,590.00 7 Arkansas $ 137.55 43.67 $ 39.77 $ 31.14 $ 25.18 $ 19,73 $ 1,010.00 9 California 257.60 96.12 7T43 $ 64,67 $ 56.88 $ 48:90 3.030,00 8 Colorado $ 185.84 $ 71,66 $ 63.35 51.51 43,56 $ 35,03 $ 2,050.00 1 Connecticut $ 1%26 $ 58.56 $ 53.94 43.00 $ 35.58 $ 27.74 f $ 1,890.00 2 Delaware 155.23 $ 54A6 50.01 $ 39.68 1 $ 32A9 $ 25,44 1 $ 1,520.00 2 District of Columbia $ 177.71 $ 58.65 $ 64,44 $ 43,12 '$ 35.72 $ 28.71' 1470.00 4 Florida $ 188,93 $ 61.88 $ 56,33 44,24 $ 35.90 28.39 $ 1380.00 3 lGeorgla 153.06 $ 37.42 $ 33.78 $ 25.84 20.13 16.77 : $ 690,00 10 Idaho 251.58 $ 94.54 76,06 , $ 6 .61 $ 55:09 $ 48.46 . $ 3,000,00 6 Illinois 1.71.37 $ 59.46 $ 49,94 3'8.1.6 $ 31.11 $ 22.32 1190.00 2 Indiana $ 151 AS $ 54.76 $ 44.83 33,88 $ 27.33 $ 19.26 $ 910.00 6 Iowa $ 156.68 $ 56.0'8 $ 51,04 $ 40.36 $ 33,07 $ 25,50 $ 1570,00 6 Kansas $ 154.97 55,03 $ 50.70 $ 40.27 $ 32.99 $ 2518 1450.00 3 Kentuck 141_28 41.78 $ 3822 $ 29A0 $ 23.65 $ 18.33 $ 700.00 7 Louisiana 146.08 $ 47..08 $ 42.11 $ 32.73 26.37 $ 20A2 $ 1,020,00 1 Maine $ 172.98 $ 68.13 6214 50.30 $ 42.24 32.78 $ 2 370.00 2 Maryland $ 155.96 $ 53.72 $ 49.37 $ 39,12 32.05 25,241 $ 1,460.00 1 Massachusetts $ 208.06 i $ 80.66 $ 74.88 $ 60,27 $ 51.44 $ 38.87 $ 2.090.00 2 M'ichi an $ 182.26 $ 60,14 $ . 50180 $ 38;99 $ 31,96 $ 23,11 $ 1320.00 5 Minnesota $ 164.77 $ 61,41 56,40 $ 45.,07 $ 37,46 $ 29.22 $ 191:0:00 3 Mississip2 $ 143,391 $ 40.27 $ 36.78 28.33 $ 22.38: $ 17.44 730.00 6 Missouri 146,91 1 $ 49.35 $ 44.56 $ 34.88 $ 28,24 $ 21.74 $ 1130,00 10 Montana 248.59 1 $ 93.32 $ 74.93 $ 62.66 $ 54.12 $ 47,50 $ 2.790,00 6 Nebraska $ 161.93 60.06 $ 55.32 $ 44.13 36.60 $ 28,51 $ 1,7%00 9 Nevada $ 267.64' $ 96.88 $ 77,81 65,05 $ 56,22 $ 49.38 $ 3,080,00 1 New Hann shire 167.35 63,58 $ 5t3.58 $ 46.86 $ 39.08 30.39 $ 2,370.00 2 New Jesse. 194.57 $ 62.53 57.36 46:20 $ 37.75 $ 30.04 $ 1,780.00 8 New Mexico $ 225,561$ 86.23 $ 77.79 $ 62.68 $ 52.93 :$ 40,91 2,260.00 1 New York $ 177.91 $ 61.37 56.44 45.36 $ 37.22 $ 29,22 $ 1,920.00 3 North Carolina $ 166.43 57.34 1 $ 53.31 $ 43.45 $ 36.50 $ 29,91 960,00 5 North Dakota $ 190,65 $ 75,69 $ 69.01 56.66 $ 46.84 $ 36.62 $ 2,260.00 2 Ohio 161.86 $ 59.55 49.23 $ 37.49 30.60 $ 21.72 $ 1,030.00 7 Oklahoma $ 150.09 $ 52.22 $ 46.08 38.08 $ 31.08 $ 24.30 $ 1 290.00 10 Ore on $ 268.46 $ 101.14 $ 81.19 $ 67,88 $ 68,70 51.55 3,610.00 2 Pennsylvania $ 154.96 $ 54.09 $ 49.36 $ 39.16 $ 32.06 25.07 $ 1,490.00 1 Rhode Island 160.46 $ 60.13 55.39' $ 44.24 $ 36.84 $ 28.66 $ 2140.00 3 ISouth Carolina 154,831 $ 45.19 $ 39A5 $ 30.00 2197 1 $ 16.72 800.00 5 ISouth Dakota $ 1.82.12 76.26 %52 55,92 $ 47.23 $ 36.96 $ 2,120.00 3 ITennessee 143.4b 38.16 $ 34.56 26.50 $ 20.77 $ 16,24 660.00 7 Texas 151.699 53.90 49,63 $ 39,40 $ 32,33 $ 25.24 $ 1,650.00 8 Utah 236,49 $ 88.95 $ 71.46 $ 59.71 5'1.84 $ 45.32 $ 2,690,00 1 Vermont $ 169.02 64.40 %33 $ 47.46' 39.61 $ 30.79 $ 2 240.00 2 Vir inia $ 148.76 $ 49.76 $ 45,84 $ 36.05 $ 29.,24 $ 22.94 $ 1,080.00 10 Washig on 278.98 103.69 83..39 69.69 $ 60.15 $ 52.68 3 340.00 2 West Virginia $ 181,44 $ 67,23 $ 60.44 $ 47.67 39,86 $ 31.07 $ 1 0%00 6 Wisconsin $ 157.00 56,79 $ 51,18 $ 40.19 32.96 $ 26.021$ 1430,00 2 Wyoming 227.1t1 t37,08 $ 72.72 60:07 $ 51.48 $ 43,66 $ 2,370.00 Notez Apply freight rates to the total weight of the shipment to determine delivery charges. Rates are calculated per hundred pounds of freight except for minimum charges or a full truck load quantity. On larger shipments, the full truck. load lump sum charge may be less than the calculated per cult charge. EXHIBIT H INSTALLATION I=EES GameTime's Revised Playground Installation Charges Is attached hereto.. The verifiable pricing Index is identified as the GameTime 2004 Park and Playground Catalog. This Exhibit Is Incorporated into and made a part of the Master Agreement (the "Agreement") between Mecklenburg County (the "County") and GameTime, Inc. (the "Supplier"). Unless otherwise defined herein, capitalized terms In this Exhibit shall have the same meaning as are assignedto such terms In the main body of the original Agreement. Revised, 01/02/04 RFP 269-2003-077 Gi#MET'IME 2004 PLAYGROUND INSTALLATION CHARGES GameTime Product Installation cost as a percentage of equipment commercial price Total aomrMrc#al price of equipment per site (before less than $2,000 $2,000 $6,999 $7,000 . $11,99g U.S.C. discount) over $12,000 Systems: PowerScsi e Systems 40% 35% 30% 28% PrimeTime S sterns 40'%a 35% 30% 28%4 TotStuff & Clifford S stems 40% 35% 30% 28%m KIDTime. Systems 40% 35% 30% 26% GT Events - Swings 75% 60%n 45% 40%a Buck A -Bouts, 75% 60% 45%m 40% Saddleimates & Cru:sin' Mates 75% 550% 40% 40% Whirls 75% 600% 45% 40% Climbers & Slides 45% 40% 35% 35'% GT Sports: FitKid E ui went 70% 55% 45% 40% Sports & Fitness Equipment 70% 55% 45% 40% Parcourse 70% 55% 45% 40% GT Site: TuffClad 45% 45% 40% 40% StreetSca a 45% 45% 40% 40% Picnic Tables/Benches 45% 45% 40% 40% Shelters 60% 60% 55%v 55% Staves 45% 45% 40% 40% Bike Racks - Standard 45% 45°J6 40% 40% Bike Racks - Loop & Rustic 45% 45% 40% 40% PlayCurbs 40% 40% 35% 3t7% GTIMPAX Surfacing, ( Installation cost per square feet of safety surfacing area Rubber Tile Safety Surfacing $2,75 S.F. $Z50 5.1=. $2.25 5.R $2.00 S.F. Loose Shredded Rubber Surface 1 $0.85 S.F. 1 $0.80 S.F. 1 $0.70 S.F. I $0.70 S.F. Notes: 1) All equipment shall be installed in accordance with GemeTime specifications by factory certified professional installers. 2) Equipment shall be installed within four (4) weeks of product delivery, unless requested by agency'to be delayed, 3) Customer shall :receive, unload and inspect goods upon arrival, noting any discrepancies on the Delivery Receipt prior to written acceptance of the shipment, 4) Customer shall be responsible for providing a clear; level site for installation and for coordinating the scheduling of all deliveries and installation. 5) Site should be level and permit installation equipment access_ Purchaser shall be responsible for unknown conditions such as buried utilities, tree stumps, bedrock or any concealed materials or conditions that may .result in additional labor or material costs. 6) Pricing excludes all site work and landscaping, removal of existing equipment; storage of goods prior to installation; drainage provisions; and safety surfacing borders unless purchased! separately. From:DOMINICA RECREATION 407 331 4720 08/11/2006 13:17 0 P 001/002 Temp. Reso. #11041 - EX it 11 Enriching Childhood Through Rtay" Date: 8/11/2006 Revised Quote No.: 261420501 20068 USC GAMETIME c/o Dominica Recreation Products P.O. Box 620700 Longwood, FL 32762-0700 Phone. (407)331-0101 Tali Free: (800)432-0162 Facsimile: (407)331-4720 Contact: Barry Lock E-mail: barryl fgametime.00m GameTime Quotation City of Tamarac Ship to ,Zip: FL Ann., Mr. Lance Mall, Supt. of Parks Telephone: (954)597-3634 For: ADA-Accessible Playground Facsimile: (954)597.3640 8601 W. Commercial Boulevard Tamarac, FL 33321 ITEM 0990I MON Eft Ext Price 1 RDU OAPT426 Accessible PrimeTime System 17,906.54 $17,906.54 1 12794 Tio-Tao-Toe Enclosure Panel 418.00 $418.00 ...2 12009 31/2"Uprt Ass'Y Alum 6' 81.32 $162.64 1 18390 Choo Choo Panel 408.12 $408.12 2 12009 31/2"Uprt Ass'Y Alum a, 81.32 $162.64 1 8530 Adaptive Swing w/Rungs 413,.25 $413.25 1 PIP GTIMPAK PIP Rubber 38,143,53 $38,143.53 - 2911SF poured -in -place rubber .... 1476 SF 31/2" & 14358F 2 112" - 50% color/50% black 1 ENG SignedlSealed Drawings 450.00 $450.00 1 ADMIN Permit Administration 100.00 $100.00 Total GameTime list price: 64,211.35 Total US Comm. Discount:-6,048A3 Total weight: 7,061 Sub -total: $58,164.72 Installation: $9,411.04 Calculated Freight $1,780.75 Total: $89,356.51 Pricing offered in accordance with US Communities Government Purchasing Alliance for which the the City of Tamarac Is registered. Installation includes the removal of existing rubber and equipment. The existing swings remain with a new adaptive seat to be placed in a bay with the tot seat. Proposal does not include permits or related fees. New PIP rubber will include thicknesses of 3 1/2" for the swing area and 2 1/2" for the remainder of the area. Rubber surfacing will not be placed over the wooden deck. PIP rubber color shall be chosen from a basic color list not requiring non -yellowing binder and shall be applied in a 50% color/50% black speckled mix. Th(s quotation is "ad to policies in the current GameTime Park and Playground catalog and the following tarms and conditions, our quotation is based an shipment of ON items at one time to a single destination, unless noted, and changes are subject to price adjuatmeft purchases in excess of $1,000.00 to be supported by your written purchase order made out to GameTime, o/o Dominica Recreation Products. King issue one order for the equipment and a separate order for surfacing and/or equipment installation services. Pricing: fo.b, factory, firm for 30 days from date of quotation. Page 1 of 2 `Date: 8/11/2006 Revised Quote No.: 261420601 Project: Ship Zip: FL Payment terms: payment in full, net 30 days subject to approval by Game nme Credit Manager. A 1.5% per month finance charge will be imposed on all past due accounts. Equipment shall be invoiced separately from other services and shall be payable in advance of those services and project completion. Retainege not accepted. Shipment: order shall ship within 30-15 days after GameTime's receipt and acceptance of your purchase order, color selectionm, approved submittals, and receipt of deposit, if required. Freight charges; Prepaid and added at time of invoicing. Taxes: state and local taxes, If applicable, will be added at time of invoicing unless a tax exempt certificate is provided at the time of order entry. Receipt of goods: Customer shall receive, unload and inspect goods upon arrival, noting any discrepancies an the Delivery Receipt prior to written acceptance of the shipment. Facdu1l0ns: Unless specifically kwlud4 Oft quotation excludes all site work and landscaping; removal of existing equipment, aocaptence of equipment and off-loading; storage of goods prior to installation; eruulpment assembly and Installation; safety surfacing; borders and drainage provisions, signedlsealed drawings, permits and any related fees. Instakdom shall be by a Certified GsmeTime Installer. Customer shall be responsible for schedukng coordination and site preparation. Sits should be level and permit installation equipment access. Purchaser shall be responsible for unknown conditions such as burled utilities, tree'stumps, bedrock or any concealed materials or conditions that may result in additional labor or material costs. To order: Please complete the acceptance portion of this quotation and provide color selections, purchase order copy and other key information requested. Acceptance of this proposal indicates your agreement to the terms and conditions elated heroin. Order information Bill to: Contact: Address: Address: City, State, Zip: i Accepted by: Signature: Ship to: Contact: Tel: Address: City, State, Zip P.O. No: Gate: Title: Telephone: Purchase amount: $69,356.51 Facsimile: Fax: F:1vGT1r eporta13.3.41R3Q2 USC, rpt 3.3,52,07.21,06.3.2.5 2006E USC Page 2 of 2 From:DOMINICA RECREATION 407 331 4720 08/11/2008 14:10 #571 P.0021008 T 1VA General warranty !A Lifetime Limited Warranty ttS00amerimaDrive e, r e Alabarna a 7° pho 'y 40" PowerScapo® Plus, Prme7ima"and2M Fa admilw 28SW-%53 Emaf: sprpemaurne,txm gCIltdho3d ThOugh TotStufauprights � p All hardware i i PowerScape Powerl ocksTo j GAMETIME WARRAN nES 15 Year limited Warranty GameTime provides wsnanlles on oil metadete and workmerwhip for one year, Metal decks excluding vandalism, In addillon, GamsTl me offers: v L Valkne Wiled warranty on Power8rapesr Flue, PmneTi me'" and TdSYdf"'uprbhts, Pipes e tl ollnooMuWwmenlyonashardware. Wt.WIme Gaited warrantyan GameT6m Poww6caps Mogat x*6 and Powers odrs'". Rungs Tell -Year ended warranty on PrimeTirne and Td%me trdt hwgh mrareKd w. Ten -Year rrrdted warmly an roladanally molded KOUrne pm&mis, Rails I' + FftsrAw knbd wanxny on metd ds" pipes, rungs, nuts and loops. v Tan YearGrnitad warranty on prsaaae-UeAW ring end redwood pcodude. v Ten•Yearimgad P&M.RaeSftses9 Coops Warranty on BplWWA � TerrYearGntNed watrartpr an NdeGanory molded prddWe. ' v Fzm-Your m*ad werronyon $upw$eotgw v Three -Year GmiMd warranty on nd*e►or "Cepnrga used on SaddleMetes, II v One -Year Wrliled,aa" on aH ollx r clisnerirre Produr m, ( 10 Year Limited Warranty l AN Warmalles spac0calfy ankrds damage caused. by vandalism, negligence, Improper Installation or Improper use,, changes in allIcearance PrimeTime bolt through connections l i taw ing from weathaft, scratches, dints ormarring as a resu►tofuse. I Rotationally molded products Warranties are valid only it products are Installed and maintained to accordance, With G:amoTime Instructions and use approved parrs i Rotationally molded KidTlme'"' products 1 ParcoursedD fitness equipment 6•M'030 2P Page 1 5 Year Limited Warranty Super Seats GameTime offers you peace of We want to assure you that we are part mind with one ofthe best, most of your community playground long after the sales is made. Our quality is 3 Year Limited Warranty all encompassing warranties in legendary, and we stand behind our Rubber or "C" springs used on the industry. products with one of the best warranties in the business, For complete Warranty Saddleliiates® information, consult your GameTime sales representative. 1 Year Limited Warranty All other GameTime products 403GamaTIM0,aMayeomCompany, ° r7re.;�,, *�f;;:. ,!•�'s 08/11/2006 14:12 #571 P.003/006 Frow DOMINICA RECREATION 407 331 4720 08/11/2006 14:13 #571 P.004/006 CERTIFICATE OF LIABILITY INSURANCE o +� DATE PRODUCO SIT .TOR OQ 03 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION J Ro1Pe Davis insurance ONLY AND CATE HOLDER. THIS CERTIFICATE CATTE DOES 'UPON AMEND, ETHE XTEND OR P.O. Hox 945255 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Maitland IM 32794-5255 Phona : 407-691 w 9600 INSURED INSURERS AFFORDING COVERAGE NAM: III INSURER A- Amerisure Mutual Ins. Co. 23396 INSURERS: aaattod" xlawaanah 41297 tiP JOi�n Pits ald, Tao. IN"ERC: k Aa rt=m znaualu+or co 3313a X ordxIM%g2772-0655 INSURER p: INSURiR E: COVERAGES THE POLICIES OF INSURANCE LMM BELOW HAVE BEEN ISSUED To THE *d"ED NAMED ABM FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPBCT TO WHICH THIS CERTIFICATE jMAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICSES DESCRIBED HEREIN IS SUIMT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AOGMQAM LIMITS SHOWN MAY NAVE SEEN REDUCED BY PAID CLANS, E OP IN POLICY NUMBat LI?Aff$ GBNERALLIAMLry IS X X GOMMERCIALOENERALLIAMUTY CLS1153271 08/09/06 08/09/07 EACHOCCURIWICE $1000006 P EB(Eaaaounno. $ 50000 CLAIMS MADE ® OCCUR 7C Contractual Liao IUD EXP Oft parson) i 5000 PERSONALiADVINJURY t 1000000 QENLAQC�EOATELBNTAPpLIE$PER GENERALAGORECiATB 4 2000000 X POLICY LOC OC. PRODUCT COMPIOPZ; t 1000000 AUTOMOBILE LMN UTV A 8 ANYAIno CA2031190[(!Eb= Q8160106 IFNiLI= Le11T II 1000C 00 08/09/07 ALL OWNED AUTD6 SCTI6DULED AUTO$ W PLIXRY t HIRED AUT08 NON -OWNED AUTO BODILY INJURY i lPeraaaidnp) PR )DAMAGE t OARA LIABILITP AUTO ONLY. EA ACCIDENTi ANY AUTO DTiIER THAN EA ACC t AUTO ONI Y AGO i AAYIBItdLLA LY1fMJTY C R occuR 0 MADE L1t71036118 00/09/06 RRENCE t 1000000 08/09/07 i 1000000' KOM DEDUCMrL t RETENTION i t 1bOR1(BNlB COMAIBIBATIDN AND i Y X A ENPLoYMIa-mr 1FC2091199' ANYF4jM= ZU=UTIVE 08/05/06 08/05/07 E.L sADHAGamw t 500000 P�CW. below BPELCdA1�WeIQMB LL,DOME_ BAEMPLOYE SS00000 ____. rLL W8EAB8-PpLICYLMAIT i 500000 InstallsPlayground__...__......__. �,,,�,. equipment. The Ir<eneral Liability policy includes a blanket additional insured indorsement for the Certificate Holder if required by written contract. Liability is limited to loss/damage AUG - /! �pp� arising out Of negligent acts of the insured. *]XMWt as regU4red by rloridt Htatute. CERTIFICATE BOLDER CANC&LAi1CN �>�p SIIOULI) ANY OF THE ABOT+B ONCIpNT,d POLICIES � QANGTl:LLLEp BBFOItE TNB BIfNRA DATE TT111112F. TO OWN I WAM WILL ENOBAVOR TO NAM. 10 * DAUB TYIBTTBN Dominica Aecreation Products Un" TO TO 4"TIFICATB NOJM NANBP TO THE MT. NUT FAIWRB TO 00 30INA' I � Inc. NPOBE NO WLMTM OR LI MLITYOP ANY IW UPON THE INSUMR, ITS AOBNTS OR PO Sox 520700 RmIwBNriuTIVBR Longwood n 32732-0700 From:DOMINICA RECREATION 407 331 4720 08/11/2006 14:13 #571 P.005f006 A&AAAA,aMAAAAAAAawe.AAAAAAAA ►AuseAAAAAAAAAAAAAAAAAAAAAA®AAAAAAAAA 14 FIVE STAR PLUS INSTALLATION � � Your Gameflme Five Star .PLUS Installation will include thefollowing services b .f 8 Yyour Installer: ®' Initial Contact — within 10 business days of DRP receipt of order Confirm installation contact person, telephone and fax number ', Review installation process * Readiness questionnaire to be explained Advise of "tentative" installation schedule 4 Site Readiness — within 1 S.business days of order " Complete readiness form from Installer or set up pre -construction meeting Confirm delivery, unloading, storage, inventory, security, and trash disposal Discuss coordination and timeline for site preparation and surfacing (to be installed after equipment) Confirmation — within zQ business days of order * Shipment date s * Delivery of equipment Review inventory procedures p. <: Site readiness, including marking utilities r Surfacing delivery (if ordered through GameTime) d b Time and date of an -site pre -installation meeting the day of scheduled installation r .Installation 4 -f�f Installer to arrive when scheduled Complete Installation Discuss progress with contact person Approval 4 -o,- Walkthrough at the completion of installation Complete Five Star PLUS Installation Satisfaction Form Review equipment maintenance Receive installation guide, tool kit, and touch-up paint a ! 4 Five Star PLUS Program w GameTime Certified Installer will revisit your site within 90 days 10. 0. � a 4 FIVE STAR PLUS G�m�7imoep 4 CERTIFIED PLAYGROUND � INSTALL,AT10N cry ,.T`i''IF"@`N"T",ItV,.TTT`4"'CT�"��VTF'VV"VVVVI IVVIV'TIT, �•6,���`�;�.'���.�I,1.VV.IVYVIVITYT"TTY1`TV'N� From:DOMINICA RECREATION rLATUUttt rUNI PAYNE 407 331 4720 f ax: 256-997--9663 08/11/2008 14:14 Dec 9 2006 14:00 #571 P.0081006 P. 04 FOM W199. pl'v .tnrgy o P>av* ■ qu fW Taxpow F tofw farm 1n then IdOMMosi OU, Numtor. tl nd OeMfotion fq**"w- ft em1 WWI* to Ifitt. PLrLYam VYipooNm"$ via. lm wont, x dNmi flora, ibeve �adrrrr 1st ow W. w WE;; !40 flMellTIINlr DFAM aay, sear, ow I ovdr FQJfr PAYW AL 35IM7 LKsoma trrnbafr I"NWW4 . Rrgp,d.r�r ►►sml,rwl aeaUewiw f� Ilftlq Yo>rt TIN to In b='110 TIN Pprldrd Wart, � no" an Lint f fa aam own* ranow ! b yaur taoirl a�0{ItMPOF.FNW, ory ntrrtbor�, � tar r nridrrd YOW NWMW Nl Nan�P tr you da 00 � tMrs� sw�, 90 a #W k. or M* sooa W 6 A marts ft" CM Aram, ap ON autarr On pfOO 4 *rpMWAm an wrrooe niArrhar - -- a 17121014Ia10 undw p pown of pow. I off* go 1, 'her rtttrnbrt eltrtna on Ihk farm M A4r cannot f�' won nutrtbsr 1qr I am widlltq fiat a reunabsr 10 bs Ieaued to raq, and #. 1 am not wttjsot fa MV witldwlriry bodrwet (o I am WWO *M b&*V VMMUWIII• or: I hnw rbi bran MOW by per hnrmel nrdtlld ft go I he km t �iP baola� to A—L up� � � of t 1rINWa 6a Mlpar! it learart �r dl dry Or illy IRB hrr t1. 1 one it Us. pow" dMep a Us, Fwtderd soft t1�MirWon MtelruoNane. Yov mwt aigM oat Iie41 a attovr fl You tteera bum mold by the"lid you sws OAW* wtim Im 6ao�q� wwommw �i RME Ind 1a Irporl d AiWw! and dMdrndr pn yq� qx r rh, pot Irk emah ingrraN, L "" R d rpt 1 rrot�l er �t 4i IMOtkrd , aenammm of am% a moon 0ile bo an IINbAdwn raitdenNnlA and d�s, pan we not raoto fa Mpn apt Crrfdwmftk dot you am Pulrp " of ftft A who le i"I*W to 0 an kt fffi ttlpn referee wide Mm Ni61 WAM aboft your amr4d tau l -- id—WorMon awdw �rspbrt, for slqultple, tnaolrlo t� 10 you, MW wt bs aballdweNlenf of nd um vw4w MIS, >�� don of a.bt, m ar mllduum you Ma* to n LLL pavan. Uee Form W4 ** M You am a U.B. �� n., pleoludbt s t0 vw ao"wto porm riames" it po feww er) and, whorl app&wft, bo: w�tMelt�lor a nnuuledtw to bs t� aete+�o1(ar yaW rre 2. OPW that yw wo net w*d to bsko wbFftWnp, or OWm elrempgalt from bm* p wOftWft It you art a us. «rtorrpt ptgwe. How, Ifs paw a blm afftw � harm *60 go rywip ft �I W�Ynlgt IoI►t a k a War%dwW kx pwpowe you ore *wWdarsd a person ft you sett, r An own, who is a citkm or i sWW of t ii UnUd wi, A poatnerehlp, , or sre mmon orfathd or erptni>ae�� or undw Mtp kt+v+s Mee L%W BMM& or ad. No. r l.I -qw aovs arrant "W tiwt a y 1 e� tnlat. an dalre SiddoM:tl'1,7:'p, eared for eddkk" tf you sm a roe+rllpn porw% do not we iron, we are form W-# iMtbtooMole M1Q lint an fntMaldeertae snd Fadpn Mel�Q, Nanwsidew oft" more betoltlet�p a mWdW sMsn. gonela only a rwrMreldrr Wnbn ledwl" VEY uoo the tome off a Lett Beefy ID �uoe of a1ln1 oil UAL to Cm d tftll0trtlt. Naelleerer1 met! tut frwom aalMeht a FOEIM!"WIft wtaw+► sN a aatye " 1 aprouMd dwoh MO k an ftm 1wc 10 oaaMlw for �m d awn deer tw Owl hno oMmfwio4 o ul1, eesidant Wen ter trc puritoearl. tf yeret we a U^ mddW iNn % tw k r*ft an an o irarnplklt ban Wr oettwMn 4lox" osmWf r+ s to muro aflaeh a;� h Fane W0 atot epeo><Iert art t ooINW. adnilr *, ttde meet tee Mee am" a you O MAN.eummpMar► fnrrn tart ao a It. fire freW sr4* addnri ft the kwo m L rm orfiele number (CW 1�csfi0 in #A het t udy tired oerA" #M saft oloune aid Me WA"dom, elalx lgetra W-4 ow. t+t0ofp rip RECREATION the Park and Playground Professionals P.O. Box 520700 Longwood, FL 32752-0700 407-331-0101 . Fax 407-331-4720 To: Mr. Keith Glatz City of Tamarac Fax Number: 954-597-3565 From: Barry Loc GameTlm 800-432-0162 ext. 104 barrylfgametime.com Date: 8125/06 RE: US COMMUNTIES PLAYGROUND Pages: 4 Following please find the bills of materials/pricing for all of your custom #APT426 Accessible PrimeTime System (catalog and US Communities pricing). Also, we have provided a copy of the GameTlme Factory -Certified Installer's (John Fitzgerald, Inc.) insurance certificate. They will provide a project -specific certificate and proof of workers/ comp coverage when your order is received, naming the City as additional named insured. Please do'not hesitate to contact me if you have any further questions. Have some additional questions, check out our newly re -designed website — r rrom:uuMINILA KtLKt8l1UM 407 331 4720 08/25/2008 13:10 #852 P.002/004 Dominica Recreation Products 'r P.O. Box 520700 Longwood, FL 32752-0700 Drawing File Name: Tamarac-ADA-426.dw9 Drawing Date: 8/25/2006 Project: Project not specified Location: Location not specified Operator: bl Pricing: 2006B US Comm. 025cdpfflon QUEW11 Weiaht E O 4840 Answer Wheel Ass!y 1.00 3.00 $87.32 4841 Maze Ass'y 1.00 4.00 63.64 4842 Echo Chamber Ass'y 1.00 4.00 39.22 12022 3 1/2" Uprt Ass'Y Alum 7' 1.00 16.00 93.48 12024 3 1/2" Uprt Ass'Y Alum 9' 2.00 40.00 235.60 12025 3 1/2" Uprt Ass'Y Alum 10' 8.00 176.00 1,039.68 12026 3 1/2" Uprt Ass'Y Alum 11' 4.00 96.00 568.48 12278 Megarock, Single 1.00 747.00 1,839.96 12736 Wave Climber 45 1/2 Deck 1;00 100.00 508.44 12792 . interactive Panel (animal) 1.00 63.00 427.88 12872 3'-0" Leaning Wall Climber, 45 1/2" Dk 1.00 129.00 744.04 12883 4'-0"/4'-6"Clover Leaf Climber, 45 1/2 1.00 131.00 774.44 12928 Deck Flat Cap Pkg-45 1/2" 1.00 1.00 30.40 12968 Gizmo Panel ADA - 3 Gizmos Bel Dk 1.00 23.00 236.36 12971 Telescope Encl 45 1/2"Dk 1.00 52.00 730.36 18203 45 1/2" Tri Punch Deck P/T 6.00 228.00 1,906.08 18230 45 1/2" Transfer Platform 3' Deck 1.00 198.00 1,181.04 18250 45 1/2" Sq Deck P/T 3.00 333.00 1,468.32 19263 1'-0" Stop Link 45 1/2" Deck 1.00 102.00 817.76 18341 4'-0" FS Spiral Slide 1.00 509.00 2,489.76 18375 Decorative Panel 45 1/2"Dk 3.00 93.00 793.44 18378 5' Double Zip Slide 1.00 227.00 1,057.16 18389 2'-6"/3'R & R Zip Slide 45 1/2" Dk 1.00 164.00 773.68 3.3.57.08.21.06.3,1.1 1F:\vGT\report0.3.4\R3 CB.rpt 3,429.00 $17,906,54 Grand Total: $17,906.54 Page 1. of 1 rrOm:UUMINIUR HtUKLAIIUN 407 331 4720 08/25/200S 13:11 #852 P.003/004 Dominica Recreation Products P.O. Box 520700 Longwood, FL 32752-0700 Drawing Fite Name: Tamame-ADA-426.dwg Drawing Date: V25/2006 Project: Project not specified Location: Location not specified Operator: bl Pricing: 2006B Standard EAU PMC"Dtlon Quantity Weight Price 4840 Answer Wheel Ass'y 1.00 3.00 $118.00 4841 Maze Ass'y 1.00 4.00 86.00 4842 Echo Chamber Ass'y 1.00 4.00 53.00 12022 3.1/2" Uprt AseY Alum 7' 1.00 16.00 123.00 12024 3 1/2" Uprt Ass'Y Alum 9' 2.00 40.00 310.00 12025 3 1/2" Uprt Ass'Y Alum 10' 9.00 176.00 1,368.00 12026 3 1/2" Uprt Ass'Y Alum I V 4.00 96.00 748.00 12279 Megarock, Single 1.00 747.00 2,421.00 12736 Wave Climber 45 1/2 Deck 1.00 100.00 669.00 12792 Interactive Panel (animal) 1.00 53.00 563.00 12872 Y-0" Leaning Wall Climber, 45 1/2" Dk 1.00 129.00 979.00 12883 4'-0"/4'-6"Clover Leaf Climber, 45 1/2 1.00 131.00 1,019.00 12928 Deck Flat Cap Pkg-45 1/2" 1.00 1.00 40.00 12968 Gizmo Panel ADA - 3 (h2wos Bel Dk 1.00 23.00 311.00 12971 Telescope Encl 45 1/2"Dk 1.00 52.00 961.00 18203 45 1/2" Tri Punch Deck P/T 6.00 228.00 2,508.00 18230 45 1/2" Transfer Platform 3' Deck 1.00 198.00 1,564.00 18250 45 1/2" Sq Deck P/T 3.00 333.00 1,932.00 18263 1'-0" Step Link 45 1/2" Deck 1.00 102.00 1,076.00 18341 4'-0" F5 Spiral Slide 1.00 609.00 3,276.00 18375 Decorative Panel 45 1/2"Dk 3.00 93.00 1,044.00 18378 5' Double Zip Slide 1.00 227.00 1,391.00 18389 2'-6"/3'R 8c R Zip Slide 45 1/2" Dk 1.00 164,00 1,018.00 3.3.57.08.21.06.3.1.1 F:\vGT\reports\33.4\R3CB.rpt 3,429.00 $23,568.00 Grand Total: $23,668.00 Page 1 of 1