Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-154Temp. Reso. #10467 - Page 1 5/24/04 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004--a A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF EIGHT SETS OF BASEBALL FIELD BLEACHERS TO INCLUDE INSTALLATION, AT A TOTAL COST NOT TO EXCEED $42,760.25, FROM CONTRACT CONNECTION, INC., UTILIZING THE CITY OF JACKSONVILLE, FLORIDA, PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT, BID NO. SC-0549-03; APPROVING FUNDING FROM THE APPROPRIATE CAPITAL IMPROVEMENT ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, funds for the purchase and installation of (8) eight sets of baseball field bleachers for Tamarac Park was approved in the Parks & Recreation Budget for FY 04; and WHEREAS, the (8) eight sets of baseball field bleachers will replace existing bleachers at Tamarac Park; and WHEREAS, City Code Section 6-155 allows the Purchasing/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/Contracts Manager recommend the purchase of (8) eight sets of baseball field bleachers to include installation for a price not to exceed, $42,760.25, from Contract Connection, Inc., utilizing the City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment, Bid No. SC-0549-03, attached hereto as Attachment "A"; and Temp. Reso. #10467 - Page 2 5/24/04 WHEREAS, Contract Connection, Inc., has provided a price quote in an amount not to exceed $42,760.25, attached hereto as Attachment "B", utilizing City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment, Bid No. SC-0549-03; 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 (8) eight sets of baseball field bleacher; to include installation for a price not to exceed, $42,760.25, from Contract Connection, Inc., utilizing the City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment, Bid No. SC-0549-03. 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 (8) eight sets of baseball field bleachers to include installation for a price not to exceed $42,760.25, from Contract Connection, Inc., utilizing the City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment, Bid No. SC-0549-03, is hereby approved. SECTION 3: Funding for this purchase utilizing the appropriate Parks & Recreation Account, is hereby approved. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 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. n Temp. Reso. #10467 - Page 3 5/24/04 SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this 23rd day of June, 2004. ATTEST: MARION S ENSON, CM CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. VANESSA T. S iEIINERTS Assistant City Attorney MITCHELL S. KRAFT CITY ATTORNEY JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Qa DIST 1: COMM. PORTNER I DIST 2: COMM. FLANSBAUM-TALABISCO DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS C Temp. Reso #10467 DEPARTMENT OF PARKS, RECREATION AND ENTERTAWMENT Planning, Research and Grants Division SC-0549-03 Contract Renewal Agreement Date. �,rp,9ccq- Company�pnneeiart, Name: �,pn�� � Address: Wf �-Fh o`� � City: *v0(86)-State: FL. Zip Code: 3a21W Attachment A The undersi nod authorized representative of the company above agrees Y-�f does not agree [to exercise a renewal option of SC-0549-03 for the period of June 1, 2004 through May 31, 2005, understanding that no other terms of the contract change, including discount percentages submitted for the original bid. If the renewal option is exercised, the undersigned further agrees to maintain insurance coverage as set forth in the original bid and to submit a WorkmaWs Compensation insurance certificate showing the city as additional insured with this renewal document Printed Name:-TOd( f-()A ter id�rtk 851 N. Market Street, Jacksonville, Florida 32202 Phone (904) 630-3586 Fax (904) 630-3562 www.coj.net Recipient of the 2001 Governor's Sterling Award DEPARTMENT OF ADMTMSTRATTON AND FINANCE Procurement and Supply Division September 19, 2003 Contract Connection Attn: Leigh Anne Giles S. 2°d St. Jacksonville Beach, Florida 32250 Ref SC-0549-03 Dear Ms. Giles: RFORWRID MAY 1 2004 Please be advised that the City of Jacksonville has no problem with any other city or county agency using the above mentioned contract as long as the vendor agrees. The following is a copy of the original awarded contract signed by the city of Jacksonville's Award Committee. You will need to contact the vendor you wish to purchase .from for the agreement submitted. Sincerely, Sandy Averell, Buyer Procurement & Supply SUBJECT: PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT BID#-SC-0549-03 OPEN DATE: 4/23103 GENERAL GOVERNMENT AWARDS COMMITTEE KIND AND BASIS OF CONTRACT: SUPPLY CONTRACT EFFECTIVE JUNE 1, 2003 THROUGH MAY 31, 2004 WITH TWO (2) ONE (1) -YEAR RENEWAL OPTIONS. FOR: RECREATION BASIS OF AWARD: MULTIPLE AWARD TO ALL QUALIFIED BIDDERS NUMBER OF BIDS INVITED 30 NUMBER RECEIVED 22 OTHER 3 SUMMARY OF BIDS AND RECOMMENDED ACTIONS: TO ALL VENDORS LISTED ON THE ATTACHED BID TABULATION SHEET FOR A SOURCE OF SUPPLY TO FURNISH, DELIVER, AND THE INSTALLATION OF PARKS AND PLAYGROUND EQUIPMENT AS LISTED IN THE CATALOGS SUPPLIED BY THE VENDORS AT DISCOUNTS PROVIDED ON BIDS. ATTACHMENTS: 1) BID TABULATION 2) MEMO FROM PARKS, RECREATION & ENTERTAINMENT DIVISION 3) SCOPE BUYER: RESPECTFULLY SUBMITTED: SANDY AV LL 8 Gibb , Chief ro rement a d Supply CONCURRENCE BY: PHILIP J. BRUCE. DIVISION CHIEF.PARKS R ATION 8 NTERTAI (ALL AWARD ACTIONS SUBJECT TO AVAILABILITY OF FUNDS) ACTION OF AWARDS COMMITTEE ON CPO RECOMMENDATIONS PMQHA � 292003 APPROVING _ MEMBERS DISAPPROVING DATE: ACTION OF AWARDING UTHORI APPROVED OTHER SIGNATURE OF AUTHENICATION DISAPPROVED OTHER: DATE: 1�5 /"/0 FORM 013-108, Revised 4/3/2003 oritractonnection - inc. FACTORY REPRESENTATIVES & DISTRIBUTORS BID NO: SC.0549-03 Price Agreement Contract for Park and Playground Equipment Bidder/Manufacturer Catalogs: Fixed percentage discount American Ramp Company American Rubber Technologies Aqua Control BCI Burke Company, LLC Border Patrol CCI Custom Products CSSI Cylex, Inc. EME Modular Structures Fido Course Field Turf Fundicio' Du'ctil Benito Games & Sports *GE Sports Lighting Groundscape GT Grandstands *Hubbell Sports Lighting Industrial Shadeports International Tema Cotta Kay Park Recreation Kay Park Recreation — Motorized Bleachers Madrax The Molding Company Most Dependable Fountains Murdock Fountains Plastic Lumber Company PW Athletic Mfg. Co. Rubberifficl Mulch Safety Net Surfacing Shade Connection Shade Systems Inc Sof Fall Inc. Sof Surfaces Sport court Sportsplay ❑—Fr. LAUDERDALE _ _ — _ — _ 2851 Polk Street Hollywood, FL 33020 (954} .925-2800 • FAX: (954) 925-0800 off List Price Installati 2% 30% 5% 30% 1% 30% 8% 30% 5% 35% 5% 30% 5% 30% 2% 30% 2% 30% 5% 0 30% 1 /o $2 per sq ft 5% 30% 5% 30% 2% Call 5% 30% 2% 30% 2% Call 5% 40% 5% 30% 16% except motorized bleachers 30% 5% 30% 5% 35% 5% 35% 2% 35% 2% 35% 2% 35% 5% 35% 3% 30% 5% 35% 5% 40% 5% 40% 5% 30% 15% 40% 5% 35% 16% 40% 18 offices In Florida, Georgia, Alabama, JACKSONVILLE North & South Carolina, and Mississippi 504 S. 2nd. Street P.O. Box 848254 Jacksonville Beach, FL 32250 Pemhrnko Plnee al ggnAA_n12cA __ _ . .. Bid No: SC-0549-03 Price Agreement Contract for Park & Playground Equipment Page 2 Manuf cturer Discount of List Price Install ion Superior International Industries 10% 40% Urbaco, USA 2% 40% Ultra Play 16% 40% Victor Stanley 5% 25% Wabash Valley Mfg. Co. 5% 25% Water Play 5% 65% W.H Porter / Poligon 5% 45% Wood Shelters, LLC. 5% 45% Zeager Bros. Inc. 15% 30% Additional Installation Options: Concrete Sidewalks Concrete Footings Site Work Excavation Drainage System Removal of Existing Equipment Sod Sod Removal Field Painting Engineered Drawings Culvert Fencing (4' Chain ink) Acrylic Skate Surface Asphalt Surfacing Sub Base (4' — 6° compacted crushed stone) Striping 185'85' Hockey Rink Basketball Half Court $3.50-$5.00 per sq ft $3.50-$5.00 per sq ft $250.00 - $850.00 per Footing $1.25 per sq ft $1.25 per sq ft $3.00 - $5.00 per sq ft 25% of original cost of equipment $.25 per sq ft $.50 per sq ft $10.00 - $20.00 per sq ft $250.00 - $850,00 call for pricing $20.00 per In ft $1.00 - $3.00 per sq ft $2.00 per sq ft $1.25 per sq ft Minimum $850.00 $.50 per sq ft $1,800.00 `Please Note: For Sports Lighting installation must be done by a certified electrical contractor. DEPARTMENT OF ADMINISTRATION AND FINANCE Procurement and Supply Division 44%vy 0 NOTIFICATION OF AWARD AND RELATED ACTIONS D AT E: 5130/03 CONTRACT CONNECTION, INC. ATTN: TODD KROHN 504 SOUTH 2ND STREET JACKSONVILLE BEACH, FL 32250 BID: SC-0549-03 TITLE: PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT Ladies/Gentlemen: © You are a successful bidder on the above referenced bid. Bid is accepted subject to the terms, conditions and stipulations in our specifications. ❑ Performance Bond in the amount of $ . s required in the original bid package) must be returned within 10 days from receipt of this notification. (Please include bid number on performance bond remittance) CONTRACT DOCUMENTS OR PURCHASE ORDER TO FOLLOW. THIS IS NOT AN ORDER. Awarded as Follows: SEE ATTACHED AWARD LETTER ❑ You are not a successful bidder, Bids are available for inspection in the Procurement and Supply Division. ❑ Bid security is herewith returned; Check# Amount Sincerely, Y ZIA SANDY AV RELL 117 West Duval Street, Suite 335 Jacksonville, Florida 32202 Phone: (904)630-1184 Fax: (904)630-2151 Form GB-11 O. Rwised 6/I498 SUBJECT: PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT BID# SC-0549-03 OPEN DATE: 4123/03 GENERAL GOVERNMENT AWARDS COMMITTEE KIND AND BASIS OF CONTRACT: SUPPLY CONTRACT EFFECTIVE JUNE 1, 2003 THROUGH MAY 31, 2004 WITH TWO (2) ONE (1) -YEAR RENEWAL OPTIONS. FOR: RECREATION BASIS OF AWARD: MULTIPLE AWARD TO ALL 9VALIFIED BIDDERS NUMBER OF BIDS INVITED 30 NUMBER RECEIVED 22 OTHER 3 SUMMARY OF BIDS AND RECOMMENDED ACTIONS: TO ALL VENDORS LISTED ON THE ATTACHED BID TABULATION SHEET FOR A SOURCE OF SUPPLY TO FURNISH, DELIVER, AND THE INSTALLATION OF PARKS AND PLAYGROUND EQUIPMENT AS LISTED IN THE CATALOGS SUPPLIED BY THE VENDORS AT DISCOUNTS PROVIDED ON BIDS. ATTACHMENTS: 1) BID TABULATION 2) MEMO FROM PARKS, RECREATION & ENTERTAINMENT DIVISION 3) SCOPE BUYER: RESPECTFULLY SUBMITTED: SANDY AV LL CONCURRENCE BY: Gibb , Chief nt alla Supply (ALL AWARD ACTIONS SUBJECT TO AVAILABILITY OF FUNDS) ACTION OF AWARDS COMMITTEE ON CPO RECOMMENDATIONS AM`►� 2 9 2003 APPROVING MEMBERS DISAPPROVING DATE: ACTION OF AWARDING UTHORI APPROVED OTHER SIGNATURE OF AUTHENICATION DISAPPROVED OTHER: DATE: '� /"/0 FORM GB-108, Revised 413/2003 F- a W a w g a c Z d Y a a 0 LL H C) Z 0 r x LU 2 LU W C7 a W C) d Z 0 F a 0 W z3 F U 90 v0 U. C* O e� W 7 F U w LL LL W v z° ffi ffi z z z U z z z z z z z z 0 w r a z $ a ae %n ae a Q a p [Mf04 m E p Q � Q cm Ln O C a a C n j2 G Or M VCD LL Q a �r c c"riti o a 8`�Na �v43n.5 "aS�� o E N c>?c r 5 van -W qE¢W TN 1 c7 D l3 C�.t N 3 o $ h yv 5R J�rY. o cpc vo U Jw E LL��(typ� V CC a •(A V qy�+y o^®®�yy Q gOWWc.d. v7l ."+��p}0 jl 1�Q1 i4� A bCp L� �2 �Qy t0(nl r 777� i�'/ �. 1A 1n J y W Yr lL O C J �d LL {A..�J' �i LL 7 7 j� S S J t0 ,�Q V' (F1 S !6 V m p :J N fia �' M M= .y J N m r" LL a p I G_ a La 3cm C La c � w m CL a C 0.CR ;= c a> N c Q' 3 m m a a a ¢ a ffi d ffi ffi i ffi ffi ffi z a (J O } N Y N qO. "` O 2 r v C p O Z O 2 O z O Z pp 2 pp Z Q4 Z oo Z g ism a a ._ 5 as t� E Q a ILI E a C G a. oFi E� C 3 LxkC F2 0. op f. 4�'f L o� c N� O 4 � 9l O �n df c CN� AP v = to S �Q 1f1 "��' D 7 O !n E 3 o pO 7� a� uS C l.L [V•� ~*"°0 N CV �C�', C-�74iH �iM Lq S T g 5AaR ��� � r7lh � fUU�2c '� h. C .'_ h Oyw 0: 'l G U cna O i► I-J�L •_ N 1� g t� ii O Niq�+ T N J N E c�$ U C ry.-. 114 C C y� 3y G� �E�-�� fd fV d K @@@ �i12 � 1 -N NLL- TN`-' LPL NQC...�y�� Q... I T NL a. a u .G 0 ,3 (D c O :J a � y u C] N C � m E Yq N _ W W W N N N c 5 U�1 cCL g� QE V fA Q 0. li 0. lq 11J c c r T V u. V c a aE In Q - p L m c m �? : me O fcl E w- m 7 � o «R 5 U° m 3. a Q Q ¢ L pp R1 m m m m z° i ffi r } U C� N ffi N W O1 41 W N N a s c z° ;R o z e 7 D ffi g ffi $ �t r� o Lf) ? ap C P7 c z C x C is (may, W -E C A tttQQQ M 7 N. 9 $ SSS U �e ^ np N O a J'n� c a U tic a 25 us c�i `co cv c� a r�i ' m.6 Q 4� fn Ww. ciao�®� ii rn��E c7r,a M e o m Q w to LOCL S3C' c p — .ate Njm ffi ¢._ Ag fn N T N Y m LD LC C C � 3 N Cl. E C CL C WCD CL V7 com a.1C9 pp W m m m Y z Y } zO ffi N � N Y N Y M r N r r t� y z° zo c o e � `off m Q G w to f J N 0 N 47 m ILA v1 N cII U. E .5 K7 u7 u7 at O o R US EQ c'�" C a (h µ�j•C�C�� x J �Q 44p 4' C1 ri c 47 t Gl p D pp�l T Y fy xp� l0 y' cc LL 0 I� C r- E ro o cm M C N N r.OI fT0 T d M - d N _ U O Cj S C C j,`tlp�� `�' to O-lit - N F C � m ii g - N N N E X CCy Cl O�J] C C fD � � 1n �1 C � U. 0 C CM C Q - d rosy {UCp '_ �pWA p Y M L� •y�8j jt N C�� V GN r �-; co C Cy7 Lh �p `fLL^7/ aU ARV N N Gf p [h -C — 4 V `7 , N � NJ E 4 7 p C CC�i a fVJ E Y^ V per-' U. I V1 U. S a7 N N 0 aq L �(!J N p� y 22= � LL (7 �Cqp E pC a {NULL U� �yyLa W �{¢Q� cn (y �.�j :3: Td �j tV Np �y Cp M tip N yN 3 y�j 27 N JLa7 Q S07 3 m V (7 C7 C7 W tN+�411.E M 4� to fn� J O N A � �+ a N tq � a� G. m c V1 Q O W Y3 Q O p a S H N F g�g m � c a � •yy� 4W n cn c U a v b a 32 m C7 U U U S U U U U U Y z z } } t] Of ffi z Y CJ w z y z z z° }� z° z z at a m m C 1— x E LL�] N N N C R [] n M1 M Lpp $ W yNj y GNO y[ •4 N ql µ�j •-rp� sy4. yyy LL y �}N,(y G Fa G r C (f ri C G n $CpLL w (may CDfEpQ�� p' c N]]CC C. q��1F� D� y9�N C'7 C N{a C31N Y7 t/�'UM a r yHpy pj OI LL Cry C m Q j Tn Wte WW C M ¢u- N Q3 d rN- p cuy3 =p f0 N (�.~••. �b� ud ^� CM S J Q� _ m J EQLL M =M •52ri y� ••� yN OU 'anN L..a —�O C m yV C'Nf Ur�}.J ®E GIL � � C c � 9 w c`r `'•g � mt��Jj1 aNa 9N CdNj O. ie �`yQ�(' _ L Cp w A ry (tyq�p� ��(yy� yp Cf yLp�1 rh J� �.' U S fJ UC7 ( 41 f7 m l� pal IJL� © r �p {p� +�- J�A fQ (q •��.• � �p co N � i U in w 3 Q: a E cl '0 ai Vi N di W ll.I y l6 a a a <n m 0 o a to y t c U 'S S C to y N g 9, CD � E a _ 3 US E ' U. in E 3 (f/�� E C.0 w` c qLg�� w cr W O C] W O c d .. CO J y Y y y ) o 2 y Y to > y } z ffi 0 z y z ffi t> z z x° z a° z z z o e c � � Epp O y to CA N O M �q y O Mo.a (V a. a RQi1 m N N Lc) N O u�'f Ln u�Y 1W) C a x a���� l7 c o �j g LLM � �sU v as N ; elfr� g w� $_~ Efg 4^ ew E $wo �r�r m a,3M1'-'��vtA�4j a Q ea Oti 3 �rzr r3Q cc ccao (9 $ y c� .'�� cNi� grH��N ci W g U eat a�Y ci mTN �7 �'' Z3j Cyrn 4{lUv�i U � r.0 c li ru'wQ a.. ra N W G �n (��y y •- a in o m mr_—01ryp y n y 1 m y 9 d r CV YS y N �y � +� �% W N bC }N 7p 1 cc O C •cpA C m J .F 7 N a O.2 (� Q 9 N C J�� N .- V J 8 p� C l- b 1 Cp Cq 111 r7 rr-H C1 rn t4i Cad mLLLL �d'dylr�uf mrtY] d t� W U. �d'd CO r W O�UCq $C�Ufn �3 rJ C7 C7 t+N1a .� O m vi m Y y y W � c rri W q� m o Q a 7 F- c C W r=n ai a m rn w d C] � H GI .UJ y N V c H 2 .7 L $ 7 U. C " w to ii 8 E cm gq9 � a> � Ll w 1u LU Nt� W w ,gay lL lLL 1A- tq } O x O M a ) pp 2 Z 1' Z p C 6 � r L? n�'i a 0 W) rQi M N ry a c S7 N L Q N 0 I= n S N � 2 - �) MdD M H N m E o M 9 c W �, C n:.=s�� � o� A �LL - E ��9p V N N m 03 ' 5 0. ME $ N E _y '3 E N E t 9 ate' O��`=� o M® C YEN cc "cm ® n� y�q� E m C p�N qC A�CVM® &�' n N^^�.--, @ �toM� S c '+,� N Vi tN�l® {{ggpp�� n �Cm'Y E�" La z Y mn E 3fy�' y NNNN Qyi �7 l� CCCii7 .�.- EU'QJ� je4 _� E CLL �1 I Yy9vJ� 504 16 �+ C o m E NLL fi m `• cmy�j v '{[j� lL ACp LL aS ,q CY C�p� O Cp Od IIW771IFvI USw w Wm C7 tAm Su''.vmUtn � rNiU' (] caUt�nm81 M. g 1- Yam. T w m C a) N N d y�� Ui fA d vi y C CO E fS o..: (A 'o t! vJ a E w uPl E in w to w i$ a m � a. w :, m m a a d c U ti c U LL .o m 'o m s c y m 0 D i 01 ro o. cm 1 _ 0 FL }Q cA a uri a' x �i Y co iL E U 0 0 U) 0 o C9 0 6 E CJ' E [� yoyuu � z } ffi z Y U S z } Y eA y z z z° z z° z° z z z z ld 1g y Y Q ¢ z y } M } w O y U) a) } W } a ao- At c c o a a L e �7 a N a C a a L N N N N u'! a Tq� to go c a N y' fq N 7 _ dLL U aTL Ll. C 0 �...N•O pp N 7 G V E C C b'A w M my E y NCM -'o $IT N Zin 2 c c- on ca�'00�Nh Ua � UaMo,� '� 6 E G E� �.... aNpp c„$�yi{J'GUfq0� oa yM C LykyN .O Y(� mUs^ ^p }�m�i ��E E' a �E � � � " �o ��y� ,4p�9��d r-•�Oq7" �N �oXi NN y�JNj G"y� Lp9 ~WC �aC r n Ti 7U,, dc ` ���_ .lQ9CCW�_Ll1l �g liN gMOS �nUcI x I � x co Aw1.O cnFO C O C� W U) 7 E V E "� CC Y w L yy C LA. U) (A C N CA C ~ FL m y c c c r a W CD F W FL a c '^ c c (�'J T Y 2� T S C 5 -roi 1�� ffi } 0 � o a 0 z 0 z N y°'. ao z° w ¢ e�a A a M W) M N 3E M 2� M 3E M a M 0 M % N wn a $ Lac c y Lij M E orpp '��Z a,A CTxoc�i LL `y n E m o rr0i r� m ti r_ _ o IN IN m } C C C C LL ©p CL ,��CaySj p U OI N� ,Cb3 tN Cg! I J �pq O N Q a zg to cmN ID 17 La � N.2 •p CO m Q(�7Qt�(pCr{ppyp NpCy�7. IS C ` "- O0Y�• p G5pN.2y13 •$"� 7 ii � W) 2 VJt'bgv -��/ I��mlNNyL�pO(}a'C$yJaS m N m co m co co tow s ' N w N ao w co 00 m W to N m La m $' ? m �' In m a a a a N ¢ y m rq V7 in in ( n 0. d _ t� ��ryry cepp aU� U C � N } N N y z N O z O z U O p U $ z zp z z° z a° z g ' o 't r� a)r r r z° zp CL ao e Mto N Cf N CIL M H a 3� 4 to 47 Ln N 3e Cl) 3e c7 o M 3� iA 3O u) a m x 0 V S �'�• EO~N �d�na p %E�0 C G CO O c rn �zp d N G C^ �rNi U C O @ N vI� 0�0 a p Lp" �� G tl O N _y �O�DE�D �0-•9 1 C O W ELY cj 3tju�Uar�rn� � p� EE0"N E - I EON b3 CSC � (io (D CDoo_ Gl N Q M aM E LL ��YNy a 0� •= N t�� 7 4 0� •= N TS W G. a d N !!!tttrrrN���� -p,y a �_ p� p OI O LSCNYN 'O O O} E y�Q®LL Cf°o' c E C N� c0 N t0 ya C9ZQ�j p_ �p �qj�-,-yC1 lD�p j to z (�n C +�, `3' - ��Y} --�i S�cCk "(n min ao " ^ �i •- ui� a� �hn E <n N�fi fO C l c MEZ $ o Vj ��3.� �nE chiE� gill �o n C�My SSJ Zs_3co � 6 C7Ma W ra h aCYv ��ia fir- o� `� o�tna `� O $--3i r�d x :c 1. !L N N N m C 7 r c •7 W 03 E Q n� r3 G 65 c W W ` e 2 H Y c C to to cn a t v 21 m m m m a a ii� U) U c ti �s c CL ui L p �9 5 1 C N •cr E 7 U y m CL U) v c pm U o M WC :7 } o z o z o z } o z t� z z z z ° z z z ° z z e } } Y z } z S� G Ni N l'4 Y ((1) M m V) a q a. � pq N N [7 to M u�y N N H N M C W _Y (�p�a (9 C ij M C (h C N O • C� O 1� z Y C ?S� (OD ld O_ Y^ ai N N ?rq� $ CN O C C+ O F llt'�U�O CD �" N W q� IA 7 cC JP C v 0. i 4 1� a� A ^ _p fV o 3G6 �, y 01 C O 1S M � }(1�1 �y m N .�C_p M (1. S C] ��3y O � �O 7 M " € E (M7 pC O r `2 O O w "j O tc(V7 r C N9N L� N E Q p M roM 66U N U W �r tO G CI �/ij .yi N 'J �'r-- y)"� a� UN C WQ 1p C U C IJ1. N ¢ W yDNFsajjN�.-, N No M� O}jN�jN C IJL C {J� ^ E .� N a�� o c�' 1y�y 333iii �p�y�p 1Nryp{�j o D 21 Epp aCCo 0��55 J N qq11 M LL�C1 pp V N N (/)W r) pp p m (3 Gi j .•Y CC7(gad C J' 7 N mlLlL._ W'aa(7MaUfgL44Aii q} SY O O au> 1+f N `��n Q O N a UU)m U' pC O U(nCl C. p R V)C7 C r E ' . 8a In m o � m _ C3 r$ y m a a �4 x v, c 4 c '3 YS YS ui32 a m 0 a c fL to m to Z 6. to l�L GO Q a E N ) e �r 4 i� J G h c EE E U wcr �n 5 m'S E p08 CJ yw v c c c r xLuFL 7 N to M re ` U l g ) � H Z Z cc�� ,Z pQ Z pQ S 2 pp S 2 2 Cn H r Q Z } } N � LD o pg, .m LL y •7 p U r) M N Mat N °a 2w� g 7 a a 9 N i CD �s E m n E p w!�'� E LLui d o g au+ W) c c ti I- E� p' c 3 u aLL of q ,� c pN � of LA �. c Sys a NN Q p c CO U c �tJi air a e'C i 'g S$ a s cooE�Nm� $o00 y� 0) caov1- a— c cmrn -e- x0�cc mN ai EN rd�••s `r °? Q LU� td l6 y E a aii `J $ ypy �+ I` .-. a i� •a N E 0. - 7 = W N Vnl C� t L% a cli J 0'C W VI �`J7 ® E LL N U E° Vi y�� ..: N O #(A}� �n �pi fn }N l�p O N LC T (� �N�pp `-' N � fa c g S U _d rlN �U 2Q3 N 3 rMr Cl �1 . O (80, .- h VVTG M to J 0- ❑ — LL 'o fii � S T '(gp a yr M i Gp Gv :n m U :.7 1Nd� i� C7 d Q qU/ �.i m tJ m N •`OY` S N N N tll y c] W 32 0 LL U Cupp _ C oQ N 9 J N LL m m to LL tqy� a 00 W a p c •3 » tq Eui E CL e rr�' a mb� m 5 m 4 crh a. to ti c n d U u E ~ � a _ u e t C v' a V �.: W 6 t� a° z z c� z ffi ffi z r r 9 z z z z z z z z `e CL LL E" a 0 LO LO J C m J y�}��'+ l7 C $ g �.J LL d�0 E a to Oi Z °' c6Cc U �" c� o� 01 1 $ N "- c v •" aM'3 V U n r3 ;chi m�'' � CL � yg� qO asu Lm dNPJ 12 i i3� Cl) too aU. a. 0N 7 (pLLy�22�Wf W" CL 0r5-y� LL0.81 0 .yo a � m � u V C Fr O a d 0 E w m W Li Lo cm c cm c w EL m m CL c% mcm c a ^� a d t J .g Li M a d a 40 d C7 c U� z ffi r r ffi z a, m ffi ffi a` ) ffi ffi a�'i ffi ffi ffi U pp 2 2 Z Y c 2 Z z 0 Cfh C _ T C to 6C � aL N M M M M ch M tcri Q to iS !9 n E I ua to to C: l a o�wt�ECL (o � oo 05 ' N ^Q � N to �• Oy1 yy � p f0 � l�na-0j �l7 w S'CfCCc C1 1� p F 00 N � V c9 m y;g stl�lx' C3 U N C to to 10 m N w G ^! w lMrl al N y yn OQii dLn O_l aj Q W N N y �, NOa x�@ d [M7 �pd a U J •C �W GG4, C� N N E �Jj„ to NCCU�4?OOya��Q31 d Or N CQ 1pM.d.M �Jfb � J(� h„d U) N C�(q /idd78 Q (� C7 47ODU� 0 my A ffi 25 .c U 4 U 2 a C a W N N H W�y � tj LA N c W v�cl Ln m Q 3 CY Vi N tm 0) a d DO (A a 0. c w C C C N CL C N .0 c> z } r $ $ i ci tl 2 O z tQ� Z 6 2 O 2 O 2 O Z O Z po 2 N y w w y pI/ y N Q N � � oil 0 h N � N N � CDN " Ln n 52 C ppX �y X 8 toG cm � C C I l� W C A � C O O - d, A _ _ accnji ��^ �aM n� Lai `='U c� u4i e6^ tACL Nit1C ��n E coE�" Nv�u4i 'd$ Q!l� � • c LL mc E cQN N HIS ��r�(+� � N . 8388,11 8 mU,u a CLr�u r��u ww 10 n w N O. $ N f0, m a N a p_ mFL 0. fn (q tq E m U cn C7 c w � N m _ a m a cn m y E (D � r co n W � h U) u w U } r } } } z } Y } } y z° z z° z° z d z z° C C C CA Y Q O U p CL gE 0 0 W) w N r�'i to N AAp o U) o m ,� CLj o •3 w M P 2 w Q N 5pp mcm to ��d$�F LL co cs E mom$ w EE�N�opb` � ` d p g C M S D ON -S. ~ C%lCp ND E O S_ p'�.-+ c 732 ELL 3 0.U� O- G T S _ c O a m N Cy 7 ill Ua0N li ff77�a S W j,f� U'0��. �lL ��.a +l v TJ � � N0. Ziff �Q$ {� yNi n c -o .11 ��rc _uf cO1o�i"��"jj c EC" mm C�: TN� M@ W ��o�l �^qp�_3ApLLD +�N� yw. Tz a �'g� y�gpp N -M Tfh N' � ftl J � J,71y pp � N I LdL. +! oW fV/7 ©U [p C74 (J a. �IL IL ._mod V)LLImh-tnr L� .�v7 �tq p1 ��n❑ to F- C9 CL cn FL R to ui t�s m Sri M Q Q Q Q O C! 'U O � 'cqjLD � CL a' v t E c v 'v W c w cr w E W 'j W 6 3 w i ..s IE w > '5 W to 'j '' k 3 9. L v L aw aw if a.w aw aw caw aw cn v� c c cg cc+ `c� c A m m E c _ E n_ _ t _ x0a U C > > c w w w w w w w w CL a tt3 C t" a a c c V c z O Z r c C r r r r r Y r r r r r a— ao C � ' •� `d� O O OD 4 N M LO to N M LO M M t+f N N N E e �+ NU11 4�7 M Ln ti ri n E �N r�i 1� rfV to m E 3 '3 �LL m yy(( gag C�O° � w O � �w � � a%`D� �.o �� � C�� �+�v2!� C O C C pp� (7 � C � C'g�� C Qw el z a Co �ce QN!a ^�ycjMTjj �_ a� ��^�Npm tcp� `�iSn'+nFs tea~ ON. �co r J q3 :��L�(y l�""rM S J N� ��1/ fA N 'L M to mR N O" J Va 4. N.y Co J nC U.�55 q �y� pa C$ -M 4 1{ �.�LL 1, fjjGs ��yy yNj9mOi N GSy �r roars _tp ^�/d,p�`�$J d. N M ��'U1m.�..NJy�...)��^{A m O � {p t7 7 N m16 7 c3R CY �.�M44�M 9 Vl �'^J�n NJ0.�t�aaM4 tR l.0 enF WOO cnW in �F L W ccm 0 co . .s a M (M co cmc c u W g; a W .C7 a W G7 4 (A in 0) in Q. m N 4 W d W O U ii cc °) C ee�� s1 C iq C a6 c to M m N U N .� a fn a LI 4 E in co H h- H h N N 0 z zp z } r > U r r r z a) } } } w c yq� 3$c ✓' p O P P L Z Z C Z Z Z z z xc c o t 0 N w Q N at G a p Q C C gyp N 4W7 LLO f) (D tn m N 7 M N U CC a �i �a G L N m In N O In N m �1 Q c+1 yC p 0 f•7 ypC Lo 0) yNj C qq' u�'f r 0 T S d0 a) t/) Ln ' j rn pj N �n }_ rn �p "C CLto S m IciCppV N N dm v C C N N C X ODD C cmO U G to Ua.nw� n c rSm•i �"i�o � pp ���QQjjj N 0 d ch E h N a N. 3 1 N� Q, N U� 1� C� N 1 p, N .B 2 4 N� 2 C fV l0 7 GI C N Cf C N l+i CC.. N f7 Ca m n — *� j[ P N M® ql 0 E �y Oi .� @ LL 4t. U ...I r .- O c OS E c .^ i y � 07 c � � •c p uj � � n � (� e � u. � � � � Q � � c V e LL (J LL C1 Y- OC Ts {p� p s�p �1py �.� CAN$LU �i'yad �' c c (7i � Jj�%s C� Cj� N lb C fp rimt� cow.Nnr ��iim 8c�at��ac�cRm 8c�ac�MagmMt�c°�rnm 8c�ac`�ria c7rN,ia c�v) t9ii `9 c m co c e E 0 n cl y co 5 y m W w W E a N qcr a o LL Q W, C Q Q YS W � C. f7 m fn co Cl) a � c C 0 a Y c a 5 yin 3 y ffi z z z z U ° z ° z z z z z z z 3 `o c pp C E eta toW) D at cx y cx w r Cp C14O w C7 _L-Li ,1j�� d Q M C N-0 W ❑� r m C Cw O $ !C as N 7. pX �Ci 1Q� 0§ O 9 ci pp CD uu5 E (V O EE HNC i+S lie a ywp N I m __ ss co H� c z• y �gy�e� �'�'(n�u Cp l�- N�7i a_e �° � RS�G99 r YjN 0. �� 3 �' O�!'1 �iails, U{3� famUfn °S pp 410��'1 C�cc�mx C�u�'f a RJw a u.w.E�a U W in a a a a � 7 J W 1177 fig f � f u ] f 0 z c CL2� Ik2 K E« tf� � 02 2 } 7 � q ■-sue ° �2p g ik2kkJ k § � « 2 a 7 a � � � � 2 2 a � 2 _ , 2 BID NUMBER SC-0649-03 BID SPECIFICATIONS FOR PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT TERMS AND CONDITIONS SCOPE The purpose of this bid invitation is to establish a firm, fixed percentage discount from manufacturer's and/or bidder's current catalog price list for the purchase of various park and playground equipment requested by the Department of Parks, Recreation & Entertainment, City of Jacksonville, Florida. Additionally, this bid invitation shall also establish a firm, fixed percentage of manufacturer's and/or bidder's current catalog price list, after applying the above requested discount for purchase, for the installation of various park and playground equipment requested by the Department. It is understood that current catalog price lists are subject to change; however, percentages shall remain fixed. No extra charges or compensation will be allowed for installation. RE ONSI ILI : Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of all park and playground equipment ordered, unless otherwise specified by the City of Jacksonville, Florida. The City may elect in certain circumstances to purchase only materials and have those materials installed by others (e.g., volunteers). These items will be shipped to a designated location and off-loaded by the bidder or bidder's representative. QUALIFICATION OF BIDD R : If a bidder utilizes a sub -contractor installer(s) for any park or playground equipment, it must submit a list of its sub -contractor installer(s) with this bid. Additionally, it shall supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that it, or its sub -contractor installer, is an authorized installer certified to install playground equipment as required by each manufacturer. Failure to complete this requirement of the bid proposal may result in rejection of its bid. COMPLIANCE WITH SPECIFICATIONS_ Bid only on items that meet specifications. Bid only a single offering for each bid item. Do not bid multiple offerings or "alternates". Bid only on forms supplied, using ink or typewriter, all corrections must be initialed. Bid only new, unused material. CATALOGS A O MANUFACTURER SUGGESTED RETAIL PRICE MSRP L TS: Each bidder shall submit with this bid at no charge two (2) sets of each current catalog as well as current MSRP list for each catalog submitted. All catalogs and/or MSRP lists shall clearly identify the bid number and the bidder's name, address, and telephone number. Additionally, each bidder awarded an option year renewal of this contract will submit at no charge two (2) sets of each then current catalog as well as current MSRP list for each catalog submitted, within 30 days of award of an option year renewal. COM-PLII&NCE WITH LAW§ AND ES: Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM): ASTM-F1487 Standards Methods of testing Playground Equipment for Public Use. ASTM-F1292 Standards Methods for testing various surfacing materials to determine their "critical. height" (the fall height below which a life threatening head injury would not be expected to occur). Conshohocken, PA 19428, B. Consumer Product Safety Commission (CPSC) — printed Handbook for Public Playground Safety. Copies may be obtained from U.S. Consumer Product Safety Commission, Washington, D.C. 20207. BID NUMBER SC-0549-03 C. National Playground Safety Institute (NPSI) — identification of 12 leading causes of injuries on playground. Copies may be obtained from National Recreation and Park Association, 2775 South Quincy Street, Suite 300, Arlington, VA 22206. D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. Copies may be obtained by calling (800) 514-0301. Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements. Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the City of Jacksonville a certificate so stating the equipment/surfacing and its installation meet all Federal and State requirements as outlined in.the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. AWARD: Multiple awards will be made to any and all responsive and responsible bidders. There is no guarantee any purchase order will be issued after award. Purchase orders will be issued subject to availability of funds. - INVOICING: Invoices will be issued once supplies are shipped and delivered to our using agencies. At a minimum, invoices must include: Purchase Order number, Item Number and Description, date of shipment,'quantity ordered, unit price, unit of measure, and a total for all purchases. The vendor will work with the Procurement and Accounts Payable Division to determine mutually agreeable alternatives to invoicing such as: summary Billing Reports or Electronic Data Interchange (EDI). Standard payment terms are Net 30 days. TERMS OF CONTRACT: The Price Agreement Contract for Park and Playground Equipment will be from June 1, 2003 thru May 31, 2004, with two (2) one (1) year renewal options. Renewal option(s) are at the discretion of the City based on the successful bidder(s) performance & adherence to the terms & conditions and requirements in maintaining firm percentage(s) for the following year(s), within 30 days of contract expiration. All percentages will remain firm for the period of each contract year. STATE CONTRACTS: The City is entitled to purchase from contracts established by the State of Florida. Should the State establish a contract for item or items on this bid, the City reserves the right to cancel this contract in whole or In part and purchase those item (s) from the State contract, if in its best interest. METHOD OF ORDERING: The City of Jacksonville may generate a Request For Quotation (RFQ), on an "as needed" basis, for park and playground equipment for individual projects, together with a request for additional services required to complete that project (see sample "Request For Quotation" sheet attached to these specifications). The City reserves the right to send such RFQ to any or all awarded bidders. The RFQ can define a project exactly (number and specific type of equipment required), or the RFQ can describe a desired end result, allowing the bidder to design the park or playground site. After generating an RFQ for a project, and before bidder's submission of its quotation in response to the RFQ, the City will require requested bidder(s) to attend a site visit with City personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Such services may Include, but are not limited to, sidewalk and/or concrete work, borders, site clearing, site work and restoration, fill, drainage pipe laying, etc. Bidders will be responsible for the accuracy of all fixed measurements. Pq BID NUMBER SC-0549-03 The bidder's quotation in response to the RFQ must contain each of the following: A detailed breakdown of the cost for the entire project. All equipment quoted shall be on a component basis, listing each component part number and current component MSRP. Descriptions of additional services required, together with their price, shall also be listed, such as freight charges, sidewalk and/or concrete work, site clearing, site work and restoration, fill, drainage pipe laying, borders, etc. Names of any and all subcontractors on the project, together with their designated work and costs. It is understood the bidder remains responsible for project completion and acceptance by the City. The City reserves the right to reject any quotation in response to an RFQ if said quotation names a subcontractor who has, in the sole opinion of the City, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. A date certain by which the project must be completed. Include an updated catalog, if needed, and updated MSRP lists for the park and play equipment specifically quoted. The City will generate purchase orders as a result of approved "Request For Quotations" submitted, at the sole discretion of the City. The City reserves the right to not award to any, or to go outside the contract to award. PRQMOTIONAL PRICING: During the contract period, bidders will extend any pricing offered on a "promotional" basis from the manufacturer to the City. It will be the bidder's responsibility to monitor said items and report any that are or will be offered at lower prices. F.O.B. POINT (FREIGHT). On any Request For Quotation, the City will indicate the exact installation point. The bidder must then set freight charges, offering F.O.B. delivered. This price will be indicated on any purchase order issued. Bidders are responsible for supplying all labor, materials, and equipment required for the off-loading and placement of items as directed at all delivery locations, without the assistance of City of Jacksonville personnel. Additionally, bidder will arrange for and be responsible for any storage of materials and equipment received. PERMITS FEES AND NOTIFI ATIONS: It shall be the bidder's responsibility to secure and pay for any and all permits that may be required to accomplish the work associated with the performance of these Bid Specifications. The City will not honor any request for payment of permits. PAYMENT: Price agreement contracts will be issued only to the vendor/manufacturer who submitted an awarded bid proposal. No split order payments separating equipment vendor payment from installer payment will be issued by the City of Jacksonville. Payment for installation charges will be the responsibility of the bidder. Payment for both equipment and installation will be made only upon completion of the entire scope of work and subsequent acceptance by the City of Jacksonville. WARRANTY: The successful bidder'shail fully warrant, in writing within 30 days of final acceptance by City, all furnished or furnishedlinstalled equipment to be free of defects in materials and/or workmanship for a period of. at least one (1) year from date of installation and acceptance by City of Jacksonville. Successful bidder shall repair and/or replace, at no additional cost to City of Jacksonville, any defects or malfunctions noted during the warranty period. In addition, successful bidder shall transfer any manufacturer's guarantee to the City, in writing within 30 days of final acceptance by City, for supplier/installer furnished equipment extending beyond this contract period. SUPERVISION: A bidder job supervisor/representative will be on the work site at all times and be thoroughly knowledgeable of the materials, job requirements, plans, specifications and installation functions. 3 BID NUMBER SC-0549-03 JOB COMPLETION: Bidder/contractor/installer will be responsible for all materials received and signed for from date of order to completion of job installation. Bidder/installer will be responsible for clean up and removal of all debris resulting in job completion, leaving work site in neat and orderly fashion at the end of each workday. Additionally, bidder/installer will be responsible for restoring the work site to its original condition at the completion of the project. RESPONSIBILMY F R DAMAGES AND PRESERVATION OF PROPERTY: The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in any way affected by the work being performed. This applies to private property as well as public property and all utilities which may exist within the work area. Any damage occurring to such items by bidder shall be immediately repaired or replaced to a condition at least equal to that which existed prior to the damage. All costs incurred for repair or replacement shall be borne by bidder. Any damages not repaired or replaced by the bidder within Ten (10) calendar days from notification will be fixed by the City or its contractor and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written notice stating the deficiencies and given ten (10) days to correct deficiencies found. The City reserves the right to terminate any contract at anytime due to any violation. In the event the awarded bidder(s) should breach this contract, the City reserves the right to seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion dates defined in its Request for Quotation may result in no further awards being made to such bidder under this Price Agreement Contract. CORRECTIONS MADE BY BIDDER: Bidders are cautioned not to obliterate, erase, or strike over any printed material as set forth in this bid invitation. In quoting prices, whether unit prices or total price, wherever bidders have made an error, and has corrected it, any and all such corrections should be initialed by person signing the bid cover sheet. Failure to comply with this provision may result in rejection of bid. GENERAL CONDITIONS: Signature on bid form verifies that the bidder is acquainted with the general conditions contained herein and will comply with all specifications, terms and conditions contained in this bid invitation INSUR N E WORKER'S COMPENSATION: The contractor shall take out and maintain during the life of this agreement, worker's compensation insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida worker's compensation law. in case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the workmen's compensation statute, the contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the purchaser, for the protection of his employees not otherwise protected. The awarded vendor must submit a copy of an insurance certificate naming the City as additional insured no later then (10) ten days after the award has been made. COOPERATIVE PURCHASE This is a cooperative purchase contract. State law allows any government agency and any accredited school in the state to buy off this contract without going to bid, as long as it does not conflict with any of their local regulations. 4 rent by: UU141 nAL 1 LUNt1'4L 1 lUn1; s!)4!leoutuu; May-t5-u4 4;ndrM; rage i/a Temp. Reso #10467 Attachment B Quote No 200004474 Version NoIGI: 3 Quote Date04121FAM Today's Date061211201M SalespersonConnie Brown Entered ByFrederica Ship ViaBest Way Factory Grandstands WOTE TO: City of Tamarac Parks 3 Recneatlor 7501 N Unbarsity Drive Tamarac, FL 33321 Attn: Lance Moll Phone: 954-724-1208 Fax: 954-724.1395 Contract Connection Ina, Q PO Box SM254 Pembroke Pines, Florida 3308"204 Voice: 954at25-280D Fax: 954925 ❑ 544 South 2nd Street Jadmoriville Bead, Florida 32250 VoiCe: 904-249-53M Fax: 904-249-8177 '09 NAME: City of Tamarac A PLEASE PROVIDE SMP TO ADDRESS UPON ORDERING. Tamarac, FL 33321 Adn: Lance Moll Phone: Vendor Caniatog Description Duanift Unit PM* Mftount Amount OT-Bbac her 5Row a21' Model 0521ADVA Aluanum Ands A $4.211.00 5.00% $32,003.60 Frame, ON footboard 6 deers, 4' Aisle, Vadical Guar"N GT-Palris Mud Silks any 6 ws*s from recalpt of signed order and PO. Prloss do not do eke prepsration, excavation. ooncra -, kw atdnp k of rpround utilities, building permits and misted fses, or dw pa of dale. PrMw do not kicked'* any addillwrai malmrlals or services attNr quaMd above. PLEASE NOTE: Peking lndudms assembly of *ere (4) units to be installed on arms with mud stile, (4) to be obled and plaosd on existing ashphalt. Prkss based on City of ronville 0 SC4".03. Orfiare: Oft Tax Exampt: Yes Credit Report Requind: No Payment Tertns: Net 30 Drys` 4 $53.00 5.00% $201,40 Material Subtotal: $32,205.00 Tax: $0.00 Installation Chugs: $9,661.60 Freight: $893.75 Other. $0.00 F'T0jtaj=042, 760.25 1 ftmHOM to ftemhmm P1022 Me On the flea# daffy of each month, Invoioas over 31 days old area~ to a service charge of 1 112% per month. Signing and accepting the Cluctatlon above ahm hcknovrledoss acceptance of this interest. Apptawad and acceptance of this proposal may be exacutad by signing below and faxhW back to the aft* Checked above. Cal MOM: Data: (Issuing Otrk:ar) Audsorixmd Pwthasmr: Title:: rage -I of I OAlw M: Jaek "wlk ftm*, Ft "w*rdi * 'ran", Orlr,* Prn:aclel4, NVM4 Att ek Yeibarus and 1W Paw rlswch aen Lay: UUMMAUl UUNLNUIlUN; 9549250800; Jun-1-04 11:14AM; Page 1 2851 Polk 5treet Wollyac d,. FL 3302o Phvna: 964-925-2800 F—: 954923-oso0 FaX Contract Connectrcr Inc.- South Florida To: a From. AtIn: Date: Fax: s �a� yob Pages: Res f f Jab: r ❑ Urgent ❑ Fvr Review M Please comment CT Please Reply C1 As Requested. *comments. Thank you, Should you have any questions, please call us Cam, 954-925- 2800 . F :14AM; Page 2 _ STANDARD SERIES NQN-ELEV, Mode/ DesCri tion - h15GS 3 row x 15', gab frame 03 i SGSR 3 row x 15', gaiv fame, n-roll 0315GS 1 M 3 row x is', gaiv frame, towable 0321 GS ...,.._ 3 rowx 21' eN fro 0321GSR 3row " x 21', gaN frame, n-roA 0321 GST 1 3 row x 21 , g8tv frame, towable .._. 0327G 13 rowx 27', gaiv frarmI.QL27GSR 3 row x 27% gab frame, tlp-n-roll 0327GST 13 row x 27% gaN frame, towable - 05i5G� srow xl5', galvframe 0515GSR 5 row x 15', gale frame, tl n-roll 0515GST 5 rowx 15', gaN frame, towable 0515GSC _ 5 row x 15', poly frame, chain link rail -....._. 0515GGSV IS row x 15', gaiv frame, picket tall 0615GSTC 5 row x 15', gale irVme, towable, chain link rail 0515GSTV - 5 row x 15, gaiv frame, towable, picket rail 0515GDC 5 row x 15', gaN frame, DFBR, chain link rail - 0515GDV 5 row x 15', gaiv frame DFSR iccet rail 0515GDTC IS row, x 15'. gaN frame. DFBR, tknvable, chpin Ilnk rail 0515GDT/ 15 row x 151, gale frame, DFBR, towable, picket rail 0515GDCA 5 row x 15', galv frame, DFBR, aisle, chain Ilnk rail 0516GDVA 5 row x 15', gab frame, DFBR aisle, picket rail 0516GDTCA 5 row x 156, gaiv frame, DFBR towable, chain link rail, aisle A s rn w x 15', gate frame, towable, Picket rail, aisle 0521 G_S .DFBR, 5 row x 21', aiv frame 0521 GSR 5 row x 21', gab frame, tip-n-roll 0521 GST 5 row x 21', gaiv from, towable 0521 GSC 5 row x 21', gaiv frame, chain link rail 0521 GSV 5 row x 21', gaiv frame, picket rail 0521 GSTC 5 row x 21', gaiv frame, towable, ohaln link rail 0521 GSTV 5 row x 21', gab from, towable, picket rail 0521 GDC 5 row x 21', gaiv frame. DFBR, chain link rail 0521 GDV 5 row x 21', gaiv frame, l7FBR, picket fail 0521 CDT 5 row x 21', LAN frame, DFBR, towable, chain link fall 0521 GDTV _ 5 row x 21', gaiv frame, bFBR, towable, picket rail 0521 GDCA 5 row x 21', eb frame, DFBR, alsie chain link rail 0521 GOVA 5 row x 211. gslv frame, DFBR, aisle, picket rail 0521 GOTCA '5 rkwv x_21_, Raiv frame, Df 817, towablr, chain link rail,'awje 5 row x 21', paly frame, DFBR, towable, picket rail, aisle -~ 0521 GDTVA - D527G5 5 row x 27', gaiv frame 0527GSR 5 row x 27, gaiv from*, tip-n-roll 5 row x 27, gaiv frame, towable 5 row x 27, gaiv frame, chain link rail 5 raw x 27', aiv frame, picket rail $�.-.. 5 raw x 27', jaiv frame, tkwvable, chain link rail 5 row xT, gaN frame, towable, picket rail - 0527GST 0527GSC 27GSV D527GSTC 35270STV FRAME BLEACHERS Seats 1 2 to 4 _a+ WGT 30 _ - $6f56 _ $633 $61 Q 3a8 .30 $770 $731 $705 383 .. 30 $690 $655 $632 358 .... 42 $908 $863 $832 _ 487 42 $1,047 $995-_$959 536 42 $936 $888 $858 502 $1,151 $1,093 $1,054 626 _ 54 1 $1,323 $1,257 --- 1,212 689 54 1 $1,180 $1,1211 �$1.1871 $1,081 t341 SO-..1$1,250 �$1,298 $1,144 618 50 1 $1,366 11,210 $1,251 680 50 $1,279 $1,166 - 628 50 $1,839 $1747 51584 �920 5o R487 $2,363 $2.2771 920 50 41,863 $1,769 $1,708 930 50 $2,511 $2,385 $2,299 930 $2,311 50 $2,433 $2,228.- 1,100 $2, 927 $2, 821 1,100 50 $3, 081 51) $ , 468 $2, 345 $2 260 1,110 50 $3,116 $2 960 $2 853 _ 1,110 38 $3241 $3,0791 $2968 1,425 3a $3,889 $3,695 $3,551 1,425 38 $3,265 $3.1021 $2,990 9,434 $1,703 1 70` $1,618 $1.559 _826 1 70 $1 854 _ $1,761 �$1,697 909 70 $1,730 51,643 $1,5841 919 70 $2,377 $2,258 $2,176 1 1 193 70 $3,1139 $3,010 $2,9011 1,193 70 2,403 $2,283 $2,2011 1,203 $3,195 $3,035 $2,926 1,203 _ 70 V $3,1951 $3,035 $2,9261 1,466 70 $3,987 $3,788 $3,651 1,466 7q $3,222 $3 060 $2,956 1,476 i0 $4,0141 $3,813 -$3, -75 1,476 58 $3 6D7 $3,421 $3 297 1,581.3 58~ $4,393 $4,173 $4,023 �y1,583 59 $3,628 M $3,446 $3,3221 1,593 55 $4,420 $4,1991 ,047 1,593 I 90 _.1_.,$2,158 $2,0501 $1,976 1,057 90 $2,346 $2,228 $2,148 $2, 003 1,163 1,17$ - 90 $2,188 $2, 078 $2,914 $2 769 42,6691i a90 90 $3'850 $3,658 $3,526 1,490 so $2,944 A;7971 $2,6961 T1 505 90 $3,886 $3,886 $3,553 1,505 Page 1 STANDARD SERIES 020204 uGI I L Uy, luwIn04L,I Vu114t14L,11U14 9549250800; Jun-1-04 11:15AM; Page 3 RETAIL PRICE LIST EFFECTIVE 21=004 GRAND5iIA INC. STANDARD SERIES pescri on row x 27' aiv fro �� �'� DFBR, drain Ilnk ratl Soots 90 $4 C1t77 2 to 4 - i WGTme, C2T L0527GO- 27', aiv 5 row x.,..:.... frame DFBR,, picket rail_ e0 $4,943 $3,$07 $, $4,696 $4,526 8 11g row x e; chap..,,- gaiv frame, DFBR, towabl 'n link rail - 5 row x 2galy frame, DFBR towable. le, g0 $4,0375 $3835 $3,69fi 1,856 a527G0CA y picket Tait 5 row x 27', �alv frame, DFBR, aisle, chain link 90 $4,973 $ 724 4, $4,553 1,$56 0527GDVA rail 5 raw x 27', 9aly frame, DFOR, aisle, picket rau _ 78 $5.350 $4,183 $4 041 1,992 ---,-- - a527GDTCA 5 raw x 27', gaiv frame, DFBR, towable, chain link rail, aisle as27G�TVA 78 $5,350 $4r443 $5,os2 $4,898 $4,221 $4,068 1,992 2,133 5 row x 27', gaiv flame, DFBR, towable, picket fail, aisle 1015GSC 10 row x 15% aiv f g rams, chain link rail 78 $5, 379 $5,110 $4 g25 - 2.133 ' 1015GSV _. 1015GSTC 10 rowx 15',� aivaiv frrome,PICkat rap" 100 10D $3,762 $4;890 $3,674 $3 44S $4.646 $4,478 2 033 2 033 015GSTV 10 raw x 15', g$w frame, towable, chain link rail 10 ° _ - raw x 15' a!v frame, g towable 1D0 """ ��-� 3 050 �$3,$¢�8 $3,70g 2,141 101 SGDC -•- ldtet rail 10 row 15', galy frame, DFBR, chain link rall 100 $5 17$ 4 919 7 $ y . 1GDC 7oq 10 row 1' aiv frame, pt=6R, picket rail $5 038 $4 786 _$4,613 ' 2'44 3 015._.__ GDTC 1015GDTV t.g _ 10 raw x 15'. gale frame, DFBR, towpble, chain link rail µ �100 - 100 $6,166 $5 326 $5 858 - $5.646 $5 080 $4,877 2 453 '' 2,561 015GDCA 10 row x 15', gaiv fame, DFBR, towable, _ ,... picket ... 10 row. x 15', aiv frame, DFBR, aisle, chain link rall 100 73 $6,464, $A 743 $6,132 $5,910 _ $8,406 2,561 1015GDCA 10 rowx 15', galy frame; DFBR, aisle, picket rail �' $�_ $$,174 $6.654 $7,339 3 111 3,111 1015GOTCA 1015GDTVA .io rowx 15, galy frame, DFBR, towable, chain rink rail, aisle 73 W $7,007 $6,657 $$, 416 3,293 1021GSC 10 rowx 15', gain frame, DFBR, taweble, picket rail, aide '"" 73 $i3,279 $7,865 $7,581 _ 3,293 1021 GSV 10 row x 21', aiv frame, chain link rail 1ao' 10 row x 21', gaiv frame, plokot rail -'�- $4,978 .. $4,729 $4,558 _.. ' .r 2,683 1021G5TC 10 rowx 21', galy frame, towable, chain link rail - 140 140 $6,250 $5,272 $5,937 $5,723 $5,006 $4,827 2,t]83 2,795 9021GSTV 1021GDC 110rowx2l ga►vframe, towable, plcketrail 140 - $6,544 $6,217 $5,992 2,795 1021 GDV 1D row x z1', gaty (rams, DFBR, chain pink rail "- 140 $6.643 $6.310 $6.082 3,201 1021 GDTC 10 row x 21'�gaty frame, DFBR, Picket rail _ 110 row x 21', Oalv frame, DF'pR, towable, chain link 140 V,915 $7,51_91 $7,247 3.207 1021 GDTV rail 10 row x 21', gaty frame, DFBR, towable,Mpicket rail 740 140 $6,936 $8,208 $ 6,5901 $6,3611 $7,T98 $7,618 3 313 3,313 1021 GDCA_ 1 D raw x 21', aiv frame, DFOR, aisle, chain link rail 113 - $7,492 $7-117 $6 860 3 457 1021 GDVA' 10 row x 21'. gaiv frame, DFBR, aisle, picket rail 113 $8,784 r$$,326 $$,025 3,+457 1021GDTCA 1021GD I VA 1D rowx 21', aiv frame, DFBR, towable, chain link rail, aisle 113 $7,786 $7;396 $7 129 3,659 1027GSC 1D row x 21', aiv frame, DFBR, towable, Icket rail, aisle - 1t $9,058 $8 r605 $8,294 3,fi59 1027GSV 10 rowx 27', galy frame, chain link rail 10 row 2T galvframe, picket rail _ 180 $6,021 $5,720 $6,513 3,332 1027GST9 10 raw x 2T, gaiv frame, towable, chain link rail __ 180 180 $7 437 $6,321 $ 7,0661 $8,809 $6,0041 $5.7871 3,332 3,44$ 1027GSIY _.._...._..,,..�,.......,............. 1 D rowx 27', gaiv frame, towable, ploket rail-------- _.iWt- 180 .___„ $7, 737 `- $7,35D $7,084 3 448 1 D27GDV 1 D row X 27', aiv frame, DFBR, chain link rail "" 180 _ .... T $8,352 ..........._.. $7,934 $7,647 , 4,088 1027GDTC 10 row x 271, gals frame, DFBR, picket rail 10 row x 27'. gaiv frame. DFBR, towabchain Ilnk 180 $9.768 $9,279 $8,944 4,088 1027GDTV ,._ , ,,..,... , rall 10 row 27', aiv frame, (DFBR, towable, picket rail 180 180 $8,6511 $10,067 �w$9,564 8,2191 $7,922 $9,218 4,204 4,204 _ 27GDCA p 10 rowx2T, galvframe, DFBR, aiala, chain link rail 133 $9,201 $8,741 $8,425 4,34_4 1 1027GOVA A 1• 0 row jr,2Tgaiv frame, DFBR, aisle, picket Tali 10 153 $10,617 $10,086 $9,721y 4,344 1027GDTVA row x 271, gaiv frame, DFBR, towabl4 Chain link rail, aisle_ 153 _ $9,501 1515GSC I rowx_27', gaiv frame, DFBR, towable, picket rail, aisle 153 $10,917 $10,371 $9,998 4,460 _ 9 15 row x I W, ylaly frame, chain link rail ISO $6,157 $6,849 $5,637 3 371 .. ; 1515GSTC 15 raw x 15', gaiv frame, Piolept rail _ 15 row x 15', gaiv frame, towable, chain link rail 150 150 $7 765 $$ 731 $7,376 $7,110 3,371 1515GSTV i 8 row x 15 alv frame, towable, picket rail _._ --- 150 $$ 339 $6,395 $6,163 $7,922 ' $,163 3,85 5 3,585 Page 2 STANDARD SERIES 020204 w 00 1 1 L uy . Vvw I MAL, I VUIVM114L, I IU1V j Sb4925Ut300; Jun-1 -04 1 1 :15AM; Page 4 .. RETAIL PR►cE use i � STANDARD Si R/ES _�... 1515GDC 1 _ in ..-_ _...,_ raw gely frame, DFgR, cheln fink aea:s 1 , z tta a s+ _ WGT _ rail 15 rowx 15', galy frame, DF8 � it R, chalet ISO $$,111 $7 705 $7,427 4.016 150 $9,719 $9,233 $8 899 4 016 1 GDTC 15 row x 15', alv frame, pF towable, chain Ilnk rail_ 1515GDTV ' 160 $6,685 $$,251 $7,953 4,230 15 rowx 15, elvframe, DFBR, BR, towable, lolcet rail 7515GDCA 150 $10 293 $9,779 $1a,425 4,230 15 rowx is, 9atvframe. DFBR, aisle, chain link rail 1515GDVA iDl, $10,587 $10,058 $9,694 5,169 15 rowx 16', gelvframe, DFBR, aisle, picket rail 108 $72,339 $11 722 $11.2991 51169 1515GDTCA 15 rowx 16, gn1v frame DFBR, towable, chain link rail. aisle -is- 108 $11,115 $10,559 $10,17$ 369 75 row x 1b', alv frame, DFBR, towable picket rail, aisle 108 _ $12,867 $12,224 $11 782 5,369 1521 GSC 15 rowx 21' alv frame, chain link rail . _.$7,784 $7,395 $7,128 4,449 1521GSV 15 row x 21', gaty frame, picket rail ,.zto 21 D $9,5361 $9,059 $8, 732 4,449 1521 GSTC jis rrow x 21', 06tv frame towable, chain link rail �_ �. 210 $8,371 $ 7s9S2 $7,665 4,671 1621 GSTV 15 row x 21', aiv frame, towable, picket rail 210 710,123 $9,617 $9 269 4,871 1521 GDC 15 row x Zi', gaty hams, DFBR, chain link rail �. - 210 $10,471 $9 948 $9 58$ -5,352 1521 GDV 15 row 211, atv frame, DFBR picket tall 21D $12 223 $11,612 $11,192 5,352 1521GDTC 15 rowx 21', alvframe, DFBR, towable, chain link rail 210 $11 058 $10,505 $10 725 5,574 1521GDCV 15 row x 21', 21V frame, DFBR, towable, picket rail 210 $12,610 $12,169 $11,729 5,574 1521 GDCA 15 row x 21', gale frame, DF(5R, aisle, chain link rail - ig8 $11,764 �$77 175 $10 771 _ 5,743 1621 GDVA 15 row x 21'� gaty frame, DFBR, aisle, picket tell _ 15 rowx 21', galy frame, pF9R, towable, chain link rail, �i'le 168 $13 516 108 $12 350 $12, 840 $12 376 $71 732 $11 30$ 5,743 5,965 1521 GDTCA 1521 GDTVA 15 row x 21', 901V frame, DFBR, towable, icket_raii, aisle 168 $14 102 $13,397 $12 913 5,965 1527GSC 15 row x 2T, gals frame, chain link rail 270 $9,980 $9,462 $9120 5,537 1527GSV 19 row 271, galv frame, picket rail -` 270 1$11,856 $11,263 $10,856 5,537 1527GSTC 15 raw x 27', galy frame, towable, chain link rail 270 $10,558 $10,030 $9,668 5,757 1627GSTV 15 row x 27', gals frame, towable, picket rail -- 270 $12 454 _. $11, 832 $11,404 5, 767 1527G DC 15 raw x 27', galy tram*, DFBR, chain link roll 15 row x 27', gals frame, DFBR, picket rail 270 $13 S2t3 270 $15,422 $12 849 $14,651 $12 385 $14,121 6,698 6,69t3 1527GDV 1527G�TC 15yrow x 27', a� frame, DFBR, towable, chain Ilnk rail . 2iD $14,124 $13,418 $12,933 6,928 1527GDTV 15 row x 27', atv frame, DFBR, towable, _picket rail 270 $16,020 $15 219 $14,689 _ 8,928 1527GDCA 15 now x 27', Rely frame. DFBR, aisle, chain link rail .,-. 2228 $14 818 $14,077 $13,688 1527GDVA 15 raw x 27', galv frame, DFBR, aisle, picket ran 228 $16,714 $15,878 $15,305 7,089 1527GDTCAw 15 row 27', alv frame, DFBR, towable, chain link rail, aisle 228 -228� $15,417 $14,646 $14,116 7,319 1527GDTVA 15 ray x 27', gale frame, DFBR, towable, picket tell, aisle 17,313 $16,447 $16,862 7,319 NON -ELEVATED ALUM/NUM ANGLE FRAME BLEACHERS 031 SAS 3 row x 161, alum frame 30 $709 $674 $649 217 0315A5R 3 raw x 15', alum frame, tip-n-roll 30 $812 $772 $744 239 0315AST 3 row x 15', alum frame, towable 30 $733 $696 $671 233 0321AS 3 row x 21', alum frame 42 42 $969 $9 108 $921 $887 304 0321A$R 3 row x 21', alum frame, t- n-roll $1,052 $1 014 334 _0321AST 3 row x 21', alum frame, towable 42 $996 $946 $912 322 0327AS 3 row 27', alum from 54 - $1,229 $1,167 $1 126 390 0327ASR 3 few x 27, alum frame, tip-r -rctl 54 $ ,402 $1,332 $1 284 429 0327AST 3 row x 27', alum frame, towable $1,196 $1,152 410 0515AS --'5 5 row x 1W. alum frame .258 $1,338 _ $7,271 -$1.378 $1,225 389 0516ASR tow x 15'. alum frame, tip-n-mil 50 $1 451 $1 328 428 0515AST 5 row 15'. alum frame, towable 50 $1 362 $1,294 $1,2471 405 0515ASC 5 row x 15', alum frame, chain fink rail 50 $1, 993 $1, 893 $1, 825 612 0515ASV 5 row x It, alum frame, pidwt rail .._.m 50 2 641 $2,509 $2,4181 _ 612 Page 3 STANDARD SERIES 020204 �may. .Wjm I nAL01 kkr,vr=ivk,IxUN, Ub4J250800; Jun-1-04 11.'15AM; Page 5/11 RETAX PRICE UST EFFECT EVI RO04 GRANDSRANDS STANDARD SERIES _ �. Made! Q515ASTC ---.... _� .,....... _,_escrlplll on _ 5 row x 15'. alum frame, towable, chain link rail ..... Seats 1 - 2 to 4 5+ '- WG T 0516A5TV 5 row x 10'. alum fnwme, towable, rdket rail .. P,_. s0 - so $2,016 $2,864 $1,911 $2,531 1,846 $2,440 628 628 0515ADC Q515ADV 5 row x 15', alum frame, DFBR, chain link rail 50 $2,586 $2,457 $2.368 $07 051SADTC 5 row x 15'. alum frame, DFBR, picket rail 5 row x 15', alum frame, DFBR, towable, chain link_rell 50 $3,234 T $3 073 $2,962 807 0515ADN s 8 row x 15', ilum frame, DFBR, towable, picket Fall _ - 50 50 $2,610 $3,25$ $2 48d $3,_095 $2,$g0 $2,983 823 - 823 0515ADCA 0515ADVA rnwx 1s', alum frame, DFBR aisle chain link rail 5 raw x 15', Glum frame, DFBR, aisle, picket rail "JS -' _ 13,426 $3,255 __..$4.0071 U.137 1,082 TCA 5 row x 15', alum frame, DFBR, towable, chain link rail, aisle 38 38 $4 218 $3 450 3,277 $3 862 $3,159 1.082 1, 098 0515ADTVA 5 row 15', alum frame, DFBR, towable,pidcat rail, aisle _ 39 $4,242 $4,�30 $3,8$4 1,09$ 0521AS _ 0521ASR w 5 rk>Hrx 21', alum frame 70 $1,820T $1,7371 $1,G74 638 0521AST 5 row 21', alum frame, tin-roll 70 $1,979 $1 880 $1,$12 692 0521ASC 5 row x 2i', alum frame, towable: -,•. _...,.._....._ �o......, y $1,855 $1,7f32 """ $1,699 610 _ 0521ASV 5 row x 21', alum frame chain link rail 5 row x21alumtrame, picket rail .......... 70 $2,582 $253 ,4 "' $2,3E4 808 0521ASTC M, 5 row x 21', alum frame, towable, chain link rail 70 70 $3,374 $2,809 $3,205 $3,089 $.2,3$$ BOB 826 521ASTV 5 row x 21', alum frame, towable, picket rail 70 _ $3 401 ,47 ,$2,478 $3.231 $3,114 826 0521 ADC 5 row x 21', alum frame, DFBR, chain link rail V _._ . 70 $3,400 _ $3,230 $3,113 1 081 0521ADV 5 row x 21', alum frame, QFBR, picket rail 70 4 $3;983 $3,839 , 1,081 0521ADTC 5 row x 21', alum frame, DFBR, towable, chain link rail 70 .41192 $3,427 $3,256 $3,138 1,099 521 ADTV 5 row x 21', alum frame, DFBR, towable, picket rail 70 $4,219 $4 Q08 $3 8fi3 1,099 0 521ADCA 5 raw x 21', alum frame, DFBR, aisle, chain link fall 58 $3,806 $3,616 $3,485 1,202 • 0521ADVA 5 row x 21', alum frame, DFBR, aisle, picket rail1 58 $4 fi98 $4,369 $4,211 1,202 0521ADTCA ^T~TA8 5 row x 21', alum frame, DFBR, towable, chain link rail, aisle 58 $3,833 $3,641 $3,510 1,220 o S21ADT\%A 052 6 row x2l', alum frame, DFE3R, towable, picket Fall, aisle 59 $4,825 $4�394 _$2,203 $4,235 1,220 5 raw x 2r, alum frame 90 $2 319 $2,123 695 0527A5R __ 5 row x 27', alum frame, tip-n�oll 90 $2,507. $2,381 $2,285 71a5 0527AST 5 row x 2T, alum frame, towable 90 $2 346 $2,228 $Z 148 785 0527ASC 5 row x 27', alum frame, chain link rail 90 3.171 A4,107 $3,013 $2,904 1,012 0527ASV 5 row x 27', alum frame. picket rail _ _...._._............ ._.... 90 $3,902 $3,7611 1,012 0527ASTC 5 row x 27', alum frame, towable, chain link rail 90 $3,201 $.3,041 $2,931 1,022 0527ASTV 16 row x 27'. alum frame, towable, picket rail - 90 $4,137 $3 930 $3, 788 1,022 0527ADC 0 row x 27', alum frame, DFBR, chain link rail 90 $4,264 $4,051 $3, 905 ' 1,363 0527ADV _ 4 row x 27', alum frame, DF6R, picket rail 90 $5,200 $4,940 $4,762 1.363 0527ADTC 5 raw x 27'. alum frame, DFBR, towable, chain link fall i 90 $4 294 $4k079 $3,932 �,..,_ 9,3133 0627ADTV 5 row x 27', alum frame, DFBR, towable, ploket rail e0 $5,230 $4,968 $4,789 1,383 0527ADCA 5 row x 27', alum frame. DFBR, aisle, chain link rail 7t3 _ - $4,671 $4,437 $4 277 1,484 0527ADVA 5 row x 27', alum frame, DFBR, aisle, picket rail 7e $5,607 $5 32fi $5 134 1,484 7A CA 5 row x 2T, alum frame, DFBR, towable, chain Ilnk rail, aisle �. 78 1 $4,700 $4,465 $4,304 1,504 M Q527ADC A 5 row x_2T, alum frame, DFBR, towable picket rail, aisle I 78 ? $5,636 $5,364 $5,161 1,504 10 row x 117, alum frame, chain link rail $3,923 $3,782 11271 1Q15ASV O'rowx 15', alum framo, picket rail 258 $4,995 �1,271 1015ASTC� 10 row x 15', alum frame, towable, chain link rail 418 $4 197 _$4,815 $4045 1,379 1015A$TV 10 row x 15'. alum frame, towable, picket rail -'•�,2695__'546 $5,289 $58 1379 1015ADC 1015ADV 10 row x 15', alum frame, DFBR, chain link rail M$4130 40B $5,136 $4,950 1,691 10 raw x 15', alum frame DFBR, icket rail�534 $6,20710 row x 15', alum frame, DFBR, towable, chain link rail 94 $5,4Qg $!�214 1,79910 row x 19, alum frame, DFBR, towable, picket rail 822- $6,481 $6,247 �1'799 Page 4 STANDARD SERIES 020204 1 �4 _y• ...,�,nraui uuivcivuiiuivr ��4y�9UtlUU, Jun-1-04 11:18AM; Page 6/11 PM I Ali. P E UST EFFECTIVE GRANDSTANDS INC STANdA _ RD SERIES I ----�"",• 15ADCA 5 10 10 raw 15', alum frame, DFBR, afels, Chain link fall seats_ 4 A 1015ADVA 10 tow 15', slum frame, OFpR si#fti Dicke# rail - 73 "' $7,173 $B,$15 $_8 2,261 1015ADTCA 10 row 161, alum frame, DFBR, towable, chain link ran, isle 1015ADTVA 10 row x 15', alum frame, pPBFi, towable, 73 73 "T3 $8,445 $8'023 $7,733 " $7,43$ _ $7 06B $6,811 2,261 2,440 1021ASC picket rail, aisle 10 FoWx2l', alum frame, ch#In link rail $8,710 $8,274 $7,975 2,440 �1,668 11 21ASV 10 row 21', alUrnffra,me, picket rail 14D - $5,184 $4,996 1021ASTC 10 raw x 21'. alum frAnlg, towable, 140 e, chain link rail 1a0 $6,725 $6 392 $6,161 $8,750 $5,4ti3 1,668 1021 A$TV 1021ADC 10 raw x 211, alum frame, towable, picket rail i 4D $5 265 $6.671 $6 430 1,780 1.780 1021ADV 10 row x 21', alum frame, DFBR, chain link tall to row x 21, alum frame icket mile R, vick 14D $7,121 $6,765 $6,520 2,256 1021ADTC � _. 10 raw x 21', alum frame. DF8R, towable, chain link rail 140 140 $8,393 $7,973 $7,686 $7 413 $7 044 $6,790 2,256 1021AD'rtV 1Q21ADCA 10 rowx 21', alum frame, DFB vwaltfZ ble, picket rail `"'' .i 140 $8,687 $8,253 7,954 2 368 2,368 21 10ADVA 10r� row 21', alum frame, DFBR, aisle, chain link rail �- i 0 row x z1' scum frame, DFh3R, stale, 113 7,970 $7,572 $7,29t3 2,512 picket nail 1021ADTCA 10 row1', alum frame, DF9R, towable, chain link rail, aisle 1021ADTVA 113 113 $9,242 $B,264 $8,780 $8,463 $7 851 $7,667 2,512 2,711 10 row x 21', alum frame, D R, tmwoble -pick- aisle 1027ASC 1D raw x 27', alum frame, chain link rail 113 $9,536 -- $9 060 -� --.• 732 2,711 1027ASV 1027ASTC 10 row x 27', alum 2TO, picket rail 10 160 18D ' $t3,610 $8,026 $6,27$ $6,053 $7,625 $7,349 2,065 2,065 1027ASTV row x 27, alum trams, towable, chain Ilnk rail 10 row x2i, alum frame, towable, picket rail 18D $6, 910 : $6, 564 $6, 327 2,26$ 1027AEC _ 1BD 11) row x 27', alum frame, DFBR, chain link rail 180 $8 326 $$ 941 $7,910 $7,624 $8,494 $9,1$7 2,268 ' 2,$21 162, 7A 7V 1027ADTC 10 rowx 27, alum frame, DFiq�t ra�M 10 rowx 27', alum.frame, DFBR, tawsbls, chain fink 180 $10 3S7 $9,839 $9,483 2,621 1027ADTV 1027ADCA _ rail 10 raw x 27, alum frame, DFBR, towable, picket rail 180 180 $9,241 $10,657 $8,779 $$,461 $10,124 $9,758 3,024 3,024 1027ADVA 10 raw x 271, alum frame, DFBR, *Isle chain fink fall 153 -153 $9 0T233 91722 $9 370 3,077 1027ADTCA lorcvyx27',Glumframe,DFBR,aisle kiketrail _ 1D row x 27, alum frame, DFBR, tawabie, chain link $11.649 311,0$7 $10,667 3,077 1Q27ADTVA 1515ASC rail, aisle tt7 rowx 27' alum frame, 15FBR, towabls picJket rail, aisis 153 153 $10,533 $11,949 $10,006 $9 645 $11,352 $10,941 3,280 3,280 1515ADV 15 row x 15', alum frame, chain link r#II 150 $6,817 $6 476 $8,242 2,D88 1515ASTC 15 raw x 15', alum frame, picket rail _ 15 row x 15" Glum frame, towable, chain link � 150 1 $8 425 $8 004 $7, 714 k'- ' 2 D88 rail 1515ASTV 15 raw x 15', alum frame, towable, Picket rail - 150 - 150 $8,991 $7 99 $ $7 49 $8,549 $8,8 2,222 2,222 1615ADC 1515ADV t5 row x 15', alum frame,DF0_ , chain link rail - , .,.._._ 15fa $8,771 ,240 $$,332 $8,031 t353 2, 1515A5TC 15 row x 15', alum frame, MR, picket rail 15 row x 15', glum frame, DFBR, towable, chain link rail ISO 150 $10 379 $9 348 $9 8B0 $9,6041 2,653 1515ADTV 15 row x 15', alum from&, DFBR, towable, picket rail _ _ 150 $10 954 $8 878 $8,5571 $10 406 $1b 030, 2,867 2,867 1515ADCA 15 row x 15', alum frame, DFBR, aisle, chain link rail 108 $11 619 $11,0_38 $106391 3,532 1515ADVA 1515ADTCA 15tow x I'W, alum frame, DFBR aisle ickotrail 15 row x 15', alum frame, DFBR, towable, Chain rink a 108 $13,371 $12,702 $12,243 _., -1, 532 151546TVA rail, fpla" - 15 row x 15', alum frame, DFBR, tewabls, Picket rail, aisle 108 $12,147 108 ! 3 899 539 $11,122 $13,204 $12,726 _3,731 3,731 1521ASC 1521A$V I row x 21', alum frame, chain link rail -� ' 15 raw x Z1', slum frame, roil 210 A3.8 8,931 $8 4$4 $8,177 2,630 picket 1521 ASTC 115 row x 211, alum frame, towable, chain link 210 $10,683 $10,148 $9,7821 2,630 1521 ASTV rail 210 1$9, 517 $9, 041 $8 7 44 2, 852 1521ADC 15 row x 21', alum frame, towabie,�picket rail- .... 15 raw x 21', alum hams, DFBR, chain link 210 $11,269 -$11 $10,705 $10,319 2,852 1521ADV rail 15 rkrnrx2l', alum from*, DFt3R_pirkat raft 2 10, 210 x $11,617 ,036 $11 638 $13,36$ $12,701 $12,242 3 533 3,533 1521ADTC 1521 ADTV 15 row x 21% alum frame, DFBR, towable, chsin link rail w. 210 $12,204 $11,594 $11,175 3,755 15 row x 21', alum frame, DFBR, taftble icket rail p 210 $13 956 $13,25$ $12,779 3355 Page 5 STANDARD SERIES 020204 w Geri r ny : Vuiv i NAU I UUNLNC I lUN; 9549250800; RETAIL. PRICE LIST_ EFI=ECT/VE TJ?J2004� GRANpSTANDS FIN _ Jun-1-04 11:16AM; Page 7/11 0 a 1521;0CA 15 row x 21% all frame, DI=BR, aielia, chain link rail 1521AiaVA 15 row x 21', alum frame, DFBR, aisle, picket rail 1521ADTCA IS row x 21', alum frame, OFBR, towable, chain link rail, aisle 1521ADTVA 15 row x 21', alum frame, DFBR towableert rail towable,alp 1527ASC 13 row x ,Z7', &lum framer chain I(nk rail 1527ASV _ • 15 row x 271, alum frame, pidcat rail 1527ASTC 15 row x 2T1 !turn frame, towabia, chain link rail 1527A$TV 15 row x 2T alum frame, towable, picket rail 1527ADC 15 row x 27', alum frame, DFBR, chain link rail 1527ADV 15 row x 2T, alum framo, DFOR., picket rail 1527 OTC 15 row x 27', alum frame, DFBR, towable, chain link rail L. 5 row x 27', alum frame, DFBR, towable, ip cket rill 1527ADCA 16 row x 27', alum frame, DFBR, &Isla, chain link rail 1527ADVA 15 row x 2r, alum frame, DFBR, aisle, picket rail 1527ApTCA 1S row x 2T, alum frame, DFBR, towable, chain.link rail, aisle 1627ADTVA 15 row x 27% alum frame, DFBR, towable, picket nil, lisle _16s $12,910 $12,2ty4 $11,821 3,924 T 168 $14,662 $13,929 $13,425 3,924 168 $13,496 $12 821 $12,358 " 4r i46 1s8 $15,248 $14,486 $13 962 4,146 2�0 11,047 $10,496 $10,115 3 245 270 512,943 $12,296 $11,85' 3,245 2yo $111645_ $11 . a $101863 3,175' 270 $13,541 $12.1884 $12 399 3,476 270 $14,616 $13,885 $13,383 4,406 270 $16,512 $15,686 $15,119 4,406 27D $15,214 $14. 3 $"" 13, 4,636 270 $17,110 $16.255 $15,6fi7 4,635 228 $15,908 115,113 $14,567 4,797 228 $17,804 :$16,914.1$16.3031 4.797 220 $18,507 $15,681 VA1i 5,027 228 $18,403 $17,482 $18,$50 5.027 nu 1 tJi: 1 .'. 'r 1 All Ianliin is sin Ie 2x10 extruded alumintirin unless otFlerwiae notad. 2 The abbreviation "DFBR" stands for double 2x10 footboards and single 1x6 risers configured to reject a 4" sphere. Aisles shall be 4' In width egulpped with a aluminum mid -aisle handrail-.-- Guardrails will be at rear and sides extending to the front of the third row seat All guardrails are designed to reject passage of a 4" sphere. Aisle handrails are 1 518" O.D. schedule 40 andoized aluminum p All prices are F.O.B. Lakeland, FL and exlud®,permit fees and engineered sealed P Add for 2x8 r_es _ �' ., - su r a treated mud sills. Adders a pi rpM!ftrr+j-__ ^6 9___ w•w-- 3 row x 15' 3 row x 21' 3 row x 27' w _ 5rowx15' _.......... w 5 row x 21' -•..�_ _ _ _ . 5 row_x Z7' 10 row x 15, 10 row x 21' 1d,row x 27' w 15 row x 15, 15 row x 21, 15 row x 27' $ price listPPrices for towable options do not include the to Add $625 per set required. , $1 ibs. Add $40/36 lbs._ Add $53/48 Ibs .W Add $67/80 Ibs. Add $80/72 Ibs. Add $1g7/120 lbs. Add $133/144 Ibs. Add $120/108 Ibs. Add $160/144 Ibs. Add $200/180 lbs. le and wheel set Page 6 STANDARD SERIES 020204 aerr L ny : UUN I NAU 1 UUNtINU 1 lUN; 9549250800; Jun-1-04 11:17AM; Page 8/11 '�rrrrarwwrrrr. GRANDSTANDS INC. MODEL UNIVERSAL, SERIES - RETAIL PRICE LIST (Effective O2102104) GALVANIZED STEEL FRAMES "1-Ar _o#oYrnu PRICING Prices exclude freight, assembly, tax, permit fees, or engineered sealed drawings Price for towable units does not Include tow kit. Add $525 for each required tow kit. Quid Dy. UUNINAUI UUNtIVl,11UNj g549250800; Jun-1-04 11:17AM; Page 9/11 ,,wlr,� GRANDSTANDS INC. UNIVERSAL SERIES - RETAIL PRICE LIST (Effective 02/02/04) ALUMINUM FRAMES Prices exclude freight, assembly, tax, Permit fees, or engineered sealed drawings. Price for towable units does not Include tow kit, Add $625 for each required tow kit. QUILL oy, wivinAL j LUrvtrvL,i lUro; 9b492b0800; Jun-1 -04 11 :17AM; Page 10/11 'GRANDSTANDS, INC, CAROLINA SERIES - RETAIL PRICE LIST (EFFECTIVE 02102104) GALVANIZED STEEL FRAMES MODEL 0321GS-C DESCRIPTION 3 ROW X 15' 24 BENCH / 1 WHEEL CHAIR SEATS 1 PRICING 2 to 4 5+ WEIGHT 0321GS-C 3 ROW X 21' 34 BENCH / 2 WHEEL CHAIR 26 36 $756 $718 $1,070 $1 018 $696 300 0327GS-C 3 ROW X 27' 42 BENCH / 2 WHEEL CHAIR 44 $1 383 $1,314 $985 $1,272 427 549 0415GS-C 0421 GS-C 4 ROW X 15' 32 BENCH/2 WHEEL CHAIR 4 ROW X 21' 48 BENCH / 2 WHEEL CHAIR 34 $1,056 $1,Op3 $g70 415 0427G5-C 4 ROW X 27' 58 BENCH / 2 WHEEL CHAIR 50 62 $1 499 $1,829 V A25 $1,737 $1,379 587 1083 755 0515GSC-C 051SGSV-C 5 ROW X 15' 44 BENCH / 2 WHEEL CHAIR 5 ROW X 15' 44 10 1 $2,106 $2,000 $1,937 920 D521GSC-C 44 BENCH / 2 WHEEL CHAIR 5 ROW X 21' BENCH / 4 WHEEL CHAIR)60 44 $2 2 64$ $2,585 920 0521GSV-C 5 ROW X 21' S6 BENCH /4 WHEEL CHAIR 60 $2,798 $3,590 $2,658 $2,574 1,193 0527GSC-C 0527GSV-C 5 ROW X 27' 76 BENCH / 4 WHEEL CHAIR 80 $3,450 $3,366 1,193 1,490 $3,487 $3 312 $3 208 6 ROW X 27' 76 BENCH / 4 WHEEL. CHAIR $0 $4 423 $4 248 $4,1,44 1,490 0521GDOA"C. ' 5 ROW X 21' WITH AISLE 52 BENCH / 2 WHEEL CHAIR 0521GDVq-C 5 ROW X 21' WITH AISLE 54 1 583 $4,D01 $3 801 $3,681 0527GDGA-C 52 BHNC 2 WHEEL HAIR 5 ROW X 27` WITH AISLE BO BENCH 14 WHEEL CHAIR 54 64 $4 793 ,593 $4,473 1,583 0527GDVA-C 5 ROW X 27' WITH AISLE 60 BENCH / 4 WHEEL CHAIR 64 $4,906 $5,841 65$ $5 594 $4,511 1,992 $57447 1,992 MODEL ALUMINUM FRAMES PRICING 315AS-C DESCRIPTION 3 ROW X 15' 24 ENCH / 1 WHEEL CHAIR SEATS 25 1 2 to 4 5+ WEIGHT E030372-1AS-C 3 ROW X21' 34 BENCH / 2 WHEEL CHAIR 3$i,093 $784 745 $720 198 $1 038 27AS-C 3 ROW X 27' 42 BENCH / 2 WHEEL CHAIR $1006 293 44 $1,412 $1 341 $1 299 364 0415AS-C 0421AS-C 4 ROW X 15' 32 BENCH / 2 WHEEL CHAIR 4 ROW X 21' 34 $1,074 $1,p2D $988 276 0427AS-C 48 BENCH / 2 WHEEL CHA 4 ROW X 2T 58 BENCH 19 HEEL CHAIR 50 $1 518 $1 444 $1,398 397 62 $1 85B $1 764 $1,708 512 0515ASC-C 0515gSV-C 5 ROW X 15' 44 BENCH / 2 WHEEL CHAIR 5 ROW X 15' 44 $2,130 $2,024 $1 959 813 0521ASC-C 44 BENCH / 2 WHEEL CHAIR 5 ROW X 21' 56 BENCH / 4 WHEEL CHAIR 44 $2,77$ $2,672 $2,607 613 0521ASV-C 5 ROW X 21' S6 BENCH / 4 WHEEL CHAIR 60 $2,819 ,878 $2,594 858 A58 $3 611 $3,470 $3,38E 0527ABC-C 0527ASV-C 5 RO 27' 76 BEN / 4 WHEEL CHAIR $ ROW X 27' 76 BENCH / 4 WHEEL CHAIR 80 1,104 $3,5D7 $3,332 $3,227 80 $4,443 $4,268 $4,163 1,104 0521ADCA-C 0521ADVA-C 5 ROW X 21' WITH AISLE 52 BENCH / 2 WHEEL CHAIR 6-ROW X 21' WITH AISLE 54 1,202 $4 231 $4 018 $3,892 0627ADCA-C 52 BENCH / 2 WHEEL CHAIR 5 ROW X 27' WITH AISLE 60 BENCH /4 WHEEL CHAT 54 $5,023 $4 810 $4 6 1,202 D527ADVA-C 5 ROW X 27 WITH AISLE 60 BENCH 14 WHEEL CHAIR 64 64 $5,190 $4,931 $4,775 1,484 $6 128 $5,867 $5,711 1,484 NOTE: Prices exclude freight, assembly, tax, permit fees, and engineered sealed drawings. oci i G oy. . LIUN l nwt, l t1uNr_14L11 1uN; 'Wt)49?]U8UU; J Un - 1 - 04 1 1 :18AM; Page 1 1 / 1 1 GRANDSTANDS lNC. TEAM BENCHES RETAIL PRICE LIST (EPFEcTIVE- 2/2ro4) MODEL NO. DESCRIPTION MOUNT TYPE FRAME TYPE 1 UNIT 2-4 UNITS 5 * WEIGHT SSA7.5 7.5' SPARTAN SURFACE ALUMINUM ANGLE $165 $146 $134 32 Ibs, SSA16 15' SPARTAN SURFACE ALUMINUM ANGLE $297 $266 $247 54 Ibs. SSA21 21' SPARTAN SURFACE ALUMIN ANGLE 411 $368 $340 80 Ibs, SSG7.5 7.5' SPARTAN SURFACE GALV. STEEL ANGLE $154 $138 $128 50 Ibs, SSG15 15' SPARTAN SURFACE~ GALV. STEEL ANGLE $281 $252 $233 90 Ibs. SSG21 21' SPARTAN SURFACE GALV, STEED ANGLE $390 $349 $324 131 Ibs. SIG7.5 T5' $PARTAN IN GROUND GALV. STEEL PIPE $123 $110 $101 50 Ibs. SIG15 15' SPARTAN IN GROUND GALV. STEEL PIPE $211 $18g 4145 90 Ibs. SIG21 21' SPARTAN. IN GROUND GALV. STEEL PIPE $288 1 $256 $237 131 Ibs, TSA7.5 7.5' TITAN SURFACE ALUMINUM ANGLE $270 $241 $224 42 lbs. TSA15 IV TITA SURFACE ALUMINUM ANGLE $469 1 $419 $389 72 tbs TSA21 21' TITAN SURFACE ALUMINUM ANGLE $639 1 $572 $530 105 Ibs. TSG7.5 7.5' TITAN SURFACE GALV. STEEL ANGLE $261 $234 $217 60 Ibs. TSG15 15' TITAN SURFACE GALV. STEEL ANGLE $463 $406 $376 108 tbs TSG21 21' TITAN SURFACE GALV. STEEL ANGLE $617 $552 $512 156 Ibs. TIG7.5 7.5' TITAN IN GROUND GALV. STEEL PIPE $224 $200 $186 60 IVs. TIG15 15' TITAN IN GROUND GALV. STEEL PIPE $373 $333 $309 108 TIG21 21' TITAN IN GROUND GALV. STEEL PIPE $500 $448 $414 156 Ibs. OSA7.5 7.5' OLYMPIAN SURFACE ALUMINUM ANGLE $292 $261 $243 45 ibs. OSA1S 15' OLYMPIAN SURFACE ALUMINUM ANGLE $509 $455 $421 77 Ibs. OSA21 21' OLYMPIAN SURFACE ALUMINUM ANGLE $693 $620 $574 121 Ibs. OSG7. 7.5' OLYMPIAN SURFACE GALV. STEEL ANGLE $283 $253 $234 65 Ins. OSG15 15' OLYMPIAN SURFACE GALV, STEEL ANGLE $490 $438 $407 115 tbs. OSG21 21' OLYMPIAN SURFACE GALV, STEEL ANGLE $688 $6- $554 175 Ibs. OIG7.5 7.5' OLY PIAN IN GROUND GALV. S EEL PIPE $245 $218 $203 65 Ibs. OIG15 15' OLYMPIAN IN GROUND I GALV. STEEL PIPE $410 $367 $340 116 lbs. OIG21 21' OLYMPIAN IN GROUND GALV, STEEL piPE~ $551 $493 $456 175 tbs. NOTE; Pricing excludes freight, assembly, tax, permits, or engineered sealed drawinas a �•r.rcruvvu r may • 4r • ur `1 . Jar1V1, rdye a! a TMr CERTIFICATE 5 ISSU60 AS Contract Connection, Inc, 2851 Polk Street Hollywood, FL 33020-4228 M TYPE OF POLICY C3 """N " ❑ mormaw ® som"W" POLICY NUMKR WORKERS 0711212003- 1 WC3.66R-280978-013 COMPENSATION 10711=80 CL4M MADE rVIRV UAT a � dwNEO NON-0WN60 HVM NIA M THE CER WAT4 h"40L TFMi BE "WATE IS NOT AN INSURANM Nam pad eddroa of 4b" lomutuAi Thlb IIWXmrlr $INNW by Mn Iwo rotor Ow a EUONi:10 M mm mmu. 040400m Eno rMr man Mb Do liummi LIMIT OF LIABILITY mac. ����� LualLmr jig i" By AWftM FL SM.000 , U 000 By Down ua By aboutlie .Vm ftO PAWCOMPMOd VP a'c+n raNld ate. Pers onal and Adndlifte low MJNnMr1d EmhAQ0dWa. r. rnr P. a -Gb"U""- logh Person Eon Acdant or Aadwm or rorn�nar N MN TV NI! CWRNINPIM Yr iYrCIMA/ wh KNNMII,MICR�� �IMON MM WM NgOrt TO CNI11LI0 d1 INONW'ryMr M r rnCYhA+IMV n RMM �MMrT AN M/IA1�11, >AMMY11w�M11611gN IIN CNN A 6WY pNr1MMN0A �Mrr fM KCl�rIVO rR7m,Or1r r wewrca OF a�NorIL4ArlOr. Mo► AvruCArL[ aLirA duAMw ONM is pmon maw.) *.WA T" 0M71m LUIV M" era,+oAt+rYMecar�nrirwu.Narea�«r�atNrnw�rraAFraroeaw+odr�Aq�nrer,cns Mswarraol�roup UNTIL AT ILA BT x OAYa NOT= OF TVCFI CANC.ELLA"W WAa MN MAULED TO: la roof bi� 9-1zarance Covcra(p Praiii al Imitranca 0 :over era PrT.mf LAG insurznca ICowurelle Froo+i of Proof of Inwrince Cover Doe Prom" of tWcoreaMCs a Proof of Insurance Cowemoe Jodl Smith C-7,00r aC. Insjranas Coverage Proof: of Inooranae MU 262004 04wo me, aL Wove,proof of�ineiraort.Cr>,arreaage Pro0i a? DATE MUIM OFFICE mge It COby L16mm QUIUMSUFMIrlblr M r 1►r !r3 T12lld C/F..'d 9sz1ON dUd8 inn aI1 311IAS3NIV9 Wd6bIt: PMZ'SZ'At%4 Sent 8 • CONTRACI UQNLNCIlUN• UD4;1C3UVVU- may-cL)•U'* •..J01 iwI I atj. �i- IF r LI, `� Home oM,Gc; A N� 2 7 2003 x GolumbdonwHln*�rera CERTIFICATE, Or INSURANCE Col•+mhua, OH 43L15 � Z2Ia BY The company inOuted 5elow Ler'titles Lhet r.hc, insurance ar'fordeti by the Po — 1d described below is in force as of the effective da!p of thi, certificate Thin C(±r.rfirate of Insurance does not amend extend, or nt.nprwise alter- the I-erms and Conditions of Insurarce cove:•dye contained in any policy numbered and described b(1low. CERTIFICATE HOLDER,. CONTRACT CUNNLCIIiJN 2851 POLK ST HOLLYWOOD. FL 33020 INSUREO: CONTRACT .UNNECTION INC 2851 POLK STREET HOLLYWOOD. FL 30,70 POLICY NUMBER I POLICY I POLICY T'rPC OF INSURANCE 6 ISSUING CO IEFF. DATE IEYR; DATE LIABILITY I I7•PA-178251.0001 1 06.26-03 1 06-'26-04 [X3 Liability and I NATIONWIDE, I I MedirAl F.xpen,r. ! MI.1rUAL 1 ! (XI Personal and i !NSURANCE CO. ! I Advertising lnj;jry! I ! (X3.Medical, EApenses ! ! I (X3 Fire Legal ! Liability ! I ! ! I I I ! I (j Other L btli[ LIMITS OF LIABILITY !'LIMITS AT INCEori0rl) Any Qne Occurrence........ $ 1.000.006 Any One Person/Org S 1.000,000 I ANY UNE PERSON ... .... . 5 S.006 ! Any One Fire or, Explz,ion 5 100.000 I. ! General Aggregat.PR t 1.000.000 Prod/Comp Ups Aggrcgat,"* , S I.000.000 i to y I ( I 1 AUTOMOOILE LIABILITY 77-BA•178261-UDO1 I�C6-26-03 t 06-26.04 1 ..._! I [XI BUSINESS AUTO ! NATIONWIDE I I ! Bodily Injury 1 MUTUAL I I (Each Person) ...... [ 3 Owned ! INSURANCE CO I I ! (Edrh Accident) ........ I (X3 Hired I I I I Property 1 maap [XI Non.,Jwned I ! I j (Eacn Accident) ..... : I ! I Combiners ;tingle 01111t S 1.000. JUO I EXCM LIABILITY 177-C,J•178251 3001 106•2'b-03 1 06-?6 04 1 Each Occurrence .. ... .., I 3.0100,000 ! Nationwide I Proa/Comp Ops%Oisease [%) Umbrella -nrm 1 Insurance Co, ! 1 1 Aggrecate* ...... .. S 3-000.000 I LIMITS I I I I I STATUTORY [ 3 'dork4rs' I I I i HODILY IN3URYiACCIDENT .. I ! Comrien ation I I 1 Bodily injury by Di7eaSe and ! I I ! EACA EMPLOYEE ..... , I i Btxily In_urY by '0'.5%'Sr' Ltanllit.y ! j POLICY LIMIT .. ....... 3 1 Effective Uule ul i:erl i rc c: 06 Z6+ 2002 Date Lrrs i!:!("i'(4� 06.24-260:3 DESCRIPT7M OF�OPFRATICNS;LOCATIONS VEH!,.';,ES/RES1'RICTICNS/SPECIAL ITEMS SAME .4ND TEMP;RARY WORK SITES ELSCWt RE IN THE STATE OF FIOR A , AUL110r'tLPd I4ep"t?5211iut'vr': ;. _ Counr.rr,ivaned at NW a2 T. S _ 101 "T t. ;UOERpAI-[, I-L 3130`.r