Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-197Temp. Reso. # 10531 - 1 8/16/04 Rev. 1- 8/24/04 Rev. 2 — 8/27/04 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-117 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF A LIGHTING SYSTEM FOR THE TAMARAC PARK BASEBALL FIELDS AT A TOTAL COST NOT TO EXCEED $1 19,509.00, FROM HUNTER KNEPSHIELD 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, The present lighting at the Tamarac Park baseball fields is inadequate, thus not meeting the requirements for league play causing the need for the lights to be replaced with new taller poles and new effcient fixtures; and WHEREAS, the purchase of a lighting system for the Tamarac Park baseball fields was approved in the Capital Improvement Plan budget and available funds exist in Parks & Recreation Capital Improvement Account entitled "Sports Parks Lighting", Project #GP02B; and WHEREAS, the City of Jacksonville, Florida issued Bid Number SC-049-03 for the provision of Sports Lighting, and awarded a one year contract to Hunter Knepshield Co., Inc., effective June 1, 2003 through May 31, 2004, as evidenced by Exhibit "A"; and Temp. Reso. # 10531 - 2 8/16/04 Rev. 1- 8/24/04 Rev. 2 - 8/27/04 WHEREAS, the City of Jacksonville renewed the Agreement with Hunter Knepshield Co., Inc. for an additional one year period effective June 1, 2004 through May 31, 2005, as evidenced by Exhibit "B"; and WHEREAS, Hunter Knepshield has agreed to extend the terms of the City of Jacksonville bid to the City of Tamarac as evidenced by Exhibit " C"; 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 a lighting system for the Tamarac Park baseball fields for a price not to exceed, $119,509.00, from Hunter Knepshield utilizing the City of Jacksonville, Florida Price Agreement Contract for Parks and Playground Equipment, Bid No. SC-0549-03, attached hereto as Exhibit "A"; 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 a lighting system for the Tamarac Park baseball fields for a price not to exceed $119,509.00, from Hunter Knepshield utilizing the City of Jacksonville, Florida Price Agreement Contract for Parks and Playground Equipment, Bid, No. SC-0549-03. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Temp. Reso. # 10531 - 3 8/16/04 Rev. 1- 8/24/04 Rev. 2 — 8/27/04 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 a lighting system for the Tamarac Park baseball fields for a price not to exceed $119,509.00, from Hunter Knepshield 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 will be from the appropriate Capital Improvement Account. 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. Temp. Reso. # 10531 - 4 8/ 16/04 Rev. 1- 8/24/04 Rev. 2 — 8/27/04 SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this 8th day of September, 2004 ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KRAFT CITY ATTORNEY JOE SCHREIBER, MA R RECORD OF COMMISSION VOT MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TA DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS A 1 1 T,R,10531 EXHIBIT "A" DEPARTMENT OF ADMINISTRATION AND FINANCE Procurement and Supply Division ,�•� N�tyyE r NOTIFICATION OF AWARD AND RELATED ACTIONS DATE: 5/30/03 HUNTER KNEPSHEILD COMPANY ATTN: THOMAS KNEPSHIELD 10 HUNTERS TRAIL #499 LAGRANGE, KY 40031 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 $ 'as required in the original bidpackage) 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. El 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, SANDY AV/ELL 117 West Duval Street, Suite 335 Jacksonville, Florida 32202 Phone: (904)630-1184 Fax: (904)630-2151 WIM Form GO-1 10. Revised SUBJl ECT: PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT Y 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 e . Gibb , Chief ro rement a d Supply CONCURRENCE BY: PHILIP J. BRUCE, DIVISION CHIEF PARKS R ATION & NTERTAI (ALL AWARD ACTIONS SUBJECT TO AVAILABILITY OF FUNDS) ACTION OF AWARDS COMMITTEE ON CPO RECOMMENDATIONS AnGVE ��Q3 S APPROVING MEMBERS DISAPPROVING DATE: ''••II/A T PFA ACTION OF AWARDING UTHORITY APPROVED DISAPPROVED OTHER ' IU SIGNATURE OF AUTHENICATION A— \..4.4. DATE:: OTHER: FORM GB-108, Revised 4/3/2003 N z W 2 v w v ; X b aL< 9 CL Ir p ? h U U 0 Irjr 4y z LL Z U C z a W d 2 a W M til C 4 W W 7 U !- U a w U- W c d d` N O ✓� N N 2 � N A O N N r z � N z A H ° O O y z ° a } 2 P Q � A d r T } r Y Z m nay Q C � N a W a U y pp o a o z m o A T' G a` a e vs ° ' 4 a �'�-, ; L 7 a Q a u it O 4 } u - d p v V a 3 o o e o q e e ❑ ° ^ •� e e G e 4 � a N r d O) c LS'L > c � od�O x'° a c c r° "» dim UvCm 3$°d LL N E roOQ In vvb Cy p"a^- n 7 iY w pO N p C ow AC O n O U) tiC =O m© �rn ° m tl] M - mW b E FO o C CmOpV 6c1 ¢ 41 b i` 9) O cri O n; V N N m _p -= L N m .b v O N ' c maoC u m E N ^._ 7 C N ro a'OYd�a 0(nm j C` N° 0 0^ c� 7 d o9 >. w m � 'Q N N p� O V � ❑ OJ N � � � � d' N 7. O 0U)m == ~ � ..y U LL U � � V � Ms, wa , � � a ro (y 10 m Oa d 14 W d fV N Ql (1 N N _ NJ L (v C LL __ ij 97 V� vpi _ od �mxN roM Op M Uro�^,•ate N.+c min v p N'� c c $ '� .No�Sar N!d c ia� W 7�rOi ar N m C� c ro m^LLA❑d rotiLL �d 22� �sYU Vjm SCD0 S�N •O hO��� ri cp)U' m M �k�4 6 a u m 4 r a 7 c E m u N _ h � E ro N °' a w ro Qi 0 ro m N W J of y m m p N y x h ro a LW h m E m O U ai N � ° u d d Im to r U Fes- c c 7 rt N U E 4 W w N m m O 4 ro C C aCD - E � ro m ro O � ro ro in U ro u c ro a Q q c q m a N_ �n r rn O 41 N y Y } } } } a N } } A oz z z z 0 o e c Ka CD�� o o a 0 A D vui a e % y a N N O N « E c � a o' v a 0 N N o a u a 0 p CD *0 a Y N m H c h t C O V x0 X T ��Y ❑ c [Qa °i "? o cLL QE °�' r ofo mLL m LL m ai a y 0 O Ep w Q y Q 0 w Ci O N b Lj LL 2 G N b 7 v _� V f7 C A❑kL U- 1Oisa cr U~ c NYi-- C �Y N vF- C 0 0 Cl U p c c c �j o� Cc: C N O U q CD N Cp �L N 'G1 c �7! .S C Jj O 'C '- N .� I+ C w N E - N V O O cc 07 _O 'm � E p U M d� N d � a C Y-M v O x� ro 0 Yl N O� p F C U y O U y O _ N V c�S C G l�9 tb O 1� N z C U M y Ol W [[ W = O� _W a' Gl N �7 = U Y rU N O U 9 - f+ N E -E C ' U .� ❑ U c7 U N C N N O V" W a Y7 O a ao ` r W 7 M O N 1+ a _E M ^ N _E N"am cv ac °1 u� U� Y O�cq w�" c N �1O�`` u �" q> N EQ-j m �r E� m aim eF Q' .N- N N J U C LL - E U Y 0 L= -O .-J V_ Ix �j N Vl N a �j N � Lam. N N C L O W h 4'GI C g N N Ol an`= .A U N U T N .� U fV w J _N Q Ql O T �0 `1`1� N p�j p� cc j E. E M N y T U H y U N N 1` L V b t Oc V y�, N y �., V W C �p�' a' y c SO cl a N LL LL .� C N J a O p y d N p ry fp O p y p Gp ry O 'O N t y v m �j N Y v N V N W LC ¢. 4 M LL U- CL () 47 m U C7 2� CO In L) w to U U' to W of pp 1-- fq J N W M F W P7 .0 M a c a w O U N a u m Y U V N N M a M Ix 7 ✓ j CD U W v o m N E A5 LL C a c. co a u C E fn v H 0 2 4J a vi N 7 C -" 'C N 'a O C W N L 7. c .p a Q L a tlf N M ry N N (n Q J LL m 4 Vj Lu a a C A y U LL C a o u a E ti EL N a)_d c a c C_ (7 C y t5 IN p b C C 7 N C E df N7 7 fh d L U W N C C O M C O U C E o M � m U M c n v o ro U d v o a a a LL mM m m m N V� ) z O z V1 } N Y N } N } N } U � tr� p N N N N N N N N N N N a a a a d a d a U Y) m N O c c 3 C c 3 C p p c 3 u O O C C G z z a)O } z Z O C 7 D D C � O 7 .p+ a a m r } } Y Y z Y % } p a 7 C Q O - C y O c U o 0 m d w e e e o 0 o a e o a 02 ? v p a Co CDa v Ln v a M n Ln Q C d - x a)z U N d C LL Q Q, O c Q No G pcn p N c a V b b N ` rr vI of ao u] 11] C1 aCD CL Q m p ti O • aq - m CL E p ,-_ x d d m x a pWE r r z r WN �� m mp ro m ro 7 d 0� V d M P m a' M CC, m X Q T CL N b tl1 N 0 rn N N 7 N 7 m N DO ai N m p U O G C LL p � LL n U v� m N p p U N p ^ d V p d O U y Q = 0 H U N F- 0 p U N LL~ In a ''p(7 y (,l f47 O ro� C v^i O V rp+ O C J O x U m '. C C X m u O '"' C C m •m .. U O" C C M 'ro V V O C m 41 Y y U O a' ro Qi x [o �j O C C 'ru N d d d �- N E p E a 0 O U - O -j 2 C •= T Ol �' Q d N N LL d �1 N ro a R] N ^� r4 a 17 N Q f• N N d M N> Q N 0 O V r p U a O �- p u r p U a J m N d M NN 7 Q N> r 7 ("1 m C C v7 G Q U N T T' - p d (Q ro^ V p O 6 N 0. a V N 7 Q fry N G 'V N 'b d M a Ci a" .4 U f� n. - a U ... W. C N ro d c d N O m 1- a U O. N j E¢ m LL Y O N m xu�Ud at1 .--. d w+ cc`� N H Ur mro OO m Udi ro Z - J U LL J O LL � ,..1 U ll. v �O` t� 'Y7 E O !/J �`7 U ®.E - c C N N a1 U 4 d f"7 U O p1 ,✓i p C tD R N G Q " u] N _ a p C ¢ m C_ C O d ro C C p a m C_ J C LL U .� U N U "� U, v J C .� .� a U N U "' Q LL® --- O a m C_ VJ p L O �p, a `2 N EL . a ❑ N a Q 4 [� N -ti CS V)11..�� N m N N N @�+ U m L V N N N C Ory d 4 N 5L' N C fO C1 n G N C N an ro N C m ro C �P C 7 ro C r C O m C (O U7 N N O O p 0 0 Y a io ry 0. "• m c. S C L^ N p O -_ (A �� d L m(L CL Md m �p 4LD rNia Utzm t�U' Utnm uU[1 (7 rNia L Jv�i d.�(%�N.�_-y..dj U R m IJi❑Oco(D CL 3 _ a a a U ro r U_ N X to C N m Qr Q G 4 a m vi a a Cl vi a a a N m v C N Q d d a c w y - C W y - V d Y ~ ~ L m y N O1 N Cm W C ao E E CL a d O E 5 m m U N m m U N a C EE j w a o to a to tn� m nmy wOE _ 2` uj s to tq LL M t7 LL N q � U U U V LL _ ~ C C N C N 5 C N w N � N T7 O O D C Q O O CL a CL a a w _ _ _ c a a m a j Y m Cc m m m�u Sp m cj c — c p n a d d ro o m 0 `m N ti to 0 0 0 T a 7 a y a o i v o a E c E c E c m o � Q d a i C c C W CL N m p a � 0 � aW O_ 2 CD 4 W U` m m m m [p Qi (n Y } } > Y Y U M m } Y Y Y U N C o y O o z o z p z a z p z G o a O z y b C � O w > Q t ro N 2 � Y Yw- Y r Y Y } a '3 C ao 0 O F O U c L) p 0 vi e o a w e e a k N e � R �+ M M 1�7 N ItM M 0 tM d C N LLC G C w O C n o d o n v e C c e o 0 3 N � o ,n p o a U N C Eo �"/ N J E N N r v w1Mri 4 J co QLL E NQ.� �! I CI a, 10 7.w T2 W T J QlL Qnj �` p 7 0 _M G 'FuU V1 C 0 u V U N C M ,p N a0 V Q1 !/] 7 C C Y h C N ro N O C N CL c O N Gt N N E W .ZC N tp N C C O C � O) C W O wi1. _ W N C 01 111 (..� C CO Y y U O C Y v F U C O O w O �' C V 0" O C W E ~^ N L te a$ X C. W M O. Y V1 C r, G ro LL �i N N E E ni w T A M ' VI U C N m E 01 N a C p M. Z D t w Of EO Dom..-. f- O C C y. C N t0 m C y d r a �M (Czz. O M C n W C c ro N 0 p^'oo U O U d E - q U 27 Q1 N to d N E N 1O N m N` <P N C C M w M p T a O N N O N Q U d N 0 tf1 n w M C N N O w yy K pp t# N U O n N IC U M M p� VI LL V N} E Q LL W (O O ��bll �C N G E LL N _N NN N m q� N ._ a F wUaJ�.E 6 N O N C .G K 7 7 olU C N O N M a "- y N w w O« V rnd �aq� U J V LL.QQ 7 of 7 y w N N N N (} O M d w M M wd O N V O w� m �Fp a gyp' U k -- C LL U w U N E Q �(N�`� O v V N« d U cr w� Y y CI "' ' C C O V r7 U p ` T7 m w N (n 7 �p� a Er n `OCD a N Np (n ®a C ID w M .0 Z N N JwC Q `_' L '� b N w N a N 7 m N y- N N O M w d tp Cpp L 6 N w? v b M N �[ N d DO h (�0 4> N Y Yn J u) O` .& E f�7 N O Q S M 3 m O 0 W p U CQ U U O :7 ry w !n W M H O O w p U (n m U (J N C C� 2 2 J t0 x Y N N O_ M a =_ 19 O 0. 1`7 C]- �-' G N •- J u7 f/7 w J O w 0. a) vi Q w O y u 10 10 o d E a qL �3 O CL {n w Q O N O W N O _N a N O N O N O a 0 N r 0 N m P C w u c m � + c CL U n a (A _m d O a` N Er E a N m 'O "vo 0 7o y '� E O E O E O E C EI O N U U a 7 v v v c a _ N z U W Y d Y } d d z } d CJ r lL r d r y } tr� n N N N N N N O N N N N Cl U ✓1 b N �." `r z z z z y z z } O z c } } z nN_G ¢ ❑ 0 m °' o ` o ❑ N y m C m �iQ d _ c LL E c a u m W L N O y) 6 0 P O V ❑ _p Q .0 OND J C LL ti U 1� U ri ry Q p w r, b d d m N V n E C r v pEo CO U Y C m C h E C DDE C a U ro _ rn [�V b U w d d1 H .� ❑ d D ti O c'v c it •- C O min U M u 4 .4 rn C U J _N C ti +7� m lk N � = Y v i- m n N c fti ❑ m om '`N0 C Y g IE C N Y "' U om ^ C U m W N � o @ LL Vl .C.. N N m LL N E [v Gl N 10 E O �y N O O �' P N a r1 C7 ro C C l`7 v E o m� C m m oPi O y 2, P N C O N 7 �p �n .p W C� p 7 �I �p C C M y d 7 �y C pE N 3 YI N 7 ¢ U1 V] O LL �] �1 O 91 G1 v N ro �• m N N p ti p etl C N j M O C N M f7 p S. T= `n •QO � _d [] LL N C N �m\ to. w C N b U a r c Q N N E Q� m E¢ Li N p�� x uN7 V' `3' y O N N U O U TS J v E ro D.0 U LL V G7 [•f E CO C Q A d C Ol Vl p m '� y) N tl! U N 4 in N W u N O m N C'f a ro Vj yy77 d, h (o U C 4 Q N ff1 LL' y ` N U i' a N LL' E C - C LL U Q1 V N - C� N m Gl d " C Q ._ W ❑ N 7„ V) a ppO,, Q "��tl (�`�� d `p `1 N EL �0 00 ® T _ C h O N W d 7 O Y U _� C C V N H N N U m C p m Q Q. ry Y-r yL•' d fif 7 N [n y N 0.' C uy b P p y v N (n W G LL" v P N In Ql ,dta w N C N C N of 0 0 a v m �'I 0 .c- V) J Y] .0 O O d p CO U CO Ll C� O m n y U C7 1+ d d Ol m U fn m Ci C7 N m �`! A N J 41 es' LL O 4J 4 N Y CL VJ J u'f c v FL N �1 21 VCJ1 N .J fn N J CC LL P] Q C O a U N N Ql C. N E c E Y m Q u m O N m 7 N u U in w ro T a D C C n C m Y N N t t a E _ '0 a mm 0 di C cn a rr v w o Q w c m G o °' E d ,c, a a E m m m rn v a a a in (n E c9 a a in N a6 G C N N H F a ma u o c c v cn U) U N w° Q _, ❑ E c c U ci m N c c s 'b ro p• w V7 =O N ro E ad cn rn c U E v N m a N u C El c N E y cEi LL m m y LE a E w (n rr v� E w n Fn k U C E N W l ljl o E a > m ro ¢ U H W U U U ❑ a O W p O q y� N q N N N tl N N O N I tl O N N N O N N N N m A Z } } } z } } } } } U c_ 6 0 a V) o a +v, m } w Y m } m Y v Y m } a�'i } } m } QB e N d as N C N Q o U p O % ip OCY m i 0 wcn N tih M O f�'7 p M m x u 0 « c an E c ° � � d e e Cl) y' N N try O O 'a x J m � t N `/ C c.1 M1 J c LL m m m W cn, c M `Itp LL E' a v °' ,`� o y S V y. M. r is ai N U iNi c a• v 0 >. oC u a c v CD ,` , o a� y v m „"-, ° 0 y m m g It VJ Ln > v 0 cr C v c 5 - O Sc N E �7 0) � .i pf w V C 0 O C VOi �. O d N tl d i- .._. 10 O m 0. W q� W� m� c N^ O C N N O N p 0 O or- yc 0 �' C - Y if H U ' LL N = li N C ni N y 0— N Ia 'P m L? N 0_- U -f p Vi -. X H - Y 'v H p U .F7 C V M LD Z c] ro v U C m rn E O v .- G y M1 p1 df vi d1 W a C C M ro 7 m p� N C G ~ r G C1 ,- 1+ W Qi :- w N 7 ro -pp C b Qpi E q '--• C IUo rn Q ^-' tl C G V] 'ry N •� N •p -! M1 d d N E W p _..� C ry 0 N .-w M1 C ro p O O O p^1 W d' C N J N O a Y N O n - N_ n C m O> po Q1 a O M1 op d' `• O - U U d 1pn Q p U W Q U W ry (7 N Q M1 N ro cmj N C W `! .� % W C N ( row p (n r1 (n W N N O D N E¢ LL y N p U N 7 ;�{ 93 N of ry O d y C Y v N �N5 O Ql w N W q C N ro U n N tl C N pm1 cn t'] ty ro d M 'G U � p a °�UvJ `._' `.-' 4 m AJ N N W f`j - tl C a O O [}' ._.. a' ro E 7 3 C m 12UvJr O EU O V J.-.� J clLL��n m D E¢" N C LL �U, y C1 N V- C1 .- tl N ro `O fY .- - J N 7 IC `% N N 7 'd O _ Cl W '-- C N '- O N Ib J [Y r- - C1 C! Q N U U N LL u v V N LL U W C O fo r O L U ro U E U N M y •C "O O N b •mO N C ✓I om'1 C1 C Nj a r N SSte_ SSZ_ c0 L L IU�C U A r Iu�O C� �C 7 N O'a N U1 O O N C ro pp `� p Vl C ro J 7 Qf 47 g v' 4 N ..% R v m c'7 a m N m N t) E M C ro J C 7 v •n cpfl p 7 7 .J C1 G1 C 7 N �' 0 0 0 O ro C 7 ro O q ql p �7 ro c N ry tl i7 W c7 F-UNfn UC7 c LL mLL LL._IxlL O cn J�1 CY1� f7ad wLLLL d'd m rLLC][�U(n CD UC�Ucnm UC%dC7 rya N N W C ro W E Q O d u m m _ C W N u a P !" E � 'rr N CL a, LU f1 N m U N 7 4 y W m 4 O 'O N C (/! ro N V7 IL c O m '4 m c y a x v N n � 3 o ro W E E c w wwp c u in 4 z ¢- c u c r m rn W y- a w U to DI in a o ri 0 w N c d U U W J N cm C N 4 O w C � 0 j N roro p LL c LL N m 9 S E W in o 05 r N a .� g W 77 m Up q F- C] lAl W W W LL :i c a _ M A N - J U N } N N Y } m Y y } ❑ z O H di } ti 3 ]q- I I rn O U } O z O z H T } } y V+ 7 n � � .Q O z N O } z ❑ z O z O z O z $ a c o 0 o � m — Q� w c °' r m ❑ } r m } y r Q z d m H Y T w a) a H T d ❑ Q `a u e o a 0 a "❑ "� 0 M M at +�+ ry a n O O E c a No rd o 'U_j N 4 e o e •� d 0 N O 10 N u N O a ci ti C n f0 ro o N E r O - M C m C �`7 D ri p C O :� Y O 'O Q N eN+ 3 �D H Y7 L 7 N OL O 0% 1!f r V N O N r 17 q x J m O LL Q p J G1 �=. C V O U f) J C LL ry N 5 0) Ln 5 Y Q C? O C y C `1 .E 7 C f7 p= Y h Q/ b s Q J V O Y u) j of p �O --- Y cp N R N O q 1p d O y E 1) ~O ` LL '� y O L) O N a �j O N U O C N .-. i- Q N J 1`] ' •- - C N ti O LL •- G N C O L c V C U O 1..1 C C a= S U% 7 C C N y y r Z1 E O x 7 ,yU .r f.+ O c Op/ C 1p a C O C ,uy) •.• u O _ •7 O U O~ C n .-- O U O~ co 4�� O � O� r '��^ C C f") c w T c pOj O _q •_-. E _O E 4 O n O E c E C O o ❑v C lA O) o� o C I0 O) E 0 C C O H O m2 vOi c •Y �� q wM _y w � J E d �— o cg 4 u7 q m `) m � ii -a= p � 2 N p� C, n —q m n o om A N �- c� °1 r' 0 9i _, Q •u o � an d u� J �^ u v - �' w p ate. - � u- o Q'cS� a ci m 10 9 '° v u ❑ Q r W y ni N Y _ [��) V C N C N N p�M� �NM U x 0 N Qn,E C _(U N O C N m 2 Q r mom~ N u) ❑ C N y N ..._ G ;awW cv N GI o0 E~ N n OM E~ N a Np a ci .�J .EU J .E d'm p y U ®E C LL O ��pp N �1 T� _j Oo)q O(OM OV)M (� U ')7 U 'O C Q N j Q d a v Y w a' y C LL U _y ONi .OET{� N OC_ O �n �p n' J �j C LL O N _N U " J .E C LL U N N J r .E C lL U y j O d '•+ ti p j O- U. Q uy b O Ef L C 1` T d bl (` (� 3. �D E MUc�m (up U N N U ipp` N ` a n���N"�S�a�mcC❑m� C9x�+ (n J of 2 (7 Vl (n 00 U O U to W U O c k U m U (7 R] U O `2 m U' U (C �pp�gv,p❑�cv N lN5 m D U U m U U' 'o W M N F Ln W W �O Q N ° d o N 4 c m � u w E v i5 m m u Q n ❑ ai CY 4 4) LU d w =• w u `J LS7 G m t' C _ �% w p vi aco of a d C mv> d m m c IL c` c co E E ro rr a ro w W E c _ a o 0 iqw �nw m C 5 aw rn :7 rn u w m n U C1 C C n U) w E E c a IC C m 01 Q1 q, U pcm L L ti G U p T ti a p (7 a o ay y E J w x .-J Vi 4 O � YO a C W x O a x ,O y F Q p U) A - c ro v❑i ° 'O a Q a LL w w o F c i � � z r z � r 0 z � rl V N N N m al W z a1 r � O a) r (D U 7 w z z° z° z z° z° z° z z z o` c `a O w } z z } } } z } Y } G 0 C a o N C O UU N N 1. W N 00 ry a d n a? O_ yd Q N A N Ln G O O `fir N C N a N u Itcn C1 0- IL E c a O '4 cr o a N o v 'v�i `') ` L o Azw 3 W) v o7 v � O Q x O p J CD LL E b ai c u9 L V a/ u�'f C Y O ry N C U C N j 7 A O W v N O T �P v CV t0 � LLil y y u1 u9 V J (p p LL 10 N qi 7- uJ s U C c c In ' j Of U O N 0 L O_ J V_ iG 2T m o p E C1 7. x� C O r^ N a c x C O^ N CL m p v X N 7 p p N p- Y K1 ' Q N -00 G G 0 vN 0 O v °1 O C) U ' NvH �j -� a OLL p 3� m _ ED-- o _ EO--�- o Lj c N^o V c N o V� d rom �? U C c o 0 a .0 c �r�'i dz o roa m i �-,-- �i co O c�� ry w y gN .c va �� Ua .N cXSo~ 4�� E c�Sa~ o�°1 £ p u maw Y rn° c o u�? m m _E'u W m Na m � vNi y� 3�ocp o vvia�' �rnpaN vio°i �mpry }� yyQ c� p c4a or oa a %- c _H © Qj cWri E VV m �i N C C d N o C N ro ti w -! .� O Vi rn W y vi N L N N- r 7 ._ N ,lC CV U N- r - N "' N "� O C N N d y p G N ro v d N C O. w a1 W r 5 M y cc } a °> O (n fri U a J E V@ C V O Ri O U I C a. y p .N,. U T N N Y O C '° p - v N ',� g a- Y O y `° p - .0 H 01 -" O U m U q J .- C iA M E U b m m E¢� YOi y CO V T1 N LL N r` U m N Z a, _ OL Ye QI y Q N Y S, V d.. O cLL V'_d N U C:� .5 a LL c LL V _m N U y e DD Z C a O N Y U' E �N N M y C y N m [7 y N N N N C C b G' a) U' C•1 c ry t O N Z` O_ N* Z N Q M c w v C O "O ry aJ CO Lll f`7 � H Q O a7 p? U N m V i� o N ro � m M ci ro c ro J 7 a) a m LL LL ,C O_' a a) C C S= J 'D x O N C S= J W X Y O O N C m U EO V (� O O N ((C}} T U co no O U y m � LL i� N 0) W M v F�- O � u ro a N m a � ro w U o m a E E 2 Ncr c Oof a7 3; O N C 1l1 W J cn ,G .G 6 c C W v c C O .' CA Y C CA t 0 c �v N G m G 4� N a a T! � � m a C � O m C ~ w C G c O O U 0 p N O 0 U ro cc E a D C G c (Da y w w r J U rn� rn a) aC m C v] 'a c 0 C N N n X Y ro O CL (n e C A ml] .0® ro N N C N U N C O a OI d G G U � C Q ++ N N N N N N N N �cc N y ri N Cl N W 41 4] N U O y N N N N N N v) N b 7 A z Z z 2 T 2 z z Z O C g O 6 } 7 d r N N Y N Y N > N N N Q N c a❑ N O C C U O ry 0 h u u = a e oe e e nR 4 M �n M 7 N h C) 0 Cl) [7 M O 17 O m u] N N ■ � a �x � a n �a 'ova °v W'°��' O T Q C uio�oaN rna x t e ^ o ~ a c a mpov.�.�? F_ w ro C G1 - u e a c e y 3 - e o m Z 0 M a ro p T E a h E a 4 M MLq QVD mEo oLL CO e v o Om v�ir W O 5 ro m m O V Q1 1Mn q X N J@ " LL U C C 5 CDG - C PV1LIaO p .-. N fOaf1 O y Vj C Q 0 ❑�p p U C C 0 p = r CD m M U. O M, d MM--IN [o1E NCp N �F E N fM' Cp -aNNO w .0 y? CC ro-Vaa N ro d OD _Nd EQ ro m _06 OUC M-a ® cv Cl m Y C i -� EO E E0OVM O c Oy J � ` O 9 x U � aUmaS.0U '0. OAh� N` � W O NO �� 0N �Ma16 VNT 0 �-(yZN/) cr �� )'L N�W17,O �m®SawyVOj y' O ro p' vC P bcCh 77xO G Q y co ro O O P N o M (n mS(n n Q n yy A Unm U LLa . (x a a' CL U O a[ .]t .a u m m C4 LO m fD d A m L ro i L L L N cr cc Ir m ro (On m �m m m In w m m m v Q m - D a l m m ro ? m a a E E E E E E N c E a a a a ¢ ¢ o < m m a m d m o m d in in w U) n V) in in E NN P - y CO C _ro ' - C O - O O - O O - P O m �9 �0 �O ro ip lD N CC CY y a y K Y p y a y Q[ N -[ d N u 0 C7 U m m an d aC m ]G Y Y Y y Y Y [A SC Y �a a w m a) N a w z mw (D z 0 z U � N Vl N N N N N N } } r } } } aj z z U 7 m � z _ Z Z Z Z z Z z O G D _C O 10 A YG p- N a)N r r N r N r N r W N r O z O z Q � C r W O CO U G V b ? .$ W •O N O yUj o n a a a e z p N h N [�'f tMv CV x CDa a 4 r ram+ CD � X � tl1d U _ IL Q C J] 1'�1 •N m C a C � Ot 0� e o 0 o e o a o u�� w n n m C.)M 0 Ln n O C c 0 x po W T x C O ^ N N m q IO m q1 ftr fV N E d W O _= p to 7 C C O U ap p` N C idD Qmi 4� T M, C rNr C) x0 .� i� C, C (d0 rn m O1 T . C N U x CL Q 1dD W m CD T . 'r ' C N O p .-. ci Ci �;, x 10 O N Ll m qa o (Na Cl a m - E E 0--- O r 4 Q O C p p 5 06r.r - (V C m - -> W > C 0 W W - - Ea � C O W W and Ea � 5 W COm� E[[ is m - E Ep �r p m - E Ep_ � 0 a Uai�mN 0— a�M(z c1nrv. EUd0Wc�a3LL'pm8ri�W&Om8a�LLUaa�rn UaMrni T] m d m E N ` N� O rL W E m J 0- LL a` a. a N •0 � p 'p a N •N X 4 'p U 7 0. N 'y� CC O b O 01 d- E N W rn O E N N < O t ry U M1 NN N N U C1 y qrp ` al M U 9 W .t.-• Q ro O t 17 7. 7 L 10 _ O (n C= Z [1f O 7 m 1tl . O m fn T .� p L� m N O !n m Cl .d oo •C N v pp Y Cl - Y N y - C W C y a M y a 7 C O W- 1y O U W (n J C O p U' W (n Z J O O 0 to Z J C O. = Y CV 7 y N d Q b d_ N W O.2ar C h W L' S' ar Y 5 (" 5 Q 7 C ` 7 0 v 0. N W N cZ �pQ y C` Q O1p N p Y o C O J �c O U d y J C h aj !1 ,pCD� Y r O y 5 c a 0 W 'I N 10 wW N C !O N ld W !0 W C ,,ppN�� 7 N N Z• � 'O 1U urv7 0. E r 1�1 1° C� `c° ram, E •2 v p C y� M� ,2 u p ti y b m E� p C C� S7 a W T C C W d Cl , 41 C ?' N �"! C C S 2 J 1D s Y N d U M a O N W (n W ch W O N 1n Y r v of '� a1 d 7 W J n 0 d --� (h 0. 1a r W d 7 Wip J n O d --� Cn 0. m W b W J f� o o (n 0. p p uM7 C C S x ...1 rp s X 1Mn c S S J V7 s Y N W C C E a a W `u m m rn v d a a N c W Ny x ac c� E 11 u m Q 0 p v N m N W E n -0 0. 'c .0 'c c -0-0 E E E c a n 3 3 O ¢ ¢ ¢ 111 Ch m W O W W a1 10 la ITtl ITa Y G C in in ip n, a a a co a c n W a p Q A N 0. 0. Y N N c U � ` N � N 5 7 m a)N W E j 7 N j N q a V i LL U 0) 2 2 a n �o c 0 0 m u u E u W m 0 U U U 0- 7 N U Y 'Y Y Y a � W J J C R N N m N a N W o a N o N W Z Z W y z y z m 0 m U m ie N c c ' O Z O Z O Z O O Z Y tl Z O Z 4 Z D Z 6 Z C_ C � C O O p F tl b .A w q) N N d v N N y O z d Q r r r r r r r r r z o c u W d O o R 2 _U iu p cud! n n o o v Q o e v o LL - n UJ M Q N 1n M P m G Q 1ri M M G m {'7 t�7 x o c ° 4 `W t7 c a o t+� cci m a o Ze o e e o a N 3En = 4 b v1 P 47 m u7 C N N O p p ,n o 0 a d. w 'LO y O LL- W of In 4 m ✓i c it C W m M O (j R C Ih p f7 C m p Gl N a m to Lnn �opY aiw aa' 2' of 'D h �m m e $ u�i '�o,Y n o,Y aJ1- -0 O OO ro u - 7 C C O O - c ry 0 C w N N E O oo O �'- C d �'- y O P p h N N N Q Q c V U Lj N N p c C al C11 C< V U P N - C P uu O N Q LL U U U y tl IS) LL N U ^ O `•+ C x `iY F ip li 'y`� 7 A N -p j W �7 O C u M W O m% V C IVtl E O '--- tl co C in "i U1 e - W LL1 .2 N W d1 � N O- C C Cn N '� W C m 01 O -! +� EO W- 17 7 1'7 c m d1 `-- 8 c m dl O `-- 3 L c C O Pv ^ O W C N W N O n N tl N P'~ O O n N m V y V GW _O P p .N. G O Vl C) Q tl1 N N U O W e W N C d N m C N LL N .� �J f'S a- ((,,11 r y W 4 O W d N .� U c'] [',L -_ C W N m C N cCc C Q �j m d N b C N N C N N n Zn m a Vim' tl W v y 0. 7 7 O O M l) V J .E - p� C LL. p a W N x 0. U m .� - J ,, 0 LL Q O i.a Y] J^ W N T N N y O O VJ M U �o J O {11 1h E <.i 'O J a C) O O ,,pp�� C7 A ¢ O p 7 Ix G LL V G7 O - ¢ N .v ¢ C C LL U N i0 N v rn ao N y7 SS O O `m- ro N W N W y N E Lo N m //tea�� N C A W. N - t` U� N V% W N K ti G t ti O m m ry lP O R '� W eq� tL4a 2) ry y cn W M 1•�UrnIn 0 0 d oC m. OCD N LL0e�4.0. a m J C 7 W mLL LL LL'dd(.�MLL W ry 0 0 N p m Ufnm c�f.7��J�n a v ftltl N x n�Ucnm O O N (C} m O�U(7m O O N p Co p N fTa Vi N C O 'a N ✓� N U) C � W = C E 0 0 0 11 y ¢ m m m a vi v Q N N N N (1 Y W Y N N LL C b C O O O CO! ?1 N O a W E J ui x J H Y J vim a m O c 'poc O L A G U- U U yj m w o ° O N m-D c c s Y a O IL r-° as m m (0 LL i m o N C N T � N m W r a C U 7 `W W J W O m c R E E W N T C m E t Al. 61 w Om T m tl N C J U w ro E LU o c y N U 2L N Cl- LL a o W 2T •p � •O 'O "O C � H � N nL c a a m w a C a (D aNi r m } r 4N) r } r r z U m O y N N N y N N N N 1d A } } } z } r r r r r v y 7 NC m z z z z z z z Y z z -G O C � _C O N N N Q N y y y N o n m > Y z z } r ao N D C O 6 V o 20 O A EL c A o a a 4 y N w v mFF Q CD,v�i ") D n@ ( may' C V � M M N M N C � � � �p � Qj •Q 41 wC a`v E e ° a n Q"Op°' e d .0 V um u LL1 0 OI 'o y N r C 41 N e L N o o e o p N In U) w 3 CD Q O •O C U z n a Q m O O N N N N d „ — v E d p0 r2 E x CO W O n E Q 1�0 W y ID wn ^ J E N f'] C Y N y�j O m' �C (7 C V N u�-i T C co a LL Q U�;n Eoh co Om T, a Q ro e s aJ LL TL Cc� U N -�` $ ? C cm Q upi'sasc O N a �ry N v�i sv O N p fp C V .JJ M f] c O O� _ n U b �. Cl Itl LL W U C N _ _ O J a 4 1_TC C G CO y .--• O Y •--. 4 0 m U C Y N .--- O Ol d p^ N 4 M>< C �'J 'C J O N y Qi •O 4 of N �! C O O y Q �' C p p U f� O T'C y ro y N N d— ao n C N Q1 E `-- x O C C m N N U C ro Qi E U"— O L1 � N m r VI J U. c V C c f�1 ry N O x O w O N uNi V N C C �tl L n It{ O � _O rJ $ N O n N y N ypj u O �_ �0 M O N Q W VJ C N r❑ n NQ N 2 N .," ((]] _ O ro E Q J N N LL W ? m f� y tl 4/ U iP a Y M 'C 14U a yC a= y a •fQryp N O C N C N (0 m@ N .� U Q:M Cpl' N C N C N p, v LL N d O N 10 O n N v 6 O N f4 y N 2 .- Qry N N 41 C1 p ]^ IC d N 0 tl1 (J Y P� m C Q1 Y E p 1(f ^' 7 x Cp O ro U �( gy�p'' (0 E C LL U U 4 v a a Ci J ,E C LL V N U ,1 U ('� U Q �- (pn yN E O z J l�tl ie p L p G w V1 b O C En •q Q@ N N N N U V� �0 'G 4 N �p, J � C y C c ~2 _N 5 N .L. =U r0 C N y _ s4 N U b L y ro C ro �n y a '•' N Q1 N N C Y n E E yynS_ ro n G 3. rn ro v)�v,Ca(n��v�mr�C7 41 O Y 0 fJ N Y 4 v m M p X N o N ro E M a O C J m O_LL-`m d Q1 O T m a E- r� m Q}rr� 33mUtnm C 7 N G o o m o u C (LU0m j C N 0C70.Tr> o N 1v q a.¢ m in N N � N U r c m N N y E m O (n to v) E o a u v Q t m V •C c W LL p vO 44) p- c n C T 0 E w (n O N O � U n- .c b C _ C ip CM C E Y Q ro N _v LL c N 0 m W per E a m _N N N E ?� a N m n 'J W cn b c "r N a E = W Im E r a Im C N Wor - C N y 2 E Q LU Q N �C Q� 41 N E m Q M4 N ]+ - 0 In m a¢ m m a to 0. u C �! 0 U a U E O F- J Q N C u 7 y ' Q f0 Q N o a a O tm E o m E ° _a i cc B E a " a 2 0 0 m 41 D U CJ ` V C N bl z 2 z b 0. 0. 4 0 d d c a N N w f a U m U N a N — 3 a C y y o z O z o z o z O z a a O z c z a .p+ y 41 y G N G ao p C VV N a�i GU1 N N p U a O O 4 q N n v n a LL Q. C3. a A a e Ka m u it d d d 0. 4 E c ° v b rt o o e o 0 o e o U 3 cn N O o a ro LL 6,2 - a M ro N O J co � LL E>>> N C i. %" udj t Y o N p _� �,i 7 d a, v N T2 y C U C a m U •7 •� ry N f C .' U C X R N � LL' IL' 7. C 0= S" a L G. a a T �` G C N E C o rQoY c N ° m u C p o No=-C 0. y o o E m v �r � o `•� o �.� aF^ y c"i� 8 =''Q am m- E EO o L) - � d o Q E a wwLL� ~ s y 0 M 10 rom x ci m V c U �� c ro o o u`r' mALL on U c om E ui _,;, o s m[] cv S. v ten... N ro aci O ti N m cQv c 'UM v vp roq u m v E vai m� N a.a n o a a U) 1O "'a o n a -0oi o d rn o N E 0 oV u N I 4r drn_ m o. t- r� � ro� r o [� a N.MU 4 n� d, Er 7 N.-N m CC U a a cv p C N cC d'v0. N L v v N O U ` � n a 7 `� (n m m mo c d m n— - J u C� U C c o(ai U a a C C Z m d a fri a D 0 Y ro E a ro O fh F c O N U O Qi N 7 C'= d= Y N a a m Q o m ✓! c " a N S7 N y K a E w U Q 01 N N c 0¢. o a c Qtl� N O u K NS. mJ U�LL L a di �O ,mp�Fn q 0 ]C~ rnN,.p-m (0 m_ m a V 0C4 �J CC acp� Ip 7 N K Q1 d C V a a E " �/jn��� .0 L a N SvS y d N N O N W a" O! G yCN coN C (] a. 04 1p GCi fNo Q ado N f0 7 N Z' t7 q wvdi N ]" T U �+ N 7 C ro J `�- O N ro LL LL .G LL O p a p ro U 47 m U a J a a LL 0 o�� a 7 m, of C C J 1p ,� j[ O N ro � m c'l i,i' ro C ro J `� N a ro k ll. .� � 0. ul y J a `U m .� LL❑ C a s m G v N a yj of .0. G u " a a O a m c m u u7 0 E p o C C C 7 a E n E L E a N w '� w C O '� W w N N bl C1 LL C. T X T _m LL LL LL Ir [n N m 7 C C C G E m c c -� C O E O - N m L ui U m C m T E W o a' rn rn U1 V w 'b C C v] S " O N O a a• c C —CL N U) Q - m T o m m p C c a a a a _ a n` p q rc i (D fn J } N (,7 N ii N N y N Y d C } A U n w ;C; y o O O d C z z z z z Z } 0 C g o o 16 7 A } } d d Yy1 d Y } ? } Y } � y C ao d T C C V 7 Q, N p .r -E y m u d L Ol ✓� V U y E e e e o w o e a u - b' N 7 N � uy be NW yA m ya aL �j Sri O m f�l M M M M 17 �7 n U (V C y C1 u O N O. O M - iz Q m a 10 a V C w o M., Q d o c 7 :. d e e o o h " C d e ca 0 mar VV) LO c O n `' z o 0 5 .a ` ub N O ;p 6 d N ip Q � p E im a LL d V N C m E M N v W� O m m E dui 2C ^ C) d o V7 G O N 16 a U J N N C V '� cC qT j C C LL u N CD O m CO C C ll. 0 ... E ti N a O n 0� N 90 W m D L1 c C C O. m E _ O1 pm O O l7j - C N^ ttl LL N vi 9 a` c N 2z Eo 6 (cLLry N E %m u G �i`c�i~ c11ro c"io~ E aim a E O E a C. az U4 i,o ~ m a $ mry aci cyrn E NuJ - E c c ro w 75 a 0 4E °rn o� E �a�in % o rrN M1q�1+o g a �w,�� N>U" o N G N V ry d N 7 J dN ro ON U' Z. a d C 2N N E QLL m y ito o aim � } EQLL m T�n� ��CL 0'r- rdNn® E oi/�r`i d(�E Nry d u oa a °' N C y Ip Y n Q p w N d V N m d l7 U J NN E 77 N m j 4 & C d u7 �1 " T 77 16 N N a d 0@ �: LL.2 Q U C lL cJ .� ¢ y - U c� 'y C� 7 M N N 0 C Q O O SC Ul L. d y 3 V EL N C M U /N� tp U N y N V7 m C Ol .O 61 L O y m .d. y` o N y v% d N N �^ C C N Q1 m ` U ro L N T r w 1n 'O O y d d y d C y� b Q C v1 V Q d +T N C 7 f0 p d p n C C f0 co O 7 O N Y Q 0 CJ. 41 (n W M W r S Jtp J[x(nCL -..A 1mn O2df/J V]!a CLa <N7dU(nm So {iNDU(nmJul] �T2 m(�n NJ 7 7 C C d m y N w c � ro � d O d H c U n E u v, a a a a y m d vi d d 3 � 7 O C C N O d O E m m N tJ E a U; y cr d d o W o d s d C]1 m la 7., U m N _m ro L z L a m m m (n IL a a d d n 'a N L � L d l0 y N j U m jp N u ca cm L A C tj C C N C N cl N u d a - E -5 E m d d U h (? 1v cc ?� N 7 C d d (n _d y (n T (j] (n d O d d p d d (7 N ry C A d d 10 0 a � s a in cn cn w °' 2 2 N y N Z z Z U � m O ro N } N r N r N N N y y w w U 7 � in O Z p Z C O Y p Z O z O Z ❑ 2 ❑ z O Z O Z O G N m o .0+ � 7 A 4'p w N } Q Z y Y qNj r N } N } Gf Y N r d Y N r a w C C G a �_ ❑ O N a e e e e a a e N v N e M 0 V N f�V a M xu N U C Twt `X LL a a E C w a. IX N N yy V En H) 4h iri ry O o Q v wN m E � m vU] L 4�7 L d�Y C N �' i' m p Ep E (7 C C �_mY Y pLL 41 ❑ (n C to O,N`nY N 7 Q N j dl N E g YL• �' v s S i7 [yN?:� C VJ 47 77, q 'O • C (�V a C C N •--- QEQ f j p N a `_' p N a rpp' �_ IVC a w a O E w U M U C Q` F QO J m E V yl Nr. Q Y Y v F U 4 C N O� C y rn IC ❑ c m� O `•' 7S aO V ❑ �- G Y F U C m E F V Q c m rn� O.N. 2 V '0 fC C) LL N C r r r w- N O C u ro O p M� x❑ d_ O C O O f C m co E r� c ro o, E ❑� o p� o my m w E c c �ry m y,o�--p r� N rn [] o� o .v •y.•O U w � ro^ O o c vw N w� m(V—� 7 o m� u ip n E r- o om s NN o -y •r U N w wN p w wf+mi E~ON a U O w� p N w N� p C N m �a'va C 4 N •-.gym �a M w y �' wl�•f .F..� V w °�`�'c w x O E y yN 0 C ... N IC CN �IE` ❑ N M v U w` w C to q J p' :F 4 C ... p M® r w p /n t� V E U •O N T C y ,gyp m N p d+ yy p N E 7 U Q y a` w p w d' W O y g O In c+1 E U U 'O J .� C LL u w 7 0 7 G Q N❑ C LL O -' m C a U -o J .� t ni LL U w �- .- GY> N LL u w w .� J Q N w ry �. •� 2 Q' r N a E¢ N m 1p N E E U O u7 I((O�� C LL U� Nr • 5 .T Wry t (� L U L F V m O O V m 7 m N w N N V U N L ro U V d r N L� N 9 C (lj N M N C Gam` E p] ® y� = "i �1 N �" (,L N Kn E - M N�Jl L ryry1 r` Si V �• C 7 N ❑ O w CO m ❑� N r N Lo d N .T O OO N q ❑ O N p Cp 1"'1 S v J w m G m J w ` ❑ 'O N «, w U]W p C J 0 C 0 0 w p m lP U0 U�nm UU (n W m vH0.i7c7aUVJm UiUUcoCQ UU mwLLC]G]6, mLLLL G'4 h7 i"" —LLa�-'U L F O a m w m vi u � m E u n w a � _w v v a � x o w N 7 ❑ O o o N m LL N a Q u rn m rn rn ° w m c o m m m in m aCi m ro a m a m a ro a O y � _E m E � y t m � N D p N C m C N _N m u C u C I m w w m 0. (D C N U C N w w m a j, y N fUo c O y N w ¢ CL ) m LL a cn y r y r ❑ in c"n US (n in o cn o cn u) in m 4� w 0 r U � m � m } } Y IVY N N � N } bl 0) a) a) J } U n 3 C � 0y1)., L Z Z � O c O Z O 2 O P Z O O Y O � p O d to _ Q � N G y C da N O G c C1 u d U u jp p N_ G. e o a e N e e M e 4 d [�V •tT Pam'] r09 ro W EI U .� x 4: d u Q a n ro a 0 Cu e o o c o00�.7 044d R/ro N C W- �w to a u c 'yC,'gE G{j of g AQ n Ny_ ,C N L W N �^ 0 4l G o J M C N EE m ca � x O W E m co 07 0 p J m y E Y 0 3 p' T fLL n Q C ClJ 1'0 L Ova Q� It _= 8U)a N� upl u u �N U ro C 0 N p N 4 u Q O C a w LL F - '—rr C Q o o OC Ln C iv li .N C LL di ro -CL G p 0 0 0 0 m c o r x m U '° �-� = N M m o E °' 3,2 E E c n o Y rn m p x ci m G m N b r 0 (=!�}1 O m N �O j N N 'O N w1 !� C N 7 N 4 a E N W` C C 17 T N N N LL C ¢' 9 "may �' N E y prp Cl) N} U n N ti p nD c a N W N c `� ro U a 'n U ---- 0 d o j: m¢ N LL N CO O '� ? M® Vi a .m y c M m a a N c`4v ci ' c vi cx yy rory v E y w N N ai G N m y r� L� N mtJ Q1 0 m u a d m d N U G lJ1 L d C W o a d u N N J d' a 1 E `-+ N T �p �1 N VJ 7 p O W O L p t' N ¢ z m tp o; E Vq1' N m e d N YSS' 1%c_ 1� r N W dp N N N o E E M n N �. E Cl) ppcp C N c7! q C® O yyC z; W q. 7 C? m C c N v O ._ N Z` W �p 1.L C7dUyC0 �U' C dU' �a LL b1iLL.� 2'd (n lAlM.✓d..�F V 7 _Y ��..�J u�'� �'20w ,w v30 4 �--u�i0 (nW m �F4. N (v C7 MG u� n N N t 0 C n n G w cn <n to vJ N V] to F• p N N V1 N N LD ✓! G/ N W Vl N N N N .0 a ECCGCCC C E ¢ ¢ a a a< < a a d d r w 1.7 in Vi Vl i%i y N ch N N q G C C C C C C C O` IL G C G C n C E01 C p C Q U 7 pl w E 41 c E p1 w E N w E a N Cr E 01 w E 7 N W E 7 N w E (n m (0 ° 5 'a 1.5 5 D. m s ro n m.3 m o m c a W a W 0. W LL W 4. w F w d W 0. W m c m ti C C E �.i C C E u C G E a ci C G u C C E CL ci C C E 3 d C C E n S u C C 5 c C ro E I c v w ' w c w 3 Q w a o w w w w � c, a 0.. N a a m a y a 0 CL N N O P CL P. n a O a C U V) W (� cn in (11 (n r } r r =3�J U th 4 a1 al 01 w of p a) N 0 a) N C) U i N O O O y O y c C O p O C C Z r Z } C C Z Z Z Cth a S O C m 7 N N N N N M N N fN O N o a m of d v m a w 0) w w W a, N Rcc a❑� W C N O U o 0 o q e a 4 a e e e o a at e O ado a M n M n r�i m N N N A v m D 4, C x ^iia a c a O a o e ' o a e e w 3 r> �n b C> u� u� u7 c o n C] o a m m C n Wry In C N c� N v 9J m m m x O m LL E j - O C v J fi D LL E N Cr;LO < N N E N O N E N n V�i C rn 41 C LL Q p C tl1 C LL co d Cl N E N O N N E N O O '� V C p p yj �pyj 4 U m 8 7 c.1 V C x om p U m k "' in Hi V m LL• y w N ui a '� p U q V C O 8 m ap "y o C C O O a U m�-� mmr� x a0 f_1 anf E cti (P v ds m E :" g 8 c d a' �0 E m x as G M — wmv� x o0 ci aci Y rn m n o `�`� °�2 U yv� N C o "" �'z O ` c7 N M N m N fm'] C 7. O y cm•� i. 5=• O M N M N 5 m n N E co O r t+ ro m E N O ti N N m c�a,., O n N N m N J o EQLL m¢� _ [n O N pm' o N y J EQLL m V] O N �m` �J O n ro m am'4Ud m a,Ai n 5" 08 a' 7 a 1m� y m c H N U V C �al`U ci LL v d ul d 3 0 `SM,v 0. 07 0 a1 L) 0 `Su7 f+m a� A O p .0 C u 0' S a U O-. N N G1 C `i C O Q C d Q yN VJ 7 O ` N EL 7N 7' a O ` N n LL� C O a LL� O a ¢ p� V� Oa' 8 y (p ,mq, E a o m 7 'c m m m pp`'�� M `y V 0: '� Qi _O N ��p2�` N N N V N C v a N L CO tT �q� S N C N N C 'D N 1C n R 7 4 0 X a 0 a v 'y 0 7 0 p s_ N [l 0 a .w N C cD N m m N C rtj N 10 m .� N yy yy� u') S S 7 N N ' _m w N T aU�aac9na ry N _m O. ^ m M Q .- m J�Viv� 3 u NJ a v m M VJ Ju) 7 U L y V>�n - NJac7claac9 y N y N rya O 0 N of cnwr� dH J w W m' u c]o O "l7 N G v�wn v� O� C C cu C p � a p O C n u N c w vj m v m O d d U U Y E Q E Q ❑ cu m a _m u 0 m t N m N m aL ao Y m m ovi X m v a ani m _m aCi E aaf E c o a cCLc c nc L c 0 o m E E E E of �E a N N a ¢ w ¢ Q wcl w m rn cm m m m m w m C m d in in in in a iq in a w a w 0 U a u C � a u c u c N y c ° E u E m d � '/� y C a1 � (n '✓J °� C ¢ N rn N o Q Q O m 76 m u c`n Vi W off p c M m p U a _ a m m o o Eo m m in U) H r c a m h N a O } r Y r al U - O IA w m N N N O W d W N J 1O } } }• } } } Z } Y ]• } Y A U N N � C p 3 . p Z Z Z 2 Z c c Z Z Z 7 c M-52 a N N p w W d 2 Y } r d) r qaw°• r z r r r N a w c ao q V o a a o a e _e 0 v c'v v vni r N w u �n a a c x c - 9: a a C 0 r 0. o 4 e e o a v o a o N M 1n vl V N fn �p ry n An IA 0 N d q a �t Z zp �cnin fiAb7N+ UU�Cco4O1• YvcuyOJ nvNmi a—�Cp� va41 NN41 Ov :obE-. (C�O: N—C'y(jU�7 0VON1 hUdV U0. WJw-�"Eq•+' �`u .1[ vY U N N7 `-,N O � •Omf] (ud�i CQyr a®' ,Oo-HnrsnD LL oa vd�v � Nv�- f YEpC1 7 UON O ypV No CoNN NN a maai mONor rp_•rp� hL.ro O .,pv 0o E V O O QX U C C M 0 8 a p O qO"C C O m Wp mN Oa , ` V O N ° 0c pM O ° U•C N a N mcW CL y GU1n h O U n U mhN - Cl ayCV N0 US OVb CLL — RQ NN �NNC CM� C E qQLL O CN n 7 N 7 N .rL N U N C N N N dW 2 N NC C 7 N W CMN XNTC y N v N y O g O N O p NN N O ry C N p p 7 N N O p O] O mto u7fL7raaraUbm u�N,OWryYnm uUr v)mYnUCUUcG m U) c c E q n o Q u W N in T N w aG aci ❑ 61 E E 0 E m Q n vi cry V N N W 111 W N C N r � a G N .0 •Q1 Y1 C CL a C E Q C N 41 d m E a O rn m N 9 N N __ a E cA m v> N a J V) }r n u N a C N — p � a C u � 3 7 O N N m N N a O u d w a w T c N n m m qTi to U) Q m o o ro N O C O N a .�. P A 0 j 5 7 7 7 v) S c a N W U im _O h v N 5 ro h o t 0 c o` A Z m Q N G N 6 ace` 0 O U O q N e q Q cn N � N C M Al Q E c ° u 3 U) N a O 0 0 a IL BID NUMBER SC-0549-03 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. RESPONSIBILITY: 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 BIDDERS: 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 AND MANUFACTURER SUGGESTED RETAIL PRICE MSRP LISTS: 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. COMPLIANCE WITH LAWS AND CODES: 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 f: m 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 speck 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. 2 BID NUMBER SC-0549-03 The birir4& .3 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. PROMOTIONAL 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 monit&said items and report any that are or wiU be offered at lower prices. F.O.B POINT (FREIGHT): he City will indicate the exact installation point. The bidder must then set On any Request For Quotation, t 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 NOTIFICATIONS: It shall be the bidder's responsibility to secure and pay for any and all permits that may be required to nce of these Bid Specifications. The City will not honor any accomplish the work associated with the performa request for payment of permits. PAY. MENT: 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: ant, in writing within 30 days of final acceptance by City, all furnishedor The successful bidder shall fully warr 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 o the materials, job requirements, plans, specifications and installation functions. 3 BID NUMBER SC-0549-03 ics i amPLETION: 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. RESPONSIBILITY FOR 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"lixed by the City or its contractor and the cost shall be paid by the bidder or deducted from their invoice. VIOLATIONS/DEFAULT: ould violate In the event the awarded bidder(s) shany provisions of this bid, such bidder will be given written ys to correct deficiencies found. The City reserves the right notice stating the deficiencies and given ten (10) da to terminate any contract at any time 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 a to under completion s Pates ce Agreement in its CContract.st for Quotation may result in no further awards being made to such CORRECTIONS MADE BY BIDDER: Bidders are cautioned not to obliterate, erase, or strike over any printed material as set forth in this bid invitation. ice, wherever ers In quoting price, whether unit prices or correctionssshould beinitialed arby person signing dthe bid vco eade an error, and has corrected t r sheet Failure to comply with his any and all such 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 INSURANCE 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 tatter'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 BID FORM 3125/03 City of Jacksonville REOUTEST TO BID NO. SC-0549-03 Procurement and supply Division ___ THIS FORM MUST BE SIGNED AND INCLUDED IN BID SUBMISSION CO' HUNTER KNEPSHIELD CO,VMA' IY SUBMIT BID IN DUPLICATE Wednesday, April 17.2003 10 HUNTERS TRAI7_ #499 THIS BO WILL BE OPE+ V ON LAGRANGE, KY 40031 200 P.M. W THE THIRD FLOOR CONFERENCE ROOM C. CITY HAIL. RESPONSE(s) TO BID Musr BE IN IMc Oil TYPEWRITT X FDISSN#. BUYER. PHONE AVERELL I"HONE- (904 630-1498 BID SECURITY REOUIREMEN ES TIEIRNI QF CONTRACT k None Required LJ One time purchase vear _ L� Certified check or 8txtd Annual® Other S PPLYCONTRACT FROent - Prices will M JUNE 1. for THRU MAY 31.22OD/ WITH TWO (2) ONE (1) Amount: YEARRENEIKL OPTIONS TS None Required Samples Required PRIOR tO Bid Opening Literature ature Required With Bid F1 Samolet Mov be Required SubsOgUent tO Bid F&RFORMANCE None Required Bond Requutd S %ofbid award I1 Quantities indicated are wt=mg SUSAN SALTSGIVER, PARK d REC. Quaruitics indicated reflect the apprOxnnate quantities to be purchased throughout txs n= period and are subject to thtctuwion in accordance T_t-..ti.... 90-63o-3595 EXT.?27 AGENCY: RECREATION PRICE AGREEMENT CONTRACT FOR PARK ANO PLAYGROUND EQUIPMENT. AGREEMENT WILL SE IN ACCORDANCE WITH ATTACHED TERMS A CONDITIONS. SPECIFICATIONS AND BID PROPOSAL. FORMS. 5ASIS OF AWARD: MULTIPLE AWARD TO ALL QUALIFIED VENDORS. TERMS OF PAYMENT' NET OR _% DISCOUNT —DAYS (DISCOUN73 OFhFRED FoR PAYMENT PFXODS OFLES.S THAN 3D DAYS Mu MOT HE COAVDFRED 1NMAYJNG AWARD) Bidder's_Ger7ifleatioe Material Is F.O.B. Delivery will be toade in We haw rectivad addenda through ---w� DELIVERED TO: VARIOUS PARR LOCATIONS THROUGHOUT JACKSONVILLE' Mrswmr* a ftm receipt of pnrtlaase order.. - Sipatute of Date FORM GB-14% RAvUed &I"11 ij-U489 p.4 CONFLICT OF INTEREST CERTIFICATE 5 KCV014 00320 e It �M Slob SC-OS49-03 Bidder Mug execute either Section I or Section II hereunder relative to Florida Statute 112.31302). Failure to execute either section tray result in rwyection of this bid proposal- SECTION I [ he earn that no official or employee of the City or it's hukpentk»t agencies requiring the goons or scmv— scribed is ese S aeifieations has a mat ' I financial interest in this corapany. 71 AD A�, b AP Company Name rt Name of Official (type or print) Business Address `► ,fj c City, State. Zip C e SWTION 11 1 hereby certify that the following named City offnciai(s) and/or employee(s) having material financial intemst(s) (in excess of S%) in this company have filed Conflict of Interest Statements with the Supervisor of Elections, 10S East Monroe Street, j&cksonville, Duval County Florida. prior to bid opeaiag. Signature Coutpany Name Name of Official (type or print) Business Address City, State, Zip Code P[Tinw OFFICIAL DISCLOSURE Section 126.112 of the purchasing Code Requires tbat a public official who has a financial interest in a bid or contract make a disclosure at the time that the bid or contract is submitted or at the time that the public official acquires a financial interest in the bid or contract. Plane provide disclosure, if applicable, with bid. Public Official Position Held Position or Relationship with Bidder FORD GRIM revised Ulm BID NUM13ER 5C-0549-03 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. fLVQN3f@IUJY: 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 BIDDERS: 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 WrrH 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. CATALOG$ AINQ MANUFACTURER 8UGC§,ESTED RETAIL PRICE IMIRP) LISTS: 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 fists 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. !;ONlFF1lLW1LCE WITH LAWS AND CQPES: 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-FI467 Standards Methods of testing Playground Equipment for Public Use. ASTMf1292 Standards Methods for testing various surfacing materials to determine their "critical. sleight" (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. .y ii--u'fatl P. 5 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 111, Appendix A, Standards for Accessible Design, issued by the Department of Justice. Copies may be obtained by calling (t104) 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 Stale 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. INNICING: 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 F 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 `; m for the period of each contract year. TT AT GONTRATS: 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 add ion services required to complete that project (see sample "Request For Quotation" sheet attached to These specifications). The City reserves the The RFQ can define a project exactly (number a right to send such RFD to any or all awarded bidders. and specific type of equipment required), or the RFQ can describe a desire the park or playground site, d end result, allowing the bidder to design 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. 2 BID NUMBER SC-054"3 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. (James 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 j�S 11110 jg`@Cl 811 101211au 01ation in ropono to an RFQ if said gquotation names a subcofntracttorr Chu IDi �V v 1 AI111(0801961 �too aib0 tyt 1" U 6q 9U to tauekaua.. Crto It ..,dnouawrvs Gin 01=121000 into dlnoei iamrnt,. - 1 I 9 ry;�rvwdo ubcdhlr BT reserves the right to reject any quotation in response to an RFQ if said quotation names a s 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 property under this award. A date certain by which the project must be completed. Include an updated catalog, if weeded, and updated MSRP tilts 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. PROMOTIONAL_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 moniosaid items and report any that are or vViL be offered at lower prices. F.O.B. POiNT_ FRQ 2H1(): 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 F= E AND t!QTlF1gATI0MS: 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 wHI 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 shall fully warrant, in writing within 3D days of final acceptance by City, all furnished or furnishedrinstaNed 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 addW*nal cost to City of Jacksonville, any defects or malfunctions noted during the warranty period. In addition, successful bidder shall transfer any manufacturers guarantee to the City, in writing within 30 days of final acceptance by City, for supplier/installer fumished equipment extending beyond this contract period. Sl PERVISION- 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. �9 •1. — �jY " c . c o V 1117 I H11V 954--973-0489 p.7 8fU NUMBER 3C-o�9�3 4G:s". OMPLETION_ Bidder/contiactor/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. RESPONSIBILITY F R DAMA E§ MID PRESERVATION OF PROPERTY: The bidder shall use due cage 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'lixed by the City or its contractor and the cost shall be paid by the bidder or deducted from their invoice. V10 T N T; In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be given written ficiencies found. The City reserves the right notice staling the deficiencies and given ten (10) days to correct de to terminate any contract at any time 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 MAD_ E JIY IDPER; 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. G NE ON ITIONS: Signature on bid form verges 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 INSURANCE,„ WORKERR'S COMPENS�►TION. 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, thll of the tatter'se contractor shaq require the subcontractor similarly to provide worker's compensation insurance for a 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 employ es an haYardous work under this contract at the site of the p Ye gaged in statute, the contractor shall provide, and cause each sub ntractorrto� under the workmen's compensation to the purchaser, for the protection of his employees not otherwise protected. The aguate wardedsvendor must subsatisfactory a copy of an insurance certfficate naming the City as additional insured no later then (10) ten days after the award has been made. COOPARATIVE 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 --- -- • -ter r a ri t 1-11-1- 954-973-0489 p, 8 BID* SC-0549-03 INSURANCEAND 1NDEIVINIFICA11ON' 20.43 lLtiDu�'"ntrr�. s. CAXJClN 20.43.1 Thccontramorshaltindsnnify.ddcndmdholdhamlesstheOwnerandibcEnginernamadnthGConrRODasums+istheirofficers. ageou oemployam from mdagmast any babifitycostoraattontewiringforepasrnalinjury toordeathofpersons.orloss ordamagetoro"ny,includingIon ofusetha t(Museddirectlyorindtr'ealybythe as of orression oftheCouracter. itsSuboontractm and doer officers. agenm and employrq ine000mion wi4t tWr pwformamaeof6isConuaa, m OrWOSframp--W injure ►nor dsthof ineCaemetots ornSubcontrwoesoffita. agmaor employee and lossordamageto dteCoetmctoes ores SuboontneluelpmpeMadbrod altertweroaponne while engaged in theperk manse or alaapad paf0rmsem of his oarrr10- 20.43.2 In any and aG cl aior ageing thcOwner aodit engl oead►aoyoftheo9lms, agmu oremployaas by any mrploym of theCoavactor ofits S►nc=tfeaat.the iadaaaiicwimn obligation under S ubpararadh 20.43.1 "Ito be limted in any way by any limetssion on the amount or type of damages, 00130pnasation or bweebts payable by at fof the Contractor or any submntraaor under wiakeom's compaasaion acts. dsability btndif acts or otbar employee benefit acts 20,43.3 The oblillalimof-dwCosbndwsoderSubpaagnsph20.43.lwill rot extend►omyclaim, dam$Mlog oraspeuewiing out ofaddmiommpr.dimriolmapiui—mPom surreys, chop onlam twin" err spohodom prgmmi or famitbad by the Owner arthe Engineer. or srisiag out of lbe Siring by the Owner ofik Fngimr of wommus directions err inswaioos mpireddo be gtven a 11te Cootraaor haeandw, or the failure ofthe 0woa, or ibe Engineer a love dhediaet or iawatttstam iquuted to begivm to the Contactor haeunder. provided such grviagor failure n glue ditaetws or iettrutsioas in ire pemsry cam ofthe ir#wy or damage 20.43.4 Fortmdohn(S10.00)admowiadSpolobeinatudadadpaid6rinthe aonnespica aid other goWandvalwblecanaid migns, thsonereaw Wm toimdmmifyand bold harmleR6eOwnermdlhemgineaandibeirapes andomployasinatomdaace d*theprovsioosofthis ParagMph20.43, 2LN 11Y511BA�iCE 20.44.1 rn taw AL - The ttnourua cad types of ineimtneerequiratd shmW be,e.aem.bly tnmmensurata wilt tlsafia>s'dt and magnitude ofthe undetaking, bruin ao 4vast otlaesra'amounrnor mwe rmrtiaivethanthelinersaAiabdityatMstltedstga(lnalrsrtisbdawdesaibed. huurar►aeraqubaaaenOthouldbcuibradwthetypeafeonebupipnmropaatonsaontertpla<ed. 20A4.2 Wihoselitaieingits liability wderdwCoavactAgreement, the Cogtraatxshallproauewed mainsanathis totpenscduring the likofthismO29Lirmt=aceofthatypes and in the tmnimum amounts sated below. ytam a K L NM Florida stssamoty CoverIP & I;ieployas' Liability (including. Staulory/S100.000 Wpoprima Ftdaef AM) pianism •Operation 1 S1,000.000 Combined Bleaker X C. U Haaafds I Single Limit pmducssrComplaed0perotions I Conroe aalLiability I hwwmdmt Cloe"Won, l Wstwemt, if applitmble I • All Aawsowbmd.wedarhimd SIQ0.000 I SD01X000 1 $50.000 papasan 1 paacudmntl propatydanage 9agle Umit 1 Pr A=K nail Swvire conwats M*me MOW 20.44.3 The Cosmnaatti cmnpmkmtive liability policy *bell (Milo iscitmleblaoket ao Mdu l liability eovaate or shall be tadotsed taootta tb sahilty wmW be the Conlow- inParagrspit 20.43- Su6iaswenW$Wl misoptovidsCatreaoraprotatsivecO"mgg6&W=ver+pftarexPbsiMca4pwadernkx ordsmsprmpgsely tmdwtbcstrlaas ofthe gram+& 20."A The Conisewsorshaflaitoteloeomsadao:amasthhatpaoseduricpthelifiaftheConamat,BuiMmRiskhsw+xzaxeifdireetedtodopbeorwaG(W* ddCowitioafWhen theCa►aatctoa aaptipur asinied atmisaofaaranuaibo The Buldta s rifle sbmll prom 1heCoomaaw. threity. ► ofingiamr. sad 6e Dsaip ComeBnt. mthetr imtaest may appear, for theialowingherardasodawark./ iWialsendogmpmealnd►aMystaWiddesitRwiltheC,emeeeaptaose�OMioasgaipam tsnatfalalsaodtamporeiy rel snttaars. Fitt mdlighteing,ead0W dNsii%civilaommosioa,silura/.vebidemdsroeliedmmutsr;cadvandaliartiredmalieiamewieebie�G SudapoleYlisilbailoutammuat a p al to lhotoW Contract Prim shown is the Coa>:ae Agteameut iortha Cna'ntcttoo and (a elw rmaarrl aff 100,000 ihrtba mmmmion ofBravilysimm mad tare mains. 20.44.5 Said insurance shell be vAttes by a company err a naltmies appttavad to do busiama in the stale ref Fonds and secalMW to iha do Div>wiao of huuraaoe sad Risk Management. Bobbie ts� atta,e oy Welt ht111110 , amsifitsslas evidweing sae mssomagew ofuM ktweaooa +ball bra fwoW sd totMCity, 4 dit - :o.44.6 The City of Jacksonville abostld be named in each separate pollt y s$ "an tutdlUonal interest" loenred (caaapt =tontmbile policies). FORM GH-106, revised 611998 . JJT-a / 0 -uTon P. y PROPOSAL FORM PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT BID NO. SC-0549-03 BIDDER ADDRESS CITY, STATE. ZIP CODE PHONE. x �IlQ-szr_��FID#_ E-MAIL x CONTACT NAMES) 1. 611313ER CATALOG: Fused percentage discount Bidder Discount off list price v/ Installation: Fixed percentage of cost (after discounts) of equipment % Z. MANUFACTURER CATALOGS: Fixed percentage discount Manufacturer OuaX.its.P.,.�snnr--z..r-i.ghti0g�,.1 Fixed Percentage Discount off MSRP_ Installation: Faced percentage of cost (after discounts) of equipment Manufactum Hunter Kne Fixed Percentsge Discount off MSRP _ ..5 .��....�`,..._ % installation: Fixed percentage of cost (after discounts) of equipment % vrLr.1�' IS.�, Call for special quotes _ ... --- --1- ryz:)It-J-/3-U4ii9 npr 00 04 09:020 F+untpr Knepshield — 5022259335 P.0 3 T-if v� o & y a y n 7 N g A 6 r r 6 P C N r r LE z T s N # } y V c � W r w = M tl r ■ -w +� r C1 �.! ; n � .+ s w m d� xq JC frar '071 L.PM � r3�� o y GI pR �Qj X M�qT� ] qM w c pY c � N 70�; iyQa i'iS�iiw -ice :� Q+Z�N er.w6A g rpm a u p e O Mom. 7-QE ^ I� yp n�° a� �' ay c F �i rr Qw ��.m• r6 p N i p N F p y G 4 O a N n ax V ro o x � R N a c a q i p.10 _ ' - - I - Apr 09 04 Ogt04a , . , . , , „ 1 Hunter Knepshield U�4-973-0489 5022259335 P. 9 mgszq..F.11� 1p;W2,11, o f o � a � = r a m X tl g a n $ n m y w e�T V m 7 b m Y' F x p 7 a N N y y � m � n N a q� N~ +qq� W � w ? x nQ � r � ,� O ~ i4f► K p el, Cf � A � � � � � .._ c p!Q N�� Tn 77SSii ii,r� 3� ff�, ARC A ®4n q �My� 3 QO S�F if +7. i m�, `�SF� n o.A:18 ~3 •t�i�Q gyaK? fns ?iv A�a�iu 3 p� X$ 9 o r q r Y 4 a - A � M C S Pi 3f, qd 11 4 �' w K K Z K < K 2{ _ d y S V S p ti L 0 0 3 9 0 f p 9 a 3 K C ; M ? A N G q M Y p Rpr 08 04 09:01a Hunter Kne•pshield 5022259335 P•2 PRICE FOR SPORTS LIGHTING PRODUCTS HUNTER KNEPSHIELD LIST OECEMBER 2002 QUALI PO L1GHT1—NG mmmo 1ST P !LEE 10W WATT S580-88 PS-sTD 1500 WATT S595.59 1000 WATT S610.29 PS -STD -NO 1500 WATT 5610.29 1650 WATT S632.35 1000 WATT $W5.59 PS-45 t8D0 WATT SB10.29 1000 WATT sex5.00 V PS45-HO 1625.00 1500 WATT 1650 WATT S647.06 1000 WATT' 5661.76 PS.45V 1500 WATT 3876.41 IOWWATT PS-45V-HO S691. { 1500 WATT 1650 WAIT $713 -24 1000 WATT 580I A7 GOLD-V 1600 WATT $638-24 16% WATT i867.65 1S00 WATT $1.263.24 OL-INN 2000 WATT St a10.29 QUANTITY OF 12 DELIVERED TO ONE PLACE FIXTURE PRICES INCLUDE FREIGHT BASED ON MINIMUM NOTE ON LESS THAN A 12 FIXTURE ORDER WILL BE PRICED INDIVIDUALLY AS AN ADD FREIGHT —�--= 1564.7i THf;RMAI MAGNETIC BREAKERS PER PALE REMOTE #AouNTED BALLAST /�-UM1M1M BACK CHANNEL $1 +- STD aACK CHANNEL :176.47 S286.76 BALLAST 1367.65 POLE DISCONNECT - SIDE ARM .NON -)-'USED S56.82 MAIL SHROUDS S".12 STAINLESS STEEL BALLAST BOX PER FIXTURE $14.71 SQUARE POLE MOUNTING HARDWARE PER FIXTURE T 58.82 FUSES EACH $433.82 DIAGNOSTIC TESTER $51 AT CAPACITOR $00.88 1m WATT LAMP $85.24 t500 WATT LAMP 595.59 1650 WATT LAND S44.12 WIRING HARNESS WITH CONNECTORS PER FIXTURE SMALL BE LLSED ON AN INDIVIDUAL BASIS NOTE FREIGHT ON COMPONENTS $3.970.59 REQUEST" SYSTEM PRICED PER ZONE $175-00 TEN YEAR MAINTENANCE AGREEMENT PER FlXRIRE Fipr 09 04 09-018 Hunter Knepshield ^ 5022259335 Hunter Knepshield Sports Lighting Poles 12/15/02 Jtem Narn er Description Max 9.PA. r - 3 Unit Price Item #1 5o' Spun Concrete Pole 20.0 $1,556.67 Item #2 59 Spun Concrete Pale 27.5 $1,603.33 Item #3 50' Spun Concrete Pole 34.3 $1,766.67 Item #4 50' Spun Concrete Pole 47.7 $1.865.00 Item #5 55' Spun Concrete Pole 17.0 $1,710.00 Item #6 55' Spun Concrete Pole 24.0 $1,775.00 Item 47 55' Spun Concrete Pole 34.4 $1.946.67 Item #8 55' Spun Concrete Pole 43.1 $2,025.00 Item #9 60' Spun Concrete Pole 15.0 $1,851.67 Item #10 60' Spun Concrete Pole 21.0 $1,913.33 Item #11 60, Spun Concrete Pole 34.0 $1,996.67 item #12 6lY Spun Concrete Pole 39.0 $2,103.33 Item #13 6D' Spun Concrete Pole 52.0 $2,285.00 Item #14 65' Spun Concrete Pole 18.0 $2.043.33 Item #15 65' Spun Concrete Pole 31.0 $2,343.33 Item #16 65' Spur, Concrete Pole 34.7 $2,411.67 item #17 65' Spun Concrete Pole 47.8 $2,525-00 Item #18 65' Spun Concrete Pole 60.0 $2,611.67 Item #19 70' Spun Concrete Pole 15.2 $2.263-33 Item #20 7U Spun Concrete Pole 27.6 $2.52-5.00 Item #21 70' Spun Concrete Pole 30.8 $2,633.33 Item #22 70' Spun Concrete Pole 43.9 $2.721.67_ Apr 08 04 09: 028 Hunter Knepsh 1 e 1 d - 5022259335 p.4 item #23 item 424 item #25 Item #26 Item #27 item #28 Item #29 Item #30 item #31 item 032 item #33 Item #34 item #36 item #36 Item #37 item #38 item -939 Item #40 item #41 item #42 item #43 item #44 item #45 item #46 Item #47 item #4B item #49 item #50 70, Spun Concrete Pole 75' Spun Concrete Pole 75, Spun Concrete Pole 75' Spun Concrete Pole 75, Spun Concrete Pole 75' Spun Concrete Pole 8o, Spun Concrete Pole 80' Spun Concrete Pole BO' Spun Concrete Pole 8o, Spun Concrete Pole 80, Spun Concrete Pole 85' Spun Concrete Pole $5- Spun Concrete Pole 85, Spun Concrete Pole 85' Spun Concrete Pole 85' Spun Concrete Pole g0• Spun Concrete Pole go'Spun Concrete Pole 907 Spun Concrete Pole 90' Spun Concrete PQIe 9o$ Spun Concrete Pole 95, Spun Concrete Pule 95' Spun Concrete Pale 95' Spun Concrete Pole g5' Spun Concrete Pole 100' Spun Concrete Pole 1d0' Spun Concrete Pole 71.0 24.6 27.2 39.9 53.1 56.0 23.7 36.1 49.9 61.2 64.1 20.4 32.4 46.5 56.7 59.3 17.0 28.8 43.3 52.2 66.4 25.2 39.9 47.9 62.2 14.4 KID S3,133.33 $2.816.67 $2,900.00 $3.020.00 $3,118.33 S3,475 00 $3,b66.67 $3,191-67 $3.315.00 $3,745.00 $3,848.33 $3,346.67 $3,478.p $3.590.00 $4,055.00 $4,151.67 $3,681.67 $3.813.33 $3,996.67 $4.371.67 $4,543.33 $4.060.00 $4,106.67 $4.406.67 $4.958.3� ' $4.233.33 $4,391.fi7 Mpr 09 04 09:02a Hunter ,Knepshield _— 5022259335 P.5 43.5 $4,731.67 item #51 100' Spun Concrete Pole $5.045.00 100, Spun Concrete Pole 58.0 item #5z 70.6 $5,486.67 10D' Spun Concrete Pate Item #53 18.1 $4,520.00 105' Spun Concrete Paie Item #54 33.0 $4,678.33 105 Spun Concrete Pole Item #55 39.3 $4,963.33 log Spun Concrete Pole - Item #56 54.0 $5,231.67 IOW Spun Concrete Pole Item #57 65.4 $5,796.67 Item #58 105' Spun Concrete Pole $4,7s56-67 1 10' Spun Concrete Pale 14.6 Item #59 29.5 $4.958.33 110' Spun Concrete Pole Item #6Q 35.1 $5,208.33 item #61 11fl' Spun Concrete Pole $5,518.33 110' Spun Concrete Pate 49.8 Item #62 on 3 $5.913.33 110' Spun Concrete Pole Item 063 11.1 $e1,963.33 115' Spun Concrete Pole Item #64 26.1 $5.143.33 item #65 115' Spun Concrete Pale $5,421.67 115- Spun Concrete Pale 31.0 Item #66 45.7 $5.7QQ.QD 115' Spun Concrete Pole item #67 $6,141.67 115, Spun Concrete Pole 55.3 item #68 Mounting Heights Listed Steel Polos 50' Direct Embedment Steel 18.8 $3,143.33 Item # 100 33 5 $3,315.00 Item # 101 50' Direct Embedment Stest _ _ $3,990.00 50' Direct Embedment Steel 5D.1 item # 102 21.1 $3,258.33 w Direct Embedment Steel Item # 103 27 � $3.483.33 60' Direct Embedment Steel Item # 104 _ 39-7 $4.131.67 6(y Direct Embedment Steel - item # 105 npr 08 04 09:02a Hunter Knepshield 5022259335 P•E i9.3 s4.57�.an TO' Direct Embedment Steel Item # 106 50. D $5,318.33 Direct Embedment Steel 70' D # Item 107 $5 576 67 70' Direct Embedment Steel 57.4 Item # 'iD8 17,ti $g,441.fi7 8Q' direct Embedment Steel Item # 109 40.7 $5.858.33 BD' Direct Embedment Steel Item # 110 56.3 $6,375.00 80" Direct Embedment Steel Item # 11, 17.6 $7,165.00 Item # 1i2 90' Direct Embedment Steel $8,89$.33 . 90' Direct Embedment Steel 40.7 Item # 113 $9.765.00 90' Direct Embedment Steel 56.3 Item # 114 b re Items 1 lude he fotlowin Internal grounding, Hand holes, couplings, lighting rods For Pole Freight is on an Individual basis and quoted as a line item per project Jun 1 b u'F u4: (J:ip 11 M I "t1t, UZ4r-n !J-U'tbb Jun 16 2004 2:49PM Hunter Knepshield Co.,Inc 502-225-9335 Clla//od W 23 FAX 004 !y0 1152 DEPARTMENT OF PARKS, ►ECOAMN AND IEN ERTAINMENT Plsausing, Recearrh nerd Grants Divisio SC-0549-M "Price Agreement C onft ct far Parr and P'laaygrnund Equipment" Renewal Agreement Date: 0 company Name: Hunter held Company Address: io Hurit; Trati #499 , P-O_ $ox 499 LaGrange] )CY 4CM1 The undem*gned. authorized r�resentative of the company above agree! /does not agree to exercise dha .fiat of two (2) renewal options of $C-0%9.03 for the' period of June 1, 2004 through May 31, 2005, utuderstanding that no nth" ten) of the contract changr, including discount percentages submitted for the original bid. It the renewal optiarh is exert 4 the undersigned further agrees to maintain insurance coverage as set I" in the original bid and to submdt, with this renewal document a Waatmari s Compnsation insurance cutiEicste showing the city as additional inwred. Printed Name: / o 11 k Art -qi' e. A;/ A S51 Marks Sheet, Jacksonville, Florida 32202 Phoac (904) 630-3596 Fax (9D4) 630-3562Mwgll.r7� Aeetpfc r qJdid AM Governor's Sreritng.lw+arld T, R,10531 EXHIBIT "B" Jun lb U4 U4: u.ip I I M I HF'1' UDAt-a IJ-URau Jun 16 2004 2:49PH Hunter Knepshield Co -,Inc 502-225-9335 04/ta/04 11.13 i'AE 904 630 1162 pRDClnlellt-7a A SUPPLY 1 DEPARTMENT Of PARKS, RECREATION AND ENTERTAINMENT Phming, Research and Ccamts Divisip1l MEMORANDUM To: Sandy Avexell Buyer Department of Procu ent From: L,yrurr Messinger ConVact Acirnlnistratill Coorditutor Date: April 8, 20W Re; Renewal of Price Age Wa nt Contract for P° ark & Playground Equipment Bid *SC-0549-M Please process the renewal of ending 5/31/2005. As direch following -- I. Qriginal list of supplies mid have not Chosen to x. written asmements sag 3. Insurance certificates fc suppliers, shown on lis certificates. 1 wiil forw, If you have any questions, Thank you. move price agreement contract for another year, by your 3/8/2f3D9 memo, l am enclosing the La Ln with contwvrt ix>Iformation, showing those who have .d by those suppliers who have chosen to renew. mast suppliers who have chosen to renew. Certain n #I, axe in process of sending their insurance d tho n to you as I receive them. call me at 630-3595. 951 N. �ularke� Street, Jacksonville, Florida 322D2 Phase (904) 6 0-35t16 Fax (904) 630-3562 v�r4rw.toi,ntl .. Recipient a f0w 2001 Governor .r Srerlirrg Award I I 4 Q00] P•3 Aug 24 04 11:24a TIM TRPP 954-973-C" Aug 24 2004 10:4:3AM Hunter- Knepshield Co.,Inc 502-225-9335� TA,10531 r HUNTER KNEPSHIELD COMPANY EXHIBIT "C" 10 Huntcre ]roll P.CL 16% 499 iI LoGrttete. Kr 460.1 rhuas: 800-62"530 Fax: (502)225.9.�5 To: AGeNGw Tammu FL PKOKE f �_ FAK_. eaaEtT Tamarac Park SHP ro; 96 1 13 PRICE QUOTATION OATE.�11_Ay FOS DTST _ VIA; TSUCX FREW:'Fro _... VA:J7TI1 "H; MOVE 11: F J 01.4:'�9991 TENts: QLWN W W QU LITE SPORTS LIGHTING MPRV-ISQO iQUALITE PROFESSIONAL SERIES SIOItTSLIGHT'tNG SM1t.00 566,136,00 1.) 31ctsl Halide Lamps -1500 %vatt 2,) Tubular Crossarm Assemblies, Galvanized do Factory Assembled Fully Enclosed Wiring, Moguls attached in Factory 3 J(Aiming Set in Factory ` 4.)jRemote Ballast System, Pme-wdred mounted on C Channel I $132.001 S.)*iring Harness Factory Built with Plug -in Ends 6.) Diagnostic Test System and Tester Included for Power Off Check ` 7.) Extra lasrlps and Fuses S97.501 8.)iDirect Bury Concrete Poles 9.)FOverall Pole Length 12 @ 95' ,1 @ 9S' . Poles embedded 15' Il Fixtures Include Spill and Glare Control System with Visors d Mims i 1 @i i!.lH:.Q4 NOTE i Prices Reikct Current Jacksonville Price Contract #SC-0549-03 TeW Trite Before fWw unt 1 Uilreunt Per Contract I I 3ihlppina ■I1d ilendMn� ' SRks 7`9 I Total row 1.01s and t'ol.a afar Dt[a 1 1VM 5 0KL1)Drp. — AgOV8li1MTrATICN IS DAM Ul N &M A[ ADCs roo wr . ANi1 N�IRMALt014CGM1r11�YSGr 'JaU[I rn �Cvh'CAl _Qrs Ma7K41Y wIK M4VlFACR/RYaS FR'DiCA71dtL �d�It�OM! AlbC1l� NQ_MAL Olrw ['(>kiRAL7� e�LL K07iA' TN[ (]WEER ✓ nM YIAL_ OiCUXW ALL T M9V RLYTI wL "ATTON AN.7�M A.YY LlwlpLt SZMMA ARN T11AA9NALMA1MMONALCHAROUPKIAA[o rT V► LAIC WLEMn ""OnCATES HM ACICOLRAMV ALL IMLLOTOAMM NOTE: APPLICABLE SALES TAX IS NOT INCLUDED. STONOMR tS K[SrO%VjLLE rGR TAYINO Arrt.leABllf sAIYS TAX O1llECT THEIR STATE, OR suamn cony rr 7ax Eaffmn rrxrjFwAyE W.IH unDwL kMS: NLT 70 WITH ArTROVI;O CRUKT_ kKL OMKIMTO: QI:AL nE CIO KCr4TS1t LO'LT,TId=LV (O. ✓O OR ewx OAAER.S TQ AB0W ADR6,1wS. 1 VICE CHARGE Or 2% Volt MONTH AOTXDTD ALL L'HYAM LS AFMK % PAYS. SHOULD COLIACIION' 92 NECESSARY. 0OWK AGRM TO PAY ALL M. IS. WCLUDW S12,705 $97.00 S41.716.00 $4.950.00 1125, Au0s=W Swomiw of himimn.TiATE 1 1