Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-117Temp. Reso. #10128 1 5/12/03 Rev. 1 — 5/19/03 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- J /'7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE PURCHASE OF A MODULAR RESTROOM BUILDING WITH SHELTER AT A TOTAL COST NOT TO EXCEED $81,249.76, FROM HUNTER KNEPSHIELD COMPANY UTILIZING THE CITY OF JACKSONVILLE, FLORIDA, PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT AND LIGHTING, BID NO. SC-0463-00; APPROVING FUNDING FROM THE APPROPRIATE CAPITAL IMPROVEMENT ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Caporella Park -- Phase II Improvement was approved in the Capital Improvement Plan budget and available funds exist in Parks & Recreation Capital Improvement Account entitled "Caporella Park Phase II Improvements, Project #GT01 K"; and WHEREAS, a new restroom building with shelter is part of the approved site plan for Caporella Park Phase II Improvement; 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 E Temp. Reso. #10128 2 5/12/03 Rev. 1 — 5/19/03 WHEREAS, the Parks and Recreation Director and Senior Procurement Specialist recommend the purchase of a modular restroom building with a shelter for a price not to exceed, $81,249.76, from Hunter Knepshield Company utilizing the City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment and Lighting, Bid No. SC-0463-00, attached hereto as Exhibit "A"; and WHEREAS, Hunter Knepshield Company has provided a price quote, in an amount not to exceed $81,249.76, attached hereto as Exhibit "B", utilizing City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment and Lighting, Bid No. SC-0463-00; 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 modular restroom building with a shelter for a price not to exceed, $81,249.76, from Hunter Knepshield Company utilizing the City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment and Lighting, Bid No. SC-0463-00. 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. Temp. Reso. #10128 3 5/12/03 Rev. 1 --- 5/19/03 SECTION 2: The purchase of a modular restroom building with a shelter for a price not to exceed, $81,249.76, from Hunter Knepshield Company utilizing the City of Jacksonville, Florida, Price Agreement Contract for Park and Playground Equipment and Lighting, Bid No. SC-0463-00, is hereby approved. SECTION 3: Funding for this purchase utilizing the appropriate Capital Improvement 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. 1 Temp. Reso. #10128 4 5/12/03 Rev. 1 — 5/19/03 SECTION 6: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this 28t" day of May, 2003. JOE SCHREIBER MAYOR ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. CITY ATTOR Y RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER IST 2: COMM. FLANSBAUM-TALABISCO IST 3: COMM. SULTANOF DIST 4: VIM ROBERTS l E 05/12/03 09:52 FAX 904 630 3182 PROCUREMENT & SUPPLY WIUU2 Temp. Reso. #10128 - Exhibit A SUBJECT: PRICE AGREEMENT CONTRACT FOR PARK & PLAYGROUND EQUIPMENT AND BID NO, SC-0463-00 LIGHTING. DATE OPENED Apr 12, 2000 GENERAL GpVFRNMENT AWARDS COMMITTEE KIND BASIS OF CONTRACT: SUPPLY CONTRACT DATE OF AWARD FOR A PERIOD OF ONE YEAR WITH TWO (2) ONE (1) YEAR RENEWAL OPTIONS - FOR PARKS, RECREATION & ENTERTAINMENT DIVISION & PARK MAINTENANCE DIV. BASIS'OF AWARD:ALL QUALIFIED BIDDERS Number of Bids Invited: 28 Number Received: 20 Other:-2 SU14WARY OF BIDS AND RECOMMENDED ACTIONS: RECOMMEND AWARD 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) 5C;OPE f B_RESPECTFULLY SUBMITTED 94/:EWUEM BEVE Y WILLIAMS BUYERH. GT8B5, TEF NT & SUPPLY concurrence By: PARK5 RECREATION & ENTERTAINMENT DIVISION & PARK MAINTENANCE DIV. (ALTO AWARDS ACTIONS SUBJECT TO AVAXLABILTTY OF FUNDS) ACTION OF AWARDS COMMITTEE ON RECObMNDATIONS ABOVE MEMBERS APPROVINGD I MEF--0AwldM M - MEMBERS DISAPPROVING ACTION OF AWARDING AUTH ITY Date: Approved Disapproved: Other: SIGNATURE OF AUTHENTICATION 12. d. 4-47� DATE : IIAY 2 OTHER ° ƒ z / » J »--� k)22k§2k{ z §�7\t�o) 5 & E§ ■u � \k k)){� z ma,.■o■ k ƒ/]%S �ba ..�\0 2®�§ * d\2LO t \ ;)a) k / En ) =E§5 \\ � \;� k\ % ƒ z k � 7 2 / K / @ § S § . = a « 0 $/¥�@ I§)§Iq )CA0 » {-M ^ ���E���©�k®§\�§ §\®r t�S§{f k§*{®\ §oe.� ma D-E££4, oa§ «� om�2 �(k��/ /� 8\\/f 0j \� @E� if3k^ fie®oo �§&Go 30 � . oj 0 ��a$mekEakGe 20■-j o_=tea i co 6 En @ t \ k \ ± CD § \'a ■ ) ® ) a £ u / E E ` E m t ] DEPARTMENT OF ADMINISTRATION AND FINOCJG Procurement and Supply Division 02 MAY _z PH 3: 30 a+ ' UPP-L`i ().17 r OF Ji Cn '�CNOLLE April 24.2002 Hunter Knepshield P,O- Box 499 Lagrange, KY 40031 Dear Sir or Madam: _ &.-bjec-.: Park S playground cqulpnieni QMtr,Ci ReneWal'1iSG0463-QO _ The subject bid will expire on May 31, 2002- However, there is one (1) remaining one (1) year renewal option left on the contrad. As one of the current suppliers on this contract, you have the option to renew under the same pricing structure, terms and conditions as originally bid or you may let the contract expire. Please check the appropriate box, sign and return to: City of Jacksonville Procurement & Supply Division Attu: Robert Wicker 117 W- Duval St. Jacksonville, Florida 32208 Yes, I wish to renew the contract under the same pricing structure, terms and conditions as originally bid. �ojot wish to renew the co ct. j �J7 Signature Name & Title Sincerely, P'�� / Robert D. Wicker, Jr. May 08 03 03:49p TIM TAPP 954-973-0489 p.4 06/10/2002 15:34 15022259335 PAGE 01 P.O. Box 4" • LeGrange, Kentuciry 40031 May 23, 2002 Faith Croorns Procurenwnt And SnpplY Divlsbn City Hall At St. ]acmes 117 Wcst Dual Strcct Suite 335 Jacksonville, Florida 32202 RE: Did #SC-0463-00 Price Agreemnt For Park Playground E4aipmmt Dear Ms. Crooms: We would like to renew out conitmet to supply park and playground equipment to the City of Jacksonville for the time fr&mc of June 1, 2002 to May 11, 2003. The terms, conditions, manuf wti rm and discowat sducture will rcrosin the swne. ceml Thomas M. KngnMeld Sr. Hunter Knepshield Company Call Toll Free 800.626.6630 or in Kentucky 502-225-9121 FAX 502-225-9335 U5/1L/Ui SUBMIT AN ORIGINAL AND ONE DID SPECIFICATIONS 2 FOR ) COPY PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT RECREATION BID NO: SC-0463-00 OPEN DATE: 41512000 TIME- 2:00 P.M. PLACE: 3RD FLOOR, CITY HALL, 117 WEST DUVAL STREET, CONFERENCE ROOM C PRE -BID CONFERENCE: NIA CITY OF JACKSONVILLE PROCUREMENT AND SUPPLY DIVISION JOHN DELANEY MAYOR JACQUIE H. GIBBS, CHIEF PROCUREMENT & SUPPLY FORA. G11401, M-0554 a &49M BID FORM SC-0463-00 211512000 city of ]aclnamille REQUEST TO 1g)m NO. DATE: procurement and S 1 Division THIS FORAM MUST BE SIGNED AND INCLUDED IN BID SUBMISSION COMPANY NAME AND ApDRESS HUNTER KNEPSHI= CO. , INC . p.0. BOX 499 LhGRANGE, RY 40031 FID/SSN 61— 668607 BIDS CURITY RE UiREM 'TS �, None Required Cero6ed Check or Band ArnoUnt: SUBMIT Bin IN DUPLICATE )1I15 BID- BE OPENED ON Wednesday, April 05, 2000 2.00 P-M. IN THE TURD FLOOR CONFERENCE ROOM CAL MALL- RESPONSE(S) TO BID MUST BE IN INK OR TYPEWRITTEN• BUYER: BEVERLY MLLIAMS pHON-E; (904) 630-4956 T RM OF CONTRACT G One rune purchtrsc fatnull trinetin firm for year from dace of tiward al regvirment - Prices wr �j Other WITH TWO (2) ONE (1) YEAR RENEWAL OPTIONS. Smpks Required PRIOR ho Bid OPcninB bterarurc Required With Bid Camnles Mav be Required Suant t0 Bid PERFO E B O m None Requaed [j of bid award Bond Required $ °/• OUANTTT S: r' Quantities indicared are ataairtg Quantities indicated reflect the approximate quantities to be purchased throughout c mutact period and are subject to liurxuation in aocordw" with actual re4uircmenu. AGENCY_ RECREATION FOR TECHNICAL UIRIES CONTACT'= 808 GOFF 630.3585 PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT AGREEMENT WILL BE IN ACCORDANCE WITH ATTACHED TERMS, CONDITIONS, SPECIFICATIONS, REQUIREMENTS AND PROPOSAL FORMS - BASIS OF AWARD; MULTIPLE AWARD TO ALL OUAUFIED VENDORS - TERMS OF PAYMENT_ NET 0__R_% DISCOUNT _DAYS (DISCOUN7S OFFERED FOR PAYMEM PERIODS OFLESS THAN 30 DAYS µTILL NOT BE CONSIDERED IN 1_fAR7NG AWARD) II e e 4-1110a We have reccKcd addenda —thmuO— -- )rlaterhl b F.O.B. OELfVEREI) TO:,VARIOVS LOCATIONS THROUGHOUT JACKSONVILLE Delivery win be made ia. 4� bmh m days *0m rzeeipt of purchase Order. A -r Offrax of Fun Tom FmV . Pratt hoividual's Nae*+e do Tidc Date Pbom Numbs FORM GWio2, ReAmd 6/1"S EQUAL BUSINESS OPPORTUNITY PROGRAM The City of Jacksonville has participated along with other f the City, in the research and Independent Agencies o development of a disparity study. y of the City of Jackson ville to It is an official policBusiness encourage the maxi--'num participation of Minority Enterprises (MBEs) in its contract awards 9 this availability- It is the City rs program to reflect the philosophy with regard to enhancing participation of Minority Business Enterprises in all areas of procurement - This project has been designated to be under the Equal Business opportunity Program and has been selected to utilize the following method for achieving minority utilization and goals under the Equal Business opportunity Program: The Encouragement Plan - Under the encouragement plan, vendors are required to make all efforts reasonably necessary to ensure that Minority owned Business Enterprises have a full and fair opportunity to compete for performance on this project. Bidders/Suppliers/Consultants or any entity doing business with the City shall not discriminate on the basis of race, ethnicity, national origin or gender in the award and performance of the work under this contract. Please use the attached form 1 (MBE Schedule of Participation) to submit Minority Participation on this The City of Jacksonville Will accept certified Bid_ vendors with the state of Florida. You maY copy o the City's Equal Business opportunity Office for a copy minority directory or visit our web site at www.coj.net/pub./ebo. 1 GENERAL CONDITIO'�S C' of Jack ryeie�ot arbigt0a 1..f �6ACt aT n aG gO! any to be in the bast re tosarJ13th8 rig nl! such aCt'On is da- te waive infuTmato Jacksonvdle. t or the Gdy 01 �ry Ain kteres The Ga� 1 es theh! io Carrcdlrm 8d orivataty the re ounce!arry melol>a o and its Opinion. there _ e _ a to bid 8 m anppaearrta t co}}nis�i ADId set in stlpulalions of lhs Irvdatloh An the GlIs miter s�cKrcat�ns •+ham , ��totwilri any xnpose uP n of iha city, of e y case o any ate rsuange of IhtS or products if °A1nyna y ncrhv�lwn 1Se1ten Kt W NI ho(� 9cT a( hta Or C181T�tc� an f Shpg�rt� w alit mP91r any r'9 br {after sdau es for t�e blrtach Of any cove n>yyyntrls of rele rise Cl cord ��Aylo darn V tractor_ d else refa�eds10 pelitmoadheqipuulilalyy arlar Ilia cbntraCtof- The vbuslY �pf }prn� bid maiarrals any_biddarwno tiasaPwrH eel a prts Terdpr� 1hiS hF-/2 UMat �to those m algrta Simi in firth the condiltorls $hM4 ihaeDnIFVCtOr `flat per n-ork or furnish the of this coMrxt or taydr�rth� ry the time slQu'larV6Ed01n theCa119lC ort to rra�npuirredpry t�heS rlgrN to purCha68 '^ se of 1nanConlractoror by G ly reedd work . at lister 6xlpepttgrjp{ a frond 9 Sucf1 Cd ,to P � y�i Me conditions ppnd ar [hts�^ m or nern s. Should the Irke d WO kie llti led In th_sIjis °DntraCt. the City or Iocornoleta the raga h !erns or ft t>heanae° . on �tjh�ge from or to COs ra t0 vrkhd w uc 0r this contrac�'"1t'oiri rncumn9 the parthe t Of the Gity thereby. _` Sip1f�] LLD n+�rrH' siODER l� pM, O m �IKM ASS T LY A t t% [11F�W& M Y B 7F SUBIArmloG His Boo, on d f rye PJl cams 1 Yrn rmt ust be e{y m' 1 ' others wit be from tie�arxs ,atteso s ipecittent d thie bid. accepted under In terms and fer 2- afOTATIO No binder wl ramie mltawf I the da�rr ev iho I y �g dlons. grorethan OT pr><ty�� p syla6 that w meet sr3aCitiIF SAAD C ties two or ele _gfor therriffiW706 M MQf� � Eh to �ff�E ]� A y egl�dpdvR $1{CU ESn�JOR THA i t r cM "'LL 6EPREJECfTED A7 ITEM ALt PRfC F OGUMtEMFNT 6 THP_PjS�tlOr'N OF THE CHIEF. Prl su TA7�� a 'Ay,"j'd■ so �aldal a es !arm tfne f bwal9 ..Z 36:1b)Mat'visclurarsFederslExci5e rFt sg lstr7lroa Nit 59-6000.3 4. .0 e• Cllll G . No Charge 1 be allowed for cortege or package& nl+leas spec`at agree . �Y�i11011 Even• lho r� 'OR ti? l rwm �t speed iatl hi�, part4,Aarraanufac,�rJ•BrbrenOse two dt a �prod uc4s or other considered on sil such bids the bidder wit CIO . indicate trot mp�aprd"yacturers- Or � do Whim ha I dnnt��e d i SuPPh eix�r,pb or bra nd and itrlrwre�da a aBirtON tom° Dr mantamet 6ompprgonto �p�pS w lbepst ,tmIttad a�Carden ceQc is poeedu tern -Alin ad In Ih a yen agr arpGQ�ha�[� t+a to a o nBgt d e r c prvp�IcatAawM FattUr6 to 3 Th iha aeA r` a irdort++alimmay be sulfloienl giDund fix re Cl of bid. TKV4S= In addition to 6. the p�eqgtrembrits Para the TO ar aifin writinghe a sP m'Zipe Ttst not The absence el a the dine d the wpmitlal d the for" ddm■ d subrnate' oflwrtw tte � �sp�e{C�ion day tivns at ins �a to the city to In Mr lot r sric1 xcou^le ►tie specAtcatrons ■s bid INA Mcpeoj"riatnn from � as wrdlen. a ♦aptld py the abovoefr"i� w � pr� Su emMiai ardrof 90UWni der Nt red. T uATA RUMMM To BE sUBttrit'lM tlrlTtl REfERFISCE 10 O'M-fn ■, Whenever thin OClriCatgns irnrd h■alEbeDc�° AaS l;ctAaf martJdidure+• r� nti gild wA De ud iiiad. 9gno^ttol Cdl(rery model. or ■ TanufaCluco pions. as for trie. exact brBasrn+sdappnr�CCs. aava,,*,, toMrarttes• comPos t her wdh err detaileC spaC scat ns- qd° ertipterared n 1 ■ b. IF no particular brand. model or maket� PbbA1hGL and ii no date s required to Igo submitted u �t�sno con�ractd..edlQQ// owaard-and before rn9n rims glad syVc� /■Q1oZW4 wohiing_dr 10i!t0�t A each taQn.■nC rrn R rcfisnl t0 MaiblE the GG Y ell hilqui ,06 data sat comp" w roQuireutert d ttw specglcalionr is being � � - -d eretM &,ypLIP - The shmple 3 may. �n erne p� t whiC t Sara tai gijved an �Oradrms is c4%jed" and rdyv ,hi, thsevv�yr contr c a Gdy a0. "gam � w■hryrctr srm pets ar a rala k+a e m r remore trMm 2tee daa�'ery Is SicC9Pta4 s en wh rS Ora ", uei:essfttl must be 5*'0. Dpei , ■nr a/d has bean made on removed a dwhs for wtneh the sarrnpla7 have ben subm dted. the 160 or BID# SC-0463-00 raspDn9ible for such Samples not res The (ha City de With he or all samples for testing notafter the award has bean.mada e bythabtdden wrthl3do eOncumE any f.; roserves the right P1.19161131 tryy pas p Rldders will mOka atl11a5rthe9rasmemsfor salmplesof Cos`iel d,NVery oesignated as"al the bidder and rem oval 0T samples wdl be borne marked-SOmPle law le ck19e5 will Ile i beer the name Of rC1y r�AI�� .and each sample! vrnla egad o tf�ne bidddBi,itam num0er. DId � F6au ewOrl,he elder tto Clearly rrrarkedinasubstanlia ma beconstderadsufirclentreason do Midy gPmP2laas Indica►edrnaY tot rat ten d. p �g �essf u1 bid er anctllcaleo onl 0 b must urrushDfma�B bvrd e�510rida. Pr epar9d on an this bid rty Of JraCk9ohv 1116. pf his cdver.made�ro� lgangBCv for lh,eta11Mu1 at hig been approved �hin ten delays o, his nohTrCatlouCh Suhaty °f^pan? A� acreCtdW The Surer thereon must be g sine as In the Stele o are:u?hortzad antl hIensed to transact nu Attorneys in iacrs who 9n9n hid bonds muslnds ieln ndsh Florida- Att } h i, ppwof of a}torn j 1,1Psl� �pnd acert6lEd c`o or th IT der s. upon ailur6 m u6a l0 uM ISn 1 T16 succe69 Yip" i red rtormanCe n to 1h¢ Crl� of Jac�Csonv�e• F ride, as 4qulda�ed within tenme,t days after hill notlftcaton the regtil. d ed he bands, m e all1ra. rtot 1 an ain ncashequ secunly dapoSted with his brd• It38 11 cis ppRfiCMS110" F tb at-? k�,,l ly fire bidder @green when sub Atln 1e000 tlon 9g Fils to in City gganCres and_OeParit^ents. �id g ,essche submits in elides. the bid pI should arry said departdments w�h the Ub �errn and c9qndltt,0'&- proposal. P8rtm9net or agency Wl l to Coy un0ar lhhls wu dioha Ily 1 1. td)A B contraer will uncottd l RE on an equrpmen quoted nifedebthe et, him 'for alpBr 1V ear from dote of acceplanca io} the Itemt delivered an ursl5le �polany deefoet9 Or4srgna o} herein. If, with -in the 9 . nt66 pe n� of the CAy are due to daleriaratloft are eSad' w13% n. in the opt A m atanals, upon oohne sully design and ut6t011algn workman will rrepalr or ad�e the fatiivealivn. the contractor. at his expo Repairs. a viPmard or P s to Go the C°hddleP or he will rep part or en 1►►e un t°the cddiplewetsima 11de a;I�rtal Sul Jim emel as re.?3Cem yrts or Oda gtm 6 oval Ire designated �oYY rise dy as least isefrim en at ferric opera ton of city bUsinESS. �s pY)1ER THAftI 12. DLSCr 1M tS: ALL Dl� �D � prttOUPT PROttiPt PAYM�In4BElie'111DE BE �� Ep�Sg—MMMWIG LOW BID_ YS OMItI. IMCiT 13. C L��"�'No' X(AtEES TO THCONG E SIISNAT1lriE _ l wiai&A 1 ill - AM �wp�1 ��SpE�KUMG A WLP FOR TFTHE C��QL. pQl1A t EN.F&Cj �^ t AL AGi'IOM-- f3 cedarS ,�rt\4train 8utio ^Ii14, a re9eMetMes 8ro 611peC1 and 9 C icanon6Mbelore fUs �� creonrcdt�rons. requirements, D risk and he anno bids:taJlura od°t�0wiillbe�lthe Idt r'7towr nor ragtl�atiem secure lu on t plea error. either missio make allowance for arm re dal Ertl^Kiension of P-COI in the bld ppart of bidders• In ease of e rrla Urel price will �Qdyvar n. V AS (K}fin 15._�y-� N16i0in 1b B '"'9 ■s 99911 fef Ol h6r iha Prbcumm p m0 d�61 as aehviti6s receiving finenelal publw ■ctrvales- lob h not under t%direclIrar 40. ivP @r trVra t a Gµy 1 errtrrlanl I e tram 01 SUC to be �Ptlyn the Gon304CILla f6v th6loregoin9 public �ra"`ys D i be ,u+bsiluteetfor the word `oy' Ih r' to iK"I Ara P �gbid I tr 1 Drrdd�`rr++ea O9- eompManco with t:,= i°n nmrXe to the Prraopp��opsFr Iorin andlor lfnb will, upt>niGO o ptfpuch2gse order. siont dia}t, field rxtier. coHd ac pD���9 ddit tl agrees to lfSa tdlowm9 Provtaiorts wh c that nis 1Mm me a an will become a part of ihiS contract. a. The Cyxraclot rep it that ha has adoOldand tSCrrmin tron V.rrrIdephis tv mayys� fain t gpoo1rcy�ncti ��pp p 1 arrn °f thrt contract, he GdY d JeckSorOfwill. thrvUOnoUI ha wilt reas that on written uO 1, b. TheCarr hi6 elnp toymerrt�nrd�� �merit permit the reason a0re accas tS.o her b■T I p■tallo�nc ad,enis ant, anon innn'O a of ur sit d to cards q the c"°cutMe Proctor lrie Commission oor the pCrcdy d Jrc ofrradee�mkds9p°CnVile fOr the {cr;mkrat0n Prw sm or' �mOl>' tn�arrC O /9r r 1� n datCOW o�ii' well .not bit regal red Contract. Of the olingallOns d this . contract are o peil eior irrnsd by a Subcontractor 4d then the into and pptrpltslons of ? the Of I Ionirnact�n win be i nco(p0 OeCOme a par ratrimsd Owl%") f FCRAI 416_1113 . SUPpLtMENTAL CONDITIONS: Spit sc-0e63-00 should be delivered to the Proatrmcnt and 5upp►y Division. 3rd 1 l0or• 111 West Duval Street,5unc 335, Jaeksonvdle.Florlda 32Z02. Bids submitted in advance of the time sd far opening responsible for delivery of bids- Reliance upon mail St.Jarnes Building, New City Hall, cuing. Bidders are fully to the se, time for op Bids must be submitted P.S1� s risk a public carrier is at the bidder' ARE NOT CONSIDERED. LATE RIDS must be initialed by the Bid only on the bidding fornt(s) supPGad herewith, using ink err t)`Pe`"'nter. Any dtanges or alterations m person signing the bid. arized himself with all the Tams Bidders' signature on the Bid Form (Form OB-102) signifies that the d,-bmiticd for 'he bidder has famil3 this bid, and agrees to them an, and thzi his bid is erein arc firm for the duration of this bid. Faispecified lurcdto Wiled herd Conditions of uotod h of the Terrns and Conditions heron unless exceptions are dearly noted m and that the Pricfor bid rejection- Violations of &' of J�ksopviUe and its submit a signed Bid Form with bid submission will be grounds time stag, ran result in the Bidder's suspension from an bid lists of the City a this bid and delivery Provided for by the Purchasing code of the City of Jacksonville. agencies and penalties to �e scheduled bid opening. Failure to submit the a a bond or surety in the form of a certified clte.cashiers cheek or bid bond in the amount to or AD Bids which m y re 9u' the bid submission prt prescribed in the bid documents must aoeompattY abovelnformation timely will be grounds for rejection of bid. ou have Mad the "Year 2000 Cestdctndnand dncd as It is arequircrnent of this bid and the a p �l�aedCertifftcain" form that MUST be compkrely Titled om, sign Warranty Requirements". The -Prod Completed form Prior to recommendation of award_ a per! of your bid submission. Bidders must submit comp green label enclosed when submitting your bid, be sure to insert the bid number and the open date on please use the g our bid being returned unopened the Ist el. Failure to do so will result in y enact, and the numerous hens contained in sotncbids, such bids will not be tabulged at Due to the large number of bids W be op er BiddQs desiring a copy of the tabulation the bid opening. Bids may be rcviet*�cd by wrangenient with the tecP°ctt"eeduenvdnpe wishtheir bid. If a COPY of the tabu' ation 2 self addressed, stamped envelopes must be unciudod sheet and the award rccommendpxion must include a self address shed is desired prior to sward then two () _ _ _— —r, r�, Kv 'M1.FzHUbLE a Conviction for a public oe affiliate who has been placed on the state Of Florida convic1ed vendor list following not submit a bid on a "A p do any goods or services to a public entity, may entity crime may not submit a bid on a crontract to provi or public work, mry not submit bids on leases of repair of a Public building pit subcoa[recta, err consultant contract with a public entity for the construction or rep er�orrrt wok as acontractor, suWlier, rest property to a public entity, may not be awarded of p public entity for a period of 36 moaths from the under a contract with any public entity, and may not transact business with arty p dae of being placed on the convicted vendor list." FMM (WjK (gevb d4" ~� BID# SC-0463-00 INSiJRpNCE A ND IN'pEM\'IFICAT10N, wnm� ther olFees. Weit_a ndaoployere, from ndye�nt 0•43 atw aedtbcErugioors named n rheCovraa floc lam Ofuse lb-g0f cawad dimaly or rodrtaGly by th i ddeodardholdhimrlasd+e0 ossord-22ttoplopertY,Tueltrding tnjur litrderon tY• iomnn wi�therpeltorma^�ofdtitCon�a.orrisingfrompatoerl • 20.43,1-ihecootraaerthrl aliniurytoordexhofpenors.orl eaon sulfQedwhererrroaa"^^ May liability eau a °4r°u aruvog torn P cr on clad irdr officers.,8epe esnployax *pot o®ssioc ofthOC�r ac2or.i5Suboont arm►PloyeaandtotxordemagetoIhCGonvanortotirsSubm°[ran aPb toadmtbofteCOUv i tots oriusubconuac ,,j, neg of bis aotErza. ana or ■tenptd 1>d ofnc�Gtmrraaorofits Subooneraaoc.theindamnitcsio while mgagrd n thepdr agents or as loyees by any tmployne mr, or bene5ts payable by or for th cerofSOYoftheag P °tduoKa•°D rfis Tr any and ail dai'm against mdtlre !raga my by any limution on the ynoom a rype 20.a3-z 20.43-1 sb4noot>x "r ffiiontit.dsobafrybmdt s=orotb- _ploycebendrt ens obli vion unddct Sulrpat�a�r under wock"" s cr'i°Pp' conrrjmcvr or any suburorrauor of a ddeu {n msPt. dra+�n5s of tonst rrQon zro,dsrar6a 1016 pj Or ap°�rifthcAE j oftbe Engirar orcrro^oou 20-43.1 will not arced w any [1 %; £nIpuca, or mixing out ofthe givrir by the �r,51r uired to be given t t= ofThe C°atrisrtl uncle 5utfi2,vW apb due �,gvnte r ro Ore durtttions m insiNaions tuq 20.43-3 The obltga fitnioru fR�a°d or Groished by due O�m or d�aBe surveys, C r,,W orders, tins or sped the Contra b,tMder w the bill= o(tha Ovine. or , of [he iliury a direr+tonsormstnxriwt.Mvivediobe nor a biledimliootorinerructionssbepnrnry the Co_cjc r ber,,dtr• lwond d suds giving 1 o �e°nify end hot [d f5ri°the aoabact pries an good and valuable ConvderarionA �contran0r � tad to be included and N d h 20.43 - 20.43-4 Porlm dotha lS 10.0in arisro+ C°d n acmrdanrz with thepTovsions Of L111s � a7 1;f P 6irmlc� tre owner od the oogir� and tber agents and trrptuYas 2&44 e with thehr�ds and tna6oiludeoilhlunderrakin , bgtin no tveM oflGise;u s Ounc mplidee 20-44.1 S ;us enntesnplped nieive t�thc!'oats ofliabd{ty►nd scSedsueettR typtofeenstniaionoropeat ed lnuld be r ovably rgWMrensshoaldbetailoradlothe Themand WP¢ ofin--ceauirIr&beladac+i6ld IAuno and maiu6Y* r biS 20.a4.Z ap,nte during the h fe of this aon"et, inSU Mna of Types an Tyau WiluovtliailingksliabilityurtdestheC°nnaa�c Apea*`m�rheCootraearshdlpro in the rmrimrun arnaarrrl5 Strad bdorr 5f`l�^r�F LNUM Florida Symwory Covaa6e dr EMPb�• Liability (�n(ft, Statutory 15100.000 appmpriae Federal AM) rblvl SI,D00•D00 t ptania -�O x1OI Single alarket 2I,C. U Hanrds I Single Limit producWcoarpfed ��1°°a Conv=ual Liability ladeptr,dmt Car°aaors wracpt<, if yplitable I d,usedorhinsd $100,000 1 %300,000 1 550.000 0 All AL"—p"P aq, I per neideneI property d—W $insk Limit pr >a sot 'ioe omrvacm require 3500.000 !icy mall rlao fpdudeblaake torrnauva) liability oO `48 as sh91 be endorsed 10 cleaves the 6 ,C41PF*5assumed be the &IMITI o w sire Ilry Po very andcoverrgefbrexptosions,colapuaodirrjroYor etOp tyuntlrl6esurfac 20-44.3 in .�zo.43. Suuchinnur°clf�t+ T"O'^d°coeux►odsproTMaxivcco ga oftha [� ifdirerted to do so bm""-rW"d Coratit>ot" ahe the lift: of" Convect. Builders Rick hurtrx� arse• and 11, DaiP Oscar, as thou {ntem The Caet�aors�la 1 &0 t lee oet and rwiarain r his"Pen nc�Connaaor. tl+eary, the EngJ_ �*ls nd taoporar 20.44.4 mt is voted on Mae ofcod'rruaion The Builders ri>r shall part Policy �{ brinrn t++m+n �eCawaeors°gr� p vrprjc Mrttxtalsaodeqnipmw'twiwblycrondrthesirSndtheCunvaao�tu � e r "I , for lie followtghlontis cnl coralsnlio4 airdM� vehicle and itwk, d7N8e, No le daiism and mMt fNCCMMOS aedlighWiM 491ta+dedsarilnC tttfwthre°°trrtraianndiotManouotofSl00.000forthewnlruaionOfgra�yaeognand sawam- five price shown Coavan x9reMe equal w the tow awuuaA m able to rl+c dty's 1?ivsiwr of Ensin >a and Ris to do butinrsa w the Sale of Florida and a ep► Endrhe�'6in�• siuril be written by a COMP"y � ayprvr� bt train =sncc of said iuswanr shell he furnhb� t0 tlreCirY. 20.4A.5 Surd im�opr cornmarars my work haerr.da, canificaus cndaranB ht.oK�t• �>� antoarobile !'else) 20.44.E '('be City �>>KksO°*'1pe a6atld be pawed M ettuds aspects policy t>u< r'>•a additsostal initreat" lnaa+�d (txtept 'Po "des) GB-106r re•iSed 611998 NO Brn FORM BID# SC•040-00 UNABLE 7O SUgMITA EID'.' WE SINCERELY HOPE THIS IS NaT THE CASE. irm cannot submit a bid at this time, please provide the information requested in th If your f space provided below and return it to: City of Jacksonville Procurement and Supply Division I I West Duval Street, Suite 335 Jacksonville, Florida 32202 We are unable to submit a bid at this time due to the following reasons= Name of Firm Signature and Title Street Address or P.O. Box City, State zip Code----- gxw c a-,ar, a ri" fins" Year 2000 Compliance and Warranty Requirements Products and Services BID# SC-0463-0D tained in this contract (the "Contract'), the VENDOR ercpressl Notwithstanding any provision elsewhere con represents and w sTants that for all Information Produce supplied and for all Services provided, VIuNDOR wil provide aertifnca[ion as to the following: a The VENDOR represents and warrants the there are no technological components which use recognize or arc involved with Daze Processing or Date Exchange, or b- If there arc technological components which usc, recognize or are involved with Datc Processing o Date Exchange, the VENDOR of the product, Warn, Service, or process represents and warrants the the product, item, Service or process is and will be upon use or installation, compliant with al electronic dare recognition systems, including, any computer syswm, hardware program or software microprocessor, embedded processors and/or systems integrated circuit or similar device, whether i compuya equipmem or non -Computer equipment, whether the property of the VENDOR or of others. The electronic dote compliance extends to the ability to raognize, process, distinguish interpret or accept sny change of year, date, or time, including but not limited to th definitions and standards contained herein. C. The VENDOR also represents and warrants that if non -compliant products, iten", Services, o processes are delivered the City of Jaeksonville has the right to refuse the product, item. Service, o Process. The VENDOR agrees, represents and warrants that the cost ar expense of evaluation, inspection d, installation, mnimcnance, repair or replacement of any product, itetr� Service or process, in theeffor to make the product, item. Service, or process electronic date recognition compliant, will be born solely by the VENDOR and at no cast or expense to the City of Jacksonville. e. The VLNOOR represents and warrants that all such components are fully Year 2000 Complian according to the definitions and standards contained herein. The VENDOR shall accomplish and document modifications necessary to ensure information Products previuusl provided or Information Products to be provided or maintained in the future under this Contract are or will be Year 200 Compliant as herein defined to the extent that other information Produce used in combination with the lnformatio products being acquired, properly processes Date Exchange and Date Processing, whether such Information Product wa written, manufactured, produced, or performed by the VENDOR or a third peaty• The VENDOR further reptcsents an ..w.Tams that if it uses Information Products to perform any Services under this Contract, such InfoProducts od ucti be Year 2000 Compliant. if any of VENDOR's suppliers use Information Products to supply Products vices t VENDOR, which products or Services are necessary in VENDOR's provision of products or Services to the City o Jacksonville, then and in such event, the VENDOR further represents and warrants that such In formation Products, use by its suppliers will be Year 2000 compliant. if this Contract requires that specific listed Information Products mus perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed informatto Products as well as to the system - The VENDOR shalt promptly remedy any breach of three representations and warranties at no additional charg to the City of Jacksenvinc Remedy of a breach may be through correction, upgrade or replacement of any InformAio Form Gs -AS. re�istd 2119" year 2000 Compliance and Wlirranty Requirements (continued) Products or performance of Services provided under this Contract which are N on -Year 2000 Compliant, with gnt with Services thl"i are com functionally equivalent Information products which arc Year ` correction, or replacement of the Non.Y ar 2p0p0 nt. if after its best efforts, the VENDOR is unable to achxrmp provided under this Contract within 45 days after Compliant lnformetiout Products or performance of Services, p lima or of the notification to the VENDOR of the failure of the Information f,'� onvUte array amourntsOPaid by tl'e City of failure of Services, the Contractor shall refund to the City and hold the City of Jaekeonvtne for the infirrrnation Products ondto all pr�ostseo aopco le (including reasonable attorney's fees) Jacksonville harmless from and against any m liability, with respec, to Services and to Non.Year 2000 Compliant Information Products provided under this contract. Nothing in this warranty shall be construed to limit any rights or remedies othcnvise available under this Contract with respect to defects other than Year 2000 Non -Compliance. This Contract supersedes Thprevious icontracts n shall survive between VENDOR and the City of Jacksonville with regard to Year 2000 Comp termination or expiration of this Contract. As pert of the Certification, VENDOR agrees to perform comprehensive testing necessary to insure all 2 lnfahn�ion Products, which are ptovidedla�eand toprov do with all information Products atcompleted Servtoes under this Contract, ere Year 2000 Comp for Year 2000 Compliance attached hereto, and by this reference made s innpart hereof, along with the test plans and test results which support that Certification. The representations and Warranties contained herein are separate and apart from any other representations 3- and are not subject to any disclaimer of representation warranty or and cnarranties specified in this Contract. limitation of Contractor's liability which may be specified elsewhere in this Contract, its appendices, addenda, amendments schedules, annexes or any document incorporated in this Contract by reference. 4 Definitions a. L�y�jpa: the act of providing written testanonY of qualification of a process or product with ate regard to Year 2000 Compliance. including identification and documentation of generall�soc 3 of D� Processing and Date Exchange, such formats may include ISO standards, Y eP industry date representations, or other documented methods of date representation. Process certification does not necessarily mean product certification. b DAtLLjch=ge the interchange of date data between two Or more sy3wms or system elements. C. Dat,g0"&%jug: the handling of date data within a systein or system element_ d. products an Services including but not limited to hardware, software, f�nware, middleware, and ernbeddo7d systems including but not limited to EDI and other intctfeces for the exchange of data, whether acting alone or combined w a system. e S ,i= includes, but is not limited to, capital improvements, contractual services and professional services as those terms arc defined in Section 126.102, Ordinance Code, and which Services may require Information Products for their provision. 2000 Uzpliant: The ability of a system to provide all of the following functions: 1) Handle date information (via U.S_ standards) before, during and after Global Positioning System "Rollover Date" change from August 21. 1999 to August 22, 1999; Form GB -AS, revised 2/1999 U D� J D/ V J L V. L V I f I A - -- 2000 Comptianee And Warranty Re9uirt1dents (continued) Handle date information (via U.5. standards) before, during and after Maximum Date change of September 9, 1999 (9/9199) to scptembcr 10. 1999; Handle date information (via U.S. '�tandards) before, during and after January 1, 2W including but not limited to accepting date input, providing due output, single century formulas, multi-ctmury formulas, and performing calculations on dues or portians of dates, specifically including all dates in the yeas 1999, 2000 and years following 2000; Function accurately and without interruption before, during and after January 1. 2000, without any change in opemions associated with the advent of the new century including leap year calculnaiOM, Respond to two -digit year -date input in a way that resolves the ambiguity as to century in disclosed_ defined, and predetermined manner; store and provide output of date information in ways that we unambiguous as to century; and Function with other system to accurately exchange dyte data in a manner which does not conwM data which is date related aced data which is not date related oor otherwise adversely affect m the performance of thr, system, system elements or comp Any system which is not Year 2000 Compliant as definud herein 9. above. itions 5, The Definitions of the terms specified herein shall supersede a>t Yethe � Comp oftbe datn��edf hereto same terry contained in the for and made a part hereof xt aningful discussions and/or negotiations of the terms. conditions and 6. This Contthas been subject of ttu provisions contained herein. Therefore, any doubtful or ambiguous provision -- if any -- eomained herein will not be construed against the parry who physically prepared this contract or its provisions. The rule commonly known as "Fortitrs Contra Prejerenttnn"will nor be applied to this Contract or any interpretation hereof. Form GB-A5, revised 2/199 —�UJ/ lv vd .... �.. .. �_ Idd. Idenujcation pplier Name ppplierAddress cRifyiasmanagerMOPtion of Prod Product Compliance Certification BIDS SC-0463-00 n nr dart ten it Rte. �e ro C[KJ1cNiv n SerriodJ (ljprarrrr rr nrirW ddtVwOly ?, rests- a- T6tiltcooductedby r+� b Tntiag TNana6a W eteR atr.+ C. Y1K revirwna++ conducted (Anaeb tevt planldatahetalts) % compliant Fully compliant d Rc!i show product(s) ts(aC e is conditional or eontingeot, dscrbe fu11Y all condinringeTQu: lignt and co t ltcompliaoc { to testing A cem liliryts:. DCKribe any isturs, ptoblrnls In);ertitations rder�nt fo► Y g D 'be any issues. Problems or IimitetiMs telNant to 1n+p1Erneoting produeu(s) alter cotnplidoee trartnJF h, Descnbeany gfay-cill or safetywelydd issues L Wrte d, peso of and power-eo testy suctestful"• 3. Date form ass andprocess," truer a- Product rots intrreallY r r^ IfldilptYear, windowing techoiquc if c a",be haw eont o interucing with applindont using diffwetu wind, a andf. Prttdtxt input d output tsag mec fonoas use_ 7!= b. hoer im, berweeo this product and all other eamrW dtted+ime teturact L 'tp6 toper, uutpot, rod printing of dater is cigar end u Wtt+biguoet+ f, romp of date information is dear and u—biguom• k $Teach or Product properly prot:esan aChived data wi 4 Cousage of dace was check : ®bedded in otber f ettcryptloo alga: tdsms, random number gmct-all dt. r� (bet the system have a license date or LAp'ratioa date a. Tbesn+t ra we testes far proper backup and reatwe t o. Lit+ all tuterfacing systems of products (iacYttdc descn used a pat, or sort or b, loternal date folmatis: d. wha Hoye of dates do be repfescoted2 intecd. at how it was ronfirmed- g productin wrtecth interpret s messal;e ree;eved with a two digit Yew for Coll operations. special rnettnil (cg• Pbt toter �ppttance s+uus, input or Nan-comphor t Form G -AS. Revised 2/t999 ' y t +t nuy v�v Product Compliance Certification BID#SC-0463-00 Critical Dates: An internal and output representation, external interfaces and display of dates must be clear, correct an unambiguous in the context in which they are used. You must certify that you have ver-ifjcd correct operation of th product, as applicable, in each of the circumstances described below. Tested: Y N NIA Test Ref 1 Dates and days m week in 20th century (1900'3) 2 Dates and days of week in 21st century (2000's) nnin century boundary (mix1900's and 2000's) 3 Dates and days of week spag 4 Crosses from 1999 to 2000 correctly 5 Recognizes Jul -Dec or Oct -Dec 99 as FY2000 (if applicable) 6 Date forecasting and historical processing between 1900's - 2000's - 1900's 7 Display and printing of 1900 and 2000 dates is dear and unambiguous a Correctly exchanges with and interprets date data to and from all interfacing systems Leap Year Calculations: g Recognizes February 29, 200D as a valid date. 1p Recognizes February 29.2001 as an invalid date. 11 Arithmetic operations perform calculations for Year 2000 with 366 days. 12 Julian date 00060 is recognized as February 29, 2000. 13 Julian date 00366 is recognized as December 31. 2000- Fam GC-A5. Robed 2119" Product Compliance Certification BID*sc-0463-0o Year 2000 Compliance and Certification Levels The certifying manager and the testing manager are responsible for specifying the correct compliant level. Compliance levels are defined below: D ESCRI pT1 bN 0 Product is neither date aware nor date sensitive; does not process date data- I - ladepeadent testing successfully eomPletedanizatiopnnoott connected o the supplt" testing, is that conducted by an independent testing Dr certifying org _All questions have positive responses where applicable. independent audit of product and supplier's test results completed successfully. An "independent" Z a Government ar Contractor organization outside the supplier's chain of Audit is on conducted by esponsibility. - All questions have positive responses where applicable, of the rodoa(s) were successful "Self -testing" is accomplished by the supplier in their 3 . Selr-testing p own facility, with no additional outside review of the product or of the test resuhs- Al► quesrions have pasulve responses where applicable_ 4 ' - NOT Tested. Definitions Certification: the act of providing written testimony of qualificarion of a process or product With regard to Year 2000 compliance, including identification and documentation of all formats of Date processingrepresentations, to Excbay ange. such formats minclude ISO standards, other generally accepted industry date Or other documented methods of dale representation. Process certification does not necessarily mean product certification, pate Exchange: the interchanged of date data between two or more systems or system elements. In order to facilitate proper date data exchange been two or more systems Or system elements, defined formats must be identified and documented by the suppliers of system or system elements. Date Processieg: the handling of date data within a system or system element. year 2000 compliant: technology. including but Dot limited to, information technology, embedded sYsteMn or any other electro-me�anical or processor -based system, when used in accordance with its associated documentation, is capable of accurately processing, Providing, and/or rr ccrnng date data from, into, and between the twentieth and rwentyftrst centuries, and the years 19" and 2000. including leap year calculations. 4. CertifrCation (see attachment for definitions) The level ofcornplimce of the product(s) described above is certified to be _ (enter 0 - 4). if that level is not zero. Y2K testing has been conducted for this product. Testing included at minimum. the items in this cbccklist and attachment Complete tat plans, test data, and test results M-c attached to this certification. I testify that the information provided is trite and correct to the best of my knowledge and belief. Date Certifyiog Manager Date Testing M anager Fa.n GO -As, RaMHd 2119114 osilsios 1 A 904 UJU 1101 �_ rrv� �n.,•. . . �_ Product Compliance Certification B'[WSC-0463-0o . r. WX fnr this System: Fam O6.A& Aevald anr!! 05/1 /0 1 :20 FAX 904 Div 110E BID NO. SC-0463-00 PRICE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQUIPMENT TERMS AND CONDITIONS SCOP -Me urpose of this bid invitation is to establish firm pricing and source an y of PARKS AND supply for furnishing p and in some area's installation of an undetermined quantit and delivering, listed in the catalogs supplied by the various vendors, With PLAYGROUND EQUIPMENT as proposal pages, for the Department of Parks, Recreation, discounts to be listed on the attached and Entertainment. 2. AWARD: and all vendors. 'rhere is no guarantee an ensuing Multiple Awards to be made to any ase orders will be issued subject to availability of purchase order will be issued after award; purch funds. 3, DEFY: Delivery to be F. O. B. delivered as indicated on purchase Order-Vendors ire. numbers of days in the bid documents a specific delivery and requirement may result in rejection from receipt of purchase order. Failure to comply with this req y of bid. 3. ORREC770N5 MADE BY BIDDER gidders are cautioned not to obliterate, erase or strike over any printed material as set forth in the bid documents. In quoting prices, whether unit price or total price, wherever a bidder has made an error and has corrected it, any and all such corrections should be initialed by person signing the bid form. Failure to comply with this provision may result in rejection of bid. s 4� GENE CONDITIONS: The signature on the bid form verifies that the bidder is acquainted with general conditions cifications, terms and conditions contained in the contained herein and will comply with all spec bid documents. 5 E-EC]'IVE PERIOD OF UOTAT IONS: price quotations submitted in response to this bid solicitation all award of b for a minimum of thirty (30) days from date of bid opening to allow for evaluation -----U-57TlT5/UJ l;):Ev rnn VVy BID No. sC-0463-00 6. DESCRIPTIVE LITERATURE= Complete descriptiVe literature, catalog cuts, brochures or other specification sheets must be submitted in DUPLICATE with bid. Failure to submit descriptive literature may result in rejection of bid. 2 BID NO. SC-o463-00 SPECIFICATIONS AND REQUIREMENTS The urpose and intent of this bid is to establish and secure firm prices including all items p discount from the last column (lowest price) of listed in company's catalogs and percentage playground equipment manufacturers' price list �o� �purchase e�ge of cost (after of rdela delivery) °fir cost upon request, Additionally, to secure a for installation of playground equipment herein.and establish a term contract for the City Of Jacksonville, Florida, as specified 2. RESPONSIBILITY: A contractor/ vendor will be responsible for all labor, materials,equipment, materials ordered tun , loading and placement for installation of all playground* ess otherwise specified by the City of Jacksonville, Florida * The City of Jacksonville, Florida may elect at 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 vendor or vendors' representative. 3. SHIPMENT* A minimum of seventy-two (72) hours advance notification of delivery is required of all freight carriers (charges prepaid by vendors and added to invoice). 4_ 'PERMS OF CONTRACT= ent Contract for Parks and Playground Equipment will be for a period of The Price Age with an option for two(2) one(1) year renewals upon one(l) year from date of the award, p approval by both vendor/manufacturer' and the City of Jacksonville, Parks, Recreation and Entertainment Department. RENF AL- • acceptance will be bd on the successful vendors) agreement to all the Renewal Option(s) acce P asea for the following year(s) terms, conditions and requirements in maintaining firm percentage within thirty days of contract expiration. All prices will remain firm for the period of each contract year. BID NO. SC-0463-00 6 CAS In order to meet the City of Jacksonville, Florida parks and playground equipment playg meat needs, q p requirements, and in the best interest costandfreightrchartdding will ges where applicable) t catalogs able with (complete with material puce, installation their Bid Proposal, offering a firm fixed percentage discount, and comply with all specifications, terms and conditions. 7. PRICING OF OUOTE/1NVOICE: A request for pricing wiU list each item cost, price for installation of each item, and freight charges for those items, each specified where applicable. PAS- Price agreement contracts will be issued only to the vendor/manufacturernt fo sepiasepard t proposal that was awarded specified order request Nb u�it er by the City of Jacksonville, spls vendor and installer (two-party check's invoice) will Florida- Payment for installation charges will be the responsibility of the vendor. CERTIFICATE: All vendors, contractors, manufacture" and installers submitting a bid or a subcontractor of the bidder will comply and supply written factory certification that they are certified/authorized to install playground equipment as required by the manufacturer and submitted with bid proposals. Failure to provide this information in writing may be subject to rejection of bid. 9, PERCENTAGE: Vendors will indicate in space provided on proposal forms sheets their firm fixed percentage discount to be deducted from the catalog list prices or manufacturers' catalogs. 10. JOB COETION: Vendor/installer will be d sponstites nbin� �d oean rderly � fashion at theemoval of �end of each workdays resulting in �ob completion and leave said Vendor/contractor/installer will be responsible for all materials received and signed for from date of order to completion of job installation. ll. SUPERVISE: Vendors will be responsible for the accuracy for all fixed measurements. A vendor job supervisor/representative will be on the work site at all time and be thoroughly knowledgeable of the materials, Job requirements, plans, specifications and installation functions. 4 05/1tl%US 10:41 rnn VVy BID NO. SC-0463-00 11. LDS: All materials received will meet ADA, American playground Safety Regulation, and all other STM Standards), requirements and certifications, playground equipment and safety laws, (A etc. 12. wARR.ANTY: Manufacturer/installer will guarantee entire installed systems and nits to d e of complefree of tein workmanship and materials for a period of not less than one (1) year and/or replace and installation acceptance. The atnno coos o the er C City f Jacksoor installer tn irepair, Florida during the warranty defected and poor Inssupplier/installer furnished materials plod and will transfer any manufacturer's guarantee for extending beyond this contract period to the owner_ 13. S—E rY - It will be the successful bidder's responsibility to insure all products ordered, shipped, and installed conform, meet or exceed all the required federal, state, city, county and local safety guidelines. 14. INSUJ RANCE: Insurance certificate required at time of bid opening listing The City of Jacksonville as additional insured. 14_ PRONiDTIONAL FRICING: Vendors will extend during the contract period any items offered on a "promotional" basis from the manufacturer. It will be the successful bidder's responsibility to monitor said items and report any that arc or will be offered at lower prices. 15. O RA'I IVE PURCRASIE: Any bidder awarded under this bid agrees that such response also constitutes a bid price to all State and County agencies and political subdivisions of the State of Florida under the same conditions, for the sale effective period as this bid, should be the awarded bidder (s) deem it in their interest of their business to do so. 16. RES�ONS: Ibis agreement in no way restricts or interferes with any State Agency or political subdivision of the State of Florida to rebid any or all items. SID NO. SC-0463-00 17. DEF-- , In the event that the awarded vendors should breach this contract, the City of Jacksonville, Florida reserves the right to seek all remedies in law and/or in equity - Florida the awarded contractors, they Will l 8. or the provisions of this bid are violated by In the event any given then (10) days to correct be given written notice statingthe deficiencies, and of Jacksonville deficiencies found. Cancellation of the contract will be made by the City should corrections not be made. of Jacksonville reserves the tight to terminate any contract resulting from this The City violation. invitation at any time due to any 19. E UAL BUSINESS OPPORTUNITY PROGRAM: wned The City of Jacksonville encourages active professionalservices.,participationb�lminorities b otntracting and o her ty Proposals' bids, profession business on all contracts, goods. 20. _ORDF-PJNG- After an award has been made by the City of Jacksonville, a contractipurchase order will be mailed to the successful vendors for materials as required- 21. AWARDING: with the best price for materials required from Punch ase orders will be made to the vendor catalogs submitted- 0,/115: Z1 FAX aua u ►u ltac I nv� 1: PROPOSAL FORM pMCE AGREEMENT CONTRACT FOR PARK AND PLAYGROUND EQLTIPMENY S p 10 13M NO: SC•-0463-00 ADDS -F z- 31 CITY. STATE, 7H CODE: FIpq 61-0 PHONE: 5 CONTACT 1) z) VENDOR CATALOG-- Fixed percentage discount: I.. Discount off list price dye ARO Delivery M wN'UFAC URF g CATALOGS: Fixed perccntage discount: Sys Ap F.O.B Destination Delivery Af C:,. . �� 1 1 :p • f• 7M A. y r' I1N• + �` I;vlI w I pnY�F ERENCE 3) INSTALLATION yEs X NO A) Fixof cost ed percentage (after discounts) of equipment E) Pnce requested at time of price for materials X YES NO Is confirmed to Writing• (Prjce per job of latown materials) List vendor/rnanufact u� wrinen �ctory certification that is being supplied with bid or within (3) daYs upon request. ADDI-11ONAL INToRMATTON: SIppING CgARGtiS CWT vAgYpNCES: ificauons regarding Vendor, manufact , shipping, freight cost, etC- plewe state any Dances to the spec to aper_) (Add,dditional informsLuon, if necessary on a Seth P MVOpjTy STATUS RITY OWNED OR WOMEN OWNED BUSINESS (S19M YfS�rNO PLEAsp ND1CA'fE 1F A MINO ADDITION tion may be re<Nimd prior to awwd of contracts• Supposing documents >� requests for additions informs .r,d to accept ect any or all PTopo�', 1o' MVC 040m alines, es the right to tt j of the City of )�y�oav�lle. The Ciry of ]adcson"i11c, Fltrr+ Abe dmn-d to be in the best interest ill or any Pmt Of any Proposal 05/16/03 1S:Cz r-,i avi uov-- Addendum Number: Bid Number: Title of Bid - CITY OF JACKSONVWLE DEPARTMENT OF ADMINISTRATION ANU FINANCE, PROCUREMENT AID SUPPLY DIVISION 117 W. DUVAL STWEET, S(JITE 335 ; ]AGICSONVILLF. F1 ORI1�A 32202-3469 ; L ; 1 • ... _ ONE I SC-0463-00 e rT' FOR PARK ANp Opening Date and Time; PLAYGROUND E UIPMENT APRIL 12, 2000 2:00 P-M- This addegdu m is issued for the information of bidders on the above titled Project and will be part of the contract. KESCHIDULE BID OPENING TO APR L 12, 2000 ORIGINALLY SCHEDULED TO OPEN ON APRIL 5, 2000• GE TO D IS REFERENCED IN THE BIp DOCUNIENT> CI-I�►N wMy�VER FOB DELIVERED CHARGES TO D IN TIMID AND ADDED TO INVOICE. READ: FOB SHIPPING POINT, WISED pROPOSAL FORM INCLUDED VM_H TM ADDENDUM - IF BID WAS UM1TT�, TURN TMgEVISED PROPOSAL FORM AND ATTAC ADDEND ' ,�24ov Buyer. Date:, AC1KN OWI,EDGE RECEIPT BY RETUR-N OF SIGNED COPY WITH BID Bidder's 5ignatur Title V.P. Company Name YXM'M Date 4/10/00 05/16/03 15:2Z YAA VU4 00u aiv4 - -- REVISED PROPOSAL FORM pR10E AGREEMENT CONTRACT FOR PARK AND pI,AyGROiJND EQUIPMENT -L 23ID ri0: 5C-p463-0D VENDOR iltrnxrn _ ADDRESS .O. 499 10 Ky 40031 CITE, STATE, ZIP CODE: F(p# 61-0668607 PHO1M G7:rr6530 SR. CONi•ACT 1) V EKpOR CA TALOG: Fixed pcme��6e discount 2) r T. Discount off list pnc-c days ARO Delivery a,�ACTURERS CATALOGS: Fixed percentage discount: point Paid and add. Sys Ax0 F_O.B. Shipping Delivery 3U — 45 lam- 9% �CH CFwATj0m Tw- 9% IMYPM 5% yEBCMT 996 &,.WTCAN PIED � xo% CO. s�G EMIS ► Iw • SYSMS CMIW-IU= DW IGW SM�.1ERS 3) INSTALLATION A) Feed perct:ntage of cost ( afWT discounts) of equipment —� g) Price requested at time of price for materiels Is confirmed in writing materials) (price per job of known PREFERENCE YES X NO g YES NO lied with bid or within (3) "� List vcndorlmanufacrurer written f�Ory cettificar3an that is being ,pplied Non � • SYSI'1'1''� upon reqUe-SL CS1T 1 - , paygp�iiK, i ?' 'BMTER ADDITIONAL INFORMATION: CWr S SHIPPING CHARGES dip Vendor, nsantlfacttut, Slllpptn�' �r6'"t GOSt, etc - VARIANCES: ifications rtgar g Al a state any vanances to the spec nn a se,wAtc paper.) (Add additional information, if necessary MINORITY STATUS NO TE iF A MWORr N OWNS OR WOM17N OWNED 13U51NESS (51'A) r 5 PLEASE iNp1CA A.DIrTrIeS required prior w award of contracrs. tpf,"rion may be documents and requests for additionAl and to acccpr Supporter or all prOP°�s• to waive infottswlities, a the right to Moot any iall Proposal tltc City of l ek-,on-raft- The City Of ]ar33onvitle, ml g as Abe deemed LO be in the best all or any p� of any propp5el as may 2 nn o pNFLICT OF INTEREST CERTIFICATE C SgCi10N 0o3zo BID# SC-0463-00 execute either Section I or Section Ii bereunder relative to Florida Statute 112.313(12). Failure to execute $idder al)sL ro osal- either section may mutt in rzjeciioA of this bid p P SECTION 1 uinng the goods or services I hereby eettifY that no official or cmp to ee of the City Or it's independent agencies teq tcatioru serial financial interest in this Comparry. described in th sp (A;j--PC-&--_ �- Company Name tote � r Tkov"e" Nan, of Official (tyPe or print Business Address I1 40031 City, State, Zip Code S EC IiON 11 of ficial(s) and/or employees) having tnatcrial financial intes105 (in I hereby certify that the following named City Supervisor of Elections, 105 East excess of 5°�°) in this comparry have filed Conflict of luterrst Statements with the -----_, r r lnrida- prior to bid opening. Signature Name fn O w►ff al (type or print) Company Name Business Address City, State, Zip Code PUBLIC OFFICIAL D1.5 C LO S URE Section 126.112 of the pufchasing Code Requires that a public ofircia, who has a Inc linterest in a jirne that the public official acquid ires ontract make a disclosure at the tirr>r that the bid or contract is submitted or at tplicable, with bid. financial irntcrest in the bid or contract. Please provide disclosure, if applicable, Public Official Position Held Position or Relationship with Bidder FORM G11-10S. —>aa+d 6l19" b/ua •.r.iv . ,• 03/20/2000 12:47 517439187E RC1 PAGE 15 Recreation C=qons7 Inc. March 29.2000 1]5 w_ McZ►anic Street ilrJ ,4Wr, MI 49241 Attu- Yew 2K Coordinator This nonce represents Recreation Creaaous, Inc. Readiness Disclosure Statement pursuant to the Year 2000 laformatimn and ReSoiness Disclosure Act- This letter sups r edes any previous ctxrespondence zegalaing Y21r- The Cw firm, file yours, is very concerned about issues perta >� � M so� you°�e� 10 integrate pmrpo9C of this letter is to outline steps that ate currently clue information into your Tesdinass plaruting Procedures' as being fion- Rocrcarion CreAions Inc. is actively assessin8 and corTt ct ►8 svy testae iin �dce t�cm�pt o prepare for compliant for Year 2000• We ate also establishing contingency plans worst can scenarios, Our Farah Corporation has established a steering rotnmittre that has rep =entation from each member company, to oversee each Of its Diviraons/$ubsidianes and to assist in bringing au affected systems into cOMPhance no later than December 31,1999. F.aclr Division/Subsidiary is in the process of reviewing and testing all computers, software applicsrians, internal coramttnications systems, AdrWnistrative systems and support systems. AD Fxv,utive Management Team reviews the results of these efforts on a quarterly basis. Surveys are also being sent to all Custoznet-s and Sub -Contractors in as effort to assess tyv�r Year and to provide assistance wherever possible to achieve a 2000 compliance- and readiness efftt�, mutually productive solution. Recreation CreatiOW, be. values our relationship and looks forward to Smooth transition at the turn of the century. ,Safe and Reed .. . . . . . . . . . . . . . . . . . _ PACE 06 03/28/2000 12_47 5174391878 RBI SC%®U1_X p hM TAATYCIEAPON NXT or Vandor pgpjECP TITLE _ TOTAL BASF. BID AMOUNT BID HUHEER mis�g TYm or W=K TO � dIIPFi.Ty1A C0 ` mm ►m BE prRtdF"W VA= ip-owtt>ri m TOLil VuL_ .=- Ha.apaDS•G, Tusian--AtneriCari Parts�Pat}ou Total Value: $ rican Paxtipipation Total Value: $ African -A 4 Hat3ve-Ax1ericam Participation Meta] Values: $ Nyman Participatioa 2ota1 Vales: Ruppliex soul Valuez g 60% 6 Hispania, lvinn"AmerScan Participattou Total Value: R 500 African-Rmaricaa PArticapstioa Total Value: r.- K 60% $ Nati�-7traerican participaCioa ?oral Value: X 60% S loom= Part Total Value The undarei�7n� will entez into a formal Agreeaent with the � ed suppliers/Caaaultan:s/5ubcnntitioned up n exeeueti niiof aer-OFrract• with listed in tbi.s schedule conditioned of pexjury I de Clare that I tre city of Jacksonville. Under p havread the foregvipg conditions and instruction and the facts are e true Co the beat of my knowledge and beliefs• $1gDdCuze: Title: U 54 1 Date: 0 3 X CA FEW 1 2 56 390d ()J TUIF6d3HX M31►n i 5fE65ZZL09 5Z:5i May 22 03 10: 0 1 a KNEPSHIELD HUNTER p.2 HUNTER KNEPSHIELD COMPANY 10 I-lunters Trail Y.O. Box499 (�r.n{�•�i.eso LaGrange, Ky 40031 �y�ht bi 3 Phone: 800-626-6530 Fax;(502)225-9335 PRICE (QUOTATION TO: Mr Lance Moll AGENGY:,CITY of TAM ARAC PARKS & RECREATTON 2525 Nw 88 fh Avenue Tamarac, Florida 33321 _ PHONE 954-724-1288 FAO: 954-724-1395 PRO.IFCT.. CAPOREUA PARK SHIP TO: CI I'Y of TAMARAC ITV ITEM NUMBER DESCRIPTION 1 RS4-2437FL-LA 5 FIXTURE, 4 LAVATORY RESTROOM/ SHELTER UNIT SEE MATERIAL I,TST JACKSONVILLE DISCOUNT 10%ACCORDING TO BID: SC-0463-00 ESTIMATED FREIGHT TOTAL BUILDING DELIVERED NOTE: (:ONT'RACTOR RESPONSIBILITIES: CRANE TO OFFLOAD AND SET UNIT ASSEMBLY OF PORCH AREA ALL PIERS OR FOUNDATIONS ALL UTILITY CONNECTIONS ALL FINISH WALKWAYS FINISH CARPENTRY/ PAINT OF UNIT AFTER PORCH INSTALLATION .L.ATION ALL PERMITS OR LOCAL I.ISCENCES NOTE: I-RINTER KNEPSHIELD COMPANY AGREES TO ALI TT -.I AND CONDITIONS SET FOR IN CITY of JACKSONVILLE FLORIDA, BID CONTRACT #SC-0463-00 QUOTE DATE 21-May�03 FOB:DEST V VIA' 1Rll%50 FREIGH7:PPD VAL M THROUGH:20-fu1-03 QUOTE#:i O47 BID #.'iN/A T ERMSI `SFE RF1.01V $80,159, 61 (S8,015.96 S9,I06.11 $81,249.76 •1F INSTALLATION IS INCLUDED: T11E AL10VE QUOTATION IS HASEO UPON SITE ACf..FSS FOR HEAVY EQUIPMENT AND NORMAL SOIL CONDITIONS OF IOM PSI. IF DURING EXCATATION OI FOUNDATIONS NECESSARY PER hIANUFACIURERS SPECff1CATIDNS, CONDrnONS EXI:ttD NORMAL, OUR CDNTRACTnR SHALL NOTIFY THE OWNER IMMEDIATELY. THCS SHALI. INCLI IOE ALL. TYPE5 OF ROCK VEGETATION AND/OR ANY UNFORESTEN riA2ARDS. THERE WILL DE ADDITIONAL CHARGES INCURRXD 'IT) CLEAR 7lil: A" -A AVDlOR TIIE ASIH'MENT HOI.E SO THAT INSTAI.I.ATION CAN RE COMPLETED. NO SOIL TESTS, LICENSES OR PERMI77SINCLUDED. COPY OF 'TAX EXEMPT CERTIFICATES MUST ACCOMPANY ALL EXEMPT ORDERS NOTE: IF APPLICABLE 5ALE5 TAX 15 NOT INCLUDED. CUSTOMER IS RF.-,PONSIBLE FOR PAYING APPLICABLE SALES TAX DIRECT 1 � O TITE•TR STATE. OR SUBMIT COPY OF TAX EXEMPT CERTIFICATE AITH ORDLW TERMS. IO% DOWN WITH ORDER, 35% UPON RECPUPT OF MATFRLILS BY, (y(IrIzeds1wt u It Knepshicld C 1,90,T FACTUR.FAR 4i%UPON COMPLETION OF PRODUCT. AND `. 10^.6 NTT 30 UPON DL•L.IVFRY. SfX VICE CHARGE OF 2 % PER MONTH ADDED 10 ALL UNPAID _ BU.LS AFTER ;D DAYS. SHOT 3-D COLLrCTION BE NECESSARY, Audionwd SJpau.rce of Purely scvDAI L CU$TOMF.R AGREES TO PAY ALL COS] S. INCLUDING ATI ORNF=Y It,-6S. Ma-U 08 03 03:49p TIM TAPP MaU 09 03 01:48P 954-973-0489 P.3 P.3 05/00/2003 PAGE I MODEL: R54-2437FL-LA TYPE: SINGLEWIDE BUILDING DESCRIPTION: 5 FIXTURE 4 LAVATORY RESTROOM SHELTER BUILDING pUANTITY IrLM NUMBER BUILDING MATERIAL 1 ISEAMFLOOR I BFAM STEEL REINFORCED COMPOSIT ACTION CONCRETE FLOOR VVMORA RUBBER 2 2016 NYtZRGRA4 P-TRAP DRAIN WITH 3- OUTLET At SMITH I P72 02 PRESSURE TREATED PINE WALL FRAMING I 5CXFRPWF 1?' BCX A YWOOD ( WOOD FRAMING) I CLASSC CLASS -C- (FRPI CONTINOUS INTERIOR I R71 KRAFT BACKED INSI/LATK)N Rl I I ALUMTRIM ALUMINUM INTERIOR BASE AND CORNER MOLDING • 2X6TGOA STANDARD 2x6 N2 SYP T&G ROOF DECK OPEN NA I CX725 CERTANNTEE-D XT-25 2301b. 25 YEAR SHINGI F PF15 15N ROOFING FELT 1 2XOV 2- x 6-112 SYP EXPOSED RAFTER FRAMING WITH OPEN VENTILATION (SINGLEWIT)E) I EXT7-2COZ13P VY CDX EXTERIOR P( YWOOD SHtAfH1NG, BUILDING PAPFR, Al UMWUM BASE T-LASHING I 1-C75B FIBER CEMENT SMOOTH OR WOOD TEXTURED 7.5` BEVLLE•0 LAP 6' REVEAL WITH W4N ENGINEERED WOOD TRII 1 CXT25.PCHBRK GX.24 PCHBRK-6X PORCH EXTENSION WITH CERTAINTEED XT-25 230N7. 25 YEAR SHiNG.LE 2 CFW4X4 CUSTOM FRAMCDWINDOW/SKYLIGHT 4'xt 2 RC03068 RUSTIC CEDAR WOOD DOOR W17H HARDWARE 1 SOC3065 III C+AUGE STEEL DOOR'C►IASE' WITH HARDWARF PLUMBING 4 OT24 131 AMERICAN STANDARD COMRADE WALL HUNG LAVATORY-WMt t CARRIER AND TRAP COVER 4 B-OW7 T d S BRASS 1101 a COLD ( PUSH BUTTON SLOW SELF-MIXINGICLOSINQ 4 2250 125-OM-V AM, STAND- WALL HUNG CHINA SIPHON JET WATER Ct OSL 1 1.6 CAL W/CARRIER AND VERTICAL HUB 4 F 1234 3-C T42 FW DElANEY HYDRO FLUSH VALVE W/ 3- METAL OSCILLATING PUSH BUTTON FOR WATER CLOSETS 1 6605.02/ AMERICAN STANDARD LYNTIROOK URINAL Wr 1,1/4' RACK SPUD I FW 1272.3-G 71f DELANEY CONCEALED URINAL HYDRO FLUSH VAI.VF W/ 3' METAL WiOSC 1 GAL FLUSH 1 M4-PC2U6S5 BKADFORD WHTE COMPACT ELECTRIC WATER HEATER 2 GALLON, 150OW 120V 9x1Oxl2.5 1 MOB MURDOCK WALL MOUNTFD ACCFSSASLE DRINKING FOUNTIAN POWDERCOATL-D ELECTRICAL I HOM12-24MI00TC IDO AMP SQUARE -D LOAD CENTER PANEL SYSTEM IW4 CIRCUS 4 SOD14084-120 SQUARE D 20 AMP CIRCUIT BREAKERS 4 SWHOM12OUFN SQUARE D 20 AMP'GFP CIRCUIT OREAKERS 2 N524-C-IJDB-CW-120 KENALL NOVA CLEAR PRISMATIC INTERIOR SINGLE 40 WAIT FLUORESCENT COLD WEATHER BALLAST 2 A69L-C•lwl-120 KENALL HERCULUX 10D WATT 1NCANDSCENT WITH PEARL WHITE COVER ( WALL) HULVX151 HUBBF-LVRAABIDAY70N CHASE 100 WATT ONCANnESANT WITH METAL GUARD 3 CSBIIsI 11UHBELLIBRYAN7/LEVITON SING1-E POLE 2OaMAK_ SWITCH SS -STEEL COVER 1 2021 TORK 2021 120V PHOTOCONTROL ISOD SWIVEL PENCIL I L02OVD2C SOD 2-POLE LIGH 7INf CONTACTOR WA IOA SN/ITCI_I FACTORY AIRED IN NCMA I BOX I GFR531 HUBBELLIBRYANI /LEVITON 20amp GFCI OUTLET -SS -STEEL COVER I E987R CAROLTON E987R 6X6X4 PVC JCT BOX REST ROOM SPECIALTIES 2 0$1106x36 GRAB BAR- 36' SS STEEL 1.1/t DIAMCTERCONCEALED MOUNTING 2 B 6806x42 GRAB BAR- 42- 5S STEEL, 1-mr 03AMETER CONCEALED MOUNTING 4 B-1556 2436 FRAMELESS S7ANNLESS STEEL MIRROR 24-x36'. 4 U-27450 DDLNTt F TUMRI FR ROLL TOILET TISSUE DISPENSER W/LOCK 4 B-709.115V-900 RECESSED MOUNT TOUCHBUTTON HAND DRYER W130 SEC. CYCLE. 2 COMADA 1' THICK POLY ADA WATER CLOSET PARTITION WITH STAINLESS AND ALUMINUM HARDWARE. 2 COMM V THICK POLY STANDARD WA7LH CLOSET PARTITION WITH STAINLESS AND ALUMINUM HARDWARE I COM24x42US I' THICK POLY URINAL SCREEN WITH STAINLESS AND ALUMINUM HARDWARE: MISCELLANEOUS ITEMS 48 DRSHRINK SHRINK WRAF' FOR SHIPPING I I IN FT.) 2 MWSU 6x9 SIGN IO SSP STAIW`:,EALER/PAtNT 1 ESTP ENGINFERSSFAL 1 TP! THIRD PARTY INSPECTION (MO)