Loading...
HomeMy WebLinkAboutC2019-028 Contract No. 2019-028 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND PLAYCORE WISCONSIN, INC. THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement")is entered into as of October 16, 2018, between the Town of Fountain Hills, an Arizona municipal corporation (the "Town"), and PlayCore Wisconsin, Inc., a Wisconsin corporation, d/b/a GameTime (the "Contractor"). RECITALS A. After a competitive procurement process, City of Charlotte, a North Carolina municipal corporation(the"City")entered into Contract No. 2017001134,dated July 1, 2017,(the "City Contract"), for the Contractor to provide playground equipment, outdoor fitness equipment, surfacing, and site accessories. A copy of the City Contract is attached hereto as Exhibit A and incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the City Contract, at its discretion and with the agreement of the awarded Contractor,and the City Contract permits its cooperative use by other public entities, including the Town. C. The Town and the Contractor desire to enter into this Agreement for the purpose of (i) acknowledging their cooperative contractual relationship under the City Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the Town with playground equipment, outdoor fitness equipment, surfacing, and site accessories, as more particularly set forth in Section 2 below on an "as-required" basis (the "Materials and Services") and (iii) setting the maximum aggregate amount to be expended pursuant to this Agreement related to the Materials and Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Agreement. This Agreement shall be effective as of the date first set forth above and shall remain in full force and effect until December 31, 2019, unless terminated as otherwise provided in this Agreement or the City Contract. 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for 2 I 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the City Contract. The Town does not guarantee any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will only be made when the Town identifies a need and proper authorization and documentation have been approved. For purchase(s) determined by the Town to be e appropriate for this Agreement, the Contractor shall provide the Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, work order or other fonn of written agreement describing the work to be completed (each, a "Work Order"). Each Work Order approved and accepted by the parties pursuant to this Agreement shall (i) contain a reference to this Agreement and the City Contract and (ii) be attached hereto as Exhibit B and incorporated herein by reference. Work Orders submitted without referencing this Agreement and the City Contract will be subject to rejection. 2.1 Inspection; Acceptance. All Materials and Services are subject to final inspection and acceptance by the Town. Materials failing to conform to the requirements of this Agreement and/or the City Contract will be held at Contractor's risk. If so returned, all costs are the responsibility of the Contractor. Upon discovery of non-conforming Materials or Services, the Town may elect to do any or all of the following by written notice to the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii) bring Materials or Service into compliance and withhold the cost of same from any payments due to the Contractor. 2.2 Cancellation. The Town reserves the right to cancel Work Orders within a reasonable period of time after issuance. Should a Work Order be canceled, the Town agrees to reimburse the Contractor, but only for actual and documentable costs incurred by the Contractor due to and after issuance of the Work Order. The Town will not reimburse the Contractor for any costs incurred after receipt of Town notice of cancellation, or for lost profits, shipment of product prior to issuance of Work Order or for anything not expressly permitted pursuant to this Agreement. 3. Compensation. The Town shall pay Contractor an aggregate amount not to exceed $100,000.00 for the Materials and Services at the unit rates set forth in the City Contract. 4. Payments. The Town shall pay the Contractor monthly, based upon acceptance and delivery of Materials and/or Services performed and completed to date, and upon submission and approval of invoices. Each invoice shall (i) contain a reference to this Agreement and the City Contract and (ii) document and itemize all work completed to date. The invoice statement shall include a record of materials delivered, time expended and work performed in sufficient detail to justify payment. Additionally, invoices submitted without referencing this Agreement and the City Contract will be subject to rejection and may be returned. 5. Records and Audit Rights. To ensure that the Contractor and its subcontractors are complying with the warranty under Section 6 below, Contractor's and its subcontractors' books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Agreement, including the papers of any Contractor and its subcontractors' employees who perform any work or services pursuant to this Agreement (all of the foregoing hereinafter referred to as "Records"), shall be open to inspection and subject to 3 audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit (i) evaluation and verification of any invoices, payments or claims based on Contractor's and its subcontractors' actual costs (including direct and indirect costs and overhead allocations) incurred, or units expended directly in the performance of work under this Agreement and (ii) evaluation of the Contractor's and its subcontractors' compliance with the Arizona employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to audit Records as set forth in this Section, Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors' facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 6. E-verify Requirements. To the extent applicable under ARIZ. REV. STAT. § 41- 4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E-verify requirements under ARIZ. REV. STAT. § 23-214(A). Contractor's or its subcontractors' failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 7. Israel. Contractor certifies that it is not currently engaged in, and agrees for the duration of this Agreement that it will not engage in a "boycott," as that term is defined in ARIZ. REV. STAT. § 35-393, of Israel. 8. Conflict of Interest. This Agreement may he canceled by the Town pursuant to ARIZ.REV.STAT. § 38-511. 9. Applicable Law; Venue. This Agreement shall be governed by the laws of the State of Arizona and a suit pertaining to this Agreement may he brought only in courts in Maricopa County,Arizona. 10. Agreement Subject to Appropriation. The Town is obligated only to pay its obligations set forth in this Agreement as may lawfully be made from funds appropriated and budgeted for that purpose during the Town's then current fiscal year. The Town's obligations under this Agreement are current expenses subject to the "budget law" and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement. The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which 4 this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town's termination of this Agreement pursuant to this section. 11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, any Town-approved work orders, the City Contract and invoices, the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this Agreement or the City Contract (collectively, the "Unauthorized Conditions"), other than the Town's project-specific requirements, are expressly declared void and shall be of no force and effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized Conditions or failure to demand full compliance with the terms and conditions set forth in this Agreement or under the City Contract shall not alter such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Agreement. 12. Rights and Privileges. To the extent provided under the City Contract, the Town shall be afforded all of the rights and privileges afforded to the City and shall be the "City" (as defined in the City Contract) for the purposes of the portions of the City Contract that arc incorporated herein by reference. 13. Indemnification; Insurance. In addition to and in no way limiting the provisions set forth in Section 12 above, the Town shall be afforded all of the insurance coverage and indemnifications afforded to the City to the extent provided under the City Contract, and such insurance coverage and indemnifications shall inure and apply with equal effect to the Town under this Agreement including, but not limited to, the Contractor's obligation to provide the indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold harmless the Town and each council member, officer, employee or agent thereof(the Town and any such person being herein called an "Indemnified Party"), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys' fees, court costs and the costs of appellate proceedings) to which any such Indemnified Party may become subject, under any theory of liability whatsoever ("Claims"), insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in connection with the work or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the performance of this Agreement. 14. Notices and Requests. Any notice or other communication required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given if(i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail, 5 registered or certified, return receipt requested, to the address set forth below or (iii) given to a recognized and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Pierce Coleman 4711 E. Falcon Drive, Suite 1 1 l Mesa, Arizona 85215 Attn: Aaron Amson, Town Attorney If to Contractor: PlayCore Wisconsin, Inc. d/b/a GameTime 544 Chestnut Street Chattanooga, TN 37402 Attn: Bill Patterson or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received (i) when delivered to the party, (ii) three business days after being placed in the U.S. Mail, properly addressed, with sufficient postage or (iii) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. if a copy of a notice is also given to a party's counsel or other recipient, the provisions above governing the date on which a notice is deemed to have been received by a party shall mean and refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. [SIGNATURES ON FOLLOWING PAGES] 6 "Town" TOWN OF FOUNTAIN HILLS, an Arizona Municipal Corporation 16\A (b Grady E. Miller, wn ager ATTEST: 4 Elizabet 1 . Burke. Town C (ACKNOWLEDGEMENT) STATE OF ARIZONA ) ss. COUNTY OF MARICOPA ) Ono .33, 2018, before me personally appeared Grady E. Miller, the Town Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document, on behalf of the Town of Fountain Hills. 0` ; RHONDA M. BRENNEMAN ..�. ) Notary Public-State of Arizona � MARICOPA COUNTY Notary Public ' My Commission Expires June 30,2019 (Affix notary seal here) [SIGNATURES CONTINUE ON FOLLOWING PAGE] 7 "Contractor" PlayCore Wisconsin, Inc. d/b/a GameTime a Wisconsin corporation By: Name: Donald R. King Its: Director of Sales Administration (ACKNOWLEDGEMENT) Tennessee STATE OF ARIZONA ) Hamilton ) SS. COUNTY OF MARICOPA ) On October 16 , 2018. before me personally appeared Donald R.King , the Sales Admin.Director of PlayCore Wisconsin, Inc. d/b/a GameTime, a Wisconsin corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document,on behalf o the PlayCore Wisconsin, Inc. %`'t ViOO ..%%‘%4 � ........::q � Notary Public Scott o0 0.0 • pIF (Affil r��, hcrrz • ti� , p �M�LTON 8 EXHIBIT A [CITY CONTRACT] PHOENIX 77018-1 496163v1 9 Contract No.2017001134 Vendor No. 121531 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG CONTRACT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT,SITE ACCESSORIES, SURFACING,AND RELATED PRODUCTS AND SERVICES This Contract (the "Contract") is entered into as of this 1st day of July 2017 (the "Effective Date"), by and between Playcore Wisconsin, Inc. d/b/a GameTime, a corporation doing business in North Carolina (the "Company"), and the City of Charlotte, a North Carolina municipal corporation (the"City"). RECITALS WHEREAS, the City issued a Request For Proposals (RFP #269-2017-028) for Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services dated January 25, 2017. This Request for Proposals together with all attachments and addenda, is referred to herein as the"RFP": and WHEREAS, the Company submitted a Proposal in response to RFP #269-2017-028 on March 16, 2017. This Proposal, together with all attachments and separately sealed confidential trade secrets, is referred to herein as the "Proposal"and is incorporated into this Contract by reference. WHEREAS, the City awarded this Contract on May 8, 2017 to Company to provide Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services to the City all in accordance with the terms and conditions set forth herein. WHEREAS, the City of Charlotte, on behalf of itself and all states, local governments, school districts,and higher education institutions in the United States of America,and other government agencies and nonprofit organizations (herein "Participating Public Agencies"), competitively solicited and awarded the Contract to the Company. The City has designated U.S. Communities as the administrative and marketing conduit for the distribution of the Contract to Participating Public Agencies. The City is acting as the "Contracting Agent" for the Participating Public Agencies,and shall not be liable or responsible for any costs, damages, liability or other obligations incurred by the Participating Public Agencies. The Company (including its subsidiaries) shall deal directly with each Participating Public Agency concerning the placement of orders, issuance of purchase orders,contractual disputes, invoicing, payment and all other matters relating or referring to such Participating Public Agency's access to the Contract. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. NOW,THEREFORE,for good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged, and in further consideration of the covenants and representations contained herein, the parties agree as follows: 1 • Contract No.2017001134 Vendor No. 121531 CONTRACT 1. EXHIBITS. The Exhibits below are hereby incorporated into and made a part of this Contract. In interpreting this Contract and resolving any ambiguities, the main body of this Contract will take precedence over the Exhibits, and any inconsistency between the Exhibits will be resolved in the order in which the Exhibits appear below. Each reference to GameTime in the Exhibits and Appendices shall be deemed to mean the Company. EXHIBIT A: Discount Schedule, Price Lists,and Incentives EXHIBIT B: Installation Fees EXHIBIT C: National Network of Distributors and Installers EXHIBIT D: Freight Rate Schedules EXHIBIT E: Product Warranties EXHIBIT F: Scope of Work EXHIBIT G: U.S. Communities Administrative Agreement 2. DEFINITIONS. As used in this Contract,the following terms shall have the meanings set forth below: Acceptance: Refers to receipt and approval by the City of a Deliverable or Service in accordance with the acceptance process and criteria in this Contract. Affiliates: Refers to all departments or units of the City and all other governmental units, boards, committees or municipalities for which the City processes data or performs Services. Biodegradable: Refers to the ability of an item to be decomposed by bacteria or other living organisms. Charlotte Business Refers to the Charlotte Business Inclusion office of the City Inclusion (CBI): of Charlotte. Charlotte Combined Refers to the Charlotte-Gastonia-Salisbury Combined Statistical Area (CSA): Statistical Area consisting of; (a) the North Carolina counties of Anson, Cabarrus, Cleveland, Gaston, Iredell, Lincoln, Mecklenburg, Rowan, Stanly, and Union; and (b) the South Carolina counties of Chester, Lancaster, and York; a criteria used by Charlotte Business INClusion to determine eligibility to participate in the program. City: Refers to the City of Charlotte,North Carolina. Company: Refers to a company that has been selected by the City to provide the Products and Services of this Contract. Company Project Refers to a specified Company employee representing the Manager: best interests of the Company for this Contract. Contract: Refers to a written agreement executed by the City and Company for all or part of the Services. 2 Contract No. 2017001134 Vendor No. 121531 Deliverables: Refers to all tasks, reports,information,designs,plans,and other items that the Company is required to deliver to the City in connection with the Contract. Documentation: Refers to all written, electronic, or recorded works that describe the use, functions, features, or purpose of the Deliverables or Services or any component thereof, and which are provided to the City by the Company or its subcontractors,including without limitation all end user manuals, training manuals, guides, program listings,data models,flow charts,and logic diagrams. Environmentally Refers to Products that have a lesser or reduced effect on Preferable Products: human health and the environment when compared with competing Products that serves the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance,or disposal of the product. Lead Public Agency: Refers to the City of Charlotte,North Carolina. Master Agreement: Refers to the Agreement that is made available by the Lead Public Agency after the successful completion of the competitive solicitation and selection process, wherein Participating Public Agencies may utilize the agreement to purchase Products and Services. Minority Business Enterprise/MBE: Refers to a business enterprise that: (a) is certified by the State of North Carolina as a Historically Underutilized Business (HUB) within the meaning of N.C. Gen. Stat. § 143-128.4; (b) is at least fifty-one percent (51%) owned by one or more persons who are members of one of the following groups: African American or Black, Hispanic, Asian, Native American or American Indian; and (c) is headquartered in the Charlotte Combined Statistical Area. MWSBE: Refers to SBEs,MBEs and WBEs,collectively. Participating Public Agency: Refers to all states, local governments, school districts, and higher education institutions in the United States of American, and other governmental agencies and nonprofit organizations that elect to purchase Products and Services under the Master Agreement. Products: Refers to all Products that the Company agrees to provide to the City as part this Contract. Services: Refers to the Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services as requested in this RFP. 3 Contract No.2017001134 Vendor No. 121531 Specifications and Refers to all definitions,descriptions,requirements,criteria, Requirements: warranties, and performance standards relating to the Deliverables and Services that are set forth or referenced in: (i) this RFP, including any addenda; (ii) the Documentation; and (iii) any functional and/or technical specifications that are published or provided by the Company or its licensors or suppliers from time to time with respect to all or any part of the Deliverables or Services. 3. TERM. The initial term of this Contract will be for five (5) years from the Effective Date with an option to renew for two(2) additional two-year terms.This Contract may be extended only by a written amendment to the contract signed by both parties. 4. AGREEMENT TO PROVIDE PRODUCTS AND SERVICES. 4.1 The Company shall provide the Products and Services in accordance with the terms and conditions set forth in this Contract and the attached Exhibits when ordered from time to time by the City. Except as set forth Exhibit A, the prices set forth in Exhibit A constitute all charges payable by the City for the Products and Services, and all labor, materials, equipment, transportation, facilities, storage, information technology, permits, and licenses necessary for the Company to provide the Products and Services. The Company shall perform any Services for the City on site at the City's facilities in Charlotte, North Carolina, except as otherwise stated in this Contract or agreed in writing by the City. 4.2 Placement of Orders: All orders will be placed by personnel designated by the City on an as needed basis for the quantity required at the time during the term of the Contract. 5. OPTIONAL PRODUCTS AND SERVICES: The City may in its discretion purchase from the Company optional Products and Services beyond what is called for in the Specifications, provided that such purchase does not create unfairness so as to defeat the purpose of the bid statutes, and provided the City is authorized by law to make such purchases without a formal bid process. 6. DOCUMENTATION: the Company will provide for all products purchased under this contract written or electronic documentation that is complete and accurate,and sufficient to enable City employees with ordinary skills and experience to utilize such products for the purpose for which the City is acquiring them. 7. COMPENSATION. The City shall pay the company for the products and services delivered in compliance with the specifications at the prices set forth in Exhibit A. This amount constitutes the maximum fees and charges payable to the company in the aggregate under this contract and will not be increased except by a written amendment duly executed by both parties in compliance with the price adjustment provisions set forth in Exhibit c. The company shall not be entitled to charge the City any prices, fees or other amounts that are not listed in Exhibit A. S. PRICE ADJUSTMENT. 4 Contract No.2017001134 Vendor No. 121531 8.1 The price(s) stated in this Contract shall remain firm through December 31, 2017. Company may request price increases in writing, in accordance with the following terms: 8.1.1 Price increases shall only be allowed when justified in the City's sole discretion based on legitimate, bona fide increases in the cost of materials. No adjustment shall be made to compensate the Company for inefficiency in operation, increase in labor costs,or for additional profit. 8.1.2 To obtain approval for a price increase, the Company shall submit a written request at least sixty (60) days prior to each calendar year during the term of the contract. All requests must be submitted to the Procurement Management Division representative, at the address listed below, together with written documentation sufficient to demonstrate that the increase is necessary based on a legitimate increase in the cost of materials. The request must state and fully justify the proposed price increase per unit over the price originally proposed. City of Charlotte M&FS Finance Office/Procurement Management 600 East Fourth Street Charlotte,NC 28202 8.1.3 No proposed price increase shall be valid unless accepted by the City in writing. The City may approve such price increase for the remaining tenn of the Contract or for a shorter specified period, in the City's sole discretion. If the City rejects such price increase,the Company shall continue performance of the Contract. 8.1.4 If the City approves a price increase pursuant to this Section and the market factors justifying the increase shift so that the increase is no longer justified, the City shall have the right to terminate the price increase and revert back to the prices that were in effect immediately prior to the increase. The Company shall notify the City in writing if the market factors on which the City granted the increase change such that the City's reasons for granting the increase longer apply. 8.2 If the Company's unit prices for any Products and/or Services should decrease, the Company shall provide the affected Products and/or Services at the lower discounted price. The Company will provide the City with prompt written notice of all decreases in unit prices. 8.3 If a Product becomes unavailable, or if a new Product becomes available, the Company promptly will send the City a proposed revised version of Exhibit A. The City reserves the right to add or delete items to this Contract if particular items should become discontinued or an upgraded item becomes available to the industry market. Any new or replacement items added may be subject to bid statute requirements. The City may also delete radio and communication equipment items included in this Contract if items are no longer needed or no longer issued as part of radios and communication equipment. At no additional cost to the City, the Company may substitute any Product or Service to be provided by the Company,if the substitute meets or exceeds the Specifications, is compatible with the City's operating environment and is of equivalent or better quality to the City. Any substitution will be reflected in a written signed change order. 5 Contract No.2017001134 Vendor No. 121531 9. BILLING. Each invoice sent by the Company shall include all reports, information and data required by this Contract (including the Exhibits) necessary to entitle the Company to the requested payment. The Company shall send one (1) copy only of each invoice using one of the following options: Option 1 —E-mail one copy of each invoice to cocao@charlottenc.gov. Company shall not mail invoices that have been sent via e-mail. Option 2—Mail one copy of each invoice to: City of Charlotte Accounts Payable PO Box 37979 Charlotte,NC 28237-7979 Attn: (Insert Department) The City is not tax exempt from sales tax. The Company shall include all applicable State and County sales taxes on the invoice and not combined with the cost of the goods. Payment of invoices shall be due within thirty (30) days after the City has received all of the following: (a) an accurate,properly submitted invoice, (b) all reports due for the month covered by the invoice; and (c) any other information reasonably requested by the City to verify the charges contained in the invoice. Invoices must include state and local sales tax. 10. CONTRACT MONITORING: The City shall have the right to audit the Company's compliance with the terms and conditions of the Contract at such times as the City deems appropriate. Unless the City elects to terminate the Contract, the Company shall develop a written action plan to correct any Contract deficiency identified during these compliance audits, and shall submit such plan to the City within thirty(30)days of notification of non- compliance. 11. REPORTING: The Company shall provide such written reports of purchasing and expenditures as may be requested by the City from time to time, including without limitation any reports described in the Specifications. 12. AUDIT: During the term of the Contract and for a period of three (3) years after termination or expiration of this Contract for any reason, the City shall have the right to audit, either itself or through a third party, all books and records(including but not limited to the technical records) and facilities of the Company necessary to evaluate Company's compliance with the terms and conditions of the Contract or the City's payment obligations. The City shall pay its own expenses, relating to such audits, but shall not have to pay any expenses or additional costs of the Company. However, if non-compliance is found that would have cost the City in excess of$5,000 but for the audit, then the Company shall be required to reimburse the City for the cost of the audit. 13. GENERAL WARRANTIES. Company represents and warrants that: 13.1 It is a corporation duly incorporated, validly existing and in good standing under the laws of the state of Alabama,and is qualified to do business in North Carolina; 13.2 It has all the requisite corporate power and authority to execute, deliver and perform its obligations under this Contract; 13.3 The execution, delivery,and performance of this Contract have been duly authorized by Company; 6 Contract No.2017001134 Vendor No. 121531 13.4 No approval, authorization or consent of any governmental or regulatory authority is required to be obtained or made by it in order for it to enter into and perform its obligations under this Contract; 13.5 In connection with its obligations under this Contract, it shall comply with all applicable federal, state and local laws and regulations and shall obtain all applicable permits and licenses;and 13.6 The Company shall not violate any agreement with any third party by entering into or performing this Contract. 14. ADDITIONAL REPRESENTATIONS AND WARRANTIES. Company represents warrants and covenants that: 14.1 The Products and Services shall comply with all requirements set forth in this Contract,including but not limited to the attached Exhibits; 14.2 All work performed by the Company and/or its subcontractors pursuant to this Contract shall meet industry accepted standards, and shall be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge; 14.3 Neither the Services, nor any Products provided by the Company under this Contract will infringe or misappropriate any patent, copyright, trademark or trade secret rights of any third party; and 14.4 The Company and each of its subcontractors have complied and shall comply in all material respects with all applicable federal, state and local laws, regulations and guidelines relating to the performance of this Contract or to the products and services delivered hereunder, including but not limited to E-Verify, and shall obtain all applicable verifications,permits, and licenses. 15. COMPLIANCE WITH LAWS: All Products and Services delivered under this Contract shall be in compliance with all applicable federal, state and local laws, regulations and ordinances. In performing the Contract, the Company shall obtain and maintain all licenses and permits,and comply with all federal, state and local laws, regulations and ordinances. 16. DELIVERY TIME: When delivery time is requested in the RFP, (whether in the form of a specific delivery date or maximum number of days for delivery) time is of the essence. The Company's Bid shall be deemed a binding commitment of the Company to meet the delivery time stated herein unless the Bid specifically takes exception. If such delivery time is not met, the City shall be entitled to terminate the Contract immediately for default and/or exercise any other remedies available at law or in equity. 17. QUALITY. Unless this Contract specifically states otherwise for a particular item, all components used to manufacture or construct any supplies, materials or equipment or Products provided under this Contract shall be: (a) new;(b)the latest model; (c)of the best quality and highest grade workmanship; and (d) in compliance with all applicable federal, state and local laws. regulations and requirements. By "new", the City means that the item has been recently produced and has not been previously sold or used. Whenever this Contract states that a Product or Service shall be in accordance with laws, ordinances, building codes, underwriter's codes, applicable A.S.T.M. regulations or similar expressions, the requirements of such laws, ordinances, etc., shall be construed to be minimum requirements that are in addition to any other requirements that may be stated in this Contract. 7 Contract No.2017001134 Vendor No. 121531 18. DESIGN AND/OR MANUFACTURER REQUIREMENT: All Products and Services shall meet the Specifications set forth in Section 4 of the RFP. 19. INSPECTION AT COMPANY'S SITE: The City reserves the right to inspect the equipment, plant, store or other facilities of the Company during the Contract term from time to time as the City deems necessary to confirm that such equipment, plant, store or other facilities conform with the Specifications and are adequate and suitable for proper and effective performance of the Contract. Such inspections shall be conducted during normal business hours and upon at least three(3) days' notice to the Company (except that a store may be inspected at any time during regular store hours without notice). 20. PREPARATION FOR DELIVERY: 20.1 Condition and Packaging. All containers/packaging shall be suitable for handling, storage or shipment, without damage to the contents. The Company shall make shipments using the minimum number of containers consistent with the requirements of safe transit, available mode of transportation routing. The Company will be responsible for confirming that packing is sufficient to assure that all the materials arrive at the correct destination in an undamaged condition ready for their intended use. 20.2 Marking. All cartons shall be clearly identified with the City purchase order number and the name of the department making the purchase. Packing lists must be affixed to each carton identifying all contents included in the carton. If more than one carton is shipped, each carton must be numbered and must state the number of that carton in relation to the total number of cartons shipped(i.e. 1 of 4,2 of 4,etc). 20.3 Shipping. The Company shall follow all shipping instructions included in the ITB, the City's purchase order or in the Contract. 21. ACCEPTANCE OF PRODUCTS/SERVICES: The Products delivered under this Contract shall remain the property of the Company until the City physically inspects, actually uses and accepts the Products. In the event Products provided to the City do not comply with the Contract, the City shall be entitled to terminate the Contract upon written notice to the Company and return such Products (and any related goods) to the Company at the Company's expense. In the event the Services provided under this Contract do not comply with the Contract, the City reserves the right to cancel the Service and rescind any related purchase of products upon written notice to the Company. The remedies stated in this Section are in addition to and without limitation of any other remedies that the City may have under the Contract, at law or in equity. 22. GUARANTEE: Unless otherwise specified by the City, the Company unconditionally guarantees the materials and workmanship on all Products and Services. If, within the guarantee period any defects occur due to a faulty Product or Services (including without limitation a failure to comply with the Specifications), the Company at its expense, shall repair or adjust the condition, or replace the Product and/or Services to the complete satisfaction of the City. These repairs, replacements or adjustments shall be made only at such time as will be designated by the City to ensure the least impact to the operation of City business. 23. NO LIENS: All Products shall be delivered and shall remain free and clear of all liens and encumbrances. 24. MANUFACTURER OR DEALER ADVERTISEMENT: No manufacturer or dealer shall advertise on Products delivered to the City without prior approval by the City. 8 Contract No.2017001134 Vendor No. 121531 25. RIGHT TO COVER: If the Company fails to comply with any term or condition of the Contract or the Company's response to the ITB. the City may take any of the following actions with or without terminating the Contract, and in addition to and without limiting any other remedies it may have: (A) Employ such means as it may deem advisable and appropriate to obtain the applicable Products and/or Services(or reasonable substitutes)from a third party; and (B) Recover from the Company the difference between what the City paid for such Products and/or Services on the open market and the price of such Products and/or Services under the Contract or the Company's response to the ITB. 26. RIGHT TO WITHHOLD PAYMENT: If Company breaches any provision of the Contract the City shall have the right to withhold all payments due to the Company until such breach has been fully cured. 27. OTHER REMEDIES: Upon breach of the Contract, each party may seek al] legal and equitable remedies to which it is entitled. The remedies set forth herein shall be deemed cumulative and not exclusive and may be exercised successively or concurrently, in addition to any other available remedy. 28. TERMINATION. 29.1 TERMINATION WITHOUT CAUSE. The City may terminate this Contract at any time without cause by giving sixty (60) days written notice to the Company. The Company may terminate this Contract at any time without cause by giving one hundred and eighty(180)days written notice to the City. 29.2 TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to the other party, either party may terminate this Contract upon the occurrence of one or more of the following events: 29.2.1 The other party violates or fails to perform any covenant, provision, obligation,term or condition contained in this Contract,provided that,unless otherwise stated in this Contract, such failure or violation shall not be cause for termination if both of the following conditions are satisfied: (i) such default is reasonably susceptible to cure; and (ii) the other party cures such default within thirty (30)days of receipt of written notice of default from the non-defaulting party;or 29.2.2 The other party attempts to assign, terminate or cancel this Contract contrary to the terms hereof;or 29.2.3 The other party ceases to do business as a going concern, makes an assignment for the benefit of creditors, admits in writing its inability to pay debts as they become due, files a petition in bankruptcy or has an involuntary bankruptcy petition filed against it (except in connection with a reorganization under which the business of such party is continued and performance of all its obligations under this Contract shall continue), or if a receiver, trustee or liquidator is appointed for it or any substantial part of other party's assets or properties. Any notice of default pursuant to this Section shall identify and state the party's intent to terminate this Contract if the default is not cured within the specified period. 9 Contract No.2017001134 Vendor No. 121531 29.3 ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By giving written notice to the Company, the City may also terminate this Contract upon the occurrence of one or more of the following events (which shall each constitute grounds for termination without a cure period and without the occurrence of any of the other events of default previously listed): 29.3.1 The Company makes or allows to be made any material written misrepresentation or provides any materially misleading written information in connection with this Contract, Company's Bid, or any covenant, agreement, obligation,term or condition contained in this Contract;or 29.3.2 The Company takes or fails to take any action which constitutes grounds for immediate termination under the terms of this Contract, including but not limited to failure to obtain or maintain the insurance policies and endorsements as required by this Contract, or failure to provide the proof of insurance as required by this Contract. 29.4 NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of the Contract shall not relieve the Company of the obligation to pay any fees, taxes or other charges then due to the City,nor relieve the Company of the obligation to file any daily, monthly,quarterly or annual reports covering the period to termination nor relieve the Company from any claim for damages previously accrued or then accruing against the Company. 29.5 OBLIGATIONS UPON EXPIRATION OR TERMINATION. Upon expiration or termination of this Contract, the Company shall promptly (a) return to the City all computer programs, files,documentation,data,media,related material and any other recording devices, information, or compact discs that are owned by the City; (b) provide the City with sufficient data necessary to migrate to a new vendor, or allow the City or a new vendor access to the systems, software, infrastructure, or processes of the Company that are necessary to migrate to a new vendor; and (c) refund to the City all pre-paid sums for Products or Services that have been cancelled and will not be delivered. 29.6 NO SUSPENSION. In the event that the City disputes in good faith an allegation of default by the Company, notwithstanding anything to the contrary in this Contract, the Company agrees that it will not terminate this Contract or suspend or limit the delivery of Products or Services or any warranties or repossess, disable or render unusable any Software supplied by the Company, unless (i) the parties agree in writing,or(ii)an order of a court of competent jurisdiction determines otherwise. 29.7 AUTHORITY TO TERMINATE. The City Manager or their designee is authorized to terminate this Contract on behalf of the City. 29.8 TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of this Contract, the Company shall cooperate with the City to assist with the orderly transfer of the Products, Services,functions and operations provided by the Company hereunder to another provider or to the City as determined by the City in its sole discretion. The transition services that the Company shall perform if requested by the City include but are not limited to: 29.8.1 Working with the City to jointly develop a mutually agreed upon transition services plan to facilitate the termination of the Services; and 10 Contract No.2017001134 Vendor No. 121531 29.8.2 Notifying all affected vendors and subcontractors of the Company of transition activities; 29.8.3 Performing the transition service plan activities; 29.8.4 Answering questions regarding the products and services on an as-needed basis;and 29.8.5 Providing such other reasonable services needed to effectuate an orderly transition to a new system. 29. NO DELAY DAMAGES: Under no circumstances shall the City be liable to the Company for any damages arising from delay,whether caused by the City or not. 30. MULTIPLE CONTRACT AWARDS. This Contract is not exclusive. The City reserves the right to award multiple contracts for the Products and Services required by this Contract if the City deems multiple Contracts to be in the City's best interest. 31. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this Contract is solely that of independent contractors, and nothing contained in this Contract shall be construed to (i) give any party the power to direct or control the day-to-day activities of the other; (ii) constitute such parties as partners,joint ventures, co-owners or otherwise as participants in a joint or common undertaking; (iii)make either party an agent of the other for any purpose whatsoever, or (iv) give either party the authority to act for, bind, or otherwise create or assume any obligation on behalf of the other. Nothing herein shall be deemed to eliminate any fiduciary duty on the part of the Company to the City that may arise under law or under the terms of this Contract. 32. INDEMNIFICATION: To the fullest extent permitted by law, the Company shall indemnify, defend and hold harmless each of the "Indemnitees" (as defined below) from and against any and all `Charges" (as defined below) paid or incurred any of them as a result of any claims, demands, lawsuits, actions, or proceedings: (i) alleging violation, misappropriation or infringement of any copyright, trademark, patent, trade secret or other proprietary rights with respect to the Work or any Products or deliverables provided to the City pursuant to this Contract ("Infringement Claims"); (ii) seeking payment for labor or materials purchased or supplied by the Company or its subcontractors in connection with this Contract; or (iii) arising from the Company's failure to perform its obligations under this Contract, or from any act of negligence or willful misconduct by the Company or any of its agents, employees or subcontractors relating to this Contract, including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any person(s) or damage or destruction to any property,real or personal, tangible or intangible; or (iv) arising from a violation of any federal, state or local law, regulation or ordinance by the Company or any its subcontractors (including without limitation E-Verify or other immigration laws); or(v) arising from any claim that the Company or an employee or subcontractor of the Company is an employee of the City, including but not limited to claims relating to worker's compensation, failure to withhold taxes and the like. For purposes of this Section: (a)the term"Indemnitees" means the City and each of the City's officers, officials, employees, agents and independent contractors (excluding the Company); and (b) the term "Charges" means any and all losses, damages. costs, expenses (including reasonable attorneys' fees). obligations, duties, fines, penalties, royalties, interest charges and other liabilities (including settlement amounts) or any other legal theory or principle,in connection with an Infringement Claim. This indemnification requirement is not intended to cover, and the Company is not responsible for, any damages that result from lack of maintenance; inadequate supervision; 11 Contract No.2017001134 Vendor No. 121531 negligence; intentional misconduct of anyone other than the Company, it's subcontractors, or their affiliates; inadequate surfacing that was not provided by or recommended by the Company,its subcontractors,or their affiliates; or vandalism. It is the intent of any insurance provided by Company to protect the Company and any subcontractor performing work under the Contract for (1) Product liability Claims arising solely from the negligent design or manufacture of the Playground Equipment when such goods and services are provided by the Company,Company's subcontractors,or their affiliates pursuant to this Contract; (2) Claims arising from any act of negligence or wilful misconduct by the Company or any of its agents, employees or subcontractors relating to this Contract, including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any person(s) or damage or destruction to any property,real or personal,tangible or intangible;and (3)Claims relating to worker's compensation for any employee or subcontractor of the Company; This clarifies and supersedes any other section of the Contract concerning indemnification that could be interpreted otherwise. 33. INSURANCE. Throughout the term of the Contract, the Company shall comply with the insurance requirements described in this Section. In the event the Company fails to procure and maintain each type of insurance required by this Section, or in the event the Company fails to provide the City with the required certificates of insurance,the City shall be entitled to terminate the Contract immediately upon written notice to the Company. The Company agrees to purchase and maintain the following insurance coverage during the life of the Contract with an insurance company acceptable to the City of Charlotte, authorized to do business in the State of North Carolina: (A) Automobile Liability: Bodily injury and property damage liability covering all owned, non-owned, and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident; and, $1,000,000 property damage, or $1,000,000 combined single limit each occurrence/aggregate. (B) Commercial General Liability: Bodily injury and property damage liability as shall protect the Company and any subcontractor performing work under the Contract from claims of bodily injury or property damage which arise from performance of the Contract, whether such work is performed by the Company, any subcontractor or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or$1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, services, completed operations, personal injury liability and contractual liability assumed under the indemnity provision of the Contract. (C) Workers' Compensation: Meeting the statutory requirements of the State of North Carolina and Employers Liability- $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit, providing coverage for employees and owners. The City shall be named as additional insured during and until completion of the work under the commercial general liability insurance for operations or services rendered under 12 Contract No.2017001134 Vendor No. 121531 this Contract. The Company's insurance shall be primary of any self-funding and/or insurance otherwise carried by the City for all loss or damages arising from the Consultant's operations under this agreement. The Company and each of its subcontractors shall and does waive all rights of subrogation against the City and each of the Indemnitees, as defined in Section 5.1. The Company shall not commence any work in connection with the Contract until it has obtained all of the types of insurance set forth in this Form, and such insurance has been approved by the City. The Company shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. All insurance policies shall be with insurers qualified and doing business in North Carolina recognized by the Secretary of State and the Insurance Commissioner's Office. The Company shall furnish the City with proof of insurance coverage by certificates of insurance accompanying the Contract. All insurance certificates must include the City of Charlotte's contract number in the description field. The City shall be exempt from, and in no way liable for any sums of money that may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Company and/or subcontractor providing such insurance. Since the playground and the play equipment will be in the care, custody,and control of the end user following installation,it is understood the Company cannot additionally insure the eventual owners of the equipment for any damages that result from: 1) lack of maintenance for which the Company or its subcontractors are not contractually obligated to perform,where such lack of maintenance is not as a result of instructions or manuals provided by the Company or its subcontractors ; 2) inadequate supervision; 3) Negligence(other than negligence of the Company or its subcontractors); 4) intentional acts of anyone other than the Company, its subcontractors or their affiliates; 5) inadequate surfacing that was not provided by or recommended by the Company, its subcontractors, or their affiliates;or 6) vandalism. 34. COMMERCIAL NON-DISCRIMINATION. As a condition of entering into this Contract, the Company represents and warrants that it will fully comply with the City's Commercial Non-Discrimination Policy, as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder. As part of such compliance, the Company shall not discriminate on the basis of race, gender, religion, national origin, ethnicity, age or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors or suppliers in connection with a City contract or contract solicitation process, nor shall the Company retaliate against any person or entity for reporting instances of such discrimination. The Company shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its subcontracting and supply opportunities on City contracts, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace. The Company understands and agrees that a violation of this 13 Contract No.2017001134 Vendor No. 121531 clause shall be considered a material breach of this Contract and may result in termination of this Contract, disqualification of the Company from participating in City contracts or other sanctions. As a condition of entering into this Contract, the Company agrees to: (a) promptly provide to the City in a format specified by the City all information and documentation that may be requested by the City from time to time regarding the solicitation, selection, treatment and payment of subcontractors in connection with this Contract; and(b) if requested,provide to the City within sixty days after the request a truthful and complete list of the names of all subcontractors, vendors, and suppliers that the Company has used on City contracts in the past five years,including the total dollar amount paid by the Company on each subcontract or supply contract. The Company further agrees to fully cooperate in any investigation conducted by the City pursuant to the City's Non-Discrimination Policy, to provide any documents relevant to such investigation that are requested by the City, and to be bound by the award of any arbitration conducted under such Policy. The Company agrees to provide to the City from time to time on the City's request, payment affidavits detailing the amounts paid by the Company to subcontractors and suppliers in connection with this Contract within a certain period of time. Such affidavits shall be in the format specified by the City from time to time The Company understands and agrees that violation of this Commercial Non- Discrimination provision shall be considered a material breach of this Contract and may result in contract termination, disqualification of the Company from participating in City contracts and other sanctions. 35. COMPANY WILL NOT SELL OR DISCLOSE DATA. The Company will treat as confidential information all data provided by the City in connection with this agreement. City data processed by the Company shall remain the exclusive property of the City. The Company will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the City in any manner except that contemplated by this agreement. 36. WORK ON CITY'S PREMISES. The Company will ensure that its employees and agents shall, whenever on the City's premises,obey all instructions and directions issued by the City's project manager with respect to work on the City's premises. The Company agrees that its personnel and the personnel of its subcontractors will comply with all rules, regulations and security procedures of the City when on the City's premises. 37. BACKGROUND CHECKS: The Company agrees that it has conducted or will conduct background checks on all personnel who will be working at the Charlotte service facility or delivering Products or Services under the Contract. The Company will conduct such background checks prior to the personnel commencing work hereunder, whether as part of the Company's standard pre-employment screening practices or otherwise. The Company will complete a background check on an annual basis for each person working at the Charlotte facility. Background check will include at a minimum: a. Criminal records search, b. Identification verification;and c. Proof of authorization to work in the United States. The Company agrees if any personnel does not meet the background qualifications, he/she shall not be assigned to perform services under this Contract. The Company will notify the City immediately if a background check reveals any conviction(s). If there is any question 14 Contract No.2017001134 Vendor No. 121531 as to whether any personnel meets the background qualifications, prior to assignment of any Services under this Contract,the Company shall contact the City immediately. 38. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The Company hereby certifies that it has or it will within thirty(30)days after execution of this Contract: 38.1 Notify employees that the unlawful manufacture, distribution, dispensation, possession, or use of controlled substance is prohibited in the workplace and specifying actions that will be taken for violations of such prohibition; 38.2 Establish a drug-free awareness program to inform employees about (i) the dangers of drug abuse in the workplace, (ii) the Company's policy of maintaining a drug-free workplace, (iii) any available drug counseling, rehabilitation, and employee assistance programs, and (iv) the penalties that may be imposed upon employees for drug abuse violations; 38.3 Notify each employee that as a condition of employment, the employee will (i)abide by the terms of the prohibition outlines in (a) above, and (ii) notify the Company of any criminal drug statute conviction for a violation occurring in the workplace not later than five days after such conviction; 38.4 Impose a sanction on, or requiring the satisfactory participation in a drug counseling, rehabilitation or abuse program by an employee convicted of a drug crime; 38.5 Make a good faith effort to continue to maintain a drug-free workplace for employees;and 38.6 Require any party to which it subcontracts any portion of the work under the contract to comply with the provisions of this Section. A false certification or the failure to comply with the above drug-free workplace requirements during the performance of this Contract shall be ground for suspension, termination or debarment. 39. NOTICES. Any notice, consent or other communication required or contemplated by this Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight courier, by electronic mail or by telefax to the intended recipient at the address set forth below. Notice shall be effective upon the date of receipt by the intended recipient; provided that any notice which is sent by telefax or electronic mail shall also be simultaneously sent by mail deposited with the U.S. Postal Service or by overnight courier. Each party may change its address for notification purposes by giving the other party written notice of the new address and the date upon which it shall become effective. Communications that relate to any breach, default, termination, delay in performance, prevention of performance, modification, extension, amendment, or waiver of any provision of this Contract shall be sent to: For The Company: For The City: Donald R. King Karen Ewing PlayCore Wisconsin, Inc. d/b/a Gametime Procurement Management Division 150 Playcore Drive SE 600 East Fourth Street Fort Payne, Alabama 35967 Charlotte,NC 28202 Phone:423.648.5891 Phone: 704.336.2992 Fax: 423.648.5903 Fax: 704.632.8254 E-mail: dking@playcore.com E-mail: kewing@charlottenc.gov 15 Contract No.2017001134 Vendor No. 121531 With Copy To: With Copy To: Cindy White Senior Assistant City Attorney 600 East Fourth Street Charlotte,NC 28202 Phone: 704-336-3012 Fax: 704-336-8854 E-mail:cwhite(wci.charlotte.nc.us All other notices shall be sent to the other party's Project Manager at the most recent address provided in writing by the other party. 40. SUBCONTRACTING: The Company shall not subcontract any of its obligations under this Contract without the City's prior written consent. In the event the City does consent in writing to a subcontracting arrangement, Company shall be the prime contractor and shall remain fully responsible for performance of all obligations which it is required to perform under this Contract. Any subcontract entered into by Company shall name the City as a third party beneficiary. 41. FORCE MAJEURE: Neither party shall be liable for any failure or delay in the performance of its obligations pursuant to the Contract, and such failure or delay shall not be deemed a default of the Contract or grounds for termination hereunder if all of the following conditions are satisfied: If such failure or delay: A. could not have been prevented by reasonable precaution; B. cannot reasonably be circumvented by the non-performing party through the use of alternate sources,work-around plans,or other means; and C. if,and to the extent, such failure or delay is caused, directly or indirectly,by fire, flood, earthquake, hurricane, elements of nature or acts of God, acts of war, terrorism,riots,civil disorders,rebellions or revolutions or court order. An event that satisfies all of the conditions set forth above shall be referred to as a "Force Majeure Event." Upon the occurrence of a Force Majeure Event, the affected party shall be excused from any further performance of those of its obligations which are affected by the Force Majeure Event for as long as (a) such Force Majeure Event continues and (b) the affected party continues to use reasonable efforts to recommence performance whenever and to whatever extent possible without delay. Upon the occurrence of a Force Majeure Event, the affected party shall promptly notify the other by telephone(to be confirmed by written notice within five(5) days of the inception of the failure or delay) of the occurrence of a Force Majeure Event and shall describe in reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event prevents the Company from performing its obligations for more than fifteen(15)days,the City shall have the right to terminate the Contract by written notice to the Company. Notwithstanding anything contained herein to the contrary, strikes, slow-downs, walkouts, lockouts, and industrial disputes of the Company or its subcontractors shall not constitute "Force Majeure Events" and are not excused under this provision. Nothing in the preceding Force Majeure provisions shall relieve the Company of any obligation it may have regarding disaster recovery,whether under the Contract or at law. 42 CONFIDENTIALITY. 16 Contract No.2017001134 Vendor No. 121531 42.1 DEFINITIONS. As used in this Contract, The term "Confidential Information" shall mean any information, in any medium, whether written, oral or electronic, not generally known in the relevant trade or industry, that is obtained from the City or any of its suppliers,contractors or licensors which falls within any of the following general categories: 42.2 Trade secrets. For purposes of this Contract, trade secrets consist of information of the City or any of its suppliers, contractors or licensors: (a) that derives value from being secret; and (b) that the owner has taken reasonable steps to keep confidential. Examples of trade secrets include information relating to proprietary software, new technology, new products or services, flow charts or diagrams that show how things work, manuals that tell how things work and business processes and procedures. 42.3 Information of the City or its suppliers, contractors or licensors marked "Confidential"or"Proprietary." 42.4 Information relating to criminal investigations conducted by the City, and records of criminal intelligence information compiled by the City. 42.5 Information contained in the City's personnel files, as defined by N.C. Gen. Stat. 160A-168. This consists of all information gathered by the City about employees, except for that information which is a matter of public record under North Carolina law. 42.6 Citizen or employee social security numbers collected by the City. 42.7 Computer security information of the City, including all security features of electronic data processing, or information technology systems, telecommunications networks and electronic security systems. This encompasses but is not limited to passwords and security standards, procedures, processes, configurations,software and codes. 42.8 Local tax records of the City that contains information about a taxpayer's income or receipts. 42.9 Any attorney/client privileged information disclosed by either party. 42.10 Any data collected from a person applying for financial or other types of assistance, including but not limited to their income, bank accounts, savings accounts,etc. 42.11 The name or address of individual home owners who, based on their income, have received a rehabilitation grant to repair their home. 42.12 Building plans of City-owned buildings or structures, as well as any detailed security plans. 42.13 Billing information of customers compiled and maintained in connection with the City providing utility services 42.14 Other information that is exempt from disclosure under the North Carolina public records laws. Categories 42.1 through 42.13 above constitute"Highly Restricted Information." as well as Confidential Information. The Company acknowledges that certain Highly Restricted Information is subject to legal restrictions beyond those imposed by this Contract, and agrees that: (a) all provisions in this Contract 17 Contract No.2017001134 Vendor No. 121531 applicable to Confidential Information shall apply to Highly Restricted Information; and (b) the Company will also comply with any more restrictive instructions or written policies that may be provided by the City from time to time to protect the confidentiality of Highly Restricted Information. The parties acknowledge that in addition to information disclosed or revealed after the date of this Contract, the Confidential Information shall include information disclosed or revealed within one year prior to the date of this Contract. 43. RESTRICTIONS. Company shall keep the Confidential Information in the strictest confidence,in the manner set forth below: 43.1 Company shall not copy, modify, enhance, compile or assemble (or reverse compile or disassemble), or reverse engineer Confidential Information,except as authorized by the City in writing. 43.2 Company shall not, directly or indirectly, disclose, divulge, reveal, report or transfer Confidential Information to any third party, other than an agent, subcontractor or vendor of the City or Company having a need to know such Confidential Information for purpose of performing work contemplated by written agreements between the City and the Company, and who has executed a confidentiality agreement incorporating substantially the form of this the Contract. Company shall not directly or indirectly, disclose, divulge, reveal, report or transfer Highly Restricted to any third party without the City's prior written consent. 43.3 Company shall not use any Confidential Information for its own benefit or for the benefit of a third party, except to the extent such use is authorized by this Contract or other written agreements between the parties hereto, or is for the purpose for which such Confidential Information is being disclosed. 43.4 Company shall not remove any proprietary legends or notices, including copyright notices,appearing on or in the Confidential Information. 43.5 Company shall use reasonable efforts (including but not limited to seeking injunctive relief where reasonably necessary) to prohibit its employees, vendors, agents and subcontractors from using or disclosing the Confidential Information in a manner not permitted by this Contract. 43.6 In the event that any demand is made in litigation, arbitration or any other proceeding for disclosure of Confidential Information, Company shall assert this Contract as a ground for refusing the demand and, if necessary, shall seek a protective order or other appropriate relief to prevent or restrict and protect any disclosure of Confidential Information. 43.7 All materials which constitute, reveal or derive from Confidential Information shall be kept confidential to the extent disclosure of such materials would reveal Confidential Information,and unless otherwise agreed,all such materials shall be returned to the City or destroyed upon satisfaction of the purpose of the disclosure of such information. 43.8 Company shall restrict employee access to the Confidential Information to those employees having a need to know for purposes of their jobs. 18 Contract No.2017001134 Vendor No. 121531 43.9 Company shall take reasonable measures to prevent the use or disclosure of Confidential Information by its employees in a manner not permitted by this Contract. The Company shall have each of its employees who will have access to the Confidential Information sign a confidentiality agreement which provides the City and its vendors, licensors, subcontractors, employees and taxpayers the same level of protection as provided by this Contract. 44. EXCEPTIONS. The City agrees that Company shall have no obligation with respect to any Confidential Information that the Company can establish: 44.1 Was already known to Company prior to being disclosed by the City; 44.2 Was or becomes publicly known through no wrongful act of Company; 44.3 Was rightfully obtained by Company from a third party without similar restriction and without breach hereof; 44.4 Was used or disclosed by Company with the prior written authorization of the City; 44.5 Was disclosed pursuant to the requirement or request of a governmental agency, which disclosure cannot be made in confidence, provided that, in such instance, Company shall first give to the City notice of such requirement or request; 44.6 Was disclosed pursuant to the order of a court of competent jurisdiction or a lawfully issued subpoena, provided that the Company shall take reasonable steps to obtain an agreement or protective order providing that this Contract will be applicable to all disclosures under the court order or subpoena. 45. MISCELLANEOUS 45.1 ENTIRE AGREEMENT. This Contract, including all Exhibits and Attachments constitute the entire agreement between the parties with respect to the subject matter herein. There are no other representations, understandings, or agreements between the parties with respect to such subject matter. This Contract supersedes all prior agreements, negotiations, representations and proposals, written or oral. Notwithstanding the forgoing, the parties agree that the ITB and the Bid are relevant in resolving any ambiguities that may exist with respect to the language of this Contract 45.2 AMENDMENT. No amendment or change to this Contract shall be valid unless in writing and signed by the party against whom enforcement is sought. Amendments that involve or increase in the amounts payable by the City may require execution by a Department Director, the City Manager, or an Assistant City Manager; depending on the amount. Some increases may also require approval by City Council. 45.3 GOVERNING LAW AND JURISDICTION. North Carolina law shall govern the interpretation and enforcement of this Contract, and any other matters relating to this Contract (all without regard to North Carolina conflicts of law principles). All legal actions or other proceedings relating to this Contract shall be brought in a state or federal court sitting in Mecklenburg County,North Carolina. By execution of this Contract, the parties submit to the jurisdiction of such courts and hereby irrevocably waive any and all objections which they may have with respect to venue in any court sitting in Mecklenburg County,North Carolina. 19 Contract No.2017001134 Vendor No. 121531 45.4 BINDING NATURE AND ASSIGNMENT. This Contract shall bind the parties and their successors and permitted assigns. Neither party may assign this Contract without the prior written consent of the other. Any assignment attempted without the written consent of the other party shall be void. For purposes of this Section, a Change in Control,as defined in Section 42.8 constitutes an assignment. 45.5 SEVERABILITY. The invalidity of one or more of the phrases,sentences,clauses or sections contained in this Contract or the Exhibits shall not affect the validity of the remaining portion of this Contract or Exhibits so long as the material purposes of this Contract can be determined and effectuated. If any provision of this Contract or Exhibit is held to be unenforceable, then both parties shall be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and this Contract shall be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent. 45.6 NO PUBLICITY. No advertising, sales promotion or other materials of the Company or its agents or representations may identify or reference this Contract or the City in any manner without the prior written consent of the City. Notwithstanding the forgoing, the parties agree that the Company may list the City as a reference in responses to requests for proposals,and may identify the City as a customer in presentations to potential customers. 45.7 WAIVER. No delay or omission by either party to exercise any right or power it has under this Contract shall impair or be construed as a waiver of such right or power. A waiver by either party of any covenant or breach of this Contract shall not constitute or operate as a waiver of any succeeding breach of that covenant or of any other covenant. No waiver of any provision of this Contract shall be effective unless in writing and signed by the party waiving the rights. 45.8 CHANGE IN CONTROL. In the event of a change in "Control" of the Company (as defined below), the City shall have the option of terminating this Contract by written notice to the Company. The Company shall notify the City within ten days of the occurrence of a change in control. As used in this Contract, the term "Control" shall mean the possession, direct or indirect, of either (i) the ownership of or ability to direct the voting of, as the case may be fifty-one percent (51%) or more of the equity interests, value or voting power in the Company or (ii) the power to direct or cause the direction of the management and policies of the Company whether through the ownership of voting securities, by contract or otherwise. 45.9 NO BRIBERY. The Company certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the forgoing has bribed or attempted to bribe an officer or employee of the City in connection with this Contract. 45.10 FAMILIARITY AND COMPLIANCE WITH LAWS AND ORDINANCES. The Company agrees to make itself aware of and comply with all local, state and federal ordinances, statutes, laws, rules and regulations applicable to the Services. The Company further agrees that it will at all times during the term of this Contract be in compliance with all applicable federal, state and/or local laws regarding employment practices. Such laws will include, but shall not be limited to workers' compensation, the Fair Labor Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and Medical Leave Act(FMLA)and all OSHA regulations applicable to the work. 20 Contract No.2017001134 Vendor No. 121531 45.11 TAXES. The Company shall pay all applicable federal,state and local taxes which may be chargeable against the Products and/or Services. 45.12 SURVIVAL OF PROVISIONS: Those Sections of the Contract and the Exhibits, which by their nature would reasonably be expected to continue after the termination of the Contract shall survive the termination of the Contract, including but not limited to the following: Section 3 "Term" Section 4.3 "Employment Taxes and Employee Benefits" Section 13 "General Warranties" Section 14 "Additional Representations and Warranties" Section 22 "Guarantee" Section 28 "Other Remedies" Section 29 "Termination" Section 33 "Insurance" Section 34 "Indemnification" Section 39 `Notices" Section 42 "Confidentiality" Section 45 "Miscellaneous" 45.13 NON-APPROPRIATION OF FUNDS. If City Council does not appropriate the funding needed by the City to make payments under this Contract for a given fiscal year, the City will not be obligated to pay amounts due beyond the end of the last fiscal year for which funds were appropriated. In such event,the City will promptly notify the Company of the non-appropriation and this Contract will be terminated at the end of the last fiscal year for which funds were appropriated. No act or omission by the City, which is attributable to non-appropriation of funds shall constitute a breach of or default under this Contract. 45.14 E-VERIFY. Company shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and shall require each of its subcontractors to do so as well. 45.15 IRAN DIVESTMENT ACT. Company certifies that: (i) it is not identified on the Final Divestment List or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S. 147-86.58; (ii) it will not take any action causing it to appear on any such list during the term of this Contract;and(iii)it will not utilize any subcontractor that is identified on any such list to provide goods or services hereunder. 45.16 PRE-AUDIT. No pre-audit certificate is required under N.C. Gen. Stat. 159-28(a) because this Contract is for an indefinite quantity with no minimum purchase requirement. Notwithstanding anything contained herein to the contrary, this Contract does not require the City to purchase a single product or service, and a decision by the City to not make any purchase hereunder will violate neither this Contract nor any implied duty of good faith and fair dealing. The City has no financial obligation under this Contract absent the City's execution of a valid and binding purchase order or contract addendum containing a pre-audit certificate." 21 Contract No.2017001134 Vendor No. 121531 45.17 UNIFORM ADMINISTRATIVE REQUIREMENTS By entering into this Contract,the Company agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, Part 200—Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards contained in Title 2 C.F. R. §200 et seq. 45.18 COUNTERPARTS. This Contract may be executed in any number of counterparts,all of which taken together shall constitute one single agreement between the parties. [Signature Page Follows] 22 contract No.2017001134 Vendor No. 12153 I IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and understood each and every provision hereof, the parties have caused this Contract to be executed on the dale first written above. PLAYCOR ` SCONSIN,INC. D/B/A GAMETIMF.: /4.4,terrui PRINT NAME: 1:2- $6'QT Y. tAgo TITLE: t;/1I/ole V. e of SAWS DATE: 05 "03-20(7 CITY OF CHARLOTTE CITY OF CHARLOTTE CITY MANAGER'S OFFICE: RISK MANAGEMENT DIVISION: BY: I i / �. . 4 BY: �4L. PRINT NAME: _ . or A, 4 PRINT NAME: 11 TITLE: TITLE: � �' TITLE: '�� f 5 //5// 7 DATE: 44 / 7 Contract No. 2017001134 Vendor No. 121531 EXHIBIT C NATIONAL NETWORK OF DISTRIBUTORS AND INSTALLERS The following National Network of Distributors and Installers is an Exhibit to and is incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing,Site Accessories and Related Products and Services(the"Contract") between the City of Charlotte and Playcore Wisconsin, Inc.d/b/a GameTime. 26 VT ► ME - WA (GameTime) NY •PLAYCORE co,••.,, - _ x `- ' -- . NH 150 PlayCore Drive SE _ I. MA Ft Payne,AL 35967 - ID ED (800)633-2394 - = I RI = , III CT r_. PA • --� NJ . Mi; IP* it . K9it co nc w, 11:-.161=4-.:":_� 0 At HI 49i�111111111111111K11r 111% 1114 GameTime Sales Territories -Bitting Recreation,Inc. ® Cunningham Recreation Cunningham Recreation r � Cunningham Recreation ID Cunningham Recreation PO Box 6445 PO Box 240981 PO Box 240981 2135 City Gate Lane.Suite 300 PO Box 487 Harrisburg.PA 17112-0445 Charlotte.NC 28224 Charlotte,NC 28224 Naperville.IL 60563 Queenstown.MD 21658 PA Tel: (800)248-8464 AR KS MO Tel: 000)438-2780 IA NE Tel: (800)438-2780 IL Tel: (800)942-1062 DE Tel: (600)233-0529 Fax: (717)652-5826 NC OK SC Fax:(704)525-7356 ND SD Fax:(704)525-7356 Fax:(630)554.3750MD Fax:(410)827-8855 Website: www.bdtingrec.comVA Website: vwVw.cunninghamww rec.com Website: www.cunninghamrec.com Website: w .cunninghamrec.com Website: www.westrecreation.com WV DC Dominica Recreation ` Great Western Marturano Recreation Co, MRC-Pacific W MinnesotaArsconsin Products,Inc. 1 Recreation PO Box 106 ,, %a 1030-B Railroad Avenue Playground,Inc. PO Box 520700 PO Box 97 Spring Lake.NJ 07762 Novato.CA 94947 PO Box 27328 FL Longwood.FL 32752-0700 CA ID Wellsville.UT 84339 MA ME NJ Tel: (B03)922-0070 No.CA Tel: (415)899-9996 MN Golden Valley,MN 55427 GA Tel. (800)432-0162 MT NV Tel: (800)453-2735 NY CT RI Fax.(732)974-0226 OR Fax: (415)899-9050 WI Tel: (800)622.5425 TN Fax:(407)331.4720 UTFax.(435)245-5057 VT NH Websile: www.gametimenorcal.com Fax (763)546-5050 1NYWebsite: www.drpinc.com Website: www.gwpark.com Website: www.mnwiplay.com Sinclair Recreation no, SiteLines Park d Total Recreation Products Triple M Recreation J.A.Dawson d Co.,lnc. Illk 126 E.Lakewood BlvdPlayground Products NW 12022 C.Knigge C Rd.Suite C 4638 East Shea Blvd. PD Box 1178 Suite 40 626 128'"Street.S.W. Cypress,TX 77429 Suite B-170 Pentam.AL 35124 MI Holland.MI 49424 AK Suite 104-A LA Tel (800)392.9909 AZ CO Phoenix.AZ 85028 AL Tel- (800)221-8869 IN Tel: (800)444-4954 wA Everett,WA 98204 TX NM (832)237-3895 NM TX Tel- (480)315-9103 FL Fax (205)663-5012 Fax:(616)392-8634 Tel: (800)541-0869 Fax:(4801 315-9991 Websile: wrm.sinclair-rec.com Fax:(425)347-3056 Websile. s ww.triplemrec.com MS Website: www.sitelines.com -David Williams&Associates,Inc. 1P61 u. PO Box 218 1481 South King Street 1010Harrison Avenue Suite 226 KY Harrison,OH 45030 MI Honolulu,HI 96814 OH Tel: (800)762-7936 Tel (808)845-7788 Fax:(330)821-4505 Fax:808)952-5501 Website: www.davidwilarnsassociales.corn Website: www.innovativeplaygroundsandrecreation.com GAMETIME DOMESTIC SALES AGENCY CONTACT INFORMATION Sales Representative Agency Address-Website-Territory Telephone& Fax Bitting Recreation, Inc. P. 0. Box 6445, Harrisburg, PA 17112 800-248-8464 Randy Bitting www.bittingrec.com 717-652-5826 W. PA Cunningham Associates P. 0. Box 240981 Charlotte, NC 28224 800-438-2780 Scott Cunningham www.cunninqhamrec.com 704-525-7356 AR, DE, DC, IA, IL,KS, MD, MO, NE, NC, ND, OK,SC,SC, VA, W. TN,WV J.A. Dawson &Co., Inc. P. O. Box 1178 Pelham,AL 35124 800-221-8869 Craig Struthers www.iadawsonco.com 205-663-5058 AL, FL Panhandle, MS Dominica Recreation Products, Inc. P. 0. Box 520700 Longwood, FL 32752 800-432-0162 Rob Dominica www.playdrp.com 407-331-4720 FL(ex: Panhandle), GA, East/Central TN Great Western Recreation, LLC P. 0. Box 97 Wellsville, UT 84339 800-453-2735 Tyler Kyriopoulos www.gwpark corn 435-245-5057 Lewis Painter ID, MT, NV, UT, WY,S. CA IPR 1481 S. King St.,S-226, Honolulu, HI 96814 808-845-7788 Gideon Naiditch www.ipr-hawaii.com 808-952-5501 Ian Ross HI Marturano Recreation Co., Inc. P. 0. Box 106 Spring Lake, NJ 07762 800-992-0070 Jim Marturano www.mrcrec.com 732-974-0226 Brian Gates MA, ME, NJ, NY,CT, RI, VT, E. PA, NH, N.CA, OR Minnesota Wisconsin Playgrnd,lnc P.0. Box 27328 Golden Valley, MN 55427 800-622-5425 Harlan Lehman www.mnwiplay.com 763-546-5050 Ron Lehman MN,WI Sinclair Recreation, LLC P. 0. Box 1409 Holland, MI 49422 800-444-4954 Diane Sinclair www.sinclair-rec.com 616-392-8634 Rich Sinclair IN, MI Sitelines Park& Playground 626 128th St.,SW, S-104A, Everett,WA 98204 800-541-0869 Gary Max www.sitelines.com 425-750-7493 AK,WA Total Recreation Products 17802 Grant Road,Cypress,TX 77429 800-392-9909 Bryan O'Conner www.totalrecreation.net 281-351-2493 Kelly O'Conner LA,TX Triple M Recreation, Inc. 8700 E.Vista Bonita Dr.,S-188, Scottsdale,AZ 85255 480-315-9103 Gene Everts www.triplemrec.com 480-315-1311 Patti Everts AZ, CO, NM,W.TX David Williams&Associates P.0. Box 208, Harrison,OH 45030 800-762-7936 Bob Greiwe www.davidwilliamsassociates.com 330-821-4505 David Williams OH, KY 3/12/2017 b Cunningham - CIS Outdoor Services 112 Nivens Drive Bitting - Bramble Landscapes, LLC. - P 0 Box 790 Atoka,TN 38004 Bramble, Mark Bus: (901)428-8836 586 Sterling Drive Home: 2018 Sarver,Pa. 16055 Mobile: (901)428-8836 Bus: (724)859-0958 Bus Fax: (901)475-0015 E-mail Chris@clsoutdoorservices.corn Home: 2018 Mobile: (724)859-0958 E-mail: bramble.landscapes@gmail.com Cunningham - Custom Park Services 8019 E.Old Jessup Road Bitting - Playground Pros (Hartzell, Lowell) PO Box 1098 Jessup,MD 20794 154 N.Sheridan Road Bus: (410)799-7745 or 877-799-7745 Newmanstown,PA 17073 Home: 2017 Bus: (610)589-1769 Mobile: (410)365-0502 Home: 2018 Bus Fax: (410)579-1284 Mobile: (610)413-9832 E-mail: cpsmike@comcast.net Bus Fax: (610)589-1817 E-mail: bill@theplaygroundpros.com Cunningham - Custom Playgrounds 9951 N Alpine Road,Suite 100 Machesney Park,II.61115 Bus: (815)708-8540 Cunningham - Blueprint Construction, LLC Home: 2016 (Liles, Robbie S.) Mobile: (815)505-0500 Bus Fax: (779)423-2033 5 Liles Woods LN E-mail: mbk5977@hotmail.com Gamer,NC 27529 Bus: (919)210-1589 Cunningham - D C Install, LLC. Home: 2018 g Bus Fax: (919)779-9436 503 Niagara E-mail: RL1Builder@gmail.com E.Alton,Illinois 62024 Bus: (618) 531-0848 Cunningham -Carlson Consultingand Home: 2017 g Mobile: (618)531-0848 Contracting Bus Fax: (618)258-9007 1150 Prospect Blvd. E-mail: donchatham@charter.net Waterloo,Iowa 50701 E-mail 2: donchatam@charter.net Bus: (319)234-8965 Home: 2016 Cunningham - D G Services, Inc. (Layne, Mobile: (319)415-8365 Bus Fax: (319)234-8965 Kevin) E-mail: landrn1@msn.com 181 Springdale Acres Drive Mooresville,NC 28115 Bus: Cunningham - Cedar Creek Run Home:17 01893878 Construction - Stanley, Bill Mobile: 9802302946 Bus Fax: 7047993878 24072 Zachery Taylor Hwy. E-mail: dgserv@bellsouth.net Culpeper,Va.22701 Bus: (877)640-9811/(540)364-9811 Home: 2016 Cunningham - Elanar Construction Mobile: (703)244-5991 Company Bus Fax: (540)825-3445 E-mail: bstanley@ccrconstructionllc.com 6620 W.Belmont Avenue Chicago,IL 60634 Bus: (773)628-7011 Home: 2018 Mobile: (773)908-7629 Bus Fax: (773)628-7041 E-mail: ross@elanar.com E-mail 2: ross@elanar,com Barr, Patricia 1 3/8/2017 11:36 AM Cunningham - Jones & Sons Contracting 11409 Boltomley Road Cunningham - Fuertes Systems Bus: (3 t MD 21788 (301)898-3743 Landscaping, Inc Home: 2011 15100 5.Indian Boundary Rd. Bus Fax: (301)898-3743 E-mail: lannajones@msn.com Plainfield,II.60544 Bus: (815)725-2959 Home: 2016 Cunningham - Kay Jay Construction, Inc. Mobile: (847)312-9393 Bus Fax: (815)725-3165 300 S.Carlton Ave.#160 E-mail: furtel@sbcglobal.net Wheaton, 11.60187 Bus: (312)388-3030 Home: 2016 Cunningham - G.L. Stone and Son, Inc. - Mobile: (312)388-3030 Gilkerson, Leondis E-mail: fred.conforti@sbcglobal.net 24 First Street Cunningham - Kenneth Company, The Hamlin,WV.25523 Bus: (304)824-3800 16W064 Jeans Road Home: 2016 Lemont,II.60439 Mobile: (304)208-4550 Bus: (630)679-2750 Bus Fax: (304)824-3848 Home: 2016 E-mail: glstoneandson@zoominternet.net Mobile: (630)514-3632 Bus Fax: (630)325-2780 Cunningham - Grass roots, Inc. E-mail: kcoffice@aol.com 501 W.Central Avenue Cunningham - Massanelli Construction, Inc. Davidsonville,MD 21035 Bus: (410)721-1093 105 Bellaire Drive Home: 2016 Hot Springs,Arkansas 71901 Mobile: (301)785-5770 Bus: (501)318-7618 Bus Fax: (301)858-1039 Home: 2016 E-mail: ccook@getgrassroots.com Mobile: (501)318-7618 Bus Fax: (501)321-6083 Cunningham - Green-Up Landscape, Inc. E-mail TMASSArelli25@yahoo.com 23940 Andrew Road Cunningham - Monkebar Builders, L.L.C. Plainfield,IL 60585 g Bus: (815)372-3000 1214 Towanda Ave.,Upper Level Home: 2017 Bloomington,IL 61701 Mobile: (815)693-1833 Bus: (309)829-9111 Bus Fax: (815)372-3005 Home: 2016 E-mail: brs@green-up.com Mobile: (309)825-9111 Bus Fax: (309)829-5555 Cunningham - Howard's General E-mail. monkeko@comcast.net Contracting Cunningham - Moore Recreational 708 Knightswood Road Products, Inc. Fort Mill,S.C.29708 Bus: (803)802-1722 PO Box 472747 Home: 2017 Charlotte,NC 28247 Mobile: (803)280-5630 Bus: (704)905-3665 E-mail: lance@howardsgc.com Home: 2017 Mobile: (704)905-3665 Cunningham - IDE Construction (Turner, Bus Fax: (704)643-1369 E-mail: Moorerecreation@gmail.com Michael) 18601 Green Street Washington,NE 68068 Bus: (402)510-0549 Home: 2018 E-mail: turner.michael.17@gmail.com Barr, Patricia 2 3/8/2017 11:36 AM Cunningham - Prestige Landscaping Solutions - Mullins, Jason Cunningham - Old South Building Corp - 5001 NW 10 Apt.905 Deeds, Rob Oklahoma City,Ok.73127 Bus: (405)885-2015 1622 Brandon Ave. Home: 2014 Petersburg,Va.23805 Mobile: (405)820-8304 Bus: (804)307-9307 Bus Fax (405)849-2739 Home: 2016 E-mail: jmullen@pssokc.net Mobile: (804)307-9307 Bus fax: (804)733-1110 Cunningham - Reese Construction Company E-mail: rob@oldsouthbuild.com 3720 Lucky Drive Cunningham - Ozark Mountain Apex, 9C9)7533299B5501 Installations, Inc. Home: 2017 9706 Lawrence 2237 Mobile: (919)427-4685 Monett,MO 65708 Bus Fax: (919)329-5503 Bus: (417)235-9475 E-mail: reeseconstruction@hotmail.com Home: 2018 Mobile: (417)235-9475 Cunningham - RJR Enterprises, Inc. Bus Fax: (417)236-0897 E-mail: j.m.pass2@yahoo.com 804 N 42nd Street Rogers,AR 72756 Bus: (479)936-1092 Cunningham - ParkScape Solutions LLC Mobile: (479)621-3939 (Woods, Wayne 0.) E-mail: RonBrown@nwarjr.com 8226C Hwy J Cunningham - Robert Kremers Construction Black,MO 63625 Bus: (573)269-4450 515 S.86th Street Home: 2017 Omaha,NE 68114 Mobile: (573)701-3294 Bus: (402)658-3357 E-mail: wayne@parkscapesolutions.com Home: 2017 Mobile: (402)658-3357 Cunningham - Play Structure Plus Bus Fax: none E-mail: bobkremers1@aol.com 364 East Main Street,Suite 172 Middletown,De.19709 Cunningham - Triad Property Services, Inc. Bus: (302)528-8791 g Home: 2016 962 Wiley Lewis Road Mobile: (302)528-8791 Greensboro, NC 27406 Bus Fax: (302)378-0747 Bus: (336)378-1541 E-mail: markmacdonald4@verizon.net Home: 2017 Mobile: (336)337-1930 Cunningham - Play-N-Scape, Inc. Bus Fax: (336)378-1541 E-mail: brentattps@triad.rr.com 190 Briarwod Drive Crystal Lake,IL 60014 Cunningham - Woods Const. Serv. Bus: (815)693-2769 Home: 2016 8226B Hwy.J Mobile: (815)459-6758 Black, Mo.63625 Bus Fax: (815)459-5790 Bus: (573)269-1113 E-mail: playnscape@comcast.net Home: 2017 Mobile: (573)701-3294 Bus Fax: (573)269-1033 E-mail: wayne@woodsconstructionservices.com Barr, Patricia 3 3/8/2017 11:36 AM Dominica Recreation Products - Copponex Group LLC (Copponex, Glen) Cunningham - Zogg & Associates (Zogg, 1478 Highway 124 Brent) Auburn,GA 30011 Bus: (770)421-5252 27610 90th Avenue Home: 2017 Donahue,IA 52746 Mobile: (770)846-2120 Bus: (563)210-2943 E-mail: greg@copponexgroup.com Home: 2018 E-mail: zoggdesign@netins net Dominica Recreation Products - Outdoor Cunningham -Hyde Construction (Hyde, Construction John) 134 Stanley Court Sutie#E Lawrenceville,GA 30046 1325 South Bates Avenue Bus: (770)995-8430 Toll Free 877-995-1100 Springfield,IL 62704 Home: 2017 Bus: (217)891-4618 Mobile: (678)234-7489 Home: 2018 Bus Fax: (886)536-5244 E-mail: Backstp23@yahoo.com E-mail: terry@occ-ga.com E-mail 2: occga@aol.com d Dominica Recreation Products - Pelican Dawson, J.A. Playground Maintenance LLC (De Armond, William) P.O.Box 1178 Pelham,AL 35124 Suite 202 Dept 213 Bus: (205)663-5058 Fort Myers,FL 33912 Home: 2017 Bus: (239)284-7335 Mobile: (205)368-4365 Home: 2018 Bus Fax: (205)663-5012 E-mail: Billy@pelicanplaygroundmaintenance.com E-mail: cstruthers@jadawsonco com Dominca - D.W. Recreation Services, Inc. 9 (West, Donald) Great West Park and Play - C S 2500 NW 79th Ave.#258 Construction (Amick, Chris) Doral,FL 33122 Bus: (561)433-4709 13049 Lynn Christi Ave Home: 2017 Bakersfield,CA 93314 Mobile: (561)818-4819 Bus: (661)978-9748 E-mail: dwrecreation@bellsouth.net Home: 2017 E-mail: csconstruction@bak.rr.com Dominica - John Fitzgerald, Inc. P.O.Box 655 Great West Park and Play - California Sanford,FL 32772 Landscape & Design, Inc. (Kammerer, Steve) 412 Mattie St. Sanford,FL 32773 273 N Benson Avenue Bus: (407)323-8822 Upland,CA 91786 Home: 2018 Bus: (909)949-1601 Mobile: (407)920-2256 Home: 2017 Bus Fax: (407)323-0999 Mobile: (909)215-7439 E-mail: julie@fivestarinstallers.com Bus Fax: (909)981-9368 E-mail: skammerer@calandscape.com Barr,Patricia 4 3/8/2017 11:36 AM 9 Great West Park and Play - Evergreen Environment, Inc. (Sandoval, Juan) Great West Park and Play - Childs Play 8609 Mission Blvd 1852 Langley Ave Riverside,CA 92509 Irvine,CA 92614 Bus: (951)332-2218 Bus: (949)252-1186 Home: 2018 Home: 2017 Mobile: (951)337-1757 Mobile: (714)709-1782 Bus Fax (951)332-2219 E-mail: chris@childsplaygrounds.com E-mail: juan@evergreenenvironment.net Great West Park and Play - Cicero Great West Park and Play - Fullmer Engineering, Inc. Brothers Landscape Maintenanc, Inc. 1372 E.Valencia Drive (Newbold, Craig) Fullerton,Ca.92831 1825 N. 1450 W Bus: (714)871-2800 Lehi,Utah 84043 Home: 2017 Bus: (801)571-9899 Mobile: (562)762-5147 Frank Cicero Home: 2018 Bus Fax: (714)871-2801 Mobile: (801)671-6257 E-mail: fcicero@ciceroengineering.com E-mail: craig@fullmerbrothers.com Great West Park and Play - Coastal Park Great West Park and Play - Garden Shop and Recreation - Lapp, Doug Nursery Landscaping 3075 Falda Road 1978 Frazier Avenue Atascadero,Ca.93422 Sparks,Nv.89431 Bus: (805)441-2952 Bus: (775)358-3080 Home: 2018 Home: 2018 Mobile: (805)441-2952 Mobile: (775)221-0935 E-mail: doug@coastalparkandrec.com Bus Fax: (775)358-3084 E-mail: gslmike@sbcglobal.net Great West Park and Play - Distinctive Exteriors, Inc. - Aikens, Phil Great West Park and Play - Great Western 6625 South Valley View Blvd Installations - Olson, Derek Suite 212 Great Western Installations Las Vegas,NV 89118 PO Box 97 Bus: (702)385-4555 Wellsville,Ut.84339 Home: 2014 Bus: (800)453-2735 Mobile: (702)286-7091 Home: 2017 E-mail: phil@vegasexteriors corn Mobile: Steve(435)760-5100/Derek(858)337-9195 Bus Fax: (435)245-5057 Great West Park and Play - Evans E-mail: sieve@gwpark.com Recreation Installation, Inc. Great West Park and Play - K.C. Equipment P.O.Box 42607 Las Vegas,Nevada 89116 413 S.Magnolia Ave. Bus: (702)271-8170 El Cajon,CA 92020 Home: 2016 Bus: (619)443-9730 Mobile: (702)271-8170 Home: 2013 Bus Fax: (619)443-9729 us Fax: (702)926-9685 E-mail: doug.e@evansrecreation.com E-mail: info@kcequipmentinc.com Great West Park and Play - Linnert Builders 1675 No.Shaffer St. Orange,CA 92867 Bus: (714)974-4393 Home: 2018 Mobile: (714)606-4951 Bus Fax: (714)974-4393 E-mail: blinnert@socal.rr.com Barr, Patricia 5 3/8/2017 11:36 AM g Great West Park and Play - Recreation Installation Great West Park and Play - Malibu Pacific 1321 N.Lewis Peak Drive Tennis Courts, Inc. Ogden,Utah 84401 Bus: (801)388-6980 31133 Via Colinas,Suite 107 Home: 2018 Westlake Village,CA 91362 Bus Fax: (801)393-2745 Bus: (818)707-3797 E-mail: julio_membreno@yahoo.com Home: 2013 Mobile: (818)991-7445 Great West Park and PlayZasueta Bus Fax: (818)706-1951 E-mail: phil@malibupacific.com Contracting, Inc. PO Box 866 Great West Park and Play - Play Spring Valley,CA 91976 Foundations, Inc. (Cox,jack) Bus: (619)589-0609 Home: 2016 1330 N.Melrosed Drive Suite F Mobile: (619)843-4048 Vista,CA 92083 Bus Fax: (619)697-6031 Bus: 17602958645 E-mail: azplaygrounds@yahoo.com Home: 2018 Mobile: 17604209689 Great West Park and Play -Unlimited Bus Fax: 17602958651 Engineering Contracting, Inc. (Carter, Great West Park and Play - PSI Kevin) 1747 Colgate Drive 950 Firestone Circle Thousand Oaks,CA 91360 Simi Valley,CA 93065 Bus: (805)494-3401 Bus: (805)587-7514 Home: 2018 Home: 2017 Mobile: (818)618-2333 Mobile: (818)652-6922 Bus Fax: (805)494-3343 E-mail: unlimitedengineering101@yahoo.com E-mail: gdonahoe@ix.netcom.corn Great West Park and Play - Quality Time Recreation IPR$ Hawaii P.O.Box 471 Sagum, Danielle Clearfield,Ut 84089 g 673 W.1860 N. 1481 S.King Street Clinton,Ut.84015 Suite 226 Bus: (801)718-5367 Honolulu,HI 96814 Home: 2018 Bus: (808)952-7788 Mobile: (801)718-5367 Home: 2017 Bus Fax: (801)728-3558 Mobile: (808)679-1113 E-mail: qtrec@comcast.net E-mail: danielle@ipr-hawaii.com Great West Park and Play - Rasco m Construction, Inc. 6588 West 10900 North Marturano - A & H contracting Highland,Utah 84043 33 Eastwood Blvd. Bus: (801)360-1723 Manalapan,NJ.07726 Home: 2018 Bus: (732)972-0006 Mobile: (801)360-7123 Home: 2015 Bus Fax: (801)763-7664 Mobile: (732)672-3236 E-mail: Tylertdr@yahoo.com Bus Fax: (732)972-0555 E-mail: ahcontractinginc@aol.com Barr, Patricia 6 3/8/2017 11:36 AM m Marturano - Currie Grove, LLC 300 Old Reading Pike Marturano - AAH Constuction Corp. Bldg. 1,Suite 102 Stowe,Pa.19464 (Cinquemani, Led) Bus: (610)970-8846 21-77 31st Street Suite 107 Home: 2017 Astoria,NY 11105 Mobile: (610)310-5926 Bus: (718)267-1300 Bus Fax: (610)970-4719 Home: 2018 E-mail: curriegrove@aol.com Mobile: (917)709-2021 Bus Fax: (718)726-1474 Marturano - Dakota Excavating Contractor, E-mail: leoc@aahconstruction.com Inc. Marturano - Buzz Burger Incorporated 200 East Church St. Bergenfield,NJ 07621 13 Twin Pine Way Bus: (201)439-1000 Glen Mills,PA 19342 Mobile: (201)954-5301 Bus: (610)399-3035 Bus Fax: (201)439-0444 Home: 2016 E-mail: opiedak@aol.com Mobile: (610)304-9040 Bus Fax: +1 (610)399-3375 Marturano - G & G Builders .-!` •z= _ T 'I; E-mail: buzz@buzzburgerinc.com • - 4542 Contractors Place Marturano - California Playground Builders Livermore,Ca.94551 Bus: (925)846-9023 1490 Norman Ave. Home: 2017 Santa Clara,Ca.95054 Mobile: (925)570-7606 Bus: (408)748-1220 or(408)314-3363 Bus Fax: (925)846-9152 Home: 2013 E-mail: gcallahan@ggbuildersinc.com Mobile: (408)438-2141 Bus Fax: (408)748-1128 E-mail: jeff@built2play.com Marturano - Harris Fence Corp. (Harris, Jim) Marturano - Central Jersey Landscaping, 4492 Route 130 Inc. Burlington,NJ 08016 Bus: (609)387-4050 523A Chesterfield-Arneytown Road Home: 2017 Chesterfield,NJ.08515 Mobile: (609)517-7613 Bus: (609)298-2450 E-mail: harrisfence@yahoo.com Home: 2016 Mobile: (609)722-2082 Bus Fax: (609)298-2436 Marturano - Horizon Concepts, Inc. E-mail: Mike_CJL@Verizon.net 53 West Hills Road Huntington Station,N.Y.11746 %' ' Bus: (631)271-1963 Marturano - CMJ Construction, Inc. .F Home: 2016 40 fenton way Mobile: (516)864-1522 Bangor,ME 04401 Bus Fax: (631)271-1975 Bus: (603)828-5225 E-mail: jhines@horizonconceptsinc.net Home: 2018 Mobile: (603)828-5225 Marturano - Kamback Bros. LLC (Kamback, Bus Fax: (207)942-5776 E-mail: Chaddah@aol.com Greg) 54 E.Lagoona Drive Marturano - Community Playgrounds, Inc. Brick,NJ 08723 200 Commercial Street Bus: (732)558-3868 Vallejo,Ca.94589 Home: 2017 Bus: (415)892-8100 Mobile: (732)558-3868 Home: 2017 Bus Fax: (732)477-0046 Mobile: (415)559-8883/415-725-8923 E-mail: gregKamback@comcast.net Bus Fax: (415)892-3132 E-mail: cwear@commplay.us Barr,Patricia 7 3/8/2017 11:36 AM M Marturano - Pat Corsetti, Inc. 610 Fenimore Road Mamaroneck,NY 10543 Marturano - Kel-Tech Construction, Inc. - Bus: (914)698-5024 Kelleher, Vincent Home: 2017 12-11 Redfern Ave. Mobile: (914)403-4346 Queens,N.Y. 11691 Bus Fax: (914)698-6746 Bus: (718)383-3353 E-mail: acorsetti@prodigy.net Home: 2017 Mobile: (917)682-3988 Marturano - Performance Flooring Systems Bus Fax. (718)337-3360 (Melville, Garth) E-mail: vk@keltechconstruction.com 289 Milton Road Marturano - Kidzzplay Installation Services Rye,NY 10580 Bus: (917)930-1521 126 Covered Bridge Road Home: 2018 Warwick,N.Y. 10990 Mobile: (917)930-1521 Bus: (800)851-7748 E-mail: garth@sportcourtventures.com Home: 2016 Mobile: (845)742-1745 E-mail: cs@kidzzplay.com Marturano - Picerno-Giordano Construction, LLC (Richard Picerno) Marturano - Lobo Construction Services, 200 Market Street Inc. Kenilworth,NJ 07033 Bus: (908)241-4331 250 Orchard Road Home: 2017 East Patchoeve,NY 11772 Mobile: (908)296-0505 Bus: (631)286-6184 Bus Fax: (908)241-7854 Home: 2018 E-mail Rich@picernogiordano.com Mobile: (516)807-8462 Bus Fax. (631)286-6194 Marturano - Playgrounds Unlimited, Inc E-mail: loboservices @ya h oo.corn 980 Memorex Drive Marturano - M & M Site Improvement, Inc. Santa Clara,CA 95050 Bus: (408)244-9848 (Mcpherson, Robert) Home: 2016 Mobile: (408)639-4565 53 Gladstone Road New Rochelle,NY 10805 Bus Fax: (408)330-9256 Bus: (917)679-1012 E-mail: mikea@playgroundsunlimited.net Home: 2018 Bus Fax: (914)813-8639 Marturano - Rubberecycle, LLC. - Gates, E-mail: rem129@aol.com Brian Marturano - Marrs Playground Installation, P.O Box 106 Springlake,NJ.07762 Co. Bus: (800)922-0070 16860 Paula Road Home: 2014 Madem,Ca.93636 Mobile: (732)433-6121 Bus Fax: (732)947-0226 P.O.Box 318 E-mail: bgates@mrcrec.com Friant,Ca.93626 Bus: (559)479-8490 Marturano - Scott Construction of Home: 2017 Rochester, Inc. Mobile: (559)930-1700 Bus Fax: (559)479-8490 23 Wells Street E-mail: quincymarrs@comcast.net Rochester,NY 14611 Bus: (585)370-6331 Home: 2018 Mobile: (585)370-6331 Bus Fax: (585)325-2893 E-mail: mscott1299@hotmail.com Barr,Patricia 8 3/8/2017 11:36 AM m Marturano - Who Built Creative Builders 80 Alta Dr. Marturano - Shawn T. Gardner Builders Petaluma,CA 94954 2882 Robert Court P.O.Box 5207 Redding,CA 96002 Petaluma,CA 94955 Bus: (530)222-2771 Bus: (707)763-6210 Home: 2015 Home: 2017 Mobile: (530)945-2041 Mobile: (707)696-7734 Bus Fax: (530)222-3269 Bus Fax: (707)658-2513 E-mail: gardner7878@sbcglobal.net E-mail: jana@whobuilt.biz Marturano - Silagy Contracting, LLC. Minnesota&Wisc. - C.K.&C. Installation, Inc. 614 Old Post Road 12735-274th Circle Edison,NJ 08817 Zimmerman, MN 55398 P.O.Box 1096 Bus: (763)856-5293 Edison,NJ.08817 Home: 2018 Bus: (732)287-5544 Mobile: (763)244-0188 Home: 2018 Bus Fax: (763)856-0536 Mobile: (732)921-0780 E-mail: tucker@izoom.net Bus Fax: (732)287-8978 E-mail: rsilagy@silagycontracting.com Minnesota&Wisc. - Southern Coating Marturano - TAJ Assoc Systems 335 Clifton Ave, 8960 205 St.West#432 Staten Island,NY 10305 Lakeville,MN 55044 Bus: (718)415-4555 Bus: (952)469 3439 Home: 2018 Bus Fax: (952)469-3430 Mobile: (917)577-8274 E-mail: scssafetup@frontiernet.net Bus Fax: (718)442-2567 E-mail: tajassociatesusa@gmail.com Marturano - Tec-Con Contractors, Inc. Sinclair Recreation - G & C Contracting, 9 Dodd Street LLC. - Krohn, Geoff East Orange,NJ 07017 Bus: (973)674-9191 16801 S.Mill Creek Rd. Home: 2011 Noblesville,In.46062 Bus Fax: (973)674-2834 Bus: (317)694-4373 E-mail: Tec_Con@comcast.net Home: 2016 Mobile: (317)694-4373 Marturano - Titan Development, Inc. Bus E-mail:Faands(317) ontrac770-7482 ail: gandccontract@comcast.net 8534 Seaman Rd Gasport,NY 14067 Sinclair Recreation - Michigan Recreational Home: 2018 Mobile: (716)913-5957 Construction, Inc. E-mail: bjvbwood@yahoo.com Sheffer, Craig A. P.O.Box 2127 Marturano - Whirl Construction ,Wy _-, Brighton,MI 48116 187 Main Street, P.O.Box 110 1019Victory Drive Port Monmouth,NJ 07758 Howell,Mi.48843 Bus: (732)495-3715 Bus: (517)545-7122 Home: 2017 Home: 2016 Mobile: (732)496-5706 Mobile: (313)806-8406 Bus Fax: (732)495-6133 Bus Fax: (517)545-7144 E-mail: info@whirlconstruction.net E-mail: craig@buildingfun.com Barr, Patricia 9 3/8/2017 11:36 AM S Sitelines - Picture Perfect Playgrounds Stoddard, Curtis Sinclair Recreation - Play Builders LLC P.O.box 807 Ashton,ID 83420 128 E.Lakewood Blvd Bus: (208)652-3284 Suite 40 B Holland,MI 49424 Home: 2016 Bus: (616)218-1053 Mobile: (208)521-0161 Home: 2011 Bus Fax: (208)652-3285 Mobile: (616)218-1053 E-mail: bookkeeper@pictureperfectplaygrounds.com Bus Fax: (616)994-0345 E-mail: rich@sinclair-rec.com Sitelines - Precision Recreation Contractors, Inc. Sinclair Recreation - Pro Installation Plus, 6821 S.E.Johnson Creek BLVD. Inc. Portland,OR 97206 Bus: (503)788-4002 60-B W.Terra Cotta Avenue#185 Home: 2018 Crystal Lake,IL 60014 Mobile: (503)572-8248 Bus: (815)479-7220 Bus Fax: (503)788-4003 Home: 2017 Bus Fax: (815)479-7221 E-mail ed@precisionrecreation.com E-mail: playinstal@aol.com Sitelines - Proexc, LLC (Kyllonen, James) Sinclair Recreation - Rent A Son P.O.box 2803 2294 S.Hickory Ridge Road Battleground,WA 98604 Milford,Mi.48380-1920 Bus: (360)666-9276 Bus: (989)233-3210 Home: 2018 Home: 2018 E-mail: office@proexcllc.com Mobile: (989)233-3210 E-mail: wuerf3@aol corn Sitelines - Prosser & Sons North 5544 Drumheller Sitelines - Cascade Mini Excavating, Inc. Spokane,WA 99205-7509 1266 Bay Loop S.W. Bus: (509)326-4907 Home: 2015 Tumwater,Wa.98512 Mobile: (509)993-2840 Bus: (360)556-3552 Bus Fax: (509)326-4907 Home: 2018 E-mail: gmprosser@juno.com Mobile: (360)556-3544 E-mail: install@cmeplay.net Sitelines - R & R Construction, Inc. Sitelines - G.R. Morgan Construction P.O.Box 10 Carbonado,WA 98323 10536 S.W.25th Avenue Bus: (360)829-2300 Portland,OR 97219 Bus: (503)452-4268 Home: 2018 Home: 2018 Mobile: (253)350-7449 Mobile: (503)803-4802 Bus Fax: (360)829-2700 Bus Fax: (503)245-4872 E-mail: wendy@rrconinc.com E-mail: geo_morgan@msn.com t Sitelines - L.W. Sundstrom, Inc. P.O.Box 893 Total Recreation - Barcon Construction Ravensdale,Wa.98051 143 EL Cerrito Circle Bus: (206)730-8901 Home: 2017 San Antonio,TX 78232 Mobile: (206)730-8901 Bus: (210)867-2278 Bus Fax: (425)413-2533 Home: 2019 E-mail: len@lwsundstrom.com Mobile: (210)867-2278 Bus Fax: (210)867-9500 E-mail: bpasini_barcon@yahoo.com Barr, Patricia 10 3/8/2017 11:36 AM t Total Recreation - Paradigm Contracting, LLC. - Bergold, Helen Total Recreation - Cross Country 10719 Twilight Vista 3804 Simmons Creek Lane Austin,Tx.78736 Flower Mound,Tx.75022-5495 Bus: (512)300-3636 Bus: (972)355-8580 Home: 2017 Home: 2018 Mobile: (512)300-3636 Mobile: (972)768-1713 Bus Fax: (512)692-2947 Bus Fax: (972)355-2902 E-mail: helen@paradigmcontract.com E-mail: cross.country.corp@gmail.corn Total Recreation - Pro Playground Total Recreation - Crosswinds Contracting, Installations, Inc - Schrock, Don Inc. (Les Shannon) 4 Wedgewood Blvd 905 Sandy Beach Drive Conroe,Tx.77304 Conroe,TX 77304 Bus: (936)443-7235 Bus: (936)522-8522 Home: 2018 Home: 2018 Mobile: (936)443-7235 Mobile: (936)522-8522 Bus Fax: (936)441-3341 E-mail: lesshannon@mac.com E-mail: don@schrockenterprise.com Total Recreation - DecorCrete, Inc. - Total Recreation - RGH Landscape, Inc. P.O.Box 51376 Schaeffer, Charles Amarillo,TX 79159 154 Oak Lane Bus: (806)358-4222 Chatham,La.71226 Home: 2016 Bus: (318)249-2016 Mobile: (806)674-2810 Home: 2018 Bus Fax: (806)358-4222 Mobile: (832)202-9838 E-mail: rghalll@suddenlink.net E-mail: charlie@decorcrete.com Total Recreation - Simmons Builders Total Recreation - Indian Nations Ent - General Contractor, Inc. Liles, Mike Garvin /Jeff 3804 Simmons Creek Lane 10252 Mustang Run Flower Mound,TX 75022-5495 Forney,Tx.75126 Bus: (972)355-8580 Bus: (214)704-2115 Home: 2018 Home: 2017 Mobile: (972)768-1719 Mobile: (214)704-2115 Bus Fax: (972)355-2902 Bus Fax: (972)564-5755 E-mail: simmons.buildersgc@gmail.com E-mail: jliles@gmail.com E-mail 2: simmonsbuilders@comcast.net Total Recreation - Majestic Playground Total Recreation - Wade Contractors, Inc. Services, LLC. Givens, Maury Scot 23024 Yupon 30274 White Egret Street Porter,TX 77365 Denham Springs,La.70726 Bus: (281)354-1934 Bus: (225)667-3062 Home: 2018 Home: 2017 Mobile: (281)435-8004 Mobile: (225)937-0791 Bus Fax: (501)204-4034 Bus Fax: (225)667-3035 E-mail: Wade Contractors,Inc. E-mail: scotgivens@cox.net Triple M Recreation - Four Rivers, LLC. - Leck, Kris 615 E.Walnut Street Deming,NM.88030 Bus: (575)494-5788 Home: 2018 Mobile: (575)494-5788 E-mail: kris@lecklandscape.com Barr, Patricia 11 3/8/2017 11:36 AM t Williams, David - C & W Construction 15743 Terramont NE Triple M Recreation - Hansen & Prezzano Minerva,Oh.44657 Bus: (330)495-8590 Builders LLC Home: 2017 PO Box 359 Mobile: (330)495-8590 Peralta,NM 87042 Bus Fax: (330)821-4505 Bus: (505)865-3900 E-mail: charlie@cpsionline,com Home: 2018 Mobile: (505)228-1130 Williams, David - Playground Equipment Bus Fax: (505)865-3922 Services, LLC E-mail: hansenpreaano@gwestoffice.net 8510 Coyhill Lane Cincinnati,Ohio 45239 Triple M Recreation - Premier Construction Bus: (513)923-2333 Corporation Home: 2017 899 W.Daniel RD Mobile: (513)236-6906 San Tan Valley,AZ 85143 Bus Fax: (513)923-2444 Bus (520)429 5245 E-mail: eric@playgroundequipmentservices corn Home: 2018 Mobile: (520)429-5245 Williams, David - Walter Schunk Bus Fax: (520)529-1301 E mail: alex@premiercorp.us Excavating &Trucking, Inc. P.O.Box 56 Miamitown,OH 45041 Triple M Recreation - Progressive Bus: (513)353-4760 Playgrounds, Inc. Home: 2017 Mobile: (513)659-9702 12784 N.3rd St Bus Fax: (513)738-0684 Paskes,CO 80134 Bus: (303)805-8992 E-mail: toddschunk@yahoo.com Home: 2014 Mobile: (303)324-7900 Bus Fax: (303)805-8991 E-mail: mkhickman@msn.com Triple M Recreation -Triclops Services, LLC 720 Austin Ave.#200 Erie,Co.80516 Bus: (720)323-8845 Home: 2017 Mobile: (720)323-8845 Bus Fax: (303)833-4460 E-mail: blake@irwin-companies.com w WI Playground - Captured Live 12 Narhaniel Chrichlow Drive Valsayn Trinida Bus: (868)689-9896 Home: 2018 Mobile: (868)689-9896 E-mail: capturedlivett@gmail.com Ban-, Patricia 12 3/8/2017 11:36 AM Contract No.2017001134 Vendor No. 121531 EXHIBIT D FREIGHT RATE SCHEDULES The following Freight Rate Schedules are an Exhibit to and is incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment, Surfacing,Site Accessories and Related Products and Services(the"Contract") between the City of Charlotte and Playcore Wisconsin,Inc.d/b/a GameTime. 27 25 - Freight Rates a. Hugh McRae Park, .Y� �"F Wilmington, NC tii Ye. , , , j' ,' • f il <'/ f - .1 f R4. kyr , , , ir .1,01"4‘ ice`- -[• l:.r 0 . ,. . NI:♦ 7/ r=te .z y , *14141, GC • . V i511' i r. . jiff ‘ a Q 'tt ` - 4..:4',-*!-.'- s. +4 = >...b ads . "- 4 i''''..1 -tJw"� ' -.fir' --J,4. Contract No.2017001134 Vendor No. 121531 EXHIBIT E PRODUCT WARRANTIES The following Product Warranties are an Exhibit to and is incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing,Site Accessories and Related Products and Services(the "Contract") between the City of Charlotte and Playcore Wisconsin, Inc.d/b/a GameTime. 28 F LA►"CORE- Ga meTi me Division PlayCore Wisconsin,Inc. Garndlime= Hc,r,h.gg communities through play 150 PlayCore Drive,S.E. Fort Payne,Alabama 35967 ' '[A. cow Tel eph one:256/845-5610 REQUEST FOR PROPOSAL 269-2017-028 SECTION 20 WARRANTY DIRECTORY File Provider No. 24.00 Warranty Directory 20.01 GameTime Playground Equipment 20.02 GTlmpax 20.03 GTShade 20.04 BigToys (and EaryWorks-NatureRocks) 20.05 Colorado Time Systems MultiSport Scoreboards 20.06 Colorado Time Systems Timing Systems 20.07 Dero 20.08 Everlast 20.09 GT Grandstands 20.10 Harmony 20.11 NRS 20.12 Power Systems 20.13 Spectrum Aquatics 20.14 The Fountain People 20.15 UltraPlay 20.16 UltraSite - UlraShade - UltraShelter 20.17 Water Odyssey Note: some warranties cover multiple product offerings 3/16/2017 RFP 269-2017-028 Page 20.1 • 150 PlayCore Drive, SE Fort Payne, Alabama 35967 TGai'néliine Telephone: 256/845-5610 Facsimile: 256/845-9361 Email: service@gametime.com A p�<a'CC�RE Company GAMETIME® WARRANTIES • GameTime provides warranties on all materials and workmanship for one year, excluding vandalism. In addition, GameTime offers: Lifetime limited warranty on PowerScape", PrimeTime®, Xscape® & IONiXk'' uprights. Lifetime limited warranty on all hardware. v Lifetime limited warranty on GameTime PowerScape Tru-Loc® connections. - - ,' Lifetime limited warranty on PrimeTime and Xscape bolt-through connections. Fifteen-Year limited warranty on metal decks, pipes, rungs, rails and loops. s' Fifteen-Year limited warranty on rotationally molded products. ' Five-Year limited warranty on glass fiber reinforced concrete PlayWorx structures, • Five-Year limited warranty on glass fiber reinforced polymers Tuff Forms sculptures. ,' Twenty-Year limited warranty on Timber Decor TM & Timbers recycled plastic lumber. Five-Year limited warranty on nylon-covered cable net climbers and components. Ten-Year limited warranty on pressure-treated pine and redwood products. " Ten-Year limited warranty on Advanced, Elite & stationary Base Series posts & bars. %' Ten-Year limited warranty on site furnishings. Ten-Year limited warranty on integrated GTShade® products. Ten-Year limited warranty on fiberglass and DHPL signage. • ..' Five-Year limited warranty on Super Seats TM V Three-Year limited warranty on SaddleMates®rubber and "C.-springs. '' One-Year limited warranty on all other GameTime products. All warranties specifically exclude damage caused by vandalism; negligence, improper installation or improper use; changes in appearance resulting from weathering; scratches, dents or marring as a result of use. Warranties are valid • only if products are installed and maintained in accordance with GameTime instructions and use approved parts. GTW160101 Page 1 GTIMPAY: • FIBER TM Engineered Wood Fiber Surfacing FIFTEEN YEAR LIMITED (PERFORMANCE) WARRANTY Effective June 1, 2008 GameTime warrants the GT Impax Engineered Wood Fiber Surfacing installation to the original purchaser for a period of fifteen (15)years from date of installation. This limited warranty applies only to GT Impax Engineered Wood Fiber Surfacing that has been approved for installation. Performance: In the event the Materials do not conform or perform as expected, the Limited Warranty shall be limited to replacement of the defective Materials in question, and shall not include installation or consequential damages or refund. This Limited Warranty does not cover normal wear. Conditions: Ibis Limited Warranty is conditional upon the Surfacing being properly installed and maintained by the purchaser in accordance with written instructions provided by GameTime. What Is Covered? 1. GameTime warrants, to the original purchaser, that the GT Impax Engineered Wood Fiber surfacing system will meet ASTM F 1292-04 at the specified critical height (8 ft. for an 8 in. depth of GT Impax Engineered Wood Fiber, 12 ft. for a 12 in. depth) for a period of fifteen (15)years from the date of installation, subject to the conditions and exclusions shown below. 2. GameTime warrants, to the original purchaser,that the GT Impax Engineered Wood Fiber Surfacing will be free from defects upon delivery, subject to the conditions and exclusions shown below. If the GT Intpax Engineered Wood Fiber surfacing is defective within the applicable warranty period, GameTime will, subject to the conditions set forth below, replace defective installation components at no charge within a reasonable period of time. Components used for replacement under this warranty are warranted for the remainder of the original warranty period. The replacement of defective components shall constitute the sole and exclusive remedy in the event of a breach of warranty. FIFTEEN YEAR LIMITED (PERFORMANCE) WARRANTY EXCLUSIONS Incorrect installation, including insufficient drainage, failure to install all material delivered, failure to maintain the surface depth thereof, failure to use GT Impax wear mats in high use areas (swings, slides etc.), abnormal use, lack of or improper maintenance, acts of vandalism shall void this limited warranty and GT Impax shall have no responsibility with respect to damage resulting there from. In addition,changed impact attenuation characteristics created by sand or other materials tracked into the System are not covered by this Warranty as is acts of God, or any other cause beyond the control of GameTime will not be covered by this limited warranty. NO REPRESENTATIVE OF THE SELLER HAS AUTHORITY TO MAKE ANY REPRESENTATIONS OR PROMISES EXCEPT AS STATED HEREIN. THERE ARE NO WARRANTIES EITHER EXPRESSED OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OF MERCHANT ABILITY AND FITNESS FOR A PARTICULAR PURPOSE THAT EXTEND BEYOND THE WARRANTIES CONTAINED IN THIS DOCUMENT. GAMETIME SHALL NOT BE LIABLE FOR ANY INCIDENTAL,CONSEQUENTIAL OR OTHER DAMAGES TO THE STRUCTURE OR ITS CONTENTS ARISING UNDER ANY THEORY OF LAW WHATSOEVER. Some states do not allow limitations on how long an implied warranty lasts or the exclusion or limitations of incidental or consequential damages, so the above limitation or exclusions may not apply to you. This warranty gives you specific legal rights and you may also have other rights that vary from state to state. Warrantor: GameTime P.O. Box 680121, Fort Payne, AL 35968 800-235-2440 Order number: Name of project: Customer: Location: Date of installation: Representative: GTIMPAY: 90 00 RUBBER ow Recycled Shredded Rubber Surfacing WARRANTY GT Impax Loose Shredded Rubber Surfacing is manufactured from recycled automobile and truck tires and is guaranteed to meet or exceed the ASTM Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment Playground Surfacing Guidelines used by U.S. Consumer Products Safety Commission. GameTime warrants GT Impax Loose Shredded Rubber Surfacing against total color loss for eight years from the purchase date and in turn warrants the impact attenuation performance of this product for the lifetime of ownership (not to exceed fifty years), subject to the conditions and exclusions listed below. All product warranties are conditioned upon GT Impax Loose Shredded Rubber Surfacing being properly installed and maintained by the end-user in accordance with the installation and maintenance guidelines available from GameTime. Game Time's entire liability and the purchaser's sole remedy, in the unlikely event that GT Impar Loose Shredded Rubber Surfacing does not conform to this guarantee, shall be limited to the replacement of defective material and shall not include the removal costs or installation costs or consequential damages or refund. No other guarantee or warranty is expressed, written or implied except stated herein. Vandalism,physical loss or any abnormal use shall void this warranty, and GameTime shall have no responsibility with respect to damage resulting there from. Additionally, this warranty shall be void f foreign materials that affect impact attenuation are deposited onto or into these products. Under no conditions shall GameTime be liable for any damages whatsoever arising from the use of or inability to use the aforementioned products, even if GameTime has been advised of the possibility ofsuch loss. Warrantor: GameTime P.O.Box 680121,Fort Payne,AL 35968 800-23.5-2440 Order number: Name of project: Customer: Location: Date of Installation: Representative: Gamelime® A PLAYCORE Company 10 YEAR LIMITED WARRANTY Playcore Inc. (the "Seller")warrants that the GT Impax Interlocking Tile safety surfacing system will be free from defects in material and workmanship. The Seller further warrants that the GT Impax Interlocking Tile safety surfacing system complies with the requirements of the ASTM F1292 Standard specification for impact attenuation of surface system under playground equipment. The Warranty Covers • Surface wear due to ordinary abrasion from pedestrian traffic will not penetrate the wear course of the surface. • The locking system, installing the tile according to manufacture's specifications, will ensure that the surface will remain secure and functional. • The product will comply with the requirements of ASTM F 1292-04 at the height the manufacture rated the GT Impax Interlocking tile system at the time of purchase. Duration of Warranty • This is a 10 year limited warranty,prorated as outlined in the schedule shown below. This warranty maybe transferred with the property. Terms of Warranty • Any segment of a GT Impax Interlocking Tile surface that meets the criteria will be repaired or replaced, at the Seller's option and in conjunction with the warranty coverage schedule below. Warranty Submittal Process • A warranty claim should be made directly to the Seller. All claim submittals will require the following information. Please provide a description of the claim defect and the date the defect was discovered, a photographic image if image(if applicable)of the claim defect, the date of the original installation,the project name and your name, address and phone numbers. The Seller will provide notification of any additional information and physical evidence that may be required to process your claim. Warranty Coverage Schedule • The Seller shall be responsible for the 100%of the cost of the repair or replacement of any product found to be defective or not in compliance with the warranty herein within the first six (6)years following the original shipment of the product. Where any product is found to be defective or not in compliance with the warranty herein more that six(6)years following the original shipment of the product,the Seller shall only be responsible for a portion of the cost of the repair or replacement of such products as follows(and the buyer shall bear and pay the remaining portion of such cost): Number of years from date of original Percentage of purchase price of product shipment to date of claim for which Seller is responsible 0-6 100% More than 6,less than 7 60% More than 7,less than 8 .40% More than 8.less than 9 30% More than 9,less than II) .20% Warranty Exclusions This warranty dose not cover: • Product failure caused by accidents,misuse, natural disaster,vandalism, improper installation or maintenance and the like (see installation, care and maintenance instructions) • Color change caused by exposure to UV and/or normal abrasion from pedestrian traffic • Failure due to improper sub-surface preparation • Resilient flooring may suffer visible damage as a result of extreme high forces(up to2000 pound per square inch). Common contributors of this type of force include but are not limited to stiletto or high heels,as well as narrow tipped chair supports. GT Impax Interlocking Tile resilient surfacing is not designed to perform under such concentrated high pressure. Playcore will not accept claims for damage caused by extreme high force. Additional Consideration The Seller's liability is limited to the material and transportation cost of the repair or replacement of the product at the Seller's option. The Seller shall be responsible for the installation cost and the cost of other work in connection with the repair and replacement only if such work was performed by Seller in the original installation. Where GT Impax Interlocking Tile are installed only in high traffic areas or installed in combination with other surfacing products not sold by the Seller, such GT Impax Interlocking Tiles are excluded from this warranty. • In the event of repair,replacement, or refinishing under this warranty, the warranty applicable to the replacement material or to the repaired or refinished product will extend only for the time remaining under the original warranty. • The Seller reserves the right to discontinue or change any design or color of any product at any time and without notice or liability. If, for any reason, products of the type originally purchased are no longer available at the time a warranty claim is made, Seller may substitute another product determined by Seller to be of comparable quality and price. • THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OR MERCHANTABILITY AND FITNESS FOR A PARITCULAR PURPOSE. • Your exclusive remedy for any breach of warranty is as set forth in the warranty. This warranty gives you specific legal rights. You may have other rights which vary from state to state. ETIMPAXA POURED TM Recycled Poured Rubber Surfacing POURED IN PLACE (PIP) WARRANTY Playground Equipment GameTime warrants the GT Impax recycled poured rubber surface(referred to as PIP)installed and maintained in accordance to GameTime specifications, under this contract agreement for a period of five (5)years commencing from the date of substantial completion. This limited warranty shall provide for 100%of the cost for necessary repairs caused by the failure of the GT Impax PIP due to workmanship and materials only,and pertains only to the surfacing material agreed to under this contract. Water Play Equipment GameTime warrants the GT Impax recycled poured rubber surface(referred to as PIP)installed and maintained in accordance to GameTime specifications,under this contract agreement for a period of three (3)years commencing from the date of substantial completion. This limited warranty shall provide for 100%of the cost for necessary repairs caused by the failure of the GT Impax PIP due to workmanship and materials only,and pertains only to the surfacing material agreed to under this contract. Water Play Equipment Only: If aliphatic binder is not used,poured rubber surfacing (PIP) will carry a maximum one-year(1) warranty. This limited warranty includes GameTime's obligation to only repair and/or replace any defective materials or workmanship in the surface area or surface areas that have failed during the warranty period. A failed area or failed areas include edge raveling,bubbling,delamination,peeling,and loss of integrity as a result of the GT Impax recycled poured rubber degradation. GameTime is under no obligation or responsibility to repair and/or replace the GT Impax recycled poured rubber"PIP"surface if damaged during the curing process(Unless specified in contract),damage by vandalism (including stains,cuts,burns,gouges,etc.),product misuse,abuse or alteration, improper slab or base or sub-base design or construction,improper drainage, improper or lack of specified required maintenance,any foreign residue that may be deposited on the surface,normal wear and tear(including slight color variations,and color fading),damage from sharp objects(high heels,spikes,etc.),problems caused by moisture,alkali,hydrostatic pressure,cracking,shifting,or lifting of the substrate,or acts of God. All warranty claims shall be made in writing to GameTime within thirty(30)days after the Owner has knowledge thereof, but in no event later than thirty(30)days after expiration of the warranty period. The written notification from the Owner shall include the following: the date of the first notice of the failure, details of the failure,photos of the failed area and a request for a warranty claim meeting with GameTime at the installation site(if applicable). GameTime shall not be responsible for warranty claims for any notices received from the Owner after thirty (30)days of Owner's first knowledge of the failure. 1of , GTIMPAY. POURED Recycled Poured Rubber Surfacing Warranty GameTime shall determine the validity of all claims after sufficient evidence has been gathered. GameTime shall then replace,repair or make a refund for any claims validated by it. Any refund,credit or allowance provided to the Owner on a warranty claim is exercisable only if said allowance is used to accommodate replacement with a GT Impax recycled poured rubber surface. Any dispute as to whether and to what extent there is a GT Impax recycled poured rubber surfacing failure and a subsequent valid warranty claim within the meaning of this warranty shall be initially dealt with by joint investigation and discussion between GameTime and owner in order to achieve a mutually agreeable solution. If such a solution cannot be reached within thirty(30)days,then either the Owner of GameTime shall submit the matter to an arbitrator who is a member of the American Arbitration Association and who shall make a determination in accordance with the rules and regulation of said American Arbitration Association. The decision of said arbitrator shall be binding on both parties. This limited warranty is exclusive of the underlying material (e.g. existing surface, existing or new asphalt,concrete,base, sub-base or sub-grade). If the underlying material fails for any reason whatsoever(including hydrostatic pressure, cracking,shifting,heaving),then GameTime warranty shall be rendered invalid. If the underlying material is concrete, a "curing agent" is NOT allowed,as it will probably cause delamination of the GT Impax recycled poured rubber. Additionally, there is no warranty against surface cracking along expansion joints and underlying cracks,or separating from an adjacent border,curb or walkway: This limited warranty does not include discoloration as a result of ultraviolet rays,unapproved cleaning materials or vandalism. WARNING: Surface temperatures can prove dangerous under warm weather conditions. Shoes and/or socks must be worn during warm weather conditions. Owner agrees that it will not,under any circumstances, make alterations to the GT Impax recycled poured rubber surface without the written authorization of GameTime. Any unauthorized alteration by the Owner shall result in the immediate termination of all warranties for the GT Impax recycled poured rubber surfacing and shall also give rise to the duty of the Owner to hold harmless,defend and indemnify GameTime from any claim, suit or cause of action,personal injury,death. or property damage arising out of or related to said alteration. This limited warranty is expressly made in lieu of any other warranties and is exclusive to the original Owner. Owner acknowledges that the limited warranty will be voided if the Owner fails to follow the GameTime Maintenance Guidelines provided by GameTime. Owner agrees that in no event shall GameTime have any liability to Owner for loss of use or loss of profits or any form of consequential damages. NOTE: The following chemicals can cause potential damage to the GT Impax recycled poured rubber and should be avoided: disinfectants,concentrated bleach,gasoline, diesel,hydraulic and lubricating oils,weak acids and organic solvents. If the contract price is not paid in a timely manner as per the terms and conditions of the agreed contract,the limited warranty is automatically voided. Any damages to the surface during the curing period will be repaired or paid for at the Owner's expense. This limited warranty does not lessen or eliminate any other contractual obligation of Owner to GameTime. Warrantor: GameTime P. O. Box 680121,Fort Payne, AL 35968 800-235-2440 Order number: Name of project: Customer: Location: Date of installation: Representative: Date 1 of 2 Turf Product Specification PART 1 — GENERAL Work Details: Provide all labor, materials, equipment, and tools necessary for the complete installation of synthetic grass safety surface. The system shall consist of, but not necessarily be limited to, the following: Synthetic Grass: consisting of fibers that are nominal 1 3/4 inch long. Turf fiber construction consisting of polyethylene monofilament and texturized polypropylene thatch tufted to a 2-layer stabilized woven polypropylene fabric (primary backing), with a secondary backing(stitch binder)of urethane or Duraflo. (GT Impax Turf TM synthetic turf or equivalent). Pad Underlavment System A: consisting of porous closed cell composite materials. Thickness and density of panels shall be sufficient so that system meets the fall height requirements. GT Impax Turf TM Pad or equivalent. Pad Underlayment System B: consisting of 50%recycled tire buffings/50% recycled 1/4"— 12"(inch) chunk rubber mixed with a urethane binder(min. 10%). Synthetic Grass Infill: consisting of anti-microbial acrylic coated round silica particles, designed to provide the look, feel, and performance of optimally maintained natural grass. GT Impax Turf TM Infill or equivalent. Quality Assurance and Compliance Details: Impact Attenuation—ASTM F1292-04: Impact attenuation test results will be provided to the owner or owner's representative. These test results shall be certified and submitted on the letterhead of an independent testing lab. Impact attenuation test results shall meet or exceed Consumer Product Safety Commission Guidelines for impact attenuation(G- max and Head Injury Criteria (HIC). Accessibility of Surface Systems—ASTMF1951-08: All Playground surfacing products must pass testing to ensure wheelchair access under and around playground equipment as required by the American Disabilities Act. Flammability of Finished Floor cover—ASTMD2859: Product shall meet requirements of ASTM D2859. IPEMA Certification: Manufacturer must provide proof of certification. "In the interest of public playground safety, IPEMA provides an independent laboratory which validates a manufacturer's certification of conformance to ASTM F1292-04. A list of current validated products, their thickness and critical heights may be viewed at www.ipcma.org." PART 1 — GENERAL (Continued) Submittal Details: General: Submit listed submittals in accordance with Conditions of the Contract and Submittal Procedures Section. Product Data: Submit manufacturer's product data and installation instructions. Verification Samples: Submit manufacturer's standard verification samples of 6"x 9" (153 mm x 229 mm) minimum. Quality Assurance/Control Submittals: Submit the following: Certificate of qualifications of the playground surfacing installer. Closeout Submittals: Submit the following: Warranty documents specified herein. PART 2 — MATERIAL DATA: Synthetic Grass: 1 3/4 inch GT Impax Turf TM from Gametime or approved equal Face Weight: • GT Impax Turf TM 50 oz/sy • GT Impax Turf TM Elite 80 oz/sy Face Yarn Type: Polyethylene Yarn Size: 4200/9000 Pile Height: • GT Impax Turf TM 1 3/4 inches • GT Impax Turf TM Elite 1 3/4 inches Color: Blend Construction: Broadloom tufted Stitch Rate: 8 per 3 inches Tufting Gauge: 1/4" Primary Backing: Stabilized woven Polypropylene (double thickness) Secondary Backing: 20 oz. Urethane or DuraFlo Total Product Weight: • GT Impax Turf TM 69.7 oz/sy • GT Impax Turf" 99,7oz/sy Finished Roll Width" 15 feet PART 2 — MATERIAL DATA (Continued): Pad Underlayment System A: GT Impax Turf TM Pad Standard recycled,non contaminated, Post industrial cross-link, closed cell Polyethylene—polyolefin foam pad from Gametime Pad Underlayment System: Foam Type: Polyethylene—polyolefin Bulk Density: 4.0-6.0 lb/cu ft Effective Size: 24 sq ft(net coverage) Tensile Strength: 80- 120 psi Pad Underlayment System B: 50%recycled tire buffings/50%recycled 'A"—'/2"(inch) chunk rubber mixed with a urethane binder(min. 10%). Synthetic Grass Infill: GT Impax Turf TM infill from Gametime or approved equal Coating: Priority acrylic, iron oxide and chromium oxide Grain shape: 7.0 Mohs Curvature: .65 Specific Gravity: 2.65 g/cm3 Bulk Density: 92-95 lb/cu ft Uniform coefficient: 1.00 to 1.40 Effective Size: .90 - .95 mm Blend rate: 3 to 4 lb per square foot. Splicing Material: 1000 denier coated nylon (Cordurae) 12"wide minimum. Adhesive: Synthetic Turf Adhesive PART 3 — SUB-BASE TYPES AND DETAILS Sub-base Requirements - The base shall have the specific minimum slope(2%) and shall vary no more than 1/8"when measured in any direction with a 10' straight edge. Stone—The density requirement is 90%to 95%compaction with final condition of stone as level and stable so as not to shift when traveled on or during surface installation process. A compaction test is required and must be submitted to GameTime prior to installation of turf surfacing. Failure to provide proof of compaction test will void 5-year warranty of turf surfacing should signs of sub-base failure occurs. PART 3 — SUB-BASE TYPES AND DETAILS (Continued) Depth: 4 inch minimum thickness. Slope: Stone elevation shall maintain 1/4"per foot toward low end. Porosity: Base course shall maintain porosity for direct drainage. Enclosure: Stone base course must be surrounded by a retaining curb. Drainage: Subsurface drainage is recommended under and around a stone base. Perforated pipe or similar system is acceptable. Tolerances: 1/4" in any 10-foot direction and 1/8" in any 3-foot direction. Stone Selection: It is critical that different size stones are used so that the base shall be uniformly mixed. The material shall be wetted during mixing operations if necessary for proper blending. Stone Graduation U.S. Sieve Percent Passing 1" 100 3/4" 90 - 100 No. 4 35 - 60 No. 30 10 - 30 No. 200 2 - 9 Concrete or Asphalt—Concrete should be finished with a medium broom finish. All new concrete slabs must cure for a minimum of seven (7) days prior to installation. Asphalt cure time requires fourteen (14) days. Once the new asphalt has cured, it must be pressured washed prior to the surfacing being installed. The concrete contractor shall be responsible for flooding the pad to insure proper slope and tolerance. Any areas holding enough water to cover a flat nickel shall be patched prior to arrival of turf installation crews. Depth: 4 inch minimum thickness. Slope: Concrete or asphalt shall maintain 1/4"per foot. Tolerance: Concrete must maintain a tolerance of 1/8" in 10 ft. to avoid low areas that will hold water under the turf. PART 4 — SITE PREPARATION AND REQUIREMENTS Drainage — Having proper drainage at the low end of the concrete slab is of utmost importance. Any brick walls or curbs at the low end of the slab shall have drainage access through weep holes. Concrete curbing weep holes should be level with finish grade of sub-base or a minimum of 1/8" below top of concrete slab, as GT IMPAX turf surfacing is porous and water drains immediately through it. Weep holes shall be 2" high and 3" wide and shall be installed every three (3) feet. If weep holes are smaller than the recommended size, they shall be installed every 18". Floor drains shall be located outside the high impact areas, as the drains may not be covered with GT IMPAX turf surfacing. Recommended locations for drains are under play unit or against low-end wall or curb. Security&Waste Disposal—Surface installation crew shall be responsible for the protection of surface during the installation process while on site only. Owner or general contractor shall be responsible for the protection of the surface during the curing period upon completion of the installation and overnight during the installation. Owner or general contractor shall be responsible for having a dumpster on site for all waste and debris. Failure to provide security and a dumpster will result in additional cost. Utilities&Access—Power and water must be available within 300 feet of installation. Site will require tractor-trailer access. In a case where tractor-trailer access is not possible, owner or general contractor shall be responsible for transporting materials from delivering carrier to the installation site. PART 5 — INSTALLATION General: The area to be smooth and graded to allow proper drainage. Refer to grading plan. The overall grade of the playground is not to exceed 3%. Compacted Aggregate Base: Place 4 inches of aggregate base as leveling layer compacted to 90%of max density per AASHTO T99. Compaction shall be done with mechanical compactors, including vibratory compactors, and/or powered tampers, and rollers. Aggregate size should be 3/4" minus (compactable). Synthetic Grass: Place turf and cut to fit configuration as shown on Drawings. Splice seams. All seams must be attached with splicing film/fabric and adhesive as approved by the manufacturer for this type of installation of their product. Infill: Apply layers of synthetic grass infill evenly with a spreader and broom the turf fibers with stiff bristle broom to stand fibers up and allow infill to settle into the bottom. Broom in GT Impax Turf TM infill approximately 3 to 4 pounds per square foot. *(irvfrll is only required on the 60 oz. Dura Series. 80 oz Ultra Series does require limited to no infill. Manufacturer ah+'ays recommends at least a pound of in/Ill per sq foot) Anchoring/Edging: Edges of turf will be secured to ground with mechanical fasteners, stakes or edging. PART 6 — WARRANTY Gametime offers a 5 year limited product warranty on GT Impax Turf from the date of purchase. The product shall be free from defects in material and workmanship resulting in color loss. Supplier's warranty excludes: any Product defect, damage or failure that is the direct result of Product abuse, misuse or negligent maintenance; and Product damage caused directly or indirectly by acts of third parties, including, without limitation, negligence of owner/operator, vandalism, machinery, animals, flood,chemical reaction, improper sub-surface preparation and/or installation, improper cleaning methods, and acts of God. Ask your GameTime representative for a copy of our full GT Impax turf warranty details. PART 7—MAINTENANCE Ask your GameTime representative for a copy of our full GT Impax turf maintenance details. ars ad M. Warranty GameTime provides a ten-year limited warranty on all fabric canopies against tears, runs, cracking and mildew. GameTime provides a ten-year limited warranty on all fabric colors against fading except for red, which carries a three-year warranty. GameTime provides a 90 MPH (miles per hour) limited warranty on the fabric canopy against wind. The fabric canopy is to be removed if winds are expected to exceed 90 miles per hour. GameTime provides a 10 to 20 pound per square foot limited warranty on the fabric canopy against snow and ice. The fabric is to be removed during Winter months when snow and ice is expected. GameTime provides a ten-year limited warranty on all metal upright posts and support structure framing against failure due to structural integrity. GameTime provides a one-year limited warranty against rusting and workmanship of painted surfaces. GameTime provides a 90, 110 or 140 MPH (miles per hour) limited warranty on all metal upright posts and support structure framing. These calculations are with fabric canopy installed. Removing the fabric canopy will assist the metal structure to withstand higher winds by 10 to 20 MPH (miles per hour). Above warranties are valid from the date of shipment. All GameTime warranties will be void if damage to or failure to the shade fabric is caused by contact with chemicals, misuse, vandalism, any act of God, including but not limited to, ice, snow or wind in excess of the applicable building code parameters. All GameTime warranties are invalid if the fabric is installed on structures other than GTShade, if changes or field modifications are made without written authorization from GameTime or if the product isn't installed or maintained in strict compliance with the manufacturer's specifications. GameTime warranties do not cover the cost of removals, replacements or repairs. All warranty claims must be filed in writing within the warranty period. To the extent permitted by law, these warranties are expressly in lieu of any other implied or expressed warranties or representation by any person, including any implied warranty of merchantability or fitness. These warranties provide valuable rights to you. No Sales Representative can modify or amend the terms of this warranty. To make a warranty claim, send your written statement of claim, along with the original purchase invoice or invoice number to: GameTime Customer Service P. O. Box 680121 Fort Payne, AL 35968 Or Contact Your Local Representative at: USA 1-800-235-2440 International 01-256-845-5610 Within 60 days of notice of claim under warranty, GameTime will make arrangements to replace the damaged product. GameTime will cover freight costs within the Continental United States. GameTime is not responsible for freight cost associated with products located outside the Continental United States. GameTime reserves the right to inspect all products identified as damaged. Since warranty limitations and exclusions may vary from state to state, you should check any specific rights in your state. GameTime P. O. Box 680121 Fort Payne, AL 35968 Fax: 256-997-9653 Email: service(c�gametime.com See GameTime on the web at www.gametime.com • (Gáiñélime) Enriching Childhood Through Play. 2 BigToys & EarlyWorks Environments Limited Warranty l 2017 BigToys earl rks '� environments A PLo:}'CORE <onwny LIMITED WARRANTY ON BIGTOYS BigToys provides a lifetime limited warranty on BigToys: a fifty-year limited warranty on recycled plastic lumber including solid recycled plastic decking, enclosure and roof components; a fifteen-year limited warranty on pipes, rails, loops. and rungs; a lifetime limited warranty on metal upright posts; and a one-year limited warranty on powder coated parts. These warranties cover damage due to failure or corrosion of metal parts that cause the product to become structurally unfit for its intended use. Lifetime warranty covers the life of the product as defined below and cover the product under normal use, proper maintenance and at original installation location; see exclusions. LIFETIME LIMITED WARRANTY ON HARDWARE BigToys provides a lifetime warranty against structural failure due to breaking or shearing which causes the product to become structurally unfit for its intended use; a lifetime warranty on stainless steel hardware again rust: and a one-year limited warranty on hardware against rust; see exclusions, All testing of BigToys hardware is performed under the guidelines of ASTM B117. The lifetime warranty refers to life of the product as defined below and covers the product under normal use and proper maintenance. The cost of the replacement due to scratching or cutting of certain hardware plating is not included in this warranty. LIMITED WARRANTY ON INTEGRATED SHADE PRODUCTS BigToys provides a ten-year limited warranty on fabric canopies against tears, runs, cracking, mildew and color fading except for red. which has a three-year color warranty. Canopies have a limited warranty against structural failure due to wind of up to 90 miles per hour (mph) and structural failure due to snow and ice loading exceeding five pounds per square foot. Fabric canopies are to be removed if winds are expected to exceed 90 mph or when snow or ice is expected. Fabric warranty does not cover damage resulting from chemical contact. All metal upright posts and support structure framing have a ten-year limited warranty against becoming structurally unfit for the intended and a one-year limited warranty against rusting and workmanship of painted surfaces. Warranty is limited to winds of up to 90 mph when fabric canopies are installed (wind resistance improves 10 to 20 mph without canopies). 1 I P � i BigToys & EarlyWorks Environments Limited Warranty 12017 FIFTEEN-YEAR LIMITED WARRANTY ON ROTOMOLDED PRODUCTS BigToys provides a fifteen-year limited warranty on rotomolded products and ten-year limited warranty on polyethylene handholds for structural integrity against damage due to breaking or splitting under normal use that causes the product to become structurally unfit for its intended use; see exclusions. In the event of a claim under this warranty. BigToys will replace the rotomolded product at no cost to the customer. LIMITED WARRANTY ON CONDITIONED WOOD BigToys provides a fifteen-year limited warranty on conditioned wood components including decks. enclosures and roofs and on conditioned wood uprights utilizing metal footings; and an eight year limited warranty on conditioned uprights without metal footings against structural failure due to deterioration from fungi or insects that render the product to become unfit for its intended use; see exclusions. LIMITED WARRANTY ON NET CLIMBERS AND COMPONENTS BigToys provides a five-year limited warranty on nylon-covered cable net climbers and components against structural failure caused by cable breakage; a five-year limited warranty on nylon-covered cable wear and deterioration resulting from defects in material and workmanship; and a one-year limited warranty on nylon rope products. These warranties cover damage due to failure that cause the product to become structurally unfit for the intended use; see exclusions. LIMITED WARRANTY ON SITE FURNISHINGS BigToys provides a ten-year limited warranty on site furnishings against structural failure and a one-year limited warranty on powder coating. These warranties cover damage due to failure or corrosion of metal parts that cause the product to become structurally unfit for the intended use; see exclusions. LIMITED WARRANTY ON FIBERGLASS SIGNAGE AND HDPE PANELS BigToys provides a ten-year limited warranty on fiberglass sign panels against delaminating or fading and a five-year warranty on high density polyethylene (HDPE) panels against degradation and discoloration. FIVE-YEAR LIMITED WARRANTY ON BELT AND INFANT SWING SEATS BigToys provides a five-year limited warranty on belt and infant swing seats against structural failure that causes the seats to become unfit for its intended use; see exclusions. 2I a q BigToys & EarlyWorks Environments Limited Warranty 12017 FIVE-YEAR LIMITED WARRANTY ON FREENOTES INSTRUMENTS AND POSTS Freenotes Harmony Parks instruments and posts carry a five-year limited warranty against failures in manufacturing or materials. TWO-YEAR LIMITED WARRANTY ON MOVEABLE PARTS BigToys provides a two-year limited warranty on moveable plastic and metal with respect to failure due to material or production defects. ONE-YEAR LIMITED WARRANTY ON ALL OTHER BIGTOYS PRODUCTS Products included in the BigToys catalog that are manufactured by other PlayCore companies, including but not limited to UltraSite, UltraPlay, UltraShade and UltraShelter, will maintain the warranty of each respective brand. For the purpose of this warranty, lifetime encompasses no specific term of years, but rather that Seller warrants to its original customer for as long as the original customer owns the Product and uses the Product for its intended purpose that the Product and all parts will be free from defect in material and manufacturing workmanship. The warranty is not effective if products have not been installed properly according to the instructions provided by BigToys, or maintained correctly according to the BigToys Maintenance Manual. BigToys excludes from these warranties the cost to remove parts and reinstall replacements; replacement due to cosmetic defects or coating deterioration caused by climatic conditions; and wood replacement resulting from twisting, warping, checking, shrinking, swelling or other natural physical properties of wood. The warranty does not cover normal wear and tear, surface corrosion on metal parts, discolored surfaces and other cosmetic issues or failures due to misuse or vandalism. 3IPac; c BigToys & EarlyWorks Environments Limited Warranty 12017 To the extent permitted by law, these warranties are expressly in lieu of any other implied or expressed warranties or representation by any person, including any implied warranty of merchantability or fitness. These warranties provide valuable rights to you. No Sales Representative can modify or amend the terms of this warranty. Claim Procedure To make a warranty claim, send your written statement of claim, along with the original purchase invoice or invoice number to: BigToys Customer Service P.O. Box 680121 Fort Payne, AL 35968 Or Contact you local Representative at USA 1-866-814-8697 Within 60 days of notice of claim under warranty, BigToys will make arrangements to replace the damaged product. BigToys will cover freight costs within the continental United States. BigToys is not responsible for freight costs associated with products located outside the continental United States. BigToys reserves the right to inspect all products identified as damaged. Since warranty limitations and exclusions may vary from state to state, you should check any specific warranty rights in your state. See BigToys on the web at www.bigtoys.com 41IS4 INTERnAT10NAL 9 PLAY E UIPMENT 001 MANUFACTURERS A S S O C I A T I O N oougo+�oMEMBER CERTIFIED CoTIpiED y COLOR d IM TPL Y TC sysEms -MAW' ORE MULTISPORT SCOREBOARD & CONTROLLER WARRANTY AND LIMITATION OF LIABILITY This Warranty and Limitation of Liability (the "Warranty")sets forth the warranty provided by Colorado Time Systems (Seller) with respect to Multisport Equipment. By accepting delivery of the Equipment, Purchaser agrees to be bound by and accept these terms and conditions. All defined terms within the Warranty shall have the same meaning and definition as provided in the Agreement. 1. Scoreboard Warranty Coverage a. Seller warrants that models: BB-xxxx, BK-xxxx, CM-xxxx, FB-xxxx,CLK-xxxx,CR-xxxx, HK-xxxx, LX-xxxx,and SC-xxxx series of scoreboards will be free from defects in materials and workmanship for a period of five (5) years (the "Warranty Period"). The warranty period shall commence as soon as the Purchaser. customer or any other party occupies or operates the scoreboard,or 3 months after shipment. b. Seller's sole responsibility for any breach of the foregoing warranty shall be to repair or replace equipment or ports not forming to the aforesaid warranty at Seller's option either on-site or upon return thereof to Seller. Return transportation charges shall be pre-paid by Purchaser. Returned products must be properly packaged. Upon repair,Seller will pay return shipping costs for ground transportation only. Overnight, express,or other special shipping costs will be paid by Purchaser. c. Defects shall be defined as follows. With regard to the Scoreboards (excepting LEDs).a "Defect"shall refer to a material variance from the design specifications that prohibit the Scoreboard from operating for its intended use. With respect to LEDs, "Defects"are defined as LED pixels that cease to emit light, The limited warranty provided does not impose any duty or liability upon Seller for partial LED pixel degradation. Nor does the limited warranty provide for the replacement or installation of communication methods including but not limited to: wire,fiber optic cable,conduit, or trenching for the purpose of overcoming local site interference radio equipment substitutions. 2. Controller Warranty Coverage a. Seller warrants that wireless controller models: WHC-1 and WTTC-1 will be free from defects in materials and workmanship for two (2) years (the "Warranty Period"). The warranty period shall commence as soon as the Purchaser,customer or any other party occupies or operates the controller, or 3 months after shipment, b. Seller's sole responsibility for any breach of the foregoing warranty shall be to repair or replace equipment or parts not forming to the aforesaid warranty at Seller's option either on-site or upon return thereof to Seller. Return transportation charges shall be pre-paid by Purchaser. Returned products must be properly packaged. Upon repair. Seller will pay return shipping costs for ground transportation only. Overnight,express,or other special shipping costs will be paid by Purchaser. 3. Conditions and Limitations 1551 E 11'"Street, Loveland,CO 80537 USA• +1(970)667-1000• (800)279-0111 •+1(970)667-5876(fax) www.coloradotime.com-rev 06113 a. This warranty covers equipment provided under agreement by Seller only. Seller reserves the right to use new or equivalent to new parts in the service of its products. This warranty does not apply to independent third party installation or service labor. It does not provide routine or emergency maintenance services. It does not apply to normal LED degradation,or replacement of batteries. b. Said warranty shall not apply to resulting damage in any of the following cases: i. Neglect, abuse or damage caused by user including failure to operate and maintain according to end-user documentation furnished with the product. ii, Improper storage,installation,maintenance or servicing of the equipment by anyone other than Seller or an Authorized Seller's representative. iii. Improper environmental control (storage and/or use) of electronic equipment. iv, Power surges.water damage, lightning or other"acts of nature." v. Vandalism or acts of terrorism or war. vi. Excessive application of electrical power or improper power connection. vii. Removal of warning labels and protection devices. viii. Installing non-factory replacement parts. ix. Use of high-pressure washers or exposure to concentrated detergents or other chemical agents or solvents. c. Disclaimer i. Said warranty is in lieu of all other warranties of Seller. express or implied. and except to the extent herein provided,Seller does not make any warranty whatsoever to Purchase including,without limitation,any warranty of merchantability or fitness for any particular use or purpose. Seller's entire liability and Purchaser's exclusive remedy for damages from any cause whatsoever, and regardless of the form of action,whether in contract or in tort including negligence,shall be limited to actual damages up to the purchase price of the Equipment. The foregoing limitation of liability will not apply to claims by Purchaser for bodily injury or damage to real property or tangible personal property for which Seller is legally liable. In no event shall Seller be liable for any special,punitive,or consequential damages or lost profits even if Seller has been advised of the possibility of such damages. Seller will not be liable for any claim by Purchaser based on any third party claim. 1551 E 11'"Street,Loveland,CO 80537 USA• +1(970)667-1000• (800)279-0111 • +1(970)667-5876(fax) www.coloradotime.com-rev 06/13 Equipment Warranty ‘..„..„—•- Colorado Time Systems warrants the following products against any defects in materials and workmanship affecting electronic and mechanical performance for two years from the date of purchase:Timing Consoles,Start Systems,Touchpads, Relay Judging Platform, Shot Clocks, Pace Clocks, LED and Light Reflective Scoreboards, and Matrix Displays. Colorado Time Systems warrants Titanium Deckplates against any defects in materials and workmanship for five years from the date of purchase. All other components associated with the above equipment including cable harness, deckplates (excluding Titanium Deckplates), wallplates, push buttons, test meters, microphones, speakers, data cable, etc. will have a one-year limited warranty. Dolphin Wireless Stopwatch Systems are also warranted for one year;not including the batteries. Any computer equipment associated with the above products has a six-month limited warranty. Colorado Time Systems' products, when properly installed, are warranted not to fail due to defects in materials and workmanship. This warranty is limited to the original purchaser of the product and is not transferable. Colorado Time Systems will, at its option, repair or replace the defective product at no additional charge except as set forth below. Repaired components. parts. and replacement products will be furnished on an exchange basis and will be either reconditioned or new. All replaced parts and products become the property of Colorado Time Systems. This limited warranty does not include service to repair damage to the product due to the modification of the product,misuse,abuse, neglect, negligence, vandalism, accident, or abnormal conditions including: war, flood, accident, lightning or other acts of God or damage caused by occurrences over which Colorado Time Systems has no control. Limited Warranty service may be obtained by delivering the product or component part to Colorado Time Systems. You agree to insure the product or assume the risk of loss or damage in transit, to prepay shipping charges to the service location, and to use the original shipping container or equivalent. Repaired products will be returned to you by surface delivery at Colorado Time Systems' expense or by air freight at the buyer's expense. On-site service calls are available for a fee. All expressed and implied warranties for these products including the warranties of merchantability and fitness for a particular purpose are limited in duration to a period of two years (or one year,as applicable),from the date of purchase and no warranties,whether expressed or implied,will apply after this period. Some states do not allow limitations on how long an implied warranty lasts,so the above limitations may not apply to you. If the product is not in good working order as warranted above, your sole remedy shall be repair or replacement as provided above. In no such event will Colorado Time Systems be liable to you for any damages, including lost profits, lost savings,or other incidental or consequential damages arising out of the inability to use the product,even if Colorado Time Systems has been advised of the possibility of such damages or for any claim by any other party. Some states do not allow the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. This warranty give you specific legal rights,and you may also have other rights which may vary from state to state. Rev 02/16 •+, t- 1 COOR do • -(:11--„„1117;ti., _�� - - Fina ��ti � tr -444 TIME STEMS ,,. .t' ,, =" +//11�11�� A PLAYCORE Company '` - ,+ �i �' } Colorado Time Systems 1 1551 E 11th St.1 Loveland.Co 80537 1 USA I+1(970)667-10001+1(970)667-5876(fax)1 www coloradotime.com 1(800)279-0111 cc : WARRANTY Dero will warrant its products against defects in workmanship and materials for a period of (12) months from the date of delivery for all products consisting of TGIC powder coat, Thermoplastic powder coat, stainless steel finishes, and for a period of two years on products consisting of galvanized or Thermoplastic/PVC rubber dip over galvanized finishes. Under this warranty, Dero's liability is limited to repair or replacement, at Dero's option of products found in Dero's reasonable judgment to have been defective in workmanship or materials. This warranty does not cover failure due to negligence, abuse, vandalism, accidents, lack of maintenance, or improper installation; nor does it cover defects or failure due to products tampered with, altered, modified or repaired by anyone not approved by Dero. The air pump for the Dero Air Kit 1 is warranted for above freezing temperatures. The air pump is not warranted in below freezing temperatures and it is strongly recommended that air pumps are removed and stored indoors during periods of below freezing temperatures. There is a six month warranty period for the pump, parts and gaskets. Acts of God. improper use or vandalism are not covered by this warranty The Dero Air Kit 2 and Air Kit 3 are warranted for temperatures ranging from -30 — 110 degrees. There is a one year warranty period for the pump, parts and gaskets, and a six-month warranty on the hose and pumphead. Acts of God, improper use or vandalism are not covered by this warranty Dero will assume transportation charges for return of the defective product if returned by the buyer in accordance with written instructions from Dero Dero will not be responsible for providing the cost of labor for removal or installation of the defective product or any replacement. In no event shall Dero be liable for special, inherent or consequential damages. including,without limitation, loss of use or profits. Proof of sale from Dero or from an approved dealer is required. The foregoing warranty is exclusive and is given and accepted in lieu of any and all other warranties, expressed or implied, including,without limitation, the implied warranties of merchantability and fitness. The remedies of buyer for any breach of warranty shall be limited to those provided herein. No agreement varying or extending the foregoing warranty will be binding upon Dero unless it is in writing and signed by a duly authorized officer of Dero. Any questions regarding this warranty should be directed to: Dero 504 Malcolm Ave SE Suite 100 Minneapolis, MN 55414 Toll free 888-337-6729 www.dero.corn • LIMITED WARRANTY Everlast Climbing Industries, Inc. ("ECI")warrants to the original purchaser that products from ECI will be free from defects in materials and workmanship for a period of one full year from the date of purchase, normal wear and tear excepted. Should the products purchased directly from ECI, or authorized partners, fail to conform to this warranty during this one year warranty period, ECI will, at its option, repair or replace the faulty unit(s) at no additional charge. This limited warranty does not include service to repair damage to the products purchased from ECI,or authorized partners,resulting from a cause other than defect or malfunction, including neglect, accident, unreasonable use or servicing or modification by anyone other than ECI. EXCEPT AS SET FORTH ABOVE, ALL PRODUCTS PURCHASED FROM ECI ARE SOLD "AS IS." ECI MAKES NO WARRANTIES EXPRESS OR IMPLIED HEREUNDER AND SPECIFICALLY DISCLAIMS ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE. Warranty service may be obtained by contacting ECI in writing at the address shown below within one year of original purchase and providing proof of purchase date. You,the original purchaser, agree to pay the cost for ECI to ascertain that damages have occurred. For further information, contact: Everlast Climbing Industries,Inc., 133.5 Mendota Heights Road, Mendota Heights, MN 55120 Phone: (651) 665-9131 Toll Free: (800)476-7366 All warranties on the products purchased from ECI are limited to one year from the date of purchase. Failure to install and maintain products according to ECI's Installation and/or Maintenance Instructions will void this warranty. Any modifications or changes to the product's panels,wall products or hand holds, without ECI's express written approval, will void this warranty. If the product does not conform with the warranties given as stated above, your remedy is to have the unit repaired or replaced as provided above. In no event will ECI be liable for any loss or damage, including damages of any kind arising out of the use of or inability to use this product, for incidental or consequential damages, or for any claim by anyone other than you,the original purchaser. Some states do not allow limitations on warranties and do not allow the exclusion or limitation of incidental or consequential damages, so any such limitation or exclusion may not apply to you. This warranty gives you specific legal rights which may vary from state to state. Purchasing Entity: Purchase Date: Keep this document for your records and proof of warranty. •■ GT GRANDSTANDS A ELA CORE Company NR - SERIES—ALUMINUM ANGLE FRAME MANUFACTURER: GT Grandstands, Inc., 2810 Sydney Road, Plant City, FL 33566, Ph (866) 550- 5511, Fax (813)305-1419 DESIGN: The bleachers shall be designed to support, in addition to their own weight,a uniformly distributed live load of not less than 100 psf of gross horizontal projection of the bleachers. All seat and foot plank members shall be designed to accommodate 200 plf across a 6' span with a maximum deflection of 9/16". The bleachers shall be designed to resist,with or without a live load, a horizontal wind load of 30 psf of gross vertical projection. In addition to the live load. the bleachers shall be designed to resist the following sway forces: (1) 24 plf of seat plank in a direction parallel to the length of the seat, and (2) 10 plf of seat plank in a direction perpendicular to the length of the seat. Under these loads, stresses in aluminum members and connections shall not exceed those specified for Building Type Structures by the Aluminum Association. CONSTRUCTION: The understructure, including crossbracing,shall be of a welded, aluminum angle(6061- T6 alloy, mill finish)construction. The understructure of each unit shall consist of frames spaced at 6'centers joined by crossbracing at adequate points to comply with the design loads. FRAME MEMBER SIZES: Seat Posts: 3" x 2"x 3116" min. (Row 2) 1 3/4"x 1 314" x 3/16" min. (All other rows) Foot Brackets: 2" x 2"x 3/16" min. Crossbracing: 1 1/2"x 1 1/2" x 3/16" min. Bottom Runners: 2" x 2" x 3/16" min. DIMENSIONS: The rise per row shall be 7", seat height 16"above respective tread,and tread depth per row of 24". Overall depth of unit is 2' 9-5/8". Clear width of unit is 15'. Top row seat height is 1'-11". SEAT PLANKS: Seat planks shall be 2"x10"nominal,extruded 6063-T6 aluminum alloy with a clear anodized finish and end cap. (Finished size shall be 1 3/4" x 9 5/8". .075'wall with two internal legs.). TREAD PLANKS: Tread planks shall be of one 2"x10"nominal,extruded 6063-T6 aluminum alloy with a mill finish and end cap. (Finished size shall be 1 3/4" x 9 5/8". .075"wall with two internal legs.), ALUMINUM PLANK HARDWARE: Tie-down assemblies consisting of a four-way adjustable aluminum clip, with galvanized bolt with nut and washer shall be provided for each connection point at each support. WARRANTY: GT Grandstands warrants to the Buyer that its bleachers shall be free from defects in material and workmanship under normal use for a period of five (5) years provided they are installed per GT Grandstands installation instructions and that component parts supplied by GT Grandstands are used. GT Grandstands obligation under this warranty shall be limited to repair and exchange of any such item,which may prove defective under normal use(vandalism and premeditated damage excluded)during such period. GT Grandstands will release the warranty documents to the buyer only after the Buyer has paid GT Grandstands in full the final contracted amount. bh� Freenoies T, armony Outdoor Park ,tit Musical Instrumen Freenotes Harmony Park Warranty Our Outdoor Musical Instruments are designed for durability and playability. We are confident that they will withstand all types of normal weather conditions and normal frequent play. They will never need re-tuning and can be enjoyed by all, any age or ability. All Freenotes Harmony Park ("FHP") instruments will be built to our documented procedures and with the highest quality. Our warranty provides that our products will be free of defects in manufacturing and material. Warranty begins on date of shipment. If any failures in manufacturing or materials occur within the applicable warranty period, FHP will provide replacement parts or products as determined by FHP within 30 days after written notification. All FHP products carry a 5-year limited warranty on all standard/stock instruments and posts. All custom instruments and posts carry a 90 day warranty. This warranty is valid for purchases on or after January 1, 2016. This warranty is valid only if the mounting/assembly and ground/foundation works are carried out as described in the Installation Instructions of your FHP products and maintained according to the maintenance instructions provided by FHP. For all warranty issues it is the responsibility of the customer to cover all shipping costs, when necessary, for warranty items. FHP will not be responsible for providing labor or labor costs for the replacement of products or parts. All replacement parts or products will be covered for the duration of the original warranty. All products must be inspected immediately upon arrival. It is your responsibility to note any shipping damage on all copies of shipping paperwork. You must report any damage within 48 hours to Freenotes Harmony Park or to your FHP distributor. Damage not reported within this time frame cannot be covered under warranty. FHP cannot warrant against: Theft, vandalism, misuse, negligence or accident. Scratches on paint, aluminum, or any finishes. Cosmetic issues or wear and tear from normal use. 194 Bodo Dr.Suite F,Durango,CO 81303,P: (970) 375-7825,F: (970) 247-0856 i,, • ')fid`�►►►►►►•'►'4'•��� i ' •\♦►►►j►►����4�••4•• 1 .rid r,-+ 44444. 44 . II 'o►ef- �***•••♦ ,,. 04 *k ^ r 46 fit, t `c ' - •= ' • ,.. ...yE A R •. ,.,,-;.„.... 4 4 ..6kto .- ,,, 6. , IP • WARRANTY ti Aluminum planks covered against blistering. cracking,peeling or flaking due to weather,temperature flanges, ....... coobnued eaposure to rain,snow or Ut'.raysfrorn the sun. - r - 1Year Warranty-failure of structural strength of any framework component. For full warranty infomutian visit:6leschers.nat ..-qi...+.....:::: L t- -. oparaiwing: i •Tñ4L _ —..� im i - - -"w 1Je f t National ecreation Systems A PLA'1'CORE Company 5120 Investment Drive, Fort Wayne, IN 46808 Toll Free (888)-568-9064 Fax (260)-482-7449 E-mail:salesobleachers.net Online:www.bleachers.net E R SYSTEMS •PLAYCORE conowr Limited Warranty Information; The product I purchased is not what I expected. Can I return the product? You may return items within 30 days of receipt for a refund. All products are warranted free of manufacturer defects for 90 days from invoice date. No other warranty,written, or implied, exists unless noted on the website or in the catalog. To return a product, please call our customer service department 800.321.6975 to receive a return merchandise authorization number. You must have pre-authorization prior to returning a product. Due to manufacturing changes and raw material costs,some product characteristics may vary slightly and prices may be affected. Warranties Power Systems(PS), LLC issues limited warranties on some of our products.We do list 3 and 5 years on some products - this does not cover normal wear and tear. This limited warranty states that the goods shall be free from defects in material and workmanship. This warranty shall not apply in the event of defects caused by: (I.) Physical abuse of the goods or any component or acts of vandalism by any persons. (II.)Alterations, modifications made to our products will void the warranty. (Ill.)This warranty does not extend to normal wear and tear of a product. power your 5700 Casey Drive I Knoxville, TN 37909 1800.321.6975 I powersystems.com potential SPECTRUM AQUATICS ® WARRA \TY • TWO-YEAR LIMITED WARRANTY ON AQUATIC LIFTS • THREE-YEAR LIMITED WARRANTY ON STAINLESS STEEL DECK EQUIPMENT & AQUATIC LIFT FRAME* What is covered by this warranty?Spectrum Aquatics'warrants all products it manufactures to be free from defects in materials and factory workmanship to the original buyer. This warranty is contingent upon the proper installation, use, care and operation of the equipment for its intended purpose, and does not cover equipment that has been modified or has been subjected to abusive physical or environmental stresses. Spectrum Aquatics' agrees to repair or replace, at its sole discretion, any product that fails to perform as specified within the specified warranty period, unless otherwise noted.Warranty on pool lifts and lift components will be valid from the date of installation,which is verified by sending in the warranty card.In cases where the warranty card is not returned to Spectrum Aquatics,the beginning date for the warranty period will be the date that the pool lift was shipped from Spectrum This warranty relates only to defects in materials and workmanship and does not include damage or failure resulting from other causes, including, but not limited to, acts of God, misuse or abuse, accident or negligence, fire, improper installation or ice damage. This warranty does not apply to fading of materials or to any corrosion of any metallic parts. Damage induced by the improper use of chemicals is not covered by this warranty. In the event that products are altered or repaired by anyone without the prior written approval of Spectrum Aquatics',all warranties are voided. What will Spectrum do related to the product covered by this warranty?Spectrum shall provide,F.O.B.the factory,new or reconditioned replacement product or parts(Spectrum's option).This warranty does not cover labor to remove or install equipment and parts. What is not covered by this warranty?Damage or loss in transit as indicated by bill of lading, normal wear and tear,chemical damage, discoloration, misuse and damage or loss caused by neglect, abuse, vandalism, modification, improper installation, lack of proper maintenance (such as keeping products clean, lubricating battery contacts on lifts, etc.) or physical damage are not included in this warranty. See owner's manual for recommendations related to the use and care of the product. Powder Coated Products: This warranty does not cover chipping, flaking, scratches or any other surface defect due to abuse, mishandling of product, or lack of maintenance and care. Due to the corrosive environments, this warranty does not cover surfaces damaged during handling or installation.Although powder coating on product is designed for long-term use,keeping products outside in the elements, inside a highly humid environment, excessive washing (including power washing) or improper maintenance may result in premature corrosion. Parts:Components of products provided by other manufacturers are subject to the original equipment manufacturers(OEM)warranty. Examples include but not limited to batteries, actuators,control systems,valves, pumps,etc. IMPORTANT: TO ENSURE SAFE OPERATION, USERS MUST COMPLY WITH THE PUBLISHED WEIGHT LIMITS ON SEVERAL PRODUCTS SUCH AS SLIDES, LIFTS, CHAIRS, STARTING PLATFORMS, STANDS AND LADDERS. REFER TO PRODUCT LITERATURE AND MANUALS FOR THESE LIMITATIONS. To make a warranty claim,contact: Spectrum Aquatics' 7100 Spectrum Lane Missoula, MT 59808 info@spectrumproducts.com Your Rights Under State law:This warranty gives you specific legal rights,and you may also have other rights,which vary from state to state.Spectrum Aquatics' disclaims all liability for damage during transportation,for incidental,special or consequential damage of whatever nature,for damage due to handling,installation,or improper operation,or for damage caused by circumstances beyond Spectrum Products'"'control;in no event shall recovery of any kind against Spectrum Products"'be greater in amount than the purchase price of the equipment sold by Spectrum Aquatics'that caused alleged damage.Spectrum Aquatics"makes no warranties either expressed or implied,including any warranty of merchantability or fitness for particular purpose,other than these stated.Some states do not allow the exclusion or limitation of incidental or consequential damages,or limitations on how long on implied warranty lasts,so the above exclusions may not apply to you.No representative has authority to change or modify this warranty in any respect. a_17 (Lr /IA y , toa M cw7th:iU&? p ° y PLAYSYSTEMS U Play Today"' Warranty UltraPlay Systems, Inc. warrants its products to be free from defects in materials and/or workmanship, sub- ject to normal usage and installation,for a period of 1-year from the date of shipment to the original pur- chaser. In the event of a claim under this warranty, UltraPlay Systems will replace the component at no cost within the first 12 months from date of shipment to the original customer. Equipment not specifically ad- dressed in the following paragraphs is also subject to this limited 1 year warranty against defects in materials and/or workmanship. TEN-YEAR LIMITED WARRANTY ON UPRIGHT POSTS UltraPlay Systems provides a limited warranty on metal upright posts to be free from defects in materials or workmanship against structural failure which causes the product to become unfit for its intended use, subject to normal usage and installation, for a period of 10 years from the date of shipment to the original customer. FIVE-YEAR LIMITED WARRANTY ON METAL PARTS UltraPlay Systems provides a limited warranty on metal decks, steps, stairs, rails, pipes, support posts, rungs, loops, swing frame yokes and clamps to be free from defects in materials or workmanship against structural failure which causes the product to become unfit for its intended use, subject to normal usage and installa- tion,for a period of 5 years from the date of shipment to the original customer. FIVE-YEAR LIMITED WARRANTY ON GROUND-MOUNT METAL PARTS UltraPlay Systems provides a limited warranty on metal footers, inground footers, surface mount plates, ground spikes, slide and climber mounting posts and plates to be free from defects in materials or work- manship against structural failure which causes the product to become unfit for its intended use, subject to normal usage and installation,for a period of 5 years from the date of shipment to the original customer. THREE-YEAR LIMITED WARRANTY ON PLASTIC PARTS UltraPlay Systems provides a limited warranty on the following plastic parts:slides, climbers, roofs, tunnels, bridges, panels and border timbers.These components are warranted to be free from defects in materials or workmanship, subject to normal usage and installation,for a period of 3 years from the date of shipment to the original customer. ONE-YEAR LIMITED WARRANTY ON HARDWARE UltraPlay Systems provides a limited warranty on hardware to be free from defects in materials or work- manship against structural failure due to breaking or shearing, subject to normal use and installation,for a period of 1 year from the date of shipment to the original customer. ONE-YEAR LIMITED WARRANTY ON HDPE CLIMBERS AND HDPE SPRING RIDERS UltraPlay Systems provides a limited warranty on high density polyethylene (HDPE) climbers and spring rid- ers against degradation for a period of 1 year from the date of shipment to the original customer. ONE-YEAR LIMITED WARRANTY ON SPRING RIDER METAL PARTS UltraPlay Systems provides a limited warranty on metal springs, bases and brackets of spring riders to be free from defects in materials or workmanship against structural failure which causes the product to become unfit for its intended use, subject to normal usage and installation,for a period of 1 year from the date of shipment to the original customer. ONE-YEAR LIMITED WARRANTY ON STRAP AND TOT SEAT UltraPlay Systems provides a 1 year limited warranty on strap and tot swing seats against structural failure that causes the seat to become unfit for its intended use. Additionally, chain,"5"- hooks and hangers are cov- ered under a one-year limited warranty. LIMITED WARRANTY ON SITE FURNISHINGS UltraPlay Systems provides a five-year limited warranty on the finish of thermoplastic coated site furnishings from the date of shipment to the original customer. Additionally,all site furnishings are guaranteed to be free from defects in materials or workmanship for one-year from the date of shipment to the original cus- tomer. All warranties specifically exclude damage caused by man-made or natural disasters, vandalism, negligence, improper installation or improper use, modification,changes in appearance resulting from weathering, scratches, dents,discoloration, normal wear and tear,or marring as a result of public or private use. Claims are limited to replacement of equipment only and do not include any costs associated with labor, removal or installation of the original or replacement product. Warranties are valid only if products are installed and maintained in accordance with UltraPlay installation instructions and use of approved parts. This warranty is applicable to the original owner only.Warranties are non-transferable. Claim Procedure:To make a warranty claim,send your written statement of claim, photographs of defective equipment along with the original purchase invoice or invoice number to: UltraPlay Systems Customer Service 1675 Locust Street Red Bud, IL 62278 Or Contact a Customer Service Representative at: 1-800-458-5872 Within 60 days of notice of claim under warranty, UltraPlay Systems will make arrangements to replace the damaged product. UltraPlay Systems will cover freight costs within the continental United States.UltraPlay Systems is not responsible for freight costs associated with products located outside the continental United States. UltraPlay Systems reserves the right to inspect all products identified as defective. Photos of defective equipment may be required to accompany warranty claims. Since warranty limitations and exclusions may vary from state to state,you should check any specific war- ranty rights in your state. Date of Purchase: Purchaser: UltraPlay Invoice Number: Authorized UltraPlay Signature Title Visit UltraPlay on the web at www.ultraplay.com & www.uplaytoday.com ( IPEMA 11�Y IYIt�Y�11, MAY IMM O: fs YI �YItI MEMBER ultra sitE •PLA'CORE WARRANTY UltraSite provides a limited warranty on site furnishing products. These warranties cover damage due to failure or corrosion of metal parts that cause the product to become structurally unfit for its intended use. The warranty covers the life of the product as defined below, and covers the product under normal use with proper maintenance, and at original installation location. See exclusions* (page 5). THERMOPLASTIC COATED PRODUCTS UltraSite provides a 5-year Limited Warranty on Thermoplastic coated site amenities. UltraSite guarantees all items for one full year to be free of defects in workmanship or materials when installed and maintained properly. We agree to repair or replace any items determined to be defective. Items specifically not covered by this warranty include vandalism, man-made or natural disasters, lack of maintenance, normal weathering, or wear and tear due to public abuse. Items damaged or lost in transit are the responsibility of the carrier, whether visible or concealed. It is the responsibility of the recipient to assure that the order is received complete. Before signing the delivery receipt, inspect the shipment immediately and completely. Note any damages or shortages on the bill of lading. Damage reports must be filed within 5 days. UltraSite is not responsible for damages or loss in transit. Title to all goods passes to the customer at the time of shipment. UltraSite will assist in filing claims if the freight arrangements were made by UltraSite at your request. HARDWARE UltraSite provides a lifetime limited warranty on hardware against structural failure due to breaking or shearing which causes the product to become structurally unfit for its intended use; a lifetime warranty on stainless steel hardware against rust;and a one-year limited warranty on hardware against rust. See exclusions. The lifetime warranty refers to the life of the product as defined below and covers the product under normal use and proper maintenance. The cost of replacement due to scratching or cutting of certain hardware plating is not included in this warranty. RECYCLED PLASTIC LUMBER PRODUCTS UltraSite provides a 5-year limited warranty on recycled plastic lumber products in normal applications against splintering, decay or structural damage directly from termites or fungal decay that causes the product to become structurally unfit for its intended use. See exclusions* (page 5) UltraSite Warranty Created 1.2017 ultra$itE UltraSite guarantees all materials and workmanship for 5-years on any product made completely from our 100% Recycled Plastic. The guarantee excludes vandalism, improper use, product alterations, misuse, negligence, accident, theft, corrosion caused by chemicals, ice or snow damage and acts of God. IPE WOOD, RED STAINED WOOD, PRESSURE TREATED WOOD AND UNTREATED WOOD UltraSite provides a 1-year limited warranty on IPE wood, red stained wood, pressure- treated wood and untreated wood products against rotting, splintering, decay or structural damage directly from termites or fungal decay that causes the product to become structurally unfit for its intended use. Checking in the surface of planks are natural in all wood products and are not covered under this limited warranty. The guarantee excludes vandalism, improper use, product alterations, misuse, negligence, accident, theft, corrosion caused by chemicals, ice or snow damage and acts of God. Please follow the maintenance procedures as specified in the product maintenance guide. LIMITED WARRANTY ON WATER FOUNTAINS AND DOG FOUNTAINS UltraSite provides a 1-year limited warranty on all the water fountains and related components. ULTRASHADE STRUCTURES UltraShade warrants that the shade structure sold will be free from defects in materials under intended use for a period of 10-years from the date of delivery(Structure& Fabric). UltraShade and its suppliers will be liable for repair or replacement of materials found to be defective. The repair or replacement of materials shall be at the expense of UltraShade. This warranty is in effect only if the structure has been assembled and installed in accordance with the UltraShade's installation drawings, and has been subjected only to normal intended use and exposure. UltraShade shall not be responsible for delays due to missing, stolen or non-conforming parts. Any rework/retrofit of non-conforming part must be authorized by UltraShade. This limited warranty is void if any damage has resulted from abnormal use, abuse, accident, vandalism, maintenance, misapplication, service or modification by someone other than UltraShade, authorized dealers, or authorized installers. This limited warranty excludes color fading of structure within 10 miles of any area retaining salt water. Any replacement part issued during original warranty period is warranted for the remaining original warranty period or 6 months, whichever is longer. UltraSite Warranty Created 1.2017 ultra site •! CCR7C Shade fabrics carry a 10-year limited manufacturer's warranty from the date of assembly, against failure from significant fading, deterioration, breakdown, mildew, outdoor heat, cold or discoloration, with the exception of Red, which carry a 3-year limited warranty. Should the fabric need to be replaced under the warranty, UltraShade will manufacture and ship a new fabric at no charge for the first 6 years, thereafter pro-rated over the last 4 years. This warranty shall be void if damage to the fabric is caused by contact with chemical, misuse, vandalism, any Act of God lie. Hurricane, tornado, micro/macroburst), including, but not limited to, ice, snow,or wind in excess of the applicable building code parameters. Fabric tops are warranted for wind/gusts up to 90mph and prior to snow or ice accumulation. The warranty will be voided if any modification or attachment is made to the rafter(s). The fabric will wear/tear should any object be placed between the rafter and fabric, voiding the warranty. The warranty will only be applicable to the repair or replacement of defective materials. UltraShade reserves the right, in cases where certain fabric colors have been discontinued, to offer the customer a choice of available colors to replace the warranted fabric of the discontinued color. UltraShade does not warrant any particular color will be available for any period of time, and reserves the right to discontinue any color for any reason, without recourse by the owner of the discontinued fabric color. NOTE: ShadesureTM fabric warranties cover fabric tops up to 40' in length. Fabric tops over 40' in length are covered by a non-prorated 5-year warranty. UltraShade warranties its sewing thread for a period of 8 years. The thread will be free from defects in material/workmanship and will not be damaged by exposure to the sunlight, weather or water. All labor for the removal, assembly and/or freight will be for the customer's account and the warranty will only be applicable to the repair or replacement of the defective material. In the event of a claim of defect in materials, UltraShade shall be placed on notice of defect in writing, delivered to UltraShade at the address indicated below, within 30 calendar days from discovery of the defect. No later than 30 days from the date of receipt of the notice, UltraShade will determine whether to repair or to replace defective materials. UltraShade, disclaims all other warranties, expressed or implied, including any supplementary materials required for the shade installation. UltraSite Warranty Created 1.2017 ultra$itE . C ORL oma., ULTRASHELTER UltraShelter warrants that the shelter sold will be free from defects in materials under intended use for a period of 10-years from the date of delivery. UltraShelter and its suppliers will be liable for repair or replacement of materials found to be defective. The repair or replacement of materials shall be at the expense of UltraShelter. This warranty is in effect only if the structure has been assembled and installed in accordance with UltraShelter's installation drawings, and has been subjected only to normal intended use and exposure. Pre-finished metal roof surfaces, performance shall be the responsibility of the metal finisher. UltraShelter assumes no warranties with regard to finish durability. UltraShelter shall not be responsible for delays due to missing, stolen, or non-conforming parts. Any rework/retro-fit of non-conforming parts must be authorized by UltraShelter. This limited warranty is void if any damage has resulted from abnormal use, abuse, accident, vandalism, maintenance or lack of maintenance, misapplication, service, or modification by someone other than UltraShelter, authorized dealers, or authorized installers. This limited warranty excludes color fading of structure within 10 miles of any area retaining salt water. Any replacement part issued during original warranty period is warranted for the remaining original warranty period or 6 months, whichever is longer. In the event of a claim of defect in materials, UltraShelter shall be placed on notice of defect in writing, delivered to UltraShelter at the address indicated below, within 30 calendar days from discovery of the defect. No later than 30 days from the date of receipt of the notice, UltraShelter will determine whether to repair or to replace defective materials. UltraShelter, disclaims all other warranties, expressed or implied, including any supplementary materials required for the shelter installation. ACTION FIT PRODUCTS UltraSite offers 10-year limited warranty on steel posts, stainless steel posts, welds, bars and metal accessories excluding cycle parts, and cosmetic damage or defects. A 5-year limited warranty on Stainless damper module and aluminum cycle cover, with the exclusion of cosmetic damage or defects. 2-year limited warranty on Bearings, damper, plastics, rubber parts, and some cycle parts including pedal and shaft, with the exclusion of cosmetic damage or defects. 1-year limited warranty on Rib belt of cycle, with the exclusion of cosmetic damage or defects. UltraSite Warranty Created 1.2017 ultratsitE . PLA/CORE cam. ALL OTHER PRODUCTS UltraSite offers 1-year limited warranty on all other products. For the purpose of this warranty, lifetime encompasses no specific term of years, but rather that Seller warrants to its original customer for as long as the original customer owns the Product and uses the Product for its intended purpose that the Product and all parts will be free from defects in material and manufacturing workmanship. UltraSite excludes from these warranties the cost to remove parts and reinstall replacements; replacement due to cosmetic defects or coating deterioration caused by climatic conditions; and wood replacement resulting from twisting, warping, checking, shrinking, swelling or other natural physical properties of wood. To the extent permitted by law,these warranties are expressly in lieu of any other implied or expressed warranties or representation by any person, including any implied warranty of merchantability or fitness.These warranties provide valuable rights to you. No Sales Representative can modify or amend the terms of this warranty. CANCELLATIONS AND RETURNS Cancellations are only accepted with approval of UltraSite. No merchandise shall be returned without a Return Goods Authorization number which is issued by customer service. Any authorized merchandise must be carefully packed and received in saleable condition. A restocking charge of up to 25%will be applied to all returned goods and 50%charge will be applied to all the UltaShade and UltraShelter products when the error is not the fault of UltraSite. All returns must be shipped freight prepaid. EXCLUSION The guarantee excludes vandalism, improper use, product alterations, misuse, negligence, accident, theft, corrosion caused by chemicals, ice or snow damage and acts of God. UltraSite 1675 Locust St. Red Bud, IL 62278 800.458.5872 UltraSite Warranty Created 1.2017 ultrasite . •PL•�co �..... Claim Procedure To make a warranty claim, send your written statement of claim, along with the original purchase invoice or invoice number to: UltraSite Customer Service 1675 Locust St. Red Bud, IL 62278 800.458.5872 Within 60 days of notice of claim under warranty, UltraSite will make arrangements to replace the damaged product. UltraSite will cover freight costs within the continental United States. UltraSite is not responsible for freight costs associated with products located outside the continental United States. UltraSite reserves the right to inspect all products identified as damaged. Since warranty limitations and exclusions may vary from state to state, you should check any specific warranty rights in your state. Date of Purchase: Purchaser: UltraSite Invoice Number: Authorized UltraSite Signature Title See UltraSite on the web at www.ultra-site.corn UltraSite Warranty Created 1.2017 CVirk WATER ODYSSEY'- .f= :.CORE r-m-•, Warranty Statement Warranty Fountain People, Inc.shall warrant all properly installed and maintained Water Odyssey""equipment(excluding consumables)for a period of one year from date of shipment,unless otherwise qualified,below. For systems with a factory start-up,the warranty shall extend for 18 months from date of shipment or one year from date of start-up,whichever comes first. Fountain People, Inc,at its option, shall replace or repair any materials,components,or workmanship found to be defective,within the warranty period when returned to the factory,freight prepaid. No equipment or parts may be returned to Fountain People, Inc.for repair or replacement without a factory issued RMA(Return Material Authorization). Special Provisions The following equipment shall be warranted for the terms noted when properly installed and maintained: Structural Pipe:Stainless steel pipe and anchor bases used in the fabrication of Water Odyssey"play equipment shall be warranted against structural failure for a period of 25 years. Finish Coating:Shall be warranted for a period of 2 years against peeling or fading under normal environmental conditions. ColorCast'Accents: Shall be warranted for a period of 2 years against fading or cracking under normal environmental conditions. Nozzles: Brass or stainless steel,5 Years. PVC nozzles,2 years. Polyurethane Components(including Fun Forms')shall be warranted for a period of 2 Years. Water Odyssey' Dynamic Sequencing Control Module 02-6210,Valve Boxes and Fiberglass Components shall be warranted against defects for a period of 3 years. All DSC Controller components,other than the 02-6210 module,are warranted for 1 year. UV Disinfection Units Manufactured by ETS/ATG UV(excluding consumables)shall be warranted for a period of five(5) years after commencement of operation providing that the owner has entered into a service agreement with a factory trained and certified representative to annually(during the warranty period) service the unit as outlined in the Basic Operator's Guide using original manufacturers parts. Exclusions This warranty does not include damage resulting from lightning,vandalism,improper maintenance,operator error,Acts of God,failure to comply with codes of the jurisdiction having authority,or other conditions beyond the control of Fountain People,Inc. Nor does this warranty cover labor,freight charges,or incidental materials required to implement repairs. Fountain People, Inc.shall not be held liable for damage to other equipment or materials,or loss of time,profits,or any inconvenience,directly or indirectly,resulting from the failure of equipment or materials furnished by Fountain People, Inc. Fountain People,Inc.will not accept liability for any costs associated with the removal or replacement of equipment in difficult-to-access locations.These extraordinary costs shall be the responsibility of the customer, regardless of the reason necessitating removal of the product from service.This warranty may exclude damage to metals resulting from chemical control devices that use electrolysis as a means for generating chlorine or other chemicals to treat water. No other warranty, expressed or implied,exists beyond that included in this statement. Water Odyssey'"by Fou'Zo,n People I P.O.Box 807 San Marcos,TX 78667 I P:512-.392.1155 I waterodyssey.rorn Contract No.2017001134 Vendor No. 121531 EXHIBIT F SCOPE OF WORK The following Scope of Work is an Exhibit to and is incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing, Site Accessories and Related Products and Services(the"Contract") between the City of Charlotte and Playcore Wisconsin, Inc.d/b/a GameTime. 4. SCOPE OF SERVICES. 4.1 General Scope. The Company shall provide various Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services that meets or exceeds the following requirements to the City and Participating Public Agencies nationwide. Participating Public Agencies may have additional specific requirements that might not be a requirement of the Lead Public Agency. The Company agrees to provide additional information or documentation to Participating Public Agencies as may be required per the Master Intergovernmental Cooperative Purchasing Agreement (between the Lead Public Agency and the Participating Public Agency). 4.2 Product Standards and Guidelines. It is essential that all Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services be in compliance with all current and applicable Consumer Product Safety Commission (CPSC), Americans with Disabilities Act (ADA) and ADA Accessibility Guidelines (ADAAG), and ASTM Standards and other applicable laws and regulations in the state of North Carolina or in accordance with the laws and applicable purchasing policies of the State and locality where the Participating Public Agencies exists. Manufacturers must be a member of the International Play Equipment Manufacturers Association (IPEMA) and ISO 9001 and 14001 certified. All equipment must be IPEMA Certified and meet all current American Society of Testing and Materials (ASTM), Consumer Product Safety Commission(CPSC),and IPEMA standards. 4.2.1 American Society for Testing and Materials(ASTM): ASTM-F 1487- 11 Standard Consumer Safety Performance Specification for Playground Equipment for Public use. ASTM-F1292-13 Standard Specification for Impact Attenuation of Surface Systems within the Use Zone of Playground Equipment. ASTM 1951-09 Standard Specifications for Determination of Surface Systems Under and Around Playground Equipment. 29 Contract No.2017001134 Vendor No. 121531 ASTM F2049-11 Fences/Barriers for Public, Commercial, and Multifamily Residential Use Outdoor Play Areas. ASTM F2075 Standard Specifications for Engineered Wood Fiber for Use as a Playground Safety Surface and Around Playground Equipment. 4.2.2 Printed Handbook for Public Playground Safety(CPSC) Equipment must meet all guidelines stated in the "Handbook for Public Safety" published by the Consumer Product Safety Commission. Copies of publication No. 325 may be obtained from U.S. Consumer Product Safety Commission, Washington,DC 20207. 4.2.3 International Play Equipment Manufacturers Association(IPEMA) IPEMA provides third-party Product Certification services for U.S. and Canadian public play equipment and U.S. public play surfacing materials. The services provide for the validation of a participant's certification of conformance to the standards referenced above. Both certifications are administered by Detroit Testing Laboratory, Inc. For more information on certification and membership,visit IPEMA's website at: www.ipema.org. All equipment must be IPEMA Certified. Certification must be included with your proposal submission. 4.3 Environmental Purchasing Requirements. The Company must provide documentation of their environmental sustainability policies,measures,and initiatives with their Proposal response per Section 2.6.15 and Section 7-U.S. Communities Requirements of this RFP. 4.4 New Products and Services. New Products and Services may be added to the resulting Contract(s)during the term of the Contract by written amendment, to the extent that those Products and Services are within the scope of this RFP and include, but will not be limited to, new Product added to the Manufacturer's listing offerings, and services which reflect new technology and improved functionality. All requests are subject to review and approval of the City of Charlotte. 4.5 Replacement Parts. The Company must stock replacement parts for a minimum of 15 years on all play systems and provide parts within two (2) weeks (14 calendar days) from the time an order is placed by the Participating Public Agency. 4.6 Surfacing Material. Surfacing Material must meet all guidelines stated in the Handbook for Public Playground Safety,and most current versions of ASTM-F1292-13, F2075-15,F3012- 14, and all other applicable ASTM standards and guidelines as certified by an independent laboratory conforming to IPEMA safety standards as identified for the playground industry. 30 Contract No.2017001134 Vendor No. 121531 4.7 Installation. All Products provided under this Contract that require assembly and installation should be performed by the awarded manufacturers' certified installers. Company must provide the names and addresses of each certified installer/subcontractor by geographical area. All work must be performed according to the standards established by the terms, specifications, drawings, and construction notes for each project, and meet manufacturer's specifications and industry standards. It shall be the obligation of the Installer to obtain clarification from the Project Coordinator concerning questions or conflicts in the specifications, drawings and construction notes in a timely manner as to not delay the progress of the work. 4.8 Design. The Company must have the capability to recommend and design appropriate play systems/structures to fit the need of the site for age groups to be determined by Participating Public Agency. Company must provide drawings (plan and elevation) of all pertinent aspects of the play equipment and its method of connection to the work. Final playground layout drawings shall be to scale and legible and must show location of play equipment and dimensions of use zones. All designs shall indicate ADA accessible routes,and percentage of ADA accessible components. 4.9 Project Management. The Company must have the ability to provide project management services to help Participating Agencies complete their projects on-time and within budget. 4.10 Safety. The Company and installers or subcontractors performing services for Charlotte- Mecklenburg are required and shall comply with all Occupational Safety and Health Administration(OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. The Company and subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. 4.11 Literature and Catalogs. The Company will be required to furnish and/or update all price lists, listings, color charts and other literature as requested within fifteen (15) days after notification of award. All catalogs may be electronic versions. 4.12 Warranty. The Company should address each of the following: 1. Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. 2. Warranty period start date. The City desires the warranty start at the time of substantial completion. 3. Availability of replacement parts. 4. Life expectancy of equipment under normal use. 5. Detailed information as to proposed return policy on all equipment. 4.13 Lead Time and Delivery. 31 Contract No.2017001134 Vendor No. 121531 1. Company must provide a four(4)week lead time on standard product, unlimited configurations,with no up charge. 2. Deliveries may be made typically between the hours of 8:30 a.m. and 3:30 p.m., local time, on regular business days unless other arrangements have been made. Delivery location shall be stated on each purchase order issued by Participating Agencies. 3. The Company will ensure that all items are delivered fully assembled or assembled by vendor or its designated subcontractor on site as may be designated by the Participating Public Agency. The Company will assure that all items are packed in accordance with prevailing commercial practices and delivered and assembled and installed in the first class condition. 4. When the purchase order calls for delivery to a specific location(other than door delivery) the vendor will deliver in accordance with the delivery instructions provided by the Participating Public Agency and shall perform inside delivery, assembly, set in place in proper location, make ready for use and remove all debris. 5. The Company shall authorize immediate replacement of any item that has been damaged in transit. 6. If deliveries are required in the evenings or weekends, or designated holidays, special installation charges will be negotiated. It is expected that the pricing will be fair and reasonable based upon specific requirements. 4.14 Optional Work. Company will be required to provide quotations on a case-by-case basis for optional related work such as, but not limited to, removal and/or reinstallation of Playground & Fitness Equipment, timbers, and fencing as may be required to provide a full turnkey solution to Participating Public Agencies. 4.15 Material Specifications. Equipment material specifications may vary between cities, counties, schools and states. Each Participating Entity will provide required specifications to include, but not be limited to, acceptable material, finish, diameters, thickness, gage, and angles of all components when placing orders or as necessary. 4.16 Additional Requirements. The Company may be required and agrees to comply with additional state, or local laws and policies of the individual Participating Public Agencies. 4.17 Performance Bond. The Company may be required to provide a performance bond as required by Participating Public Agencies for each project as required by local or state laws and policies. 4.18 Reports. The Company must maintain all records in compliance with federal and state regulations. A statistical report and an annual tabulated report must be submitted electronically to the Lead Public Agency upon request. 4.19 Pricing. The Company must submit a cost proposal fully supported by data adequate to establish the reasonableness of the proposed fee. One (1) firm fixed percentage 32 Contract No.2017001134 Vendor No. 121531 discount off of a verifiable list price for each category (defined in Section 1.3): 1) Playground Equipment (including components, replacement parts); 2) Outdoor Fitness Equipment: 3) Site Accessories; 4) Surfacing Materials; and 5) all other related Products(Shade Structures, Skate Parks, and other categorized Products); and 6)Services offered by the Company,for the life of the contract is preferred. Prices must include manufacturer mark up,profit,item cost and storage to allow each customer the ability to calculate and verify discount. All manufacturer price lists must be identified in the Proposal response. Proposals must include an itemized list of any Products and Services that the Company intends to include in the Master Agreement and assume responsibility for as prime contractor, but are offered by the individual authorized distributors and not included in the Company's catalog. The list must identify the distributors name and location that offers each product and service included. The Company shall be the prime contractor and remain solely responsible for contractual performance, and reporting, per Section 2.6.7 of this RFP for any Products and Services offered by the authorized distributor. Proposals shall not include Products and Services the Company does not intend to offer,or take responsibility for,as prime contractor. 4.19.1 Volume Discounts: Please include any volume discounts offered to the Lead Public Agency and Participating Public Agencies. 4.19.2 Rebates: Please include any rebates offered to Lead Public Agency and Participating Public Agencies.. 4.19.3 Product,Design and Price Comparison. For comparison purposes only, the Company must provide the following information for the three (3) sample playground designs included in Section 6, Form 4: I. Cost breakdown of all components using proposed discounts and list prices; 2. Manufacturer Price List ID 3. Three dimensional drawings 4. Number of kids that can use the playground; 5. Total number of play components: • Number of ground level components • Number of accessible ground level components • Number of elevated components • Number of accessible elevated components 6. Play Structure Size 7. Deck Sizes 8. Diameter of Uprights 9. Color options 10. Minimum time needed from date of design to delivery of equipment. 33 Contract No.2017001134 Vendor No. 121531 4.20 Installation. Company response must include a defined installation fee program. If a percentage of total dollar amounts of each order are proposed, the Company must submit one (1) fixed percentage for all installation services for all Participating Public Agencies, regardless of location,for the life of the contract. 4.21 Shipping and Delivery. Company must include a defined shipping program with their Proposal responses. If shipping is charged separately, only the actual cost of the freight may be added to an invoice. Shipping charges calculated as a percentage of the product price cannot be used. 1. Unless specifically stated otherwise in the "Shipping Program" included in the Company's Proposal response, all prices quoted must be F.O.B. destination with freight prepaid by the Company. 2. Additional costs for expedited deliveries may be added. 3. Selection of a carrier for shipment will be the option of the Participating Public Agency paying for said shipping. 4.22 Price Adjustments. All proposed pricing shall remain firm through December 31, 2017. Company may request price increases for consideration at least sixty (60) days prior to each anniversary of the Contract effective date. All requests must be submitted in writing to City of Charlotte Procurement Management along with documentation of bona fide materials and labor increases for the cost of Products. No adjustments shall be made to compensate a Company for inefficiency in operation or for additional profit. Price decreases shall be accepted at any time during the term of the contract. 4.23 References. Proposals must include a minimum of five (5) customer references (see Section 6, Form 7)that Company has provided products and services similar to those outlined in this RFP. 4.24 Prevailing Wages. Company must comply with the prevailing wage requirements of each state. Please include any exceptions to this requirement in your proposal response, per Section 2.6.12 of the RFP. 34 Contract No.2017001134 Vendor No. 121531 EXHIBIT G U.S. COMMUNITIES ADMINISTRATIVE AGREEMENT The following U.S.Communities Administrative Agreement is an Exhibit to and is incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing,Site Accessories and Related Products and Services(the"Contract") between the City of Charlotte and Playcore Wisconsin,Inc. d/b/a GameTime. 35 i (CD) CHARWITE.. Finance Office - Procurement Management Playground Equipment, Outdoor Fitness Equipment, Site Addendum #1 Accessories, Surfacing, and Related Products and Services RFP#269-2017-028 To: All Prospective Service Provider, Date: February 10,2017 Subject: Addendum#1 —RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories, Surfacing,and Related Products and Services Please note the specification changes/modifications below for the RFP. Item# Page# Section# Specification(s) Modification(s),Questions&Answers Modification: Paragraph #3: The first sentence has been revised as follows: 1 1 4.1.E Lead Time and Delivery The Company will ensure that all items are delivered fully fabricated by vendor and or its designated subcontractor on site as may be designated by the Participating Public Agency. Second sentence of this paragraph remains the same. Modification: This section has been revised as follows: Proposal responses must include a defined and verifiable ?li 4.I lo.. Installation installation fee program. If fees are based on geographic location, proposals must include a clearly defined and verifiable installation fee chart for each applicable state. region,and/or location. Modification: This section has been revised as follows: All proposed pricing shall remain firm through December 31, 2017. Suppliers may request price 3 30-31 4.1 E, Price Adjustments increases for consideration at least sixty (60)days prior to each calendar year during the term of the contract. All requests must be submitted in writing to the City of Charlotte Procurement Management along with documentation of bona fide materials and labor increases for the cost of Products.No adjustments shall be made to Finance Office-Procurement Management Management and Financial Services/City of Charlotte 600 East Fourth Street Charlotte,NC 28202-2850 Phone:704/336-2256 Fax:704/336-2258 RFP#269-2017-028—Addendum#1 1 Item# Page# Section# Specification(s) Modification(s),Questions&Answers compensate a Supplier for inefficiency in operation or for additional profit. Price decreases shall be accepted at any time during the term of the contract. Section 6 Pricing Worksheet Modification: 4 39 Third bullet has been revised as follows: Form 4 Design#2 • Two(2)Climbers U.S.Communities Clarification: 5 52-63 Section 7 Administrative All references to "Exhibit A" or "Exhibit B" refers to Agreement "Attachment A" or "Attachment B" of the U.S. Communities Administrative Agreement. Environmental Modification: Checklist for Purchasing Responses Form 9 was been added and is included in this 6 i submitting a Addendum #1 (see page 5). This form must be Proposal (Section 6, Form 9) completed and submitted with your Proposal response. Modification: Supplier 3.Company Annual The Header Row for the annual sales table has been 7 Information Sales for 2014,2015, revised as follows: 2016 SUPPLIER ANNUAL SALES IN THE UNITED STATE FOR 2014,2015,AND 2016 Modification: Exhibit A—Sample City Contract has been revised and 7 Sample City of Charlotte replaced. New Sample Contract is included in this 99-120 Exhibit A Contract Addendum#1 (see pages 6-25). Please make sure to read the new sample contract and include any exceptions in your proposal response per Section 2.6.12 of the subject RFP document. Sample City of Charlotte Clarification: 8 99-119 Exhibit A Contract Any reference to"Exhibit"refers to Exhibits that will be included in the final awarded City of Charlotte Contract. Company Question: Is it okay to include a copy of the product catalog on a jump drive, or provide a link to our electronic catalog 27 4.11 instead of providing a hard copy? 9 & Literature and Catalogs �9 4.19.1 Answer: Pricing Yes. Prefer the catalog on Jump Drive but will accept a link to electronic catalog as long as the appropriate information for this solicitation is provided in the electronic version. Company Question: Do we need to provide 12 copies of financial statements 16 , t, , Trade Secrets and (one with each proposal copy) if it's confidential 10 b; Personal Identification information? 51 Section , & Financial Statements Answer: No, two (2) hard copies of any trade secret or confidential information should he submitted in a Finance Office-Procurement Management Management and Financial Services/City of Charlotte 600 East Fourth Street Charlotte,NC 28202-2850 Phone: 704/336-2256 Fax:704/336-2258 RFP#269-2017-028—Addendum#1 2 Item# Page# Section# Specification(s) Modification(s),Questions&Answers separate sealed envelope, clearly marked per Section 2.6.2 of the subject RFP. Company Question: How do we address redundant questions in the RFP? 11 N N:'A Question Answer: Please address the question completely in the first section it appears. Then reference the previous section where you provided the information for all redundant questions in different sections. Company Question: Can we submit different fixed percentage discounts for multiple subcategories or each Category listed? 12 28-29 4.19 Pricing Answer: Yes. Please itemize subcategories and provide fixed percentage discounts as appropriate for your company's pricing structure. EX: Under Category for Playground Equipment,you may have different discounts for themed equipment and stand along components. Company Question: Is it okay to substitute alternate Outdoor Fitness Equipment if it does the same thing as the brand/item stated in the RFP? Example: We have something that 13 40 Section 6 Design 3 provides the same workl4out as a Wobble Board, but it Form 4 isn't called a Wobble Board. Answer: Yes, that will be acceptable as long as you identify it in the category of Outdoor Fitness Equipment. Supplier Question: Should we acknowledge each addendum as it's issued or 14 34 Section 6 Addenda Receipt when we submit our proposal? Form 2 Confirmation Answer: Please acknowledge all addenda on Form4 of Section 6 and submit with your proposal response. Company Question: We do not have a set price list for prevailing wages as it can vary project by project, but we would be applying the same discount rate to the total install price for the job. Could you please describe further what would be 15 31.1 4.22 Prevailing Wages defined as an exception?Perhaps an example? Answer: We are asking the Suppliers to provide any exceptions where they would not be able to comply with the prevailing wage requirements of the state or location in their proposal response. Finance Office-Procurement Management Management and Financial Services/City of Charlotte 600 East Fourth Street Charlotte,NC 28202-2850 Phone:704/336-2256 Fax:704/336-2258 RFP#269-2017-028—Addendum#1 3 In order to constitute a complete proposal response you must acknowledge receipt of this addendum with the Addenda Receipt Confirmation Form 2 in Section 6 of the subject RFP in your Proposal. Any Company not acknowledging receipt of an issued addendum may not be considered. In the event additional changes or clarifications to this RFP are warranted, all Service Providers are responsible for monitoring www.ips.state.nc.us or the City of Charlotte website at: http://charlottenc.gov/DoingBusiness/Pages/ContractOpportunities.aspxfor additional addenda. We appreciate your interest in doing business with the City of Charlotte and look forward to receiving a Proposal from your company. Sincerely, Karen Ewing Deputy Chief Procurement Officer cc: Alexis Turner,U.S.Communities Evaluation Team RFP File Finance Office-Procurement Management Management and Financial Services/City of Charlotte 600 East Fourth Street Charlotte,NC 28202-2850 Phone:704/336-2256 Fax:704/336-2258 RFP#269-2017-028—Addendum#1 4 Section 6 Required Forms REQUIRED FORM 9— ENVIRONMENTAL PURCHASING RESPONSES RFP# 269-2017-028 Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services Companies shall complete and submit the form below regarding the products or supplies required to perform the Services. Recycled Content. Products must contain a certain percentage of recycled content. Please include the amount of recycled content,pre-and post- consumer,included in your product. Recyclability. Please include the types of materials included in your product,and if they are considered recyclable in typical municipal recycling streams. Biodegradability. Products must be capable of decomposing under natural conditions. Please state whether each Product offered in your proposal is biodegradable. Post-Consumer Recycled Materials Please include the types of materials included in your products and if they contain post-consumer recycled materials, RFP#269-2017-028-Addendum#1 5 Exhibit A Sample City Contract Exhibit A-SAMPLE CITY CONTRACT Final an arded Contract ma, differ slighth from this Sample. As used in this Section of the RFP, the term "Contract" shall refer to the agreement entered into between the City and the Company, and the term "Company" shall refer to the vendor that has been awarded a contract. RECITALS WHEREAS, the City issued a Request For Proposals (RFP #269-2017-028) for Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services dated JANURARY 25, 2017. This Request for Proposals together with all attachments and addenda,is referred to herein as the"RFP";and WHEREAS, the Company submitted a Proposal in response to RFP #269-2017-028 on March 16, 2017. This Proposal, together with all attachments and separately sealed confidential trade secrets, is referred to herein as the"Proposal." WHEREAS,the City awarded this Contract on ,2017 to Company to provide Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services dated to the City all in accordance with the terms and conditions set forth herein. WHEREAS, the City of Charlotte, on behalf of itself and all states, local governments, school districts,and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies"), competitively solicited and awarded the Contract to the Company. The City has designated U.S. Communities as the administrative and marketing conduit for the distribution of the Contract to Participating Public Agencies. The City is acting as the"Contracting Agent" for the Participating Public Agencies,and shall not be liable or responsible for any costs, damages, liability or other obligations incurred by the Participating Public Agencies. The Company (including its subsidiaries) shall deal directly with each Participating Public Agency concerning the placement of orders, issuance of purchase orders, contractual disputes,invoicing,payment and all other matters relating or referring to such Participating Public Agency's access to the Contract. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. NOW,THEREFORE,for good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged,and in further consideration of the covenants and representations contained herein,the parties agree as follows: CONTRACT 1. EXHIBITS. The Exhibits below are hereby incorporated into and made a part of this Contract. In interpreting this Contract and resolving any ambiguities, the main body of this Contract will take precedence over the Exhibits, and any inconsistency between the Exhibits will be resolved in the order in which the Exhibits appear below. Each reference to COMPANY NAME in the Exhibits and Appendices shall be deemed to mean the Company, EXHIBIT A: Discount Schedule, Price Lists,and Incentives RFP#269-2017-028—Addendum #1 6 Exhibit A Sample City Contract EXHIBIT B: installation Fees EXHIBIT C: National Network Of Distributors And Installers EXHIBIT D: Freight Rate Schedules EXHIBIT E: Product Warranties EXHIBIT F: Scope of Work EXHIBIT G: U.S. Communities Administrative Agreement 2. DEFINITIONS. This section may include,but not be limited to,terms defined in Section 1 of the RFP. 3. TERM. The initial term of'this Contract will be for five (5)years from the Effective Date with an option to renew for two (2) additional two-year terms. This Contract may be extended only by a written amendment to the contract signed by both parties. 4. AGREEMENT TO PROVIDE PRODUCTS AND SERVICES. 4.1 The Company shall provide the Products and Services in accordance with the terms and conditions set forth in this Contract and the attached Exhibits when ordered from time to time by the City. Except as set forth Exhibit A, the prices set forth in Exhibit A constitute all charges payable by the City for the Products and Services, and all labor, materials, equipment, transportation, facilities, storage, information technology, permits, and licenses necessary for the Company to provide the Products and Services. The Company shall perform any Services for the City on site at the City's facilities in Charlotte, North Carolina, except as otherwise stated in this Contract or agreed in writing by the City. 4.2 Placement of Orders: All orders will be placed by personnel designated by the City on an as needed basis for the quantity required at the time during the term of the Contract. 5. OPTIONS AND ACCESSORIES: The City may in its discretion purchase from the Company options and accessories beyond what is called for in the Specifications, provided that such purchase does not create unfairness so as to defeat the purpose of the bid statutes, and provided the City is authorized by law to make such purchases without a formal bid process. 6. DOCUMENTATION: the company will provide for all products purchased under this contract written or electronic documentation that is complete and accurate,and sufficient to enable City employees with ordinary skills and experience to utilize such products for the purpose for which the City is acquiring them. 7. COMPENSATION. The City shall pay the company for the products and services delivered in compliance with the specifications at the prices set forth in Exhibit A. This amount constitutes the maximum fees and charges payable to the company in the aggregate under this contract and will not be increased except by a written amendment duly executed by both parties in compliance with the price adjustment provisions set forth in Exhibit c. The company shall not be entitled to charge the City any prices, fees or other amounts that are not listed in Exhibit A. 8. PRICE ADJUSTMENT. 8.1 The price(s) stated in this Contract shall not increase for the entire five-year term of the Contract. The prices shall also not increase during the two (2), two-year renewal RFP#269-2017-028—Addendum#1 7 Exhibit A Sample City Contract option terms unless the City approves a price adjustment in writing in accordance with the following terms: 8.1.1 Price increases shall only be allowed when justified in the City's sole discretion based on legitimate, bona fide increases in the cost of materials. No adjustment shall be made to compensate the Company for inefficiency in operation, increase in labor costs,or for additional profit. 8.1.2 To obtain approval for a price increase, the Company shall submit a written request to the Procurement Management Division representative, at the address listed below, together with written documentation sufficient to demonstrate that the increase is necessary based on a legitimate increase in the cost of materials. The request must state and fully justify the proposed price increase per unit over the price originally proposed. City of Charlotte M&FS Finance Office/Procurement Management 600 East Fourth Street Charlotte,NC 28202 8.1.3 No proposed price increase shall be valid unless accepted by the City in writing. The City may approve such price increase for the remaining term of the Contract or for a shorter specified period, in the City's sole discretion. If the City rejects such price increase, the Company shall continue performance of the Contract. 8.1.4 If the City approves a price increase pursuant to this Section and the market factors justifying the increase shift so that the increase is no longer justified, the City shall have the right to terminate the price increase and revert back to the prices that were in effect immediately prior to the increase. The Company shall notify the City in writing if the market factors on which the City granted the increase change such that the City's reasons for granting the increase longer apply. 8.2 If the Company's unit prices for any Products and/or Services should decrease, the Company shall provide the affected Products and/or Services at the lower discounted price. The Company will provide the City with prompt written notice of all decreases in unit prices. 8.3 If a Product becomes unavailable, or if a new Product becomes available, the Company promptly will send the City a proposed revised version of Exhibit A. The City reserves the right to add or delete items to this Contract if particular items should become discontinued or an upgraded item becomes available to the industry market. Any new or replacement items added may be subject to bid statute requirements. The City may also delete radio and communication equipment items included in this Contract if items are no longer needed or no longer issued as part of radios and communication equipment. At no additional cost to the City, the Company may substitute any Product or Service to be provided by the Company,if the substitute meets or exceeds the Specifications, is compatible with the City's operating environment and is of equivalent or better quality to the City. Any substitution will be reflected in a written signed change order. 9. BILLING. Each invoice sent by the Company shall include all reports, information and data required by this Contract (including the Exhibits) necessary to entitle the Company to RFP#269-2017-028—Addendum #1 8 Exhibit A Sample City Contract the requested payment. The Company shall send one (1) copy only of each invoice using one of the following options: Option 1 -E-mail one copy of each invoice to cocan(a)charlottenc.gov. Company shall not mail invoices that have been sent via e-mail. Option 2-Mail one copy of each invoice to: City of Charlotte Accounts Payable PO Box 37979 Charlotte,NC 28237-7979 Attn: (Insert Department) The City is not tax exempt from sales tax.The Company shall include all applicable State and County sales taxes on the invoice and not combined with the cost of the goods. Payment of invoices shall be due within thirty(30)days after the City has received all of the following:(a)an accurate,properly submitted invoice,(b)all reports due for the month covered by the invoice;and(c)any other information reasonably requested by the City to verify the charges contained in the invoice. Invoices must include state and local sales tax. 10. CONTRACT MONITORING: The City shall have the right to audit the Company's compliance with the terms and conditions of the Contract at such times as the City deems appropriate. Unless the City elects to terminate the Contract, the Company shall develop a written action plan to correct any Contract deficiency identified during these compliance audits, and shall submit such plan to the City within thirty(30)days of notification of non- compliance. 11. REPORTING: The Company shall provide such written reports of purchasing and expenditures as may be requested by the City from time to time, including without limitation any reports described in the Specifications. 12. AUDIT: During the term of the Contract and for a period of three (3) years after termination or expiration of this Contract for any reason, the City shall have the right to audit, either itself or through a third party, all books and records (including but not limited to the technical records) and facilities of the Company necessary to evaluate Company's compliance with the terms and conditions of the Contract or the City's payment obligations. The City shall pay its own expenses, relating to such audits,but shall not have to pay any expenses or additional costs of the Company. However, if non-compliance is found that would have cost the City in excess of$5,000 but for the audit,then the Company shall be required to reimburse the City for the cost of the audit. 13. GENERAL WARRANTIES. Company represents and warrants that: 13.1 It is a corporation duly incorporated, validly existing and in good standing under the laws of the state of ,and is qualified to do business in North Carolina; 13.2 It has all the requisite corporate power and authority to execute, deliver and perform its obligations under this Contract; 13.3 The execution, delivery,and performance of this Contract have been duly authorized by Company; 13.4 No approval, authorization or consent of any governmental or regulatory authority is required to be obtained or made by it in order for it to enter into and perform its obligations under this Contract; RFP#269-2017-028-Addendum 41 9 Exhibit A Sample City Contract 13.5 In connection with its obligations under this Contract, it shall comply with all applicable federal, state and local laws and regulations and shall obtain all applicable permits and licenses;and 13.6 The Company shall not violate any agreement with any third party by entering into or performing this Contract. 14. ADDITIONAL REPRESENTATIONS AND WARRANTIES. Company represents warrants and covenants that: 14.1 The Products and Services shall comply with all requirements set forth in this Contract,including but not limited to the attached Exhibits; 14.2 All work performed by the Company and/or its subcontractors pursuant to this Contract shall meet industry accepted standards, and shall be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge; 14.3 Neither the Services,nor any Products provided by the Company under this Contract will infringe or misappropriate any patent,copyright, trademark or trade secret rights of any third party;and 14.4 The Company and each of its subcontractors have complied and shall comply in all material respects with all applicable federal, state and local laws, regulations and guidelines relating to the performance of this Contract or to the products and services delivered hereunder, including but not limited to E-Verify, and shall obtain all applicable verifications,permits,and licenses. 15. COMPLIANCE WITH LAWS: All Products and Services delivered under this Contract shall be in compliance with all applicable federal, state and local laws, regulations and ordinances. In performing the Contract,the Company shall obtain and maintain all licenses and permits,and comply with all federal,state and local laws,regulations and ordinances. 16. DELIVERY TIME: When delivery time is requested in the RFP, (whether in the form of a specific delivery date or maximum number of days for delivery) time is of the essence. The Company's Proposal shall be deemed a binding commitment of the Company to meet the delivery time stated herein unless the Proposal specifically takes exception. If such delivery time is not met,the City shall be entitled to terminate the Contract immediately for default and/or exercise any other remedies available at law or in equity. 17. QUALITY. Unless this Contract specifically states otherwise for a particular item, all components used to manufacture or construct any supplies, materials or equipment or Products provided under this Contract shall be: (a) new; (b)the latest model; (c)of the best quality and highest grade workmanship; and (d) in compliance with all applicable federal, state and local laws, regulations and requirements. By "new", the City means that the item has been recently produced and has not been previously sold or used. Whenever this Contract states that a Product or Service shall be in accordance with laws, ordinances, building codes, underwriter's codes, applicable A.S.T.M. regulations or similar expressions, the requirements of such laws, ordinances, etc., shall be construed to be minimum requirements that are in addition to any other requirements that may be stated in this Contract. 18. DESIGN AND/OR MANUFACTURER REQUIREMENT: All Products and Services shall meet the Specifications set forth in Section_of the RFP. 19. INSPECTION AT COMPANY'S SITE: The City reserves the right to inspect the equipment, plant, store or other facilities of the Company during the Contract term from RFP#269-2017-028—Addendum=1 10 Exhibit A Sample City Contract time to time as the City deems necessary to confirm that such equipment, plant, store or other facilities conform with the Specifications and are adequate and suitable for proper and effective performance of the Contract. Such inspections shall be conducted during normal business hours and upon at least three (3) days' notice to the Company (except that a store may be inspected at any time during regular store hours without notice). 20. PREPARATION FOR DELIVERY: 20.1 Condition and Packaging. All containers/packaging shall be suitable for handling, storage or shipment, without damage to the contents. The Company shall make shipments using the minimum number of containers consistent with the requirements of safe transit, available mode of transportation routing. The Company will be responsible for confirming that packing is sufficient to assure that all the materials arrive at the correct destination in an undamaged condition ready for their intended use. 20.2 Marking. All canons shall be clearly identified with the City purchase order number and the name of the department making the purchase. Packing lists must be affixed to each carton identifying all contents included in the carton. If more than one carton is shipped, each carton must be numbered and must state the number of that canon in relation to the total number of cartons shipped(i.e. 1 of 4,2 of 4,etc.). 20.3 Shipping. The Company shall follow all shipping instructions included in the RFP, the City's purchase order or in the Contract. 21. ACCEPTANCE OF PRODUCTS/SERVICES: The Products delivered under this Contract shall remain the property of the Company until the City physically inspects, actually uses and accepts the Products. In the event Products provided to the City do not comply with the Contract, the City shall be entitled to terminate the Contract upon written notice to the Company and return such Products(and any related goods)to the Company at the Company's expense. In the event the Services provided under this Contract do not comply with the Contract, the City reserves the right to cancel the Service and rescind any related purchase of products upon written notice to the Company. The remedies stated in this Section are in addition to and without limitation of any other remedies that the City may have under the Contract,at law or in equity. 22. GUARANTEE: Unless otherwise specified by the City, the Company unconditionally guarantees the materials and workmanship on all Products and Services. If, within the guarantee period any defects occur due to a faulty Product or Services (including without limitation a failure to comply with the Specifications), the Company at its expense, shall repair or adjust the condition, or replace the Product and/or Services to the complete satisfaction of the City. These repairs, replacements or adjustments shall be made only at such time as will be designated by the City to ensure the least impact to the operation of City business. 23. NO LIENS: All Products shall be delivered and shall remain free and clear of all liens and encumbrances. 24. MANUFACTURER OR DEALER ADVERTISEMENT: No manufacturer or dealer shall advertise on Products delivered to the City without prior approval by the City. 25. RIGHT TO COVER: If the Company fails to comply with any term or condition of the Contract or the Company's response to the RFP, the City may take any of the following actions with or without terminating the Contract, and in addition to and without limiting any other remedies it may have: RFP#269-2017-028—Addendum#1 11 Exhibit A Sample City Contract (A) Employ such means as it may deem advisable and appropriate to obtain the applicable Products and/or Services(or reasonable substitutes) from a third party; and (B) Recover from the Company the difference between what the City paid for such Products and/or Services on the open market and the price of such Products and/or Services under the Contract or the Company's response to the RFP. 26. RIGHT TO WITHHOLD PAYMENT: If Company breaches any provision of the Contract the City shall have the right to withhold all payments due to the Company until such breach has been fully cured. 27. OTHER REMEDIES: Upon breach of the Contract, each party may seek all legal and equitable remedies to which it is entitled. The remedies set forth herein shall be deemed cumulative and not exclusive and may be exercised successively or concurrently, in addition to any other available remedy. 28. TERMINATION. 29.1 TERMINATION WITHOUT CAUSE. The City may terminate this Contract at any time without cause by giving sixty(60) days written notice to the Company. The Company may terminate this Contract at any time without cause by giving one hundred and eighty(180)days written notice to the City. 29.2 TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to the other party, either party may terminate this Contract upon the occurrence of one or more of the following events: 29.2.1 The other party violates or fails to perform any covenant, provision, obligation,term or condition contained in this Contract,provided that,unless otherwise stated in this Contract, such failure or violation shall not be cause for termination if both of the following conditions are satisfied: (i) such default is reasonably susceptible to cure; and (ii) the other party cures such default within thirty (30) days of receipt of written notice of default from the non-defaulting party;or 29.2.2 The other party attempts to assign, terminate or cancel this Contract contrary to the terms hereof;or 29.2.3 The other party ceases to do business as a going concern, makes an assignment for the benefit of creditors, admits in writing its inability to pay debts as they become due,files a petition in bankruptcy or has an involuntary bankruptcy petition filed against it (except in connection with a reorganization under which the business of such party is continued and performance of all its obligations under this Contract shall continue), or if a receiver, trustee or liquidator is appointed for it or any substantial part of other party's assets or properties. Any notice of default pursuant to this Section shall identify and state the party's intent to terminate this Contract if the default is not cured within the specified period. 29.3 ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By giving written notice to the Company, the City may also terminate this Contract upon the occurrence of one or more of the following events (which shall each RFP##269-2017-028—Addendum#1 12 Exhibit A Sample City Contract constitute grounds for termination without a cure period and without the occurrence of any of the other events of default previously listed): 29.3.1 The Company makes or allows to be made any material written misrepresentation or provides any materially misleading written information in connection with this Contract. Company's Proposal, or any covenant, agreement,obligation,term or condition contained in this Contract; or 29.3.2 The Company takes or fails to take any action which constitutes grounds for immediate termination under the terms of this Contract, including but not limited to failure to obtain or maintain the insurance policies and endorsements as required by this Contract, or failure to provide the proof of insurance as required by this Contract. 29.4 NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of the Contract shall not relieve the Company of the obligation to pay any fees,taxes or other charges then due to the City, nor relieve the Company of the obligation to file any daily,monthly,quarterly or annual reports covering the period to termination nor relieve the Company from any claim for damages previously accrued or then accruing against the Company. 29.5 OBLIGATIONS UPON EXPIRATION OR TERMINATION. Upon expiration or termination of this Contract, the Company shall promptly (a)return to the City all computer programs, files, documentation, data, media,related material and any other recording devices, information, or compact discs that are owned by the City; (b) provide the City with sufficient data necessary to migrate to a new vendor, or allow the City or a new vendor access to the systems, software, infrastructure, or processes of the Company that are necessary to migrate to a new vendor; and (c) refund to the City all pre-paid sums for Products or Services that have been cancelled and will not be delivered. 29.6 NO SUSPENSION. In the event that the City disputes in good faith an allegation of default by the Company, notwithstanding anything to the contrary in this Contract, the Company agrees that it will not terminate this Contract or suspend or limit the delivery of Products or Services or any warranties or repossess, disable or render unusable any Software supplied by the Company, unless (i) the parties agree in writing,or(ii)an order of a court of competent jurisdiction determines otherwise. 29.7 AUTHORITY TO TERMINATE. The City Manager or their designee is authorized to terminate this Contract on behalf of the City. 29.8 TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of this Contract, the Company shall cooperate with the City to assist with the orderly transfer of the Products, Services, functions and operations provided by the Company hereunder to another provider or to the City as determined by the City in its sole discretion. The transition services that the Company shall perform if requested by the City include but are not limited to: 29.8.1 Working with the City to jointly develop a mutually agreed upon transition services plan to facilitate the termination of the Services;and 29.8.2 Notifying all affected vendors and subcontractors of the Company of transition activities; 29.8.3 Performing the transition service plan activities; RFP#269-2017-028-Addendum#1 13 Exhibit A Sample City Contract 29.8.4 Answering questions regarding the products and services on an as-needed basis;and 29.8.5 Providing such other reasonable services needed to effectuate an orderly transition to a new system. 29. NO DELAY DAMAGES: Under no circumstances shall the City be liable to the successful Company for any damages arising from delay, whether caused by the City or not. 30. MULTIPLE CONTRACT AWARDS. This Contract is not exclusive. The City reserves the right to award multiple contracts for the Products and Services required by this Contract if the City deems multiple Contracts to be in the City's best interest. 31. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this Contract is solely that of independent contractors, and nothing contained in this Contract shall be construed to (i) give any party the power to direct or control the day-to-day activities of the other, (ii) constitute such parties as partners,joint ventures, co-owners or otherwise as participants in a joint or common undertaking; (iii)make either party an agent of the other for any purpose whatsoever, or (iv) give either party the authority to act for, bind, or otherwise create or assume any obligation on behalf of the other. Nothing herein shall be deemed to eliminate any fiduciary duty on the part of the Company to the City that may arise under law or under the terms of this Contract. 32. INDEMNIFICATION: To the fullest extent permitted by law, the Company shall indemnify, defend and hold harmless each of the "Indemnitees" (as defined below) from and against any and all "Charges" (as defined below) paid or incurred any of them as a result of any claims, demands, lawsuits, actions, or proceedings: (i) alleging violation, misappropriation or infringement of any copyright, trademark, patent, trade secret or other proprietary rights with respect to the Work or any Products or deliverables provided to the City pursuant to this Contract ("Infringement Claims"); (ii) seeking payment for labor or materials purchased or supplied by the Company or its subcontractors in connection with this Contract; or (iii) arising from the Company's failure to perform its obligations under this Contract,or from any act of negligence or wilful misconduct by the Company or any of its agents, employees or subcontractors relating to this Contract, including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any person(s) or damage or destruction to any property, real or personal, tangible or intangible; or (iv) arising from a violation of any federal, state or local law, regulation or ordinance by the Company or any its subcontractors (including without limitation E-Verify or other immigration laws); or(v) arising from any claim that the Company or an employee or subcontractor of the Company is an employee of the City, including but not limited to claims relating to worker's compensation, failure to withhold taxes and the like. For purposes of this Section: (a)the term "Indemnitees"means the City and each of the City's officers, officials, employees, agents and independent contractors (excluding the Company); and (b) the term "Charges" means any and all losses, damages, costs, expenses (including reasonable attorneys' fees), obligations, duties, fines, penalties, royalties, interest charges and other liabilities (including settlement amounts) or any other legal theory or principle, in connection with an Infringement Claim. 33. INSURANCE. Throughout the term of the Contract, the Company shall comply with the insurance requirements described in this Section. In the event the Company fails to procure and maintain each type of insurance required by this Section,or in the event the Company fails to provide the City with the required certificates of insurance,the City shall be entitled to terminate the Contract immediately upon written notice to the Company. RFP#269-2017-028—Addendum#1 14 Exhibit A Sample City Contract The Company agrees to purchase and maintain the following insurance coverage during the life of the Contract with an insurance company acceptable to the City of Charlotte, authorized to do business in the State of North Carolina: (A) Automobile Liability: Bodily injury and property damage liability covering all owned, non-owned, and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident; and, $1,000,000 property damage, or $1,000,000 combined single limit each occurrence/aggregate. (B) Commercial General Liability: Bodily injury and property damage liability as shall protect the successful Company and any subcontractor performing work under the Contract from claims of bodily injury or property damage which arise from performance of the Contract, whether such work is performed by the Company, any subcontractor or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or$1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, services, completed operations, personal injury liability and contractual liability assumed under the indemnity provision of the Contract. (C) Workers' Compensation: Meeting the statutory requirements of the State of North Carolina and Employers Liability - $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit, providing coverage for employees and owners. The City shall be named as additional insured under the commercial general liability insurance for operations or services rendered under this Contract. The Company's insurance shall be primary of any self-funding and/or insurance otherwise carried by the City for all loss or damages arising from the Consultant's operations under this agreement. The Company and each of its subcontractors shall and does waive all rights of subrogation against the City and each of the Indemnitees,as defined in Section 5.1. The Company shall not commence any work in connection with the Contract until it has obtained all of the types of insurance set forth in this Form, and such insurance has been approved by the City. The Company shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. All insurance policies shall be with insurers qualified and doing business in North Carolina recognized by the Secretary of State and the Insurance Commissioner's Office. The Company shall furnish the City with proof of insurance coverage by certificates of insurance accompanying the Contract. Certificates of all required insurance shall contain the provision that the City will be given (30) days written notice of any intent to amend or terminate by either the insured or the insuring company. All insurance certificates must include the City of Charlotte's contract number in the description field. The City shall be exempt from, and in no way liable for any sums of money that may represent a deductible in any insurance policy.The payment of such deductible shall be the sole responsibility of the Company and/or subcontractor providing such insurance. 34. COMMERCIAL NON-DISCRIMINATION. As a condition of entering into this Contract, the Company represents and warrants that it will fully comply with the City's Commercial Non-Discrimination Policy, as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder. As part of such compliance, the Company shall not RFP#269-2017-028—Addendum#1 15 Exhibit A Sample City Contract discriminate on the basis of race, gender, religion, national origin, ethnicity, age or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors or suppliers in connection with a City contract or contract solicitation process, nor shall the Company retaliate against any person or entity for reporting instances of such discrimination. The Company shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its subcontracting and supply opportunities on City contracts, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace. The Company understands and agrees that a violation of this clause shall be considered a material breach of this Contract and may result in termination of this Contract, disqualification of the Company from participating in City contracts or other sanctions. As a condition of entering into this Contract, the Company agrees to: (a) promptly provide to the City in a format specified by the City all information and documentation that may be requested by the City from time to time regarding the solicitation, selection, treatment and payment of subcontractors in connection with this Contract; and(b)if requested,provide to the City within sixty days after the request a truthful and complete list of the names of all subcontractors, vendors, and suppliers that the Company has used on City contracts in the past five years, including the total dollar amount paid by the Company on each subcontract or supply contract. The Company further agrees to fully cooperate in any investigation conducted by the City pursuant to the City's Non-Discrimination Policy, to provide any documents relevant to such investigation that are requested by the City,and to be bound by the award of any arbitration conducted under such Policy. The Company agrees to provide to the City from time to time on the City's request, payment affidavits detailing the amounts paid by the Company to subcontractors and suppliers in connection with this Contract within a certain period of time. Such affidavits shall be in the format specified by the City from time to time The Company understands and agrees that violation of this Commercial Non- Discrimination provision shall be considered a material breach of this Contract and may result in contract termination, disqualification of the Company from participating in City contracts and other sanctions. 35. COMPANY WILL NOT SELL OR DISCLOSE DATA. The Company will treat as confidential information all data provided by the City in connection with this agreement. City data processed by the Company shall remain the exclusive property of the City. The Company will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the City in any manner except that contemplated by this agreement. 36. WORK ON CITY'S PREMISES. The Company will ensure that its employees and agents shall,whenever on the City's premises,obey all instructions and directions issued by the City's project manager with respect to work on the City's premises. The Company agrees that its personnel and the personnel of its subcontractors will comply with all rules, regulations and security procedures of the City when on the City's premises. 37. BACKGROUND CHECKS: The Company agrees that it has conducted or will conduct background checks on all personnel who will be working at the Charlotte service facility or delivering Products or Services under the Contract. The Company will conduct such background checks prior to the personnel commencing work hereunder, whether as part of the Company's standard pre-employment screening practices or otherwise. The Company will complete a background check on an annual basis for each person working at the Charlotte facility. Background check will include at a minimum: RFP#269-2017-028—Addendum#I 16 Exhibit A Sample City Contract a. Criminal records search, b. Identification verification;and c. Proof of authorization to work in the United States. The Company agrees if any personnel do not meet the background qualifications,he/she shall not be assigned to perform services under this Contract. The Company will notify the City immediately if a background check reveals any conviction(s). If there is any question as to whether any personnel meets the background qualifications,prior to assignment of any Services under this Contract,the Company shall contact the City immediately. 38. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The Company hereby certifies that it has or it will within thirty(30)days after execution of this Contract: 39.1 Notify employees that the unlawful manufacture, distribution, dispensation, possession, or use of controlled substance is prohibited in the workplace and specifying actions that will be taken for violations of such prohibition; 39.2 Establish a drug-free awareness program to inform employees about (i) the dangers of drug abuse in the workplace, (ii)the Company's policy of maintaining a drug-free workplace, (iii) any available drug counseling, rehabilitation, and employee assistance programs, and (iv) the penalties that may be imposed upon employees for drug abuse violations; 39.3 Notify each employee that as a condition of employment, the employee will (i)abide by the terms of the prohibition outlines in (a) above, and (ii) notify the Company of any criminal drug statute conviction for a violation occurring in the workplace not later than five days after such conviction; 39.4 Impose a sanction on, or requiring the satisfactory participation in a drug counseling, rehabilitation or abuse program by an employee convicted of a drug crime; 39.5 Make a good faith effort to continue to maintain a drug-free workplace for employees;and 39.6 Require any party to which it subcontracts any portion of the work under the contract to comply with the provisions of this Section. A false certification or the failure to comply with the above drug-free workplace requirements during the performance of this Contract shall be ground for suspension, termination or debarment. 39. NOTICES. Any notice, consent or other communication required or contemplated by this Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight courier, by electronic mail or by telefax to the intended recipient at the address set forth below. Notice shall be effective upon the date of receipt by the intended recipient; provided that any notice which is sent by telefax or electronic mail shall also be simultaneously sent by mail deposited with the U.S. Postal Service or by overnight courier. Each party may change its address for notification purposes by giving the other party written notice of the new address and the date upon which it shall become effective. Communications that relate to any breach, default, termination, delay in performance, and prevention of performance, modification, extension, amendment, or waiver of any provision of this Contract shall be sent to: RFP#269-2017-028-Addendum#1 17 Exhibit A Sample City Contract For The Company: For The City: Procurement Management Division 600 East Fourth Street Charlotte,NC 28202 _ Phone: Fax: E-mail: With Copy To: With Copy To: Cindy White Senior Assistant City Attorney 600 East Fourth Street Charlotte,NC 28202 Phone: 704-336-3012 Fax: 704-336-8854 E-mail: cwhite@ci.charlotte.nc.us All other notices shall be sent to the other party's Project Manager at the most recent address provided in writing by the other party. 40. SUBCONTRACTING: The Company shall not subcontract any of its obligations under this Contract without the City's prior written consent. In the event the City does consent in writing to a subcontracting arrangement, Company shall be the prime contractor and shall remain fully responsible for performance of all obligations which it is required to perform under this Contract. Any subcontract entered into by Company shall name the City as a third party beneficiary. 41. FORCE MAJEURE: Neither party shall be liable for any failure or delay in the performance of its obligations pursuant to the Contract, and such failure or delay shall not be deemed a default of the Contract or grounds for termination hereunder if all of the following conditions are satisfied: If such failure or delay: A. could not have been prevented by reasonable precaution; B. cannot reasonably be circumvented by the non-performing party through the use of alternate sources,work-around plans,or other means;and C. if,and to the extent,such failure or delay is caused, directly or indirectly,by fire, flood, earthquake, hurricane, elements of nature or acts of God, acts of war, terrorism,riots,civil disorders,rebellions or revolutions or court order. An event that satisfies all of the conditions set forth above shall be referred to as a "Force Majeure Event." Upon the occurrence of a Force Majeure Event, the affected party shall be excused from any further performance of those of its obligations which are affected by the Force Majeure Event for as long as (a) such Force Majeure Event continues and (b) the affected party continues to use reasonable efforts to recommence performance whenever and to whatever extent possible without delay. Upon the occurrence of a Force Majeure Event, the affected party shall promptly notify the other by telephone (to be confirmed by written notice within five (5) days of the inception of the failure or delay) of the occurrence of a Force Majeure Event and shall describe in reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event prevents the Company from performing its obligations for more than fifteen(15)days, the City shall have the right to terminate the Contract by written notice to the Company. RFP#269-2017-028-Addendum#1 18 Exhibit A Sample City Contract Notwithstanding anything contained herein to the contrary, strikes, slow-downs, walkouts, lockouts, and industrial disputes of the Company or its subcontractors shall not constitute "Force Majeure Events" and are not excused under this provision. Nothing in the preceding Force Majeure provisions shall relieve the successful Company of any obligation it may have regarding disaster recovery,whether under the Contract or at law. 42 CONFIDENTIALITY. 42.1 DEFINITIONS. As used in this Contract, The term "Confidential Information" shall mean any information, in any medium, whether written, oral or electronic, not generally known in the relevant trade or industry that is obtained from the City or any of its suppliers,contractors or licensors which falls within any of the following general categories: 42.2 TRADE SECRETS. For purposes of this Contract, trade secrets consist of information of the City or any of its suppliers, contractors or licensors: (a) that derives value from being secret; and(b)that the owner has taken reasonable steps to keep confidential. Examples of trade secrets include information relating to proprietary software, new technology, new products or services, flow charts or diagrams that show how things work, manuals that tell how things work and business processes and procedures. 42.3 Information of the City or its suppliers, contractors or licensors marked "Confidential-or-Proprietary.- 42.4 Information relating to criminal investigations conducted by the City,and records of criminal intelligence information compiled by the City. 42.5 Information contained in the City's personnel files, as defined by N.C. Gen. Stat. 160A-168. This consists of all information gathered by the City about employees, except for that information which is a matter of public record under North Carolina law. 42.6 Citizen or employee social security numbers collected by the City. 42.7 Computer security information of the City, including all security features of electronic data processing, or information technology systems, telecommunications networks and electronic security systems. This encompasses but is not limited to passwords and security standards, procedures, processes, configurations,software and codes. 42.8 Local tax records of the City that contains information about a taxpayer's income or receipts. 42.9 Any attorney/client privileged information disclosed by either party. 42.10 Any data collected from a person applying for financial or other types of assistance, including but not limited to their income, bank accounts, savings accounts,etc. 42.11 The name or address of individual home owners who, based on their income, have received a rehabilitation grant to repair their home. 42.12 Building plans of City-owned buildings or structures, as well as any detailed security plans. 42.13 Billing information of customers compiled and maintained in connection with the City providing utility services RFP#269-2017-028-Addendum#1 19 Exhibit A Sample City Contract 42.14 Other information that is exempt from disclosure under the North Carolina public records laws. Categories 42.1 through 42.13 above constitute "Highly Restricted Information," as well as Confidential Information. The Company acknowledges that certain Highly Restricted Information is subject to legal restrictions beyond those imposed by this Contract, and agrees that: (a) all provisions in this Contract applicable to Confidential Information shall apply to Highly Restricted Information; and (b) the Company will also comply with any more restrictive instructions or written policies that may be provided by the City from time to time to protect the confidentiality of Highly Restricted Information. The parties acknowledge that in addition to information disclosed or revealed after the date of this Contract,the Confidential Information shall include information disclosed or revealed within one year prior to the date of this Contract. 43. RESTRICTIONS. Company shall keep the Confidential Information in the strictest confidence,in the manner set forth below: 43.1 Company shall not copy, modify, enhance, compile or assemble (or reverse compile or disassemble), or reverse engineer Confidential Information, except as authorized by the City in writing. 43.2 Company shall not, directly or indirectly, disclose, divulge, reveal, report or transfer Confidential Information to any third party, other than an agent, subcontractor or vendor of the City or Company having a need to know such Confidential Information for purpose of performing work contemplated by written agreements between the City and the Company, and who has executed a confidentiality agreement incorporating substantially the form of this the Contract. Company shall not directly or indirectly, disclose, divulge, reveal, report or transfer Highly Restricted to any third party without the City's prior written consent. 43.3 Company shall not use any Confidential Information for its own benefit or for the benefit of a third party, except to the extent such use is authorized by this Contract or other written agreements between the parties hereto, or is for the purpose for which such Confidential Information is being disclosed. 43.4 Company shall not remove any proprietary legends or notices, including copyright notices,appearing on or in the Confidential Information. 43.5 Company shall use reasonable efforts (including but not limited to seeking injunctive relief where reasonably necessary) to prohibit its employees, vendors, agents and subcontractors from using or disclosing the Confidential Information in a manner not permitted by this Contract. 43.6 In the event that any demand is made in litigation, arbitration or any oilier proceeding for disclosure of Confidential Information, Company shall assert this Contract as a ground for refusing the demand and, if necessary, shall seek a protective order or other appropriate relief to prevent or restrict and protect any disclosure of Confidential Information. 43.7 All materials which constitute, reveal or derive from Confidential Information shall be kept confidential to the extent disclosure of such materials would reveal Confidential Infonnation,and unless otherwise agreed,all such materials shall be RFP#269-2017-028—Addendum#1 20 Exhibit A Sample City Contract returned to the City or destroyed upon satisfaction of the purpose of the disclosure of such information. 43.8 Company shall restrict employee access to the Confidential Information to those employees having a need to know for purposes of their jobs. 43.9 Company shall take reasonable measures to prevent the use or disclosure of Confidential Information by its employees in a manner not permitted by this Contract. The Company shall have each of its employees who will have access to the Confidential Information sign a confidentiality agreement which provides the City and its vendors, licensors, subcontractors, employees and taxpayers the same level of protection as provided by this Contract. 44. EXCEPTIONS. The Cite agrees that Company shall have no obligation with respect to any Confidential Information that the Company can establish: 44.1 Was already known to Company prior to being disclosed by the City; 44.2 Was or becomes publicly known through no wrongful act of Company; 44.3 Was rightfully obtained by Company from a third party without similar restriction and without breach hereof; 44.4 Was used or disclosed by Company with the prior written authorization of the City; 44.5 Was disclosed pursuant to the requirement or request of a governmental agency, which disclosure cannot be made in confidence, provided that, in such instance, Company shall first give to the City notice of such requirement or request; 44.6 Was disclosed pursuant to the order of a court of competent jurisdiction or a lawfully issued subpoena,provided that the Company shall take reasonable steps to obtain an agreement or protective order providing that this Contract will be applicable to all disclosures under the court order or subpoena. 45. MISCELLANEOUS 45.1 ENTIRE AGREEMENT. This Contract, including all Exhibits and Attachments constitute the entire agreement between the parties with respect to the subject matter herein. There are no other representations, understandings, or agreements between the parties with respect to such subject matter. This Contract supersedes all prior agreements, negotiations, representations and proposals, written or oral. Notwithstanding the forgoing, the parties agree that the RFP and the Proposals are relevant in resolving any ambiguities that may exist with respect to the language of this Contract 45.2 AMENDMENT. No amendment or change to this Contract shall be valid unless in writing and signed by the party against whom enforcement is sought. Amendments that involve or increase in the amounts payable by the City may require execution by a Department Director, the City Manager, or an Assistant City Manager; depending on the amount. Some increases may also require approval by City Council. 45.3 GOVERNING LAW AND JURISDICTION. North Carolina law shall govern the interpretation and enforcement of this Contract, and any other matters relating to this Contract (all without regard to North Carolina conflicts of law principles). All legal actions or other proceedings relating to this Contract shall be brought in a RFP#269-2017-028—Addendum#1 21 Exhibit A Sample City Contract state or federal court sitting in Mecklenburg County,North Carolina. By execution of this Contract, the parties submit to the jurisdiction of such courts and hereby irrevocably waive any and all objections which they may have with respect to venue in any court sitting in Mecklenburg County,North Carolina. 45.4 BINDING NATURE AND ASSIGNMENT. This Contract shall bind the parties and their successors and permitted assigns. Neither party may assign this Contract without the prior written consent of the other. Any assignment attempted without the written consent of the other party shall be void. For purposes of this Section,a Change in Control,as defined in Section 42.8 constitutes an assignment. 45.5 SEVERABILITY. The invalidity of one or more of the phrases,sentences,clauses or sections contained in this Contract or the Exhibits shall not affect the validity of the remaining portion of this Contract or Exhibits so long as the material purposes of this Contract can be determined and effectuated. If any provision of this Contract or Exhibit is held to be unenforceable, then both parties shall be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and this Contract shall be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent. 45.6 NO PUBLICITY. No advertising, sales promotion or other materials of the Company or its agents or representations may identify or reference this Contract or the City in any manner without the prior written consent of the City. Notwithstanding the forgoing, the parties agree that the Company may list the City as a reference in responses to requests for proposals,and may identify the City as a customer in presentations to potential customers. 45.7 WAIVER. No delay or omission by either party to exercise any right or power it has under this Contract shall impair or be construed as a waiver of such right or power. A waiver by either party of any covenant or breach of this Contract shall not constitute or operate as a waiver of any succeeding breach of that covenant or of any other covenant. No waiver of any provision of this Contract shall be effective unless in writing and signed by the party waiving the rights. 45.8 CHANGE IN CONTROL. In the event of a change in "Control"of the Company (as defined below), the City shall have the option of terminating this Contract by written notice to the Company. The Company shall notify the City within ten days of the occurrence of a change in control. As used in this Contract, the term "Control" shall mean the possession, direct or indirect, of either (i) the ownership of or ability to direct the voting of, as the case may be fifty-one percent (51%) or more of the equity interests, value or voting power in the Company or (ii) the power to direct or cause the direction of the management and policies of the Company whether through the ownership of voting securities, by contract or otherwise. 45.9 NO BRIBERY. The Company certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the forgoing has bribed or attempted to bribe an officer or employee of the City in connection with this Contract. 45.10 FAMILIARITY AND COMPLIANCE WITH LAWS AND ORDINANCES. The Company agrees to make itself aware of and comply with all local, state and federal ordinances, statutes, laws, rules and regulations applicable to the Services. The Company further agrees that it will at all times during the term of this Contract be in compliance with all applicable federal, state and/or local laws regarding RPP#269-2017-O28—Addendum#1 22 Exhibit A Sample City Contract employment practices. Such laws will include, but shall not be limited to workers' compensation, the Fair Labor Standards Act (FLSA), the Americans with Disabilities Act(ADA),the Family and Medical Leave Act (FMLA)and all OSHA regulations applicable to the work. 45.11 TAXES. The Company shall pay all applicable federal,state and local taxes which may be chargeable against the Products and/or Services. 45.12 SURVIVAL OF PROVISIONS: Those Sections of the Contract and the Exhibits, which by their nature would reasonably be expected to continue after the termination of the Contract shall survive the termination of the Contract, including but not limited to the following: Section 3 "Term" Section 4.3 "Employment Taxes and Employee Benefits" Section 13 "General Warranties" Section 14 "Additional Representations and Warranties" Section 22 "Guarantee" Section 28 "Other Remedies" Section 29 "Termination" Section 33 "Insurance" Section 34 "Indemnification" Section 39 `'Notices" Section 42 "Confidentiality" Section 45 "Miscellaneous" 45.13 NON-APPROPRIATION OF FUNDS. If City Council does not appropriate the funding needed by the City to make payments under this Contract for a given fiscal year, the City will not be obligated to pay amounts due beyond the end of the last fiscal year for which funds were appropriated. In such event,the City will promptly notify the Company of the non-appropriation and this Contract will be terminated at the end of the last fiscal year for which funds were appropriated. No act or omission by the City, which is attributable to non-appropriation of funds shall constitute a breach of or default under this Contract. 45.14 E-VERIFY. Company shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and shall require each of its subcontractors to do so as well. 45.15 IRAN DIVESTMENT ACT. Company certifies that: (i) it is not identified on the Final Divestment List or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S. 147-86.58; (ii) it will not take any action causing it to appear on any such list during the term of this Contract; and(iii)it will not utilize any subcontractor that is identified on any such list to provide goods or services hereunder. 45.16 PRE-AUDIT. No pre-audit certificate is required under N.C. Gen. Stat. 159-28(a) because this Contract is for an indefinite quantity with no minimum purchase requirement. Notwithstanding anything contained herein to the contrary, this Contract does not require the City to purchase a single product or service, and a decision by the City to not make any purchase hereunder will violate neither this Contract nor any implied duty of good faith and fair dealing. The City has no financial obligation under this Contract absent the City's execution of a valid and binding purchase order or contract addendum containing a pre-audit certificate." RFP#269-2017-028-Addendum#1 23 Exhibit A Sample City Contract 45.17 UNIFORM ADMINISTRATIVE REQUIREMENTS By entering into this Contract,the Company agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter IL Part 200—Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards contained in Title 2 C.F. R. §200 et seq. 45.18 COUNTERPARTS. This Contract may be executed in any number of counterparts,all of which taken together shall constitute one single agreement between the parties. [Signature Page Follows] RFP#269-2017-028—Addendum ] 24 Exhibit A Sample City Contract IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and understood each and every provision hereof, the parties have caused this Contract to be executed on the date first written above. COMPANY: BY: PRINT NAME: TITLE: DATE: CITY OF CHARLOTTE CITY OF CHARLOTTE CITY MANAGER'S OFFICE: RISK MANAGEMENT DIVISION: BY: BY: PRINT NAME: PRINT NAME: TITLE: TITLE: DATE: DATE: This instrument has been pre-audited in the manner required by Local Government Budget and Fiscal Control Act. BY: DEPUTY FINANCE OFFICER DATE Note: All Exhibits listed in Section 1 of this Contract will be included in the final Contract and will follow this page of the Contract. RFP#269-2017-028—Addendum#1 25 • CIURE- Finance Office - Procurement Management Playground Equipment, Outdoor Fitness Equipment,Site Addendum#2 Accessories, Surfacing,and Related Products and Services RFP#269-2017-028 To: All Prospective Service Providers Date: February 16,2017 Subject: Addendum#2—RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories,Surfacing,and Related Products and Services Please note the specification changes/modifications below for the RFP_ Item# Page# Section# Specification(s) Modification(s),Questions&Answers Modification: Form #4- Pricing Worksheet has been revised as follows: 1. Design #2: The site dimension has been revised as follows: 1 36-40 Section 6 Pricing Worksheet Site Dimensions: 50ft. x 65 ft. Form 4 2. Design#4 has been added.Please read carefully. New Form#4 is included in this Addendum#2 and Companies must be sure to submit this revised Form #4 with your proposal response. N A N/A Pre-proposal Sign-in A copy of attendee sign-in sheet from the Pre-proposal Sheet meeting held on February 7,2017 is attached. In order to constitute a complete proposal response you must acknowledge receipt of this addendum with the Addenda Receipt Confirmation Form 2 in Section 6 of the subject RFP in your Proposal. Any Company not acknowledging receipt of an issued addendum may not be considered. Finance Office-Procurement Management Management and Financial Services/City of Charlotte 600 East Fourth Street Charlotte,NC 28202-2850 Phone: 704/336-2256 Fax:704/336-2258 RFP#269-2017-028—Addendum#1 1 In the event additional changes or clarifications to this RFP are warranted, all Service Providers are responsible for monitoring www.ips.state.nc.us or the City of Charlotte website at: http://charlottenc.gov/DoingBusiness/Pages/ContractOpportunities.aspxfor additional addenda. We appreciate your interest in doing business with the City of Charlotte and look forward to receiving a Proposal from your company. Sincerely, Karen Ewing Deputy Chief Procurement Officer cc: Alexis Turner,U.S.Communities Evaluation Team RFP File Finance Office-Procurement Management Management and Financial Services/City of Charlotte 600 East Fourth Street Charlotte,NC 28202-2850 Phone:704/336-2256 Fax:704/336-2258 RFP#269-2017-028—Addendum#1 2 Section 6 Required Forms Required Form 4 - Pricing worksheet RFP# 269-2017-028 Playground Equipment, Outdoor Fitness Equipment,Site Accessories, Surfacing,and Related Products and Services Regardless of exceptions taken, Companies shall provide pricing based on the requirements and terms set forth in this RFP. Cost must be in United States dollars rounded to the nearest quarter of a dollar. If there are additional costs associated with the Services, please add to this chart. Proposal must include electronic copies (on flash drive) of manufacturer's listings, a published wholesale or retail price list, which is widely distributed to the marketplace, or other product literature which describes all the products being offered. The price schedules must be a single percentage discount from published retail price list, or other verifiable published price list. Published price lists must be submitted annually and the same percentage of discount shall apply for the life of the contract. Pricing must be provided for every Product and Service included in your Proposal.Cost must be in United States dollars rounded to the nearest quarter of a dollar. 1. Please provide your verifiable price list(s): CATEGORY VERIFIABLE PRICE LIST NUMBER/DATE Playground Equipment (i.e. themed systems, stand- along activities,system components) Outdoor Fitness Equipment (i.e. challenge courses, strength building, multigenerational fitness, precision timing systems) Site Accessories (i.e. Benches, Picnic tables, Planters, Litter receptacles, Bike Racks) Surfacing(i.e. Pour in Place Rubber, Wood fiber,etc.) Related Products (i.e. Shade Structures skate parks, water parks) Services (i.e. Installation, Design, Layout, Repair, Maintenance, Removal, Disposal) 2. Please provide your percentage discount off retail price for all products included each of the following categories. Please use additional sheets and list all categories that you are offering for this contract. CATEGORY PERCENTAGE(%) DISCOUNT Playground Equipment (i.e. themed systems, stand- along activities,system components) Outdoor Fitness Equipment (i.e. challenge courses, strength building, multigenerational fitness, precision timing systems) Site Accessories (i.e. Benches, Picnic tables, Planters, Litter receptacles, Bike Racks) Surfacing(i.e. Pour in Place Rubber,Wood fiber,etc.) Related Products (i.e. Shade Structures skate parks, RFP#269-2017-028 Addendum #2 Revised 2/16/2017 Section 6 Required Forms water parks) Services (i.e. Installation, Design, Layout, Repair, Maintenance, Removal, Disposal) 3. Company must provide the following for each of the three(s)sample playground designs(FOR EVALUATION AND PRICE COMPARISON ONLY): 1) 3 dimensional Drawings 2) Number of kids that can use the playground; 3) Total number of play components: a. Number of ground level components b. Number of accessible ground level components c. Number of elevated components d. Number of accessible elevated components 4) Play Structure Size 5) Deck Sizes 6) Itemized costs using proposed discounts and list prices to include all applicable costs, including,but not limited to: a) Each Structure or component (i.e. playground, site Accessories, shade, receptacles, etc.) b) Design Services c) Surfacing d) installation e) Any other products or services that is associated with this sample. 7) Diameter of Uprights 8) Color options 9) Minimum time needed from date of design to delivery of equipment 10) DO NOT include freight in sample Playground pricing. DESIGN 1: Site Dimensions: 50 ft. x 125 ft. Budget: $225,000(must include all design,equipment,and installation costs) Ages: Separate play area for 2 to 5 years old Separate play area for 5-12 years old Design: Bright,Colorful Playgrounds with Roofs Playground will be serving a community with physical disabilities children. The Playgrounds design must include the minimum following components: Inclusive play components that: • Encourage development of sensory processing including proprioceptive and vestibular systems. • Encourage social interaction within the playground. • Provide opportunities for spinning, sliding,rocking and swinging incorporated with heights, motions and body positions. • Provide opportunities for climbing,crawling,bouncing and balancing. • Stimulate sensory experiences through tactile,auditory and visual components and events. • Provide multiple levels of challenge(easy,moderate,difficult of the same type of activity). • Are easy to transfer to and from a mobility device. RFP#269-2017-028 Addendum#2 Revised 2/16/2017 Section 6 Required Forms • Ensure a child in mobility device is in the middle of play. • Requires limited provision of ramps. 2-5 Year Old Structure: • One(1)Early Childhood(tot) Swings with sides • One(1)Slide-4 ft.maximum height • One(1)Climber • One(1)Crawl Tunnel • One(1) Sand Box 5-12 Year Old Structure: • One(1)Double Slide—6 ft. maximum height • One(1)Spiral Slide • One(1)Net Climber • One(I)Rock Climber • Two(2)Wheel chair accessible ramps • One(1)Bridge Surfacing: Bonded rubber fall surface to include sub-base (granite screening)and geo fabric. Site Accessories: • Four (4) 8ft Heavy Duty Picnic Tables with steel frame • One(1)Sway Bench(12-gauge punched steel with 3.5"diameter posts. • Three(3)Trash Receptacles • Two(2) Heavy Duty 6-foot Benches with back,and armrest. Placed with good sightlines for monitoring children. DESIGN 2: Site Dimensions: 50ft. x 65 ft. Budget: $85,000(must include all design,equipment,and installation costs) Ages: 5-12 years old Design: Nature Themed with Neutral Colors • One(1)Double Slide—8 ft. maximum height • One(1)Tube Slide • Two(2)Climbers • Four(4) Swings with a minimum of one (1)accessible swing. • One (1) Balance Beam • One(I)Transfer Station • One(1)Bridge • One(1)Zip-line Surfacing: Minimum of 12 inches compacted wood safety surfacing. RFP#269-2017-028 Addendum#2 Revised 2/16/2017 Section 6 Required Forms DESIGN 3: Site Dimensions: 30 ft.x 45 ft. Budget: $45,000(must include all design,equipment,and installation costs) Ages: 13+ years old Design: Adult Outdoor Fitness Comprehensive fitness package that offers flexibility, balance, strength,and low-impact aerobic workout activities,and includes the minimum following elements: • One(1)Wobble Board • One(1)Captains Chair • One(1)Chest Press • One(1)Lat Pull Down and Leg Press • One(1)Trapeze Rack • One(1)Recumbent Cycle • One(1)Heavy Duty Bicycle Rack Surfacing: No Surfacing required. DESIGN 4: Site Dimensions: Separate play area for 6-23 months old=30 ft.x 40 ft. Separate play area for 2 to 5 years old=55 ft. x 70 ft. Separate play area for 5-12 years old=70 ft. x 120 ft. Separate play area for 12-17 years old= 70 ft.x 40 Separate sport&fitness area for 13+-adults=70 ft.x 75 ft. Budget: $1,250,000.00(must include all design,equipment,and installation costs) Ages: See ages included in Site Dimensions above. Design: This is an open ended design to allow Companies to demonstrate creativity, and showcase a variety of catalog offerings. This is a large scale recreational area to attract community support and visitors to provide recreational play and fitness for infants through senior citizens,and encourage teens and adults to be active,but should not include all sports related activities(i.e.basketball) in the 12-17 and 13+year old areas. Surfacing: Open ended to Company suggestions. Site Accessories: Open ended to Company suggestions. RFP#269-2017-028 Addendum#2 Revised 2/16/2017 CITY OF CHARLOTTE Finance - Procurement Management "D- I 1 / o'''-) 1•..•• ...r-.. Pre-Proposal Conference RFP# 269-2017-028 1)ate: ,Iirtr t;7Vrttr 1 imc: -2444)+4+ Platy zround Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacint; and Related Products and Services Company Name Representative Name Phone Number E-Mail Address k rt4 S /115/iI( l767 Al i iivG yz3. 6 st ,5i39,/ PKi 2 c Ai6 TrE •-r , /,eyG+gs.r�7� � Killion-AI .1 c -11--YCalf- .24' 3--,2671-3 JA- ciJO C�Kt) / . Cs n i, ci AtGlict 66,10253-5x9- Air CrhCZACe k yl . Cu.c I, cf, ti.,i (ilk e, 737-4 1- nz 53i,i e-X((2 KJru/i44 • Ci+ti1 Nevi c (ICGwivk i4 eS Z1 q Cr2 ri Zc)SZ ,,,.vw - C?vtc‘14,,,•-�n14).cf , Owl L '' 14 c- CC— 1.-4I-- ..) Pd /17? . -f/ s G - 7. s ,,..,_...-. .,44..._.4 .. <ti--1. m..-1-. c...." V \131:ti—tc-k „. .30,430. \),\,,,,--,, o cp-ixia„ ,,,,,,,,,_ c.,a.g_e____ la Ca. .r _ �-� ZQQQ1rC.-6_,(2-C.-6_,(2-1(2� 4066 ly ��yesA Finance Office - Procurement Management Playground Equipment, Outdoor Fitness Equipment, Site Addendum#3 Accessories, Surfacing,and Related Products and Services RFP#269-2017-028 To: All Prospective Service Providers Date: February 20,2017 Subject: Addendum#3—RFP#269-2017-028 Playground Equipment.Outdoor Fitness Equipment,Site Accessories,Surfacing,and Related Products and Services Please note the specification changes/modifications below for the RFP. Item# Page# Section# Specification(s) Modification(s),Questions& Answers Clarification: Section 6 3. Sample Playground 38 Form 4 Designs All 3D drawings of sample playground designs may be 1) 3 dimensional submitted on larger paper sizes up to 32"x 44" drawings In order to constitute a complete proposal response you must acknowledge receipt of this addendum with the Addenda Receipt Confirmation Form 2 in Section 6 of the subject RFP in your Proposal. Any Company not acknowledging receipt of an issued addendum may not be considered. In the event additional changes or clarifications to this RFP are warranted, all Service Providers are responsible for monitoring www.ips.state.nc.us or the City of Charlotte website at: http://charlottenc_gov/DoingBusiness/Pages/ContractOl ortunities.aspxfor additional addenda. We appreciate your interest in doing business with the City of Charlotte and look forward to receiving a Proposal from your company. Sincerely, Karen Ewing Deputy Chief Procurement Officer cc: Alexis Turner,U.S.Communities Evaluation Team RFP File RFP#269-2017-028 Addendum#3 2/20/2017 U.S.COMMUNITIES GOVERNMENT PURCHASING ALLIANCE 41'��° NLC s , COMPETITIVE SOLICITATION BY CITY OF CHARLOTTE, NORTH CAROLINA FOR PLAYGROUND EQUIPMENT, OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES ON BEHALF OF ITSELF AND OTHER GOVERNMENT AGENCIES AND MADE AVAILABLE THROUGH THE U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE RFP #269-2017-028 January 25, 2017 REQUEST FOR PROPOSALS RFP# 269-2017-028 Playground Equipment,Outdoor Fitness Equipment, Site Accessories,Surfacing, and Related Products and Sery ices JANURARY 25,2017 Dear Sir or Madam: The City of Charlotte,North Carolina (herein"City"or"Lead Public Agency")on behalf of itself and all states, local governments, school districts,and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies")is now accepting Proposals for Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services. The requirements for submitting a Proposal are stated in the attached Request for Proposals (the "RFP"). Please review them carefully. A Non-Mandatory Pre-Proposal Conference for the purpose of reviewing the RFP and answering questions regarding the Services will be held on FEBRUARY 7,2017, at 10:00 a.m., at the Charlotte-Mecklenburg Government Center (CMGC), 600 East Fourth Street, Charlotte, North Carolina 28202, Conference Room 280 or via teleconference at 704-432-5488. Please bring a copy of the RFP with you at that time. All interested Companies should return a completed Request For Proposals Acknowledgement Form (see Section 6, Form 1) by the date stated in the schedule in Section 3.1 of this RFP. An electronic copy of the RFP in Microsoft Word format may be obtained by contacting Karen Ewing at kewing(c,charlottenc.aov. All Proposals are due to the Management and Financial Services, Procurement Management Division, 9th Floor, CMGC 600 East Fourth Street, Charlotte, North Carolina 28202, no later than MARCH 16,2017 at 2:00 p.m. Two (2) original Proposals signed in ink by a company official authorized to make a legal and binding offer, and ten (10) electronic copies of the Proposal on individual flash drives in a searchable format such as MS Word or Adobe Acrobat must be submitted in a sealed box or opaque envelope plainly marked with the Proposal number and service description as follows: Request for Proposals Attention: Karen Ewing Name of Company Submitting Proposal] Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products& Services RFP#269-2017-028 RFP questions must be directed to Karen Ewing, Management and Financial Services, Procurement Management Division, per the enclosed instructions in Section 3.3. The City is an equal opportunity purchaser. Sincerely, Kay Elmore Chief Procurement Officer cc: Alexis Turner,U.S.Communities RFP Project File Checklist for submitting a Proposal: Step 1-Read the document fully. Step 2- If you plan on submitting a Proposal then fax Form 1 in Section 6 to the number listed on the sheet. Steps 3- If you have any questions send them before the deadline listed in Section 3.3. If you plan to submit a Proposal you must follow this checklist, and must include everything detailed below. Proposal Copies- Please provide the specified number for each format o 2 Copies marked "Original" in a sealed, non-transparent envelope that includes the Company name, the RFP number, and identification of the equipment, supply, and/or Services for which the Proposal is submitted. 0 10 Copies on flash drive. Proposal Format-Proposals should be formatted as follows: Included Requirements (Check) Cover Letter(per Section 5.1.1) Executive Summary(per Section 5.1.2) Addenda Acknowledgement Form (Section 6, Form 2) Proposal Submission Form(Section 6, Form 3) Fixed Percentage Discounts (Section 6, Form 4) Complete Playground Designs(per Section 6, Form 4) MWSBE Utilization (Section 6,Form 5) Company's Background Response) Section 6,Form 6) References(Section 6, Form 7) Non-Discrimination Provision(Section 6, Form 8) Environmental Purchasing Responses (Section 6,Form 9) U.S. Communities Supplier Worksheet(Section 7) U. S. Communities Supplier Information (Section 7) U. S. Communities Administration Agreement—Signed,unaltered (Section 7) IPEMA Certification (per Section 4.2) Proposer's Complete Product& Services Price List(Per Section 4.19) ISO 9001 and 14001 Certification (per Section 4.2) Exceptions to any part of the RFP (If you take any exceptions to anything in this document, please list it in a category in your Proposal called"Exceptions"and offer an alternative solution). The above items constitute all that must be included in the Proposal. If awarded a contract, you will be required to provide an insurance certificate that meets or exceeds the requirements set forth in Exhibit A, Section 26. It is the Company's responsibility to check www.ips.state.nc.us or http://charlottenc.gov/DoingBusiness/Pages/ContractOpportunities.aspx for any addenda or changes to this Project. Search for RFP# 269-2017-028 to find if any documents or changes have been posted. RFP#269-2017-028 Playground Equipment Table of Contents TABLE OF CONTENTS 1. U.S.COMMUNITIES OVERVIEW AND REQUIREMENTS l 2. INTRODUCTION. 12 2.1 OBJECTIVE. 12 2.2 DEFINITIONS. 12 2.3 ACCURACY OF RFP AND RELATED DOCUMENTS. 15 2.4 CITY'S RIGHTS AND OPTIONS. 15 2.5 EXPENSE OF SUBMITTAL PREPARATION. 15 2.6 PROPOSAL CONDITIONS. 16 3 PROCUREMENT PROCESS 20 3.1 SCHEDULE AND PROCESS. 20 3.2 INTENT TO PROPOSE 20 3.3 INTERPRETATIONS AND ADDENDA. 20 3.4 PRE-PROPOSAL CONFERENCE. 21 3.5 SUBMISSION OF PROPOSALS. 21 3.6 CORRECTION OF ERRORS. 22 3.7 EVALUATION. 22 3.8 PROPOSAL EVALUATION CRITERIA. 22 3.9 QUALIFICATIONS AND EXPERIENCE 23 3.10 PROJECT APPROACH/PROPOSED SOLUTION. 23 3.11 COST EFFECTIVENESS AND VALUE. 23 3.12 MWSBE SUBCONTRACTOR UTILIZATION 23 3.13 ACCEPTANCE OF THE TERMS OF THE CONTRACT. 24 3.14 CONTRACT AWARD BY CITY COUNCIL. 24 3.15 VENDOR INCLUSION 24 4 SCOPE OF SERVICES. 25 4.1 GENERAL SCOPE. 25 4.2 PRODUCT STANDARDS AND GUIDELINES. 25 4.3 ENVIRONMENTAL PURCHASING REQUIREMENTS. 26 4.4 NEW PRODUCTS AND SERVICES. 26 4.5 REPLACEMENT PARTS. 26 4.6 SURFACING MATERIAL. 26 4.7 INSTALLATION. 26 4.8 DESIGN. 27 4.9 PROJECT MANAGEMENT. 27 4.10 SAFETY. 27 4.11 LITERATURE AND CATALOGS 27 4.12 WARRANTY. 27 4.13 LEAD TIME AND DELIVERY 27 4.14 OPTIONAL WORK. 28 4.15 MATERIAL SPECIFICATIONS. 28 4.16 ADDITIONAL REQUIREMENTS. 28 4.17 PERFORMANCE BOND. 28 RFP#269-2017-028 Playground Equipment ti Table of Contents 4.18 REPORTS. 28 4.19 PRICING. 28 5 PROPOSAL CONTENT AND FORMAT. 31 6 REQUIRED FORMS 33 7 REQUIRED U.S. COMMUNITIES INFORMATION 45 8 U.S. COMMUNITIES ADDITIONAL PROVISIONS 66 EXHIBIT A SAMPLE CITY OF CHARLOTTE CONTRACT 99 RFP#269-2017-028 Playground Equipment iii Section 1 U.S. Communities Overview and Requirements 1. U.S. COMMUNITIES OVERVIEW AND REQUIREMENTS 1.1 MASTER AGREEMENT City of Charlotte (herein "Lead Public Agency") on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies") is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing Material, and Related Products and Services(herein"Products and Services"). 1.2 OBJECTIVES A. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; B. Establish the Master Agreement as a Supplier's primary offering to Participating Public Agencies; C. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state of the art ordering and delivery systems; F. Provide Participating Public Agencies with environmentally responsible Products and Services. 1.3 GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES Proposers are expected to propose the broadest possible selection of Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing Material, and Related Products and Services that they offer commercially. The intent of this solicitation is to provide Participating Public Agencies with turnkey solutions to meet their various needs. Therefore,the Suppliers should have demonstrated experience in providing and installing the Products and Services as defined in this RFP, including but not limited to the following categories: 1) Playground Equipment - A complete listing of all park and Playground Equipment, Outdoor Fitness Equipment (for all ages) including, but not limited to, themed systems, stand-alone activities, system components, and replacement parts available from the Company. 2) Outdoor Fitness Equipment — A complete listing of all Outdoor Fitness Equipment for all ages and levels including,but not limited to,challenge courses, strength building and resistance mechanisms, multigenerational fitness, optional precision timing systems, climbing walls, pool equipment, pool lifts, and pool timing systems. 3) Site Accessories - A complete listing of all Site Accessories such as, but not limited to, benches, picnic tables, planters, bike racks, bike lockers, shelter and shade structures, bleachers, grandstands, scoreboards and other related Site Accessories available from the Company. RFP#269-2017-028 Playground Equipment Section 1 U.S. Communities Overview and Requirements 4) Surfacing Materials - A complete listing of all park and playground Surfacing Materials including but not limited to pour in place, rubber tiles,wood fiber, and recycled materials available from the Company. 5) Related Products — Additional products such as, water parks, skate parks, dog parks and any other related Products available from the Company. 6) Services - The complete listing of Services available from the Supplier such as, but not limited to, installation, design, layout, repair and/or maintenance, removal, disposal,project management and any other related Services to provide customer support. 1.4 U.S.COMMUNITIES BACKGROUND U.S. Communities Government Purchasing Alliance(herein"U.S.Communities") assists Participating Public Agencies to reduce the cost of purchased goods through strategic sourcing that combines the volumes and the purchasing power of public agencies nationwide.This is accomplished through an award of competitively solicited Contracts for high quality Products and Services by large and well recognized public agencies(herein"Lead Public Agencies"). The Contracts are provided for use by not only the respective Lead Public Agency,but also by other Participating Public Agencies. 1.4.1 National Sponsors U.S. Communities is jointly sponsored by the National Association of Counties (NACo),the National League of Cities(NLC),the Association of School Business Officials International (ASBO),the United States Conference of Mayors(USCM)and the National Governors Association(NGA)(herein "National Sponsors"). 1.4.2 Advisory Board The U.S. Communities Advisory Board is made up of key government purchasing officials from across the United States. Each Advisory Board Member is expected to actively participate in product Proposals and selection,participate in policy direction,and share expertise and purchasing innovations. RFP#269-2017-028 Playground Equipment 2 Section 1 U.S. Communities Overview and Requirements Current U.S. Communities Advisory Board Members Auburn University,AL Great Valley School District,PA Beaverton School District,OR Harford County Public Schools,MD City and County of Denver,CO Hennepin County, MN City of Chicago, IL Los Angeles County,CA City of El Paso,TX Maricopa County,AZ City of Houston,TX Miami-Dade County,FL City of Kansas City,MO Nassau BOCES,NY City of Los Angeles,CA North Carolina State University,NC City of Ocean City,NJ Onondaga County,NY City of Seattle,WA Port of Portland,OR Cobb County,GA Prince William County Schools,VA Denver Public Schools,CO San Diego Unified School District,CA Emory University,GA State of Iowa,IA Fairfax County,VA The School District of Collier County Fresno Unified School District,CA 1.4.3 Participating Public Agencies Today more than 55,000 public agencies utilize U.S. Communities Contracts and suppliers to procure over$2.0 Billion Dollars in Products and Services annually. Each month more than 500 new public agencies register to participate. The continuing rapid growth of public agency participation is fueled by the program's proven track record of providing public agencies unparalleled value. The Supplier(s)must communicate directly with any Participating Public Agency concerning the placement of orders,issuance of the purchase order, Contractual disputes,invoicing,and payment. City of Charlotte,North Carolina is acting as"Contracting Agent" for the Participating Public Agencies and shall not be held liable for any costs, damages,expenses, fees, liabilities,etc.incurred by any other Participating Public Agency. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA)outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA,the procurement by the Participating Public Agency shall be construed to be in accordance with,and governed by,the laws of the state in which the Participating Public Agency resides.A copy of the MICPA is attached in Section 8. 1.4.4 Estimated Volume The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is$100 Million Dollars annually. This estimate is based on the anticipated volume of the Lead Public Agency,the U.S. Communities Advisory Board members,and current sales within the U.S. Communities program. While there is no minimum quantity of Products required to be purchased under the proposed Master Agreement, City of Charlotte and the U.S.Communities Advisory Board Members are committed RFP#269-2017-028 Playground Equipment 3 Section 1 U.S. Communities Overview and Requirements to utilizing the Master Agreement.The Advisory Board members shall determine if the Master Agreement is of value to their agency,and will promote the Master Agreement among other public agencies nationwide and internationally. The Advisory Board in 2015 purchased more than$160 Million Dollars of Products and Services from existing U.S.Communities Contracts. 1.4.5 Marketing Support U. S. Communities provides marketing support for each Supplier's Products through the following: • National Sponsors as referenced above. • State Associations of Counties, Schools and Municipal Leagues. • Administrative and marketing personnel that directly promote the U.S. Communities Suppliers to Participating Public Agencies through public agency meetings, direct mail, email, online and print advertising, social media, articles, and exhibiting and presenting at national and local trade shows. • U.S. Communities provides Suppliers government sales training, and a host of online marketing and sales management tools to effectively increase sales through U.S.Communities. 1.4.6 Multiple Awards Multiple awards may be issued as a result of the solicitation. Multiple Awards will ensure that any ensuing Master Agreements fulfill current and future requirements of the diverse and large number of Participating Public Agencies. The City of Charlotte reserves the right to award the Contract locally and/or nationally in the aggregate,by section,multiple award,primary,secondary, and tertiary,whichever is in the best interest of the City of Charlotte and Participating Public Agencies as a result of this solicitation. 1.4.7 Evaluation of Proposals Proposals will be evaluated by the Lead Public Agency in accordance with,and subject to,the relevant statutes,ordinances,rules and regulations that govern its procurement practices. U.S. Communities Advisory Board members and other Participating Public Agencies will assist the Lead Public Agency in evaluating proposals.The Supplier(s) that respond(s)affirmatively meets the requirements of this Request for Proposal and provides the best overall value will be eligible for a Contract award. U.S.Communities reserves the right to make available or not make available Master Agreements awarded by a Lead Public Agency to Participating Public Agencies. RFP#269-2017-028 Playground Equipment 4 Section 1 U.S. Communities Overview and Requirements SUPPLIER QUALIFICATIONS 1.5 SUPPLIERS 1.5.1 Commitments U.S.Communities views the relationship with an awarded Supplier as an opportunity to provide maximum benefit to both the Participating Public Agencies and to the Supplier. The successful foundation of the partnership requires commitments from both U.S.Communities and the Supplier. U.S.Communities requires the Supplier to make the four commitments set forth below(Corporate,Pricing,Economy,and Sales)to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies: (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times,be Supplier's primary Contractual offering of Products and Services to Public Agencies.All of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's primary offering and not just one of Supplier's Contract options. (ii) Supplier's sales force(including inside,direct and/or authorized dealers,distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency,Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier's senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S.Communities concerning new Participating Public Agency registrations and for ensuring timely follow- up by Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based Internet web page dedicated to Supplier's U.S.Communities program and linked to U.S.Communities' website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that RFP#269-2017-028 Playground Equipment 5 Section 1 U.S. Communities Overview and Requirements national/senior management fully supports the U.S.Communities program and its commitments and requirements.National/Senior management is defined as the executive(s)with Companywide authority. (viii) Where Supplier has an existing Contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state's request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (hl Pricing Commitment. (i) Supplier represents to U.S.Communities that the pricing offered under the Master Agreement is the lowest overall available pricing(net to purchaser)on Products and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing Contract and/or a Public Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement,Supplier shall do so and report the Public Agency's purchases made under the Master Agreement going forward.The price match only applies to the eligible Public Agencies. Below are three examples of Supplier's obligation to match the pricing under Supplier's Contracts offering lower prices. (A) Supplier holds a state Contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative Contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a Contract with an individual Public Agency.The Public Agency Contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the Contract. Supplier would be required to match the lower pricing under the RFP#269-2017-028 Playground Equipment 6 Section 1 U.S. Communities Overview and Requirements Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions,and causes Supplier's pricing under the Master Agreement to be higher than an alternative Contract held by Supplier.This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s)causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier's Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S.Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S.Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing,terms and conditions of the Master Agreement. If Supplier is awarded the Contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the Contract,the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher(net to buyer) than the pricing offered under the Master Agreement. If awarded a Contract, Supplier shall still be bound by all obligations set forth in this Section 3.3,including,without limitation,the requirement to continue to advise the awarding Public Agency of the pricing,terms and conditions of the Master Agreement. RFP#269-2017-028 Playground Equipment 7 Section 1 U.S. Communities Overview and Requirements (E) Supplier may respond to the procurement solicitation with pricing that is higher(net to buyer)than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage,of the Master Agreement over alternative options,including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate Proposals and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier's sales force or dealer network that is properly trained,engaged and committed to offering the Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other Contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive sales of Supplier's Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product listings,targeted advertising,direct mail,online marketing and other sales initiatives are encouraged. All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier,during the term of this Agreement,a non-exclusive,revocable,non-transferable,license to use the U.S.Communities name,trademark,and logo solely to perform its obligations under this Agreement,and for no other purpose. Any goodwill,rights,or benefits derived from Supplier's use of the U.S. Communities name,trademark,or logo shall inure to the benefit of U.S. Communities.U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement,the Supplier shall provide U.S.Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier's name and logo in connection with the advertising,marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera-ready logos and by participating in related trade shows and conferences.At a minimum, Supplier's sales initiatives shall communicate that(i)the Master Agreement was competitively solicited by the Lead Public Agency,(ii)the Master Agreement provides the Supplier's best overall pricing and value to eligible agencies,(iii)there is no cost to Participating Public Agencies,and(iv)the Master Agreement is a non-exclusive Contract. RFP#269-2017-028 Playground Equipment 8 Section 1 U.S. Communities Overview and Requirements (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S.Communities branding and logo standards and guidelines. Prior to use by Supplier,all U.S.Communities related marketing material must be submitted to U.S.Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S.Communities shall be available to train on a national,regional or local level and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities interne web-based homepage that is accessible from Supplier's homepage or main menu navigation containing: (1) U.S. Communities standard logo with Founding Co- Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S.Communities' online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S.Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first sales order. (vi) Supplier's Performance Review.Upon request by U.S.Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may,from time to time,provide certain graphics,media,and other content to U.S. Communities(collectively "Suoulier Content")for use on U.S.Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non-exclusive,worldwide,free,transferrable,license to reproduce, modify,distribute,publically perform,publically display,and use RFP#269-2017-028 Playground Equipment 9 Section 1 U.S. Communities Overview and Requirements Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder;and(b)the use of Supplier Content and any other materials or Services provided to U.S. Communities as contemplated hereunder will not violate,infringe,or misappropriate the intellectual property rights or other rights of any third party. 1.6 U.S.COMMUNITIES ADMINISTRATION AGREEMENT INFORMATION The Agreement outlines the Supplier's general duties and responsibilities in implementing the U.S. Communities Contract. The Supplier is required to execute the U.S. Communities Administration Agreement unaltered(included in Section Seven)and submit with the supplier's proposal without exception or alteration. Failure to do so will result in disqualification. RFP#269-2017-028 Playground Equipment 10 Section 1 U.S. Communities Overview and Requirements Target .,,��,• , New Supplier Implementation Checklist Completion After Award 1. First Conference Call One Week Initial Kick Off Call to discuss expectations Set Contract Launch Date&Outline Kick Off Plan Establish initial contact people&roles/responsibilities Supplier Log-In Credentials established Set Agency Webinar Dates 2. Executed Legal Documents One Week U.S.Communities Admin Agreement Lead Public Agency agreement signed 3. Program Contact Requirements One Week Supplier contacts communicated to U.S.Communities Staff Dedicated email Dedicated toll free number 4. Second Conference Call Two Weeks Establish Sales Training Webinar Dates Complete Supplier Set Up Form Complete User Account and User ID Form Identify Dates for Senior Management Meeting Review Contract Commitments 5. Marketing Kick Off Call Two Weeks Overview of Marketing Requirements Establish Timeline for Marketing Deliverables Set Weekly Marketing Call Discuss Agency Webinar Slides&Set Timeframe for Deliverables _ 6. Initial NAM&Staff Training Meetings Three Weeks Discuss expectations,roles&responsibilities Introduce and review web-based tools Review process & expectations of Lead Referral contact with NAM & identified LRC 7. Senior Management Meeting Four Weeks Implementation Process Progress Report U.S.Communities&Vendor Organizational Overview Supplier Manager to review&further discuss commitments 8. Review Top Joint Target Opportunities Five Weeks Top 10 Local Contracts Review top U.S.Communities PPA's 9. Web Development Initiate E-Commerce Conversation Two Weeks Product Upload to U.S.Communities site Five Weeks 10. Sales Training&Roll Out Program Manager briefing-Coordinate with NAM Five Weeks Initial remote WebEx training for all sales-Coordinate with NAM Three Weeks Initiate contact with Advisory Board(AB)members Six Weeks Determine PM&Local Metro teams strategy sessions Six Weeks 11. Marketing—see marketing deliverables checklist as reviewed with marketing contact Eight Weeks 12. Agency Webinars Post launch RFP 4269-2017-028 Playground Equipment 11 Section 2 Introduction and General Information 2. INTRODUCTION. 2.1 Objective. The objective of this RFP is to solicit Proposals that will enable the City and Participating Public Agencies ("PPA") to determine which Company and Proposed Solution will best meet the City's needs for providing the Products and Services as requested in this RFP. 2.2 Definitions. As used in this REP, the following terms shall have the meanings set forth below: Acceptance: Refers to receipt and approval by the City of a Deliverable or Service in accordance with the acceptance process and criteria in the Contract. Affiliates: Refers to all departments or units of the City and all other governmental units, boards,committees or municipalities for which the City processes data or performs Services. Biodegradable: Refers to the ability of an item to be decomposed by bacteria or other living organisms. Charlotte Business Refers to the Charlotte Business Inclusion office of the City Inclusion (CBI): of Charlotte. Charlotte Combined Refers to the Charlotte-Gastonia-Salisbury Combined Statistical Area(CSA): Statistical Area consisting of; (a)the North Carolina counties of Anson, Cabarrus, Cleveland, Gaston, Iredell, Lincoln, Mecklenburg, Rowan, Stanly, and Union; and (b) the South Carolina counties of Chester, Lancaster, and York; a criteria used by Charlotte Business INClusion to determine eligibility to participate in the program. City: Refers to the City of Charlotte,North Carolina. Company: During the solicitation process, refers to a company that has interest in providing the Services. After the solicitation process, refers to a company that has been selected by the City to provide the Services. Company Project Refers to a specified Company employee representing the Manager: best interests of the Company for this Project. Contract: Refers to a written agreement executed by the City and Company for all or part of the Services. Deliverables: Refers to all tasks, reports, information, designs, plans, and other items that the Company is required to deliver to the City in connection with the Contract. Documentation: Refers to all written, electronic, or recorded works that describe the use, functions, features, or purpose of the Deliverables or Services or any component thereof, and which are provided to the City by the Company or its subcontractors, including without limitation all end user RFP#269-2017-028 Playground Equipment 12 Section 2 Introduction and General Information manuals, training manuals, guides, program listings, data models,flow charts,and logic diagrams. Environmentally Refers to Products that have a lesser or reduced effect on Preferable Products: human health and the environment when compared with competing Products that serves the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation,maintenance,or disposal of the product. Evaluation Committee: Refers to a City and U.S. Communities appointed Committee that will evaluate Proposals and identify the Company(-ies) best meeting the needs of the City and Participating Public Agencies. Lead Public Agency: Refers to the City of Charlotte,North Carolina Master Agreement: Refers to the Agreement that is made available by the Lead Public Agency after the successful completion of the competitive solicitation and selection process, wherein Participating Public Agencies may utilize the agreement to purchase Products and Services. Minority Business Enterprise/MBE: Refers to a business enterprise that: (a) is certified by the State of North Carolina as a Historically Underutilized Business (HUB) within the meaning of N.C. Gen. Stat. § 143-128.4; (b) is at least fifty-one percent (51%) owned by one or more persons who are members of one of the following groups: African American or Black, Hispanic, Asian, Native American or American Indian; and (c) is headquartered in the Charlotte Combined Statistical Area. MWSBE: Refers to SBEs,MBEs and WBEs,collectively. MWSBE Goal: If an RFP or Contract has separate Subcontracting Goals for MBEs, WBEs, and/or SBEs, the term MWSBE is a shorthand way to refer collectively to all MBE, WBE, and SBE Goals set for the RFP. In some instances,the City may set one combined goal for MBEs, WBEs, and/or SBEs, in which event the term MWSBE Goal refers to that one, combined goal. In the latter instance, calculated as a percentage, the MWSBE Goal represents the total dollars spent with MBEs, WBEs, and SBEs as a portion of the total Proposal amount,including any contingency. Participating Public Agency: Refers to all states, local governments, school districts, and higher education institutions in the United States of American, and other governmental agencies and nonprofit organizations that elect to purchase Products and Services under the Master Agreement. RFP#269-2017-028 Playground Equipment 13 Section 2 Introduction and General Information Post-Consumer Refers to material and by-Products which have served their Recycled Material: intended end-use by a consumer and have been recovered or diverted from solid waste. It does not include those materials and by-Products generated from, and commonly reused within, an original manufacturing process. Products: Refers to all Products that the Company agrees to provide to the City as part of its Proposal. Proposal: Refers to the proposal submitted by a Company for the Products and Services as outlined in this RFP. Recyclahility: Refers to Products or materials that can be collected, separated or otherwise recovered from the solid waste stream for reuse, or used in the manufacture or assembly of another package or product, through an established recycling program. For Products that are made of both recyclable and non-recyclable components, the recyclable claim should be adequately qualified to avoid consumer deception about which portions or components are recyclable. Recycled Material: Refers to material and by-Products which have been recovered or diverted from solid waste for the purpose of recycling. It does not include those materials and by- Products generated from, and commonly reused within, an original manufacturing process. Services: Refers to the Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services as requested in this RFP. Small Business Refers to a business enterprise that is certified by the City of Enterprise/SBE: Charlotte under Part E of the CBI Policy as meeting all of the requirements for SBE certification. Specifications and Refers to all definitions,descriptions,requirements,criteria, Requirements: warranties, and performance standards relating to the Deliverables and Services that are set forth or referenced in: (i) this RFP, including any addenda; (ii) the Documentation; and (iii) any functional and/or technical specifications that are published or provided by the Company or its licensors or suppliers from time to time with respect to all or any part of the Deliverables or Services. Subcontracting Goals: Refers to the SBE, MBE, WBE, and MWSBE Goals established by the City for an RFP and resulting Contract. Women Business Refers to a business enterprise that: (a) is certified by the Enterprise(WBE): State of North Carolina as a Historically Underutilized Business (HUB) within the meaning of N.C. Gen. Stat. § 143-128.4; (b) is at least fifty-one percent (51%) owned by one or more persons who are female; and (c) is headquartered in the Charlotte Combined Statistical Area. RFP##269-2017-028 Playground Equipment 14 Section 2 Introduction and General Information Work Product: Refers to the Deliverables and all other programs, algorithms, reports, information, designs, plans and other items developed by the Company in connection with this RFP, and all partial, intermediate or preliminary versions of any of the foregoing. 2.3 Accuracy of RFP and Related Documents. Each Company must independently evaluate all information provided by the City. The City makes no representations or warranties regarding any information presented in this RFP, or otherwise made available during this procurement process, and assumes no responsibility for conclusions or interpretations derived from such information. In addition, the City will not be bound by or be responsible for any explanation or conclusions regarding this RFP or any related documents other than those provided by an addendum issued by the City. Companies may not rely on any oral statement by the City or its agents,advisors,or consultants. If a Company identifies potential errors or omissions in this RFP or any other related documents, the Company should immediately notify the City of such potential discrepancy in writing.The City may issue a written addendum if the City determines clarification necessary. Each Company requesting an interpretation will be responsible for delivering such requests to the City's designated representative as directed in this RFP Section 3.3. 2.4 City's Rights and Options. The City reserves the right, at the City's sole discretion, to take any action affecting this RFP,this RFP process,or the Services or facilities subject to this RFP that would be in the best interests of the City,including: 2.4.1 To supplement, amend, substitute, or otherwise modify this RFP, including the schedule,or to cancel this RFP,at any time; 2.4.2 To require any Companies to supplement or clarify its Proposal or provide additional information relating to its Proposals; 2.4.3 To investigate the qualifications, experience, capabilities, and financial standing of each Company submitting a Proposal; 2.4.4 To waive any defect or irregularity in any Proposal received; 2.4.5 To reject any or all Proposals; 2.4.6 To share the Proposals with City employees and contractors in addition to the Evaluation Committee as deemed necessary by the City; 2.4.7 To award all, none, or any part of the Services and enter into Contracts with one or more of the responding Companies deemed by the City to be in the best interest of the City,which may be done with or without re-solicitation; 2.4.8 To discuss and negotiate with any Company(-ies) their Proposal terms and conditions,including but not limited to financial terms;and 2.4.9 To terminate discussions and negotiations with any Company at any time and for any reason. 2.5 Expense of Submittal Preparation. RFP##269-2017-02R Playground Equipment 15 Section 2 Introduction and General Information The City accepts no liability, and Companies will have no actionable claims, for reimbursement of any costs or expenses incurred in participating in this solicitation process. This includes expenses and costs related to Proposal submission,submission of written questions, attendance at pre-proposal meetings or evaluation interviews, contract negotiations,or activities required for contract execution. 2.6 Proposal Conditions. The following terms are applicable to this RFP and the Company's Proposal. 2.6.1 RFP Not An Offer. This RFP does not constitute an offer by the City. No binding contract, obligation to negotiate, or any other obligation shall be created on the part of the City unless the City and the Company execute a Contract. No recommendations or conclusions from this RFP process concerning the Company shall constitute a right (property or otherwise) under the Constitution of the United States or under the Constitution, case law, or statutory law of North Carolina. 2.6.2 Trade Secrets and Personal Identification Information/Confidentiality. Upon receipt at the Procurement Management Division, all materials submitted by a Company (including the Proposal) are considered public records except for (1) material that qualifies as "trade secret" information under N.C. Gen. Stat. § 66-152 et seq. ("Trade Secrets") or (2) "personal identification information" protected by state or federal law, to include, but not be limited to, social security numbers, bank account numbers, and driver's license numbers ("Personal Identification Information" or "PII"). After the Proposal due date, the Evaluation Committee, other City staff, and members of the general public who submit public records requests may review the Proposal. The public disclosure of the contents of a Proposal or other materials submitted by a Company is governed by N.C. Gen. Stat. §§ 132 and 66-152 et seq.. If any Proposal contains Trade Secrets or PII, such Trade Secrets and PH must be specifically and clearly identified in accordance with this Section 2.6.2. Any Trade Secrets or PII submitted by a Company must be clearly segregated from the rest of the Proposal. For hard copy Proposals, it must be submitted in a separate, sealed envelope, marked either "Personal Identification Information – Confidential" or "Trade Secret—Confidential and Proprietary Information." For electronic submissions it must also be submitted on a separate CD or flash drive. In both hard copy or electronic format, the confidentiality caption stated above must appear on each page of the Trade Secret or PII materials. By submitting a Proposal,each Company agrees that the City may reveal any Trade Secret materials and PII contained therein to all City staff and City officials involved in the selection process, and to any outside consultant or other third parties who serve on the Evaluation Committee or who are hired or appointed by the City to assist in the evaluation process. Furthermore, each Company agrees to indemnify and hold harmless the City and each of its officers, employees, and agents from all costs, damages, and RFP#269-2017-028 Playground Equipment 16 Section 2 Introduction and General Information expenses incurred in connection with refusing to disclose any material that the Company has designated as a trade secret. The City may disqualify and Company that designates its entire Proposal as a trade secret, or any portion thereof that clearly does not qualify under applicable law as a Trade Secret. 2.6.3 Amendments to RFP. If the City amends this RFP,addenda will be posted to the IPS and Charlotte NC websites at www.ips.state.nc.us, and http://charl ottenc.gov/DoingBusi ness/Pages/ContractOpportunities.aspx RFP#269-2017-028. Companies are required to acknowledge receipt of each addendum by including the Addenda Receipt Confirmation Form (Section 6, Form 2)with their Proposals. 2.6.4 Proposal Terms Firm and Irreversible. The signed Proposal shall be considered a firm offer on the part of the Company. The City reserves the right to negotiate price and other terms. All Proposal elements (including all statements, claims, declarations, prices, and specifications) shall be considered firm and irrevocable for purposes of future Contract negotiations unless specifically waived in writing by the City. The Company chosen for award should be prepared to have its Proposal and any relevant correspondence incorporated into the Contract, either in part or in its entirety,at the City's election. 2.6.5 Proposal Binding for 180 Days. Section 6, Form 3 contains a statement to the effect that the Proposal is a firm offer for one-hundred-eighty(180)calendar day period from the date of the opening. This statement must be signed by an individual authorized to bind the Company. All prices quoted shall be firm and fixed for the full Contract period.The City shall have the option to accept subject to exception by Contract. 2.6.6 Charlotte Business INClusion Program. Pursuant to Charlotte City Council's adoption of the Charlotte Business INClusion (CBI) Policy, the CBI program promotes diversity, inclusion, and local business opportunities in the City's contracting and procurement process for Minority, Women, and Small Business Enterprises (MWSBEs) headquartered in the Charlotte Combined Statistical Area (CSA). The CBI Policy is posted at: www.charlottebusinessinclusion.com. The City is committed to promoting opportunities for maximum participation of certified MWSBEs on City funded contracts at both the Prime and Subcontract level. For MWSBE participation to count towards a Goal, MWSBEs must meet both the certification and geographic requirements as detailed throughout this solicitation and in the CBI Policy. 2.6.7 Subcontracting. The Company given contract award shall be the prime contractor and shall be solely responsible for contractual performance. In the event of a subcontracting relationship, the Company shall remain the prime contractor and will assume all responsibility for the performance of the Services that are supplied by all subcontractors. The City retains the right to approve all subcontractors. RFP#269-2017-028 Playground Equipment 17 Section 2 Introduction and General Information 2.6.8 Equal Opportunity. The City has an equal opportunity purchasing policy. The City seeks to ensure that all segments of the business community have access to supplying the goods and Services needed by City programs. The City provides equal opportunity for all businesses and does not discriminate against any Companies regardless of race,color, religion, age,sex,and national origin or disability. 2.6.9 Use of City's Name. No advertising, sales promotion, or other materials of the Company or its agents or representatives may identify or reference the City in any manner absent the prior written consent of the City. 2.6.10 Withdrawal for Modification of Proposals. Companies may change or withdraw a previously-submitted Proposal at any time prior to the Proposal due date. Only formal written requests addressed in the same manner as the Proposal and received by the City prior to the Proposal due date will be accepted.The request must be in a sealed envelope that is plainly marked "Modifications to Proposal." No oral modifications will be allowed. If the Company complies with this Section, after the Proposal due date, the Proposal, will be withdrawn or corrected in accordance with the written request(s). 2.6.11 No Bribery. In submitting a response to this RFP, each Company certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the foregoing has bribed, or attempted to bribe, an officer or employee of the City in connection with the Contract. 2.6.12 Exceptions to the RFP. Other than exceptions that are stated in compliance with this Section and Section 5.1.5, each Proposal shall be deemed to agree to comply with all terms, conditions, specifications, and requirements of this RFP including the Sample Contract language included in Exhibit A. An "exception" is defined as the Company's inability or unwillingness to meet a term, condition, specification, or requirement in the manner specified in the RFP including the Sample Contract language included as Exhibit A. All exceptions taken must be identified and explained in writing in your Proposal and must specifically reference the relevant section(s) of this RFP. If the Company provides an alternate solution when taking an exception to a requirement, the benefits of this alternative solution and impact, if any, on any part of the remainder of the Company's solution,must be described in detail. 2.6.13 Fair Trade Certifications. By submitting a Proposal, the Company certifies that: • The prices in its Proposal have been arrived at independently, without consultation, communication, or agreement with anyone, as to any matter relating to such prices for the purpose of restricting competition; • Unless otherwise required by law, the prices quoted in its Proposal have not been knowingly disclosed by the Company and will not knowingly be so disclosed prior to the Proposal due date;and RFP#269-2017-028 Playground Equipment 18 Section 2 Introduction and General Information ■ No attempt has been made or will be made by the Company to induce any other person or firm to submit or not to submit a Proposal for the purpose of restricting competition. 2.6.14 Companies' Obligation to Fully Inform Themselves. Companies or their authorized representatives must fully inform themselves as to all conditions, requirements, and specifications of this RFP before submitting Proposals. Failure to do so will be at the Company's own risk. 2.6.15 Environmentally Preferable Purchasing. The City promotes the practice of Environmentally Preferable Purchasing (EPP) in acquiring Products or Services. Applicable EPP attributes that may be taken into consideration as environmental criterion include the following: Recycled content Recyclability Post-Consumer Recycled Material Biodegradability Companies able to supply Products or Services containing any of the applicable environmentally preferable attributes that meet performance requirements are encouraged to offer them in the Proposal. Companies must provide certification of environmental standards and other environmental claims, such as recycled content and emissions data or a formal statement signed by a senior company official. RFP 4269-2017-025 Playground Equipment 19 Section 3 Procurement Process 3 PROCUREMENT PROCESS. This Section 3 contains information about the procurement process for this Project. 3.1 Schedule and Process. The following chart shows the schedule of events for the conduct of this RFP. The key events and deadlines for this process are as follows, some of which are set forth in more detail in the Sections that follow: DATE EVENT JANURARY 25, Issuance ofRFP. The City issues this RFP. 2017 FEBRUARY 1, Request for Proposals Acknowledgement. Companies that 2017 intend to submit a Proposal shall submit the RFP Acknowledgement Form on this date to the email or fax number listed in Section 3.3. FEBRUARY 3, Submission of Written Questions Prior to Pre-Proposal 2017 Conference. Companies are permitted to submit written questions, for purposes of clarifying this RFP. All submissions must be pursuant to the instructions in Section 3.3 by 5:00 p.m. FEBRUARY 7, Non-Mandatory Pre-Proposal Conference to be held at the 2017 location indicated in Section 3.4 at 10:00 a.m. FEBRUARY 15, Submission of Written Questions After the Pre-Proposal 2017 Conference. Questions are due by 5:00 p.m. MARCH 16,2017 Proposal Submission. Proposals are due by 2:00 p.m. at the Procurement Management Division,CMGC 96 Floor. MARCH 20,2017- Evaluation. The Evaluation Committee will assess each APRIL 13, 2017 Proposal and conduct evaluation activities with Companies. MAY 9,2017 Contract Award by Charlotte City Council. JULY 1,2017 Services commence. Company begins providing the Services. 3.2 Intent to Propose. Please acknowledge receipt of this RFP via facsimile by FEBRUARY 1, 2017 using the Request for Proposals Acknowledgement Form located in Section 6, Form 1. Complete the form in its entirety advising the City of your firm's intention to submit or not submit a Proposal. Fax or email a copy of the completed and signed form to the number or email address listed in paragraph 3.3 below, Attention: Karen Ewing. The City strongly encourages Companies to submit this form prior to the Pre- Proposal conference but Companies shall not be precluded from submitting a Proposal if they fail to submit this form. 3.3 Interpretations and Addenda. There are two (2) ways to ask questions about this RFP: (1) submit a question in writing to the Procurement Officer at the e-mail address listed below; or (2) ask a question at the Pre-Proposal Conference. Other than these permitted questions, Companies should refrain from contacting City staff prior to the Proposal Due Date. The City is not bound by any statements, representations or clarifications regarding this RFP other than those provided in writing by the Procurement RFP#269-2017-028 Playground Equipment 20 Section 3 Procurement Process Officer. Karen Ewing, Deputy Chief Procurement Officer City of Charlotte Procurement Management Division 600 East 4th Street,CMGC 9ih Floor Charlotte,NC 28202 RFP#269-2017-028 Fax: 704-632-8254 E-mail:kewing@charlottenc.gov When submitting questions, please reference the RFP page and topic number. In order for questions to be addressed at the Pre-Proposal Conference, they must be submitted by 5:00 p.m.on February 3,2017. After the Pre-Proposal Conference,questions must be submitted in writing by the deadline stated in Section 3.1. In the case of questions not submitted by the deadline, the Procurement Officer will,based on the availability of time to research and communicate an answer,decide whether an answer can be given before the Proposal Due Date. When responding to Service Provider questions or issuing addenda to the RFP,the City will post the answer or information to the Internet at www.ips.state.nc.us,and http://charlottenc.gov/DoingBusiness/Pages/ContractOnnortunities.aspx RFP#269- 2017-028. Companies are required to acknowledge their receipt of each addenda by including in the Proposal a completed Addenda Receipt Confirmation Form (Section 6,Form 2). 3.4 Pre-Proposal Conference. A Non-Mandatory Pre-Proposal Conference will be conducted on FEBRUARY 7, 2017, at 10:00 a.m. The meeting will be held at the Charlotte-Mecklenburg Government Center (CMGC), 600 East Fourth Street, Charlotte, North Carolina 28202, 21'd Floor Conference Room#280 or via teleconference at 704-432-5488. While attendance at the Pre-Proposal Conference is not mandatory, all interested Companies are encouraged to attend. If special accommodations are required for attendance, please notify Karen Ewing in advance of the conference date and time identifying the special accommodations required. 3.5 Submission of Proposals. Proposals must be in the format specified in Section 5 of this RFP. Ten (10) electronic copy on individual flash drives in a searchable format such as MS Word or Adobe Acrobat and two (2) original Proposals signed in ink by a company official authorized to make a legal and binding offer shall be submitted to the address listed in Section 3.3 above by MARCH 16, 2017 on or before but no later than 2:00 p.m.The original Proposal and each of the copies shall be complete and unabridged, and shall not refer to any other copy of the signed and sealed original for any references,clarifications,or additional information. When received, all Proposals and supporting materials, as well as correspondence relating to this RFP,shall become the property of the City. Proposals sent by fax or email will not be accepted. Due to security measures at the Charlotte-Mecklenburg Government Center (CMGC), your sealed boxes, including any portions marked a, RFP#269-2017-028 Playground Equipment 21 Section 3 Procurement Process Confidential/Trade Secret, may be searched and thoroughly inspected prior to admittance. Please allow time for this search to take place and to re-seal the box if delivering your Proposal in person to the CMGC. Do not arrive at the Procurement Management Division on the Proposal due date for the purposes of reviewing your competitors' Proposals. The Proposals will not be read aloud or made available to inspect or copy until any trade secret issues have been resolved. All Proposals will be time-stamped upon receipt and held in a secure place until opening. 3.6 Correction of Errors. The person signing the Proposal must initial erasures or other corrections in the Proposal. The Company further agrees that in the event of any obvious errors, the City reserves the right to waive such errors in its sole discretion. The City, however, has no obligation under any circumstances to waive such errors. 3.7 Evaluation. As part of the evaluation process, the Evaluation Committee may engage in discussions with one or more Company(ies). Discussions might be held with individual Companies to determine in greater detail the Company's qualifications, to explore with the Company the scope and nature of the required contractual Services, to learn the Company's proposed method of performance and the relative utility of alternative methods, and to facilitate arriving at a Contract that will be satisfactory to the City. The City may in its discretion require one or more Companies to make presentations to the Evaluation Committee or appear before the City and/or its representatives for an interview. During such interview, the Company may be required to orally and otherwise present its Proposal and to respond in detail to any questions posed. Additional meetings may be held to clarify issues or to address comments,as the City deems appropriate. Companies will be notified in advance of the time and format of such meetings. Since the City may choose to award a Contract without engaging in discussions or negotiations, the Proposals submitted shall state the Company's best offer for performing the Services described in this RFP. 3.8 Proposal Evaluation Criteria. Proposals will be evaluated based on the Company's ability to meet the performance requirements of this RFP. This section provides a description of the evaluation criteria that will be used to evaluate the Proposals. To be deemed responsive, it is important for the Company to provide appropriate detail to demonstrate satisfaction of each criterion and compliance with the performance provisions outlined in this RFP. The Company's Proposal will be the primary source of information used in the evaluation process. Proposals must contain information specifically related to the proposed Products and Services as requested herein. Failure of any Company to submit information requested may result in the elimination of the Proposal from further evaluation. Proposals will be assessed to determine the most comprehensive, competitive and best value solution for the City taking into consideration as a minimum response,but not limited to the following criteria: 1. Adherence to all requirements of this RFP. RFP#269-2017-028 Playground Equipment 22 Section 3 Procurement Process 2. Demonstrated knowledge,background,capacity, and ability to sell,deliver,and support all Products and Services offered and in compliance with the requirements of this RFP. 3. Capability of meeting or exceeding current and future needs and requirements of U.S. Communities and U.S.Communities members. 4. Qualifications and Experience; (including past performances,administration, management capabilities). 5. Range and quality of Products and Services offerings including technological advances,and value added related Services. 6. Proposed Approach and Proposed Solution 7. Proposed Playgrounds per Section 6,Form 4—taking into consideration a. Design b. Quality c. Durability d. Play value e. ADA Accessibility and Inclusivity f. Product warranty 8. Cost effectiveness and Value. 9. Overall ability to perform sales, solutions,and contract support as submitted. 10. Ability to demonstrate Products and Services that meet and/or exceed industry standards accepted by governmental and educational agencies nationally. 11. Financial Qualifications. 12. Company Environmental Initiatives. 13. MWBE,and other factors specified in this Request for Proposals. 14. References. 3.9 Qualifications and Experience Companies will be evaluated on the background and experience information provided in Section 6, Form 6, and Section 7, Company Worksheet and Company Information for National Program Consideration. 3.10 Project Approach/Proposed Solution. Companies will be evaluated based upon their understanding, experience and qualifications in performing the same or substantially similar Services, as reflected by its experience in performing such Services. The evaluation will include references regarding work for organizations with needs similar to the City's, and the feasibility of the Company's approach for the provision of the Services. 3.11 Cost Effectiveness and Value. Under this criterion, Proposals will be compared in terms of the most reasonable and effective pricing options. The Evaluation Committee will also take into consideration any indirect costs associated with the Services. 3.12 MWSBE Subcontractor Utilization. The City maintains a strong commitment to the inclusion of MWSBEs in the City's contracting and procurement process. For the purposes of this RFP, the City will consider a Company's MWSBE certification and/or MWSBE subcontracting inclusion RFP#269-2017-028 Playground Equipment 23 • Section 3 Procurement Process efforts. To count towards a Department MWSBE Goal, MWSBE certified Companies and/or their MWSBE subcontractors must meet the following certification criteria prior to Proposal submission: • Be designated as a City certified SBE;and/or • Be designated as a City registered MBE or WBE MWSBE utilization is only one (1) criterion considered in the totality of all criteria listed in this Section 3. 3.13 Acceptance of the Terms of the Contract. The City will evaluate the Proposals for compliance with the terms, conditions, requirements, and specifications stated in this RFP including the sample contract language provided in Exhibit A. Regardless of exceptions taken, Companies shall provide pricing based on the requirements and terms set forth in this RFP. Exceptions shall be identified in accordance with Sections 2.6.12 and 5.1.5 of this RFP. 3.14 Contract Award by City Council. As soon as practical after opening the Proposals, the name of the apparent successful Company will be submitted to the Charlotte City Council for final approval of award. If approved by the Council, the Procurement Management Division will provide Contract documents to the Company. In the event the Council approval is not received within one hundred eighty (180) calendar days after opening of the Proposals, the Company may request that it be released from the Proposal. 3.15 Vendor Inclusion. The City's vendor management philosophy supports a fair, open, and inclusive process that offers the same access and information to all Companies. Although Companies are not required to be registered in the City's vendor registration system prior to submitting a Proposal, in order to execute a contract with the City and receive payment from the City,all Companies must register with the City's vendor registration system. Your registration provides the City with baseline information for your company including location, contact and demographic information, as well as your areas of expertise with specific commodity and/or service descriptions. You will also have the opportunity to complete any applicable certifications if your company desires to establish itself as an SBE, MBE, or WBE. The link below will provide you with the opportunity to complete your registration on-line with the City. http://charlottenc.gov/vendors RFP#269-2017-028 Playground Equipment 24 Section 4 Scope of Services 4 SCOPE OF SERVICES. 4.1 General Scope. The intent of this RFP is to award a Contract(s) to one or more Companies offering and demonstrating the best overall solution that meets or exceeds the requirements of this RFP and future various Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services needs of the City and Participating Public Agencies. Participating Public Agencies may have additional specific requirements that might not be a requirement of the Lead Public Agency. The Proposer agrees to provide additional information or documentation to Participating Public Agencies as may be required per the Master Intergovernmental Cooperative Purchasing Agreement (between the Lead Public Agency and the Participating Public Agency). 4.2 Product Standards and Guidelines. It is essential that all Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services be in compliance with all current and applicable Consumer Product Safety Commission (CPSC), Americans with Disabilities Act (ADA) and ADA Accessibility Guidelines (ADAAG), and ASTM Standards and other applicable laws and regulations in the state of North Carolina or in accordance with the laws and applicable purchasing policies of the State and locality where the Participating Public Agencies exists. Manufacturers must be a member of the International Play Equipment Manufacturers Association (IPEMA) and ISO 9001 and 14001 certified. All equipment must be IPEMA Certified and meet all current American Society of Testing and Materials (ASTM),Consumer Product Safety Commission(CPSC),and IPEMA standards. 4.2.1 American Society for Testing and Materials(ASTM): ASTM-F 1487- 11 Standard Consumer Safety Performance Specification for Playground Equipment for Public use. ASTM-F 1292-13 Standard Specification for Impact Attenuation of Surface Systems within the Use Zone of Playground Equipment. ASTM 1951-09 Standard Specifications for Determination of Surface Systems Under and Around Playground Equipment. ASTM F2049-11 Fences/Barriers for Public,Commercial,and Multifamily Residential Use Outdoor Play Areas. ASTM F2075 Standard Specifications for Engineered Wood Fiber for Use as a Playground Safety Surface and Around Playground Equipment. RFP it269-2017-028 Playground Equipment 25 Section 4 Scope of Services 4.2.2 Printed Handbook for Public Playground Safety(CPSC) Equipment must meet all guidelines stated in the "Handbook for Public Safety" published by the Consumer Product Safety Commission. Copies of publication No. 325 may be obtained from U.S. Consumer Product Safety Commission, Washington,DC 20207. 4.2.3 International Play Equipment Manufacturers Association(IPEMA) IPEMA provides third-party Product Certification services for U.S. and Canadian public play equipment and U.S. public play surfacing materials. The services provide for the validation of a participant's certification of conformance to the standards referenced above. Both certifications are administered by Detroit Testing Laboratory, Inc. For more information on certification and membership.visit 1PEMA's website at: www.ipema.org. All equipment must be IPEMA Certified.Certification must be included with your proposal submission. 4.3 Environmental Purchasing Requirements. Each Manufacturer must provide documentation of their respective company's environmental sustainability policies, measures, and initiatives with their Proposal response per Section 2.6.15 and Section 7 - U.S. Communities Requirements of this RFP. 4.4 New Products and Services. New Products and Services may be added to the resulting Contract(s)during the term of the Contract by written amendment, to the extent that those Products and Services are within the scope of this RFP and include, but will not be limited to, new Product added to the Manufacturer's listing offerings, and services which reflect new technology and improved functionality. All requests are subject to review and approval of the City of Charlotte. 4.5 Replacement Parts. Company must stock replacement parts for a minimum of 15 years on all play systems and provide parts within two (2) weeks (14 calendar days) from the time an order is placed by the Participating Public Agency. 4.6 Surfacing Material. Surfacing Material must meet all guidelines stated in the Handbook for Public Playground Safety,and most current versions of ASTM-F1292-13, F2075-15,F3012- 14,and all other applicable ASTM standards and guidelines as certified by an independent laboratory conforming to IPEMA safety standards as identified for the playground industry. 4.7 Installation. All Products provided under this Contract that require assembly and installation should be performed by the awarded manufacturers' certified installers. Company must provide the names and addresses of each certified installer/subcontractor by geographical area. RFP#1269-2017-028 Playground Equipment 26 Section 4 Scope of Services All work must be performed according to the standards established by the terms, specifications, drawings, and construction notes for each project, and meet manufacturer's specifications and industry standards. It shall be the obligation of the Installer to obtain clarification from the Project Coordinator concerning questions or conflicts in the specifications,drawings and construction notes in a timely manner as to not delay the progress of the work. 4.8 Design. Companies must have the capability to recommend and design appropriate play systems/structures to fit the need of the site for age groups to be determined by Participating Public Agency. Company must provide drawings (plan and elevation) of all pertinent aspects of the play equipment and its method of connection to the work. Final playground layout drawings shall be to scale and legible and must show location of play equipment and dimensions of use zones. All designs shall indicate ADA accessible routes,and percentage of ADA accessible components. 4.9 Project Management. Companies must have the ability to provide project management services to help Participating Agencies complete their projects on-time and within budget. 4.10 Safety. All Companies and installers or subcontractors performing services for Charlotte- Mecklenburg are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. The Company and subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. 4.11 Literature and Catalogs. The successful Companies will be required to furnish and/or update all price lists, listings, color charts and other literature as requested within fifteen (15) days after notification of award. All catalogs may be electronic versions. 4.12 Warranty. Proposals should address each of the following: 1. Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. 2. Warranty period start date. The City desires the warranty start at the time of substantial completion. 3. Availability of replacement parts. 4. Life expectancy of equipment under normal use. 5. Detailed information as to proposed return policy on all equipment. 4.13 Lead Time and Delivery. 1. Company must provide a four(4) week lead time on standard product, unlimited configurations, with no up charge. 2. Deliveries may be made typically between the hours of 8:30 a.m. and 3:30 p.m., local time, on regular business days unless other arrangements have been made. RFP#269-2017-028 Playground Equipment 27 Section 4 Scope of Services Delivery location shall be stated on each purchase order issued by Participating Agencies. 3. The Company will ensure that all items are delivered fully assembled or assembled by vendor or its designated subcontractor on site as may be designated by the Participating Public Agency. The Company will assure that all items are packed in accordance with prevailing commercial practices and delivered and assembled and installed in the first class condition. 4. When the purchase order calls for delivery to a specific location(other than door delivery) the vendor will deliver in accordance with the delivery instructions provided by the Participating Public Agency and shall perform inside delivery, assembly, set in place in proper location, make ready for use and remove all debris. 5. The Company shall authorize immediate replacement of any item that has been damaged in transit. 6. If deliveries are required in the evenings or weekends, or designated holidays, special installation charges will be negotiated. It is expected that the pricing will be fair and reasonable based upon specific requirements. 4.14 Optional Work. Company will be required to provide quotations on a case-by-case basis for optional related work such as, but not limited to, removal and/or reinstallation of Playground & Fitness Equipment, timbers, and fencing as may be required to provide a full turnkey solution to Participating Public Agencies. 4.15 Material Specifications. Equipment material specifications may vary between cities, counties, schools and states. Each Participating Entity will provide required specifications to include, but not be limited to, acceptable material, finish, diameters, thickness, gage, and angles of all components when placing orders or as necessary. 4.16 Additional Requirements. Successful Companies may be required and agrees to comply with additional state,or local laws and policies of the individual Participating Public Agencies. 4.17 Performance Bond. Successful Companies may be required to provide a performance bond as required by Participating Public Agencies for each project as required by local or state laws and policies. 4.18 Reports. Successful Companies must maintain all records in compliance with federal and state regulations. A statistical report and an annual tabulated report must be submitted electronically to the Lead Public Agency upon request. 4.19 Pricing. 4.19.1 Companies must submit a cost proposal fully supported by data adequate to establish the reasonableness of the proposed fee. One (1) firm fixed percentage discount off of a verifiable list price for each category(defined in RFP#269-2017-028 Playground Equipment 28 Section 4 Scone of Services Section 1.3): 1) Playground Equipment (including components,replacement parts); 2) Outdoor Fitness Equipment: 3) Site Accessories; 4) Surfacing Materials; and 5) all other related Products (Shade Structures, Skate Parks, and other categorized Products);and 6) Services offered by the Company,for the life of the contract is preferred. Prices must include manufacturer mark up, profit, item cost and storage to allow each customer the ability to calculate and verify discount. All manufacturer price lists must be identified in the Proposal response. Proposals must include an itemized list of any Products and Services that the Company intends to include in the Master Agreement and assume responsibility for as prime contractor, but are offered by the individual authorized distributors and not included in the Company's catalog. The list must identify the distributors name and location that offers each product and service included. The successful Company shall be the prime contractor and remain solely responsible for contractual performance, and reporting, per Section 2.6.7 of this RFP for any Products and Services offered by the authorized distributor. Proposals shall not include Products and Services the Company does not intend to offer,or take responsibility for, as prime contractor. 4.19.2 Volume Discounts: Please include any volume discounts offered to the Lead Public Agency and Participating Public Agencies. 4.19.3 Rebates: Please include any rebates offered to Lead Public Agency and Participating Public Agencies.. 4.19.4 Product,Design and Price Comparison. For comparison purposes only, the Company must provide the following information for the three (3) sample playground designs included in Section 6,Form 4: 1. Cost breakdown of all components using proposed discounts and list prices; 2. Manufacturer Price List ID 3. Three dimensional drawings 4. Number of kids that can use the playground; 5. Total number of play components: • Number of ground level components • Number of accessible ground level components • Number of elevated components • Number of accessible elevated components 6. Play Structure Size 7. Deck Sizes 8. Diameter of Uprights 9. Color options 10. Minimum time needed from date of design to delivery of equipment. RFP#269-2017-028 Playground Equipment 29 • Section 4 Scope of Services 4.19.5 Installation. Proposal responses must include a defined installation fee program. If a percentage of total dollar amounts of each order are proposed, the Company must submit one (1) fixed percentage for all installation services for all Participating Public Agencies, regardless of location, for the life of the contract. 4.19.6 Shipping and Delivery. Companies must include a defined shipping program with their Proposal responses. If shipping is charged separately, only the actual cost of the freight may be added to an invoice. Shipping charges calculated as a percentage of the product price cannot be used. 1. Unless specifically stated otherwise in the "Shipping Program" included in the Company's Proposal response, all prices quoted must be F.Q.B. destination with freight prepaid by the Company. 2. Additional costs for expedited deliveries may be added. 3. Selection of a carrier for shipment will be the option of the Participating Public Agency paying for said shipping. 4.20 Price Adjustments. All proposed pricing shall remain firm for the first year of the subsequent Contract (through June 30, 2018). Companies may request price increases for consideration at least sixty(60) days prior to each anniversary of the Contract effective date. All requests must be submitted in writing to City of Charlotte Procurement Management along with documentation of bona fide materials and labor increases for the cost of Products. No adjustments shall be made to compensate a Company for inefficiency in operation or for additional profit. Price decreases shall be accepted at any time during the term of the contract. 4.21 References. Proposals must include a minimum of five (5) customer references (see Section 6, Form 7)that Company has provided products and services similar to those outlined in this RFP. 4.22 Prevailing Wages. Company must comply with the prevailing wage requirements of each state. Please include any exceptions to this requirement in your proposal response, per Section 2.6.12 of this RFP. RFP#269-2017-028 Playground Equipment 30 Section 5 Proposal Content and Format 5 PROPOSAL CONTENT AND FORMAT. The City desires all Proposals to be identical in format in order to facilitate comparison. While the City's format may represent departure from the Company's preference, the City requires strict adherence to the format. The Proposal will be in the format described in the Checklist included at the front of this RFP(page i). The City encourages Proposals to be compatible with the City's waste reduction goals and policies. Therefore, it is desired that all responses meet the following requirements: • All Proposals be printed 8 1/2"x 11" format with all standard text no smaller than eleven (11)points; • All copies be printed double-sided; • All copies be printed on recycled paper (at least 30% post-consumer recovered material and at least 30%total recovered material); • Unless necessary, all Proposal originals and copies should minimize or eliminate use of non-recyclable or non-reusable materials such as 3-ring binders, plastic report covers, plastic dividers, vinyl sleeves,and GBC binding.Glued materials,paper clips,and staples are acceptable;and • Materials must be submitted in a format that allows for easy removal and recycling. Proposals must also include ten (10) flash drives including the entire Proposal in a searchable format such as MS Word or Adobe Acrobat. 5.1.1 Cover Letter. The Proposal must include a letter of transmittal attesting to its accuracy, signed by an individual authorized to execute binding legal documents. The cover letter shall provide the name, address, telephone and facsimile numbers of the Company along with the name, title, address, email address, telephone and facsimile numbers of the executive that has the authority to contract with the City. The cover letter shall present the Company's understanding of the Project and a summary of the approach to perform the Services. 5.1.2 Executive Summary. The Company shall submit an executive summary, which outlines its Proposal, including the proposed general management philosophy. The executive summary shall, at a minimum, include an identification of the proposed project team, responsibilities of the project team, and a summary of the proposed Services. This section should highlight aspects of this Proposal, which make it superior or unique. 5.1.3 Required Forms and Certifications. To be deemed responsive to this RFP, Companies must complete, in detail, all Proposal Forms included in Section 6,and all certifications requested in Section 4. 5.1.4 U.S. Communities Requirements. To be deemed responsive to this RFP,Companies must complete, in detail,all requested information in Section 7. 5.1.5 Exceptions to the RFP. Exceptions must be submitted in accordance with Section 2.6.12 of this RFP. If exceptions are not identified in your Proposal they may not be considered during Contract negotiation and could result in Proposal being rejected from further RFP#269-2017-028 Playground Equipment 31 Section 5 Proposal Content and Format consideration. If legal counsel needs to review the Sample City Contract prior to signature,reviews must be completed before your Proposal is submitted. The City intends to enter into a City-drafted Contract with the successful Company that contains the terms and conditions set forth in Exhibit A("Sample Terms"). The number and extent of any exceptions and proposed additions to the Sample Terms will be one of the City's evaluation criteria. Accordingly, each Company must state specifically in its Proposal any exceptions to the Sample Terms, or any such exceptions will be waived. Any Company-proposed additional terms or conditions must also be included in the Proposal, and the City reserves the right to refuse consideration of any terms not so included. Any proposed changes to the Sample Terms after tentative contract award may constitute a material change to the Company's Proposal and be grounds for revoking the award. Notwithstanding the foregoing, the City reserves the right to modify the Sample Terms prior to or during contract negotiations if it is in the City's best interest to do so. RFP#269-2017-028 Playground Equipment 32 Section 6 Required Forms REQUIRED FORM 1 - RFP ACKNOWLEDGEMENT Request For Proposal#269-2017-028 Playground Equipment,Outdoor Fitness Equipment, Site Accessories,Surfacing, and Related Products and Services The Company hereby certifies receipt of the Request for Proposals for the City of Charlotte, North Carolina RFP #269-2017-028, Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services. This form should be completed upon receipt of the City's Request for Proposals and faxed in time for the City to receive it by or before FEBRUARY 1, 2017. Failure to submit this form by the designated date shall not preclude the Company from submitting a proposal. Please fax or email the completed Request for Proposals Acknowledgement Form to the attention of: Karen Ewing Deputy Chief Procurement Officer Procurement Management Fax: 704.632.8254 Email: kewing@charlottenc.gov Date: Authorized Signature: Title: Company Name: Contact Name: Contact E-mail address: Please check the appropriate space below and provide the requested information: We plan to attend the Pre-Proposal Conference and Alan on submitting a Proposal Indicate number of attendees: _We do not plan to attend the Pre-Proposal Conference but Alan on submitting a Proposal Reason: We do not plan to attend the Pre-Proposal Conference and do not plan on submitting a Proposal Reason: RFP#269-2017-028 Playground Equipment 33 Section 6 Required Forms REQUIRED FORM 2-ADDENDA RECEIPT CONFIRMATION RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories, Surfacing,and Related Products and Services Please acknowledge receipt of all addenda by including this form with your Proposal. All addenda will be posted to the NC IPS website at www.ips.state.nc.us and http://charlottenc.gov/DoingBusiness/Pages/ContractOpnortunities.aspx. ADDENDUM #: DATE ADDENDUM DOWNLOADED: I certify that this proposal complies with the Specifications and conditions issued by the City except as clearly marked in the attached copy. (Please Print Name) Date Authorized Signature Title Company Name RFP#264-2017-028 Playground Equipment 34 Section 6 Required Forms REQUIRED FORM 3-PROPOSAL SUBMISSION FORM RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories,Surfacing, and Related Products and Services This Proposal is submitted by: Company Name: Representative(printed): Address: City/State/Zip: Email address: Telephone: (Area Code)Telephone Number Facsimile: (Area Code)Fax Number The representative signing above hereby certifies and agrees that the following information is correct: 1. In preparing its proposal, the Company has considered all proposals submitted from qualified, potential subcontractors and Companies; and has not engaged in or condoned prohibited discrimination. For purposes of this Section, discrimination means discrimination in the solicitation, selection, or treatment of any subcontractor, vendor or supplier on the basis of race, ethnicity, gender, age or disability or any otherwise unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of discrimination. 2. Without limiting any other provision of the solicitation for proposals on this project,it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the bid submitted by the Proposer on this Project and to terminate any contract awarded based on such bid. 3. As a condition of contracting with the City, the Company agrees to maintain documentation sufficient to demonstrate that it has not discriminated in its solicitation or selection of subcontractors. The Company further agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of subcontractors. Failure to maintain or failure to provide such information constitutes grounds for the City to reject the bid submitted by the Company or terminate any contract awarded on such bid. RFP 0269-2017-028 Playground Equipment 35 Section 6 Required Forms 4. As part of its bid or proposal, the Bidder or Proposer shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against Bidder or Proposer in a legal or administrative proceeding alleging that Bidder or Proposer discriminated against its subcontractors, vendors or suppliers, and a description of the status or resolution of that complaint,including any remedial action taken. 5. The information contained in this Proposal or any part thereof, including its Exhibits, Schedules, and other documents and instruments delivered or to be delivered to the City, is true, accurate, and complete. This Proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the City as to any material facts. 6. It is understood by the Company that the City reserves the right to reject any and all Proposals, to make awards on all items or on any items according to the best interest of the City,to waive formalities,technicalities,to recover and re-bid this RFP. 7. This Proposal is valid for one hundred and eighty (180)calendar days from the Proposal due date. I,the undersigned,hereby acknowledge that my company was given the opportunity to provide exceptions to the Sample Terms as included herein as Exhibit A. As such, I have elected to do the following: Include exceptions to the sample contract in the following section of my Proposal: Not include any exceptions to the Sample Terms. Representative(signed): RFP#269-2017-028 Playground Equipment 36 Section 6 Required Forms REQUIRED FORM 4-PRICING WORKSHEET RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories, Surfacing,and Related Products and Services Regardless of exceptions taken, Companies shall provide pricing based on the requirements and terms set forth in this RFP.Cost must be in United States dollars rounded to the nearest quarter of a dollar. If there are additional costs associated with the Services,please add to this chart. Proposal must include electronic copies (on flash drive) of manufacturer's listings, a published wholesale or retail price list, which is widely distributed to the marketplace, or other product literature which describes all the products being offered. The price schedules must be a single percentage discount from published retail price list,or other verifiable published price list. Published price lists must be submitted annually and the same percentage of discount shall apply for the life of the contract. Pricing must be provided for every Product and Service included in your Proposal. Cost must be in United States dollars rounded to the nearest quarter of a dollar. 1. Please provide your verifiable price list(s): CATEGORY VERIFIABLE PRICE LIST NUMBER/DATE Playground Equipment (i.e. themed systems, stand- along activities, system components) Outdoor Fitness Equipment (i.e. challenge courses, strength building, multigenerational fitness, precision timing systems) Site Accessories (i.e. Benches, Picnic tables, Planters, Litter receptacles,Bike Racks) Surfacing(i.e.Pour in Place Rubber,Wood fiber,etc.) Related Products (i.e. Shade Structures skate parks, water parks) Services (i.e. Installation, Design, Layout, Repair, Maintenance, Removal,Disposal) 2. Please provide your percentage discount off retail price for all products included each of the following categories. Please use additional sheets and list all categories that you are offering for this contract. CATEGORY PERCENTAGE(%) DISCOUNT Playground Equipment (i.e. themed systems, stand- along activities,system components) Outdoor Fitness Equipment (i.e. challenge courses, strength building, multigenerational fitness, precision timing systems) Site Accessories (i.e. Benches, Picnic tables, Planters, Litter receptacles,Bike Racks) RFP#269-2017-028 Playground Equipment 37 Section 6 Required Forms Surfacing(i.e. Pour in Place Rubber,Wood fiber,etc.) Related Products (i.e. Shade Structures skate parks, water parks) Services (i.e. Installation, Design, Layout, Repair, Maintenance,Removal,Disposal) 3. Company must provide the following for each of the three(s)sample playground designs (FOR EVALUATION AND PRICE COMPARISON ONLY): 1) 3 dimensional Drawings 2) Number of kids that can use the playground; 3) Total number of play components: a. Number of ground level components b. Number of accessible ground level components c. Number of elevated components d. Number of accessible elevated components 4) Play Structure Size 5) Deck Sizes 6) Itemized costs using proposed discounts and list prices to include all applicable costs, including,but not limited to: a) Each Structure or component (i.e. playground, site Accessories, shade, receptacles,etc.) b) Design Services c) Surfacing d) Installation e) Any other products or services that is associated with this sample. 7) Diameter of Uprights 8) Color options 9) Minimum time needed from date of design to delivery of equipment 10) DO NOT include freight in sample Playground pricing. DESIGN 1: Site Dimensions: 50 ft.x 125 ft. Budget: $225,000(must include all design,equipment,and installation costs) Ages: Separate play area for 2 to 5 years old Separate play area for 5-12 years old Design: Bright,Colorful Playgrounds with Roofs Playground will be serving a community with physical disabilities children. The Playgrounds design must include the minimum following components: Inclusive play components that: • Encourage development of sensory processing including proprioceptive and vestibular systems. • Encourage social interaction within the playground. RFP#269-2017-028 Playground Equipment 38 Section 6 Required Forms • Provide opportunities for spinning,sliding,rocking and swinging incorporated with heights,motions and body positions. • Provide opportunities for climbing,crawling,bouncing and balancing. • Stimulate sensory experiences through tactile,auditory and visual components and events. • Provide multiple levels of challenge(easy,moderate,difficult of the same type of activity). • Are easy to transfer to and from a mobility device. • Ensure a child in mobility device is in the middle of play. • Requires limited provision of ramps. 2-5 Year Old Structure: • One(1)Early Childhood(tot) Swings with sides • One(1)Slide-4 ft. maximum height • One(1)Climber • One(1)Crawl Tunnel • One(1)Sand Box 5-12 Year Old Structure: • One(1)Double Slide—6 ft.maximum height • One(1) Spiral Slide • One(1)Net Climber • One(1) Rock Climber • Two(2)Wheel chair accessible ramps • One(1) Bridge Surfacint: • Bonded rubber fall surface to include sub-base(granite screening) and geo fabric. Site Accessories: • Four (4) 8ft Heavy Duty Picnic Tables with steel frame • One(1) Sway Bench(12-gauge punched steel with 3.5"diameter posts. • Three(3)Trash Receptacles • Two(2) Heavy Duty 6-foot Benches with back, and armrest. Placed with good sightlines for monitoring children. Design 2: Site Dimensions: 45ft. x 65 ft. Budget: S85,000(must include all design,equipment,and installation costs) Ages: 5-12 years old Design: Nature Themed with Neutral Colors • One(1)Double Slide—8 ft.maximum height • One(1)Tube Slide • Two(4)Climbers RFP#269-2017-028 Playground Equipment 39 Section 6 Required Forms • Four(4) Swings with a minimum of one(1)accessible swing. • One (1)Balance Beam • One(1)Transfer Station • One(1)Bridge • One(1)Zip-line Surfacing: Minimum of 12 inches compacted wood safety surfacing. Design 3: Site Dimensions: 30 ft. x 45 ft. Budget: $45,000(must include all design,equipment,and installation costs) Ages: 13+years old Design: Adult Outdoor Fitness Comprehensive fitness package that offers flexibility, balance, strength, and low-impact aerobic workout activities,and includes the minimum following elements: • One(1)Wobble Board • One(1)Captains Chair • One(1)Chest Press • One(1)Lat Pull Down and Leg Press • One(1)Trapeze Rack • One(1)Recumbent Cycle • One(1)Heavy Duty Bicycle Rack Surfacing: No Surfacing required. RFP#269-2017-028 Playground Equipment 40 Section 6 Required Forms """`°�`s OLUSON susiHes REQUIRED FORM 5—MIW/SBE UTILIZATION RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories,Surfacing,and Related Products and Services The City maintains a strong commitment to the inclusion of MWSBEs in the City's contracting and procurement process when there are viable subcontracting opportunities. Companies must submit this form with their proposal outlining any supplies and/or Services to be provided by each City certified SBE, and/or City registered MBE and WBE for the Contract. The City recommends you exhaust all efforts when identifying potential MWSBEs to participate on this RFP. Please indicate if your company is any of the following: MBE WBE SBE None of the above If your company has been certified with any of the agencies affiliated with the designations above,indicate which agency,the effective and expiration date of that certification below: Agency Certifying: Effective Date: Expiration Date: Identify outreach efforts that were employed by the firm to maximize inclusion of MWSBEs to be submitted with the firm's proposal (attach additional sheets if needed): Identify outreach efforts that will be employed by the firm to maximize inclusion during the contract period of the Project(attach additional sheets if needed): List below all MWSBEs that you intend use on this Contract: Subcontractor Name Description of work or Indicate either"M", City Vendor# materials "S",and/or"W" Representative(signed): Date Representative Name RFP#269-2017-028 Playground Equipment 41 Section 6 Required Forms REQUIRED FORM 6—COMPANY'S BACKGROUND RESPONSE RFP# 269-2017-028 Playground Equipment.Outdoor Fitness Equipment,Site Accessories,Surfacing, and Related Products and Services Companies shall complete and submit the form below as part of their response to this RFP. Additional pages may be attached as needed to present the information requested. Company's legal name Company Location(indicate corporate headquarters and location that will be providing the Services). How many years has your company been in business?How long has your company been providing the Services as described in Section 4? List any projects or Services terminated by a government entity. Please disclose the government entity that terminated and explain the reason for the termination. List any litigation that your company has been involved with during the past two(2)years for Services similar to those in this RFP. Provide an overview and history of your company. If your company is a subsidiary, identify the number of employees in your company or division and the revenues of proposing company or division. Identify any certifications held by your company if you are implementing or reselling another company's Products or Services. Include how long the partnership or certification has been effect. Describe your company's complete corporate structure,including any parent companies, subsidiaries,affiliates and other related entities. Describe the ownership structure of your company, including any significant or controlling equity holders. Explain how your organization ensures that personnel performing the Services are qualified and proficient. If your company has been the subject of a dispute or strike by organized labor within the last five (5)years,please describe the circumstances and the resolution of the dispute. RFP#269-2017-028 Playground Equipment 42 Section 6 Required Forms Required form 7—References RFP#269-2017-028 Playground Equipment,Outdoor Fitness Equipment,Site Accessories,Surfacing,and Related Products and Services Companies shall complete the form below. The City's preference is for references from organizations of similar size or where the Company is performing similar Services to those described herein. If such references are not available, individuals or companies that can speak to the Company's performance are adequate. • Reference I !.i Company Name Contact Name Phone Number 't' Reference 2 Company Name Contact Name Phone Number Reference 3 Company Name Contact Name Phone Number Reference 4 Company Name Contact Name Phone Number Reference 5 Company Name Contact Name Phone Number RFP#269-2017-028 Playground Equipment 43 Section 6 Required Forms REQUIRED FORM 8—NON-DISCRIMINATION PROVISION Playground Equipment,Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services All requests for Bids or Bids issued for City Contracts shall include a certification to be completed by the Bidder or Proposer in substantially the following form: The undersigned Bidder or Proposer hereby certifies and agrees that the following information is correct: 1. In preparing it's the enclosed Bid or Bid, the Bidder or Proposer has considered all Bids and Bids submitted from qualified, potential subcontractors and Company, and has not engaged in discrimination as defined in Section 2. 2. For purposes of this Section, discrimination means discrimination in the solicitation, selection, or treatment of any subcontractor, vendor or supplier on the basis of race, ethnicity, gender, age or disability or any otherwise unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of discrimination. 3. Without limiting any other remedies that the City may have for a false certification, it is understood and agreed that,if this certification is false,such false certification will constitute grounds for the City to reject the Bid or Bid submitted with this certification, and terminate any Contract awarded based on such Bid or Bid It shall also constitute a violation of the City's Commercial Non-Discrimination Ordinance and shall subject the Bidder or Proposer to any remedies allowed thereunder, including possible disqualification from participating in City Contracts or Bid processes for up to two years. 4. As a condition of Contracting with the City, the Bidder or Proposer agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of Company and subcontractors in connection with this solicitation process. Failure to maintain or failure to provide such information shall constitute grounds for the City to reject the Bid or Bid and to any Contract awarded on such Bid or Bid. It shall also constitute a violation of the City's Commercial Non-Discrimination Ordinance, and shall subject the Bidder or Proposer to any remedies that are allowed thereunder. 5. As part of its Bid, or Proposal, the Bidder or Proposer shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against Bidder or Proposer in a legal or administrative proceeding alleging that Bidder or Proposer discriminated against its subcontractors, vendors or suppliers, and a description of the status or resolution of that complaint, including any remedial action taken. 6. As a condition of submitting a Bid to the City, the Bidder or Proposer agrees to comply with the City's Commercial Non-Discrimination Policy as described in Section 2, Article V of the Charlotte City Code,and consents to be bound by the award of any arbitration conducted thereunder. NAME OF COMPANY: BY: TITLE: SIGNATURE OF AUTHORIZED OFFICIAL: DATE: RFP#269-2017-028 Playground Equipment 44 Section 7 Required U.S. Communities Information COMPANY WORKSHEET FOR NATIONAL PROGRAM CONSIDERATION Suppliers are required to meet specific qualifications. Please respond in the spaces provided after each qualification statement below: A. Will pricing for all Products/Services offered be the most competitive pricing offered by your organization to Participating Public Agencies nationally? YES NO B. Does your company have the ability to provide service to any Participating Public Agencies in the contiguous 48 states and the ability to deliver service in Alaska and Hawaii? YES *NO (*If no,identify the states where you do not have the ability to provide service to Participating Public Agencies.) C. Does your company have a national sales force,dealer network or distributor with the ability to call on Participating Public Agencies in at least 35 U.S.states? YES *NO (*If no,identify the states where you have the ability to call on Participating Public Agencies.) D. Check which applies for your company sales last year in the United States: Sales between SO and$25,000,000 Sales between$25,000,001 and$50,000,000 Sales between 550,000,001 and 5100,000,000 Sales greater than$100,000,001 E. Does your company have existing capacity to provide electronic and ecommerce ordering and billing? YES NO F. Will your company assign a dedicated Senior Management level Account Manager to support the resulting U.S.Communities program contract? YES NO G. Does your company maintain records of your overall Participating Public Agencies' sales that you can and will share with U.S.Communities to monitor program implementation progress? YES NO H. Will your company commit to the following program implementation schedule? YES NO 1. Will the U.S.Communities program contract be your lead public offering to Participating Public Agencies? YES NO Submitted by: (Printed Name) (Signature) (Title) (Date) RFP#269-2017-028 Playground Equipment 45 Section 7 Required U.S. Communities Information SUPPLIER INFORMATION Please respond to the following requests for information about your Company: National Commitments 1. Proposer shall provide a written narrative of your understanding and acceptance of the Company Qualifications Commitments in Section 1.5. Company 1. Provide the total number and location of sales persons employed by your Company in the United States. Eranip!e: NUMBER OF SALES CITY STATE REPRESENTATIVES 13 Phoenix AZ 6 San Francisco CA 10 Atlanta GA 12 Boise ID 6 Lexington KY 5 New Orleans LA 3 Philadelphia PA Etc. Etc. Total: 366 2. Please provide a narrative of how these sales people would be used to market the contract to eligible agencies across the country. Please describe what you have in place today and your future plans, if you were awarded the contract. 3. Provide the Company annual sales for 2014, 2015 and 2016 in the United States; Sales reporting should be segmented into the following categories: SUPPLIER ANNUAL SALES IN THE UNITED STATE FOR 2013,2014, AND 2015 Segment 2014 Sales 2015 Sales 2016 Sales Cities Counties K-12(Pubic/Private) Higher Education (Public/Private) States Other Public Sector and Nonprofits _ Federal Private Sector Total Supplier Sales RFP#269-2017-028 Playground Equipment 46 Section 7 Required U.S. Communities Information 4. For the proposed products and services included in the scope of your response,provide annual sales for 2014,2015 and 2016 in the United States. Sales reporting should be segmented into the following categories: SUPPLIER ANNUAL SALES IN THE UNITED STATE FOR 2013, 2014, AND 2015 ) Segment 2014 Sales 2015 Sales 2016 Sales Cities Counties K-12(Pubic/Private) Higher Education (Public/Private) States Other Public Sector and Nonprofits _ Federal Private Sector Total Supplier Sales 5. Provide a list of your Company's ten largest public agency customers, including contact information. Distribution 1. Describe how your company proposes to distribute the Products nationwide. 2. Identify all other companies that will be involved in processing,handling or shipping the Product to the end user. 3. Provide the number,size and location of your company's distribution facilities, warehouses and retail network as applicable. 4. Provide the number and location of support centers(if applicable). 5. If applicable,describe your company's ability to do business with manufacturer/dealer/distribution organizations that are either small or MWBE businesses as defined by the Small Business Administration. a. If applicable,describe other ways your company can be sensitive to a Participating Public Agency's desire to utilize local and/or MWBE companies,such as number of local employees and offices in a particular geographic area,companies your firm is using that may be local(i.e. local delivery truck company),your company's diversity of owner employees,etc. b. If applicable,provide details on any products or services being offered by your company where the manufacturer or service provider is either a small or MWBE business as RFP#269-2017-028 Playground Equipment 47 Section 7 Required U.S. Communities Information defined by the Small Business Administration. Provide product/service name,company name and small/MWBE designation. Marketing 1. Outline your company's sales and marketing plan for marketing the Products to eligible agencies nationwide. 2. Explain how your company will educate its national sales force about the Master Agreement. 3. Explain how your company will market and transition the Master Agreement into the primary offering to Participating Public Agencies. How will your organization differentiate the new agreement from existing contracts you may have today? National Staffing Plan 1. Please identify the key personnel who will lead and support the implementation period of the contract outlined in Section One, New Supplier Implementation Checklist, along with the amount of time to be devoted to implementation. 2. Identify the key personnel who are to be engaged in this contract throughout the term of the contract, including each of the roles described below: Role Description of Role Person Responsible Time Commitment (%) Executive Sponsor Responsible for the corporate commitment. Works with Supplier Manager. National Account Responsible for sales efforts Manager and training of sales people across the country.Works daily with Program Managers and Supplier Manager. Lead Referral Manager Responsible for distributing leads generated through the USC website. Marketing Lead Responsible for all marketing efforts. Works with USC marketing regularly. IT Lead Responsible for building USC landing page for supplier. RFP#269-2017-028 Playground Equipment 48 Section 7 Required U.S. Communities Information Reporting Lead Responsible for providing monthly reports to USC. 3. Provide an organizational chart of your company. 4. Submit the a bio for each of the below personnel: a. The person your company proposes to serve as the National Accounts Manager, b. Each person that will be dedicated full time to U.S. Communities account management, and c. Key executive personnel that will be supporting the program. Products,Services and Solutions I. Provide a description of the Products, Services and Solutions to be provided by the major product category set forth in Section Five of the RFP. The primary objective is for each Supplier to provide its complete product,service and solutions offerings so that Participating Public Agencies may order a range of product as appropriate for their needs. 2. State your normal delivery time(in days) and any options for expediting delivery. 3. State backorder policy. Do you fill or kill order and require Participating Public Agency to reorder if item is backordered? 4. State restocking fees and procedures for returning products. 5. Specify guaranteed fill rate by product category specified in Section Five. 6. Describe any special programs that your company offers that will improve customers' ability to access Products, on-time delivery or other innovative strategies. 7. Describe the capacity of your company to broaden the scope of the contract and keep the product offerings current and ensure that latest products,standards and technology for Playground Equipment,Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Parts and Services. Oualifications, Experience and Project 11Iana2ement Capabilities 1. Identify your company's authorized distributors and installers by U.S. state; 2. Identify your company's bonding capacity on a national basis(if applicable); 3. List the states where the bidder is licensed to do business(if applicable); 4. List the states where the bidder or sub-contractor is licensed to do business(if applicable); RFP#269-2017-028 Playground Equipment 49 Section 7 Required U.S. Communities Information 5. List the state construction licenses held,either directly by the bidder or a by a qualified distributor that has been actively and continuously involved with manufacturer(if applicable); Administration 1. Describe your company's normal order processing procedure from point of customer contact through delivery and billing. Additionally,please provide the following: a. In what formats do you accept orders(telephone,ecommerce,etc.)? b. Please state if you use a single system or platform for all phases of ordering,processing, delivery and billing. 2. State which forms of ordering allow the use of a procurement card and the accepted banking (credit card)affiliation. 3. Describe your company's ecommerce capabilities: a. Include details about your company's ability to create punch out sites and accept orders electronically(cXML,OCI,etc.). b. Provide detail on where your company has integrated with a pubic agency's ERP(Oracle, Infor Lawson, SAP,etc.)system in the past and include some details about the resources you have in place to support these integrations. List,by ERP provider,the following information: name of public agency, ERP system used, "go live" date, net sales per calendar year since"go live",and percentage of agency sales being processed through this connection. 4. Describe any existing multi-state cooperative purchasing programs, including the entity's name(s),contact person(s),contact information,contract term(including contract options) and annual volume by year for each of the last three years. 5. Describe your ability to provide customized reports(i.e.commodity histories,purchase histories by department,green spend,etc.) for each Participating Public Agency. Environmental 1. Provide a brief description of any company's environmental initiatives, including your company's environmental policies and/or strategies,your investments in being an environmentally preferable product leader,and any resources dedicated to your environmental strategy,including staff. 2. Describe your company's process for defining,verifying,and labeling green/sustainable products and services in your offering. Explain how you help public agencies navigate toward the green products in your offering through website filters,keyword searches,displaying eco- logos,etc. RFP#269-2017-028 Playground Equipment 50 Section 7 Required U.S. Communities Information 3. Pease indicate if you have any products in your offering that have any third-party environmental certifications. 4. What percentage of your offering is environmentally preferable and what are your plans to improve this offering? Financial Statements 1. Submit your current Federal Identification Number and latest Dun & Bradstreet report. 2. Please include an audited income statement and balance sheet from the most recent reporting period in your proposal. Additional Information Please use this opportunity to describe any/all other features, advantages and benefits of your organization that you feel will provide additional value and benefit to a Participating Public Agency. RFP#269-2017-028 Playground Equipment 51 Section 7 Required U.S. Communities Information ADMINISTRATION AGREEMENT This ADMINISTRATION AGREEMENT("Agreement") is made as of ,by and between U.S.COMMUNITIES GOVERNMENT PURCHASING ALLIANCE("U.S. Communities")and ("Supplier"). RECITALS WHEREAS, ("Lead Public Aaencv') has entered into a certain Master Agreement dated as of even date herewith,referenced as Agreement No. ,by and between Lead Public Agency and Supplier(as amended from time to time in accordance with the terms thereof,the"Master Agreement") for the purchase of (the "Products and Services"); WHEREAS, the Master Agreement provides that any state,county,city, special district, local government, school district,private K-12 school,technical or vocational school,higher education institution(including community colleges, colleges and universities,both public and private),other government agency or nonprofit organization(each a"Public Agency"and collectively, "Public Agencies")may purchase Products and Services at the prices indicated in the Master Agreement upon prior registration with U.S. Communities,in which case the Public Agency becomes a "Participating Public Agency"; WHEREAS,U.S.Communities has the administrative and legal capacity to administer purchases under the Master Agreement to Participating Public Agencies; WHEREAS,U.S. Communities serves in an administrative capacity for Lead Public Agency and other lead public agencies in connection with other master agreements offered by U.S. Communities; WHEREAS,Lead Public Agency desires U.S. Communities to proceed with administration of the Master Agreement on the same basis as other master agreements; WHEREAS,"U.S.Communities Government Purchasing Alliance"is a trade name licensed by U.S.Communities Purchasing& Finance Agency;and WHEREAS,U.S. Communities and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies. NOW, THEREFORE,in consideration of the mutual covenants contained in this Agreement,U.S.Communities and Supplier hereby agree as follows: ARTICLE I GENERAL TERMS AND CONDITIONS 1.1 The Master Agreement,attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein,and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. RFP#269-2017-028 Playground Equipment 52 Section 7 Required U.S. Communities Information 1.2 U.S. Communities shall be afforded all of the rights,privileges and indemnifications afforded to Lead Public Agency under the Master Agreement,and such rights, privileges and indemnifications shall accrue and apply with equal effect to U.S.Communities under this Agreement including,without limitation,Supplier's obligation to provide insurance and indemnifications to Lead Public Agency. 1.3 Supplier shall perform all duties,responsibilities and obligations required under the Master Agreement. 1.4 U.S. Communities shall perform all of its duties,responsibilities and obligations as administrator of purchases under the Master Agreement as set forth herein,and Supplier acknowledges that U.S.Communities shall act in the capacity of administrator of purchases under the Master Agreement. 1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency pursuant to the Master Agreement,U.S.Communities(a)shall not be construed as a dealer,re-marketer,representative,partner,or agent of any type of Supplier,Lead Public Agency or such Participating Public Agency,(b)shall not be obligated,liable or responsible(i) for any orders made by Lead Public Agency,any Participating Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement,or(ii)for any payments required to be made with respect to such order,and(c) shall not be obligated,liable or responsible for any failure by a Participating Public Agency to(i)comply with procedures or requirements of applicable law or ordinance,or(ii)obtain the due authorization and approval necessary to purchase under the Master Agreement. U.S. Communities makes no representations or guaranties with respect to any minimum purchases required to be made by Lead Public Agency,any Participating Public Agency,or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement. ARTICLE lI TERM OF AGREEMENT 2.1 This Agreement is effective as of and shall terminate upon termination of the Master Agreement or any earlier termination in accordance with the terms of this Agreement,provided,however,that the obligation to pay all amounts owed by Supplier to U.S.Communities through the termination of this Agreement and all indemnifications afforded by Supplier to U.S. Communities shall survive the term of this Agreement. ARTICLE III REPRESENTATIONS AND COVENANTS 3.1 U.S.Communities views the relationship with Supplier as an opportunity to provide benefits to the Lead Public Agency,Public Agencies and Supplier. The successful foundation of the relationship requires certain representations and covenants from both U.S. Communities and Supplier. 3.2 U.S. Communities' Representations and Covenants. RFP 4269-2017-028 Playground Equipment 53 Section 7 Required U.S. Communities Information (a) Marketing. U.S. Communities shall proactively market the Master Agreement to Public Agencies using resources such as a network of major sponsors including the National League of Cities(NLC),National Association of Counties(NACo),United States Conference of Mayors(USCM),and the Association of School Business Officials(ASBO) (collectively,the"Founding Co-Sponsors")and individual national,regional and state-level sponsors. In addition,the U.S. Communities staff shall make best efforts to enhance Supplier's marketing efforts through meetings with Public Agencies,participation in key events and tradeshows and other marketing activity such as advertising,articles and promotional campaigns. (b) Training and Knowledge Management Support. U.S.Communities shall provide support for the education,training and engagement of Supplier's sales force as provided herein. Through its staff(each.a"Program Manager"and collectively, the"Program Managers"),U.S.Communities shall, with scheduling assistance from Supplier,conduct training sessions and conduct calls jointly with Supplier to Public Agencies. U.S.Communities shall also provide Supplier with access to U.S.Communities' private intranet website which provides presentations,documents and information to assist Supplier's sales force in effectively promoting the Master Agreement. 3.3 Supplier's Representations and Covenants. Supplier hereby represents and covenants as follows in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies(such representations and covenants are sometimes referred to as"Supplier's Commitments"and are comprised of the Corporate Commitment, Pricing Commitment,Economy Commitment and Sales Commitment): (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier's primary contractual offering of Products and Services to Public Agencies. All of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's primary offering and not just one of Supplier's contract options. (ii) Supplier's sales force (including inside,direct and/or authorized dealers,distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing,terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S.Communities program and the Master Agreement are actively supported by Supplier's senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S.Communities concerning new Participating RFP#269-2017-028 Playground Equipment 54 Section 7 Required U.S. Communities Information Public Agency registrations and for ensuring timely follow-up by Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier-based internet web page dedicated to Supplier's U.S. Communities program and linked to U.S. Communities' website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S.Communities program and its commitments and requirements. National/Senior management is defined as the executive(s)with companywide authority. (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing,terms and conditions of the Master Agreement upon the state's request. Regardless of whether the state decides to transition to the Master Agreement,Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S.Communities that the pricing offered under the Master Agreement is the lowest overall available pricing(net to purchaser)on Products and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing contract and/or a Public Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency's purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier's obligation to match the pricing under Supplier's contracts offering lower prices. (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be RFP#269-2017-028 Playground Equipment 55 Section 7 Required U.S. Communities Information required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S.Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier's pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s)causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier's Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing,terms and conditions of the Master Agreement. If Supplier is awarded the contract,the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract,the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher(net to buyer)than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3,including,without limitation,the requirement to continue to advise the awarding Public Agency of the pricing,terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher(net to buyer)than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage,of the Master Agreement over alternative options,including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master RFP#269-2017-028 Playground Equipment 56 Section 7 Required U.S. Communities Information Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier's sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive sales of Supplier's Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product catalogs,targeted advertising,direct mail,online marketing and other sales initiatives are encouraged. All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier,during the term of this Agreement,a non-exclusive,revocable,non- transferable,license to use the U.S. Communities name, trademark,and logo solely to perform its obligations under this Agreement,and for no other purpose. Any goodwill,rights,or benefits derived from Supplier's use of the U.S. Communities name,trademark,or logo shall inure to the benefit of U.S.Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement,the Supplier shall provide U.S.Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier's name and logo in connection with the advertising,marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S.Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i)the Master Agreement was competitively solicited by the Lead Public Agency, (ii)the Master Agreement provides the Supplier's best overall pricing and value to eligible agencies.(iii)there is no cost to Participating Public Agencies,and(iv)the Master Agreement is a non-exclusive contract. • (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S.Communities branding and logo standards and guidelines. Prior to use by Supplier,all U.S.Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S.Communities shall be available to train on a national,regional or local level and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web-based homepage that is accessible from Supplier's homepage or main menu navigation containing: (1) U.S.Communities standard logo with Founding Co-Sponsors logos; (2) Copy of original procurement solicitation; RFP#269-2017-028 Playground Equipment 57 Section 7 Required U.S. Communities Information (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities' online registration page;and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first sales order. (vi) Supplier's Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may,from time to time,provide certain graphics,media,and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non- exclusive,worldwide, free,transferrable,license to reproduce,modify,distribute,publically perform, publically display,and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes,with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder;and (b)the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate,infringe,or misappropriate the intellectual property rights or other rights of any third party 3.4 Breach of Supplier's Representations and Covenants. The representations and covenants set forth in this Agreement are the foundation of the relationship between U.S. Communities and Supplier. If Supplier is found to be in violation of,or non-compliance with, one or more of the representations and covenants set forth in this Agreement, Supplier shall have ninety(90)days from the notice of default to cure such violation or non-compliance and,if Supplier fails to cure such violation or non-compliance within such notice period,it shall be deemed a cause for immediate termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement at U.S.Communities' sole discretion. 3.5 Indemnity. Supplier hereby agrees to indemnify and defend U.S.Communities, and its parent companies,subsidiaries,affiliates,shareholders,member,manager,officers, directors,employees,agents,and representatives from and against any and all claims,costs, proceedings,demands,losses,damages,and expenses(including,without limitation,reasonable RFP 44269-2017-028 Playground Equipment 58 Section 7 Required U.S. Communities Information attorney's fees and legal costs) of any kind or nature,arising from or relating to,any actual or alleged breach of any of Supplier's representations,warranties,or covenants in this Agreement. ARTICLE IV PRICING AUDITS 4.1 Supplier shall,at Supplier's sole expense,maintain an accounting of all purchases made by Lead Put made. This audit right shall survive termination of this Agreement for a period of one(1)year from the effective date of termination. U.S.Communities shall have the authority to conduct random audits of Supplier's pricing that is offered to Participating Public Agencies at U.S. Communities' sole cost and expense. Notwithstanding the foregoing, in the event that U.S. Communities is made aware of any pricing being offered to three(3)or more Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, U.S. Communities shall have the ability to conduct a reasonable audit of Supplier's pricing at Supplier's sole cost and expense during regular business hours upon reasonable notice. U.S. Communities may conduct the audit internally or may engage a third-party auditing firm on a non-contingent basis. Supplier shall solely be responsible for the cost of the audit. In the event of an audit,the requested materials shall be provided in the format and at the location where kept in the ordinary course of business by Supplier. ARTICLE V FEES& REPORTING 5.1 Administrative Fees. Supplier shall pay to U.S. Communities a monthly administrative fee based upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement,excluding taxes,in the amount of two percent(2%)of aggregate purchases made during each calendar month(individually and collectively,"Administrative Fees"). Supplier's annual sales shall be measured on a calendar year basis. All Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to U.S. Communities,or its designee or trustee as may be directed in writing by U.S.Communities. Administrative Fees shall be due and payable within thirty(30)days of the end of each calendar month for purchases shipped and billed during such calendar month. U.S.Communities agrees to pay to Lead Public Agency five percent(5%)of all Administrative Fees received from Supplier to help offset Lead Public Agency's costs incurred in connection with managing the Master Agreement nationally. 5.2 Sales Reports. Within thirty(30)days of the end of each calendar month, Supplier shall deliver to U.S.Communities an electronic accounting report,in the format prescribed by Exhibit B,attached hereto,summarizing all purchases made under the Master Agreement during such calendar month("Sales Report"). All purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. Submitted reports shall be verified by U.S. Communities against its registration database. Any data that is inconsistent with the registration database shall be changed prior to processing. U.S. Communities reserves the right upon reasonable advance notice to Supplier to change the prescribed report format to accommodate the distribution of the Administrative Fees to its program sponsors and state associations. RFP#269-2017-028 Playground Equipment 59 Section 7 Required U.S. Communities Information 5.3 Exception Reporting/Sales Reports Audits. U.S. Communities or its designee may,at its sole discretion,compare Supplier's Sales Reports with Participating Public Agency records or other sales analysis performed by Participating Public Agencies,sponsors,advisory board members or U.S. Communities staff. If there is a material discrepancy between the Sales Report and such records or sales analysis as determined by U.S.Communities, U.S.Communities shall notify Supplier in writing and Supplier shall have thirty(30)days from the date of such notice to resolve the discrepancy to U.S. Communities' reasonable satisfaction. Upon resolution of the discrepancy, Supplier shall remit payment to U.S. Communities' trustee within fifteen (15) calendar days. Any questions regarding an exception report should be directed to U.S. Communities in writing to reporting@uscommunities.org. If Supplier does not resolve the discrepancy to U.S. Communities' reasonable satisfaction within thirty(30)days,U.S. Communities shall have the right to engage outside services to conduct an independent audit of Supplier's reports. Supplier shall solely be responsible for the cost of the audit. 5.4 Online Reporting. Within forty-five(45)days of the end of each calendar month, U.S. Communities shall provide online reporting to Supplier containing Supplier's sales reporting for such calendar month. Supplier shall have access to various reports through the U.S. Communities intranet website. Such reports are useful in resolving reporting issues and enabling Supplier to better manage its Master Agreement. 5.5 Usage Reporting. Within thirty(30)days of the end of each contract year, Supplier shall deliver to U.S. Communities an electronic usage report of all sales under the Master Agreement,including: (i) Supplier's Product Number (ii) Product Description (iii) Manufacturer Name (iv) Manufacturer Number (v) Unit of Measure (vi) U.S. Communities Price (vii) Number of times ordered (viii) Units sold (ix) Sales by Manufacturer 5.6 Supplier's Failure to Provide Reports or Pay Administrative Fees. Failure to provide a Sales Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a material breach under this Agreement and if not cured within thirty (30)days of written notice to Supplier, shall be deemed a cause for termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement at U.S.Communities' sole discretion. All Administrative Fees not paid within thirty(30)days of the end of the previous calendar month shall bear interest at the rate of one and one-half percent(1.5%)per month until paid in full. ARTICLE VI MISCELLANEOUS RFP#269-2017-028 Playground Equipment 60 Section 7 Required L.S. Communities Information 6.1 Entire Agreement. This Agreement supersedes any and all other agreements, either oral or in writing,between the parties hereto with respect to the subject matter hereof,and no other agreement,statement,or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. 6.2 Assignment. (a) Supplier. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Supplier without prior written consent of U.S. Communities,and any assignment without such consent shall be void. (b) U.S. Communities. This Agreement and any rights or obligations hereunder may be assigned by U.S.Communities in U.S.Communities' sole discretion,to an existing or newly established legal entity that has the authority and capacity to perform U.S. Communities' obligations hereunder. 6.3 Notices. All reports,notices or other communications given hereunder shall be delivered by first-class mail,postage prepaid,or overnight delivery requiring signature on receipt to the addresses as set forth below. U.S.Communities may,by written notice delivered to Supplier,designate any different address to which subsequent reports,notices or other communications shall be sent. U.S. Communities: U.S. Communities 9711 Washingtonian Blvd., Suite 100 Gaithersburg,MD 20878-7381 Attn: Program Manager Administration Supplier: Attn: U.S. Communities Program Manager 6.4 Severability. If any provision of this Agreement shall be deemed to be,or shall in fact be,illegal,inoperative or unenforceable,the same shall not affect any other provision or provisions herein contained or render the same invalid,inoperative or unenforceable to any extent whatever. 6.5 Waiver. Any failure of a party to enforce,for any period of time,any of the provisions under this Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce each and every provision under this Agreement. 6.6 Counterparts. This Agreement may be executed in several counterparts,each of which shall be an original and all of which shall constitute but one and the same instrument. 6.7 Modifications. This Agreement may not be effectively amended,changed, modified,altered or terminated without the prior written consent of the parties hereto. RFP#269-2017-028 Playground Equipment 61 Section 7 Required U.S. Communities Information 6.8 Governing Law;Arbitration. This Agreement will be governed by and interpreted in accordance with the laws of the State of California without regard to any conflict of laws principles. Any dispute,claim,or controversy arising out of or relating to this Agreement or the breach,termination,enforcement,interpretation or validity thereof, including the determination of the scope or applicability of this dispute resolution clause,shall be determined by arbitration in Walnut Creek,California,before one(1)arbitrator. The arbitration shall be administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The prevailing party will be entitled to recover its reasonable attorneys' fees and arbitration costs from the other party. The arbitration award shall be final and binding. Each party commits that prior to commencement of arbitration proceedings,the parties shall submit the dispute to JAMS for mediation. The parties will cooperate with JAMS and with one another in selecting a mediator from JAMS panel of neutrals,and in promptly scheduling the mediation proceedings. The parties covenant that they will participate in the mediation in good faith,and that they will share equally in its costs. The mediation will be conducted by each party designating a duly authorized officer or other representative to represent the party with the authority to bind the party,and that the parties agree to exchange informally such information as is reasonably necessary and relevant to the issues being mediated. All offers,promises,conduct, and statements,whether oral or written,made in the course of the mediation by any of the parties, their agents,employees,experts,and attorneys,and by the mediator or any JAMS employees,are confidential,privileged,and inadmissible for any purpose,including impeachment,in any arbitration or other proceeding involving the parties,provided that evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non-discoverable as a result of its use in the mediation. If the dispute is not resolved within thirty(30)days from the date of the submission of the dispute to mediation (or such later date as the parties may mutually agree in writing),the administration of the arbitration shall proceed. The mediation may continue,if the parties so agree,after the appointment of the arbitrator. Unless otherwise agreed by the parties, the mediator shall be disqualified from serving as arbitrator in the case. The pendency of a mediation shall not preclude a party from seeking provisional remedies in aid of the arbitration from a court of appropriate jurisdiction, and the parties agree not to defend against any application for provisional relief on the ground that a mediation is pending. 6.9 Successors and Assigns. This Agreement shall inure to the benefit of and shall be binding upon U.S. Communities, Supplier and any successor and assign thereto; subject, however,to the limitations contained herein. [Remainder of Page Intentionally Left Blank—Signatures Follow] RFP#269-2017-028 Playground Equipment 62 Section 7 Required U.S. Communities Information IN WITNESS WHEREOF,U.S.Communities has caused this Agreement to be executed in its name and Supplier has caused this Agreement to be executed in its name,all as of the date first written above. U.S. Communities: U.S.COMMUNITIES GOVERNMENT PURCHASING ALLIANCE By Name: Title: Supplier: By Name: Title: RFP 1269-2017-028 Playground Equipment 63 Section 7 Required U.S. Communities Information ATTACHMENT A MASTER AGREEMENT (Lead Public Agency Master Agreement/Contract to be attached at time of av,ard.) RFP#269-2017-028 Playground Equipment 64 Section 7 Required U.S. Communities Information ATTACHMENT B SALES REPORT FORMAT Appendi.B-U5'Data Format) Yle.R.pR Tom 06.10 TN SoppOer ID Amount No. #41..."11.... Dew NA. Ase,... Cly Sat. Op Agency Type Y.. ON f1... An.. *55000735 150 '59511447 CITY of LALGUT 01051 SVCS Ft.rr..ny 555 17.11162 51 575 312 LC6 ANGELES CA '00012 20 2012 2 5 1525 50 ' 450000222 100 '34555036 LOB ANGELES COUNTY Free 3505 FIGERO\ST STE 700 LOS ANGELES CA 90071 30 2012 2 5 15006, 455000735 150 bowel CRY of LAJENLARON AFFAIR P.rel..y 555 65655E j$T STE 312 LOS ANGELES CA'90012 20 2012 2 5 1525 05 ' 455000735 150 7435 CITY OF LNCO.M.r,DEV Force.. 555 RAAPE2 5T STE 312 100 ANGELES CA 90012 20 2072 2 5 45040 A ' 055002010 150 321INA0001053 GROIW TOWN 6 PUNIC W OROS W.., 123 A St GROTON CT'06340 20 2012 2 6 31500 ' 066,o1554 100 3210u0001051 0007-N OTT CF Ad000ye.y 123A 51 0ROTC. CT 0134$ 20 2012 2 5 21200 SALES REPORT DATA KARAT 7 1 Colwyn Xn' Rtlglt..d 1 Dr.Tye Length Eueps Cane.. TN Opo. Tee ' 9 `955000735 No D..Do nol nM r.tn1 no S.M.ID Y.. N ITIM '3 '111 5e Sypfr ID 117.5e. Mea.No C0.. A. 2S rw 015.05.0.appf.Ace*..no At.n•0y if..r. Y. Tee 256 L. Le Adea.Carty Dept Ns. C.o. Tee 255 roam P.O?..,.. 0.1 Add... Y. T. 255 eve C. Y. Tet 255 nm Lp A.pe`. 544,0..WWI ON neer. $.. Yet T.. 2 CA 2105 Yes T. 5 '90071 No D...,De no.w..l..a. Deo VA.D.cM. Aprdy Typ Y. N... 2 •30 5..9.73 Tye T.D.Ban.. Yer Y. Number A '2010 O. Yet N.... 1 . .A.rp In Punt. 2 ' 12 Aro. Yes Mono. W..r 55040 A T.Oates....Nee no$1r9^or ca... 1 17R.rr911.eTeRle .,Vi: 40..oT Top O Arm,Top.0..t5t..r 10 6-72 II Com..Corp. 52 C.ibg•rdlyemedo 20 LN 21 61085054311556 22 000d re cn,O.a..v. 20 COM* 31 Canty Seec..DA.tct dD i'.drl LI gown Cwpwfcc W610004 26.0.0 s 00 SI.04.50, 91 9.9.2.550W0i4r1 52 1 -tinct 6,A CO00 RFP#269-2017-028 Playground Equipment 65 Section 8 U.S. Communities Additional Provisions U.S. COMMUNITIES ADDITIONAL PROVISIONS MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement("Agreement'") is made between certain government agencies that execute a Lead Public Agency Certificate (collectively, "Lead Public Agencies")to be appended and made a part hereof and other government agencies ("Participating Public Agencies")that agree to the terms and conditions hereof through the U.S. Communities registration process and made a part hereof. RECITALS WHEREAS,after a competitive solicitation and selection process by Lead Public Agencies, in compliance with their own policies,procedures, rules and regulations, a number of suppliers (each,a"Contract Supplier") have entered into Master Agreements with Lead Public Agencies to provide a variety of goods, products and services based on national and international volumes(herein "Products and Services"); WHEREAS, Master Agreements are made available by Lead Public Agencies through U.S. Communities and provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the State of purchase; WHEREAS, the parties desire to comply with the requirements and formalities of any intergovernmental cooperative act, if applicable, to the laws of the State of purchase; WHEREAS, the parties hereto desire to conserve resources and reduce procurement cost; WHEREAS,the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of necessary Products and Services; NOW,THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties agree as follows: I. That each party will facilitate the cooperative procurement of Products and Services. 2. That the procurement of Products and Services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules and regulations that govern each party's procurement practices. 3. That the cooperative use of solicitations obtained by a party to this Agreement shall be in accordance with the terms and conditions of the solicitation, except as modification of those terms and conditions is otherwise allowed or required by applicable law. 4. That the Lead Public Agencies will make available, upon reasonable request and subject to convenience, information which may assist in improving the effectiveness, efficiency and economy of Participating Public Agencies' procurement of Products and Services. 5. That the Participating Public Agency will make timely payments to the Contract Supplier for Products and Services received in accordance with the terms and conditions of the procurement. Payment, inspections and acceptance of Products and Services ordered by the RFP#269-2017-028 Playground Equipment 66 Section 8 U.S. Communities Additional Provisions Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. Disputes between the Participating Public Agency and Contract Supplier are to be resolved in accord with the law and venue rules of the State of purchase. 6. The Participating Public Agency shall not use this Agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The Participating Public Agency is solely responsible for ordering, accepting, and paying and any other action, inaction or decision regarding the Products and Services obtained under this Agreement. A Lead Public Agency shall not be liable in any manner for any action or inaction or decisions taken by a Participating Public Agency. The Participating Public Agency shall, to the extent permitted by applicable law, hold the Lead Public Agency harmless from any liability that may arise from action or inaction of the Participating Public Agency. 8. The exercise of any rights or remedies by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. 9. This Agreement shall remain in effect until termination by a party giving thirty(30) days prior written notice to U.S. Communities at 2999 Oak Road, Suite 710, Walnut Creek, CA 94597. 10. This Agreement shall become effective after execution of the Lead Public Agency Certificate or Participating Public Agency registration, as applicable. RFP#269-2017-028 Playground Equipment 67 Section 8 U.S. Communities Additional Provisions STATE NOTICE ADDENDUM Pursuant to certain state notice provisions the following public agencies and political subdivisions of the referenced public agencies are eligible to access the contract award made pursuant to this solicitation.Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal for purposes of complying with the procedural requirements of said statutes: Nationwide: http://www.usa.zov/A2encies/Local Government/Cities.shtml Other states: State of Oregon, State of Hawaii, State of Washington AgencyName State COUNTY OF MAUI III Malama Honua Public Charter School HI Lanai Community Health Center HI ST JOHN THE BAPTIST HI Maui High Band Booster Club HI Waimanalo Elementary and HI Tri-Isle Resource Conservation and HI Intermediate School Development District Kailua High School HI Kumulani Chapel HI PACIFIC BUDDHIST ACADEMY HI Chamber of Commerce Hawaii HI HAWAII TECHNOLOGY H I Naalehu Assembly of God HI ACADEMY outrigger canoe club HI CONGREGATION OF CHRISTIAN HI One Kalakaua HI BROTHERS OF HAWAII, INC. Native Hawaiian Hospitality HI MARYKNOLL SCHOOL HI Association ISLAND SCHOOL HI St.Theresa School HI STATE OF HAWAII, DEPT. OF HI Hawaii Peace and Justice HI EDUCATION Kauai Youth Basketball Association HI KE KULA 0 S. M. KAMAKAU FII NA HALE 0 MAUI HI KAMEHAMEHA SCHOOLS llI LEEWARD HABITAT FOR HI HANAHAU'OLI SCHOOL HI HUMANITY KIHEI CHARTER SCHOOL HI WAIANAE COMMUNITY HI EMMANUAL LUTHERAN HI OUTREACH SCHOOL NA LEI ALOHA FOUNDATION HI School Lunch Program HI HAWAII FAMILY LAW CLINIC HI Ewa Makai Middle School HI DBA ALA KUOLA Our Savior Lutheran School HI BUILDING INDUSTRY H I BOARD OF WATER SUPPLY HI ASSOCIATION OF HAWAII MAUI COUNTY COUNCIL HI UNIVERSITY OF HAWAII HI Kauai County Council HI FEDERAL CREDIT UNION Honolulu Fire Department HI RFP#269-2017-028 Playground Equipment 68 Section 8 U.S. Communities Additional Provisions LANAKILA REHABILITATION HI Kipuka o Ke Ola HI CENTER INC. READ TO ME INTERNATIONAL HI POLYNESIAN CULTURAL HI FOUNDATION CENTER MAUI FAMILY YMCA HI CTR FOR CULTURAL AND TECH HI WAILUKU FEDERAL CREDIT HI INTERCHNG BETW EAST AND UNION WEST ST.THERESA CHURCH HI BISHOP MUSEUM HI HALE MAHAOLU HI ALOCHOLIC REHABILITATION HI SVS OF HI INC DBA HINA West Maui Community Federal HI MAUKA Credit Union ASSOSIATION OF OWNERS OF HI Hawaii Island Humane Society HI KUKUI PLAZA Western Pacific Fisheries Council HI MAUI ECONOMIC HI Kama'aina Care Inc HI DEVELOPMENT BOARD International Archaeological HI NETWORK ENTERPRISES,INC. HI Research Institute, Inc. HONOLULU HABITAT FOR HI Community Empowerment Resources HI HUMANITY Tutu and Me Traveling Preschool HI ALOHACARE HI First United Methodist Church HI OR!ANUENUE HALE,INC. HI United Chinese Society HI IUPAT,DISTRICT COUNCIL 50 HI Haggai Institue HI GOODWILL INDUSTRIES OF HI AOAO Royal Capitol Plaza HI HAWAII, INC. Kumpang Lanai HI HAROLD K.L.CASTLE HI Child and Family Service HI FOUNDATION MARINE SURF WAIKIKI, INC. HI MAUI ECONOMIC HI OPPORTUNITY,INC. Hawaii Health Connector HI EAH, INC. HI Hawaii Carpenters Market Recovery HI PARTNERS IN DEVELOPMENT HI Program Fund FOUNDATION Puu Heleakala Community HI HABITAT FOR HUMANITY MAUI HI Association W.M.KECK OBSERVATORY HI Saint Louis School HI HAWAII EMPLOYERS COUNCIL HI Kailua Racquet Club,Ltd. HI HAWAII STATE FCU HI Homewise Inc. HI MAUI COUNTY FCU HI Hawaii Baptist Academy HI PUNAHOU SCHOOL HI hoc Center Hawaii HI YMCA OF HONOLULU HI Kupu HI EASTER SEALS HAWAII HI University of the Nations HI AMERICAN LUNG ASSOCIATION HI ARGOSY UNIVERSITY HI Pohaha I Ka Lani HI HAWAII PACIFIC UNIVERSITY HI Hawaii Area Committee HI UNIVERSITY OF HAWAII AT HI MANOA Tri-Isle RC&D HI RESEARCH CORPORATION OF HI Lanai Federal Credit Union HI THE UNIVERSITY OF HAWAII Aloha United Way HI BRIGHAM YOUNG UNIVERSITY HI RFP#1269-2017-028 Playground Equipment 69 Section 8 U.S. Communities Additional Provisions -HAWAII Access University Clinical Research and HI Association CITY AND COUNTY OF HI CHAMINADE UNIVERSITY OF HI HONOLULU HONOLULU Lanai Youth Center HI Ricoh HI Silver Dolphin Bistro HI ROMAN CATHOLIC CHURCH IN HI Commander,Navy Region Hawaii HI THE STATE OF HAWAII US Navy H I Hawaii Information Consortium H I Defense Information System Agency H I Leeward Community Church HI 84th Engineer Battalion H I E Malama In Keiki 0 Lanai H I Department of Veterans Affairs H I Keawala'i Congregational Church HI Central School District I3J(Polk OR Lanai Community Hospital HI County,Oregon) Angels at Play Preschool& HI Milton-Freewater Unified School OR Kindergarten District No 7 Queen Emma Gardens AOAO HI Scappoose Adventist School OR FAMILY SUPPORT SERVICES OF HI Ontario School District 8C OR WEST HAWAII Trillium Charter School OR Honolulu Community College HI Echo School District OR COLLEGE OF THE MARSHALL HI Warrenton Hammond School OR ISLANDS Immanuel Lutheran School OR DOT Airports Division Hilo HI Columbia Academy OR International Airport VALLEY CATHOLIC SCHL OR Judiciary-State of Hawaii H I CROOK COUNTY SCHOOL OR ADMIN. SERVICES OFFICE HI DISTRICT SOH-JUDICIARY CONTRACTS HI CORBETT SCHL DIST#39 OR AND PURCH Trinity Lutheran Church and School OR STATE DEPARTMENT OF HI Bethel School District#52 OR DEFENSE OREGON CITY PUBLIC SCHL OR HAWAII CHILD SUPPORT HI Ppmc Education Committee OR ENFORCEMENT AGENCY Stayton Christian School OR HAWAII HEALTH SYSTEMS HI South Columbia Family School OR CORPORATION Sunrise Preschool OR HAWAII AGRICULTURE HI St.Therese Parish/School OR RESEARCH CENTER PINE-EAGLE SCHOOL DISTRICT OR STATE OF HAWAII HI 061 Third Judicial Circuit- State of HI Portland YouthBuilders OR Hawaii Wallowa County ESD OR State of Hawaii Department of HI Fern Ridge School District 28J OR Transportation Knova Learning OR Office of the Governor HI New Horizon Christian School OR State of Hawaii-Department of HI MOLALLA RIVER ACADEMY OR Health-Disability&Communication RFP#269-2017-028 Playground Equipment 70 Section 8 U.S. Communities Additional Provisions HIGH DESERT EDUCATION OR BAKER COUNTY SCHOOL DIST. OR SERVICE DISTRICT 16J -MALHEUR ESD St.Luke Catholic School OR HARNEY EDUCATION SERVICE OR SOUTHWEST CHARTER SCHOOL OR DISTRICT WHITEAKER MONTESSORI OR GREATER ALBANY PUBLIC OR SCHOOL SCHOOL DISTRICT CASCADES ACADEMY OF OR LAKE OSWEGO SCHOOL OR CENTRAL OREGON DISTRICT 7J NEAH-KAH-NIE DISTRICT NO.56 OR SOUTHERN OREGON OR INTER MOUNTAIN ESD OR EDUCATION SERVICE DISTRICT STANFIELD SCHOOL DISTRICT OR SILVER FALLS SCHOOL OR LA GRANDE SCHOOL DISTRICT OR DISTRICT St Helens School District OR CASCADE SCHOOL DISTRICT OR DAYTON SCHOOL DISTRICT OR DUFUR SCHOOL DISTRICT NO.29 OR NO.8 hillsboro school district OR Amity School District 4-J OR GASTON SCHOOL DISTRICT 511J OR SCAPPOOSE SCHOOL DISTRICT OR BEAVERTON SCHOOL DISTRICT OR 1J COUNTY OF YAMHILL SCHOOL OR REEDSPORT SCHOOL DISTRICT OR DISTRICT 29 FOREST GROVE SCHOOL OR WILLAMINA SCHOOL DISTRICT OR DISTRICT DAVID DOUGLAS SCHOOL OR MCMINNVILLE SCHOOL OR DISTRICT DISTRICT NO.40 LOWELL SCHOOL DISTRICT OR Sheridan School District 48J OR NO 71 THE CATLIN GABEL SCHOOL OR TIGARD-TUALATIN SCHOOL OR NORTH WASCO CTY SCHOOL OR DISTRICT DISTRICT 21 -CHENOWITH SHERWOOD SCHOOL DISTRICT OR CENTRAL CATHOLIC HIGH OR 88J SCHOOL RAINIER SCHOOL DISTRICT OR CANYONVILLE CHRISTIAN OR NORTH CLACKAMAS SCHOOL OR ACADEMY DISTRICT OUR LADY OF THE LAKE OR MONROE SCHOOL DISTRICT OR SCHOOL NO.1 J NYSSA SCHOOL DISTRICT NO. OR CHILDPEACE MONTESSORI OR 26 HEAD START OF LANE COUNTY OR ARLINGTON SCHOOL DISTRICT OR HARNEY COUNTY SCHOOL OR NO. 3 DIST.NO.3 LIVINGSTONE ADVENTIST OR NESTUCCA VALLEY SCHOOL OR ACADEMY DISTRICT NO.101 Santiam Canyon SD 129J OR ARCHBISHOP FRANCIS OR WEST HILLS COMMUNITY OR NORBERT BLANCHET SCHOOL CHURCH BANKS SCHOOL DISTRICT OR LEBANON COMMUNITY OR WILLAMETTE EDUCATION OR SCHOOLS N0.9 SERVICE DISTRICT MT.SCOTT LEARNING CENTERS OR SEVEN PEAKS SCHOOL OR RFP#269-2017-028 Playground Equipment 71 Section 8 U.S. Communities Additional Provisions DE LA SALLE N CATHOLIC HS OR GLIDE SCHOOL DISTRICT NO.12 OR MULTISENSORY LEARNING OR SOUTH UMPQUA SCHOOL OR ACADEMY DISTRICT#19 MITCH CHARTER SCHOOL OR YONCALLA SCHOOL DISTRICT OR REALMS CHARTER SCHOOL OR NO.32 BAKER SCHOOL DISTRICT 5-J OR ELKTON SCHOOL DISTRICT OR PHILOMATH SCHOOL DISTRICT OR N0.34 DOUGLAS COUNTY SCHOOL OR CLACKAMAS EDUCATION OR DISTRICT 116 SERVICE DISTRICT CANBY SCHOOL DISTRICT OR HOOD RIVER COUNTY SCHOOL OR DISTRICT OREGON TRAIL SCHOOL OR PHOENIX-TALENT SCHOOL OR DISTRICT NO.46 DISTRICT NO.4 WEST LINN WILSONVILLE OR CENTRAL POINT SCHOOL OR SCHOOL DISTRICT DISTRICT NO. b MOLALLA RIVER SCHOOL OR JACKSON CO SCHOOL DIST NO.9 OR DISTRICT NO.35 ROGUE RIVER SCHOOL OR ESTACADA SCHOOL DISTRICT OR DISTRICT NO.35 NO.108 MEDFORD SCHOOL DISTRICT OR GLADSTONE SCHOOL DISTRICT OR 549C ASTORIA SCHOOL DISTRICT IC OR CULVER SCHOOL DISTRICT NO. OR SEASIDE SCHOOL DISTRICT 10 OR JEFFERSON COUNTY SCHOOL OR NORTHWEST REGIONAL OR DISTRICT 5094 EDUCATION SERVICE DISTRICT GRANTS PASS SCHOOL OR VERNONIA SCHOOL DISTRICT OR DISTRICT 7 47J LOST RIVER JR/SR HIGH OR SOUTH COAST EDUCATION OR SCHOOL SERVICE DISTRICT KLAMATH FALLS CITY OR COOS BAY SCHOOL DISTRICT OR SCHOOLS NO.9 LANE COUNTY SCHOOL OR COOS BAY SCHOOL DISTRICT OR DISTRICT 4J NORTHSPRINGFIELD SCHOOL OR BEND SCHOOL OR DISTRICT N0.19 DISTRICT 13 COQUILLE SCHOOL DISTRICT 8 OR CRESWELL SCHOOL DISTRICT OR MYRTLE POINT SCHOOL OR SOUTH LANE SCHOOL DISTRICT OR 45J3 DISTRICT NO.41 LANE COUNTY SCHOOL OR BANDON SCHOOL DISTRICT OR DISTRICT 69 BROOKING HARBOR SCHOOL OR SIUSLAW SCHOOL DISTRICT OR DISTRICT NO.17-C SWEET HOME SCHOOL OR REDMOND SCHOOL DISTRICT OR DISTRICT NO.55 DESCHUTES COUNTY SD NO.6- OR LINN CO. SCHOOL DIST.95C - OR SISTERS SD SCIO SD DOUGLAS EDUCATION SERVICE OR ONTARIO MIDDLE SCHOOL OR DISTRICT GERVAIS SCHOOL DIST.#1 OR ROSEBURG PUBLIC SCHOOLS OR NORTH SANTIAM SCHOOL OR DISTRICT 29J RFP#269-2017-028 Playground Equipment 72 Section 8 U.S. Communities Additional Provisions JEFFERSON SCHOOL DISTRICT OR Vale School District No. 84 OR SALEM-KEIZER PUBLIC OR St. Mary School OR SCHOOLS Junction City High School OR MT.ANGEL SCHOOL DISTRICT OR Three Rivers School District OR NO.91 Fern Ridge School District OR MARION COUNTY SCHOOL OR DISTRICT 103-WASHINGTON ES JESUIT HIGH SCHL EXEC OFC OR MORROW COUNTY SCHOOL OR LASALLE HIGH SCHOOL OR DISTRICT Southwest Christian School OR MULTNOMAH EDUCATION OR Willamette Christian School OR SERVICE DISTRICT Westside Christian High School OR GRESHAM-BARLOW SCHOOL OR CS LEWIS ACADEMY OR DISTRICT Portland America School OR DALLAS SCHOOL DISTRICT NO. OR Forest Hills Lutheran School OR 2 Mosier Community School OR CENTRAL SCHOOL DISTRICT 13J OR St. Mary Catholic School OR Koreducators Lep High OR CROSSROADS CHRISTIAN OR Warrenton Hammond School District OR SCHOOL Sutherlin School District OR ST.ANTHONY SCHOOL OR Malheur Elementary School District OR Pedee School OR Ontario School District OR HERITAGE CHRISTIAN SCHOOL OR Parkrose School District 3 OR BEND-LA PINE SCHOOL OR Riverdale School District 51J OR DISTRICT Tillamook School District OR GLENDALE SCHOOL DISTRICT OR Madeleine School OR LINCOLN COUNTY SCHOOL OR Union School District OR DISTRICT Helix School District OR PORTLAND PUBLIC SCHOOLS OR REYNOLDS SCHOOL DISTRICT OR Riddle School District OR CENTENNIAL SCHOOL DISTRICT OR Ashbrook Independent School OR NOBEL LEARNING OR Molalla River School District OR COMMUNITIES Corvallis School District 509J OR St. Stephen's Academy OR Falls City School District#57 OR McMinnville Adventist Christian OR Portland Christian Schools OR School LUCKIAMUTE VALLEY OR Salem-Keizer 24J OR CHARTER SCHOOLS McKay High School OR Insight School of Oregon Painted OR Pine Eagle Charter School OR Hills Waldo Middle School OR Deer Creek Elementary School OR OAKLAND SCHOOL DISTRICT OR Yamhill Carlton School District OR 001 COLTON SCHL DIST 53 OR hermiston school district OR HARRISBURG SCHL DIST OR Clear Creek Middle School OR CENTRAL CURRY SCHL DIST#l OR Marist High School OR BNAI BRITH CAMP OR Victory Academy OR OREGON FOOD BANK OR RFP#269-2017-028 Playground Equipment 73 Section 8 U.S. Communities Additional Provisions HOSANNA CHRISTIAN SCHL OR GILLIAM COUNTY OREGON OR ABIQUA SCHL OR UMATILLA COUNTY,OREGON OR Salem keizar school district OR DOUGLAS ELECTRIC OR Scio High School OR COOPERATIVE, INC. Athena Weston School District 29RJ OR MULTNOMAH LAW LIBRARY OR Butte Falls School District OR clackamas county OR Bend International School OR CLATSOP COUNTY OR Imbler School District#11 OR COLUMBIA COUNTY,OREGON OR monument school OR coos county OR PENDLETON SCHOOL DISTRICT OR CROOK COUNTY ROAD OR #16R DEPARTMENT Ohara Catholic School OR CURRY COUNTY OREGON OR MARCOLA SCHOOL DISTRICT OR DESCHUTES COUNTY OR 079J GILLIAM COUNTY OR LINN-BENTON-LINCOLN ESD OR GRANT COUNTY,OREGON OR Reynolds High School OR HARNEY COUNTY SHERIFFS OR St. Paul School District OR OFFICE Sabin-Schellenberg Technical Center OR HOOD RIVER COUNTY OR St Paul Parish School OR jackson county OR Joseph School District OR josephine county OR EagleRidge High School OR klamath county OR Grant Community School OR LANE COUNTY OR Hope chinese charter OR LINN COUNTY OR Northwest Academy OR MARION COUNTY,SALEM, OR Sunny Wolf Charter School OR OREGON MULTNOMAH COUNTY OR MCKENZIE SCHOOL DISTRICT OR SHERMAN COUNTY OR 068 L'Etoiile French Immersion School OR WASCO COUNTY OR LA GRANDE SCHOOL DISTRICT OR YAMHILL COUNTY OR 001 WALLOWA COUNTY OR FOSSIL SCHOOL DISTRICT 21J OR ASSOCIATION OF OREGON OR Marist Catholic High School OR COUNTIES Springfield Public Schools OR NAMI LANE COUNTY OR Elgin school dist. OR BENTON COUNTY OR PLEASANT HILL SalDIST#1 OR DOUGLAS COUNTY OR Ukiah School District 80R OR JEFFERSON COUNTY OR Lake Oswego Montessori School OR LAKE COUNTY OR North Powder Charter School OR LINCOLN COUNTY OR Siletz Valley School OR POLK COUNTY OR French American School OR UNION COUNTY OR Mastery Learning Institute OR WASHINGTON COUNTY OR North Lake School District 14 OR MORROW COUNTY OR Early College High School OR Mckenzie Personnel Services OR RFP#269-2017-028 Playground Equipment 74 Section 8 U.S. Communities Additional Provisions Washington County Facilities& Park OR Bend Elks Lodge 1371 OR Services Friendly House, Inc. OR Multnomah County Department of OR Klamath Siskiyou Wildlands Center OR Community Justice Grants Pass Seventh-day Adventist OR NORCOR Juvenile Detention OR Church Tillamook County Estuary OR Corvallis Waldorf School OR Job Council OR Farmworkers Housing Development OR BAKER CNTY GOVT OR Corporation TILLAMOOK CNTY OR World Forestry Center OR Multnomah County Dept of County OR Adapt OR Assets Kid Time OR Wheeler County OR Oregon Farm Bureau OR Clackamas County Service District # OR Mt Emily Safe Center OR 1/Tri-City Service District Salem First Presbyterian Church OR Resource Connections of Oregon OR Rolling Hills Baptist Church OR Lane County Sheriffs Office OR Baker Elks OR Clatsop County Sheriffs Office OR Gates Community Church of Christ OR Harney County Community OR PIP Corps LLC OR Corrections Turtle Ridge Wildlife Center OR Grant County Economic OR Grande Ronde Model Watershed OR Developement Foundation Clackamas County Juvenile Dept OR Columbia Basin Care Facility ORWestern Environmental Law Center OR City of Seaside Police Department OR Oregon District 7 Little League OR Tamarack Aquatic Center OR Mercy Flights,Inc. OR Seven Feathers Casino OR Metropolitan Contractor OR Oliver P Lent PTA OR Improvement Partnership Willamette Valley Rehab Center OR The Christian Church of Hillsboro OR Oregonb St Paul Baptist Church OR Long Tom Watershed Council OR Congregation Neveh Shalom OR San Martin Deporres Catholic Church OR My Fathers House OR Portland Parks Foundation OR Step Forward Activities Inc OR Sweet Home United Methodist OR HHoly Trinity Greek Orthodox OR Church Cathedral Cedar Hills Baptist Church OR MECOP Inc. OR Good Samaritan Ministries OR Workforce Northwest Inc OR Unitarian Universalist Church in OR Lane Arts Council OR Eugene Building Healthy Family OR Emmanuel Bible Church OR Intergral Youth Services OR Portland Community Media OR Children Center At Trinity OR La Pine Chamber of Commerce OR Beaverton Christians Church OR Stone Creek Christian Church OR Oregon Humanities OR Rogue Valley Youth Football OR St. Pius X School OR RFP#269-2017-028 Playground Equipment 75 Section 8 U.S. Communities Additional Provisions Community Connection of Northeast OR REDMOND PROFICIENCY OR Oregon, Inc. ACADEMY St Mark Presbyterian Church OR OHSU FOUNDATION OR Living Opportunities,Inc. OR SHELTERCARE OR Coos Art Museum OR PRINGLE CREEK SUSTAINABLE OR OETC OR LIVING CENTER Blanchet House of Hospitality OR PACIFIC INSTITUTES FOR OR Garten Services Inc OR RESEARCH Mental Health for Children, Inc. OR Incite Incorporated OR The Dreaming Zebra Foundation OR Merchants Exchange of Portland, OR LAUREL HILL CENTER OR Oregon THE OREGON COMMUNITY OR Coalition for a Livable Future OR FOUNDATION West Salem United Methodist OR OCHIN OR Central Oregon Visitors Association OR WE CARE OREGON OR Soroptimist International of Gold OR SE WORKS OR Beach,OR ENTERPRISE FOR EMPLOYMENT OR Real Life Christian Church OR AND EDUCATION Dayton Christian Church OR OMNIMEDIX INSTITUTE OR Delphian School OR PORTLAND BUSINESS OR AVON OR ALLIANCE EPUD-Emerald People's Utility OR GATEWAY TO COLLEGE OR District NATIONAL NETWORK Human Solutions, Inc. OR FOUNDATIONS FOR A BETTER OR The Wallace Medical Concern OR OREGON Boys&Girls Club of Salem,Marion OR GOAL ONE COALITION OR &Polk Counties ATHENA LIBRARY FRIENDS OR The Ross Ragland Theater and OR ASSOCIATION Cultural Center Coastal Family Health Center OR Cascade Health Solutions OR CENTER FOR COMMUNITY OR Umpqua Community Health Center OR CHANGE ALZHEIMERS NETWORK OF OR STAND FOR CHILDREN OR OREGON ST.VINCENT DEPAUL OF LANE OR NATIONAL WILD TURKEY OR COUNTY FEDERATION EAST SIDE FOURSQUARE OR TILLAMOOK ESTUARIES OR CHURCH PARTNERSHIP CORVALLIS MOUNTAIN OR LIFEWORKS NW OR RESCUE UNIT Independent Development Enterprise OR InventSuccess OR Alliance SHERIDAN JAPANESE SCHOOL OR MID-WILLAMETTE VALLEY OR FOUNDATION COMMUNITY ACTION AGENCY, The Blosser Center for Dyslexia OR INC Resources HALFWAY HOUSE SERVICES, OR MOSAIC CHURCH OR INC. RFP#269-2017-028 Playground Equipment 76 Section 8 U.S. Communities Additional Provisions HOUSING AUTHORITY OF OR OREGON MUSUEM OF SCIENCE OR LINCOLN COUNTY AND INDUSTRY RENEWABLE NORTHWEST OR FIRST UNITARIAN CHURCH OR PROJECT ST. ANTHONY CHURCH OR INTERNATIONAL SUSTAINABLE OR Good Shepherd Medical Center OR DEVELOPMENT FOUNDATION Salem Academy OR CONSERVATION BIOLOGY OR GEN CONF OF SDA CHURCH OR INSTITUTE WESTERN OR THE NATIONAL ASSOCIATION OR OF CREDIT MANAGEMENT- PORTLAND ADVENTIST OR OREGON, INC. ACADEMY BLACHLY LANE ELECTRIC OR ST VINCENT DE PAUL OR COOPERATIVE OUTSIDE IN OR MORNING STAR MISSIONARY OR UNITED CEREBRAL PALSY OF OR BAPTIST CHURCH OR AND SW WA NORTHWEST FOOD OR WILLAMETTE VIEW INC. OR PROCESSORS ASSOCIATION PORTLAND HABILITATION OR INDEPENDENT INSURANCE OR CENTER, INC. AGENTS AND BROKERS OF OREGON STATE UNIVERSITY OR OREGON ALUMNI ASSOCIATION OREGON EDUCATION OR ROSE VILLA, INC. OR ASSOCIATION NORTHWEST LINE JOINT OR HEARING AND SPEECH OR APPRENTICESHIP&TRAINING INSTITUTE INC COMMITTEE SALEM ELECTRIC OR MORRISON CHILD AND FAMILY OR BOYS AND GIRLS CLUBS OF OR SERVICES PORTLAND METROPOLITAN JUNIOR ACHIEVEMENT OR AREA ROGUE FEDERAL CREDIT OR CENTRAL BIBLE CHURCH OR UNION MID COLUMBIA MEDICAL OR Oregon Research Institute OR CENTER-GREAT'N SMALL WILLAMETTE LUTHERAN OR TRILLIUM FAMILY SERVICES, OR HOMES, INC INC. LANE MEMORIAL BLOOD BANK OR YWCA SALEM OR PORTLAND JEWISH ACADEMY OR PORTLAND ART MUSEUM OR LANECO FEDERAL CREDIT OR SAINT JAMES CATHOLIC OR UNION CHURCH GRANT PARK CHURCH OR SOUTHERN OREGON HUMANE OR ST. MARYS OF MEDFORD, INC. OR SOCIETY US CONFERENCE OF OR VOLUNTEERS OF AMERICA OR MENONNITE BRETHREN OREGON CHURCHES CENTRAL DOUGLAS COUNTY OR FAITHFUL SAVIOR MINISTRIES OR FAMILY YMCA OREGON CITY CHURCH OF THE OR METROPOLITAN FAMILY OR NAZARENE SERVICE OREGON COAST COMMUNITY OR RFP#269-2017-028 Playground Equipment 77 Section 8 U.S. Communities Additional Provisions ACTION HELP NOW! ADVOCACY OR EDUCATION NORTHWEST OR CENTER COMMUNITY ACTION TEAM, OR TENAS ILLAHEE CHILDCARE OR INC CENTER EUGENE SYMPHONY OR SUNRISE ENTERPRISES OR ASSOCIATION, INC. LOOKING GLASS YOUTH AND OR STAR OF HOPE ACTIVITY OR FAMILY SERVICES CENTER INC. SERENITY LANE OR SPARC ENTERPRISES OR EAST HILL CHURCH OR SOUTHERN OREGON CHILD OR LA GRANDE UNITED OR AND FAMILY COUNCIL,INC. METHODIST CHURCH SALEM ALLIANCE CHURCH OR COAST REHABILITATION OR Lane Council of Governments OR SERVICES FORD FAMILY FOUNDATION OR Edwards Center Inc OR TRAILS CLUB OR ALVORD-TAYLOR OR NEWBERG FRIENDS CHURCH OR INDEPENDENT LIVING WOODBURN AREA CHAMBER OR SERVICES OF COMMERCE NEW HOPE COMMUNITY OR CHURCH CONTEMPORARY CRAFTS OR KLAMATH HOUSING OR MUSEUM AND GALLERY AUTHORITY CITY BIBLE CHURCH OR QUADRIPLEGICS UNITED OR OREGON LIONS SIGHT& OR AGAINST DEPENDENCY, INC. HEARING FOUNDATION SPONSORS, INC. OR PORTLAND WOMENS CRISIS OR COLUMBIA COMMUNITY OR LINE MENTAL HEALTH THE SALVATION ARMY- OR ADDICTIONS RECOVERY OR CASCADE DIVISION CENTER,INC WILLAMETTE FAMILY OR METRO HOME SAFETY REPAIR OR WHITE BIRD CLINIC OR PROGRAM GOODWILL INDUSTRIES OF OR OREGON SUPPORTED LIVING OR LANE AND SOUTH COAST PROGRAM COUNTIES SOUTH COAST HOSPICE,INC. OR PLANNED PARENTHOOD OF OR ALLFOURONE/CRESTVIEW OR SOUTHWESTERN OREGON CONFERENCE CTR. HOUSING NORTHWEST OR The International School OR OREGON ENVIRONMENTAL OR REBUILDING TOGETHER- OR COUNCIL PORTLAND INC. MEALS ON WHEELS PEOPLE, OR PENDLETON ACADEMIES OR INC. PACIFIC FISHERY OR FAITH CENTER OR Bob Belloni Ranch, Inc. OR MANAGEMENT COUNCIL GOOD SHEPHERD OR DOGS FOR THE DEAF, INC. OR COMMUNITIES PUBLIC DEFENDER SERVICES OR SACRED HEART CATHOLIC OR OF LANE COUNTY, INC. DAUGHTERS RFP#269-2017-028 Playground Equipment 78 Section 8 U.S. Communities Additional Provisions EMMAUS CHRISTIAN SCHOOL OR PREGNANCY RESOUCE OR DELIGHT VALLEY CHURCH OF OR CENTERS OF GRETER CHRIST PORTLAND SAINT CATHERINE OF SIENA OR ELMIRA CHURCH OF CHRIST OR CHURCH JASPER MOUNTAIN OR PORT CITY DEVELOPMENT OR ACUMENTRA HEALTH OR CENTER WORKSYSTEMS INC OR VIRGINIA GARCIA MEMORIAL OR COVENANT CHRISTIAN HOOD OR HEALTH CENTER RIVER CENTRAL CITY CONCERN OR OREGON DONOR PROGRAM OR CANBY FOURSQUARE CHURCH OR NAMI OREGON OR EMERALD PUD OR OLIVET BAPTIST CHURCH OR VERMONT HILLS FAMILY LIFE OR SILVERTON AREA COMMUNITY OR CENTER AID BENTON HOSPICE SERVICE OR CONFEDERATED TRIBES OF OR INTERNATIONAL SOCIETY FOR OR GRAND RONDE TECHNOLOGY IN EDUCATION NEIGHBORIMPACT OR COMMUNITY CANCER CENTER OR CATHOLIC COMMUNITY OR OPEN MEADOW ALTERNATIVE OR SERVICES SCHOOLS, INC. NEW AVENUES FOR YOUTH INC OR CASCADIA BEHAVIORAL OR LA CLINICA DEL CARINO OR HEALTHCARE FAMILY HEALTH CARE CENTER WILD SALMON CENTER OR DECISION SCIENCE RESEARCH OR BROAD BASE PROGRAMS INC. OR INSTITUTE, INC. SUNNYSIDE FOURSQUARE OR WESTERN STATES CENTER OR CHURCH HIV ALLIANCE, INC OR TRAINING EMPLOYMENT OR PARTNERSHIPS IN COMMUNITY OR CONSORTIUM LIVING, INC. RELEVANT LIFE CHURCH OR 211INFO OR FANCONI ANEMIA RESEARCH OR SONRISE CHURCH OR FUND INC. LIVING WAY FELLOWSHIP OR BLIND ENTERPRISES OF OR Women's Safety&Resource Center OR OREGON SEXUAL ASSAULT RESOURCE OR OREGON BALLET THEATRE OR CENTER SMART OR IRCO OR All God's Children International OR NORTHWEST YOUTH CORPS OR FARMWORKER HOUISNG DEV OR TILLAMOOK CNTY WOMENS OR CORP CRISIS CENTER UMPQUA COMMUNITY OR DEVELOPMENT CORPORATION SECURITY FIRST CHILD OR REGIONAL ARTS AND CULTURE OR DEVELOPMENT CENTER COUNCIL CLASSROOM LAW PROJECT OR THE EARLY EDUCATION OR YOUTH GUIDANCE ASSOC. OR PROGRAM, INC. MACDONALD CENTER OR RFP#269-2017-028 Playground Equipment 79 Section 8 U.S. Communities Additional Provisions EVERGREEN AVIATION OR WORD OF LIFE COMMUNITY OR MUSEUM AND CAP. MICHAEL CHURCH KING. SOCIAL VENTURE PARTNERS OR SELF ENHANCEMENT INC. OR PORTLAND FRIENDS OF THE CHILDREN OR OREGON PROGRESS FORUM OR SOUTH LANE FAMILY NURSERY OR CENTER FOR RESEARCH TO OR DBA FAMILY RELIEF NURSE PRACTICE COMMUNITY VETERINARY OR WESTERN RIVERS OR CENTER CONSERVANCY PORTLAND SCHOOLS OR UNITED WAY OF THE OR FOUNDATION COLUMBIA WILLAMETTE SUSTAINABLE NORTHWEST OR EUGENE BALLET COMPANY OR OREGON DEATH WITH DIGNITY OR EAST WEST MINISTRIES OR BIRCH COMMUNITY SERVICES, OR INTERNATIONAL INC. SISKIYOU INITIATIVE OR BAY AREA FIRST STEP, INC. OR EDUCATIONAL POLICY OR OSLC COMMUNITY PROGRAMS OR IMPROVEMENT CENTER EN AVANT,INC. OR North Pacific District of Foursquare OR ASHLAND COMMUNITY OR Churches HOSPITAL CATHOLIC CHARITIES OR NORTHWEST ENERGY OR FIRST CHURCH OF THE OR EFFICIENCY ALLIANCE NAZARENE BONNEVILLE ENVIRONMENTAL OR WESTSIDE BAPTIST CHURCH OR FOUNDATION Housing Development Center OR SUMMIT VIEW COVENANT OR Hoodview Christian Church OR CHURCH Child Evangelism Fellowship OR SALMON-SAFE INC. OR Little Promises Chlildren's Program OR BETHEL CHURCH OF GOD OR UNION GOSPEL MISSION OR PROVIDENCE HOOD RIVER OR GRACE BAPTIST CHURCH OR MEMORIAL HOSPITAL SAINT ANDREW NATIVITY OR COMMUNITY ACTION OR ORGANIZATION SCHOOL BARLOW YOUTH FOOTBALL OR OUTSIDE IN OR SPOTLIGHT THEATRE OF OR MAKING MEMORIES BREAST OR PLEASANT HILL CANCER FOUNDATION, INC. FAMILIES FIRST OF GRANT OR ELAW OR COUNTY,INC. COMMUNITY HEALTH CENTER, OR TOUCHSTONE PARENT OR INC ORGANIZATION Greater Portland INC OR CANCER CARE RESOURCES OR Eugene Builders Exchange OR CASCADIA REGION GREEN OR Boys& Girls Club of Corvallis OR BUILDING COUNCIL Southeast Uplift Neighborhood OR SHERMAN DEVELOPMENT OR Coalition LEAGUE, INC. First United Presbyterian Church OR SC1ENCEWORKS OR PDX Wildlife OR RFP#269-2017-028 Playground Equipment 80 Section 8 U.S. Communities Additional Provisions Friends of the Opera House OR Northwest Habitat Institute OR Jackson-Josephine 4-C Council OR Winding Waters Medical Clinic OR North Coast Family Fellowship OR First Baptist Church OR P E C I OR The Nature Conservancy,Willamette OR Childswork Learning Center OR Valley Field Office Portland Schools Alliance OR Serenity Lane Health Services OR New Artists Performing Arts OR Portland Community Reinvestment OR Productions, Inc. Initiatives, Inc. Relief Nursery OR Christians As Family Adovates OR St. Mary's Episcopal Church OR GeerCrest Farm&Historical Society OR Viking Sal Senior Center OR College United Methodist Church OR Boys and Girls Club of the rogue OR The Collins Foundation OR valley Prince of Peace Lutheran Church & OR Lincoln City Chamber of Commerce OR School DrupalCon Inc.,DBA Drupal OR NEDCO OR Association Albany Partnership for Housing and OR Salem Evangelical Church OR Community Development Wild Lilac Child Development OR SEED OF FAITH MINISTRIES OR Community Hermiston Christian Center& School OR Daystar Education, Inc. OR SALEM FREE CLINICS OR Oregon Social Learning Center OR Dress for Success Oregon OR Pain Society of Oregon OR Beaverton Rock Creek Foursquare OR environmental law alliance worldwide OR Church Community in Action OR St Paul Catholic Church OR Safe Harbors OR St Mary's Catholic School and Parish OR FIRST CHRISTIAN CHURCH OR Polk Soil and Water Conservation OR Pacific Classical Ballet OR District Depaul Industries OR Street Ministry OR African American Health Coalition OR La Grande Church of the Nazarene OR Jesus Prayer Book OR Spruce Villa, Inc. OR Coalition Of Community Health OR OREGON SCHOOL BOARDS OR River Network OR ASSOCIATION CCI Enterprises Inc OR House of Prayer for All Nations OR Oregon Nurses Association OR Sacred Heart Catholic Church OR GOODWILL INDUSTRIES OF THE OR African American Health Coaliton, OR COLUMBIA WILLAMETTE Inc. Mount Angel Abbey OR Happy Canyon Company OR YMCA OF ASHLAND OR Village Home Education Resource OR YMCA OF COLUMBIA- OR Center WILLAMETTE ASSOCIATION Monet's Children's Circle OR SERVICES Multnomah Law Library OR Cascade Housing Association OR Friends Of Tryon Creek State P OR Dayspring Fellowship OR RFP#269-2017-028 Playground Equipment 81 Section 8 U.S. Communities Additional Provisions Ontrack Inc. OR Grace Chapel OR Calvin Presbyterian Church OR CHILDREN'S MUSEUM 2ND OR HOLT INTL CHILD OR Solid Rock OR St John The Baptist Catholic OR West Chehalem Friends Church OR Portland Foursquare Church OR Guide Dogs For The Blind OR Portland Christian Center OR Aldersgate Camps and Retreats OR Church Extension Plan OR St. Katherine's Catholic Church OR Occu Afghanistan Relief Effort OR The Alliance NW of the Christian & OR EUGENE FAMILY YMCA OR Missionary Alliance Christ The King Parish and School OR Bags of Love OR Newberg Christian Church OR Grand View Baptist Church OR First United Methodist Church OR Green Electronics Council OR Zion Lutheran Church OR Scottish Rite OR Southwest Bible Church OR Western Wood Products Association OR Community Works Inc OR THE NEXT DOOR OR Masonic Lodge Pearl 66 OR NATIONAL PSORIASIS OR Molalla Nazarene Church OR FOUNDATION Transition Projects,Inc OR NEW BEGINNINGS CHRISTIAN OR St Michaels Episcopal Church OR CENTER HIGHLAND UNITED CHURCH OF OR Saint Johns Catholich Church OR CHRIST Access Inc OR OREGON REPERTORY SINGERS OR Community Learning Center OR HIGHLAND HAVEN OR Old Mill Center for Children and OR FAIR SHARE RESEARCH AND OR Families EDUCATION FUND Sunny Oaks Inc OR Oregon Satsang Society,Inc.,A OR Hospice Center Bend La Pine OR chartered Affiliate of ECKANKAR , Westside Foursquare Church OR ECKA Relief Nursery Inc OR First Baptist Church of Enterprise OR Morning Star Community Church OR The Canby Center OR MULTNOMAH DEFENDERS INC OR REDMOND FIRE& RESCUE OR Providence Health System OR Instituto de Cultura y Arte In Xochitl OR In Cuicatl Holy Trinity Catholic Church OR Holy Redeemer Catholic Church OR McKenzie Personnel Systems OR Alliance Bible Church OR OSLC COMMUNITY PROGRAMS OR OCP CARE OREGON OR Oregon Nikkei Endowment OR Mid Columbia Childrens Council OR Grace Community Church OR HUMANE SOCIETY OF OR Eastern Oregon Alcoholism OR REDMOND Foundation Our Redeemer Lutheran Church OR Grantmakers for Education OR Kbps Public Radio OR The Spiral Gallery OR Skyball Salem Keizer Youth Bas OR The ALS Association Oregon and SW OR Open Technology Center OR Washington Chapter RFP#269-2017-028 Playground Equipment 82 Section 8 U.S. Communities Additional Provisions Children's Relief Nursery OR LUKE DORF INC OR Home Builders OR FAMILY CARE INC OR New Life Baptist Church OR MEDICAL TEAMS INTL OR Feral Cat Awareness Team OR Clean Slate Canine Rescue& OR Florence United Methodist Church OR Rehabilitation World of Speed OR St. Martins Episcopal church OR SW Community Health Center OR Food for Lane County OR Energy Trust of Oregon OR Clatsop Behavioral Healthcare OR St.Vincent de Paul Church OR columbia gorge discovery center and OR Fr. Bernard Youth Center OR museum Oregon Psychoanalytic Center OR NAMI of Washington County OR Store to Door OR American Legion Aloha Post 104 OR Oregon Translational Research and OR The Dalles Art Association OR Development Insitute Temple Beth Israel OR Depaul Industries OR Willamette Leadership OR OUR LADY OF PERPETUAL HELP OR Academy/Pioneer Youth Corps Of CATHOLIC CHURCH ALBANY Oregon OREGON Rose Haven OR SELCO Community Credit Union OR Dallas Church OR Prairie Baptist Church OR OREGON STATE UNIVERSITY OR North Coast Christian Church OR BOOKSTORE INC Union County Economic OR NORTH WILLAMETTE VALLEY OR Development Corp. HABITAT FOR HUMANITY Camelto Theatre Company OR FAIRFIELD BAPTIST CHURCH OR Camp Fire Columbia OR Sexual Assault Support Services OR TAKE III OUTREACH OR Neskowin Valley School OR Rolling Hills Community Church OR RON WILSON CENTER FOR OR Eugene Swim and Tennis Club OR EFFECTIVE LIVING INC Summa Institute OR St.Joseph Shelter OR Amani Center OR The Inn Home for Boys,Inc.9138 OR Billy Webb Elks lodge#1050 OR MCKENZIEWATERSHED OR Silverton Senior Center OR COUNCIL First Evangelical Presbyterian Church OR Opportunity Connections OR of Oregon City MENNONITE HOME OF ALBANY OR Joyful Servant Lutheran Church OR INC Sandy Seventh-day Adventist Church OR Oregon Technical Assistance OR Muddy Creek Charter School OR Corporation A FAMILY FOR EVERY CHILD OR Oregon And Southern Idaho Laborers OR 1000 FRIENDS OF OREGON OR Employers Training School OREGON PEDIATRIC SOCIETY OR New Life Fellowship Church of God OR NONPROFIT ASSOCIATION OF OR Gladstone Senior Center OR OREGON Education Travel&Culture, Inc. OR RFP#269-2017-028 Playground Equipment 83 Section 8 U.S. Communities Additional Provisions Rural Development Initiatives OR The Church of Christ of Latter Day OR Jason Lee Manor/UMRC OR Saints Jesus Pursuit Church OR Cascade Height Public Charter OR YMCA of Marion and Polk Counties OR School PTA PacificSource Health OR G.O.B.H.I OR Faith Christian Fellowship OR Association of Oregon Corrections OR Brookings Elks Lodge OR EMployees,Inc. Tualatin Lacrosse Club OR A Jesus Church Family OR Tillamook Seventh Day Adventist OR 300 Main Inc OR Church Southwestern Oregon Public OR Oregon Jewish Community OR Defender Services, Inc. Foundation Albertina Kerr Centers OR East River Fellowship OR Dufur Christian Church OR Holy Family Academy OR St. Matthew Catholic School OR FIRST BAPTIST CHURCH OF OR Serendipity Center Inc OR EUGENE Yellowhawk Tribal Health OR PORTLAND METRO OR RESIDENTIAL SERVICES CASA of Marion County OR Peace Lutheran Church OR Oregoinans for Food& Shelter OR Living Word Christian Center OR Westside Church of Christ Inc OR Housing Authority of Douglas OR Northwest Family Services OR County Network Charter School OR Vietnamese Christian Community OR Ride Connecton OR Church Parenting Now! OR Forest Park Conservancy OR Christian Church of Woodburn OR Friends for Animals OR Verde OR Family Building Blocks OR Native American Youth and Family OR Goodwill Industries of Lane and OR Center Early College Academy South Coast USO Northwest OR Agia Sophia Academy OR Norkenzie Christian Church OR Friends of Driftwood Library OR Little Flower Development Center OR Consumers Power Inc. OR TLO Farms OR A. C.Gilbert's Discovery Village OR Evergreen Wings and Waves OR First Lutheran Church of Astoria OR Ascension Episcopal Parish OR Fund For Christian Charity OR Center for Family Development OR Deer Meadow Assisted Living OR West Salem Foursquare Church OR Oregon Laborers-Employer OR Good Samaritan Ministry OR Administrative Fund, LLC Grace Lutheran Church of Molalla OR Umpqua Basin Water Association OR Trinity Lutheran OR Alpha Lambda House Corporation OR HOPE LUTHERAN CHURCH OR St John Fisher Catholic Church OR Mount Pisgah Arboretum OR Portland Oregon Redeemer Lutheran Church OR Eugene Creative Care OR Disjecta Contemporary Art Center OR RFP#269-2017-028 Playground Equipment 84 Section 8 U.S. Communities Additional Provisions Korean Central Covenant Church of OR Smith Memorial Presbyterian Church OR Eugene Western Arts Alliance OR Yankton Baptist Church OR Youth Dynamics OR BioGift Anatomical OR Ashland Art Center OR Lower Columbia Estuary Partnership OR Apostolic Church of Jesus Christ OR Mt Hood Hospice OR DOUGLAS FOREST PROTECTIVE OR Opportunity Foundation of central OR Oregon Lyme Disease Network OR Oregon Ecotrust OR Constructing Hope OR SPECIAL MOBILITY SERVICES OR Sprinkfield Elks#2145 OR Bethlehem Christian Pre-School OR Abuse Recovery Ministry& Services OR Historical Outreach Foundation OR Oasis Shelter Home OR Teras Interventions and Counseling OR ST HENRYS CHURCH OR Inc Nehalem Bay House OR Brooklyn Primary PTO OR UNITED METHODIST CHURCH OR Mountain View Academy OR p:ear OR Salem Area Chamber of Commerce OR Health Share of Oregon OR First Congregational Chrch OR St. Peter Catholic Church OR OREGON STATE FAIR OR Mid Willamette Valley Community OR Tri-County Chamber of Commerce OR Action Inc Ronald McDonald House Charities of OR A Hope For Autism Foundation OR Oregon& Southwest Washington NW Sport Fishing OR Center for Human Development OR Breast Friends OR SafeHaven Humane Society OR SEPTL Southeast Portland Tool OR Rainier Assembly of God OR Library Kids Unllimited Academy OR EUGENE CHRISTIAN OR Cappella Romana OR FELLOWSHIP Bridges to Change OR National Christian Community OR DePaul Treatment Centers,Inc. OR Foundation Ministerio International Casa OR Legal Aid Services of Oregon LITC OR New Paradise Worship Center OR Willamette Valley Babe Ruth OR Mission Increase Foundation OR Center For Continuous Improvement OR Curry Public Transit Inc OR Northwest Center for Alternatives to OR THREE RIVERS CASINO OR Pesticides Brookings Harbor Christian School OR Junction City/Harrisburg/Monroe OR Bethesda Lutheran Church OR Habitat for Humanity Legacy Mt. Hood Medical Center OR The Followers of Christ Church of OR Adelante Mujeres OR Oregon City Yamhill Community Care OR SEIU Local 49 OR Organization Emerald Media Group OR Portland Japanese Garden OR West Hills Christian School OR The Madeleine Parish OR Trillium Sprigs OR The Tucker-Maxon Oral School OR RFP#269-2017-028 Playground Equipment 85 Section 8 U.S. Communities Additional Provisions Southwest Neighborhoods,Inc OR THE MILL CASINO OR Wallowa Valley Center For Wellness OR Oregon State University OR KIDS INTERVENTION AND OR Treasure Valley Community College OR DIAGNOSTIC CENTER Unviersity of Oregon OR Portland Yacht Club OR OREGON UNIVERSITY SYSTEM OR League of Women Voters OR University of Western States OR Oregon& Southern Idaho District OR GEORGE FOX UNIVERSITY OR Council of Laborers' LEWIS AND CLARK COLLEGE OR Portland Police Sunshine Division OR PACIFIC UNIVERSITY OR Curry Health Network OR REED COLLEGE OR United Way of Lane County OR WILLAMETTE UNIVERSITY OR The Lighthouse School OR LINFIELD COLLEGE OR Great Portland Bible OR MULTNOMAH BIBLE COLLEGE OR College Possible OR NORTHWEST CHRISTIAN OR Unithed Way OR COLLEGE Community Energy Project OR NATIONAL COLLEGE OF OR Bridgeport Community Chapel OR NATURAL MEDICINE Portland Oregon Visitors Association OR BLUE MOUNTAIN COMMUNITY OR Southern Oregon Project Hope OR COLLEGE PORTLAND STATE UNIV. OR Our United Villages OR CLACKAMAS COMMUNITY OR Samaritan Health Services Inc. OR COLLEGE Santiam Assembly of God OR MARYLHURST UNIVERSITY OR CASCADES WEST FINANCIAL OR OREGON HEALTH AND SCIENCE OR SERVICES IN UNIVERSITY Kilchis House OR BIRTHINGWAY COLLEGE OF OR Calvary Assembly of God OR MIDWIFERY Lake Grove Presbyterian Church OR pacific u OR Grace Lutheran School OR UNIVERSITY OF OREGON OR Western Mennonite School OR CONCORDIA UNIV OR OEA CHOICE TRUST OR Marylhurst University OR American Tinnitus Association OR Corban College OR Oregon Coast Aquarium, Inc. OR Oregon Center For Advanced T OR HOPE POINT CHURCH OR UNIVERSITY OF PORTLAND OR Unitus Community Credit Union OR Portland Actors Conservatory OR St John the Baptist Greek Orthodox OR University Of Oregon Athletics OR Church Department COLUMBIA PACIFIC ECONOMIC OR Ecola Bible School OR DEVELOPMENT DISTRICT OF WARNERPACIFIC COLG OR OREGON Beta Omega Alumnae OR St Andrews Presbyterian OR Oregon Institute of Technology OR Oregon Rural Electric Cooperative OR EASTERN OREGON UNIVERSITY OR Association Wilco Farmers OR RFP#269-2017-028 Playground Equipment 86 Section 8 L.S. Communities Additional Provisions Harvest Church OR Coquille Economic Development OR Sociecty of American Foresters OR Corporation Clackamas River Water Providers OR CITY/COUNTY INSURANCE OR eickhoff dev co inc OR SERVICE Cornerstone Association Inc OR COMMUNITY CYCLING CENTER OR The Klamath Tribe OR Shangri La OR advocate care OR Portland Impact OR Cannon Beach Fire OR Eagle Fern Camp OR Life Flight Network LLC OR KLAMATH FAMILY HEAD OR OREGON DEPT OF FISH& OR START WILDLIFE-SAUVIE RIVER CITY DANCERS OR Oregon Permit Technical Association OR COVENANT RETIREMENT OR KEIZER EAGLES AERIE 3895 OR COMMUNITIES PENTAGON FEDERAL CREDIT OR Pgma/Cathie Bourne OR UNION Sunrise Water OR SAIF CORPORATION OR Burns Paiute Tribe OR GREATER HILLSBORO AREA OR Oregon Public Broadcasting OR CHAMBER OF COMMERCE La Grande Family Practice OR LANE ELECTRIC COOPERATIVE OR Linn Benton Lincoln Educational OR USAGENCIES CREDIT UNION OR Services District PACIFIC CASCADE FEDERAL OR Ricoh USA OR CREDIT UNION Sphere MD OR LOCAL GOVERNMENT OR BIENESTAR, INC. OR PERSONNEL INSTITUTE sunrise water authority OR GRANTS PASS MANAGEMENT OR Mountain Valley Therapy OR SERVICES,DBA EAstern Oregon Trade and Event OR SPIRIT WIRELESS OR Center Kartini Clinic OR Waste-Pro OR Astra OR NPKA OR Beit Hallel OR IBEW280 OR Cvalco OR Confederated Tribes of Warm Springs OR Elderhealth and Living OR Point West Credit Union OR OREGON CORRECTIONS OR Oregon State Credit Union OR ENTERPRISES PIONEER TELEPHONE OR OREGON STATE HOSPITAL OR COOPERATIVE OFFICE OF PUBLIC DEFENSE OR Halsey-Shedd Fire District OR SERVICES Northwest Power and Conservation OR Clatskanie People's Utility District OR Council PIONEER COMMUNITY OR Oregon Funeral Directors Association OR DEVELOPMENT MARION COUNTY HEALTH OR Nez Perce Tribe OR DEPT Obsidian Urgent Care,P.C. OR Ricoh USA OR First Presbyterian Church of La OR Heartfelt Obstetrics&Gynecology OR Grande RFP#269-2017-028 Playground Equipment 87 Section 8 U.S. Communities Additional Provisions CONFLUENCE OR Tualatin Soil and Water Conservation OR ENVIRONMENTAL CENTE District A&I Benefit Plan Administrators, Inc. OR Silverton Fire District OR K Churchill Estates OR Lewis and Clark Rural Fire Protection OR CSC HEAD START OR District NORTHWEST VINTAGE CAR OR Rainbow Water District OR AND MOTORCYCLE Illinois Valley Fire District OR crescent grove cemetery OR Clatskanie RFPD OR Port of Toledo OR PORT OF TILLAMOOK BAY OR Roseburg Police Department OR TRI-COUNTY HEALTH CARE OR Molalla Rural Fire Protection District OR SAFETY NET ENTERPRISE MONMOUTH - INDEPENDENCE OR METROPOLITAN EXPOSITION- OR NETWORK RECREATION COMMISSION EUGENE WATER& ELECTRIC OR REGIONAL AUTOMATED OR BOARD INFORMATION NETWORK MALIN COMMUNITY PARK AND OR RECREATION DISTRICT OAK LODGE WATER DISTRICT OR TILLAMOOK PEOPLES UTILITY OR THE PORT OF PORTLAND OR DISTRICT WILLAMALANE PARK AND OR GLADSTONE POLICE OR RECREATION DISTRICT DEPARTMENT TUALATIN VALLEY WATER OR GOLD BEACH POLICE OR DISTRICT DEPARTMENT UNION SOIL&WATER OR THE NEWPORT PARK AND OR CONSERVATION DISTRICT RECREATION CENTER LANE EDUCATION SERVICE OR RIVERGROVE WATER DISTRICT OR DISTRICT TUALATIN VALLEY FIRE& OR TUALATIN HILLS PARK AND OR RESCUE RECREATION DISTRICT GASTON RURAL FIRE OR PORT OF SIUSLAW OR DEPARTMENT CHEHALEM PARK AND OR CITY COUNTY INSURANCE OR RECREATION DISTRICT SERVICES SOUTH SUBURBAN SANITARY OR PORT OF ST HELENS OR DISTRICT LANE TRANSIT DISTRICT OR SOUTH FORK WATER BOARD OR CENTRAL OREGON OR SUNSET EMPIRE PARK AND OR INTERGOVERNMENTAL RECREATION COUNCIL SPRINGFIELD UTILITY BOARD OR HOODLAND FIRE DISTRICT OR NO.74 Tillamook Urban Renewal Agency OR MID MID COLUMBIA COUNCIL OF OR Netarts Water District OR GOVERNMENTS OAK LODGE SANITARY OR WEST MULTNOMAH SOIL AND OR DISTRICT WATER CONSERVATION Boardman Rural Fire Protection OR DISTRICT District SALEM AREA MASS TRANSIT OR DISTRICT RFP#269-2017-028 Playground Equipment 88 Section 8 U.S. Communities Additional Provisions Banks Fire District#13 OR Woodburn City Of OR KLAMATH COUNTY 9-1-1 OR Brookings Fire/Rescue OR GLENDALE RURAL FIRE OR City of Veneta OR DISTRICT CITY OF DAMASCUS OR COLUMBIA 911 OR Hermiston Fire& Emergency Svcs OR COMMUNICATIONS DISTRICT CEDAR MILL COMMUNITY OR CLACKAMAS RIVER WATER OR LIBRARY NW POWER POOL OR CITY OF LAKE OSWEGO OR Lowell Rural Fire Protection District OR LEAGUE OF OREGON CITIES OR TriMet Transit OR CITY OF SANDY OR Estacada Rural Fire District OR CITY OF ASTORIA OREGON OR Keizer Fire District OR CITY OF BEAVERTON OR State Accident Insurance Fund OR CITY OF BOARDMAN OR Corporation CITY OF CANBY OR Bend Metro Park& Recreation OR CITY OF CANYONVILLE OR District CITY OF CENTRAL POINT OR Port of Hood River OR POLICE DEPARTMENT La Pine Park&Recreation District OR CITY OF CLATSKANIE OR Brookings-HArbor School District OR CITY OF CONDON OR I 7 CITY OF COOS BAY OR Siuslaw Public Library District OR Tri-County Metropolitan OR CITY OF CORVALLIS OR Transportation District of Oregon CITY OF CRESWELL OR ("TriMet") CITY OF ECHO OR Columbia River Fire& Rescue OR CITY OF ESTACADA OR Fern Ridge Library District OR CITY OF EUGENE OR Bend Park and Recreation District OR CITY OF FAIRVIEW OR Port of Garibaldi OR CITY OF GEARHART OR Seal Rock Water District OR CITY OF GOLD HILL OR Rockwood Water P.U.D. OR CITY OF GRANTS PASS OR Tillamook Fire District OR CITY OF GRESHAM OR Tillamook County Transportation OR CITY OF HILLSBORO OR Dist CITY OF HOOD RIVER OR Central Lincoln People's Utility OR CITY OF JOHN DAY OR District CITY OF KLAMATH FALLS OR Jefferson Park and Recreation OR CITY OF LA GRANDE OR City of Monmouth/Public Works OR CITY OF MALIN OR McMinnville Police Department OR CITY OF MCMINNVILLE OR Long Creek School District OR CITY OF HALSEY OR City of Sublimity OR CITY OF MEDFORD OR City of Central Point Parks and OR CITY OF MILL CITY OR Recreation CITY OF MILWAUKIE OR Gearhart Fire Department OR CITY OF MORO OR RFP#269-2017-028 Playground Equipment 89 Section 8 U.S. Communities Additional Provisions CITY OF MOSIER OR CITY OF DUNDEE OR CITY OF NEWBERG OR CITY OF AURORA OR CITY OF OREGON CITY OR THE CITY OF NEWPORT OR CITY OF PILOT ROCK OR CITY OF ALBANY OR CITY OF POWERS OR CITY OF ASHLAND OR RAINIER POLICE DEPARTMENT OR CITY OF LEBANON OR CITY OF REEDSPORT OR CITY OF PORTLAND OR CITY OF RIDDLE OR CITY OF SALEM OR CITY OF SCAPPOOSE OR CITY OF SPRINGFIELD OR CITY OF SEASIDE OR METRO OR CITY OF SILVERTON OR CITY OF BURNS OR CITY OF STAYTON OR CITY OF COTTAGE GROVE OR City of Troutdale OR CITY OF DALLAS OR CITY OF TUALATIN,OREGON OR CITY OF FALLS CITY OR CITY OF WARRENTON OR CITY OF PHOENIX OR CITY OF WEST LINN/PARKS OR CITY OF PRAIRIE CITY OR CITY OF WOODBURN OR CITY OF REDMOND OR CITY OF TIGARD, OREGON OR CITY OF SHERWOOD OR CITY OF AUMSVILLE OR City of junction city OR CITY OF PORT ORFORD OR City of Florence OR CITY OF EAGLE POINT OR Columbia Gorge Community OR CITY OF WOOD VILLAGE OR City of Dayton OR St. Helens,City of OR City of Carlton OR CITY OF WINSTON OR City of Pendleton Convention Center OR CITY OF COBURG OR City of Monmouth OR CITY OF NORTH PLAINS OR City of Philomath OR CITY OF GERVAIS OR City of Sheridan OR CITY OF YACHATS OR Seaside Public Library OR FLORENCE AREA CHAMBER OF OR City of Yoncalla OR COMMERCE La Grande Police Department OR PORTLAND DEVELOPMENT OR Cove City Hall OR COMMISSION NW PORTLAND INDIAN HEALTH OR CITY OF CANNON BEACH OR OR BOARD CITY OF ST. PAUL OR Portland Patrol Services OR CITY OF ADAIR VILLAGE OR City Of Bend OR CITY OF WILSONVILLE OR City Of Coquille OR CITY OF HAPPY VALLEY OR City Of Molalla OR CITY OF SHADY COVE OR ROCKWOOD WATER PEOPLE'S OR CITY OF LAKESIDE OR UTILITY DISTRICT CITY OF MILLERSBURG OR City of St. Helens OR CITY OF GATES OR City of North Powder OR KEIZER POLICE DEPARTMENT OR City of Eugene OR RFP##269-2017-028 Playground Equipment 90 Section 8 U.S. Communities Additional Provisions City of Cornelius,OR OR Clatsop Care Health District-Clatsop OR Toledo Police Department OR Retirement Village City of Independence OR Netarts-Oceanside RFPD OR City of Cascade Locks OR UNC OR City of Columbia City OR Rogue River Fire District OR City of Baker City OR Aurora Rural Fire District OR McMinnville Water&Light OR Tillamook County Emergency OR City of Pendleton Parks& Recreation OR Communications District CITY OF HEPPNER OR Southern Coos Hospital OR CITY OF SWEETHOME OR Oregon Cascades West Council of OR CITY OF THE DALLES OR Governments CLACKAMAS FIRE DIST#1 OR MULTONAH COUNTY OR DESCHUTES PUBLIC LIBRARY OR DRAINAGE DISTRICT#1 STAYTON FIRE DISTRICT OR PORT OF BANDON OR Lake County Chamber of Commerce OR OR INT'L PORT OF COOS BAY OR Inc MID-COLUMBIA CENTER FOR OR City of Ontario OR LIVING City of Corvallis Parks and OR DESCHUTES COUNTY RFPD OR Recreation NO.2 North Lincoln Fire&Rescue#1 OR YOUNGS RIVER LEWIS AND OR Gresham Police Department OR CLARK WATER DISTRICT City of Harrisburg OR PACIFIC STATES MARINE OR Gladstone Public Library OR FISHERIES COMMISSION City of Portland Parks Bureau OR CENTRAL OREGON IRRIGATION OR City of Astoria Parks Dept. OR DISTRICT Seaside Fire& Rescue OR MARION COUNTY FIRE DISTRCT OR Florence Police Department OR #1 City Of North Bend OR COLUMBIA RIVER PUD OR City of Union OR SANDY FIRE DISTRICT NO. 72 OR City of Nehalem OR BAY AREA HOSPITAL DISTRICT OR City of Richland OR NEAH KAH NIE WATER OR CITY OF LINCOLN CITY OR DISTRICT PORT OF UMPQUA OR City of Donald OR EAST MULTNOMAH SOIL AND OR City of Milton-Freewater OR WATER CONSERVANCY CITY OF SCID OR Benton Soil&Water Conservation OR City of Forest Grove OR District City Govrnment OR DESCHUTES PUBLIC LIBRARY OR City of Mt. Angel OR SYSTEM Albany Police Department OR CLEAN WATER SERVICES OR Umatilla Electric Cooperative OR North Douglas County Fire&EMS OR WATER ENVIRONMENT OR Crooked River Ranch Rural Fire OR SERVICES Protection District Polk County Fire District No.1 OR RFP#269-2017-028 Playground Equipment 91 Section 8 U.S. Communities Additional Provisions PARROTT CREEK CHILD& FAM OR OREGON TOURISM OR South Lane County Fire And Rescue OR COMMISSION Lake Chinook Fire& Rescue OR OREGON STATE POLICE OR Clackamas County Water OR OFFICE OF THE STATE OR Environment Services TREASURER OREGON DEPT. OF EDUCATION OR Amity Fire District OR SEIU LOCAL 503, OPEU OR CENTRAL OREGON OR OREGON DEPARTMENT OF OR COMMUNITY COLLEGE FORESTRY UMPQUA COMMUNITY OR OREGON STATE DEPT OF OR COLLEGE CORRECTIONS LANE COMMUNITY COLLEGE OR OREGON CHILD DEVELOPMENT OR MT. HOOD COMMUNITY OR COALITION COLLEGE OFFICE OF MEDICAL OR LINN-BENTON COMMUNITY OR ASSISTANCE PROGRAMS COLLEGE SOUTHWESTERN OREGON OR OREGON OFFICE OF ENERGY OR COMMUNITY COLLEGE OREGON STATE BOARD OF OR PORTLAND COMMUNITY OR NURSING COLLEGE BOARD OF MEDICAL OR CHEMEKETA COMMUNITY OR EXAMINERS COLLEGE OREGON LOTTERY OR ROGUE COMMUNITY COLLEGE OR OREGON BOARD OF OR COLUMBIA GORGE OR ARCHITECTS COMMUNITY COLLEGE SANTIAM CANYON OR COMMUNICATION CENTER TILLAMOOK BAY COMMUNITY OR OREGON DEPT OF OR COLLEGE TRANSPORTATION KLAMATH COMMUNITY OR OREGON TRAVEL OR COLLEGE DISTRICT INFORMATION COUNCIL Oregon Coast Community College OR OREGON DEPARTMENT OF OR Clatsop Community College OR EDUCATION North Portland Bible College OR OREGON DEPT.OF OR OREGON COMMUNITY OR CORRECTIONS COLLEGE ASSOCIATION DEPARTMENT OF OR Umpqua Valley Public Defender OR ADMINISTRATIVE SERVICES Teacher Standards and Pracitices OR Oregon Board of Massage Therapists OR Commission Oregon Tradeswomen OR Salem Keizer School District OR Oregon Convention Center OR Purchasing OREGON SCHL BRDS ASSOCIAT OR Kdry Channel 12 OR Central Oregon Home Health and Hos OR Opta Oregon Permit Technician OR Oregon Health Care Quality Cor OR Oregon Forest Resources Institute OR OREGON DEPARTMENT OF OR Office of the Ong Term Care OR HUMAN SERVICES Ombudsman Oregon Air National Guard OR Oregon State Lottery OR Training& Employment OR RFP#269-2017-028 Playground Equipment 92 Section 8 U.S. Communities Additional Provisions State of Oregon-Department of OR HOUSING AUTHORITY OF THE OR Administrative Services CITY OF SALEM Aging and People with Disabilities OR Housing Authority of Yamhill County OR Department of Administrative OR The Housing Authority of the County OR Services of Umatilla Oregon State Treasury OR homeforward OR Oregon State Fair Council OR Hawaii County Oregon DEQ OR Honolulu County Procurement Services/DAS OR Kauai County STATE OF OREGON OR Maui County OREGON JUDICIAL OR Kalawao County DEPARTMENT Oregon State Board of Architect OR Aiea Examiners Anahola City of Astoria Fire Department OR Barbers Point N A S Columbia Gorge ESD OR Camp H M Smith Nehalem Bay Wastewater OR Captain Cook Association of Oregon Community OR Eleele Mental Health Programs Ewa Beach VA OR Fort Shaffer US FISH AND WILDLIFE OR Haiku SERVICE Hakalau Bonneville Power Administration OR Haleiwa Bureau Of Land Management OR Hana Oregon Army National Guard OR Hanalei USDA Forest Service OR Hanamaulu Yellowhawk Tribal Health Center OR Hanapepe ANGELL JOB CORPS OR Hauula Coquille Indian Housing Authority OR Hawaii National Park COLLEGE HOUSING OR Hawaiian Ocean View NORTHWEST Hawi HOUSING AUTHORITY OF OR Hickam AFB CLACKAMAS COUNTY Hilo HOUSING AUTHORITY OF OR Holualoa PORTLAND WEST VALLEY HOUSING OR Honaunau AUTHORITY Honokaa HOUSING AUTHORITY AND OR Honolulu COMMUNITY SERVICES Honomu AGENCY Hoolehua NORTH BEND CITY-COOS/URRY OR Kaaawa HOUSING AUTHORITY Kahuku MARION COUNTY HOUSING OR Kahului AUTHORITY Kailua RFP#269-2017-028 Playground Equipment 93 Section 8 U.S. Communities Additional Provisions Kailua Kona Pahoa Kalaheo Paia Kalaupapa Papaaloa Kamuela Papaikou Kaneohe Pearl City Kapaa Pearl Harbor Kapaau Pepeekeo Kapolei Princeville Kaumakani Pukalani Kaunakakai Puunene Kawela Bay Schofield Barracks Keaau Tripler Army Medical Center Kealakekua Volvano Kealia Wahiawa Keauhou Waialua Kekaha Waianae Kihei Waikoloa Kilauea Wailuku Koloa Waimanalo Kualapuu Waimea Kula Waipahu Kunia Wake Island Kurtistown Wheeler Army Airfield Lahaina Brigham Young University-Hawaii Laie Chaminade University of Honolulu Lanai City Hawaii Business College Laupahoehoe Hawaii Pacific University Lawai Hawaii Technology Institute Lihue Heald College-Honolulu M C B H Kaneohe Bay Remington College- Honolulu Makawao Campus Makaweli University of Phoenix-Hawaii Maunaloa Campus Hawaii Community College Mililani Honolulu Community College Mountain View Kapiolani Community College Naalehu Kauai Community College Ninole Leeward Community College Ocean View Maui Community College Ookala University of Hawaii at Hilo Paauhau University of Hawaii at Manoa Paauilo Windward Community College Pahala RFP#269-2017-028 Playground Equipment 94 Section 8 U.S. Communities Additional Provisions FEMA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency Management Agency("FEMA")grants,Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants,including,but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 ("44 CFR 13"). In addition,Contractor agrees to the following specific provisions: 1. Pursuant to 44 CFR 13.36(i)(1),City is entitled to exercise all administrative,contractual, or other remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2. Pursuant to 44 CFR 13.36(i)(2),City may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3. Pursuant to 44 CFR 13.36(i)(3)-(6)(12),and(13),Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965,entitled "Equal Employment Opportunity,"as amended by Executive Order 11375 of October 13, 1967,and as supplemented in Department of Labor("DOL")regulations(41 CFR Ch.60); b. Copeland"Anti-Kickback'Act(18 U.S.C.874). as supplemented in DOL regulations(29 CFR Part 3); c. Davis-Bacon Act(40 U.S.C.276a-276a-7)as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330)as supplemented by DOL regulations(29 CFR Part 5); e. Section 306 of the Clean Air Act(42 U.S.C. 1857(h),section 508 of the Clean Water Act(33 U.S.C. 1368), Executive Order 11738,and Environmental Protection Agency regulations (40 CFR part 15);and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub. L.94-163, 89 Stat. 871). 4. Pursuant to 44 CFR 13.36(i)(7),Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. RFP#269-2017-028 Playground Equipment 95 Section 8 U.S. Communities Additional Provisions 5. Pursuant to 44 CFR 13.36(i)(8),Contractor agrees to the following provisions regarding patents: a. All rights to inventions and/or discoveries that arise or are developed,in the course of or under this Agreement, shall belong to the City and be disposed of in accordance with City policy.The City, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. 6. Pursuant to 44 CFR 13.36(i)(9),Contractor agrees to the following provisions,regarding copyrights: a. If this Agreement results in any copyrightable material or inventions,in accordance with 44 CFR 13.34, FEMA reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish or otherwise use, for Federal Government purposes: (I) The copyright in any work developed under a grant or contract; and (2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7. Pursuant to 44 CFR 13.36(i)(10),Contractor shall maintain any books,documents, papers,and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as City deems necessary,Contractor shall permit City, FEMA,the Comptroller General of United States,or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination,excerpts,and transcriptions. 8. Pursuant to 44 CFR 13.36(i)(11),Contractor shall retain all required records for three years after FEMA or City makes final payments and all other pending matters are closed. In addition,Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. RFP#269-2017-028 Playground Equipment 96 Section 8 U.S. Communities Additional Provisions COMMUNITY DEVELOPMENT BLOCK GRANT ADDENDUM Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources,including Community Development Block Grant(CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided,Contractor shall comply with all terms,conditions and requirements enumerated by the grant funding source,as well as requirements of the State statutes for which the contract is utilized,whichever is the more restrictive requirement. When using Federal Funding,Contractor shall comply with all wage and latest reporting provisions of the Federal Davis-Bacon Act. HUD-4010 Labor Provisions also applies to this contract. RFP#269-2017-02$Playground Equipment 97 Section 8 U.S. Communities Additional Provisions UNIFORM ADMINISTRATIVE REQUIREMENTS By entering into this Contract the Contractor agrees to comply with all applicable provisions of Title 2, Subtitle A,Chapter II,PART 200—UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES,AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. §200 et seq. RFP#269-2017-028 Playground Equipment 98 Exhibit A Sample City Contract EXHIBIT A—SAMPLE CITY CONTRACT As used in this Section of the RFP. the term "Contract" shall refer to the agreement entered into between the City and the Company, and the term "Company" shall refer to the vendor that has been awarded a contract. RECITALS WHEREAS, the City issued a Request For Proposals (RFP # 269-2017-028) for Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services dated JANURARY 25, 2017. This Request for Proposals together with all attachments and addenda, is referred to herein as the"RFP'; and WHEREAS, the City desires that the Company provide certain Playground & Fitness Equipment, Surfacing, Site Accessories and Related Products and Services ("Services"), and the Company desires to provide such Services;and WHEREAS, the City and the Company have negotiated and agreed regarding the above- referenced Services and desire to reduce the terms and conditions of their agreement to this written form. NOW,THEREFORE,for good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged, and in further consideration of the covenants and representations contained herein,the parties agree as follows: CONTRACT I. EXHIBITS. The Exhibits below are hereby incorporated into and made a part of this Contract. In interpreting this Contract and resolving any ambiguities, the main body of this Contract will take precedence over the Exhibits, and any inconsistency between the Exhibits will be resolved in the order in which the Exhibits appear below. Each reference to COMPANY NAME in the Exhibits and Appendices shall be deemed to mean the Company. 1.1. EXHIBIT A: Discount Schedule, Price Lists, And Incentives 1.2. EXHIBIT B: Installation Fees 1.3. EXHIBIT C: National Network Of Distributors And Installers 1.4. EXHIBIT D: Freight Rate Schedules 1.5. EXHIBIT E: Product Warranties 1.6. EXHBIT F: Scope of Work 1.7. EXHIBIT G: U.S. Communities Administrative Agreement 2. DEFINITIONS. This section may include,but not be limited to,terms defined in Section 1 of the RFP. 3. DESCRIPTION OF PRODUCTS AND SERVICES. 3.1. The Company shall be responsible for providing the Products and Services referenced in: (a) this Agreement, including in all Exhibits; (b) the Company's proposal;(c)the RFP;(d) the Documentation;and(e)any functional and/or technical specifications which are published or provided by the Company or its licensors or suppliers from time to time with respect to all or any part the Products and Services. and incorporated herein by reference. Without limiting the foregoing, the Company's proposal will only take precedence over the RFP to the extent the Company properly RFP#269-2017-028 Playground Equipment 99 Exhibit A Sample City Contract took exception to the terms of the RFI' in tilt: manner required by the RFP. 4. COMPENSATION. 4.1. TOTAL FEES AND CHARGES The City agrees to pay the Company a fixed price (the "Purchase Price") as full and complete consideration for the satisfactory performance of all the requirements of this Contract.This amount constitutes the maximum total fees and charges payable to the Company under this Contract including Expenses and will not be increased except by a written instrument duly executed by both parties, which expressly states that it amends this Section of the Contract. 4.2. NO EXPENSES CHARGEABLE. The Company shall not be entitled to charge the City for any travel, mileage, meals, materials or other costs or expenses associated with this Contract. 4.3. EMPLOYMENT TAXES AND EMPLOYEE BENEFITS. The Company represents and warrants that the employees provided by the Company to perform the Services are actual employees of the Company,and that the Company shall be responsible for providing all salary and other applicable benefits to each Company employee. The Company further represents, warrants and covenants that it will pay all withholding tax, social security, Medicare, unemployment tax, worker's compensation and other payments and deductions that are required by law for each Company employee. The Company agrees that the Company employees are not employees of the City. 4.4. INVOICES. Each invoice sent by the Company shall detail all Services performed and delivered which are necessary to entitle the Company to the requested payment under the terms of this Contract. All invoices must include the City purchase order number for purchases made under the Contract. Purchase order numbers will be provided by the City. Invoices must be submitted with lines matching those on the City-provided purchase order. The Company shall email all invoices to cocap®charlottenc.gov with Accounts Payable(or AP)in the subject line. Invoices that are addressed directly to City departments and not to Accounts Payable may not be handled as quickly as invoices that are addressed correctly. 4.5. DUE DATE OF INVOICES. Payment of invoices shall be due within thirty(30) days after receipt of an accurate, undisputed properly submitted invoice by the City. 4.6. PRE-CONTRACT COSTS. The City shall not be charged for any Services or other work performed by the Company prior to the Effective Date of this Contract. 4.7. AUDIT. During the term of this Contract and for a period of one (1) year after termination of this Contract, the City shall have the right to audit, either itself or through an independent auditor,all books and records and facilities of the Company necessary to evaluate Company's compliance with the terms and conditions of this Contract or the City's payment obligations. The City shall pay its own expenses, relating to such audits, but shall not have to pay any expenses or additional costs of the Company. However, if non-compliance is found that would have cost the City in excess of RFP#269-2017-028 Playground Equipment 100 Exhibit A Sample City Contract $10,000 but for the audit, then the Company shall be required to reimburse the City for the cost of the audit. 5. TIME IS OF THE ESSENCE. Time is of the essence in having the Company perform all Services and deliver all Deliverables within the time frames provided by this Contract and Exhibit B, including all completion dates, response times and resolution times (the "Completion Dates"). Except as specifically stated in this Contract, there shall be no extensions of the Completion Dates. All references to days in this Contract (including the Exhibits) shall refer to calendar days rather than business days,unless this Contract provides otherwise for a specific situation. 6. NON-APPROPRIATION OF FUNDS. If the Charlotte City Council does not appropriate the funding needed by the City to make payments under this Contract for any given fiscal year, the City will not be obligated to pay amounts due beyond the end of the last fiscal year for which funds were appropriated. In such event, the City will promptly notify the Company of the non-appropriation and this Contract will be terminated at the end of the fiscal year for which the funds were appropriated. No act or omission by the City, which is attributable to non-appropriation of funds shall constitute a breach of or default under this Contract. 7. COMPANY PROJECT MANAGER. The duties of the Company Project Manager include,but are not limited to: 7.1. Coordination of Project schedules and the Company's resource assignment based upon the City's requirements and schedule constraints; 7,2. Management of the overall Project by monitoring and reporting on the status of the Project and actual versus projected progress, and by consulting with the City's Project Manager when deviations occur and by documenting all such deviations in accordance with agreed upon change control procedures; 7.3. Provision of consultation and advice to the City on matters related to Project implementation strategies, key decisions and approaches, and Project operational concerns/issues and acting as a conduit to the Company's specialist resources that may be needed to supplement the Company's normal implementation staff; 7.4. Acting as the Company's point of contact for all aspects of contract administration, including invoicing for Services, and status reporting; 7.5. Facilitation of review meetings and conferences between the City and the Company's executives when scheduled or requested by the City; 7.6. Communication among and between the City and the Company's staff; 7.7. Promptly responding to the City Project Manager when consulted in writing or by E- mail with respect to Project deviations and necessary documentation; 7.8. Identifying and providing the City with timely written notice of all issues that may threaten the Company's Services in the manner contemplated by the Contract (with "timely'meaning immediately after the Company becomes aware of them); 7.9. Ensuring that adequate quality assurance procedures are in place throughout the Contract;and 7.10. Meeting with other service providers working on City projects that relate to this effort as necessary to resolve problems and coordinate the Services. 8. CITY PROJECT MANAGER. RFP#269-2017-028 Playground Equipment 101 Exhibit A Sample City Contract The duties of the City Project Manager are to (1) ensure that the Company delivers all requirements and specifications in the Contract; (2) coordinate the City's resource assignment as required to fulfill the City's obligations pursuant to the Contract; (3) promptly respond to the Company Project Manager when consulted in writing or by E-mail with respect to project issues; and (4) act as the City's point of contact for all aspects of the Services including contract administration and coordination of communication with the City's staff. The City shall be allowed to change staffing for the City Project Manager position on one (1) business day's notice to the Company. 9. DUTY OF COMPANY TO IDENTIFY AND REQUEST INFORMATION, PERSONNEL AND FACILITIES. The Company shall identify and request in writing from the City in a timely manner: (i) all information reasonably required by the Company to perform each task comprising the Services, (ii) the City's personnel whose presence or assistance reasonably may be required by the Company to perform each task comprising the Services, and (iii)any other equipment, facility or resource reasonably required by the Company to perform the Services. Notwithstanding the foregoing, the Company shall not be entitled to request that the City provide information, personnel or facilities other than those that Exhibit B specifically requires the City to provide, unless the City can do so at no significant cost. The Company shall not be relieved of any failure to perform under this Contract by virtue of the City's failure to provide any information, personnel, equipment, facilities or resources: (i) that the Company failed to identify and request in writing from the City pursuant to this Section; or (ii) that the City is not required to provide pursuant to this Contract. In the event the City fails to provide any information, personnel, facility or resource that it is required to provide under this Section, the Company shall notify the City in writing immediately in accordance with the notice provision of this Contract. Failure to do so shall constitute a waiver by Company of any claim or defense it may otherwise have based on the City's failure to provide such information,personnel, facility or resource. 10. COMPANY PERSONNEL REMOVAL,REPLACEMENT,PROMOTION,ETC. The City will have the right to require the removal and replacement of any personnel of the Company or the Company's subcontractors who are assigned to provide Services to the City based on experience, qualifications, performance, conduct, compatibility, and violation of City policy or any other reasonable grounds. The addition or promotion of any personnel to key positions within the Project must be approved by the City in writing. The Company will replace any personnel that leave the Project, with persons having at least equivalent qualifications who are approved by the City in writing. As used in this Contract, the "personnel" includes all staff provided by the Company or its subcontractors. 11. BACKGROUND CHECKS. Prior to starting work under this Contract, the Company is required to conduct a background check on each Company employee assigned to work under this Contract, and shall require its subcontractors(if any)to perform a background check on each of their employees assigned to work under this Contract (collectively, the "Background Checks"). Each Background Check must include: (a) the person's criminal conviction record from the states and counties where the person lives or has lived in the past seven(7)years; and(b)a reference check. After starting work under this Contract, the Company is required to perform a Background Check for each new Company employee assigned to work under this Contract during that year, and shall require its subcontractors (if any) to do the same for each of their employees. If the Company undertakes a new project under this Contract, then prior to commencing performance of the project the Company shall perform a Background Check for each RFP#269-2017-028 Playground Equipment 102 Exhibit A Sample City Contract Company employee assigned to work on the project, and shall require its subcontractors (if any)to do the same for each of their employees. If a person's duties under this Contract fall within the categories described below, the Background Checks that the Company will be required to perform (and to have its subcontractors perform)shall also include the following additional investigation: The Company must follow all State and Federal laws when conducting Background Checks, including but not limited to the Fair Credit Reporting Act requirements, and shall require its subcontractors to do the same. The Company shall notify the City of any information discovered in the Background Checks that may be of potential concern for any reason. The City may conduct its own background checks on principals of the Company as the City deems appropriate. By operation of the public records law, background checks conducted by the City are subject to public review upon request. 12. ACCEPTANCE OF TASKS AND DELIVERABLES Within a reasonable time after a particular Deliverable has been completed (or such specific time as may be set forth in Exhibit B), the Company shall submit a written notice to the City's Project Manager stating the Deliverable(s) that have been met. This notice shall include a signature page for sign-off by the City Project Manager indicating acceptance of such Deliverable(s). If the City Project Manager is not satisfied that the Deliverable(s) has been met, a notice of rejection (a "Rejection Notice") shall be submitted to the Company by the City Project Manager that specifies the nature and scope of the deficiencies that the City wants corrected. Upon receipt of a Rejection Notice, the Company shall: (a) act diligently and promptly to correct all deficiencies identified in the Rejection Notice, and (b) immediately upon completing such corrections give the City a written, dated certification that all deficiencies have been corrected (the "Certification"). In the event the Company fails to correct all deficiencies identified in the Rejection Notice and provide a Certification within thirty- (30) days after receipt of the Rejection Notice, the City shall be entitled to terminate this Contract for default without further obligation to the Company and without obligation to pay for the defective work. Upon receipt of the corrected Deliverable(s), or a Certification, whichever is later, the above- described Acceptance procedure shall recommence. The City shall not be obligated to allow the Company to recommence curative action with respect to any deficiency previously identified in a Rejection Notice, or more than once for any given Deliverable (and shall be entitled to terminate this Contract for default if the Company does not meet this time frame). 13. NON-EXCLUSIVITY. The Company acknowledges that it is one of several providers of Professional Services to the City and the City does not represent that it is obligated to contract with the Company for any particular project. 14. EACH PARTY TO BEAR ITS OWN NEGOTIATION COSTS. Each party shall bear its own cost of negotiating this Contract and developing the exhibits. The City shall not be charged for any Services or other work performed by the Company prior to the Effective Date. ts. REPRESENTATIONS AND WARRANTIES OF COMPANY. 15A. GENERAL WARRANTIES. 15.1.1. The Services shall satisfy all requirements set forth in the Contract,including but not limited to the attached Exhibits; RFP#269-2017-028 Playground Equipment 103 Exhibit A Sample City Contract 15,1.2. The Services provided by the Company under the Contract will not infringe or misappropriate any patent, copyright, trademark, or trade secret rights of any third party; 15.1.3. The Company has taken and will continue to take sufficient precautions to ensure that it will not be prevented from performing all or part of its obligations under the Contract by virtue of interruptions in the computer systems used by the Company; 15.1.4. MI Services performed by the Company and/or its subcontractors pursuant to this Contract shall meet the highest industry standards and shall be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge; 15.1.5. Neither the Services, nor any Deliverables provided by the Company under this Contract will infringe or misappropriate any patent,copyright,trademark or trade secret rights of any third party; 15.1.6_ The Company and each Company employee provided by the Company to the City shall have the qualifications, skills and experience necessary to perform the Services described or referenced in Exhibit B; 15.1.7. All information provided by the Company about each of their employees is accurate; and 15.1.8. Each Company employee is an employee of the Company, and the Company shall make all payments and withholdings required for by law for the Company for such employees. 15.2. ADDITIONAL WARRANTIES. The Company further represents and warrants that: 15.2.1. It is a legal entity and if incorporated,duly incorporated,validly existing and in good standing under the laws of the state of its incorporation or licensing and is qualified to do business in North Carolina; 15.2.2. It has all the requisite corporate power and authority to execute, deliver and perform its obligations under this Contract; 15.2.3. The execution, delivery, and performance of this Contract have been duly authorized by the Company; 15.2.4. No approval, authorization or consent of any governmental or regulatory authority is required to be obtained or made by it in order for it to enter into and perform its obligations under this Contract; 15.2.5. In connection with its obligations under this Contract,it shall comply with all applicable federal, state and local laws and regulations and shall obtain all applicable permits and licenses; and 15.2.6. The performance of this Contract by the Company and each Company employee provided by the Company will not violate any contracts or agreements with third parties or any third party rights (including but not limited to non-compete agreements, non-disclosure agreements, patents, trademarks or intellectual property rights). 16. OTHER OBLIGATIONS OF THE COMPANY. 16.1. WORK ON CITY'S PREMISES. RFP#269-2017-028 Playground Equipment 104 Exhibit A Sample City Contract The Company and all their employees will, whenever on the City's premises,obey all instructions and City policies that are provided to them with respect to performing Services on the City's premises. 16.2. RESPECTFUL AND COURTEOUS BEHAVIOR. The Company shall assure that its employees interact with City employees and with the public in a courteous, helpful and impartial manner. All employees of the Company in both field and office shall refrain from belligerent behavior and/or profanity.Correction of any such behavior and language shall be the responsibility of the Company. 16.3. REPAIR OR REPLACEMENT OF DAMAGE EQUIPMENT OR FACILITIES. In the event that the Company causes damage to the City's equipment or facilities, the Company shall, at its own expense, promptly repair or replace such damaged items to restore them to the same level of functionality that they possessed prior to the Company's action. 16.4, REGENERATION OF LOST OR DAMAGED DATA. With respect to any data that the Company or any Company employees have negligently lost or negligently damaged, the Company shall, at its own expense, promptly replace or regenerate such data from the City's machine-readable supporting material, or obtain, at the Company's own expense, a new machine- readable copy of lost or damaged data from the City's data sources. 16.5. E-VERIFY. Company shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and shall require each of its subcontractors to do so as well. 16.6. IRAN DIVESTMENT ACT. Company certifies that: (i) it is not identified on the Final Divestment List or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S. 147-86.58; (ii) it will not take any action causing it to appear on any such list during the term of this Contract; and (iii) it will not utilize any subcontractor that is identified on any such list to provide goods or Services hereunder. 17. REMEDIES. 17.1. RIGHT TO COVER. If the Company fails to meet any completion date or resolution time set forth in this Contract (including the Exhibits) or the Project Plan, the City may take any of the following actions with or without terminating this Contract, and in addition to and without limiting any other remedies it may have: a. Employ such means as it may deem advisable and appropriate to perform itself or obtain the Services from a third party until the matter is resolved and the Company is again able to resume performance under this Contract;and b. Deduct any and all expenses incurred by the City in obtaining or performing the Services from any money then due or to become due the Company and, should the City's cost of obtaining or performing the Services exceed the amount due the Company,collect the amount due from the Company. 17.2. RIGHT TO WITHHOLD PAYMENT. If the Company breaches any provision of this Contract,the City shall have a right to withhold all payments due to the Company until such breach has been fully cured. RFP#269-2017-028 Playground Equipment 105 Exhibit A Sample City Contract 17.3. SPECIFIC PERFORMANCE AND INJUNCTIVE RELIEF. The Company agrees that monetary damages are not an adequate remedy for the Company's failure to provide the Services or Deliverables as required by this Contract, nor could monetary damages be the equivalent of the performance of such obligation. Accordingly, the Company hereby consents to an order granting specific performance of such obligations of the Company in a court of competent jurisdiction within the State of North Carolina. The Company further consents to the City obtaining injunctive relief (including a temporary restraining order) to assure performance in the event the Company breaches the Contract. 17.4. SETOFF. Each party shall be entitled to setoff and deduct from any amounts owed to the other party pursuant to this Contract all damages and expenses incurred or reasonably anticipated as a result of the other party's breach of this Contract. 17.5. OTHER REMEDIES. Upon breach of this Contract,each party may seek all legal and equitable remedies to which it is entitled.The remedies set forth herein shall be deemed cumulative and not exclusive and may be exercised successively or concurrently, in addition to any other available remedy. 18. TERM AND TERMINATION OF CONTRACT. 18.1. TERM. This Contract shall commence on the Effective Date and shall continue in effect for five (5) years with the City having the unilateral right to renew for two (2) consecutive two(2)year terms. 18.2. TERMINATION BY THE CITY. The City may terminate the Contract at any time without cause by giving thirty (30) days prior written notice to the Company. As soon as practicable after receipt of a written notice of termination without cause,Company shall submit a statement to the City showing in detail the Services performed under this Contract through the date of termination. The forgoing payment obligation is contingent upon: (i) the Company having fully complied with Section 18.8; and (ii) the Company having provided the City with written documentation reasonably adequate to verify the number of hours of Services rendered by each Company employee through the termination date and the percentage of completion of each task. 18.3. TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to the other party, either party may terminate the Contract upon the occurrence of one or more of the following events: a. The other party violates or fails to perform any covenant, provision, obligation, term or condition contained in the Contract, provided that, unless otherwise stated in the Contract, such failure or violation shall not be cause for termination if both of the following conditions are satisfied: (i) such default is reasonably susceptible to cure; and (ii) the other party cures such default within thirty (30) days of receipt of written notice of default from the non-defaulting party; or b. The other party attempts to assign, terminate or cancel the Contract contrary to the terms hereof;or c. The other party ceases to do business as a going concern, makes an assignment for the benefit of creditors, admits in writing its inability to pay debts as they become due, files a petition in bankruptcy or has an involuntary bankruptcy RFP#269-2017-028 Playground Equipment 106 Exhibit A Sample City Contract petition filed against it (except in connection with a reorganization under which the business of such party is continued and performance of all its obligations under the Contract shall continue), or if a receiver, trustee or liquidator is appointed for it or any substantial part of other party's assets or properties. Any notice of default shall identify this Section of the Contract and shall state the party's intent to terminate the Contract if the default is not cured within the specified period. Notwithstanding anything contained herein to the contrary, upon termination of this Contract by the Company for default, the Company shall continue to perform the Services required by this Contract for the lesser of: (i) six (6) months after the date the City receives the Company's written termination notice; or (ii)the date on which the City completes its transition to a new service provider. 18.4. ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By giving written notice to the Company, the City may also terminate the Contract upon the occurrence of one or more of the following events (which shall each constitute separate grounds for termination without a cure period and without the occurrence of any of the other events of default previously listed): a. Failure of the Company to complete a particular task by the completion date set forth in this Contract; b. The Company makes or allows to be made any material written misrepresentation or provides any materially misleading written information in connection with this Contract, or any covenant, agreement, obligation, term or condition contained in this Contract;or c. The Company takes or fails to take any action which constitutes grounds for immediate termination under the terms of the Contract, including but not limited to failure to obtain or maintain the insurance policies and endorsements as required by the Contract, or failure to provide the proof of insurance as required by the Contract. 18.5, NO SUSPENSION. In the event that the City disputes in good faith an allegation of default by the Company, notwithstanding anything to the contrary in the Contract, the Company agrees that it will not terminate the Contract or suspend or limit the Services or any warranties or repossess, disable or render unusable any software supplied by the Company, unless (i) the parties agree in writing, or (ii) an order of a court of competent jurisdiction determines otherwise. 18.6. CANCELLATION OF ORDERS AND SUBCONTRACTS. In the event this Contract is terminated by the City for any reason prior to the end of the term, the Company shall upon termination immediately discontinue all service in connection with this Contract and promptly cancel all existing orders and subcontracts, which are chargeable to this Contract. As soon as practicable after receipt of notice of termination, the Company shall submit a statement to the City showing in detail the Services performed under this Contract to the date of termination. 18.7. AUTHORITY TO TERMINATE. The following persons are authorized to terminate this Contract on behalf of the City: (a) the City Manager, any Assistant City Manager, or any designee of the City RFP#269-2017-028 Playground Equipment 107 Exhibit A Sample City Contract Manager; or (b) the Department Director of the City Department responsible for administering this Contract. 18.8. OBLIGATIONS UPON EXPIRATION OR TERMINATION. Upon expiration or termination of this Contract, the Company shall promptly return to the City (i) all computer programs, files, documentation, media, related material and any other material and equipment that is owned by the City; (ii) all Deliverables that have been completed or that are in process as of the date of termination;and(iii) a written statement describing in detail all work performed with respect to Deliverables which are in process as of the date of termination. The expiration or termination of this Contract shall not relieve either party of its obligations regarding "Confidential Information".as defined in this Contract. 18.9. NO EFFECT ON TAXES,FEES,CHARGES OR REPORTS. Any termination of this Contract shall not relieve the Company of the obligation to pay any fees, taxes or other charges then due to the City, nor relieve the Company of the obligation to file any daily, monthly, quarterly or annual reports covering the period to termination nor relieve the Company from any claim for damages previously accrued or then accruing against the Company. 18.10. OTHER REMEDIES. The remedies set forth in this Section and Section 19 shall be deemed cumulative and not exclusive, and may be exercised successively or concurrently, in addition to any other remedies available under this Contract or at law or in equity. 19. TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of this Contract,the Company shall cooperate with the City to assist with the orderly transfer of the Services provided by the Company to the City. Prior to termination or expiration of this Contract,the City may require the Company to perform and, if so required, the Company shall perform certain transition Services necessary to shift the Services of the Company to another provider or to the City itself as described below (the "Transition Services"). Transition Services may include but shall not be limited to the following: • Working with the City to jointly develop a mutually agreed upon Transition Services Plan to facilitate the termination of the Services; • Notifying all affected service providers and subcontractors of the Company; • Performing the Transition Services; • Answering questions regarding the Services on an as-needed basis;and • Providing such other reasonable Services needed to effectuate an orderly transition to a new service provider. 20. CHANGES. In the event changes to the Services (collectively "Changes"), become necessary or desirable to the parties, the parties shall follow the procedures set forth in this Section. A Change shall be effective only when documented by a written, dated agreement executed by both parties that expressly references and is attached to this Contract (a "Change Statement"). The Change Statement shall set forth in detail: (i) the Change requested, including all modifications of the duties of the parties; (ii) the reason for the proposed Change; and (iii) a detailed analysis of the impact of the Change on the results of the Services and time for completion of the Services,including the impact on all Milestones and delivery dates and any associated price. RFP#269-2017-028 Playground Equipment 108 • Exhibit A Sample City Contract In the event either party desires a Change, the Project Manager for such party shall submit to the other party's Project Manager a proposed Change Statement. If the receiving party does not accept the Change Statement in writing within ten (10) days, the receiving party shall be deemed to have rejected the Change Statement. If the parties cannot reach agreement on a proposed Change,the Company shall nevertheless continue to render performance under this Contract in accordance with its(unchanged) terms and conditions. Changes that involve or increase in the amounts payable by the City may require execution by the City Manager or a designee depending on the amount. Some increases may also require approval by Charlotte City Council. 21. CITY OWNERSHIP OF WORK PRODUCT. 21.1. The parties agree that the City shall have exclusive ownership of all reports, documents, designs, ideas, materials, reports, concepts, plans, creative works, and other work product developed for or provided to the City in connection with this Contract, and all patent rights, copyrights, trade secret rights and other intellectual property rights relating thereto (collectively the "Intellectual Property"). The Company hereby assigns and transfers all rights in the Intellectual Property to the City. The Company further agrees to execute and deliver such assignments and other documents as the City may later require to perfect, maintain and enforce the City's rights as sole owner of the Intellectual Property, including all rights under patent and copyright law. The Company hereby appoints the City as attorney in fact to execute all such assignments and instruments and agree that its appointment of the City as an attorney in fact is coupled with an interest and is irrevocable. 21.2. The City grants the Company a royalty-free, non-exclusive license to use and copy the Intellectual Property to the extent necessary to perform this Contract. The Company shall not be entitled to use the Intellectual Property for other purposes without the City's prior written consent, and shall treat the Intellectual Property as "Confidential Information"pursuant to Section 25 of the Contract. 21.3. The Company will treat as Confidential Information under the Confidentiality and Non-Disclosure Contract all data in connection with the Contract. City data processed by the Company shall remain the exclusive property of the City. The Company will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the City in any manner except that contemplated by the Contract. 22. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this Contract is solely that of independent contractors,and nothing contained in this Contract shall be construed to(i) give any party the power to direct or control the day-to-day administrative activities of the other; or (ii) constitute such parties as partners,joint venturers,co-owners or otherwise as participants in a joint or common undertaking; or (iii) make either party an agent of the other, or any Company employee an agent or employee of the City, for any purpose whatsoever. Neither party nor its agents or employees is the representative of the other for any purpose, and neither has power or authority to act as agent or employee to represent, to act for, bind, or otherwise create or assume any obligation on behalf of the other. 23. INDEMNIFICATION. To the fullest extent permitted by law, the Company shall indemnify, defend and hold harmless each of the "Indemnitees" (as defined below) from and against any and all "Charges" (as defined below) paid or incurred as a result of any claims, demands, lawsuits, actions, or proceedings: (i) alleging violation, misappropriation or infringement of any copyright, trademark, patent, trade secret or other proprietary rights with respect to the RFP#269-2017-028 Playground Equipment 109 Exhibit A Sample City Contract Services or any Products or deliverables provided to the City pursuant to this Contract ("Infringement Claims-');(ii)seeking payment for labor or materials purchased or supplied by the Company or its subcontractors in connection with this Contract; (iii) arising from the Company's failure to perform its obligations under this Contract, or from any act of negligence or willful misconduct by the Company or any of its agents, employees or subcontractors relating to this Contract, including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any person(s)or damage or destruction to any property,real or personal,tangible or intangible;or (iv) arising from any claim that the Company or an employee or subcontractor of the Company is an employee of the City, including but not limited to claims relating to worker's compensation,failure to withhold taxes and the like. For purposes of this Section: (a)the term "Indemnitees" means the City and each of the City's officers, officials, employees, agents and independent contractors (excluding the Company); and(b)the term "Charges"means any and all losses, damages, costs, expenses (including reasonable attorneys' fees), obligations, duties, fines, penalties, royalties, interest charges and other liabilities (including settlement amounts). If an Infringement Claim occurs, the Company shall either: (i) procure for the City the right to continue using the affected product or service; or (ii) repair or replace the infringing product or service so that it becomes non-infringing, provided that the performance of the overall product(s) and service(s) provided to the City shall not be adversely affected by such replacement or modification. If the Company is unable to comply with the preceding sentence within thirty (30) days after the City is directed to cease use of a product or service, the Company shall promptly refund to the City all amounts paid under this Contract. This Section 23 shall remain in force despite termination of this Contract (whether by expiration of the term or otherwise). 24. SUBCONTRACTING. Should the Company choose to subcontract, the Company shall be the prime contractor and shall remain fully responsible for performance of all obligations that it is required to perform under the Contract. Any subcontract entered into by Company shall name the City as a third party beneficiary. 25. CONFIDENTIAL INFORMATION. 25.1. CONFIDENTIAL INFORMATION. Confidential Information includes any information, not generally known in the relevant trade or industry, obtained from the City or its vendors or licensors or which falls within any of the following general categories: 25.1.1. Trade secrets. For purposes of this Contract, trade secrets consist of information of the City or any of its Companies, contractors or licensors: (a) that derives value from being secret; and (b) that the owner has taken reasonable steps to keep confidential. Examples of trade secrets include information relating to proprietary software, new technology, new Products or Services, flow charts or diagrams that show how things work, manuals that tell how things work and business processes and procedures. 25.1.2. Information of the City or its Companies, contractors or licensors marked "Confidential"or "Proprietary." 25.1.3. Information relating to criminal investigations conducted by the City, and records of criminal intelligence information compiled by the City. 25.1.4. Information contained in the City's personnel files, as defined by N.C. Gen. RFP#269-2017-028 Playground Equipment 110 Exhibit A Sample City Contract Stat. 160.4-168. This consists of all information gathered and/or maintained by the City about employees,except for that information which is a matter of public record under North Carolina law. 25.1.5. Citizen or employee social security numbers collected by the City. 25.1.6. Computer security information of the City, including all security features of electronic data processing, or information technology systems, telecommunications networks and electronic security systems. This encompasses but is not limited to passwords and security standards, procedures,processes,configurations,software and codes. 25.1.7. Local tax records of the City that contains information about a taxpayer's income or receipts. 25.1.8. Any attorney/City privileged information disclosed by either party. 25.1.9. Any data collected from a person applying for financial or other types of assistance, including but not limited to their income, bank accounts, savings accounts, etc. 25.1.10. The name or address of individual homeowners who, based on their income, have received a rehabilitation grant to repair their home. 25.1.11. Building plans of city-owned buildings or structures, as well as any detailed security plans. 25.1.12. Billing information of customers compiled and maintained in connection with the City providing utility Services. 25.1.13. Other information that is exempt from disclosure under the North Carolina public records laws. Categories stated in Sections 25.1.3 through 25.1.13 above constitute "Highly Restricted Information," as well as Confidential Information. The Company acknowledges that certain Highly Restricted Information is subject to legal restrictions beyond those imposed by this Contract, and agrees that: (a)all provisions in this Contract applicable to Confidential Information shall apply to Highly Restricted Information; and (b) the Company will also comply with any more restrictive instructions or written policies that may be provided by the City from time to time to protect the confidentiality of Highly Restricted Information. The parties acknowledge that in addition to information disclosed or revealed after the date of this Contract, the Confidential Information shall include information disclosed or revealed within one year prior to the date of this Contract. 25.2. RESTRICTIONS. The Company shall keep the Confidential Information in the strictest confidence, in the manner set forth below: 25.2.1. It shall not copy, modify, enhance, compile or assemble (or reverse compile or disassemble),or reverse engineer Confidential Information. 25.2.2. It shall not, directly or indirectly, disclose, divulge, reveal, report or transfer Confidential Information of the other to any third party or to any individual employed by the Company, other than an employee, agent, subcontractor or vendor of the City or Company who: (i) has a need to know such Confidential Information, and (ii) has executed a confidentiality agreement RFP#269-2017-028 Playground Equipment 111 Exhibit A Sample City Contract incorporating substantially the form of this Section of the Contract and containing all protections set forth herein. 25.2.3. It shall not use any Confidential Information of the City for its own benefit or for the benefit of a third party, except to the extent such use is authorized by this Contract or other written agreements between the parties hereto,or is for the purpose for which such Confidential Information is being disclosed. 25.2.4. It shall not remove any proprietary legends or notices, including copyright notices,appearing on or in the Confidential Information of the other. 25.2.5. The Company shall use its best efforts to enforce the proprietary rights of the City and the City's vendors, licensors and Companys (including but not limited to seeking injunctive relief where reasonably necessary) against any person who has possession of or discloses Confidential Information in a manner not permitted by this Contract. 25.2.6. In the event that any demand is made in litigation, arbitration or any other proceeding for disclosure of Confidential Information, the Company shall assert this Contract as a ground for refusing the demand and, if necessary, shall seek a protective order or other appropriate relief to prevent or restrict and protect any disclosure of Confidential Information. 25.2.7. All materials which constitute, reveal or derive from Confidential Information shall be kept confidential to the extent disclosure of such materials would reveal Confidential Information, and unless otherwise agreed, all such materials shall be returned to the City or destroyed upon satisfaction of the purpose of the disclosure of such information. 25.3. EXCEPTIONS. The parties agree that the Company shall have no obligation with respect to any Confidential Information which the Company can establish: 25.3]. Was already known to the Company prior to being disclosed by the disclosing party; 25.3.2. Was or becomes publicly known through no wrongful act of the Company; 25.3.3. Was rightfully obtained by the Company from a third party without similar restriction and without breach hereof; 25.3.4. Was used or disclosed by the Company with the prior written authorization of the City; 25.3.5. Was disclosed pursuant to the requirement or request of a governmental agency, which disclosure cannot be made in confidence, provided that, in such instance, the Company shall first give to the City notice of such requirement or request; 25.3.6. Was disclosed pursuant to the order of a court of competent jurisdiction or a lawfully issued subpoena, provided that the Company shall take use its best efforts to obtain an agreement or protective order providing that, to the greatest possible extent possible, this Contract will be applicable to all disclosures under the court order or subpoena. 25.4. UNINTENTIONAL DISCLOSURE. RFP#269-2017-028 Playground Equipment 1 12 Exhibit A Sample City Contract Notwithstanding anything contained herein in to the contrary, in the event that the Company is unintentionally exposed to any Confidential Information of the City, the Company agrees that it shall not, directly or indirectly, disclose, divulge, reveal, report or transfer such Confidential Information to any person or entity or use such Confidential Information for any purpose whatsoever. 25.5. REMEDIES. The Company acknowledges that the unauthorized disclosure of the Confidential Information of the City will diminish the value of the proprietary interests therein. Accordingly, it is agreed that if the Company breaches its obligations hereunder, the City shall be entitled to equitable relief to protect its interests, including but not limited to injunctive relief,as well as monetary damages. 26. INSURANCE. 26.1. TYPES OF INSURANCE Company shall obtain and maintain during the life of this Contract, with an insurance Company rated not less than "A"by A.M. Best, authorized to do business in the State of North Carolina, acceptable to the Charlotte-Mecklenburg, Risk Management Division the following insurance: 26.1.1. Automobile Liability - Bodily injury and property damage liability covering all owned, non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person,each accident and$1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. 26.1.2. Commercial General Liability - Bodily injury and property damage liability as shall protect the Company and any subcontractor performing Services under this Contract, from claims of bodily injury or property damage which arise from performance of this Contract, whether such operations are performed by the Company, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate,or$1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for Products, operations, personal and advertising injury, and contractual liability, assumed under the indemnity provision of this Contract. 26.1.3. Workers' Compensation and Employers Liability - meeting the statutory requirements of the State of North Carolina, $500,000 per accident limit, $500,000 disease per policy limit,$500,000 disease each employee limit. The Company shall not commence any Services in connection with this Contract until it has obtained all of the foregoing types of insurance and such insurance has been approved by the City. The Company shall not allow any subcontractor to commence Services on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. 26.2. OTHER INSURANCE REQUIREMENTS. 26.2.1. The City shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Company and/or subcontractor providing such insurance. RFP#269-2017-028 Playground Equipment 113 Exhibit A Sample City Contract 26.2.2. The City of Charlotte shall be named as an additional insured for operations or Services rendered under the general liability coverage. The Company's insurance shall be primary of any self-funding and/or insurance otherwise carried by the City for all loss or damages arising from the Company's operations under this agreement. 26.2.3. Certificates of such insurance will be furnished to the City and shall contain the provision that the City be given thirty (30) days' written notice of any intent to amend coverage reductions or material changes or terminate by either the insured or the insuring Company. 26,2.4. Should any or all of the required insurance coverage be self-funded/self- insured, a copy of the Certificate of Self-Insurance or other documentation from the North Carolina Department of Insurance shall be furnished to the City. 26.2.5. If any part of the Services under this Contract is sublet, the subcontractor shall be required to meet all insurance requirements as listed above. However, this will in no way relieve the Company from meeting all insurance requirements or otherwise being responsible for the subcontractor. 27. COMMERCIAL NON-DISCRIMINATION. As a condition of entering into this Contract, the Company represents and warrants that it will As a condition of entering into this agreement, the Company represents and warrants that it will fully comply with the City's Commercial Non-Discrimination Policy, as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder. As part of such compliance, the Company shall not discriminate on the basis of race,gender,religion, national origin,ethnicity, age or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors or suppliers in connection with a City contract or contract solicitation process, nor shall the Company retaliate against any person or entity for reporting instances of such discrimination. The Company shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its subcontracting and supply opportunities on City contracts, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace. The Company understands and agrees that a violation of this clause shall be considered a material breach of this Agreement and may result in termination of this Agreement, disqualification of the Company from participating in City contracts or other sanctions. As a condition of entering into this Contract, the Company agrees to: (a)promptly provide to the City in a format specified by the City all information and documentation that may be requested by the City from time to time regarding the solicitation, selection, treatment and payment of subcontractors in connection with this Contract; and (b) if requested, provide to the City within sixty days after the request a truthful and complete list of the names of all subcontractors, vendors, and suppliers that the Company has used on City contracts in the past five years, including the total dollar amount paid by the Company on each subcontract or supply contract. The Company further agrees to fully cooperate in any investigation conducted by the City pursuant to the City's Non-Discrimination Policy, to provide any documents relevant to such investigation that are requested by the City, and to be bound by the award of any arbitration conducted under such Policy. RFP#269-2017-028 Playground Equipment 114 Exhibit A Sample City Contract The Company agrees to provide to the City from time to time on the City's request, payment affidavits detailing the amounts paid by the Company to subcontractors and suppliers in connection with this Contract within a certain period of time. Such affidavits shall be in the format specified by the City from time to time The Company understands and agrees that violation of this Commercial Non- Discrimination provision shall be considered a material breach of this Contract and may result in contract termination, disqualification of the Company from participating in City contracts and other sanctions. 28. NOTICES AND PRINCIPAL CONTACTS. Any notice, consent or other communication required or contemplated by this Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight courier, by electronic mail or by telefax to the intended recipient at the address set forth below: For the Company: For the City: Karen Ewing City of Charlotte Procurement Management Division 600 East Fourth Street,CMGC 9th Floor Charlotte,NC 28202-2850 PHONE: PHONE: 704-336-2992 FAX: FAX: 704-632-8254 E-MAIL: kelmore@ci.charlotte.nc.us With Copy To(Company): With Copy To(City): Cindy White City of Charlotte City Attorney's Office 600 East Fourth Street CMGC 15th Floor Charlotte,NC 28202 PHONE: PHONE: (704)336-3012 EMAIL: cwhite@ci.charlotte.nc.us Notice shall be effective upon the date of receipt by the intended recipient; provided that any notice, which is sent by telefax or electronic mail, shall also be simultaneously sent by mail deposited with the U.S. Postal Service or by overnight courier. Each party may change its address for notification purposes by giving the other party written notice of the new address and the date upon which it shall become effective. 29. MISCELLANEOUS. 29.1. ENTIRE AGREEMENT. This Contract is the entire agreement between the parties with respect to its subject matter, and there are no other representations,understandings,or agreements between the parties with respect to such subject matter. This Contract supersedes all prior agreements,negotiations,representations and proposals,written or oral. 29.2. AMENDMENT. No amendment or change to this Contract shall be valid unless in writing and signed by both parties to this Contract. 29.3. GOVERNING LAW AND JURISDICTION. RFP#269-2017-028 Playground Equipment 115 Exhibit A Sample City Contract The parties acknowledge that this Contract is made and entered into in Charlotte, North Carolina, and will be performed in Charlotte, North Carolina. The parties further acknowledge and agree that North Carolina law shall govern all the rights, obligations, duties and liabilities of the parties under this Contract, and that North Carolina law shall govern interpretation and enforcement of this Contract and any other matters relating to this Contract (all without regard to North Carolina conflicts of law principles). The parties further agree that any and all legal actions or proceedings relating to this Contract shall be brought in a state or federal court sitting in Mecklenburg County, North Carolina. By the execution of this Contract, the parties submit to the jurisdiction of said courts and hereby irrevocably waive any and all objections, which they may have with respect to venue in any court sitting in Mecklenburg County,North Carolina. 29.4. BINDING NATURE AND ASSIGNMENT. This Contract shall bind the parties and their successors and permitted assigns. Neither party may assign any of the rights and obligations thereunder without the prior written consent of the other. Any assignment attempted without the written consent of the other party shall be void. 29.5. CITY NOT LIABLE FOR DELAYS. It is agreed that the City shall not be liable to the Company, its agents or representatives or any subcontractor for or on account of any stoppages or delay in the performance of any obligations of the City or any other party hereunder caused by injunction or other legal or equitable proceedings or on account of any other delay for any cause beyond the City's reasonable control. The City shall not be liable under any circumstances for lost profits or any other consequential, special or indirect damages. 29.6. FORCE MAJEURE. 29.6.1. The Company shall be not liable for any failure or delay in the performance of its obligations pursuant to this Contract(and such failure or delay shall not be deemed a default of this Contract or grounds for termination hereunder if all of the following conditions are satisfied: (i) if such failure or delay: (a) could not have been prevented by reasonable precaution, and (b) cannot reasonably be circumvented by the non-performing party through the use of alternate sources, work-around plans, or other means; and (ii) if and to the extent such failure or delay is caused, directly or indirectly, by fire, flood, earthquake, hurricane, elements of nature or acts of God, acts of war, terrorism,riots,civil disorders,rebellions or revolutions, or court order. 29.6.2. Upon the occurrence of an event which satisfies all of the conditions set forth above (a "Force Majeure Event") the Company shall be excused from any further performance of those of its obligations pursuant to this Contract affected by the Force Majeure Event for as long as (a) such Force Majeure Event continues and (b) the Company continues to use commercially reasonable efforts to recommence performance whenever and to whatever extent possible without delay. 29.6.3. Upon the occurrence of a Force Majeure Event, the Company shall immediately notify the City by telephone (to be confirmed by written notice within two (2) days of the inception of the failure or delay)of the occurrence of a Force Majeure Event and shall describe in reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event prevents the Company RFP#269-2017-028 Playground Equipment 116 Exhibit A Sample City Contract from performing its obligations for more than five (5) days, the City may terminate this Contract. 29.6.4. Strikes, slow-downs, walkouts, lockouts, and individual disputes are not excused under this provision. 29.7. SEVERABILITY. The invalidity of one or more of the phrases, sentences,clauses or sections contained in this Contract shall not affect the validity of the remaining portion of the Contract so long as the material purposes of the Contract can be determined and effectuated. If any provision of this Contract is held to be unenforceable, then both parties shall be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and this Contract shall be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent. 29.8. NO PUBLICITY. No advertising, sales promotion or other materials of the Company or its agents or representations may identify or reference this Contract or the City in any manner absent the written consent of the City. 29.9. APPROVALS. All approvals or consents required under this Contract must be in writing. 29.10. WAIVER. No delay or omission by either party to exercise any right or power it has under this Contract shall impair or be construed as a waiver of such right or power. A waiver by either party of any covenant or breach of this Contract shall not be constitute or operate as a waiver of any succeeding breach of that covenant or of any other covenant. No waiver of any provision of this Contract shall be effective unless in writing and signed by the party waiving the rights. 29.11. SURVIVAL OF PROVISIONS. The following sections of this Contract shall survive the termination hereof: Section 4.3 "Employment Taxes and Employee Benefits" Section 15 "Representations and Warranties of Company" Section 18 "Term and Termination of Contract" Section 21 "City Ownership of Work Product" Section 23 `indemnification" Section 25 "Confidential Information" Section 26 "Insurance' Section 28 "Notices and Principal Contacts" Section 29 "Miscellaneous" 29.12. CHANGE IN CONTROL. In the event of a change in "Control" of the Company (as defined below), the City shall have the option of terminating this Contract by written notice to the Company. The Company shall notify the City within ten(10)days of the occurrence of a change in control. As used in this Contract, the term "Control" shall mean the possession, direct or indirect,of either(i)the ownership of or ability to direct the voting of,as the case may be fifty-one percent (51%) or more of the equity interests, value or voting power in the Company or (ii) the power to direct or cause the direction of the management and policies of the Company whether through the ownership of voting securities,by contract or otherwise. RFP#269-2017-028 Playground Equipment 117 Exhibit A Sample City Contract 29.13. DRAFTER'S PROTECTION. Each of the Parties has agreed to the use of the particular language of the provisions of this Contract and any questions of doubtful interpretation shall not be resolved by any rule or interpretation against the drafters, but rather in accordance with the fair meaning thereof, having due regard to the benefits and rights intended to be conferred upon the Parties hereto and the limitations and restrictions upon such rights and benefits intended to be provided. 29.14. FAMILIARITY AND COMPLIANCE WITH LAWS AND ORDINANCES. The Company agrees to make itself aware of and comply with all local, state and federal ordinances, statutes, laws, rules and regulations applicable to the Services. The Company further agrees that it will at all times during the term of this Contract be in compliance with all applicable federal, state and/or local laws regarding employment practices. Such laws will include, but shall not be limited to, workers' compensation,the Fair Labor Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and Medical Leave Act (FMLA) and all OSHA regulations applicable to the Services. 29.15. CONFLICT OF INTEREST. The Company covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect that would conflict in any manner or degree with the performance of Services required to be performed under the Contract. 29.16. NO BRIBERY. The Company certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the forgoing has bribed or attempted to bribe an officer or employee of the City in connection with the Contract. 29.1 7. HARASSMENT. The Company agrees to make itself aware of and comply with the City's Harassment Policy.The City will not tolerate or condone acts of harassment based upon race,sex, religion, national origin, color, age, or disability. Violators of this policy will be subject to termination. 29.18. TRAVEL UPGRADES. The City has no obligation to reimburse the Company for any travel or other expenses incurred in connection with this Contract unless this Contract specifically requires reimbursement. If this Contract requires reimbursement by the City: (a) the City will only pay coach/economy rate airline fares, and (b)the Company's invoices shall include sufficient detail of travel expenses to demonstrate that fares were at coach/economy rates. Notwithstanding the forgoing, nothing in this provision shall preclude complimentary upgrades to first class or business class seating, mileage, points, or credits based upgrades, or upgrades paid for by the contractor so long as the City is not charged for or asked to reimburse the upgrade charge or the value of the miles,points,or credits used. 29.19. TAXES. Except as specifically stated elsewhere in this Contract, the Company shall pay all applicable federal, state and local taxes which may be chargeable against the performance of the Services. The Company consents to and authorizes the City to collect any and all delinquent taxes and related interest, fines, or penalties of the Company by reducing any payment, whether monthly, quarterly, semi-annually, annually, or otherwise, made by the City to the Company pursuant to this Contract RFP#269-2017-028 Playground Equipment 1 18 Exhibit A Sample City Contract for an amount equal to any and all taxes and related interest, fines,or penalties owed by the Company to the City. The Company hereby waives any requirements for notice under North Carolina law for each and every instance that the City collects delinquent taxes pursuant to this paragraph. This paragraph shall not be construed to prevent the Company from filing an appeal of the assessment of the delinquent tax if such appeal is within the time prescribed by law. 29.20_ UNIFORM ADMINISTRATIVE REQUIREMENTS By entering into this Contract, the Company agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter 11, Part 200 — Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards contained in Title 2 C.F. R. §200 et seq. 29.21. COUNTERPARTS. This Contract may be executed in any number of counterparts, all of which taken together shall constitute one single agreement between the parties. [Signature Page Follows] RFP#269-2017-028 Playground Equipment 119 Exhibit A Sample City Contract IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and understood each and every provision hereof, the parties have caused this Contract to be executed on the date first written above. COMPANY: BY: PRINT NAME: TITLE: DATE: CITY OF CHARLOTTE: CITY OF CHARLOTTE: CITY MANAGER'S OFFICE RISK MANAGEMENT DIVISION BY: BY: PRINT NAME: PRINT NAME: TITLE: TITLE: DATE: DATE: RFP##269-2017-028 Playground Equipment 120 • II Contract#2017001134 Amendment#: 3 Vendor#• 121531 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG THIRD AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES THIS THIRD AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES (this 'First Amendment') is made and entered into this 1st day of September 2018, by and between Playcore Wisconsin, Inc. d/b/a GameTime, a corporation doing business in North Carolina (the "Company"), and the City of Charlotte. a North Carolina municipal corporation (the "City"). Statement of Background and Intent A. The City of Charlotte and the Company entered into an Agreement dated July 1, 2.017 (the 'Contract") pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services for the City of Charlotte B. The City of Charlotte and the Company agreed to amend the contract on January 1, 2018 to incorporate unit price adjustments and freight rate adjustments. C. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby agree to the following: AGREEMENT 1. The terms of the Contract are restated by and incorporated into this Second Amendment by reference. 2. Defined terms used in this Second Amendment shall have the same meaning as are assigned to such terms in the Contract. 3. This Third Amendment incorporates Federal Contract Terms and Conditions as Exhibit H and attached hereto, due to new laws and requirements, effective July 1, 2018. 4. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights. obligations, remedies, or claims the parties may otherwise have under the Contract. 5. In all other respects and except as modified herein, the terms of the Contract shall remain in force and effect. [Signature Page Follows] Game Time September 1, 2018 2017001134-3 Cont ract#:2017001134 Amendment#: 3 Vendor#: 121531 IN WITNESS WHEREOF, and in acknowledgement that the parties hereto have read and understood each and every provision hereof, the parties have caused this First Amendment to be executed as of the date first written above. PLAYCORE WISCONSIN, INC. D/B/A GAMETIME CITY OF CHARLOTTE: CITY MANAGER'S OFFICE OFFICE/DEPARTMENT/DIVISION BY: BY: (signature) (signature PRINT NAME: Donald R. King PRINT NAME: _++ rlA�f S, TITLE: Director of Sales Administration TITLE: A.0 (/ T Alt q,1#e DATE: August 17,2018 DATE: 1 ( 7 r ) 0 CITY OF CHARLOTTE: INSURANCE AND RISK MANAGEMENT BY: (Signa urn) /4F 1.1" wiNamo(� 01:175-00PRINT NAME: i`Sie-i2- 'Y�0 TITLE: '+.tr -I4Q. "'Tr- DATE: q� DATE: � f g �J GemeTlme September 1, 2018 2017001134-3 Contract#:2017 001134 Amendment#: 3 Vendor#: 121531 Exhibit H Federal Contract Terms and Conditions This Exhibit is attached and incorporated into the Agreement to Provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services (the "Contract") between the City of Charlotte and Playcore Wisconsin, Inc. d/b/a GameTime. Capitalized terms not defined in this Exhibit shall have the meanings assigned to such terms in the Contract. In the event of a conflict between this Exhibit and the terms of the main body of the Contract or any other exhibit or appendix, the terms of this Exhibit shall govern. 1. Debarment and Suspension. The Company represents and warrants that, as of the Effective Date of the Contract, neither the Company nor any subcontractor or subconsultant performing work under this Contract (at any tier) is included on the federally debarred bidder's list listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." If at any point during the Contract term the Company or any subcontractor or subconsultant performing work at any tier is included on the federally debarred bidder's list, the Company shall notify the City immediately. 2. Record Retention. The Company certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The Company further certifies that vendor will retain all records as required by 2 CFR § 200.333 for a period of three years after it receives City notice that the City has submitted final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. 3. Procurement of Recovered Materials. The Company represents and warrants that in its performance under the Contract, the Company shall comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials • identified in the EPA guidelines. 4. Clean Air Act and Federal Water Pollution Control Act. Company agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) 5. Energy Efficiency. The Company certifies that the Company will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). GameTime September 1,2018 2017001134-3 Contract#:2017001134 Amendment#: 3 Vendor#, 121531 6. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Company certifies that: a. No federal appropriated funds have been paid or will be paid, by or on behalf of the Company, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal Loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of and Federal contract, grant, loan, or cooperative agreement. b. If any funds other than federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the Company shall complete and submit Standard Form—LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). c. The Company shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 7. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). If the Contract is in excess of $100,000 and involves the employment of mechanics or laborers, the Company must comply with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, the Company is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or purchases of transportation or transmission of intelligence. 8. Right to Inventions. If the federal award is a "funding agreement" under 37 CFR 401.2 and the City wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment of performance or experimental, developmental or research work thereunder, the City must comply with 37 CFR Part 401, 'Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,' and any implementing regulations issued by the awarding agency. 9. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). In its performance under the Contract, the Company shall comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, the Company is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, the Company is required to pay wages not less than once a week. 10. Copeland "Anti-Kickback" Act (40 U.S.C. 3145). In its performance under the Contract, the Company shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as Game Time September 1,2016 2017001134-3 • C ontract#:2017001134 Amendment#: 3 Vendor#: 121531 supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that the Company is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 11. Equal Employment Opportunity. In its performance under the Contract, Company shall comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 19641965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." GameTime September 1,2018 2017001134-3 C ontract#:2 017001134 Amendment#_2 Vendor#: 121531 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG SECOND AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES THIS SECOND AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES (this "First Amendment') is made and entered into this 3rd day of May 2018, by and between Playcore Wisconsin, Inc. d/b/a GarneTirne, a corporation doing business in North Carolina (the"Company"), and the City of Charlotte.a North Carolina municipal corporation (the"City"). Statement of Background and Intent A The City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the "Contract") pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services for the City of Charlotte. B. The City of Charlotte and the Company agreed to amend the contract on January 1, 2018 to incorporate unit price adjustments and freight rate adjustments. C. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby agree to the following: AGREEMENT 1. The terms of the Contract are restated by and incorporated into this Second Amendment by reference. 2. Defined terms used in this Second Amendment shall have the same meaning as are assigned to such terms in the Contract. 3. This Second Amendment incorporates unit price adjustments as specified in Exhibit A (attached). The aggregate increase of 3.6 percent (3.6%) due to increased tariffs on steel and aluminum imports shall become effective on all future Company orders as of May 3, 2018. 4. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the parties may otherwise have under the Contract. 5. In all other respects and except as modified herein, the terms of the Contract shall remain in force and effect. [Signature Page Follows) Game Time May 3,2018 2017001134-2 Contract#:2017001134 Amendment#. 2 Vendor#: 121531 IN WITNESS WHEREOF, and in acknowledgement that the parties hereto have read and understood each and every provision hereof,the parties have caused this First Amendment to be executed as of the date first written above. Playcore Wisconsin, Inc.d/b/a GameTime CITY OF CHARLOTTE: CITY MANAGER'S OFFICE OFFICE/DFEPARTME T/D ,;IION BY: �----� BY: /r/4 (signature) (signat e) PRINT NAME: Donald R. King PRINT NAME: TITLE: Director of Sales Administration TITLE: G�rU DATE: April 3, 2018 DATE: `� [f/fk CITY OF CHARLO E: INSURANCE AN SK ANAGEMENT f,• BY: (signature) PRINT NAME: tIA(I 1 6.1 TITLE: 6 i DATE: _ "1 / I ,S GameTime May 3,2018 2017001134-2 Contract#.2017001134 Amendment#: 1 Vendor#: 121531 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG FIRST AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES THIS FIRST AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES (this "First Amendment") is made and entered into this 1s1 day of January 2018, by and between Playcore Wisconsin, Inc. d/bla GameTime. a corporation doing business in North Carolina (the"Company"), and the City of Charlotte, a North Carolina municipal corporation (the"City"). Statement of Background and Intent A. The City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the -Contract") pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services for the City of Charlotte. B. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein. the parties hereby agree to the following: AGREEMENT 1. The terms of the Contract are restated by and incorporated into this First Amendment by reference. 2. Defined terms used in this First Amendment shall have the same meaning as are assigned to such terms in the Contract. 3. This First Amendment incorporates unit price adjustments as specified in Exhibit A (attached) and becomes effective on January 1, 2018. 4. This First Amendment incorporates freight rate adjustments as specified in Exhibit D (attached) and becomes effective on January 1. 2018. 5. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the parties may otherwise have under the Contract. 6. In all other respects and except as modified herein, the terms of the Contract shall remain in force and effect. (Signature Page Follows] ADVANCE STORES COMPANY. INC Jan. 1.2018 2017000280-1 Contract#:2017001134 Amendment#: 1 Vendor#: 121531 IN WITNESS WHEREOF, and in acknowledgement that the parties hereto have read and understood each and every provision hereof, the parties have caused this First Amendment to be executed as of the date first written above. Playcore Wisconsin, Inc. dlbla GameTime CITY OF CHARLOTTE: CITY MANAGER'S OFFICE OFFICEIDEPARTMENTIDIVIS�ION BY: 1 BY: .�.:� ,pmt„� - . (signature) (signature) .i PRINT NAME: Donald R. King PRINT NAME: arr!a(y rri•,r,<:cr TITLE: Director of Sales Administration TITLE: ,rc DATE: December 20,2017 DATE: • CITY OF CHARLOTTE: INSURANCE AND RISK MANAGEMENT BY: (signs re) JJ PRINT NAME: L/I/l •5 t'L I / t' TITLE: ri-2% wr•4c� 1:.yt DATE: 721 /f �G1tt.� .J ADVANCE STORES COMPANY. INC Jan. 1,2018 2017000260-1