Loading...
08/21/2025Thursday, August 21, 2025 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda August 21, 2025City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. A spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 Fire Oaths 5. Approval of Minutes 5.1 Approve the minutes of the August 7, 2025 City Council meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 8/19/2025 August 21, 2025City Council Meeting Agenda 6. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. 6.1 Approve agreement for professional external audit services for five fiscal years ending September 30, 2025, through 2029, with the accounting/auditing firm of Cherry Bekaert, LLP, for a not-to-exceed amount of $825,000.00 pursuant to RFP 32-25 and authorize the appropriate officials to execute same. (consent) 6.2 Approve a purchase order to Rep Services, Inc., of Longwood, Florida for the purchase and installation of playground equipment at Marymont Park located at 1900 Gilbert Street in the total amount of $258,226.72, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical; and authorize the appropriate officials to execute same. (consent) 6.3 Approve acceptance of University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM), High Visibility Education (HVE) and Support Program for Pedestrian and Bicycle Safety Grant Award in the amount of $22,969.15 for police overtime, and authorize the appropriate officials to execute same. (consent) 6.4 Approve an agreement with the Pinellas County Sheriff’s Office, Largo, Florida, in the amount not to exceed $520,996.00 for forensic crime scene processing, latent prints, property and evidence storage, and Pinellas Juvenile Assessment Center security services, during the one-year period commencing on October 1, 2025 through September 30, 2026, and authorize the appropriate officials to execute same.(consent) 6.5 Approve an Event License Agreement between Jones Lang LaSalle Americas, Inc, in its capacity as agent for the owner of the premises known as Countryside Mall, located at 27001 US Highway 19 North, Clearwater, Florida, and the City of Clearwater Police Department for the purpose of hosting a Shred-A-Thon and Operation Medicine Cabinet event on October 25, 2025, located at the Countryside Mall and authorize the appropriate officials to execute same. (consent) Page 3 City of Clearwater Printed on 8/19/2025 August 21, 2025City Council Meeting Agenda 6.6 Authorize a purchase order to Trane U.S. Inc. for the procurement of Heating, Ventilation, and Air Conditioning (HVAC) equipment replacements, repair parts, and related services in a cumulative amount not to exceed $4,500,000.00 through August 31, 2027, pursuant to City Code of Ordinances Section 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same (consent) 6.7 Approve purchase orders to Nichols Contracting, Inc. and TK Elevator for the repair and/or replacement of damaged elevators caused by Hurricane Helene in the cumulative amount of $883,468.93 pursuant to Request for Proposal (RFP) 28-25 and authorize appropriate officials to execute same. (consent) 6.8 Approve a purchase order with Maire Company (Maire) for services provided under the lease agreement, as well as certain additional work outside of the lease in the amount of $193,316.00 for the fourth term beginning October 1, 2025, through September 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchases, and authorize the appropriate officials to execute same. (consent) 6.9 Approve a purchase order to Oracle America, Inc. of Redwood Shores, CA for software maintenance in a not-to-exceed amount of $210,704.79 for a one-year term pursuant to Clearwater Code of Ordinances Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) 6.10 Approve Architect of Record (AOR) Consulting Services Agreements, as listed, to provide architectural and related services under a continuing contract for a four-year term pursuant to Request for Qualifications (RFQ) 29-25 and authorize the appropriate officials to execute same. (consent) Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 7.1 Appoint 10 members to the 2025 Affordable Housing Advisory Committee to include the appointment of a locally elected official and adopt Resolution 25-12. Page 4 City of Clearwater Printed on 8/19/2025 August 21, 2025City Council Meeting Agenda 7.2 Approve the State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentive Certification for the closeout year 2022-2023 and interim year 2023-2024 and allow appropriate officials to execute same. 7.3 Continue to September 18, 2025: Adopt ordinance 9840-25 on second reading, amending Clearwater Code of Ordinances Chapter 22, Article II, Sections 22.24(1) and 22.42(6) by authorizing the limited use of certain vehicles on public beaches by permit pursuant to amendments to F.S. 161.58. 7.4 Update council rules and adopt Resolution 25-12. 7.5 Approve the vacation of the westerly 5-foot utility easement as platted, requested by landowners Sandra and Joseph Capper located at 1086 Eldorado Ave, Clearwater, FL 33767 as further defined a portion of Lot 10, Block 70, along with a portion of the south ½ of Lot 11, Block 70, Mandalay, a subdivision according to the plat thereof recorded in Plat Book 14, Page 32, Pubic Records of Pinellas County, Florida, and pass Ordinance 9821-25 on first reading. 7.6 Approve the annexation of 2201 Main Street, Dunedin, Florida, and pass Ordinance 9834-25 on first reading. (ANX2025-05006). 7.7 Approve a Future Land Use Map amendment from undesignated (Pinellas County) to the Institutional (I) category for 2201 Main Street, Dunedin, Florida, and pass Ordinance 9835-25 on first reading. (LUP2025-05001) 8. Quasi-Judicial Public Hearings 1. Staff states its recommendation and briefly summarizes its reasons for the recommendation and submits record (minutes, staff report, and application) adduced before the Community Development Board (2 minutes). 2. Applicant presents case, including its testimony and exhibits (15 minutes). 3. Staff presents further evidence (10 minutes). 4. Public comment. 5. City Council discussion. 6. Applicant may call witnesses in rebuttal (5 minutes). 7. Conclusion by applicant (3 minutes). 8. Decision. 8.1 Approve a Zoning Atlas Amendment from undesignated (Pinellas County) to the Institutional (I) District for 2201 Main Street, Dunedin, Florida and pass Ordinance 9836-25 on first reading. (REZ2025-05001). 9. City Manager Reports 10. City Attorney Reports Page 5 City of Clearwater Printed on 8/19/2025 August 21, 2025City Council Meeting Agenda 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor 13. Adjourn Page 6 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0724 Agenda Date: 8/21/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Fire Oaths SUMMARY: Henry, Wyatt Humphreys, Dexter Kelly, Chancellor Ligon, Raymond Osburn, Caroline Serrai, Rami Short, Logan Smith, Kelloch Stokes, Charles Page 1 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0114 Agenda Date: 8/21/2025 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the August 7, 2025 City Council meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 8/19/2025 City Council Meeting Minutes August 7, 2025 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, August 7, 2025 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes August 7, 2025 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Bruce Rector, Vice Mayor Lina Teixeira, Councilmember David Allbritton, Councilmember Ryan Cotton and Councilmember Michael Mannino Also Present: Jennifer Poirrier – City Manager, Daniel Slaughter – Assistant City Manager, Alfred Battle – Assistant City Manager, David Margolis – City Attorney, and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Draft 1. Call to Order – Mayor Rector The meeting was called to order at 6:00 p.m. 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 Diversity Poster Contest Presentation - Karen Swafford, HR Division Manager 4.2 US Coast Guard Appreciation Month Proclamation 5. Approval of Minutes 5.1 Approve the minutes of the July, 10, 2025 city council meeting as submitted in written summation by the City Clerk. Vice Mayor Teixeira moved to approve the minutes of the July, 10, 2025 city council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as submitted. Draft City Council Meeting Minutes August 7, 2025 Page 3 City of Clearwater 6.1 Approve a Third Mortgage Modification Agreement between Palmetto Preservation, LTD. and the City of Clearwater authorizing a new property manager, HK Management LLC, and permitting administrative approval of future management changes; and authorize appropriate officials to execute the same. (consent) 6.2 Authorize the purchase of vehicles (heavy and light duty) and equipment in the not-to-exceed amount of $12,713,580.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback, 2.563(1)(d) Non-competitive purchases, and 2.561(5) Small Purchases; Authorize an increase to purchase order with Enforcement One of Oldsmar, FL for the upfit of ten Ford Police Interceptors in an amount of $169,172.75 bringing the purchase order total to $444,172.75 pursuant to ITB 46-22; Declare the vehicles and equipment being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code Section 2.623(7)(c) public auction or (e) trade-in; Authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest and authorize the appropriate officials to execute the same. (consent) 6.3 Approve a Sponsorship Agreement between the City of Clearwater and Floridacentral Credit Union, a Financial Institution located at 3333 Henderson Blvd, Tampa for sponsorship and other associated rights with respect to The BayCare Sound and authorize the appropriate officials to execute same. (consent) 6.4 Authorize an Agreement with Saffire LLC. (Saffire) of Austin, TX to provide cloud-based software services that enable customer access and online ticket purchases for City of Clearwater events, for the term August 7, 2025 through August 6, 2026, with three, one-year renewal options pursuant to RFP 04-25 and authorize the appropriate officials to execute same. (consent) 6.5 Authorize an increase on purchase order to Williamson Dacar Associates dba Williamson Design Associates (WDA) of Clearwater, FL for the interior and furniture design for the Clearwater Beach Library at the Clearwater Beach Recreation Center in the amount of $19,575.00 bringing the design service total to $112,115.00 and authorize the appropriate officials to execute same. (consent) 6.6 Authorize purchase orders to Ballfer Service Group of Ruskin, FL, Cardinal Fence LLC of Clearwater, FL, and Smith Fence Company of Clearwater FL, for comprehensive fencing products and services for various projects throughout the city in the cumulative annual not-to-exceed amount of $1,000,000.00, for initial term August 1, 2025 through July 31, 2026, with three, one-year renewal options pursuant Draft City Council Meeting Minutes August 7, 2025 Page 4 City of Clearwater to Invitation to Bid 31-25 and authorize the appropriate officials to execute same. (consent) 6.7 Authorize an increase to purchase order with WSP USA Inc for Parks and Recreation Department Bridge Inspections in the amount of $67,575.50, bringing the total to $148,483.25, pursuant to RFQ 34-23, Engineer of Record Consulting Services, and authorize the appropriate officials to execute same. (consent) 6.8 Authorize an Agreement between the City of Clearwater and The Greater Clearwater Regional Chamber of Commerce dba AMPLIFY Clearwater to provide visitor information services at the Clearwater Beach Visitor Information Center, for the period October 1, 2025 through September 30, 2029, at a cost not to exceed $307,496.60 over the term of the Agreement and authorize the appropriate officials to execute same. (consent) 6.9 Authorize a purchase order to Meridian Rapid Defense Group, of Pasadena, California for the purchase of a Meridian Archer Trailer Kit 1000 in the total amount of $129,785.18, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent) 6.10 Approve the Interlocal Agreement between the City of Clearwater and Forward Pinellas for the Clearwater Beach South Transportation Action Plan (TAP); authorize a one-time city payment of $50,000 to Forward Pinellas; and authorize the appropriate officials to execute same. (consent) 6.11 Approve a Purchase Order to Atlantic Pipe Services (APS) of Sanford, FL for stormwater conveyance pipe and structure cleaning, inspection, lining and repair services in the not-to-exceed amount of $1,000,000.00, for an initial one-year term with option for two additional one-year terms on a unit price basis, pursuant to Clearwater Code of Ordinances Section 2.563.(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 6.12 Approve a purchase order to American Grinding Company, of Grand Rapids, MI, for sidewalk grinding and maintenance on a unit price basis in the amount of $850,000.00 through July 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563 (1) (c), piggyback and authorize the appropriate officials to execute same. (consent) 6.13 Authorize purchase order(s) to multiple vendors as listed, for the maintenance, repairs, and related purchases, in the cumulative annual amount of $1,250,000.00, for term August 8, 2025 through August 7, 2026, with two, one-year renewal options pursuant to City Code of Ordinances Sections 2.563(1)(a), Single Source, and Draft City Council Meeting Minutes August 7, 2025 Page 5 City of Clearwater 2.563(1)(d), Standardization, and authorize the appropriate officials to execute same. (consent) 6.14 Authorize a purchase order and agreement to Aquatic Informatics of Vancouver, BC, for Linko software and WIMS Rio Software subscription for water and wastewater plants in the not-to-exceed amount of $84,398.44, of which $24,020.00 is a ratify and confirm, for the term January 1, 2025, through December 31, 2026, pursuant to City Code Section 2.563(1)(d) impractical to bid and authorize the appropriate officials to execute same. (consent) 6.15 Authorize a Purchase Order to Hach Company of Loveland, CO for the purchase of testing equipment, laboratory instruments, chemicals, parts, and related supplies and services in the amount of $361,864.64, of which $11,864.64 is a ratify and confirm, for the term of June 14, 2025, through August 4, 2026, with two (2), one-year renewal options pursuant to Clearwater Code of Ordinances Sections 2.563(1)(a) single source and 2.563(1)(d) non-competitive purchases - impractical. (consent) 6.16 Approve a Professional Services Agreement between the City of Clearwater and Thompson Consulting Services, LLC for debris monitoring services pursuant to RFP 25-25, and authorize the appropriate officials to execute same. (consent) 6.17 Authorize an increase and extension on purchase order to Heath Consultants, Inc. of Houston, TX for gas leak surveys, corrosion inspections and meter maintenance in the annual amount of $85,072.22 for year three, increasing the annual not-to-exceed amount from $217,360.00 to $302,432.22 and extend by 149 Calendar days, through December 31, 2025, pursuant to Invitation to Bid (ITB) 15-22 and authorize the appropriate officials to execute the same. Councilmember Allbritton moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings 7.1 Approve the adoption of the City of Clearwater’s 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan, which is the first Action Plan of the new Consolidated Plan, to implement the goals and objectives set forth in the Consolidated Plan, and authorize the appropriate officials to enter into agreements with HUD and organizations approved for funding, together with authorization to execute administrative adjustments to same as needed. Draft City Council Meeting Minutes August 7, 2025 Page 6 City of Clearwater On July 16, 2020, City Council approved the 2020/2021-2024/2025 Consolidated Plan (Consolidated Plan) identifying the city’s goals and objectives with respect to the city’s administration of HOME Investment Partnerships (HOME) and Community Development Block Grant (CDBG) program funds. Every five years, the city is required to update its Consolidated plan. In preparation of the new 2025/2026-2029/2030 Consolidated Plan, Staff held three community meetings and an application workshop/consultation focus group, published an online community survey, and held strategic goal setting meetings to develop the new plan. Under the Consolidated Plan, the City is required by the U.S. Department of Housing and Urban Development (HUD) to create and implement a plan each year to identify the sources and uses of these funds for housing, community programs, and economic development. This plan, referred to as the Annual Action Plan, provides HUD with the City’s Housing Division budget and proposed expenditures based on the entitlement funds and estimated program income that the City will receive in the upcoming fiscal year to meet the goals and objectives established in the Consolidated Plan. Funds will be used to develop viable communities and sustain existing ones. In addition, the funds will be used to provide safe, decent, and affordable housing to assist extremely low- to moderate-income households. This year’s Annual Action Plan allocates federal funds to provide housing opportunities to extremely low- to moderate-income households for new and existing homes, construction and/or renovation of public facilities, fund public services programs, and to provide commercial façade loans to businesses in opportunity areas. The Annual Action Plan serves as a budget for planned projects and identifies unallocated funds available for additional project(s) throughout the budget year. Staff requests authorization to make administrative adjustments during the budget year to fund additional project(s), including shifting funds between projects within budgetary segments. The 2025/2026-2029/2030 Consolidated Plan, which includes the 2025/2026 Annual Action Plan, is due to HUD on August 16, 2025. All organizations that will be receiving an allocation will have agreements prepared and executed by October 1, 2025. Staff performs compliance monitoring with funded organizations on an annual basis. On June 4, 2025, a notice of 30-day comment period and public hearings was published in the Tampa Bay Times. The notice was corrected and re-noticed on June 11, 2025, extending the comment period until July 11, 2025. On July Draft City Council Meeting Minutes August 7, 2025 Page 7 City of Clearwater 8, 2025, the City’s Neighborhood and Affordable Housing Advisory Board (NAHAB) hosted the first of the two required public hearings and reviewed a motion recommending City Council approval of the 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan. Grant Application Process for CDBG Program The City partners with several non-profit agencies to implement the goals and objectives established in the Consolidated Plan. To obtain these partners, the City annually publishes in February a Notice of Funding Availability in the local newspaper and on its website. This notice informs the public of the resources the City will make available and the eligible uses of those resources. It also informs them of the 30-day application period for requesting funds. The applications were due on March 14, 2025. The city received 26 completed and qualified applications. A Technical Review Committee (TRC) comprised of a professional in the social service and grants community, a member of the NAHAB, a representative of the Homeless Leadership Alliance, and the City Clerk reviewed and ranked the applications. Applicants were provided an opportunity to present their proposed projects at the April 8, 2025, NAHAB meeting. City Housing staff also reviewed each application to ensure it met HUD’s baseline requirements. With guidance from the TRC and NAHAB and based on available funding, City staff prepared recommended funding allocations for the NAHAB’s consideration. The NAHAB met on May 13, 2025, and approved the recommended allocations. On July 8, 2025, NAHAB reviewed and approved a recommendation to City Council to approve the 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan. After the NAHAB meeting, an error was identified with the State Housing Initiatives Partnership Program (SHIP) allocation and budgeted amounts. The corrected plan has been attached to this item. Recommended CDBG Grant Allocations (Competitive) The City may allocate up to 15% ($138,882) of its CDBG entitlement funds for Public Services activities. This year, the City received 18 requests for funding subject to the 15% cap. Staff recommends allocation of funding based on TRC scoring. Staff decided to allocate funds equally among all six qualified applications with NAHAB approval. The city received eight requests for funding of Public Facilities improvements. The TRC and staff reviewed each application, and it was determined that only four would qualify for CDBG funding or were feasible. Staff is recommending funding of all eligible components of these four requests (plus project delivery costs paid by the city including inspection fees, environmental review record and other fees). The total staff-recommended allocation for the four projects is $540,874. These investments will help daily operations of each public service provider with improved facility functionality, efficiency, and safety features. Other Recommended Allocations (Non-Competitive) Staff recommends funding of the following additional activities/programs: • Small business/microenterprise, childcare, and façade improvement activities ($446,475), Draft City Council Meeting Minutes August 7, 2025 Page 8 City of Clearwater • New Construction, Rehabilitation, Purchase Assistance (f/k/a Down Payment Assistance), Tenant Based Rental Assistance and Community Housing Development Organization (CHDO) set aside funds ($7,042,920), including SHIP. • Homeownership Education & Counseling ($60,000) utilizing SHIP • Property Acquisition & Demolition ($68,052) • Program administration ($306,214), including SHIP Anticipated Resources In Federal Fiscal Year (FY) 2025/2026, the City will receive $925,886 in entitlement funds for the CDBG program and $383,226.12 in entitlement funds for the HOME program. The City is also reprogramming: $4,900,174.00 in prior year HOME entitlement and program income funding; $108,000 in anticipated FY2025/2026 HOME program income; $392,773 in prior year CDBG entitlement and program income funding; $27,800 in anticipated FY2025/2026 CDBG program income; $311,599 in CDBG Revolving Loan Program funds for housing infill and rehabilitation; and $226,875 in Revolving Loan Program funds for economic development activities. Funds provided through the CDBG program may be used for housing, community and economic development, public services and facilities, acquisition, relocation, and administration. Funds provided through the HOME Program are limited to housing-related activities and administration. Staff is requesting approval for the attached 2025/2026-2029/2030 Consolidated Plan, including the 2025/2026 Annual Action Plan. STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Councilmember Mannino moved to approve the adoption of the City of Clearwater’s 2025/2026-2029/2030 Consolidated Plan and 2025/2026 Annual Action Plan, which is the first Action Plan of the new Consolidated Plan, to implement the goals and objectives set forth in the Consolidated Plan, and authorize the appropriate officials to enter into agreements with HUD and organizations approved for funding, together with authorization to execute administrative adjustments to same as needed. The motion was duly seconded and carried unanimously. 8. Second Readings - Public Hearing 8.1 Adopt Ordinance 9807-25 on second reading, annexing certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, Florida 33759 with certain rights-of-way of Union Street, Soul Road, and County Road 193, Clearwater, Florida 33759 into the corporate limits of the Draft City Council Meeting Minutes August 7, 2025 Page 9 City of Clearwater city and redefining the boundary lines of the city to include said addition. Ordinance 9807-25 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9807-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.2 Adopt Ordinance 9808-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, together with certain rights-of-way of Union Street, Soule Road, County Road 193, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Institutional (I). Ordinance 9808-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9808-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.3 Adopt Ordinance 9809-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2885 and 2860 Sunset Point Road and an unaddressed parcel on Sunset Point Road, Clearwater, Florida 33759, together with certain rights-of-way of Union Street, Soule Road upon annexation into the City of Clearwater, as Institutional (I) Ordinance 9809-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9809-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.4 Adopt Ordinance 9828-25 on second reading, annexing certain real property whose post office address is 1408 Seabreeze Avenue, Clearwater, Florida 33756, together with the abutting right-of-way of Seabreeze Street, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Draft City Council Meeting Minutes August 7, 2025 Page 10 City of Clearwater Ordinance 9828-25 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9828-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.5 Adopt Ordinance 9829-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1408 Seabreeze, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Residential Low (RL). Ordinance 9829-25 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9829-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.6 Adopt Ordinance 9830-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1408 Seabreeze Avenue, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Ordinance 9830-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9830-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.7 Adopt Ordinance 9831-25 on second reading, annexing certain real property whose post office address is 1115 Ridge Avenue, Clearwater, Florida 33755, together with certain Ridge Avenue right-of-way, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Ordinance 9831-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9831-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Draft City Council Meeting Minutes August 7, 2025 Page 11 City of Clearwater Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.8 Adopt Ordinance 9832-25 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1115 Ridge Avenue, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). Ordinance 9832-25 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9832-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.9 Adopt Ordinance 9833-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1115 Ridge Avenue, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Ordinance 9833-25 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9833-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 9. City Manager Reports - None. 10. City Attorney Reports – None. 11. Closing comments by Councilmembers (limited to 3 minutes) Councilmembers Cotton and Allbritton and Vice Mayor Teixeira thanked staff for planning the meetings and activities for the Sister Cities delegation trip to Nagano. It was a wonderful experience, and they look forward to the future growth of the relationship and economic opportunities in the city. Daiso, a Japanese dollar store, is opening in Countryside this September and was one of the companies Council met on the trip. Draft City Council Meeting Minutes August 7, 2025 Page 12 City of Clearwater Councilmember Mannino thanked staff who worked and planned the summer camps at city recreation facilities. Several parents have expressed their appreciation for the summer camp programming and opportunities they provide kids. He wished all the kids a great start to the new school year. Vice Mayor Teixeira said she was honored to represent Clearwater at the funeral service for Sgt. Graff. It was an emotional service for an individual who was loved and deeply respected. 12. Closing Comments by Mayor Mayor Rector reviewed recent and upcoming events and expressed his sympathies to Sgt. Graff's family. He said Sgt. Graff served in Clearwater before he went to Pinellas County schools. Mayor Rector thanked Amber Brice for coordinating the delegation trip to Nagano and Audra Aja for setting up meetings with Japanese businesses and several trade organizations in Tokyo. He thanked Mayor Ogiwara and the Nagano City Council for their hospitality and support of this 66-year relationship. Mayor Rector urged all to be aware of school zones and children crossing streets as school begins next week. 13. Adjourn The meeting adjourned at 6:39 p.m. Mayor City of Clearwater Attest City Clerk Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0749 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve agreement for professional external audit services for five fiscal years ending September 30, 2025, through 2029, with the accounting/auditing firm of Cherry Bekaert, LLP, for a not-to-exceed amount of $825,000.00 pursuant to RFP 32-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: The City employed the accounting/auditing firm of Carr, Riggs & Ingram, LLC for external auditing services for the five fiscal years ending September 30, 2020, through 2024. Per City Charter, Article II, Section 2.01(c)(3), the City cannot employ an external audit firm for more than five consecutive years. The City solicited proposals for external auditing services from qualified firms per Request for Proposal 32-25 issued April 23, 2025. Six firms submitted proposals that were reviewed and ranked by the City’s Auditor Selection Committee, consisting of Councilmember Mike Mannino and two citizens who were appointed by Council. The RFP process was conducted in accordance with Section 218.391, Florida Statutes. Cherry Bekaert, LLP emerged as the top ranked firm. The proposed contract includes a fixed fee of $150,000.00 for the fiscal year 2025 audit, representing a 14.5% increase from the fiscal year 2024 audit fee of $131,000.00. Subsequent audit fees are $153,750.00 for fiscal year 2026, $157,595.00 for fiscal year 2027, $161,535.00 for fiscal year 2028, and $165,570.00 for fiscal year 2029. An additional $36,550.00 is included in the funding request for additional hourly services as needed for expenses related to any significant changes in the scope of the audit due to new governmental accounting and auditing standards/practices, federal grants or other. APPROPRIATION CODE AND AMOUNT: Budgeted funds for this agreement are available in the Finance, Professional Services expense code 0109821-530100. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.1 Provide evidence-based measurement tools to continually guide municipal performance and promote accountable governance. Page 1 City of Clearwater Printed on 8/19/2025 1 AGREEMENT THIS AGREEMENT, made and entered into this _____ day of August, 2025 by and between the CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida, located at 600 Cleveland Street, Suite 600, Clearwater, Florida 33755, hereinafter referred to as "City”, and Cherry Bekaert, LLP, a firm of Certified Public Accountants, located at 401 East Jackson Street, Suite 1200, Tampa, Florida, 33602, hereinafter referred to as "Contractor”; WHEREAS, the City is required by Article II, Section 2.01(c)(3) of the City Charter to provide for an annual audit of its financial accounts; and WHEREAS, the City participates in various Federal, State and County Assistance programs which require independent financial and compliance audits in accordance with rules established by the U.S. Department of Housing and Urban Development, Florida Auditor General, and other agencies; and WHEREAS, the Contractor is in the business of public accounting, is fully qualified to meet the requirements of applicable City, State and Federal law, and desires to perform the necessary services: NOW, THEREFORE, the parties agree as follows: 1. The foregoing recitals are true and correct and are incorporated in and form a part of this Agreement. 2. The “Auditor Services Documents” form the Auditor Services Agreement. The Auditor Services Documents consist of this Agreement between the City and the Contractor (hereinafter “Agreement”) and its attached Exhibits: City of Clearwater Request for Proposal for Professional Auditing Services, (“RFP 32-25”) issued April 23, 2025 (Exhibit “A”); Proposal to provide Professional Auditing Services to the City of Clearwater, Florida (“Proposal”) submitted May 28, 2025 (Exhibit “B”); Engagement Letters from Contractor to City confirming understanding of the services to be provided under the Agreement (“Engagement Letter”) (Exhibit “C”). The Auditor Services Documents shall not be construed to create a contractual relationship of any kind with any third party, including any third-party service provider used by the Contractor in the fulfillment of its obligations under the Agreement. Any conflict or inconsistency in documents relating to this Agreement shall be resolved by giving precedent in the following order: (i) this Agreement and subsequent Amendments; (ii) Exhibit A, (iii) Exhibit B, and (iv) Exhibit C. 2 3. This Agreement relates specifically to the City's fiscal years ending September 30, 2025 thru 2029. City Charter Section 2.01(c)(3) currently prohibits any single audit firm from being employed for more than five consecutive years. The fees for subsequent years are fixed per this Agreement and not expected to deviate from the amounts stated herein except for unanticipated significant changes in the scope of auditing services required by the City. 4. The Contractor shall review the City's annual comprehensive financial report for compliance with GAAP and the applicable requirements of the Certificate of Achievement for Excellence in Financial Reporting program of the Government Finance Officers Association and assist the City in complying with new or existing requirements. The Contractor shall, subject to the terms and conditions of the engagement letter, render a report on the fair presentation of the City's basic financial statements and all individual non-major fund financial statements, in conformity with generally accepted accounting principles, for the fiscal years ending September 30, 2025 thru 2029. The Contractor shall, subject to the terms and conditions of the engagement letter, render a report on the fair presentation of the City's combining and individual fund financial statements and schedules in conformity with generally accepted accounting principles. The Contractor is not required to audit the supplementary information contained in the comprehensive annual financial report, however, the Contractor shall provide an "in-relation-to" report on the supplementary information based on the audit procedures applied during the audit of the basic financial statements and the combining and individual fund financial statements and schedules. The Contractor is not required to audit the introductory or statistical sections of the report. The Contractor shall also perform the required financial and compliance audits associated with Federal, State, and County Assistance programs in accordance with Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements of Federal Awards (Uniform Guidance); the provisions of the Florida Single Audit Act (Section 215.97 Florida Statutes); and rules of other agencies. 5. Following completion of the audit, the Contractor shall, subject to the terms and conditions of the engagement letter, render the following reports: ° Express an opinion or issue a report as appropriate on the fair presentation of the City’s basic financial statements in conformity with U.S. generally accepted accounting principles no later than March 15th annually. 3 ° Express an opinion or issue a report as appropriate on the fair presentation of City’s individual non-major governmental, non-major enterprise, internal service and fiduciary funds financial statements, including any budgetary comparisons presented as basic financial statements, in conformity with U.S. generally accepted accounting principles, no later than March 15th annually. ° Provide an “in-relation-to” opinion or report as appropriate on the supporting schedules of federal and state financial assistance, as well as all statements and schedules included within the financial section of the Annual Comprehensive Financial Report (ACFR). ° Perform certain limited procedures involving required supplementary information as mandated by generally accepted auditing standards. ° Provide a report on internal controls over financial reporting and on compliance and other matters based on an audit of financial statements performed in accordance with government auditing standards. ° Provide a report on compliance with requirements applicable to each major Federal program and state project and on internal control over compliance required by Title 2, U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principals and Audit Requirements for Federal Awards (Uniform Guidance). ° Provide a schedule of findings and questioned costs as mandated by Title 2, U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principals and Audit Requirements for Federal Awards (Uniform Guidance), and the Florida Single Audit Act. ° Provide any other reports required by the Uniform Guidance and the Florida Single Audit Act. ° Provide a Management Letter as required by Section 10.554(1)(i) of the Rules of the Auditor General of the State of Florida including all required disclosures. ° Provide an Independent Accountant’s Report as required by the Florida Auditor General. ° Audit the special purpose Schedule of Revenues and Expenditures of Emergency Medical Services and express an opinion or issue a report as 4 appropriate as to whether the Schedule presents fairly, in all material respects, the revenues and expenditures related to the Emergency Medical Services (EMS) of the City in accordance with the ALS First Responder Agreement. ° Audit the Community Redevelopment Agency financial statements in accordance with Section 163.387(8), Florida Statutes, and Rule 10.556, Rules of the Auditor General. ° Complete the appropriate section of and sign the Data Collection Form. 6. The Contractor, at the end of the audit at no additional cost to the City, will provide a report on the liftable portion of the financial statements that would be suitable to include with the financial statements included in a debt issuance. When this report is used, the City will include in their offering statement the following: “Cherry Bekaert, LLP our independent auditor, has not been engaged to perform and has not performed, since the date of its report included herein, any procedures on the financial statements addressed in that report. Cherry Bekaert, LLP also has not performed any procedures relating to this official statement.” 7. The Contractor shall assist the City in scheduling the Annual Comprehensive Financial Report to be completed and issued no later than March 15th, succeeding each fiscal year. Contractor/City meetings will be held at least once per month until completion of this Agreement. Weekly status meetings shall be held while the Contractor is working at the City. The Contractor shall complete performance under this Agreement by March 31st succeeding each fiscal year. 8. The Contractor shall bill the City and the City shall pay the Contractor for the performance of the services under this Agreement on the basis of the Contractor's normal and customary charges for such services, plus ordinary out-of-pocket expenses customarily stated separately by the Contractor in their general practice. The total amount of this Agreement, including out-of-pocket expenses, shall not exceed: Fiscal 2025 $150,000 Fiscal 2026 $153,750 Fiscal 2027 $157,595 Fiscal 2028 $161,535 Fiscal 2029 $165,570 The City may, by amendment of this Agreement, increase this maximum fee and/or extend the completion date upon the Contractor's showing evidence of conditions 5 which require substantially more time than would generally be required to perform the prescribed services. Progress payments will be made periodically for work completed to date based on invoices submitted by the Contractor. The sum of such progress payments shall not exceed ninety percent (90%) of the maximum specified above. The final payment will be made within thirty (30) days of receipt of the final audit reports. 9. Notices. All notices, requests, demands, or other communications required by law, or this Agreement shall be in writing and shall be deemed to have been served as of the delivery date appearing upon the return receipt if sent by certified mail, postage prepaid with return receipt requested, to: Jay Ravins, Finance Director City of Clearwater 100 South Myrtle Avenue Clearwater, FL 33756 Lauren Strope, Partner Cherry Bekaert, LLP 401 East Jackson Street, Suite 1200 Tampa, FL 33602 10. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 11. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 6 12. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 13. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 14. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 15. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 16. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. 17. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 18. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will 7 indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 19. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. 20. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 21. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 22. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: (A) The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party; (B) The City may purchase 8 the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the reasonable excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs; (C) The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it; (D) Neither party will be liable for incidental, special, or consequential damages. 23. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 24. Each party reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 25. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 26. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 27. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 9 28. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all third party liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including reasonable costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s breach of this Agreement. Provided, however, that the maximum aggregate liability of Contractor with respect to its liability obligations under the Agreement shall not exceed the sum of five million dollars ($5,000,000.00). Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 29. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 30. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 10 IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed the day and year first above written: CHERRY BEKAERT, LLP ____________________________ Lauren Strope Engagement Partner CITY OF CLEARWATER, FLORIDA ____________________________ __________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: ____________________________ __________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 32-25 PROFESSIONAL AUDITING SERVICES NOTICE Wednesday, April 23, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Wednesday, May 28, 2025 to provide: The City of Clearwater is seeking proposals from qualified firms of certified public accountants to audit the financial statements of the City of Clearwater, Florida, and the Clearwater Community Redevelopment Agency (CRA) for the fiscal years ending September 30, 2025, 2026, 2027, 2028, and 2029. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/162914. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/162914. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Due Date & Time for Submission and Opening Date: Wednesday, May 28, 2025 Time: 10:00 am The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.4 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. 2.6 Late Proposals The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the v. 7.2024 3 due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.8 Commencement of Work If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. v. 7.2024 4 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.13 Debarment Disclosure If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.14 Reservations The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Proposals Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics v. 7.2024 5 It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all v. 7.2024 6 required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 Short-Listing The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.23 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.24 Best and Final Offers The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. 2.25 Cost Justification In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. 2.26 Contract Negotiations and Acceptance v. 7.2024 7 Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.27 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/162914 to view the Procurement Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release Project Date: April 23, 2025 Advertise Tampa Bay Times: April 23, 2025 Question Submission Deadline: May 18, 2025, 10:00am Due Date & Time for Submissions and Opening: May 28, 2025, 10:00am Review proposals: Week of June 30, 2025 Presentations (if requested): Week of July 14, 2025 Award recommendation: July 23, 2025 Council Authorization: August 7, 2025 Contract Begins: August 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have v. 7.2024 8 financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. Qualifications, Experience and Project Personnel Expertise Points Based 45 (45% of Total) 2. Audit Approach Points Based 30 (30% of Total) 3. References Points Based 15 (15% of Total) 4. Cost Proposal Points Based 10 (10% of Total) STANDARD TERMS AND CONDITIONS 4.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 4.3 Subcontracting v. 7.2024 9 Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by v. 7.2024 10 Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are v. 7.2024 11 Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. v. 7.2024 12 F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 4.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default v. 7.2024 13 A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited v. 7.2024 14 by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 4.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. v. 7.2024 15 C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss v. 7.2024 16 Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract v. 7.2024 17 This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services post emergency disaster. 5.1 Introduction v. 7.2024 18 The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 5.2 Project Goal The City of Clearwater is seeking proposals from qualified firms of certified public accountants to audit the financial statements of the City of Clearwater, Florida and the Clearwater Community Redevelopment Agency (CRA) for the five (5) fiscal years ending September 30, 2025, 2026, 2027, 2028, and 2029. 5.3 Background / Description of Government The City of Clearwater serves an area of approximately twenty-six (26) square miles with a population of approximately 118,463. The City’s fiscal year begins October 1st and ends September 30th. The City of Clearwater provides the following services to its citizens: • Police and fire protection • Construction and maintenance of streets, bridges, sidewalks, storm drainage, public parks, and recreational facilities • City planning, zoning, subdivision and building code regulation and enforcement • Supervised recreation programs • Public libraries • Redevelopment of declining commercial and residential neighborhoods • Refuse and trash collection • Comprehensive recycling program • Natural gas distribution • Water supply and distribution • Storm and wastewater collection, treatment, and disposal • Parking system • Marina, downtown boat slips, and beach fishing pier • Executive airpark More detailed information on the government and its finances can be found in the annual budget and annual comprehensive financial report documents. These documents are available for review at the City’s v. 7.2024 19 website: https://www.myclearwater.com/My-Government/0-City-Departments/Finance-Budget-Utility- Customer-Service/Finance-Documents-Publications 5.4 Scope of Services The selected firm is expected to perform the following work as tasked by the City: SERVICE REQUIREMENTS A. Express opinion on the fair presentation of the City’s basic financial statements in conformity with U.S. generally accepted accounting principles no later than March 15th annually. B. Express opinion on the fair presentation of City’s individual non-major governmental, non-major enterprise, internal service and fiduciary funds financial statements, including any budgetary comparisons presented as basic financial statements, in conformity with U.S. generally accepted accounting principles, no later than March 15th annually. C. Provide an “in-relation-to” opinion on the supporting schedules of federal and state financial assistance, as well as all statements and schedules included within the financial section of the Annual Comprehensive Financial Report (ACFR). D. Perform certain limited procedures involving required supplementary information as mandated by generally accepted auditing standards. E. Provide a report on internal controls over financial reporting and on compliance and other matters based on an audit of financial statements performed in accordance with government auditing standards. F. Provide a report on compliance with requirements applicable to each major Federal program and state financial assistance project and on internal control over compliance required by Title 2, U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance) and Chapter 10.550, Rules of the Auditor General. G. Provide a schedule of findings and questioned costs as mandated by Title 2, U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance), and the Florida Single Audit Act. H. Provide any other reports required by the Uniform Guidance and the Florida Single Audit Act. I. Provide a Management Letter as required by Section 10.554(1)(i) of the Rules of the Auditor General, including all required disclosures. J. Provide an Independent Accountant’s Report as required by the Florida Auditor General. K. Audit the special purpose Schedule of Revenues and Expenditures of Emergency Medical Services and render an opinion as to whether the Schedule presents fairly, in all material respects, the revenues and expenditures related to the Emergency Medical Services (EMS) of the City in accordance with the ALS First Responder Agreement. L. Audit the Community Redevelopment Agency financial statements in accordance with Section 163.387(8), Florida Statutes, and Rule 10.556, Rules of the Auditor General. M. Complete the appropriate sections of and sign the Data Collection Form. v. 7.2024 20 AUDITING STANDARDS. The audit shall be performed in accordance with: • Generally Accepted Auditing Standards (GAAS) as set forth by the American Institute of Certified Public Accountants • Government Auditing Standards issued by the Comptroller General of the United States • Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance) • Florida Single Audit Act; Section 215.97, Florida Statutes • Rule 10.550, Rules of the Auditor General • Section 11.45, Florida Statutes • State of Florida Department of Banking and Finance Regulations • Audits of State and Local Governmental Units (Revised) – AICPA • Any other applicable federal, state and local laws, regulations, or professional guidance not specifically listed above as well as any additional requirements which may be adopted by these organizations in the future ASSISTANCE TO BE PROVIDED TO THE AUDITOR A. The City of Clearwater will prepare draft financial statements, notes, and all required supplementary schedules and statistical data, including the Schedule of Expenditures of Federal Awards and State Financial Assistance. B. Finance staff and responsible management personnel will be available during the audit to assist the firm in providing additional information, documentation, and explanations. City of Clearwater Electronic Data Processing (EDP) personnel will be available to provide systems documentation and explanations. C. The preparation of confirmations shall be the responsibility of the City of Clearwater as directed by the auditor. D. The City’s Assistant Finance Director, or designee, will act as coordinator for the audit and will be the primary contact for assistance to be provided to the auditor by the City. E. The City will provide reasonable workspace, tables, chairs, computer access, telephone access, photocopying facilities, and facsimile services for the on-site audit staff, to be used solely for the audit of the City. F. ACFR preparation and printing shall be the responsibility of the City. SPECIAL CONSIDERATIONS A. The City requires that auditors opine at the fund level across all funds, including non- major funds. v. 7.2024 21 B. The City has received the Certificate of Achievement for Excellence in Financial Reporting for the past forty-five consecutive years and will continue to submit its Annual Comprehensive Financial Report (ACFR) to the Government Finance Officers Association for review via its Certificate of Achievement for Excellence in Financial Reporting program. It is expected that the auditor will assist in the review of the report for compliance with the requirements of that program prior to submission. C. The City currently anticipates it will prepare one or more official statements in connection with the sale of debt securities which will contain the general-purpose financial statements and the auditor’s reports thereon. The auditor shall be required, if requested by the City, to issue a “consent and citation of expertise” as the auditor along with any necessary “comfort letters” at no additional cost to the City. D. The City has determined that the U.S. Department of Housing and Urban Development (HUD) will function as the cognizant agency in accordance with the provisions of Title 2, U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance). E. The Schedule of Expenditures of Federal and State Awards and the related auditor’s report, as well as the related reports on compliance and internal control, and the management letter are to be issued as part of the ACFR. F. The auditor will assist the City in complying with changes in reporting requirements to remain in conformity with Generally Accepted Accounting Principles. G. The auditors shall be required to issue an immediate written report of all irregularities and illegal acts or indications of illegal acts of which they become aware to the City Manager, the Auditor Selection Committee and/or the City Council, as appropriate. H. The auditor shall submit a signed audit report on the fair presentation of the financial statements in conformity with generally accepted accounting principles no later than March 15th annually, along with the required reports on internal controls and compliance with laws and regulations. I. The firm shall provide the City of Clearwater timely written notice of any professional relationships involving the City or component units which the firm enters into during the period of this agreement. J. Engagement partners, managers, other supervisory staff and specialists may be changed if those personnel leave the firm, are promoted, or are assigned to another office. These personnel may also be changed for other reasons with the express prior written permission of the City of Clearwater, which retains the right to approve or reject replacements. Other audit personnel may be changed at the discretion of the firm provided that replacements have substantially equivalent or better qualifications and experience. WORKING PAPER RETENTION AND ACCESS TO WORKING PAPERS A. All working papers and reports must be retained, at the auditor’s expense, for a minimum of five (5) years, unless the firm is notified in writing by the City of the need to extend the retention period; except grant-related working papers will be retained for ten (10) years. v. 7.2024 22 B. The auditor will be required to make working papers available, upon request, to the following parties or their designees: • City of Clearwater • U.S. Department of Housing and Urban Development (HUD) • U.S. General Accounting Office (GAO) • Parties designated by the federal or state governments or by the City as part of an audit quality review process • Auditors of entities of which the City of Clearwater is a sub-recipient of grant funds • In addition, the firm shall respond to the reasonable inquiries of successor auditors and allow successor auditors to review working papers relating to matters of continuing accounting significance. MISCELLANEOUS INFORMATION Pension Plans - The City of Clearwater Participates in the following retirement plans: Plan Single Employer Defined Benefit Defined Contribution Clearwater Employees’ X Clearwater Firefighters’ Relief X Firefighters’ Supplemental (Ch.175) X Police Officers’ Supplemental (Ch.185) X Management (401a) X The actuarial services for the Clearwater Employees’ and Clearwater Firefighters’ Relief pension plans are currently provided by Gabriel Roeder Smith & Company and Southern Actuarial Services, respectively. Deferred Compensation Plans - The City offers its employees a deferred compensation plan adopted under Internal Revenue Code Section 457. Insurance - The City is self-insured within certain parameters for losses arising from claims for property damage, general liability, auto liability and physical damage and workers’ compensation. The City’s current actuary for the self-insurance program is Steven Glicksman. v. 7.2024 23 The City is also self-insured within certain parameters for employee and retiree health care coverage. A Claim Liability Estimate is provided as of September 30th of each year. The City’s current actuary is Wakely Consulting Group. Component Units - The Clearwater Redevelopment Agency (CRA) - a blended component unit, is presented as a non-major special revenue fund in the City’s Annual Comprehensive Financial Report. In accordance with Chapter 163.387(8), the Clearwater CRA began issuing separate audited financial statements beginning with the fiscal year ended September 30, 2020. These documents are available for review at the CRA’s website: https://www.myclearwatercra.com/About-Us/Financial-Statements-Reports The Clearwater Downtown Development Board (DDB) – a blended component unit, is presented as a non- major special revenue fund in the City’s Annual Comprehensive Financial Report beginning with the fiscal year ended September 30, 2024. Separate audited financial statements for the DDB are no longer prepared. 5.5 Minimum Qualifications At a minimum, the firm must meet the following qualifications: A. Be a certified public accounting firm duly licensed under Section 473, Florida Statutes, and qualified to conduct audits in accordance with government auditing standards as adopted by the Florida Board of Accountancy. B. Have been in business providing external auditing services as described in this RFP for at least one year. C. Have an engagement partner with a minimum of five years of experience in auditing governmental entities to oversee the provision of services to the City. D. Have passed an external quality control review within the last three years. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. v. 7.2024 24 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 6.5 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 6.6 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.7 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 32-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. v. 7.2024 25 Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from August 2025 through July 2030. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 7.3 Prices All pricing shall be firm as proposed for the five (5) year term and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. B. No fuel surcharges will be accepted. RESPONSE ELEMENTS NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFP. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format v. 7.2024 26 TAB 1 - Letter of Transmittal and Independence. This section should include the following information: A. The proposer’s understanding of the work to be performed. B. A positive commitment to perform the service within the time period specified. C. An affirmative statement that the firm is independent of the City of Clearwater and any potential component units as defined by generally accepted auditing standards and the U.S. General Accounting Office’s General Auditing Standards. D. List and describe the firm’s (or proposed subcontractors’) professional relationships involving the City of Clearwater or any of its actual or potential component units for the past five (5) years, together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the audit. TAB 2 – Qualifications, Experience and Project Personnel Expertise. The following information should be included: Firm Qualifications and Experience. A. The proposal should indicate the total number of employees of the firm, the number of employees considered to be governmental audit staff, the location of the office from which the work on this engagement is to be performed, the number and nature of the professional staff to be employed in this engagement on a full-time basis, and the number and nature of the staff to be employed on a part-time basis. B. If the proposal is submitted by a joint venture or consortium, the qualifications of each firm comprising the joint venture or consortium should be separately identified and the firm that is to serve as the principal auditor should be noted, if applicable. C. The firm is also required to submit a copy of the report on its most recent external quality control review, with a statement whether that quality control review included a review of specific governmental engagements. D. The firm shall also provide information on the results of any federal or state desk reviews or field reviews of its audits during the past three (3) years. In addition, the firm shall provide information on the circumstances and status of any disciplinary actions taken or pending against the firm during the past three (3) years with the state regulatory bodies or professional organizations. Partners, Supervisory, and Staff Qualifications and Experience. A. The firm should identify the principal supervisory and management staff, including engagement partners, managers, single audit staff, and other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice as a certified public accountant in Florida. The firm also should provide information on the governmental auditing experience of each person, including information on relevant continuing professional education for the past three (3) years and membership in professional organizations relevant to the performance of this audit. B. The firm should provide as much information as possible regarding the number, qualifications, experience, and training, including relevant continuing professional education, of the specified v. 7.2024 27 staff to be assigned to this engagement. The firm should indicate how the quality of staff over the term of the agreement will be assured. Engagements with Other Governmental Entities. The following information should be included: A. The firm should list separately all engagements within the last five (5) years for other governmental entities, by type of engagement (i.e. audit, management advisory services, other). B. For each engagement, the firm should indicate the scope of work, date, engagement partners, total hours, the location of the firm’s office from which the engagement was performed, and the name and current telephone number of the principal client contact. TAB 3 – Audit Approach. The proposal should set forth a general work plan, including an explanation of the audit methodology to be followed. Firms will be required to provide the following information regarding their audit approach: A. Proposed segmentation of the engagement B. Level of staff and percentage of hours to be assigned to each proposed segment of the engagement C. Extent of EDP software use in the engagement D. Approach to be taken to gain and document an understanding of the City of Clearwater’s internal control structure E. Approach to be taken in determining laws and regulations subject to audit test work F. Sample sizes and the extent to which statistical sampling is to be used in the engagement G. Type and extent of analytical procedures to be used in the engagement H. Approach to be taken in drawing audit samples for purposes of tests of compliance Identification of Potential Audit Problems. The proposal should identify and describe any potential audit problems, the firm’s approach to resolving, and any special assistance that will be requested from the City. TAB 4 – References. A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. TAB 5 – Cost Proposal. The cost portion should contain the following information: A. Pricing information relative to performing the audit engagement as described in this request for proposals. The total all-inclusive maximum price bid is to contain all direct and indirect costs, including all out-of-pocket expenses. B. A total all-inclusive maximum price for each of the 2025, 2026, 2027, 2028, and 2029 engagements, along with the signature of an individual empowered to represent the firm and sign v. 7.2024 28 a contract with the City. The fees for the audit of the Community Redevelopment Agency (CRA) financial statements and the EMS audit as described in Section 4.A.11. of this RFP should be identified separately for each year. C. Progress payments will be made based on hours of work completed during the course of the engagement in accordance with an agreement reached during contract negotiations. Interim billings shall cover a period of not less than a calendar month. Twenty percent (20%) of the total annual contract will be retained pending delivery and acceptance of the firm’s final reports. Other Forms. Reference Submittal Requirements A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. Copies of licenses and or certifications. If applicable, upload with proposal. D. W-9 Form. Include a current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. v. 7.2024 29 *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or v. 7.2024 30 other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm v. 7.2024 31 *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 32-25 Professional Auditing Services. *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 32 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT RFP No. 32-25 Professional Auditing Services RESPONSE DEADLINE: May 28, 2025 at 10:00 am Report Generated: Wednesday, May 28, 2025 Cherry Bekaert Response CONTACT INFORMATION Company: Cherry Bekaert Email: lstrope@cbh.com Contact: Lauren Strope Address: 401 East Jackson Street Suite 1200 Tampa, FL 33602 Phone: (813) 251-1010 Website: www.cbh.com Submission Date: May 27, 2025 2:23 PM (Eastern Time) [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT RFP No. 32-25 Professional Auditing Services [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT Request For Proposal - Professional Auditing Services Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? Yes EXCEPTIONS TAKEN* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. Exceptions_Cherry_Bekaert.pdf 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT RFP No. 32-25 Professional Auditing Services [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT Request For Proposal - Professional Auditing Services Page 3 No 4. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT RFP No. 32-25 Professional Auditing Services [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT Request For Proposal - Professional Auditing Services Page 4 K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 5. E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT RFP No. 32-25 Professional Auditing Services [CHERRY BEKAERT] RESPONSE DOCUMENT REPORT Request For Proposal - Professional Auditing Services Page 5 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 32-25 Professional Auditing Services. Cherry_Bekaert_Proposal_Response_to_RFP_32-25.pdf 7. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Company_Certification_Cherry_Bekaert.pdf 8. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Anti-Human_Trafficking_Cherry_Bekaert.pdf 9. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) W9_Form_Cherry_Bekaert.pdf Proposal for Professional Auditing Services City of Clearwater, Florida May 28, 2025 l RFP #32-25 Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 813.251.1010 E lstrope@cbh.com Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 407.423.7911 E bliffick@cbh.com 401 East Jackson Street, Suite 1200, Tampa, FL 33602 cbh.com Proposal for City of Clearwater, Florida 1 Contract Terms for Negotiation As with any contractual relationship, Cherry Bekaert’s desire to enter into a contract with the City is based on reaching a mutually positive negotiation of terms and conditions. After reviewing the RFP, we would like to offer some alternative language for your consideration. RFP Section Desired Exception/Revision STANDARD TERMS AND CONDITIONS 4.18 Remedies B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. STANDARD TERMS AND CONDITIONS 4.20 Termination for Convenience The City Each party reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. STANDARD TERMS AND CONDITIONS 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all third party liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including reasonable costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by breach of this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. Provided, however, that the maximum aggregate liability of Contractor with respect to its liability obligations under the contract shall not exceed the sum of five million dollars ($5,000,000.00). Proposal for City of Clearwater, Florida 2 STANDARD TERMS AND CONDITIONS 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner accordance with professional standards. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. STANDARD TERMS AND CONDITIONS 4.32 Risk of Loss Cherry Bekaert requests this clause be struck in its entirety. STANDARD TERMS AND CONDITIONS 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto and the annual engagement letters between the parties, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 5.4 Scope of Services WORKING PAPER RETENTION AND ACCESS TO WORKING PAPERS In accordance with professional standards, Cherry Bekaert retains working papers for seven (7) years. Proposal for Professional Auditing Services City of Clearwater, Florida May 28, 2025 l RFP #32-25 Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 813.251.1010 E lstrope@cbh.com Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 407.423.7911 E bliffick@cbh.com 401 East Jackson Street, Suite 1200, Tampa, FL 33602 cbh.com Proposal for City of Clearwater, Florida Contents TAB 1 - Letter of Transmittal and Independence ......................................................................................... 1 TAB 2 – Qualifications, Experience and Project Personnel Expertise ...................................................... 4 Firm Qualifications and Experience................................................................................................................ 4 Partners, Supervisory, and Staff Qualifications and Experience. .................................................................. 9 Engagements with Other Governmental Entities ......................................................................................... 25 TAB 3 – Audit Approach ............................................................................................................................... 33 TAB 4 – References ...................................................................................................................................... 49 TAB 5 – Cost Proposal ................................................................................................................................. 52 Appendix - Firm License .............................................................................................................................. 54 Proposal for City of Clearwater, Florida 1 TAB 1 - Letter of Transmittal and Independence May 28, 2025 Lori Vogel, CPPB - Procurement Manager City of Clearwater, Florida 600 Cleveland St. Clearwater, FL 33755 Dear Lori and Selection Committee Members: Cherry Bekaert LLP (Cherry Bekaert or the Firm) thanks you for the opportunity to submit our proposal to serve City of Clearwater, Florida (the City) by providing Professional Audit Services. It would be our pleasure to serve the City; as one of the largest government audit firms in Florida, we bring a deep understanding of your needs through service to many of your peers. With Cherry Bekaert, the City will benefit from:  Expertise and operational knowledge gained by serving nearly 200 public sector clients across the country, including 50+ government entities in the state of Florida.  A team with the perfect combination of experience with the City of Clearwater and a fresh set of eyes on the audit.  Technology solutions and process adaptations that facilitate collaboration, increase efficiency, and improve the precision of our substantive audit procedures.  The scalability and capabilities of a large firm paired with an extensive Florida presence and commitment to service. Commitment to the City We are fully committed to developing a trusted, mutually beneficial relationship with the City. When you work with us, you will receive committed support from a Firm who invests the time to understand you and deliver value added audit and attestation services. We are committed to being a trusted advisor and your “go to” for questions and concerns as they arise. Our client base and references demonstrate our long history of service and timeliness in meeting or exceeding client expectations. We regularly help Florida public sector clients:  Implement new Governmental Accounting Standards Board (GASB) Statements and maintain compliance with new/changing guidance. Your team includes a former GASB fellow.  Ensure on-time and compliant report completion by incorporating robust pre-planning, significant interim work, technology solutions and proven government auditing procedures, making our audit process efficient and easy-to-navigate.  Assess regulatory changes through year-round discussion, offering expertise and sharing lessons learned through compelling thought leadership and custom Continuing Professional Education (CPE) offerings, such as our Annual Government Seminar.  Improve efficiency through comprehensive service plans, flexible auditing strategies, integrated IT/technology specialists and direct access/knowledge of your financial reporting and billing systems. We have direct experience with Tyler Munis.  Meet Government Finance Officers Association (GFOA) certificate program award criteria through high-quality Annual Comprehensive Financial Reports. Proposal for City of Clearwater, Florida 2 Depth of Local & Industry Resources You Deserve The City will have access to all of the resources of one of the largest CPA firms in the United States, while being served by a local team based in our Tampa and Orlando offices (Central Florida practice). Our team offers the City an unmatched depth of practical knowledge in the effective application of current standards. This includes the GASB, U.S. General Accounting Office’s Government Auditing Standards, Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance), Chapter 10.550, Rules of the Auditor General and the Florida Statutes. Our audit programs and processes are tailored specifically to your needs, streamlined through years of experience with Florida local governments. Our approach is highly automated and focused on proper planning. And in addition to traditional audit and compliance services, we provide bond offerings, performance audits, agreed-upon procedures, internal control reviews, information technology reviews, cyber security reviews and strategic management services. Furthermore, our team has helped many public sector clients smoothly transition to a new auditor. With extensive experience serving authorities, utilities, municipalities and state agencies throughout the state of Florida, we offer a critical mass of government experienced auditors and advisors and our Client Promise to build a mutually-beneficial relationship. Simply put, we are ready to start day one to provide the City an expert look to its external audit and business issues. We strongly believe that only Cherry Bekaert brings the capacity, capability, commitment and experience to provide a positive auditor transition, without interrupting the City’s daily operations or increasing costs. We understand that local governments are facing more challenges and opportunities than ever. As the City Council decides whether or not to replace Duke Energy as the City's electricity provider, what to turn the main library into to provide citizens with a "destination experience", whether or not to sell City land, etc., we will be there. Our goal is to provide sound advice as events occur as opposed to simply performing the audit after the year ends. RFP Requirements A. The proposer’s understanding of the work to be performed. Cherry Bekaert understands this engagement includes a Financial Statement Audit for the City and the Clearwater Community Redevelopment Agency (CRA) for fiscal years ending September 30, 2025 through 2029. The audits will be performed in accordance with Government Auditing Standards, Uniform Guidance, the Florida Single Audit Act, Chapter 10.550 Rules of the Auditor General and the Florida Statutes. We understand the City is requesting an expression on the fair presentation of the City's individual non-major funds. Further, we will perform procedures over the Schedule of Revenues and Expenditures of Emergency Medical Services. We understand all of the service requirements expected in section 5.4 Scope of Services in the City's request for proposal 32-25. B. A positive commitment to perform the service within the time period specified. Cherry Bekaert is committed to performing the above services within the City's specified time period. We understand that the goal to issue the auditor's reports is no later than March 15th. We will work with the City to develop the schedule to achieve that deadline during our first meeting. Proposal for City of Clearwater, Florida 3 C. An affirmative statement that the firm is independent of the City of Clearwater and any potential component units as defined by generally accepted auditing standards and the U.S. General Accounting Office’s General Auditing Standards. Cherry Bekaert is independent of the City and all component units, in accordance with the Code of Professional Ethics of the AICPA and U.S. GAO's Government Auditing Standards, and will comply with all Federal, State and Local laws and regulations in the performance of this engagement. Our client independence is verified annually and monitored by our in-house counsel and our professional practices group during the annual evaluation of continuance of client relationships. Furthermore, we are not aware of any existing or potential relationships between Cherry Bekaert and the City or its employees that could impair our independence and objectivity. Prior to entering into an engagement for any professional services, including advisory services, we evaluate the implications of any proposed services to an attest client will have on independence, in fact and in appearance. In addition, all professional staff assigned to your engagement must reaffirm their independence prior to the conclusion of the engagement. We communicate to our clients all conclusions with respect to independence at the beginning and end of each engagement. Should the City engage us to perform audit services, we will always establish strict guidelines for what the firm can and cannot do under the applicable independence rules that apply to the industry and service; however, in most cases we are able to provide the level of service desired by our clients while maintaining strict independence. D. List and describe the firm’s (or proposed subcontractors’) professional relationships involving the City of Clearwater or any of its actual or potential component units for the past five (5) years, together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the audit. Cherry Bekaert is currently assisting the City in implementing GASB 101, Compensated Absences. We have ensured that all services provided do not constitute a conflict of interest under generally accepted auditing standards or government auditing standards. We confirm that there are no impairments to independence related to this service. Cherry Bekaert has not had any other professional relationships involving the City or any of its component units for the past five (5) years. Conclusion This proposal provides detail about our approach and the team committed to serve you, but more importantly, it illustrates the unique ways in which the City will benefit from working with Cherry Bekaert. With your engagement team based in our Central Florida practice to serve you, paired with the deep bench strength of dedicated industry resources, we trust you will find Cherry Bekaert is your guide forward. Thank you again for this opportunity. If you have questions about this proposal or require additional information, please feel free to contact me directly as an authorized representative of the Firm. Sincerely, Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P: 813.251.1010 E: lstrope@cbh.com Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P: 407.423.7911 E: bliffick@cbh.com Proposal for City of Clearwater, Florida 4 TAB 2 – Qualifications, Experience and Project Personnel Expertise Firm Qualifications and Experience A. The proposal should indicate the total number of employees of the firm, the number of employees considered to be governmental audit staff, the location of the office from which the work on this engagement is to be performed, the number and nature of the professional staff to be employed in this engagement on a full-time basis, and the number and nature of the staff to be employed on a part-time basis. Firm Size Headquartered in Raleigh, North Carolina, Cherry Bekaert serves clients across industries in all 50 U.S. states and internationally. We have 40 offices with more than 2,500 associates. Ranked among the largest assurance, tax and advisory firms in the U.S., Cherry Bekaert provides guidance and support that helps our clients move forward to reach their organizational goals. “Cherry Bekaert” is the brand name under which Cherry Bekaert LLP and Cherry Bekaert Advisory LLC, independently owned entities, provide professional services in an alternative practice structure in accordance with applicable professional standards. Cherry Bekaert Advisory LLC is not a licensed CPA firm. Cherry Bekaert LLP is a licensed CPA firm that provides attest services, and Cherry Bekaert Advisory LLC and its subsidiary entities provide business advisory and non-attest services spanning the areas of transaction advisory, risk and accounting advisory, digital solutions, cybersecurity and tax. We exercise a deliberate curiosity to know our clients’ industries and work collaboratively to create shared success. For more details, visit cbh.com/disclosure. For more than 75 years, clients have relied on Cherry Bekaert to guide them forward. We provide digitally- driven, industry-aligned advisory, assurance and tax services, leveraging practical knowledge and proven experience to help clients meet their financial, operational, regulatory and strategic goals and objectives. With multidisciplinary industry practices, Cherry Bekaert offers the full range of accounting and advisory services you would expect from a Big 4 firm, tailored to local governmental organizations. Clients choose us because we understand their unique challenges and growth opportunities, and afford them with the depth of knowledge, resources, experience and dedication to service they need. Our experienced professionals know how to apply the best practices of accounting and business to the City, and can offer guidance through rapid growth and times of accelerated change. Let us be Your Guide Forward by delivering on our commitments to superior client service through:  Attention to Detail and Quality: Outstanding service qualifications amplified by our commitment to prioritize your business and provide practical and timely support  Efficient, Business-Practical Guidance: High levels of senior level involvement, continuity of service professionals and expertise on a year-round basis  Value-Driven Relationships: Streamlined, focused attention on your strategic, operational and financial objectives Proposal for City of Clearwater, Florida 5 Size of Government Audit Staff Cherry Bekaert's Government & Public Sector (GPS) Group has approximately 200 professionals who focus on providing assurance services to nearly 200 governmental entities. Office Location Our Contral Florida Practice with offices in Tampa and Orlando will be the primary locations serving you. As needed, we will draw upon the resources of our other offices to best serve the City. By design, our local and firm-wide teams work in partnership to deliver all services. 401 East Jackson Street, Suite 1200 Tampa, FL 33602 300 S Orange Ave, Ste 1000 Orlando, FL 32801 Number & Nature of Staff Overall, we anticipate providing 2 partners (Audit & IT), 1 senior manager, 1 manager, and 3 senior associates/associates on a full-time basis, as well as 1 partner (concurring reviewer) on a part-time basis, to complete the City's audit services. We also have assigned 3 additional resources to your proposed engagement team, including 1 partner and 2 directors, available to help the City address a variety of challenges as they arise. B. If the proposal is submitted by a joint venture or consortium, the qualifications of each firm comprising the joint venture or consortium should be separately identified and the firm that is to serve as the principal auditor should be noted, if applicable. Cherry Bekaert is not a joint venture or consortium. Proposal for City of Clearwater, Florida 6 C. The firm is also required to submit a copy of the report on its most recent external quality control review, with a statement whether that quality control review included a review of specific governmental engagements. Cherry Bekaert has passed, without exception, 15 consecutive peer reviews conducted under the auspices of the AICPA. A copy of our most recent peer review report as well as the acceptance letter from the AICPA are included below. The review included a number of specific engagements for which Single Audit and Government Auditing Standards apply (specific governmental engagements). The Firm is a member of the AICPA’s SEC Practice Section and Private Companies Practice Section (PCPS) of the Division for CPA Firms and practices under the AICPA-recognized quality control program. Selected Firm professionals are approved by the AICPA to perform peer review, quality assurance review and consulting review of other CPA firms’ quality assurance programs. Firm leaders and partners in charge of industry practice areas maintain vital links to policy-making bodies in public accounting. Our personnel committee assignments and industry associations include (but are not limited to):  Accounting Standards Executive Committee  AICPA Professional Ethics Committee  AICPA Auditing Standards Organization  AICPA Accounting and Review Services Committee  AICPA Technical Issues Committee, Private Companies Practice Section  AICPA Tax Division and its Individual Taxation Subcommittee  AICPA SEC Practice Section Executive Committee  AICPA Accounting Practice Committee Proposal for City of Clearwater, Florida 7 Proposal for City of Clearwater, Florida 8 Proposal for City of Clearwater, Florida 9 D. The firm shall also provide information on the results of any federal or state desk reviews or field reviews of its audits during the past three (3) years. In addition, the firm shall provide information on the circumstances and status of any disciplinary actions taken or pending against the firm during the past three (3) years with the state regulatory bodies or professional organizations. As a major provider of government auditing services, Cherry Bekaert has been periodically subjected to federal or state/local desk reviews or field reviews of audits during the past three (3) years. The results of such reviews have been positive, with “pass” results on every occasion. In addition, we distinguish ourselves by the quality and accuracy of the work we perform. As a large professional services firm, Cherry Bekaert and its partners and employees are subject to occasional regulatory matters. There has been no disciplinary action taken or pending against the firm by a state regulatory body or professional organization within the past three years that will affect our ability to perform the requested services. Partners, Supervisory, and Staff Qualifications and Experience. A. The firm should identify the principal supervisory and management staff, including engagement partners, managers, single audit staff, and other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice as a certified public accountant in Florida. The firm also should provide information on the governmental auditing experience of each person, including information on relevant continuing professional education for the past three (3) years and membership in professional organizations relevant to the performance of this audit. Team Qualifications The Cherry Bekaert team responsible for the City's account brings specialized knowledge in the unique accounting, auditing and compliance issues you face. Each engagement team is handpicked for alignment with the special needs and considerations of clients like the City. Your team members have experience with Florida cities and the particular requirements of cities located in Pinellas County. We commit to providing timely and helpful responses to time sensitive questions; your engagement team is available to you year- round. We ensure frequent and direct access to the partners, directors and managers who maintain responsibility for the engagement, employing a high ratio of partners and senior managers to staff. This allows the Firm to staff and supervise engagements with a higher level of experienced staff than most firms. Continuing Professional Education The field of governmental accounting and fiscal management is dynamic for both the City and its external consultants. Pronouncements from the following bodies all have significant impact on this sector:  Government Accounting Standards Board (GASB) (altering internal accounting and external reporting)  AICPA (modifying audit standards and procedures)  OMB (creating new compliance demands associated with the expenditure of federal funds)  Florida Rules of the Auditor General (addressing Florida specific statutes and requirements) We consider the training of our professionals to be extremely important to best meet the evolving needs of our profession and provide the highest quality of service to our clients. Proposal for City of Clearwater, Florida 10 We believe that to consistently offer our clients the most current information, continuing education of our personnel is a mission-critical objective. It is the policy of Cherry Bekaert that all professional personnel:  Comply with the continuing professional education requirements of the AICPA, the U.S. Securities and Exchange Commission Practice Section (SECPS) of the AICPA Division for Firms, the appropriate state boards of accountancy, the U.S. Government Accountability Office, Yellow Book requirements and other regulatory agencies as applicable  Maintain an adequate awareness and understanding of current developments in technical literature  Assist in the training and development of staff members under their supervision We require that all client service professionals complete at least 20 hours of qualifying Continuing Professional Education (CPE) every year and at least 120 hours every three (3) years. In addition, all client service professionals who serve governmental entities are required to complete 80 hours of CPE every two (2) years with at least 24 hours in subjects that directly relate to government auditing and/or the government environment. CPE is obtained through various sources, including AICPA, national and state Government Finance Officers Association (GFOA) conferences, state society of Certified Public Accountant (CPA) industry conferences and webinars, other industry conferences and internally provided seminars and webinars. All proposed service team members have more than 40 hours of relevant continuing education during each of the last three years, including the continuing education required by Government Auditing Standards. Government-specific CPE courses that our professionals have taken over the last five years, in addition to speaking engagements to provide CPE for various organizations, include the following:  AICPA Clarity Standards  AICPA Peer Review Update for Government  AICPA GAQC Courses  Yellow Book Independence & Quality Control  Yellow Book Update  Government ACFR Preparation  Annual GASB Updates  Deep Dive into GASB 77, 79, 80 and 87  GASB 72, Fair Value Accounting  GASB 84, Fiduciary Activities  GASB 87, Leases  GASB 94, Public Private and Public-Public Partnerships and Availability Payment Arrangements  GASB 96, Subscription-Based IT Arrangements  Navigating GASB 101  Annual GFOA GASB Updates  GASB Lease Changes  GASB Other Postemployment Benefits (OPEB)  SAS 135  National/State GFOA Annual Conferences  GASB Conceptual Framework: Disclosures  Common Frauds in Governmental Entities  Government Risk Assessment  Grant Administration Controls and Fraud Risks  Governmental Entities and Cyber Frauds  Government Benefits Fraud  Audits of State and Local Governments  Assets and Liabilities of State and Local Governments  Cash Flows in a Government Environment  Local Government Accountability Update  Auditing OPEB  Auditing Significant Estimates  Final Pay, Reimbursements, & Other Paycheck Administration Pitfalls  Intermediate Government Accounting  GAQC Single Audit Roundtable  Single Audit Fundamentals  Uniform Guidance requirements  Reporting in a Single Audit  Testing Internal Controls in a Single Audit  Single Audit Compliance Supplement Update Proposal for City of Clearwater, Florida 11  Internal Control Considerations-Focus on Non- profits and Governmental Entities  LeaseCrunch: Functionality and Reporting Overview  Future Technology for Governmental Accounting/Finance Department  Subrecipient Monitoring Under Uniform Guidance  Sampling for Single Audit  Coronavirus Relief Funds - Financial and Single Audit Considerations  Note that CPE taken by team member can be provided upon request Account Management The City deserves responsiveness, quick turnaround time, efficient management and the benefit of our professionals' experience applied and leveraged on your behalf. We use a “relationship partner” concept to maintain continuity of service over time and a proactive understanding of your business and service needs. Having a relationship partner means that one person is ultimately responsible for all aspects of all services provided to the City. The relationship partner has the overall responsibility for coordinating all services and ensuring that the City receives timely and innovative support and that your expectations are met or exceeded. The relationship partner can make decisions on the spot and call upon the resources of the Firm to meet the special needs of each client. Lauren Strope will serve as relationship partner for the City. In addition to ensuring service quality and consistency, involvement of a relationship partner:  Improves the effectiveness of the process and ensures compliance with our quality assurance system  Integrates expertise and, through active participation and observations, allows us to identify opportunities to consult you on industry-related issues The entire engagement team that serves the City will work together to share information, documents and what we all know about your business and service needs (goals, other relationships, delivery expectations, etc.). We will have periodic meetings with you to hear about your business and learn from them. This approach promotes stability by effectively sharing knowledge and collaboratively developing engagement solutions, including timelines, standard checklists and involving specialized resources. Key Engagement Members Name & Title Role Lauren Strope - Partner Lead Engagement/Audit Partner/Relationship Partner Brian Liffick - Partner Audit Quality Review Partner Neal Beggan - Partner IT Partner Richard Crawford - Senior Manager Audit Senior Manager Justin Conley - Manager Audit Manager Matt Carr - Senior Associate Audit Senior Jack Ugalde - Senior Associate Audit Senior Sarah Jenkins - Associate Audit Staff Danny Martinez - Partner Technical Resource Jeff Zeichner - Director Technical Resource Scott Anderson - Director Technical Resource Please see below for detailed biographies. Proposal for City of Clearwater, Florida 12 Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC Assurance Services CPA: Florida - AC46145, Virgina - 53858 Lauren Strope is an Assurance Partner specializing in audit services to local governments. Lauren focuses on financial reports, identification of key audit areas, compliance audits, testing design of key accounts and transaction cycles, and supervision of engagement teams. To further her expertise in financial reporting, Lauren volunteers as a GFOA Annual Report reviewer. Many of the government audits she has participated in have received the GFOA’s Certificate of Achievement for Excellence in Financial Reporting. Lauren is an instructor for Firm-sponsored trainings and has taught upper-level financial accounting courses for the University of South Florida – Sarasota Manatee Campus. She is also a past chair and board member of the Accounting Circle and a board member of the Advisory Council of the Lynn Pippenger School of Accountancy, University of South Florida. She was a member of the Tampa Connection class of 2017-2018. She is active in the FICPA and FGFOA organizations, serving on the FICPA State and Local Government Committee and Women in Leadership Committee and the FGOFA’s Member & Leadership Development Committee. Lauren has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education B.S. and MAcc in Accounting, University of South Florida Focus Areas  Accounting Services  Audit & Attestation Services  Lease Accounting Services  Revenue Recognition Professional & Civic Involvement  American Institute of Certified Public Accountants  Member, Florida Institute of Certified Public Accountants State and Local Government Committee and Women and Leadership Committee  Government Finance Officers Association  Former Member, Tampa Connection  Member, Florida Government Finance Officers Association Leadership Development Committee  Chair and Board Member, Accounting Circle  Board Member, Advisory Council of the Lynn Pippenger School of Accountancy, University of South Florida Relevant Experience  City of Clearwater, FL  City of St. Petersburg, FL  City of Pinellas Park, FL  City of Vero Beach, FL  City of Lake Buena Vista, FL  City of Bay Lake, FL  City of Charlotte, NC  City of Alexandra. VA  Charlotte County, FL  Orange County, FL  Monroe County, FL  Hillsborough County, FL  Miami-Dade Aviation Department, FL  Miami-Dade Transit Department, FL  Juvenile Welfare Board of Pinellas County, FL  Pinellas Suncoast Transit Authority (PSTA), FL  Hillsborough Area Regional Transit (HART), FL  Brevard County, FL  Columbia County, GA  Forsyth County, NC Proposal for City of Clearwater, Florida 13 Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC Assurance Services CPA: Florida - AC51463 A Certified Public Accountant, Brian has over 15 years of experience in public accounting, primarily in the government and not-for-profit sectors, and has led audits for several large counties and cities in the State of Florida, numerous Florida governmental entities and various higher education and not-for-profit institutions. He has considerable background with audits of state and federal grant compliance, not-for-profit organizations, and audit services for numerous cities, counties, school boards, and other state and local government organizations. Brian has published industry articles on governmental, nonprofit and compliance matters and is a valued instructor and speaker for Firm-sponsored events. He is also an active participant in government and not-for-profit seminars, conventions and trainings where he has also served as a speaker annually. Brian has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education B.A., Manchester College Professional & Civic Involvement  AICPA  FICPA  FGFOA  GFOA  Indiana CPA Society  SACUBO Relevant Experience  City of Lake Wales, FL  City of Port St. Lucie, FL  City of Stuart, FL  City of Vero Beach, FL  City of Bay Lake, FL  City of Lake Buena Vista, FL  City of Frankfort, KY  Brevard County, FL  Charlotte County, FL  Monroe County, FL  Orange County, FL  Orange County Library District  Orange County Educational Facilities Authority, FL  Orange County Health Facilities Authority, FL  Central Florida Regional Transit Authority (LYNX), FL  Collier County District School Board  St. Johns County Public Schools  Reedy Creek Improvement District, FL  Central Florida Tourism Oversight District  Jacksonville Transportation Authority, FL  International Drive Master Transit and Improvement District, FL  Enterprise Florida, Inc., FL  Florida Development Finance Corporation, FL  South Central Educational Risk Management Program, FL  Collier County District School Board, FL   Duval County District School Board, FL  Orange County Public Schools, FL  St. Johns County Public Schools, FL  St. Lucie County District School Board, FL  Volusia County District School Board, FL  Town of Eatonville, FL  Town of Mooresville, NC  South Central Educational Risk Management Program  Clermont Police Officers’ Pension Plan and Firefighters’ Retirement System Proposal for City of Clearwater, Florida 14 Neal Beggan Partner, Cherry Bekaert Advisory LLC Risk Advisory Services A Certified Information Systems Auditor (CISA), Certified in Risk and Information Systems Control (CRISC), Certified in Risk Management Assurance (CRMA), Certified CSF Practitioner (CCSFP) and one of the nation’s first CMMC Provisional Assessors (CMMC-PA), Neal has over 20 years of audit, consulting and compliance experience, and has performed reviews in the following areas across a myriad of IT platforms: SOX 404, NIST 800-53/171, HIPPA/HITRUST, ISO 27001/2, FISCAM, GDPR, OMB A-130, and SOC 1/2/3. Clients depend on Neal to identify key business and IT risks and recommend practical solutions to mitigate those risks, as well as to perform operational audits to identify cost savings and revenue opportunities. Neal has experience improving existing internal audit methodologies for large corporations, and leading corporate-wide training for clients and the Firm. Prior to joining Cherry Bekaert, Neal worked at a regional accounting firm as an IT audit manager, as an IT audit senior with Ernst & Young’s Technology and Security Risk Services practice, and as a consultant with KPMG’s Risk Advisory practice. Education & Certifications BBA in Finance with a concentration in Computer Information Systems (CIS), James Madison University Certified Information Systems Auditor (CISA) Certified in Risk and Information Systems Control (CRISC) Certification in Risk Management Assurance (CRMA) Certified CSF Practitioner (CCSFP) Cybersecurity Maturity Model Certification (CMMC-PA) Focus Areas  SOX 404  Governance, Risk & Compliance  Internal Audit  IT Audit & Consulting  Cybersecurity  IT Internal Controls  Privacy  Risk Assessment Services Professional & Civic Involvement  AICPA SOC for Supply Chain Committee Member  Information Systems Audit and Control Association (ISACA)  Institute of Internal Auditors (IIA)  Board Member, Autism Society of America  Executive Committee, Leukemia & Lymphoma Society  School of Accounting Guiding Executive (SAGE) Board, James Madison University Proposal for City of Clearwater, Florida 15 Richard Crawford Senior Manager, Cherry Bekaert Advisory LLC Audit Services CPA: Florida - AC47597 A Certified Public Accountant, Richard has nine years of public accounting experience with a strong focus on government services. He is a member of the Firm’s Government Services Industry Group, and also leads our local office initiatives for use of Smartsheet, Idea and other automated audit tools. As an audit manager, Richard focuses on financial reporting, identification of key audit areas, testing design of key accounts and transaction cycles and supervision of the engagement team. He will provide regular communication and will be responsible for planning, directing and reviewing performance of our work. Richard has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education M.B.A., University of Dallas M.S.A., University of Central Florida B.S., Texas A&M University Professional & Civic Involvement  American Institute of Certified Public Accountants  Florida Institute of Certified Public Accountants  Florida Government Finance Officers Association Relevant Experience  City of Stuart, FL  City of Vero Beach, FL  Town of Eatonville, FL  Orange County, FL  Orange County Water Utilities System, FL  Orange County Solid Waste System, FL  Orange County Convention Center, FL  Orange County Health Facilities Authority, FL  Orange County Educational Facilities Authority, FL  Mecklenburg County, NC  Town of Stanley, NC  Collier County District School Board, FL  Duval County District School Board, FL  Martin County District School Board, FL  Volusia County District School Board, FL  Enterprise Florida, Inc., FL  ATU Local 1577 and 1596 Pension Plans, FL  Boynton Beach General Employees Retirement Plan, FL  Palm Beach Gardens Pension Plans, FL  Town of Jupiter Police Officers Pension Plan, FL  South Miami Pension Plan, FL  State of Florida Proposal for City of Clearwater, Florida 16 Justin Conley Manager, Cherry Bekaert Advisory LLC Audit Services CPA: Florida - AC49398 Justin is a Certified Public Accountant with over five years of public accounting experience. Justin’s public accounting experience includes a significant focus on audits of governmental entities, including employee benefit plans. As an Audit Manager, Justin focuses on financial reports, reviewing contracts and statutes for relevant changes, testing key audit areas and transaction cycles, supervision of staff and emphasis of regular communication between the client and engagement team. Justin has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education & Certifications MBA, University of Central Florida B.S., University of Central Florida Relevant Experience  City of Bay Lake, FL  City of Lake Buena Vista, FL  City of Titusville, FL  City of Bay Lake, FL  City of Lake Buena Vista, FL  Reedy Creek Improvement District, FL  ATU Local 1577 Pension Plan, FL  ATU Local 1596 Pension Plan, FL  Boynton Beach General Employee's Retirement System, FL  Clermont Police Officers’ Pension Plan, FL  Clermont Firefighters’ Retirement System, FL  Fulton-Dekalb Hospital Authority Pension Plan, FL  Palm Beach Gardens Police Officers’ Pension Fund, FL  Retirement System for the General Employees of the Utility Board for the City of Key West, FL  Sarasota Firefighters’ Insurance Trust Fund, FL  Sunrise Firefighters’ Retirement Plan, FL  Town of Jupiter Police Officers’ Retirement Fund, FL  Brevard County, FL  Charlotte County, FL  Florida Development Finance Corporation, FL  International Drive Master Transit and Improvement District, FL  Orange County, FL  Osceola County District School Board, FL  State of Florida  St. Johns County District School Board, FL  St. Lucie County District School Board, FL  Volusia County District School Board, FL Proposal for City of Clearwater, Florida 17 Matthew Carr Senior Associate, Cherry Bekaert Advisory LLC Assurance Services Matt has over five years of public accounting experience serving the Firm’s clients. He primarily provides audit services for government and not-for-profit clients. Matt has extensive experience conducting audit procedures and works closely with individuals to perform detail testing. Matt has been an integral resource in testing and reviewing compliance in relation to Uniform Guidance for many of our single audits, most of which receive FEMA assistance. As an Audit Senior, Matt focuses on financial reports, testing key audit areas and transaction cycles, supervision of staff and emphasis of regular communication between the client and engagement team. Matt has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education & Certifications M.S., Southern New Hampshire University B.S., Florida State University Professional & Community Involvement  American Institute of Certified Public Accountants Relevant Experience  City of Bay Lake, FL  City of Lake Buena Vista, FL  Brevard County, FL  CareerSource Broward  Central Florida Tourism Oversight District  Charlotte County, FL  Enterprise Florida  Florida Opportunity Fund  Manatee County District School Board  Orange County, FL  Orange County Public Schools  Retirement System for General Employees of the Utility Board of City of Key West, FL  South Central Educational Risk Management  State of Florida  St. John’s County District School Board  Volusia County District School Board Proposal for City of Clearwater, Florida 18 Jack Ugalde Senior Associate, Cherry Bekaert Advisory LLC Assurance Services Jack is an experienced senior auditor with expertise in auditing governmental entities, including Pinellas cities. He has provided clients with a wide-range of assurance services including financial statement audits, compliance audits, compilations, agreed- upon procedures, SOC reports and other services. Jack has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education B.S Accounting, University of South Florida Focus Areas  Single Audit  GASB & GAAP  ACFR Preparation Professional Involvement  Member, Florida Institute of Certified Public Accountants Relevant Experience  City of St. Petersburg, FL  City of Pinellas Park, FL  Sarasota County School District, FL  School District of Manatee County, FL  Norfolk Airport Authority, VA  Peninsula Airport Commission, VA  North Carolina Turnpike Authority, NC  Pinellas Suncoast Transit Authority, FL  Hillsborough Area Rapid Transit Authority, FL Proposal for City of Clearwater, Florida 19 Sarah Jenkins Associate, Cherry Bekaert Advisory LLC Assurance Services Sarah is an experienced associate auditor with over a year of expertise in auditing nonprofits and governmental entities. She has provided clients with a wide-range of assurance services including financial statement audits, compliance audits, compilations, agreed- upon procedures, and other services. Education B.S Accounting, University of South Florida Focus Areas  GASB & GAAP Relevant Experience  City of St. Petersburg, FL  Norfolk Airport Authority, VA  YMCA of West Central Florida, FL  North Carolina Turnpike Authority, NC Proposal for City of Clearwater, Florida 20 Danny Martinez Partner, Cherry Bekaert Advisory LLC Government & Public Sector Accounting Advisory Leader CPA: Texas - 114600 As a Partner at Cherry Bekaert, Danny provides advisory and training services to a wide range of governmental entities, including municipalities and their component units, counties, school districts, public universities, special districts, tribal governments, airports, ports and hospitals. He has provided technical accounting assistance to some of the largest cities and counties in the nation, including the implementation of GASB 87, 96, and 101. Danny and his team are currently working with the City to assist with the implementation of GASB 101. As the leader of the Government and Public Sector Accounting Advisory group, Danny is responsible for the quality and growth of the firm’s GASB-as-a-Service, ACFR writing, and Surge Team accounting advisory services. Under his leadership, Cherry Bekaert has experienced significant growth in these services and achieved high client satisfaction and retention scores for Governmental Accounting Pronouncement Implementations. Danny's extensive experience is showcased through his presentations on various governmental industry and accounting topics at both national and regional conferences. He presented on GASB 101 implementations at last year's national GFOA conference and this year's National Association of State Controllers (NASC) conference. Danny ensures that clients receive top-tier guidance and support throughout the implementation process. He will be leading trainings for the City, bringing his wealth of knowledge and practical insights directly to your team. Danny is the past Zone 3 (GASB) Chair of the American Institute of Certified Public Accountants (AICPA) Technical Issues Committee, a group that provides a voice for its constituents in the standard-setting process. Additionally, Danny is a founding member of the firm’s Government Standards Outlook Committee, a group of technical leaders who stay abreast of all upcoming GASB, OMB, and AICPA changes and provide comment letters to those bodies. Danny has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education & Certifications B.S. in Accounting, University of Southern California Certified Government Financial Manager (CGFM) Focus Areas  GASB Technical Accounting Assistance  Public Speaking and Training  Governmental Accounting Pronouncement Implementation  Process and Technology Accounting Transformation  Strategic Accounting Projects  Audit Preparation and Year-End Close Assistance  ACFR or Financial Statement Writing or Refresh  Surge Team Urgent Accounting Assistance Professional & Civic Involvement  Past GASB Zone Chair, AICPA Technical Issues Committee  Association of Governmental Accountants, Dallas and New Mexico Chapters Proposal for City of Clearwater, Florida 21 Jeff Zeichner Director, Cherry Bekaert Advisory LLC Assurance Services CPA: Florida - AC40690 As a Director in Cherry Bekaert's Assurance practice, Jeff leverages more than two decades of audit and attest services to help public sector entities, including large municipal and county governments, school districts, higher education institutions and public transportation agencies. Jeff has extensive experience working in public transportation and has served a number of large and complex transportation authorities, aviation authorities / departments, port authorities, and tolling agencies. Prior to joining Cherry Bekaert, Jeff was a partner in a national public accounting firm, responsible for the audit quality of large and complex governmental entities. Jeff holistically serves governmental entities, providing value that goes beyond the scope of a financial statement audit. Jeff has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education B.S. in Accounting, Richard Stockton College of New Jersey B.A. in Management, Richard Stockton College of New Jersey Focus Areas  Assurance Services  Audit & Attestation Services  Lease Accounting Services Professional & Civic Involvement  American Institute of Certified Public Accountants (AICPA)  Florida Institute of Certified Public Accountants (FICPA)  Florida Government Finance Officers Association  St. Augustine Rotary  Stewardship Committee, Rotary District 6970  Grant Administrator, Tarahumara Foundation Relevant Experience  Washington Metropolitan Area Transit Authority, Washington, D.C.  Jacksonville Transportation Authority, FL  Palm Tran, FL  Hillsborough County Aviation Authority, FL  Fort Lauderdale-Hollywood International Airport, FL  University of North Carolina at Charlotte Investment Fund, NC  University of North Carolina at Charlotte Foundation, NC  University of North Carolina at Charlotte Facilities Development Corporation, NC  University of Georgia Research Institute, GA  City of Jacksonville/Duval County, FL  City of St. Augustine Beach, FL  Clay County, FL  Florida Turnpike System, FL  Hillsborough County, FL  Jacksonville Port Authority, FL Proposal for City of Clearwater, Florida 22  Palm Beach International Airport, FL  Jacksonville Aviation Authority, FL  Northeast Florida Regional Aviation Authority, FL  City of Tampa, FL  City of Pinellas Park, FL  City of Miami Beach, FL  Augusta University Research Institute, GA  Kennesaw State Research and Service Foundation, GA  South Florida Water Management District, FL  Baker County, FL  Broward County, FL  Canaveral Port Authority, FL  City of Green Cove Springs, FL  Kauai Department of Water, HI  Martin County, FL  Palm Beach County, FL  St. Johns County, FL  St. Johns County School District, FL  Sumter County, FL  Town of Callahan, FL Proposal for City of Clearwater, Florida 23 Scott Anderson Director, Cherry Bekaert Advisory LLC Government & Public Sector Technical Director CPA: Florida- AC47907, North Carolina - 32398, Virginia- 53857 Scott, a licensed Certified Public Accountant in Florida, North Carolina, and Virginia, has been serving the Firm’s clients since 2005. As the Firm's public sector Technical Director, he drives technical accounting training and thought leadership for the entire governmental practice. As a former GASB Practice Fellow, Scott was at the forefront of evolving standards, providing unique insights and access to future developments. His involvement in the standard-setting process has equipped him with vast experience in governmental accounting and financial reporting standards. Scott advises clients and audit teams in all phases of auditing and financial reporting, overseeing engagement planning, performance of audit tests, report writing, and overall audit quality. His deep understanding of technical accounting and evolving standards enables him to guide teams effectively. He has extensive experience with Uniform Grant Guidance and the audit requirements for numerous states. Scott's expertise in audit methodology provides the consulting team with unique, forward-thinking strategies to ensure audit readiness in deliverables. Scott has also instructed at numerous external conferences and seminars, representing both the firm and the GASB, and has conducted webinars sponsored by the Firm on various technical GASB topics. His professional involvement includes participation in committees and panels, such as the AICPA State and Local Government Experts Panel and the Government Finance Officers Association Special Review Committee. Scott has more than 40 hours of relevant continuing education during each of the last four years, including the continuing education required by Government Auditing Standards. Education Master of Accounting, North Carolina State University Bachelor of Arts, Utah State University Professional & Civic Involvement  American Institute of Certified Public Accountants (AICPA)  AICPA State and Local Government Expert Panel Member  North Carolina Association of Certified Public Accountants  Government Finance Officers Association  GFOA Special Review Committee  GASB Practice Fellow Program  Leadership Tampa Bay Proposal for City of Clearwater, Florida 24 B. The firm should provide as much information as possible regarding the number, qualifications, experience, and training, including relevant continuing professional education, of the specified staff to be assigned to this engagement. The firm should indicate how the quality of staff over the term of the agreement will be assured. Please see above for information regarding number, qualification details, experience, training, and relevant continuing professional education of your proposed team and specified staff assigned of the engagement. We believe knowledge, efficiency and effectiveness are optimized over time in a client relationship. We therefore strive to maintain continuity in Partners and key professionals from year to year. The public sector has been a major industry served by our firm since its inception. All members of your team are a part of the government and public sector industry group. This means that your team have devoted their careers to the public sector. This dedication and year-round work experience increases the quality of our staff. In the mentoring and developing our staff, we normally experience a progression of staff responsibility during the years of service on the engagement allowing their knowledge of the client to increase the efficiency of our team. For many of our tenured clients, we have professionals that began as staff accountants and progressed to serve as managers, senior managers and partners on that engagement. We will periodically introduce new staff to our clients as bringing fresh talent and insight to the engagement team provides new ideas, while maintaining team continuity, which creates efficiency and reduces the learning curve for new team members. However, if we lose a key person, we will replace that person from the top rather than from the bottom. For example, if the senior needs to be replaced, the manager will step in to perform their role until a replacement has been assigned and has been brought up to speed on the City's engagement. We will keep you informed of all personnel changes and, consistent with auditing principles generally accepted in the U.S., seek your agreement before any changes are made to key personnel. Proposal for City of Clearwater, Florida 25 Engagements with Other Governmental Entities A. The firm should list separately all engagements within the last five (5) years for other governmental entities, by type of engagement (i.e. audit, management advisory services, other). Government Experience Government and public sector organizations are in an environment of accelerated change and greater expectations from the constituents they serve. From fluctuating budgets, new program demands, increasingly complex compliance restrictions, political uncertainty, economic changes, and the public need for greater access to services, we understand the distinct challenges state and local governments face. Cherry Bekaert's Government & Public Sector (GPS) team has a deep understanding of the complex challenges state and local governments face, and we focus on the areas of highest need to help improve the transparency, efficiency and effectiveness government. With extensive knowledge of the methods and techniques applicable to government auditing, we are one of the largest providers in the state and local audit and accounting space, serving clients around the nation; we provide targeted, risk-based, effective government auditing and assurance services to nearly 200 municipalities, counties, public authorities/boards, school districts, and state agencies, ranging in size from $2 million to $9 billion. Using a digital approach with data-driven practices, we increase audit efficiency and enable government managers and leaders to better focus on delivering results to constituents. The experience gained through service to such a wide breadth and depth of public sector organizations provides us with invaluable insight into the issues and stresses impacting the City. In the current environment, it is critical to have the right government accountant providing the proper technical guidance, reducing the demands on government staff and allowing entities to focus on their constituents. Many Cherry Bekaert team members have worked in government, helping us to better understand what you are trying to achieve and the obstacles and opportunities that may exist within your organization. Our professionals have held key positions for the American Institute of Certified Public Accountants (AICPA) and state and local committees. They attend and teach at conferences hosted by the Government Finance Officer Association (GFOA), the Association for School Business Officials (ASBO), the Association of Government Accountants (AGA), the American Association of Airport Executives (AAAE) and the Airports Council International (ACI). Addressing New Accounting, Reporting, Compliance, and Audit Requirements Over the years, we have assisted our clients with GASB pronouncement implementation, providing research and advice to resolve many complex accounting issues, including:  Providing assistance interpreting the fair value measurement and disclosure requirements under GASB #72 and the guidance for certain external investments pools and participants under GASB #79  Assisting with analysis and implementation of the accounting and reporting aspects for pensions (GASB #67 and #68) and other postemployment benefits (GASB #74 and #75)  Assisting with the analysis of fiduciary activities (GASB #84)  Assisting with analysis of the accounting and reporting aspects of lease and SBITA accounting (GASB #87 and #96) We typically meet with our clients during engagement planning and throughout fieldwork to discuss new pronouncements and issues surrounding implementation. We are very proactive in follow-up communication to derive appropriate solutions in the planning stages. Our knowledge of GASB requirements is complemented by our willingness to invest necessary time and resources, including appropriate consultation. Proposal for City of Clearwater, Florida 26 Cherry Bekaert also provided a professional from our government team to serve on a two-year GASB fellow program rotation, working with GASB on technical matters. As a GASB fellow, Scott Anderson, a Director from our GPS audit practice, was on the forefront of evolving standards currently contemplated. Scott’s involvement provides unique insights we can share with our clients. He finished his rotation and returned to the Firm in August 2022. Your engagement team offers an unmatched depth of knowledge in current GASB requirements, as well as future reporting standards such as:  GASB #101 - Compensated Absences  GASB #102 - Certain Risk Disclosures  GASB #103 - Financial Reporting Model Improvements New standards can have a significant impact on your organization's reporting, so we offer assistance in many areas, including:  General diagnostic discussion with management  Consultation and interpretive guidance, including GASB interpretations  Checklists and other tools for compliance  Assistance in identifying additional reports and data needed  Review of your management’s policies and practices applicable to specific pronouncements Single Audits under Uniform Guidance Between 2019 and 2024, we performed compliance audits over more than 5,000 major programs, covering billions of dollars of Federal and State grants annually. We often communicate with federal and state agencies during our planning process to ensure we have the most recent regulatory requirements and to ensure we are familiar with any communications or monitoring that have been conducted in association with our clients that may influence the extent and nature of our procedures. We will perform the required Single Audit procedures in accordance with the Uniform Guidance. For major programs, we will test the accounting and administrative internal control systems in place over your federal and state programs. We will also test all major programs for compliance with specific and general grant requirements. Thought Leadership The field of governmental accounting and financial management is dynamic for both you and your external auditors. Pronouncements from the following bodies all have significant impact on this sector:  GASB (altering internal accounting and external reporting)  AICPA (modifying audit standards and procedures)  OMB (creating new compliance demands associated with the expenditure of Federal funds) We consider the training of our professionals to be extremely important to best meet the evolving needs of our profession and provide the highest quality of service to our clients. Furthermore, we are dedicated to the continuing education of our clients and the greater Public Sector community. We offer webinars (http://www.cbh.com/events/) and seminars throughout the year, including the local chapters of the GFOA. It is this commitment to education and leadership of the public sector that has set us apart from other firms. Our professionals teach for the AICPA, GFOA and various other state and local government organizations. CPE topics we have provided to our clients and organizations in the past include:  GASB and/or Uniform Guidance Update  Evolution of Internal Control Proposal for City of Clearwater, Florida 27  Behavioral Ethics  Grant Administration Controls and Fraud Risks  Risk Assessment topics  Current Information Technology hot topics  What’s Your Fraud I.Q.?  Coronavirus Relief Funds - Financial and Single Audit Considerations Additionally, Cherry Bekaert’s Government Services Blog (http://www.cbh.com/industries/government/) helps keep our governmental clients up to date on vital business and financial information. GFOA Certification Reporting The GFOA Certificate of Achievement for Excellence in Financial Reporting is highly recognized as the epitome of financial accountability and quality reporting. As a firm, we have provided support in obtaining and maintaining the certification to more than 75 governments, with several of our partners/directors participating in the program as certificate reviewers. As with all of our GFOA submitting entities, we will assist you in any way necessary to help you continue to receive this award every year. Before issuance of our audit reports, we will review the City’s Annual Comprehensive Financial Report in comparison to our Firm’s standard governmental reporting checklist and the current GFOA reporting checklist to help ensure that the Annual Report is in compliance with the certificate program requirements. We will also review any comments received from the GFOA from the most recent submission to ensure all matters are addressed appropriately. Florida Public Sector Experience We have served the Florida public sector since the 1970s, including many cities, towns, counties, special districts, school districts and state agencies throughout the state. Each of these clients generally require Single Audit and Annual Comprehensive Financial Reports, and cities/counties typically include component units. In just the last five (5) years, we have proudly provided auditing services to the following Florida public sector organizations: Florida Audit/Attest Clients  ATU 1577  ATU Local 1596 Pension Plan  Boynton Beach General Employee's Retirement System  Brevard County, Florida  Broward County Public Schools  CareerSource Broward  Central Florida Regional Transportation Authority  Central Florida Tourism Oversight District  Charlotte County  Collier County District School Board  Duval County Public Schools  Enterprise Florida, Inc.  Escambia County School District  Florida Agency for Health Care Administration (AHCA)  Florida Development Finance Corporation (FDFC)  Florida Opportunity Fund, Inc.  HART (Hillsborough Transit Authority)  Indian River County School Board  Palm Beach Gardens Police Pension Fund  Pinellas Suncoast Transit Authority  Retirement System for General Employees  Sarasota County School Board  Sarasota Firefighters' Insurance Trust Fund  School District of Indian River County  School District of Manatee County  SelectFlorida Proposal for City of Clearwater, Florida 28  City of Bay Lake  City of Fort Myers  City of Hallandale Beach  City of Lake Buena Vista  City of Pinellas Park  City of St. Petersburg  City of Vero Beach  Clermont Firefighters' Retirement Plan  Clermont Police Officers' Retirement Plan  International Drive Master Transit and Improvement District  Jacksonville Transportation Authority  Juvenile Welfare Board of Pinellas County  Martin County School Board  Miami-Dade Aviation Department  Miami-Dade Transit Department  Monroe County  Ocala PD  Orange County (including Health Facilities Authority, Industrial Development Authority, Library District and Public Schools)  South Central Educational Risk Management Program  Space Florida  St. Johns County Airport Authority  St. John's County School District  St. Lucie County District School Board  Sunrise Firefighters' Retirement Plan  Tampa Bay Estuary Program  Tampa Bay Regional Planning Council  Village of Wellington  Volusia County Schools Additional Firmwide Clients Cherry Bekaert takes great pride in providing industry-leading assurance services to nearly 200 public sector organizations. Following is a detailed list of current government audit clients. Each of these clients generally require Single Audit and Annual Comprehensive Financial Reports, and cities/counties typically include component units. Cities and Towns  City of Hampton, VA  City of Chesapeake, VA  City of Newport News, VA  City of Suffolk VA  City of Virginia Beach, VA  City of Bowling Green, KY  City of Frankfort, KY  City of Jeffersontown, KY  City of Richmond, KY  City of Simpsonville KY  City of Charlotte, NC  City of Durham, NC  City of Greenville, NC  City of Greensboro, NC  City of High Point, NC  City of Raleigh, NC  City of Reidsville, NC  City of Winston-Salem, NC  Town of Apex, NC  Town of Cary, NC  Town of Fuquay-Varina, NC  Town of Holly Springs, NC  Town of Lillington, NC  Town of Morrisville, NC  Town of Morven, NC  Town of Rolesville, NC  Town of Stanley, NC  Town of Wake Forest, NC  City of Harlem, GA  City of North Augusta, SC  Deerfield Township, OH  Liberty Township, OH  Village of Terrace Park, OH  West Chester Township, PH  City of Palos Hills, IL Proposal for City of Clearwater, Florida 29 Counties  County of Hanover, VA  Fairfax County, VA  Henrico County, VA  Loudoun County, VA  Prince William County, VA  York County, VA  Durham County, NC  Cumberland County, NC  Forsyth County, NC  Guilford County, NC  Henderson County, NC  Mecklenburg County, NC  New Hanover County, NC  Randolph County, NC  Tyrrell County, NC  Union County, NC  Pickens County, SC  Richland County, SC  Augusta-Richmond County Consolidated Government, GA  Beaufort County, GA  Columbia County, GA Authorities, Commissions and Agencies  Augusta Canal Authority, GA  Blue Island Fire Department, IL  Bonnie Brae Forest Manor Sanitary District, IL  Cleveland County Water, NC  Centralina Regional Council  Chattanooga Housing Authority, TN  Chesapeake Bay Bridge and Tunnel District, VA  Chesapeake Economic Development Authority, VA  Cook Memorial Public Library District, IL  Daviess County Fiscal Court, KY  Eastern Virginia Regional Facility Authority  Evansville Housing Authority, IN  Fairfax County Redevelopment and Housing Authority, VA  Fort Monroe Authority, VA  Greenville Utilities Commission, SC  Judicial Branch of Kentucky  Kentucky Association of Counties  Kentucky Economic Development Finance Authority  Kentucky State Fair Board  Kentucky Judicial Retirement System  Knoxville Community Development Corporation, TN  Lexington Convention & Visitors Bureau, KY  Lexington Public Library, KY  Louisville Convention & Visitors Bureau, KY  Marquis Community Development Authority, VA  Mecklenburg Emergency Medical Services, NC  Metropolitan Sewage District of Buncombe County, NC  Metropolitan Development and Housing Agency, TN  New Hanover County Airport Authority, NC  Newport News Industrial Development Authority, VA  Newport News Redevelopment and Housing Authority, VA  Piedmont Triad Regional Water Authority, NC  Public Library of Charlotte/Mecklenburg County, NC  Research Triangle Regional Public Transportation Authority, NC  Renewable Water Resources, SC  Richmond Metropolitan Transportation Authority, VA  Richmond Water, Gas & Sewerage Works, KY  River Ridge Development Authority, IN  Southwest Regional Water District, OH  Southeastern Public Service Authority, VA  Spartanburg County Public Library, SC  Virginia Beach Development Authority  Virginia Passenger Rail Authority  Virginia Peninsulas Public Service Authority  Western Tidewater Water Authority, VA Proposal for City of Clearwater, Florida 30  Hampton Roads Sanitation District, VA  Hampton Roads Criminal Justice Training Academy, VA  Handy Sanitary Water Authority, NC  Highview Fire Protection District, KY  Housing Authority Of Charlestown, IN  Intercommunity Cable Regulatory Commission, OH  North Carolina Educational Lottery  North Carolina Turnpike Authority  Pamunkey Regional Library  Piedmont Municipal Power Agency, SC  Piedmont Triad Airport Authority, NC  Piedmont Triad Regional Council, NC  York County Economic Development Authority, VA  Illinois Sports Facilities Authority  LaGrange Highlands Sanitary District, IL  Mill Creek Water Reclamation District, IL  New Lenox Community Park District, IL  Orland Fire Protection District, IL  South Palos Township Sanitary District, IL B. For each engagement, the firm should indicate the scope of work, date, engagement partners, total hours, the location of the firm’s office from which the engagement was performed, and the name and current telephone number of the principal client contact. The best indicator of our ability to serve clients in a professional yet personalized manner is the outstanding reference provided by our clients. Provided are some of our references served by members of your engagement team. We can provide additional references if needed. We encourage you to call any of the individuals listed and ask them about our services and expertise. Client Name City of St. Petersburg & City of St. Petersburg CRA Scope of Work External Audit Services including ACFR (GFOA Certification), CRA Audit, Special Reports (including EMS Report in accordance with the ALS First Responder Agreement, Federal & State Single Audit (Same services descripted in the service requirements of the scope of services excluding requirement B (individual non-major funds)). Date 2015 - Present Engagement Partner(s) Lauren Strope, Dan Gougherty Total Hours 1,250 Primary Office Location(s) Central Florida Name and Telephone of Client contact Erika Langhans, Chief Financial Officer - 727.892.5652 Proposal for City of Clearwater, Florida 31 Name of Client City of Pinellas Park & City of Pinellas Park CRA Scope of Work External Audit Services including ACFR (GFOA Certification), CRA audit, and Federal and State Single Audits (when required) Date 2008 - Present Engagement Partner(s) Lauren Strope, Dan Gougherty Total Hours 650 Primary Office Location(s) Central Florida Name & Telephone of Principal Client Contact Kelly Schrader, Finance Administrator - 727.369.0621 Name of Client Brevard County & Brevard County CRA Scope of Work ACFR (GFOA Certification) Audit, CRA Audits, Federal and State Single Audits, BOCC and Constitutional Officer audits, CFCC, Landfill Escrow Date 2019 – Present Engagement Partner(s) Brian Liffick, Lauren Strope Total Hours 2,250 Primary Office Location(s) Central Florida Name & Telephone of Principal Client Contact Kathleen Prothman, Finance Director - 321.264.5228 Client Name Orange County, FL Scope of Work ACFR (GFOA Certification) Audit, Constitutional Officer Audits, Enterprise Fund Audits, CRA Audits, CFCC, Landfill Escrow, Federal & State Single Audit Date 2001 - Present Engagement Partner(s) Brian Liffick, Lauren Strope Total Hours 3,500 Primary Office Location(s) Central Florida Name and Telephone of Client contact Laurie Bauer, Director of Finance and Accounting - 407.836.5719 Proposal for City of Clearwater, Florida 32 Name of Client Charlotte County, FL Scope of Work External Audit Services including ACFR (GFOA Certification), CRA Audits, CFCC, Landfill Escrow, Federal & State Single Audit Date 2012 - Present Engagement Partner(s) Brian Liffick, Lauren Strope Total Hours 1,300 Primary Office Location(s) Central Florida Name & Telephone of Principal Client Contact Stacy Wear, Finance Director - 941.743.1436 Proposal for City of Clearwater, Florida 33 TAB 3 – Audit Approach The proposal should set forth a general work plan, including an explanation of the audit methodology to be followed. Cherry Bekaert utilizes a risk-based tailored audit approach and program. The Firm employs an efficient, effective, compliant and time-tested audit process utilizing a methodology that facilitates quality and delivers a comprehensive and timely audit. Our approach focuses on a targeted examination of your financial statements by addressing the risks related to the fair presentation of the statements in accordance with U.S. generally accepted accounting principles. Our audit of the City will feature CCH Engagement software, a state-of-the-art automated environment enabling our audit documentation to be virtually paperless and our engagement team members to share files via wireless technology. We tailor Thomson Reuters PPC audit and accounting guidance to specifically address the audit and risk areas associated with each local government client. These audit programs will reflect the identified areas of risk and help us ensure that such areas receive the proper degree of audit consideration. Cherry Bekaert, like multiple accounting firms across the U.S., use PPC's Audit and Accounting guidance and audit engagement workflow tools as a starting point for our audit program sheets. PPC provides the breadth and depth for specific industry coverage and is always as the forefront of new and changing standards. Then the audit team will tailor these audit programs based on the specific risks (inherent, control and overall risk of material misstatement) that have been identified during the planning a brainstorming session by the audit team assigned to the City’s audit. The following chart shows the key procedures and audit segmentation applied during each of the defined stages of the audit engagement: I. Planning and Inherent Risk Assessment Planning Procedures 1. Initial Meetings with Management We will schedule an entrance conference to introduce all key personnel, discuss the planned audit scope, and verify our understanding of communication channels and working relationships. These early discussions will ensure the City's awareness and compliance with new requirements and allow a reasonable amount of time for implementation and consultation. We will discuss the following:  Anticipated audit issues  New accounting principles and/or auditing updates  New laws or regulations, including Florida Statutes and Uniform Guidance/Chapter 10.550, and the expected impact on the City  Results of the predecessor auditor workpaper review  Any staff concerns  Initial audit approach and dates, as well as dates and times for periodic audit progress meetings  Reporting requirements and deadlines  Assistance to be provided by the City staff  Review of any reports issued by regulatory agencies during the year  Audit concerns or operational changes that could affect the audits  We are happy to attend a City Council meeting before field work begins to discuss the audit process  Discussion of the status of the corrective action plans for the previous year findings (2024-01, 2024-02, 2024-03, and 2024-04. Proposal for City of Clearwater, Florida 34 2. Perform Preliminary Analytical Review Procedures We will perform a preliminary analytical review to analyze the financial statements for unusual trends and results and to identify in advance the high audit risk areas. To strengthen audit confidence and risk assessment compliance, Cherry Bekaert uses MindBridge, an AI-enhanced auditing data analytic tool to analyze 100% of transactions using a risk-scoring mechanism based on predefined control points, including rule based, statistical and AI learned selection criteria. Using data analytics provides efficient means to spotting risks and anomalies. Having insight into riskier transactions and data anomalies enables our engagement team to better understand the risk of material misstatement and design more effective audit procedures. Extended audit procedures are then focused on the areas of unusual results or potential audit risk. 3. Determine Audit Materiality We will calculate materiality during the preliminary planning process for the audit. However, it must be pointed out that this calculated materiality is only a starting point. Auditing standards define materiality from the viewpoint of the user of the financial statements, not the auditor. The question we have to ask is, “Would it affect the user’s conclusions regarding the financial position or results of operations of the City, if the adjustment was not made or a particular fact was not disclosed?" As a result, for certain areas, such as compliance requirements or potential fraud related to cash receipts, our materiality levels may be adjusted to take into account the user’s perspective. Assess the Risk of Fraud: The auditor’s consideration of inherent, fraud, and internal control risk (including control environment, risk assessment, communication, and monitoring) affects the nature, timing, and extent of testing. During the planning phase, we will identify and document all risks and associate them with significant financial statement line items and assertions during the Risk Assessment Synthesis (RAS). For each risk identified, we will also document the nature and extent of the risk and condition(s) that gave rise to the risk. Typical procedures include:  Hold audit team meetings to “brainstorm” ideas regarding how fraud could be perpetrated and concealed.  Inquire of management and others significantly involved in financial reporting to: (1) identify known instances of fraud and (2) determine how someone could rationalize, perpetrate, and conceal fraud.  Evaluate the possibility that management could override internal controls. Inherent Risk Assessment: Inherent risk involves the degree to which a financial statement assertion is susceptible to misstatement due to the nature of the account. The objective of our inherent risk assessment is to take into consideration all that we have learned about the organization, changes that have occurred during the year, its operating environment, and about the risk of fraud and determine what our audit response, if any, should be. The risks identified and our planned responses to these risks will be summarized and documented in our working papers. Proposal for City of Clearwater, Florida 35 II. Internal Control Documentation, Verification and Testing Our internal control phase will be designed to carefully assess control-risk factors corresponding with all significant financial statement assertions. We will conform to AICPA’s risk-assessment standards, which include evaluating and testing internal controls to support our report on the following determinations:  Assets are safeguarded from loss from unauthorized acquisition, use, or disposition;  Transactions are executed in accordance with budget authority and significant provisions of applicable laws and regulations; and  Transactions are properly recorded, processed, and summarized to permit preparation of the financial statements and to maintain accountability for assets. Entity Level Controls: As part of our entity level control assessment, we will consider whether there are organizational-wide processes that promote strong internal controls. Verification of these entity level controls is generally performed through the use of interviews of key staff and review of documentation maintained by those key staff. 1. Monitoring - Document and assess the effectiveness of the City's monitoring activities 2. Control Environment  Management philosophy  Management’s attitude towards risks  Oversight by the City board of commissioners  Integrity and ethical values  Promotion of ethics and appropriate conduct  Organizational structure  Assignment of authority and responsibility  Workforce competence and human resource development 3. Risk Assessment  Document the results of the most recent organizational-wide risk assessment.  Determine whether a process is established for on-going risk assessments of the impact of change on key financial processes 4. Information and Communication - Document and assess how the City gathers, uses, and disseminates information. Process Level Control Activities Documentation - Obtain and review documentation of process level control activities applicable to:  All significant fiscal processes  Accounting administration  The general ledger  Information systems  Year-end close and financial reporting Proposal for City of Clearwater, Florida 36 Verification - We will verify that all key controls identified are in place and appear to be operating effectively. This is done by inquiry and observation, and walk-through procedures that trace process from initiation to completion. Testing: The team will prepare sampling control test work plans. We will select the most effective and efficient testing techniques when determining the nature of the tests to apply. The nature of our testing will fall into one of the following three non-sampling control test categories:  Observation involves physically observing organization personnel performing the control technique to be tested.  Inquiry involves making either oral or written inquiries of organization personnel responsible for specific control techniques to determine what they do or how they perform a specific control technique.  Inspection involves examining documents and records for evidence that a control technique actually occurred. Determining the timing of control tests depends on the type of test. For example, observations should be conducted during the period under audit. Inspections, on the other hand, could be performed after year- end, as long as documents being examined are from the period under audit. The extent of testing is determined by auditor judgment to be the level necessary to assess the effectiveness of the controls. Our use of sampling will also consider requirements of the Uniform Guidance and Chapter 10.550. If necessary, we will draw representative sample selections for each separate system of internal control over major federal and state programs. We will integrate these tests, to the extent possible, with required sampling for reliance on other aspects of the City’s internal control structure. Perform Non-sampling Control Tests - We will perform and evaluate non-sampling control test results, test information system controls associated with financial reporting, and evaluate results. We also will test internal control over compliance with laws and regulations that could have a direct and material effect on the financial statements. We will test controls sufficiently to support a low assessed level of control risk or report findings where controls in operation cannot support that risk assessment. Conduct Sampling Control Tests - Sampling control tests are conducted if sufficient evidence cannot be obtained through non-sampling procedures. A sampling control test is conducted by taking a sample of transactions and determining if the control technique being tested was in place for the sampled items during the audit period. Based on test results, we will reassess control and combined risk. Whenever possible, the team will also make use of computerized audit tools, such as Interactive Data Extraction and Analysis (IDEA), to improve the efficiency and effectiveness of sampling control tests. Assess Control Risk - Based on our evaluation of the above steps, and the results of our tests of controls, we will assess control risk. Control risk is the risk that a material misstatement is not prevented or detected in a timely manner by the City's systems of internal control. We then will assess control risk in light of our assessment of inherent risk to determine combined risk. The team will then document its assessment of control risk. Integration of Information System Controls Testing: The Cherry Bekaert team has developed an integrated financial statement audit approach to ensure that Information System (“IS”) controls are considered when determining the amount of reliance that can be placed upon internal controls for financial reporting and compliance with laws and regulations. Proposal for City of Clearwater, Florida 37 Our review procedures of general controls of the Tyler Munis system are categorized as follows:  Entity-wide security program planning and management controls provide a framework and continuing cycle of activity for managing risk, developing security policies, assigning responsibilities, and monitoring the adequacy and effectiveness of IS and security controls.  Access controls limit or detect access to computer resources (data, programs, equipment, and facilities), thereby protecting these resources against unauthorized modifications, loss, and disclosure.  System development and program change controls prevent implementation of unauthorized programs or modifications to existing programs that may alter financial data, modify or destroy application audit trails, or introduce processing errors.  System software controls limit and monitor access to powerful programs, utilities and sensitive files that control computer hardware, secure applications supported by the system, and monitor and record activities.  Segregation-of-duties controls provide policies, procedures, and an organizational structure to prevent one individual from controlling key aspects of computer-related operations and thereby conducting unauthorized actions or gain unauthorized access to assets or financial records.  Service continuity controls ensure that when unexpected events occur, critical operations continue without interruption or are promptly resumed to minimize the impact of the disruption on an entity’s critical mission and to protect sensitive data from destruction. III. Risk Assessment Synthesis We use a risk assessment synthesis process to summarize results of our initial planning, inherent risk assessment, and documentation of entity level and process level internal controls. The risk assessment synthesis process is designed to:  Identify significant audit areas  Document the risks of material misstatement affecting each area (including fraud risks or other significant risks)  Assess those risks and select an audit approach that is appropriately tailored to respond to the assessed level of risk,  Document the linkage of the assessed risks to the audit procedures that respond to those risks One of the byproducts of this process will be the identification of potential improvements that could be made to strengthen the internal control process, eliminate duplicative controls or improve the operating efficiency of the City's financial processes. Any observations will be shared with the City's management team at the conclusion of this phase of the audit. We will also use the lessons learned to develop our customized audit programs by significant area that reflects our risk assessment process. Proposal for City of Clearwater, Florida 38 IV. Compliance Testing This engagement will include the issuance of an opinion on the annual financial statements prepared by the City, and applying procedures and reporting on the schedule of expenditures of Federal and State awards presented as supplementary information. The engagement will also include consideration, testing, and reporting on the City's internal controls and compliance, for both laws and regulations that could have a material impact on the financial statements, as well as compliance requirements material to major Federal and State programs. The aforementioned statement of work will be performed in accordance with GAAS; the standards for financial audits contained in Government Auditing Standards issued by the Comptroller General of the United States; and the provisions of Uniform Guidance, Audits of States and Local Governments and the Florida Single Audit Implementation Act. We will audit the special purpose Schedule of Revenues and Expenditures of Emergency Medical Services in accordance with the ALS First Responder Agreement. Lastly, we will perform procedures over the City's compliance with Florida Statutes. Our compliance audit procedures will be designed to identify and test those transactions and activities that are likely to have a direct and material impact on the City's basic financial statements and to determine whether they were carried out in accordance with the provisions of laws, rules, contracts, and grantor guidelines. Our reports will note instances of noncompliance that could have a direct and material effect on the City’s financial statements. The nature and extent of our compliance tests are derived from the following:  Results of our analysis of internal control over compliance matters  Review of debt documents  Correspondence with Federal and State agencies  Review of the City's agreements  ALS First Responder Agreement  Review of the City's internal policies and procedures  Florida statutes  Grant agreements  AICPA Statements of Position  AICPA Statements on Auditing Standards  Government Auditing Standards  Uniform Guidance Compliance Supplement and Chapter 10.550  Other applicable professional standards and guidance V. Further Audit Procedures (Substantive Testing) We will perform substantive tests to form conclusions about whether the financial statements are free from material misstatements. These customized audit procedures come directly from our risk assessment procedures. Conduct Substantive Tests: The objective of our substantive testing is to:  Determine if financial statement assertions are materially misstated  Form an opinion about whether the principal statements are presented fairly in accordance with the organization’s basis of accounting Substantive test procedures will be applied to all significant assertions in each significant financial statement line item and account. As with the sampling control testing described above, the team makes use of computerized audit tools to improve the efficiency and effectiveness of substantive tests. The extent of substantive testing is based largely upon our assessed level of combined risk. For example, if we assess combined risk as low, then we can rely upon internal controls and perform limited testing. Proposal for City of Clearwater, Florida 39 If, however, we assess combined risk as high, we must obtain all assurance from substantive testing to express an opinion on the financial statements. The two types of substantive tests are analytical review procedures and detail tests.  Analytical review procedures involve establishing an expectation of what a significant balance or transaction total should be. If the actual amount is within a certain limit of the established expectation, then the auditor may determine that no further testing is necessary or that additional detail testing is desirable.  Detail tests are procedures applied to individual items selected for testing and include confirmation, physical observation, vouching, and recalculation. Conduct Tests Related to Fraud Risks: We will perform testing for fraud risks identified during the planning phase that are not mitigated by internal controls. Testing will be combined with substantive and compliance testing to the extent practical. In addition to testing for specifically identified fraud risk, we will perform the following procedures to identify fraud related to management override of controls:  Examine journal entries and other significant adjustments.  Review accounting estimates.  Evaluate the business rationale for significant and non-recurring transactions. Complete Overall Analytical Review Procedures: Once all the final adjustments are recorded and a final draft of the financial statements has been prepared, we will conduct analytical review procedures. Specifically, we will review the financial statements and supporting trial balances for key relationships and determine if audit evidence is consistent with variances noted during preliminary analytical procedures. Our analytic review will include trend and comparative analysis and will encompass the use of key liquidity, performance and operational metrics. Determine Adequacy of Audit Procedures and Audit Scope: In the planning phase, we determined planning materiality based on preliminary information. Based on planning materiality, we determined design and test materiality levels, which impacted the nature and extent of testing. We now will determine a final materiality based upon audited balances. In light of the final assessment of combined risk and final materiality level, we will consider if the extent of substantive audit procedures was sufficient. Evaluate Known and Likely Misstatements: Misstatements will be evaluated both in quantitative and qualitative terms. Based largely on these considerations and our evaluation, we will determine the type of audit opinion and internal control and compliance reports to render. VI. Reporting Review of ACFR for GFOA Compliance: Before issuance of our audit reports, we will review the ACFR in comparison to our Firm’s standard governmental reporting checklist and the current GFOA reporting checklist to help ensure compliance with the certificate program requirements. We will also review any comments received from the most recent submission and discuss management's response to ensure all matters are addressed appropriately. Proposal for City of Clearwater, Florida 40 We will prepare the following reports in accordance with GAAS, GAS, Uniform Guidance, and Chapter 10.550, Rules of the Auditor General:  Report of Independent Auditor on the financial statements and an in-relation to opinion on supplementary information - this includes an opinion on the fair presentation of the City's individual non-major governmental, non-major enterprise, internal service and fiduciary funds of the financial statements.  Report of Independent Auditor on Internal Controls over Financial Reporting and on Compliance and Other Matters Based on an Audit of Financial Statements Performed in Accordance with Government Auditing Standards  Reports of Independent Auditor on Compliance for Each Major Program and on Internal Control Over Compliance Required by the Uniform Guidance and Chapter 10.550, Rules of the Auditor General, for both Federal and State programs (including a schedule of findings and questioned costs)  Complete the auditor sections of the Data Collection Form  Management letter in conformance with Chapter 10.550 Rules of the Auditor General (State of Florida).  A report on the EMS “Schedule of Revenues and Expenditures of Emergency Medical Services” and the “EMS Financial Information Attestation Form” required by Pinellas County  Report of Independent Accountant on Compliance with Local Government Investment Policies in accordance with Sections 218.415 and Community Redevelopment Agency Requirements of Section 163.387(8) (for the CRA), Florida Statutes  External Auditor's Communication with the City Board of Commissioners We will review our auditor’s reports, management letter, and other matters with management. After meeting with management, the finalized reports will be made available to the City. Proposal for City of Clearwater, Florida 41 A. Proposed segmentation of the engagement B. Level of staff and percentage of hours to be assigned to each proposed segment of the engagement Percentage of Hours by Segment and Staff Level Partner/Director Manager Senior Staff Total Phase I – Planning and Inherent Risk Assessment 2% 2% 1% 0% 5% Phase II – Internal Control Documentation, Verification and Testing 2% 4% 8% 6% 20% Phase III – Risk Assessment Synthesis 1% 2% 1% 1% 5% Phase IV – Compliance Testing 1% 2% 6% 5% 14% Phase V – Further Audit Procedures (Substantive Testing) 3% 5% 18% 15% 41% Phase VI – Reporting 3% 5% 5% 2% 15% Totals 12% 20% 39% 29% 100% C. Extent of EDP software use in the engagement Use of Technology Leveraging the power of technology is critical as financial and operational systems become more complex, companies expand operations, and regulatory requirements change. Cherry Bekaert employs and offers expertise in a wide range of solutions and platforms to improve the efficiency, quality, compliance, integration and speed of our engagements. Our audit and advisory services combine data analysis software, wireless technology and engagement management software. As such, our documentation is virtually paperless with procedures documented in an automated environment and files shared through encrypted wireless technology among engagement team members. We will also provide a secure client portal for transmitting information to the engagement team over the internet. Proposal for City of Clearwater, Florida 42 Secure Document Management Cherry Bekaert uses Suralink for secure, web-based document management, allowing clients to transmit data files to our team. Authentication to the Suralink portal utilizes unique login credentials, and data is secured through SSL encryption. MindBridge MindBridge leverages artificial intelligence (AI) to detect unintentional errors and intentional misstatements, minimizing financial loss while automating our audit approach. We use its AI-enhanced risk-scoring mechanism to focus on higher-risk items, improving the efficiency of journal entry testing. In addition, MindBridge enables us to perform a revenue reconciliation and proof of cash exercise by simply uploading your general ledger, which reduces the revenue sample sizes our teams need to detail test. DataSnipper DataSnipper is an intelligent automation platform built and optimized for audit procedures to extract, cross-reference and validate source documents. It allows us to complete audit tasks up to 10x faster and focus more time on audit risk areas while helping standardize documentation to easily meet regulator demands. Workpaper Management & Trial Balances We manage workpapers with CCH Engagement, allowing us to prepare, review, transfer and manage our work in a paperless environment. It has a trial balance feature to reduce time and effort; we request that clients provide a file containing the trial balance – including ending, actual and final budget balances – in a format such as Excel which we upload into our software. The software has an account grouping feature which allows each general ledger account to be grouped to a specific financial statement line. Data Analysis Software We use IDEA data analysis software to test for ways to improve efficiency and effectiveness while providing a robust audit, and ActiveData advanced data analytics and statistics to assist in understanding trends and identifying anomalies. As a demonstration of our commitment to leveraging technology for our clients' benefit, Cherry Bekaert was one of four firms to be recognized in the first-ever MindBridge Community Awards. The awards were presented by MindBridge and recognize companies who are using the MindBridge platform to deliver innovative solutions, services and support to their clients. The Firm received the MindBridge Impact Award, which recognizes an organization whose efforts have had a clear impact on business outcomes, improving the client experience, driving operational efficiency, creating cost savings and/or impacting revenue performance. “These awards reflect MindBridge’s mission to improve the global financial system by building the world’s leading risk discovery platform”, says Leyton Perris, CEO of MindBridge. “These leading firms have shown us where the future of audit is heading”. Proposal for City of Clearwater, Florida 43 Coordination & Communication Using Suralink To ensure seamless delivery and efficient communication, we will utilize Suralink® throughout the audit process. This powerful cloud-based tool allows us to track and manage the entire audit engagement in real- time through a highly secure platform. You can attach documents, log comments and notes, schedule check-in meetings, share screens and show request status and progress throughout the year, not just at final fieldwork or at a single point in the process. Suralink provides more real-time information for clients to have better transparency on the progress and status of requests throughout the engagement compared to other solutions. We have collaborated with clients to employ our technology and tools to restructure the audit processes, creating virtual audit environments that provided high quality with flexible scheduling. This minimized disruptions decreased the need for lengthy in-person meeting requirements. However, we understand building trust in a relationship is important and frequent interaction is necessary. We utilize Microsoft Teams to meet remotely with clients and Suralink® to stay engaged with our clients throughout the engagement process. We understand that remote/virtual auditing does not work for all parts of the audit and will work with your staff to determine what procedures/activities need to be on-site during the planning phase. Your engagement team will share in a way that creates efficiencies and enhances a collaborative communication environment. Service delivery using Suralink® allows us to:  Promote real-time and year-round collaborative planning, communication and status updates  Integrate the technology of information sharing seamlessly and without disruption  Decompress the evidence gathering burden on your team  Reduce distractions to your team  Minimize your training of Cherry Bekaert staff  Enhance specialist interaction Information Security Statement: The Firm takes the security of all our clients’ data very seriously. Suralink® encryption and access controls protect your data at rest and in transit. In addition, Cherry Bekaert maintains Information Security Policies and monitoring procedures that only allow authorized individuals to access client data within Suralink® based on their job function. Proposal for City of Clearwater, Florida 44 D. Approach to be taken to gain and document an understanding of the City of Clearwater’s internal control structure Internal Control Testing Methods Internal control assessment is a significant part of our audit process, included in planning, risk assessment and throughout our testing procedures. We will focus internal control assessment for the City on the following audit and accounting areas:  Cash receipts  Cash disbursements  Payroll  Grant Compliance  Budgeting  Journal entries  Financial close out procedures During the preliminary planning segment, we will review the internal control environment over the City’s financial processes. We will conduct this internal control review from an information technology perspective, but will also include manual controls over the transactional flow in the account balances. By relying on controls from a compliance perspective, we will gain an understanding of the processes and controls related to the City. As appropriate, during this control review we may test certain controls that we will rely on when performing the audit. Reviewing and testing controls over the City’s financial processes during the planning segment will give us a strong understanding of the significant areas and processes of the City we will need to perform an efficient and effective audit. Our internal control procedures include a combination of interviews, inquiries, document inspection, walkthroughs of transaction processing and observation, noting the adequacy of internal controls in light of processes recommended by the Committee of Sponsoring Organizations (COSO). When conducting our internal control procedures, we assess the potential for error and what could go wrong, designing our audit procedures to assure controls exist to prevent errors and to assess the adequacy of controls to detect errors should they occur. In the event of error, we find it important to understand how it occurred and to assess what can be done to inhibit future occurrence. As a by-product, we also assess the potential for best practice improvements in efficiency and effectiveness, although those are not our primary objectives in conducting an audit of financial statements. Integration of Information System Controls Testing The Firm has developed a financial statement audit approach to ensure that IT controls are considered when determining reliance that can be placed upon internal controls for financial reporting and compliance with laws and regulations. Our review procedures of general controls of Tyler Munis are categorized as follows:  Entity-wide security program planning and management controls provide a framework and continuing cycle of activity for managing risk, developing security policies, assigning responsibilities, and monitoring the adequacy and effectiveness of Information Technology and security controls.  Access controls limit or detect access to computer resources (data, programs, equipment, and facilities), thereby protecting these resources against unauthorized modifications, loss, and disclosure. System development and program change controls prevent implementation of unauthorized programs or modifications to existing programs that may alter financial data, modify or destroy application audit trails, or introduce processing errors. Proposal for City of Clearwater, Florida 45  System software controls limit and monitor access to powerful programs and utilities and sensitive files that control computer hardware, secure applications supported by the system, and monitor and record activities.  Segregation-of-duty controls provide policies, procedures, and an organizational structure to prevent one individual from controlling key aspects of computer-related operations and thereby conducting unauthorized actions or gain unauthorized access to assets or financial records. The extent of our IT procedures will be based on the perceived efficiency of the audit approach. For example, we would typically audit utilities by sampling customers, examining their monthly billings, recalculating the charges (based on established the City's rates), and vouching cash receipts to payment support. However, if it were deemed more efficient, we could perform application testing. This would involve testing the City’s utility billing system. Once this testing was performed successfully, we would be able to rely on that system to provide competent audit evidence. But regardless of the approach, at a minimum we will obtain an understanding of the City’s IT environment and perform walk throughs of the information technology general controls (ITGC). In performing ITGC walk throughs we have historically identified a number of recommendations in areas such as:  Password management  Change management  Permission authorization  Rights and privileges of terminated employees E. Approach to be taken in determining laws and regulations subject to audit test work As a major provider of state/local government audit services, we are well versed in performing reviews of operations, financial transactions and/or activities to determine how well they conform with established State/Federal laws, standards, regulations and organizational policies/procedures. Additionally, our involvement in the accounting community, including various FGFOA chapters, GASB, and FICPA Local Government Committees, ensures that we stay ahead and informed of new regulations that will be subject to audit work. Our compliance audit procedures are designed to:  Understand the regulatory requirements specific to selected audit areas,  Assess internal controls over governance and compliance,  Identify and test those transactions and activities that are likely to have a financial impact on the financial statements and to determine whether they were carried out in accordance with the provisions of laws, rules, investments, bonds, Florida Statutes, ordinances / resolutions, contracts and grantor agreements applicable to the City. The nature and extent of our compliance tests are derived from the following:  Results of our analysis of internal control over compliance matters  Review of bond documents  Correspondence with federal and state agencies  Review of inter-jurisdictional agreements and internal policies  Florida statutes and grant agreements Proposal for City of Clearwater, Florida 46 We will conduct our audit in accordance with standards applicable to financial audits contained in auditing standards generally accepted in the United States of America, GAS and Single Audit (both federal and state). We will work with the City's personnel during interim fieldwork to determine key requirements to test by inquiring on key compliance requirements that the City regularly monitors and by selecting grants to be tested under Uniform Guidance and the Florida Single Audit Act. We will also review debt covenants, the ALN agreement, contractual requirements, Florida Statutes, key ordinances and resolutions and investment policies. In doing so, we will utilize programs and procedures already established for county governments. Our reports will note instances of noncompliance, if any, that could have a direct and material effect on the financial statements or on compliance reporting required grantors. F. Sample sizes and the extent to which statistical sampling is to be used in the engagement Our tailored audit program will employ statistical and non-statistical sampling to ensure that we select and review transactions in sufficient detail to formulate conclusions regarding the fair presentation of the financial statements, the City compliance with regulations, and the existence of properly functioning internal control. Given the City's requirement for all non-major funds to be audited, we will ensure that sampling is performed for each fund's materiality. Cherry Bekaert has developed sample size guidelines in accordance with GAAS and GAS for all samples performed to form our opinions on the fair presentation of the financial statements. The objective of the guidelines is to improve the quality of sampling by:  Relating sample sizes more directly to factors that influence sample size;  Reducing unexplainable sample size variability; and  Encouraging the use of statistical sampling. Structured worksheets, which give appropriate recognition to factors such as reliance on internal control, nature and timing of audit procedures, dollar total of population being sampled, and the estimated sampling error, are used to effectively determine audit samples and evaluate the results. We will use these worksheets to determine the sample size for testing over areas such as capital asset additions /dispositions, cash disbursements, accounts receivable, and accounts payable. Sample sizes will vary based on materiality and the population being tested. The extent to which we apply detailed audit procedures and sampling is based on:  Quantitative and qualitative components of our materiality determination;  Our evaluation of audit risks and internal accounting controls; and  The characteristics of items comprising the account balances or class of transactions. G. Type and extent of analytical procedures to be used in the engagement Analytical procedures are a required part of every audit engagement under current auditing standards. Below is a summary of how we plan to use these procedures throughout our audit:  Planning analytics. Analytical procedures will be used in planning the audit to enhance our understanding of the System and identify risks of material misstatement. In performing analytical procedures as risk assessment procedures, we will develop expectations about plausible relationships that are reasonably expected to exist. When the relationship of the recorded amounts or ratios developed from recorded amounts yields unusual or unexpected relationships, we will consider those relationships in identifying risks of material misstatement. Accordingly, we will design our audit procedures to address those risks of material misstatement. Proposal for City of Clearwater, Florida 47  Analytics as a substantive test. Analytical procedures will be used as substantive procedures throughout fieldwork and wrap-up phase of the audit that contribute to all the objectives of substantive tests, but particularly those of existence or occurrence, valuation or allocation and completeness. We focus primarily on revenues and expenses of the City as appropriate.  Final review. We utilize analytical procedures during our final review of the financial statements to consider whether any items do not meet our expectations developed during the course of our fieldwork. Examples of substantive tests include:  Analytical review procedures are based upon establishing an expectation of what a significant balance or transaction total should be. If the actual amount is within a certain limit of the established expectation, then the auditor may determine that no further testing is necessary or that additional detail testing is desirable.  Detail tests are procedures applied to individual items selected for testing and include confirmation, physical observation, vouching and recalculation. Examples of typical substantive test work procedures include:  Confirmation of cash and investment balances (detailed)  Comparison of charges for services in the enterprise funds to an expectation based on approved rates and customer data (analytical)  Review of the City’s budget vs. actual revenues and expenditures (analytical) We also plan to conduct tests of internal controls over journal entries, grant compliance, disbursements, payroll, budgeting, and significant receipts. Testing of internal controls and concluding that controls are operating effectively allow us to rely on the control environments to reduce our substantive testing in these areas. Relying on receipts test of controls allows us to:  Conduct a more analytical approach to testing revenues (budget versus actual, current year versus prior year, ratio analytics, etc.)  Perform dual-purpose testing or reduced tests of details of specific transactions  Further focus our substantive tests of details on those transactions that fall outside the standard control environment (cutoff testing and journal entry testing) H. Approach to be taken in drawing audit samples for purposes of tests of compliance Our sample sizes will consider audit risk through reliability and precision factors. Auditing standards prescribe the criteria for developing sample sizes, which we have utilized based on carrying degrees of reliance and confidence in internal control structure. If necessary, we will draw representative sample selections for each applicable compliance requirement of internal control over major federal programs and state financial assistance projects. We will integrate these tests, to the extent possible, with required sampling for reliance on other aspects of the City’s internal control structure. We will work with your staff to fully understand the population of the compliance requirement prior to performing sampling procedures. Because our sample sizes are affected by many variables, a statement about sample sizes cannot be made in absolute terms. However, with regard to sample selection, we generally will utilize statistically generated, representative sampling for internal control and compliance tests. Samples will also be used in conjunction with other tests of compliance (e.g. Florida Statutes, Ordinances, etc.). For tests of compliance pertaining to major federal programs and state financial assistance projects and EMS expenditures, we will utilize the guidance in Chapter 11 of the AICPA Audit Guide: Government Auditing Standards and Single Audits. Proposal for City of Clearwater, Florida 48 Identification of Potential Audit Problems. The proposal should identify and describe any potential audit problems, the firm’s approach to resolving, and any special assistance that will be requested from the City. We do not anticipate any potential audit problems. To avoid any surprises, our client service team prepares management comments with a “bottom-up” review approach. This allows any draft comments or recommendations to be initially reviewed at the departmental level directly responsible for the activity under review, and only subsequently discussed at higher levels if the observation has been validated. A smooth engagement begins with detailed planning and execution. We provide our clients with an organized approach, clear expectations for both parties, and detailed timelines. We hold regular status meetings with our clients where we provide a dashboard highlighting potential problems in meeting milestones and budget. This allows our clients to see potential problem areas at a glance. Each problem is presented with a solution and discussed with the client. For significant problems, we immediately communicate them to our clients, along with a proposed solution, rather than wait for the next regularly scheduled status meeting. We further do not employ a “gotcha” strategy; any suggested improvements will be constructive, and both Cherry Bekaert and the City’s staff will agree to the facts behind any observations before any finding progresses toward reporting. Our findings will contain a statement of condition describing the situation and the matter needing attention, what should be corrected, and why. At this time, we do not anticipate any special assistance being requested from the City. In the event that special assistance is needed, the matter would be immediately communicated to the City. Proposal for City of Clearwater, Florida 49 TAB 4 – References A minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, dates these services were provided. Client Name City of St. Petersburg & City of St. Petersburg CRA Scope of Work External Audit Services including ACFR (GFOA Certification), CRA Audit, Special Reports (including EMS Report in accordance with the ALS First Responder Agreement, Federal & State Single Audit (Same services descripted in the service requirements of the scope of services excluding requirement B (individual non-major funds)). Date 2015 - Present Engagement Partner(s) Lauren Strope, Dan Gougherty Total Hours 1,250 Primary Office Location(s) Central Florida Name and Telephone of Client contact Erika Langhans, Chief Financial Officer 727.892.5652 Erika.langhans@stpete.org Name of Client City of Pinellas Park & City of Pinellas Park CRA Scope of Work External Audit Services including ACFR (GFOA Certification), CRA audit, and Federal and State Single Audits (when required) Date 2008 - Present Engagement Partner(s) Lauren Strope, Dan Gougherty Total Hours 650 Primary Office Location(s) Central Florida Name & Telephone of Principal Client Contact Kelly Schrader, Finance Administrator 727.369.0621 kschrader@pinellas-park.com Proposal for City of Clearwater, Florida 50 Name of Client Brevard County & Brevard County CRA Scope of Work ACFR (GFOA Certification) Audit, CRA Audits, Federal and State Single Audits, BOCC and Constitutional Officer audits, CFCC, Landfill Escrow Date 2019 – Present Engagement Partners/Mangers/Specialists/Supe rvisory Staff Brian Liffick, Lauren Strope Total Hours 2,250 Primary Office Location(s) Central Florida Name & Telephone of Principal Client Contact Kathleen Prothman, Finance Director 321.264.5228 kathleen.prothman@brevardclerk.us Client Name Orange County, FL Scope of Work ACFR (GFOA Certification) Audit, Constitutional Officer Audits, Enterprise Fund Audits, CRA Audits, CFCC, Landfill Escrow, Federal & State Single Audit Date 2001 - Present Engagement Partner(s) Brian Liffick, Lauren Strope Total Hours 3,500 Primary Office Location(s) Central Florida Name and Telephone of Client contact Laurie Bauer, Director of Finance and Accounting 407.836.5719 Laurie.Bauer@occompt.com Proposal for City of Clearwater, Florida 51 Name of Client Charlotte County, FL Scope of Work External Audit Services including ACFR (GFOA Certification), CRA Audits, CFCC, Landfill Escrow, Federal & State Single Audit Date 2012 - Present Engagement Partners/Mangers/Specialists/Supe rvisory Staff Brian Liffick, Lauren Strope Total Hours 1,300 Primary Office Location(s) Central Florida Name & Telephone of Principal Client Contact Stacy Wear, Finance Director 941.743.1436 Stacy.Wear@charlotteclerk.com Proposal for City of Clearwater, Florida 52 TAB 5 – Cost Proposal A. Pricing information relative to performing the audit engagement as described in this request for proposals. The total all-inclusive maximum price bid is to contain all direct and indirect costs, including all out-of-pocket expenses. B. A total all-inclusive maximum price for each of the 2025, 2026, 2027, 2028, and 2029 engagements, along with the signature of an individual empowered to represent the firm and sign a contract with the City. The fees for the audit of the Community Redevelopment Agency (CRA) financial statements and the EMS audit as described in Section 4.A.11. of this RFP should be identified separately for each year. We understand and appreciate your desire for professional service providers who are not only highly qualified, but who are also cost-conscious and cost-effective about the work they perform. We are mindful that cost is always a consideration in selecting a professional services firm. Accordingly, we have structured our fee based on our strong desire to develop a mutually rewarding, long-term relationship. Our fees are generally based on the time required to complete the work at our established billing rates, plus clerical and computer charges and out-of-pocket expenses. Our fees are also based on other factors such as the complexity of the work, the skill required, time limits, the experience and abilities of our personnel, and the value of the services rendered. Service 2025 2026 2027 2028 2029 City of Clearwater Financial Statement Audit in Accordance with Government Auditing Standards & Uniform Guidance for the Year Ending September 30 $138,500 $141,960 $145,515 $149,150 $152,880 Clearwater Community Redevelopment Agency Financial Statement Audit in Accordance with Government Auditing Standards for the Year Ending September 30 $8,500 $8,715 $8,930 $9,155 $9,380 Emergency Medical Services Financial Statement Audit in Accordance with Government Auditing Standards for the Year Ending September 30 $3,000 $3,075 $3,150 $3,230 $3,310 Total Not-to-Exceed Fees $150,000 $153,750 $157,595 $161,535 $165,570 Certification As a Partner of the Firm, Lauren Strope is entitled to represent Cherry Bekaert, empowered to submit the bid, and authorized to sign a contract with the City. Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC Proposal for City of Clearwater, Florida 53 Additional Details  Please Note: “Cherry Bekaert” is the brand name under which Cherry Bekaert LLP and Cherry Bekaert Advisory LLC, independently owned entities, provide professional services in an alternative practice structure in accordance with applicable professional standards. Cherry Bekaert Advisory LLC is not a licensed CPA firm. Cherry Bekaert LLP is a licensed CPA firm that provides attest services, and Cherry Bekaert Advisory LLC and its subsidiary entities provide business advisory and non-attest services. For more details, visit cbh.com/disclosure.  Future year increases beyond the fee commitment shown will be adjusted to annual cost of living increases, assuming there are no significant changes to the scope of work and engagement.  A change in fees will apply should the scope of work change significantly. Should this occur, or there is a change in scope because of a change in your operations, we would meet with you to obtain your agreement on any increase in the fee ranges before proceeding.  These fees represent our good faith estimate based upon our experience and current understanding of your company and scopes of work. If we have misunderstood the scope requirements or company structure in any way, we are happy to reassess fees and present an updated cost proposal. Start Up Costs The proposed fees do not include the additional time we expect to establish our understanding of the City, get introduced with your personnel and become familiar with the structure and allocation criteria. This effort typically amounts to 15 – 25% more hours in the first service year. We will absorb this additional time as an investment in the long-term relationship with the City. Out-of-Scope Services We encourage open lines of communication throughout the year as part of our services. Generally, we do not bill for routine telephone consultations, including calls received during the year regarding tax and compliance questions. However, should a matter require major research or services not included above, we will bill for these services at established hourly rates as rendered. Before beginning any additional work outside the scope of this proposal, we will discuss anticipated fees with your management to obtain understanding and approval, as well as any anticipated discount based on the timing and complexity of the service. C. Progress payments will be made based on hours of work completed during the course of the engagement in accordance with an agreement reached during contract negotiations. Interim billings shall cover a period of not less than a calendar month. Twenty percent (20%) of the total annual contract will be retained pending delivery and acceptance of the firm’s final reports. Cherry Bekaert understands the above requirements. Our professional staff enter time daily in our practice management system where a project code is configured specifically for the City services. We monitor time on a weekly basis and bill monthly, generally at the conclusion of the calendar month. Invoices are calculated based on the rates and hours incurred as recorded in our practice management system. Progress bills will include the hours completed to date. Invoices are payable upon presentation. We do understand that twenty percent (20%) of the total annual contract will be retained pending delivery and acceptance of our final reports. Proposal for City of Clearwater, Florida 54 Appendix - Firm License Cherry Bekaert is currently licensed under Section 473.3101, Florida Statutes. The Florida license number issued by the Florida Department of Business & Professional Regulation is AD0010078. Proposal for City of Clearwater, Florida 55 Our Sunbiz (Division of Corporations) proof of registration is below: Proposal for Professional Auditing Services City of Clearwater, Florida May 28, 2025 l RFP #32-25 Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 813.251.1010 E lstrope@cbh.com Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 407.423.7911 E bliffick@cbh.com 401 East Jackson Street, Suite 1200, Tampa, FL 33602 cbh.com Proposal for City of Clearwater, Florida 1 Scrutinized Companies Form(s) Proposal for City of Clearwater, Florida 2 Proposal for Professional Auditing Services City of Clearwater, Florida May 28, 2025 l RFP #32-25 Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 813.251.1010 E lstrope@cbh.com Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 407.423.7911 E bliffick@cbh.com 401 East Jackson Street, Suite 1200, Tampa, FL 33602 cbh.com Proposal for City of Clearwater, Florida 1 Compliance with Anti-Human Trafficking Laws Form Proposal for Professional Auditing Services City of Clearwater, Florida May 28, 2025 l RFP #32-25 Lauren Strope Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 813.251.1010 E lstrope@cbh.com Brian Liffick Partner, Cherry Bekaert LLP Partner, Cherry Bekaert Advisory LLC P 407.423.7911 E bliffick@cbh.com 401 East Jackson Street, Suite 1200, Tampa, FL 33602 cbh.com Proposal for City of Clearwater, Florida 1 W-9 Form cbh.com August 7, 2025 VIA EMAIL: Monica.Mitchell@myclearwater.com Monica D. Mitchell, Assistant Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, Florida 33756-5220 Dear Ms. Mitchell: This engagement letter between City of Clearwater (hereafter referred to as the "City" or "you" or "your" or "management") and Cherry Bekaert LLP (the "Firm" or "Cherry Bekaert" or "we" or "us" or "our") sets forth the nature and scope of the services we will provide, the City's required involvement and assistance in support of our services, the related fee arrangements, and other Terms and Conditions, which are attached hereto and incorporated by reference, designed to facilitate the performance of our professional services and to achieve the mutually agreed-upon objectives of the City. Summary of services We will provide the following services to the City as of and for the year ended September 30, 2025: Audit and attestation services 1. We will audit the financial statements of the City as of and for the year ended September 30, 2025 including the governmental activities, the business type activities, each major fund and the aggregate remaining fund information, including the disclosures. We will also audit the financial statements of each of the City's non- major governmental, non-major enterprise, internal service and fiduciary funds presented as supplementary information, as defined by the Governmental Accounting Standards Board, in the accompanying combining and individual fund financial statements as of and for the year ended September 30, 2025. 2. We will audit the schedule of expenditures of federal awards and state financial assistance. As part of our engagement we will apply certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial statements or the financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. 3. We will read the introductory section, statistical section, and other information (continuing disclosure and fire services program) accompanying the financial statements and consider whether a material inconsistency exists between the other information and the financial statements. In addition, we will remain alert for indications that a material inconsistency exists between the other information and knowledge obtained in the audit, or if such information contains a material misstatement of fact or is otherwise misleading. If based on the work performed, we conclude that an uncorrected material misstatement of the other information exists, we are required to describe it in our report. 4. We will apply limited procedures to the City's management's discussion and analysis (MD&A) required supplemental information - pension trust funds and other City of Clearwater August 7, 2025 Page 2 postemployment benefits and the combining and individual fund statements and schedules), which will consist of inquiries of City's management about the methods of preparing the information and comparing the information for consistency with management's responses to our inquiries, the financial statements, and other knowledge we obtained during our audit of the financial statements. 5. We will examine the City's compliance with the requirements of Section 218.416, Florida Statutes, during the City's fiscal year ended September 30, 2025. Our examination will be conducted in accordance with the attestation standards established by the American Institute of Certified Public Accountants. Accordingly, it will include test of your records and other procedures we consider necessary to enable us to express an opinion as to whether the City complied, in all material respects, with the aforementioned requirements. 6. We will audit the special purpose Schedule of Revenues and Expenditures of the Emergency Medical Services Department of the City (the "schedule"), and render an opinion whether the schedule presents fairly, in all material respects, the revenues and expenditures related to the Emergency Medical Services of the City in accordance with the requirements of the ALS First Responder Agreement. 7. We will audit the City of Clearwater Community Redevelopment Agency ("CRA") as of and for the year ended September 20, 2025, including the governmental activities and each major fund. 8. We will apply limited procedures to the CRA's management discussion and analysis (MD&A), will consist of inquires of the City's management about the methods of preparing the information and comparing the information for consistency with management's responses to our inquires, the financial statements, and other knowledge we obtained during our audit of the financial statements. Nonattest accounting and other services We will provide the following additional services: 1. Complete the appropriate sections of and sign the Data Collection Form. Examination services Our examination will be conducted in accordance with attestation standards established by the American Institute of Certified Public Accountants ("AICPA"). Accordingly, it will include examining, on a test basis, your records and other procedures to obtain evidence necessary to enable us to express our opinion. We will issue a written report upon completion of our examination. We cannot provide assurance that an unmodified opinion will be expressed. Circumstances may arise in which it is necessary for us to modify our opinion. If our opinion is other than unmodified, we will discuss the reasons with you in advance. If, for any reason, we are unable to complete the examinations or are unable to form or have not formed an opinion, we may decline to express an opinion or may withdraw from the engagement. City of Clearwater August 7, 2025 Page 3 Because of the inherent limitations of an examination engagement, together with the inherent limitations of internal control, an unavoidable risk exists that some material misstatements may not be detected, even though the examination is properly planned and performed in accordance with attestation standards. We will plan and perform an examination to obtain reasonable assurance about whether the assertion is free from material misstatement. Our engagement will not include a detailed inspection of every item supporting each assertion and cannot be relied upon to disclose all material errors, or known and suspected fraud or noncompliance with laws or regulations, or internal control deficiencies that may exist. However, we will inform you of any known or suspected fraud and noncompliance with the laws and regulations, internal control deficiencies identified during the engagement, and uncorrected misstatements that come to our attention unless clearly trivial. We understand that you provide us with the information required for our examinations and that you are responsible for the accuracy and completeness of that information. We may advise you about appropriate criteria, but the responsibility for the subject matter remains with you. You are also responsible for making all management decisions and performing all management functions; for designating an individual who possesses suitable skill, knowledge, or experience to oversee the services we provide; and for evaluating the adequacy and results of those services and accepting responsibility for them. Your expectations Our services plan, which includes our audit plan, is designed to provide a foundation for an effective, efficient, and quality-focused approach to accomplish the engagement objectives and meet or exceed the City's expectations. Our services plan will be reviewed with you periodically and will serve as a benchmark against which you will be able to measure our performance. Any additional services that you may request, and that we agree to provide, will be the subject of separate written arrangements. The City recognizes that our professional standards require that we be independent from the City in our examination, and audit of the City's financial statements and our accompanying reports in order to ensure that our objectivity and professional skepticism have not been compromised. As a result, we cannot enter into a fiduciary relationship with the City and the City should not expect that we will act only with due regard to the City's interest in the performance of this audit, and the City should not impose on us special confidence that we will conduct this audit with only the City's interest in mind. Because of our obligation to be City of Clearwater August 7, 2025 Page 4 independent of the City, no fiduciary relationship will be created by this engagements or audit of the City's financial statements. The engagement will be led by Lauren Strope, who will be responsible for assuring the overall quality, value, and timeliness of the services provided to you. Audit and attestation services Our audit will be conducted in accordance with auditing standards generally accepted in the United States of America; and the standards for financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States; the provisions of Title 2 U.S. Code of Federal Regulations (CFR) Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards ("Uniform Guidance)"; the Single Audit Act Amendments of 1996; Chapter 10.550, Rules of the Auditor General of the State of Florida ("Chapter 10.550") Florida Single Audit Act. The objective of our audit is to obtain reasonable assurance about whether the City's financial statements as a whole are free from material misstatement, whether due to fraud or error, and issue an auditor's report that includes our opinion(s) about whether the City's financial statements are presented fairly, in all material respects, in conformity with U.S. generally accepted accounting principles and to report on the fairness of the additional information referred to in the Summary of Services section when considered in relation to the financial statements taken as a whole. Reasonable assurance is a high level of assurance but is not absolute assurance and therefore is not a guarantee that an audit conducted in accordance with GAAS and Government Auditing Standards will always detect a material misstatement when it exists. Misstatements, including omissions, can arise from fraud or error and are considered material if there is a substantial likelihood that, individually or in the aggregate, they would influence the judgment of a reasonable user made based on the financial statements in conformity with the basis of accounting noted above. The objective also includes reporting on: •Internal control over financial reporting and compliance with the provisions of applicable laws, regulations, contracts, and grant agreements, noncompliance with which could have a material effect on the financial statements in accordance with Government Auditing Standards. •Internal control over compliance related to major programs and an opinion (or disclaimer of opinion) on compliance with laws, regulations and the provisions of contracts or grant agreements that could have a direct and material effect on each major program in accordance with the Single Audit Act Amendments of 1996 and the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550. Auditor's responsibilities for the audit of the financial statements We will conduct our audit in accordance with GAAS and the standards for financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States and will include tests of accounting records, a determination of major programs in accordance with Uniform Guidance and the Florida Single Audit Act and Chapter 10.550, and other procedures as deemed necessary to enable us to express such an opinion or opinions about whether the financial statements are fairly presented, in all material respects, in conformity with accounting principles generally accepted in the United States of America ("GAAP"). We will also: City of Clearwater August 7, 2025 Page 5 •Exercise professional judgment and maintain professional skepticism throughout the audit. •Obtain an understanding of the City and its environment, including internal control relevant to the audit, sufficient to identify and assess the risks of material misstatement of the financial statements, whether due to error or fraud, and to design and perform audit procedures responsive to those risks, and obtain audit evidence that is sufficient and appropriate to provide a basis for our opinion(s). The risk of not detecting a material misstatement resulting from fraud is higher than for one resulting from error, as fraud may involve collusion, forgery, intentional omissions, misrepresentation, or the override of internal control. •Evaluate the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management. We will also evaluate the overall presentation of the financial statements, including the disclosures, and whether the financial statements represent the underlying transactions and events in a manner that achieves fair presentation. •Obtain an understanding of internal control relevant to the audit in order to design audit procedures that are appropriate in the circumstance, but not for the purpose of expressing an opinion on the effectiveness of the City's internal control. However, we will communicate to you in writing concerning any significant deficiencies or material weaknesses in internal control relevant to the audit of the financial statements that we have identified during the audit. •Conclude, based on the audit evidence obtained, whether there are conditions or events, considered in the aggregate, that raise substantial doubt about the City's ability to continue as a going concern for a reasonable period of time. Nonattest accounting and other services In connection with any of the audit, accounting, or other services noted below, we will provide a copy of all schedules or other support for you to maintain as part of your books and records supporting your financial statements. You agree to take responsibility for all documents provided by Cherry Bekaert and will retain copies based on your needs and document retention policies. By providing these documents to you, you confirm that Cherry Bekaert is not responsible for hosting your records or maintaining custody of your records or data and that Cherry Bekaert is not providing business continuity or disaster recovery services. You confirm you are responsible for maintaining internal controls over your books and records including business continuity and disaster recovery alternatives. In addition, any documents provided to Cherry Bekaert by the City in connection with these services will be considered to be copies and will not be retained by Cherry Bekaert after completion of the accounting and other services. You are expected to retain anything you upload to a Cherry Bekaert portal and are responsible for downloading and retaining anything we upload in a timely manner. Portals are only meant as a method of transferring data, are not intended for the storage of client information, and may be deleted at any time. You are expected to maintain control over your accounting systems to include the licensing of applications and the hosting of said applications and data. We do not provide electronic security or back-up services for any of your data or records. Giving us access to your accounting system does not make us hosts of information contained within. City of Clearwater August 7, 2025 Page 6 The accounting and other services described in this section are nonaudit services, which do not constitute audit services under Government Auditing Standards, and such services will not be conducted in accordance with Government Auditing Standards. We will perform the services in accordance with applicable professional standards. We, in our sole professional judgment, reserve the right to refuse to perform any procedure or take any action that could be construed as assuming City's management responsibilities. In conjunction with providing these accounting and other services, we may use third party software or templates created by Cherry Bekaert for use on third party software. Management expressly agrees that the City has obtained no rights to use such software or templates and that Cherry Bekaert's use of the City's data in those applications is not deemed to be hosting, maintaining custody, providing business continuity, or disaster recovery services. Data collection form We will complete the appropriate sections of and sign the Data Collection Form that summarizes our audit findings. We will provide copies of our reports to the City; however, it is the City's management's responsibility to submit the reporting package (including financial statements, schedule of expenditures of federal awards and state financial assistance, summary schedule of prior audit findings, auditors' reports, and corrective action plan) along with the Data Collection Form to the designated federal audit clearinghouse and, if appropriate, to pass-through entities. The Data Collection Form and the reporting package must be submitted within the earlier of 30 days after receipt of the auditors' reports or nine months after the end of the audit period. City's management responsibilities related to accounting and other services For all nonattest services we perform in connection with the engagement, you are responsible for designating a competent employee to oversee the services, make any management decisions, perform any management functions related to the services, evaluate the adequacy of the services, retain relevant copies supporting your books and records, and accept overall responsibility for the results of the services. Prior to the release of the report, the City's management will need to sign a representation letter acknowledging its responsibility for the results of these services, and acknowledging receipt of all appropriate copies. City's management responsibilities related to the audit The City's management is responsible for (1) designing, implementing, and maintaining internal controls, including internal controls over federal awards and state financial assistance, and for evaluating and monitoring ongoing activities, relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error, and to help ensure that appropriate goals and objectives are met; (2) following laws and regulations; (3) ensuring that there is reasonable assurance that government programs are administered in compliance with compliance requirements; and (4) ensuring that the City's management and financial information is reliable and properly reported. The City's management is also responsible for implementing systems designed to achieve compliance with applicable laws, regulations, contracts, and grant agreements. You City of Clearwater August 7, 2025 Page 7 are also responsible for the selection and application of accounting principles; for the preparation and fair presentation of the financial statements, schedule of expenditures of federal awards and state financial assistance and all accompanying information in conformity with U.S. generally accepted accounting principles; and for compliance with applicable laws and regulations (including federal and state statutes) and the provisions of contracts and grant agreements (including award agreements). Your responsibilities also include identifying significant contractor relationship in which the contractor has responsibility for program compliance and for the accuracy and completeness of that information. The City's management is responsible for making all financial records and related information available to us, including additional information that is requested for purposes of the audit (including information from outside of the general and subsidiary ledgers), and for the accuracy and completeness of that information. You are also responsible for providing us with (1) access to all information of which it is aware that is relevant to the preparation and fair presentation of the financial statements, such as records, documentation, identification of all related parties and all related-party relationships and transactions, and other matters, (2) access to personnel, accounts, books, records, supporting documentation, and other information as needed to perform an audit under the Uniform Guidance and the Florida Single Audit Act, Chapter 10,550, (3) additional information that we may request for the purpose of the audit and (4) unrestricted access to persons within the City from whom we determine it necessary to obtain audit evidence. Your responsibilities include adjusting the financial statements to correct material misstatements and for confirming to us in the written representation letter that the effects of any uncorrected misstatements aggregated by us during the current engagement and pertaining to the latest period presented are immaterial, both individually and in the aggregate, to the financial statements taken as a whole. You are responsible for the design and implementation of programs and controls to prevent and detect fraud, and for informing us about all known or suspected fraud affecting the City involving (1) the City's management, (2) employees who have significant roles in internal control, and (3) others where the fraud could have a material effect on the financial statements. Your responsibilities include informing us of your knowledge of any allegations of fraud or suspected fraud affecting the City received in communications from employees, former employees, grantors, regulators, or other. In addition, you are responsible for identifying and ensuring that the City complies with applicable laws, regulations contracts, agreements, and grants and for taking timely and appropriate steps to remedy fraud and noncompliance with provisions of laws, regulations, contracts, or grant agreements that we report. Additionally, as required by the Uniform Guidance and the Florida Single Audit Act, Chapter 10.550, it is the City's management's responsibility to evaluate and monitor noncompliance with federal and state statutes, regulations, and the terms and conditions of federal and state awards and state financial assistance; take prompt action when instances of noncompliance are identified including noncompliance identified in audit findings; promptly follow up and take corrective action on reported audit findings; and prepare a summary schedule of prior audit findings and a separate corrective action plan. The City's management is responsible for identifying all federal awards and state financial assistance received and understanding and complying with the compliance requirements and for the preparation of the schedule of expenditures of federal awards (including notes and noncash assistance received, and COVID-19 related concepts, such as lost revenues, if applicable) and state financial assistance in conformity with the Uniform Guidance and the Florida Single Audit Act, and Chapter 10.550. You agree to include our report on the schedule of expenditures of federal awards and state financial assistance in any document City of Clearwater August 7, 2025 Page 8 that contains and indicates that we have reported on the schedule of expenditures of federal awards and state financial assistance. You also agree to include the audited financial statements with any presentation of the schedule of expenditures of federal awards and state financial assistance that includes our report thereon or make the audited financial statements readily available to intended users of the schedule of expenditures of federal awards and state financial assistance no later than the date the schedule of expenditures of federal awards and state financial assistance is issued with our report thereon. Your responsibilities include acknowledging to us in the written representation letter that (1) you are responsible for presentation of the schedule of expenditures of federal awards and state financial assistance in accordance with the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550, (2) you believe the schedule of expenditures of federal awards and state financial assistance, including its form and content, is stated fairly in accordance with the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550, (3) the methods of measurement or presentation have not changed from those used in the prior period or, if they have changed, the reasons for such changes), and (4) the City has disclosed to us any significant assumptions or interpretations underlying the measurement or presentation of the schedule of expenditures of federal awards and state financial assistance. You are responsible for the preparation of the supplementary information, which we have been engaged to report on, in conformity with U.S. generally accepted accounting principles. You agree to include our report on the supplementary information in any document that contains and indicates that we have reported on the supplementary information. You also agree to include the audited financial statements with any presentation of the supplementary information that includes our report thereon. Your responsibilities include acknowledging to us in the written representation letter that (1) you are responsible for presentation of the supplementary information in accordance with GAAP, (2) you believe the supplementary information, including its form and content, is fairly presented in accordance with GAAP, (3) the methods of measurement or presentation have not changed from those used in the prior period (or, if they have changed, the reasons for such changes), and (4) you have disclosed to us any significant assumptions or interpretations underlying the measurement or presentation of the supplementary information. The City's management is responsible for establishing and maintaining a process for tracking the status of audit findings and recommendations. The City's management is also responsible for identifying and providing report copies of previous financial audits, attestation engagements, performance audits or other studies related to the objectives discussed in the Audit and attestation services section of this letter. This responsibility includes relaying to us corrective actions taken to address significant findings and recommendations resulting from those audits, attestation engagements, performance audits, or other studies. You are also responsible for providing City's management views on our current findings, conclusions, and recommendations, as well as your planned corrective actions, for the report, and for the timing and format for providing that information. The City's management agrees to assume all management responsibilities relating to the financial statements, schedule of expenditures of federal awards and state financial assistance and disclosures, and any other nonaudit services we provide. You will be required to acknowledge in the management representation letter our assistance with preparation of the financial statements, schedule of expenditures of federal awards and state financial assistance and disclosures, and that you have reviewed and approved the financial statements, schedule of expenditures of federal awards and state financial assistance and disclosures prior to their issuance and have accepted responsibility for them. Further, you agree to oversee the nonaudit services by designating an individual, preferably from senior City of Clearwater August 7, 2025 Page 9 management, with suitable skill, knowledge, or experience; evaluate the adequacy and results of those services; and accept responsibility for them. The City's management is responsible for disclosing to us all documents that comprise the annual report and preparation of the annual report. You agree you will provide us with the final version of all documents comprising the annual report prior to the date of the auditor's report so that required audit procedures can be completed prior to the issuance of the auditor's report. If obtaining the final version of these documents is not possible prior to the date of the auditor's report, then the documents will be provided as soon as practicable, and the City will not issue the annual report prior to providing them to the us and allowing sufficient time to apply required audit procedures. If the documents comprising the annual report are provided after the date of the auditor's report and we concluded that there is a material inconsistency or misstatement then we will take appropriate actions which may include communicating the matter to those charged with governance or obtaining legal advice. City's management's responsibilities related to the examination The City's management is responsible for: •Providing us with the information required for our examination and for the accuracy and completeness of that information •If applicable, the fair presentation of the financial information included in the report in conformity with the acceptable financial framework or the criteria or assertion described on page one of the engagement letter •If applicable, the selection and application of accounting principles and the consistent application of those principles •Making all financial or other applicable records and related information available to us •Ensuring that all material information is disclosed to us •Granting unrestricted access to persons within the entity from whom we determine it necessary to obtain sufficient evidence to complete our examination •Identifying and ensuring that the City complies with the laws and regulations applicable to the criteria or assertion described on page one of the engagement letter The City's management is responsible for informing us of its views regarding the risk of fraud impacting the report at the City. The City's management must inform us of their knowledge of any allegations of fraud or suspected fraud affecting the City received in communications from employees, former employees, regulators, or others and for informing us about all known or suspected fraud affecting the City involving (a) management, (b) employees who have significant roles in internal control, and (c) others where the fraud could have a material effect on the report. The City's management is responsible for the design, implementation, and maintenance of programs and controls over the report and to prevent and detect fraud. Appropriate supervisory review procedures are necessary to provide reasonable assurance that adopted policies and prescribed procedures are adhered to and to identify errors and fraud or illegal acts. At the conclusion of the engagement, the City's management will provide to us a representation letter that, among other things, addresses (1) the City's management's responsibilities related to the examination and confirms certain representations made to us City of Clearwater August 7, 2025 Page 10 during the examination, including, the City's management's acknowledgement of its responsibility for the design and implementation of programs and controls to prevent and detect fraud; (2) the City's management's responsibilities related to the monitoring of internal control over financial reporting; and (3) the City's management's knowledge, directly or from allegations by others, of fraud or suspected fraud affecting the City. Reporting Our report will be addressed to the Honorable Mayor and the City Council Members of the City. Circumstances may arise in which our report may differ from its expected form and content based on the result of our audit. Depending on the nature of these circumstances, it may be necessary for us to modify our opinion or add emphasis-of-matter or other-matter paragraphs to our auditor's report, or if necessary, withdraw from this engagement. If our opinion is other than unmodified, we will discuss the reasons with you in advance. If, for any reason, we are unable to complete the audit or are unable to form or have not formed an opinion, we may decline to express opinions or issue reports, or may withdraw from this engagement. We will also issue written reports upon completion of our Single Audit. The Government Auditing Standards report on internal control over financial reporting and on compliance and other matters will include a paragraph that states that (1) the purpose of the report is solely to describe the scope of testing of internal control and compliance and the result of that testing, and not to provide an opinion on the effectiveness of the City's internal control or on compliance, and (2) the report is an integral part of an audit performed in accordance with Government Auditing Standards in considering the entity's internal control and compliance. The Uniform Guidance and the Florida Single Audit Act, and Chapter 10.550 report on internal control over compliance will include a paragraph that states that the purpose of the report on internal control over compliance is solely to describe the scope of testing of internal control over compliance and the results of that testing based on the requirements of the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550. Both reports will state that the report is not suitable for any other purpose. Indemnity Cherry Bekaert will rely on the City to provide information and representations to us in the performance of our professional services and in consideration of the fees that we will charge. Because of the importance of management's representations to the effective performance of our services, the City will release, indemnify, and hold harmless the Firm and its personnel from any claims, liabilities, costs, and expenses relating to our services under this letter arising in circumstances where there has been a known misrepresentation by an officer or employee of the City. Nothing contained herein is intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. This provision will survive termination of this Letter. City of Clearwater August 7, 2025 Page 11 Limitation of damages In recognition of the relative risks and benefits of this agreement to both the City and Cherry Bekaert, the City agrees, to the fullest extent permitted by law, to limit the damages owed by Cherry Bekaert to the City for any and all liability, claims, losses, and costs, of any nature whatsoever, so that the total aggregate damages payable by Cherry Bekaert to the City shall not exceed the total fees for services rendered under this agreement. Both parties to this agreement intend and agree that this limitation apply to any and all damages or causes of action against Cherry Bekaert, however alleged or arising, unless otherwise prohibited by law, or unless the claimed damages arise due to the gross negligence or willful misconduct of Cherry Bekaert. Fees The fees contemplate only the services described in the Summary of Services section of this letter. You may request that we perform additional services not addressed in this engagement letter. If this occurs, we will communicate with you concerning the scope of the additional services and the fees which will be at our standard billing rates noted in the table below. We also may issue a separate engagement letter covering the additional services. In the absence of any other written communication from us documenting such additional services, our services will continue to be governed by the terms of this engagement letter. Standard Bill Rates Skill Level Bill Rate Partner $580 Director $510 Senior Manager $495 Manager $375 Senior Accountant $325 Staff Accountant $240 The following summarizes the fees for the services described above: City of Clearwater August 7, 2025 Page 12 Description of services Estimated fee Audit services Audit of City's financial statements and single audit (federal and state)$138,500 Audit of Community Redevelopment Agency $8,500 Emergency Medical Services Audit $3,000 Nonattest services Completion of Data Collection Form Included above Total $150,000 The fees will be billed periodically. Invoices are due on presentation. A service charge will be added to past due accounts equal to 1.5% per month (18% annually) on the previous month's balance less payments received during the month, with a minimum charge of $2.00 per month. If the foregoing is in accordance with your understanding, please sign a copy of this letter in the space provided and return it to us. No change, modification, addition, or amendment to this letter shall be valid unless in writing and signed by all parties. The parties agree that this letter may be electronically signed and that the electronic signatures will be deemed to have the same force and effect as handwritten signatures. If you have any questions, please email Lauren Strope at lstrope@cbh.com. Sincerely, CHERRY BEKAERT LLP City of Clearwater ACCEPTED BY: TITLE:DATE: Attachment - Page 1 Cherry Bekaert LLP Engagement Letter Terms and Conditions cbh.com The following terms and conditions are an integral part of the attached engagement letter and should be read in their entirety in conjunction with your review of the letter. Limitations of the audit report Should the City wish to include or incorporate by reference the financial statements and our report thereon into any other document at some future date, we will consider granting permission to include our report into another such document at the time of the request. However, we may be required by generally accepted auditing standards ("GAAS") to perform certain procedures before we can give our permission to include our report in another document such as an annual report, private placement, regulator filing, official statement, offering of debt securities, etc. You agree that the City will not include or incorporate by reference the financial statements and our report thereon, or our report into any other document without our prior written permission. In addition, to avoid unnecessary delay or misunderstandings, it is important to provide us with timely notice of your intention to issue any such document. Limitations of the audit process In conducting the audit, we will perform tests of the accounting records and such other procedures as we consider necessary in the circumstances to provide a reasonable basis for our opinion on the financial statements. We also will assess the accounting principles used and significant estimates made by the City's management, as well as evaluate the overall financial statement presentation. Our audit will include procedures designed to obtain reasonable assurance of detecting misstatements due to errors or fraud that are material to the financial statements. Absolute assurance is not attainable because of the nature of audit evidence and the characteristics of fraud. For example, audits performed in accordance with GAAS are based on the concept of selective testing of the data being examined and are, therefore, subject to the limitation that material misstatements due to errors or fraud, if they exist, may not be detected. Also, an audit is not designed to detect matters that are immaterial to the financial statements. In addition, an audit conducted in accordance with GAAS does not include procedures specifically designed to detect illegal acts having an indirect effect (e.g., violations of fraud and abuse statutes that result in fines or penalties being imposed on the City) on the financial statements. Similarly, in performing our audit we will be aware of the possibility that illegal acts may have occurred. However, it should be recognized that our audit provides no assurance that illegal acts generally will be detected, and only reasonable assurance that illegal acts having a direct and material effect on the determination of financial statement amounts will be detected. We will inform you with respect to errors and fraud, or illegal acts that come to our attention during the course of our audit unless clearly inconsequential. In the event that we have to consult with the City's counsel or counsel of our choosing regarding any illegal acts we identify, additional fees incurred may be billed to the City. You agree that the City will cooperate fully with any procedures we deem necessary to perform with respect to these matters. We will issue a written report upon completion of our audit of the City's financial statements. If, for any reason, we are unable to complete the audit, or are unable to form, or have not formed an opinion on the financial statements, we may decline to express an opinion or Attachment - Page 2 decline to issue a report as a result of the engagement. We will notify the appropriate party within your organization of our decision and discuss the reasons supporting our position. Audit procedures – general An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements; therefore, our audit will involve professional judgment about the number of transactions to be examined and the areas to be tested. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by the City's management, as well as evaluating the overall presentation of the financial statements. We will plan and perform the audit to obtain reasonable rather than absolute assurance about whether the financial statements are free of material misstatement, whether from (1) errors, (2) fraudulent financial reporting, (3) misappropriation of assets, or (4) violations of laws or governmental regulations that are attributable to the City or to acts by the City's management or employees acting on behalf of the City. Because the determination of waste and abuse is subjective, Government Auditing Standards do not expect auditors to perform specific procedures to detect waste or abuse in financial audits, nor do they expect auditors to provide reasonable assurance of detecting waste and abuse. Because of the inherent limitations of an audit, combined with the inherent limitations of internal control there is an unavoidable risk that some material misstatements may not be detected by us, even though the audit is properly planned and performed in accordance with U.S. generally accepted auditing standards and Government Auditing Standards. In addition, an audit is not designed to detect immaterial misstatements or violations of laws or governmental regulations that do not have a direct and material effect on the financial statements. However, we will inform the appropriate level of the City's management of any material errors, fraudulent financial reporting, or misappropriation of assets that come to our attention. We will also inform the appropriate level of management of any violations of laws or governmental regulations that come to our attention, unless clearly inconsequential. We will include such matters in the reports required for a program specific audit. Our responsibility as auditor is limited to the period covered by our audit and does not extend to any later periods for which we are not engaged as auditors. Our procedures will include tests of documentary evidence supporting the transactions recorded in the accounts, and may include tests of the physical existence of inventories, and direct confirmation of receivables and certain assets and liabilities by correspondence with selected customers, funding sources, creditors and financial institutions. We will request written representations from your attorneys as part of the engagement, and they may bill you for responding to this inquiry. At the conclusion of our audit, we will require certain written representations from you about your responsibilities for the financial statements; schedule of expenditures of federal awards and state financial assistance; federal award programs and state projects; compliance with laws, regulations, contracts, and grant agreements; and other responsibilities required by generally accepted auditing standards. Audit procedures – internal controls Our audit will include obtaining an understanding of the City and its environment, including internal controls relevant to the audit, sufficient to identify and assess the risks of material misstatement of the financial statements, whether due to error or fraud, and to design and perform audit procedures responsive to those risks and obtain evidence that is sufficient and appropriate to provide a basis for our opinion(s). The risk of not detecting a material Attachment - Page 3 misstatement resulting from fraud is higher than for one resulting from error, as fraud may involve collusion, forgery, intentional omissions, misrepresentation, or the override of internal control. Tests of controls may be performed to test the effectiveness of certain controls that we consider relevant to preventing and detecting errors and fraud that are material to the financial statements and to preventing and detecting misstatements resulting from illegal acts and other noncompliance matters that have a direct and material effect on the financial statements. Our tests, if performed, will be less in scope than would be necessary to render an opinion on internal control, including cybersecurity, and, accordingly, no opinion will be expressed in our report on internal control issued pursuant to Government Auditing Standards. As required by the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550, we will perform tests of controls over compliance to evaluate the effectiveness of the design and operation of controls that we consider relevant to preventing or detecting material noncompliance with compliance requirements applicable to each major federal and state award program. However, our tests will be less in scope than would be necessary to render an opinion on those controls and, accordingly, no opinion will be expressed in our report on internal control issued pursuant to the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550. An audit is not designed to provide assurance on internal control or to identify significant deficiencies or material weaknesses. However, during the audit, we will communicate to the City's management and those charged with governance internal control related matters that are required to be communicated under American Institute of Certified Public Accountants ("AICPA") professional standards, Government Auditing Standards, and the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550. Audit procedures - compliance As part of obtaining reasonable assurance about whether the financial statements are free of material misstatement, we will perform tests of the City's compliance with provisions of applicable laws and regulations, contracts and agreements, including grant agreements. However, the objective of those procedures will not be to provide an opinion on overall compliance and we will not express such an opinion in our report on compliance issued pursuant to Government Auditing Standards. The Uniform Guidance and the Florida Single Audit Act and Chapter 10.550 requires that we also plan and perform the audit to obtain reasonable assurance about whether the auditee has complied with federal and state statutes, regulations, and the terms and conditions of federal awards applicable to major programs. Our procedures will consist of tests of transactions and other applicable procedures described in the OMB Compliance Supplement for the types of compliance requirements that could have a direct and material effect on each of the City's major programs. For federal programs that are included in the Compliance Supplement, our compliance and internal control procedures will relate to the compliance requirements that the Compliance Supplement identifies as being subject to audit. The purpose of these procedures will be to express an opinion on the City's compliance with requirements applicable to each of its major programs in our report on compliance issued pursuant to the Uniform Guidance and the Florida Single Audit Act and Chapter 10.550. Attachment - Page 4 Nonattest services (if applicable) All nonattest services to be provided in the attached engagement letter (if applicable) shall be provided pursuant to the AICPA Code of Professional Conduct. The AICPA Code of Professional Conduct requires that we establish objectives of the engagement and the services to be performed, which are described under nonattest services in the attached letter. You agree that the City's designated individual will assume all the City's management responsibilities for the nonattest services we provide; oversee the services by designating an individual, with suitable skill, knowledge, or experience; evaluate the adequacy and results of the services; and accept responsibility for them. In order to ensure we provide such services in compliance with all professional standards, the designated individual is responsible for: •Making all financial records and related information available to us •Ensuring that all material information is disclosed to us •Granting unrestricted access to persons within the entity from whom we determine it necessary to obtain audit evidence •Identifying and ensuring that such nonattest complies with the laws and regulations The accuracy and appropriateness of such nonattest services shall be limited by the accuracy and sufficiency of the information provided by the City's designated individual. In the course of providing such nonattest services, we may provide professional advice and guidance based on knowledge of accounting, tax and other compliance, and of the facts and circumstances as provided by the City's designated individual. Such advice and guidance shall be limited as permitted under the AICPA Code of Professional Conduct. Responsibilities of Cherry Bekaert LLP with respect to the examination services In performing our examinations, we will be aware of the possibility that illegal acts may have occurred. However, it should be recognized that our examinations will not include a detailed test of every item supporting the assertion or subject matter and provides no assurance that illegal acts generally will be detected, and only reasonable assurance that illegal acts having a direct and material effect on the assertion will be detected. We will inform you with respect to errors and fraud or illegal acts that come to our attention during the course of our examination unless clearly inconsequential. You agree to cooperate fully with any procedures we deem necessary to perform with respect to these matters. Our examination will include procedures designed to obtain reasonable assurance that the assertion is in conformity with the criteria described above. Absolute assurance is not attainable because of the nature of evidence and the characteristics of fraud. For example, examinations performed in accordance with attestation standards are based on the concept of selective testing of the data being examined and are, therefore, subject to the limitation that errors or fraud, if they exist, may not be detected. Communications At the conclusion of the audit engagement, we may provide the City's management and those charged with governance a letter stating any significant deficiencies or material weaknesses which may have been identified by us during the audit and our recommendations designed to help the City make improvements in its internal control structure and operations related to the identified matters discovered in the financial statement audit. As part of this engagement, we Attachment - Page 5 will ensure that certain additional matters are communicated to the appropriate members of the City. Such matters include (1) our responsibilities under GAAS, (2) the initial selection of and changes in significant accounting policies and their application, (3) our independence with respect to the City, (4) the process used by City's management in formulating particularly sensitive accounting estimates and the basis for our conclusion regarding the reasonableness of those estimates, (5) audit adjustments, if any, that could, in our judgment, either individually or in the aggregate be significant to the financial statements or our report, (6) any disagreements with the City's management concerning a financial accounting, reporting, or auditing matter that could be significant to the financial statements, (7) our views about matters that were the subject of the City's management's consultation with other accountants about auditing and accounting matters, (8) major issues that were discussed with the City's management in connection with the retention of our services, including, among other matters, any discussions regarding the application of accounting principles and auditing standards, and (9) serious difficulties that we encountered in dealing with the City's management related to the performance of the audit. We have attached a copy of the report on our most recent peer review. Other matters Access to working papers The working papers and related documentation for the engagement are the property of the Firm and constitute confidential information. We have a responsibility to retain the documentation for a period of time to satisfy legal or regulatory requirements for records retention. It is our policy to retain all workpapers and client information for seven years from the date of issuance of the report. It is our policy to retain emails and attachments to emails for a period of 12 months, except as required by any governmental regulation. Except as discussed below, any requests for access to our working papers will be discussed with you prior to making them available to requesting parties. Any parties seeking voluntary access to our working papers must agree to sign our standard access letter. We may be requested to make certain documentation available to regulators, governmental agencies (e.g., SEC, PCAOB, HUD, RD, DOL, etc.), or their representatives ("Regulators") pursuant to law or regulations. If requested, access to the documentation will be provided to the Regulators. The Regulators may intend to distribute to others, including other governmental agencies, our working papers and related documentation without our knowledge or express permission. You hereby acknowledge and authorize us to allow Regulators access to and copies of documentation as requested. In addition, our Firm, as well as all other major accounting firms, participates in a "peer review" program covering our audit and accounting practices as required by the AICPA. This program requires that once every three years we subject our quality assurance practices to an examination by another accounting firm. As part of the process, the other firm will review a sample of our work. It is possible that the work we perform for the City may be selected by the other firm for their review. If it is, they are bound by professional standards to keep all information confidential. If you object to having the work we do for you reviewed by our peer reviewer, please notify us in writing. Electronic transmittals During the course of our engagement, we may need to electronically transmit confidential information to each other, within the Firm, and to other entities engaged by either party. Attachment - Page 6 Although email is an efficient way to communicate, it is not always a secure means of communication and thus, confidentiality may be compromised. As an alternative, we recommend using our Client Portal ("Portal") to transmit documents. Portal allows the City, us, and other involved entities to upload and download documents in a secure location. You agree to the use of email, Portal, and other electronic methods to transmit and receive information, including confidential information, between the Firm, the City, and other third party providers utilized by either party in connection with the engagement. Use of third party providers and alternative practice structure Cherry Bekaert LLP and Cherry Bekaert Advisory LLC (an associated, but not affiliated entity) are parties to an administrative services agreement ("ASA"). Cherry Bekaert LLP and Cherry Bekaert Advisory LLC are operating in an arrangement commonly described as an "alternative practice structure". Pursuant to the ASA, Cherry Bekaert LLP leases professional and administrative staff, both of which are employed by Cherry Bekaert Advisory LLC, to support Cherry Bekaert LLP's performance under this engagement letter. As a result, Cherry Bekaert LLP will share your confidential information with Cherry Bekaert Advisory LLC so that the leased employees are able to support Cherry Bekaert LLP's performance under this engagement letter. These leased employees are under the direct control and supervision of Cherry Bekaert LLP, which is solely responsible for the professional performance of the services under this engagement letter. The leased employees are subject to the standards governing the accounting profession, including the requirement to maintain the confidentiality of client information, and Cherry Bekaert LLP and Cherry Bekaert Advisory LLC have contractual agreements requiring confidential treatment of all client information. To the extent Cherry Bekaert Advisory LLC will provide tax, advisory, and/or consulting services to you, Cherry Bekaert LLP will provide Cherry Bekaert Advisory LLC with access to your accounting, financial, and other records that Cherry Bekaert LLP maintains to enable Cherry Bekaert Advisory LLC to provide those services to you. In addition to the structure noted above, in the normal course of business, we may on occasion use the services of an independent contractor or a temporary or loaned employee, all of whom may be considered a third party service provider. On these occasions, we remain responsible for the adequate oversight of all services performed by the third party service provider and for ensuring that all services are performed with professional competence and due professional care. We will adequately plan and supervise the services provided by the third party service provider; obtain sufficient relevant data to support the work product; and review compliance with technical standards applicable to the professional services rendered. We will enter into a contractual agreement with the third party service provider to maintain the confidentiality of information and be reasonably assured that the third party service provider has appropriate procedures in place to prevent the unauthorized release of confidential information to others. Subpoenas In the event we are requested or authorized by the City, or required by government regulation, subpoena, or other legal process to produce our working papers or our personnel as witnesses with respect to our engagement for the City, the City will, so long as we are not a party to the proceeding in which the information is sought, reimburse us for our professional time and expense, as well as the fees and expenses of our counsel, incurred in responding to such a request at standard billing rates. Attachment - Page 7 Dispute resolution provision This Dispute Resolution Provision sets forth the dispute resolution process and procedures applicable to any dispute or claim arising out of or relating to this engagement letter or the services provided hereunder, or any other audit or attest services provided by or on behalf of the Firm or any of its subcontractors or agents to the City or at its request ("Disputes"), and shall apply to the fullest extent of the law, whether in contract, statute, tort (such as negligence), or otherwise. Mediation All Disputes shall be first submitted to nonbinding confidential mediation by written notice to the parties, and shall be treated as compromise and settlement negotiations under the standards set forth in the Federal Rules of Evidence and all applicable state counterparts, together with any applicable statutes protecting the confidentiality of mediations or settlement discussions. If the parties cannot agree on a mediator, the International Institute for Conflict Prevention and Resolution ("CPR"), at the written request of a party, shall designate a mediator. Arbitration procedures If a Dispute has not been resolved within 90 days after the effective date of the written notice beginning the mediation process (or such longer period, if the parties so agree in writing), the mediation shall terminate and the Dispute shall be settled by binding arbitration to be held at a mutually agreeable location. The arbitration shall be conducted in accordance with the CPR Rules for Non-Administered Arbitration that are in effect at the time of the commencement of the arbitration, except to the extent modified by this Dispute Resolution Provision (the "Rules"). The arbitration shall be conducted before a panel of three arbitrators. Each of the City and the Firm shall designate one arbitrator in accordance with the "screened" appointment procedure provided in the Rules, and the two party-designated arbitrators shall jointly select the third in accordance with the Rules. No arbitrator may serve on the panel unless he or she has agreed in writing to enforce the terms of the engagement letter and to abide by the terms of the Rules. Except with respect to the interpretation and enforcement of these arbitration procedures (which shall be governed by the Federal Arbitration Act), the arbitrators shall apply the laws of the State of Florida (without giving effect to its choice of law principles) in connection with the Dispute. The arbitrators may render a summary disposition relative to all or some of the issues, provided that the responding party has had an adequate opportunity to respond to any such application for such disposition. Any discovery shall be conducted in accordance with the Rules. The result of the arbitration shall be binding on the parties, and judgment on the arbitration award may be entered in any court having jurisdiction. Costs Each party shall bear its own costs in both the mediation and the arbitration; however, the parties shall share the fees and expenses of both the mediators and the arbitrators equally. Waiver of trial by jury In the event the parties are unable to successfully arbitrate any dispute, controversy, or claim, the parties agree to WAIVE TRIAL BY JURY and agree that the court will hear any matter without a jury. Attachment - Page 8 Terms and conditions supporting fees The estimated fees set forth in the attached engagement letter are based on anticipated full cooperation from the City's personnel, timely delivery of requested audit schedules and supporting information, timely communication of all significant accounting and financial reporting matters, the assumption that unexpected circumstances will not be encountered during the audit, as well as working space and clerical assistance as mutually agreed upon and as is normal and reasonable in the circumstances. We strive to ensure that we have the right professionals scheduled on each engagement. As a result, sudden City requested scheduling changes or scheduling changes necessitated by the agreed information not being ready on the agreed-upon dates can result in expensive downtime for our professionals. Any last minute schedule changes that result in downtime for our professionals could result in additional fees. Our estimated fees do not include assistance in bookkeeping or other accounting services not previously described. If, for any reason, the City is unable to provide such schedules, information, and assistance, the Firm and the City will mutually revise the fee to reflect additional services, if any, required of us to achieve these objectives. The estimated fees contemplate that the City will provide adequate documentation of its systems and controls related to significant transaction cycles and audit areas. In providing our services, we will consult with the City with respect to matters of accounting, financial reporting, or other significant business issues as permitted by professional standards. Accordingly, time necessary to affect a reasonable amount of such consultation is reflected in our fees. However, should a matter require research, consultation, or audit work beyond that amount, the Firm and the City will agree to an appropriate revision in our fee. The estimated fees are based on auditing and accounting standards effective as of the date of this engagement letter and known to apply to the City at this time. Unless otherwise indicated, estimated fees do not include any time related to the application of new auditing or accounting standards that impact the City for the first time. If new auditing or accounting standards are issued subsequent to the date of this letter and are effective for the period under audit, we will estimate the impact of any such standard on the nature, timing, and extent of our planned audit procedures and will communicate with the City concerning the scope of the additional procedures and the estimated fees. The City agrees to pay all costs of collection (including reasonable attorneys' fees) that the Firm may incur in connection with the collection of unpaid invoices. In the event of nonpayment of any invoice rendered by us, we retain the right to (a) suspend the performance of our services, (b) change the payment conditions under this engagement letter, or (c) terminate our services. If we elect to suspend our services, such services will not be resumed until your account is paid. If we elect to terminate our services for nonpayment, the City will be obligated to compensate us for all time expended and reimburse us for all expenses through the date of termination. This engagement letter sets forth the entire understanding between the City and the Firm regarding the services described herein and supersedes any previous proposals, correspondence, and understandings whether written or oral. Any subsequent changes to the terms of this letter, other than additional billings, will be rendered in writing and shall be executed by both parties. Should any portion of this engagement letter be ruled invalid, it is agreed that such invalidity will not affect any of the remaining portions. EisnerAmper LLP 111 Wood Avenue South Iselin, NJ 08830-2700 T 732.243.7000 F 732.951.7400 www.eisneramper.com “EisnerAmper” is the brand name under which EisnerAmper LLP and Eisner Advisory Group LLC provide professional services. EisnerAmper LLP and Eisner Advisory Group LLC are independently owned firms that practice in an alternative practice structure in accordance with the AICPA Code of Professional Conduct and applicable law, regulations and professional standards. EisnerAmper LLP is a licensed CPA firm that provides attest services, and Eisner Advisory Group LLC and its subsidiary entities provide tax and business consulting services. Eisner Advisory Group LLC and its subsidiary entities are not licensed CPA firms. Report on the Firm’s System of Quality Control November 29, 2022 To the Partners of Cherry Bekaert LLP and the National Peer Review Committee We have reviewed the system of quality control for the accounting and auditing practice of Cherry Bekaert LLP (the firm) applicable to engagements not subject to PCAOB permanent inspection in effect for the year ended April 30, 2022. Our peer review was conducted in accordance with the Standards for Performing and Reporting on Peer Reviews established by the Peer Review Board of the American Institute of Certified Public Accountants (Standards). A summary of the nature, objectives, scope, limitations of, and the procedures performed in a system review as described in the Standards may be found at www.aicpa.org/prsummary. The summary also includes an explanation of how engagements identified as not performed or reported on in conformity with applicable professional standards, if any, are evaluated by a peer reviewer to determine a peer review rating. Firm’s Responsibility The firm is responsible for designing and complying with a system of quality control to provide the firm with reasonable assurance of performing and reporting in conformity with the requirements of applicable professional standards in all material respects. The firm is also responsible for evaluating actions to promptly remediate engagements deemed as not performed or reported on in conformity with the requirements of applicable professional standards, when appropriate, and for remediating weaknesses in its system of quality control, if any. Peer Reviewer’s Responsibility Our responsibility is to express an opinion on the design of and compliance with the firm’s system of quality control based on our review. Required Selections and Considerations Engagements selected for review included engagements performed under Government Auditing Standards, including compliance audits under the Single Audit Act; audits of employee benefit plans; an audit performed under FDICIA; and an examination of service organizations (SOC 2 engagement). As a part of our peer review, we considered reviews by regulatory entities as communicated by the firm, if applicable, in determining the nature and extent of our procedures. EisnerAmper LLP www.eisneramper.com Opinion In our opinion, the system of quality control for the accounting and auditing practice of Cherry Bekaert LLP applicable to engagements not subject to PCAOB permanent inspection in effect for the year ended April 30, 2022, has been suitably designed and complied with to provide the firm with reasonable assurance of performing and reporting in conformity with applicable professional standards in all material respects. Firms can receive a rating of pass, pass with deficiency(ies), or fail. Cherry Bekaert LLP has received a peer review rating of pass. EisnerAmper LLP Iselin, New Jersey 1) Cherry Bekaert 2) Citrin Cooperman 401 E Jackson Street 6550 N Federal Hwy, 4th Floor Suite 1200 Fort, Lauderdale, FL 33308 Tampa, FL 33602 3) Clifton Larson Allen LLP (CLA)4) Crowe LLP 29 S Main Street 225 W Wacker Drive West Hartford, CT 06107 Suite 2600 Chicago, IL 60606 5) Forvis Mazars LLP 6) Purvis, Gray and Company LLP 400 N Ashley Drive P.O. Box 141270 Suite 2540 Gainesville, FL 32614 Tampa, FL 33602 ADVERTISED: TAMPA BAY TIMES 04.23.25 POSTED:myclearwater.com 04.23.25-05.28.25 Due/Opening: May 28, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 32-25 Professional Auditing Services Solicitation Response Listing FOR THE CITY OF CLEARWATER July 14, 2025 NOTICE OF INTENT TO AWARD The Selection Committee, in coordination with the Procurement Division, has completed the evaluation and ranking of firms in response to RFP No. 32-25, Professional Auditing Services. Based on the results, the Committee recommends awarding the contract to Cherry Bekaert, the top-ranked firm, for a term of five (5) years. The final ranking of firms is as follows: 1) Cherry Bekaert 2) Citrin Cooperman 3) CliftonLarsonAllen LLP (CLA) 4) Purvis, Gray and Company LLP 5) Crowe LLP 6) Forvis Mazars, LLC Negotiations will begin soon with Cherry Bekaert. Should negotiations fail, the committee will move to the next ranked firm on the list. The negotiated contract is subject to Council’s authorization. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at lori.vogel@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0673 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve a purchase order to Rep Services, Inc., of Longwood, Florida for the purchase and installation of playground equipment at Marymont Park located at 1900 Gilbert Street in the total amount of $258,226.72, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical; and authorize the appropriate officials to execute same. (consent) SUMMARY: The existing playground has served the local community and its visitors for the past 20 years but is now in need of replacement. The materials used in the existing playground are subpar in comparison to materials used in today’s playground building materials standards. Additionally, the existing playgrounds have limited ADA accessibility. The new playgrounds will exceed ADA standards for accessible elevated and ground activities, as well as ground level play structures. A community meeting was held at Marymont Park on June 17 with over 40 residents in attendance. The purpose of the meeting was to share future plans, answer questions and get the neighborhood input into the type of playground they wanted for this neighborhood park. They chose the piece of equipment being recommended in this agenda item. The proposed playground equipment offers innovative and sculptural design, fostering an open format playscape with intriguing challenges that rival traditional playgrounds. The materials used in the proposed playground structure are made of recycled plastic materials and are made in the USA. The amenities are attractive, easy to maintain, sustainable, and are anticipated to have a life cycle longer than 20 years, providing savings for the City with reduced maintenance costs and longer lifespan compared to existing playgrounds. The playground will also include a rubberized play surface that meets all safety standards, which will further reduce maintenance compared to wooden chip playground mulch. The proposed pricing from Rep Services, Inc. is based on their agreements with both the School Board of Manatee County (Contract No. 21-0053-MR, valid through August 31, 2025) and Clay County (Contract No. 2023/2024-284, valid through July 23, 2027). Rep Services has extended an additional discount to the City of Clearwater beyond the pricing established in these contracts, resulting in additional cost savings of $3,802.68. In accordance with Section 2.563(1)(c) of the City’s Code, authorization is requested to piggyback these contracts for the purchase of playground equipment, including safety surfacing and installation, in the total amount of $236,998.92. Additionally, in accordance with Section 2.563(1)(d), non-competitive purchase, a total of $21,227.80 is deemed impractical to bid under Proposal No. 21406.09. This amount includes $2,150.00 for engineering services, $11,507.72 for freight, and $7,570.08 for the required performance bond. Upon City Council approval, the Parks and Recreation Department will proceed with submitting the purchase request to Rep Services, Inc. to secure the proposed pricing. APPROPRIATION CODE AND AMOUNT: Funds are available in capital improvement project M2206 - Parks & Beautification R&R, funded by General Fund revenues. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/19/2025 File Number: ID#25-0673 STRATEGIC PRIORITIES: Funding the purchase of the new playground equipment aligns with the following City of Clearwater Strategic Plan Objectives: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers; and ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. Page 2 City of Clearwater Printed on 8/19/2025 School Board of Manatee County, FL August 25, 2020 – Regular Meeting Action Item Title: 21-0053-MR Park and Playground Equipment NTE $550,000.00 Executive Summary Park and playground equipment is requested by schools and departments periodically throughout the school year to replace broken equipment and to add/replace entire play areas. Each vendor listed agrees to adhere to all required codes and standards and provide the School District of Manatee County with a fixed percentage discount on various manufacturers plus installation where applicable. Based on this criteria and to offer the schools a variety of manufacturer’s equipment, it is recommended to award to all responsive bidders. Tentative plans to replace playground equipment at District school sites include Abel Elementary School, Bashaw Elementary School, Miller Elementary School, Sea Breeze Elementary School, and Stewart Elementary School as well as potential individual school funded purchases. Approval of this agenda item does not indicate immediate or complete expenditure of approved funds. The requested contract is for the period of September 1, 2020 through August 31, 2023. This bid is for a period of three years with the option to renew for two additional one-year periods. Evaluation prices are based on Florida Statute 287.084, Preference to Florida Business in procurement of Personal Property and Services, giving preference to vendors located in Florida, effective July 1, 2012. Historical expenditures for the first renewal period of September 9, 2018 through September 8, 2019, were $382,968.52 and $522,740.07 for the second renewal period of September 9, 2019 through current. The bid is recommended for award to: · A&B Management Group, Inc. dba Southern Park and Play Systems, Viera, FL, Florida Document No. P12000010491 · Advanced Recreational Concepts, Fort Pierce, FL, Florida Document No. L03000023078 · Apollo Sunguard Systems, Inc., Sarasota, FL, Florida Document No. F06000005042 · Bliss Products and Services, Inc., Plantation, FL, Florida Document No. G95904 · Creative Shade Solutions, Tarpon Springs, FL, Florida Document No. P07000037393 · Industrial Shadeports, Inc., Boca Raton, FL, Florida Document No. P160000586011 · Kompan, Inc., Tallahassee, FL, Florida Document No. F12000002586 · Lanier Plans, Inc. dba Korkat, Jacksonville, FL, Florida Document No. F09000003271 · MeTEOR Education, LLC, Gainesville, FL, Florida Document No. L08000093733 · Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, Bradenton, FL/Plantation, FL, Florida Document No. P97000049934/F06000007491 · PlayCore Wisconsin DBA Game Time, Plantation, FL, State, Florida Document No. F07000002689 · Playmore West, Inc., Fort Myers, FL, Florida Document No. P000000016534 · Playspace Services, Inc., Fort Pierce, State, Florida Document No. V52938 · Playpower LT Farmington, Inc., Plantation, FL, State, Florida Document No. F0700002768 · Project Innovations, Inc., Tarpon Springs, FL, Florida Document No. P10000094250 · Rep Services Inc., Maitland, FL, Florida Document No. L25288 · Superior Park Systems, Inc., Hollywood, FL, State, Florida Document No. P00000021472 · Swartz Associates, Inc., Naples, FL, Florida Document No. L49389 · Top Line Recreation, Inc., Sanford, FL, Florida Document No. P11000073376 · Varsity Sports dba BSN Sports, LLC, Tampa, FL, Florida Document No. L19000206027 The Superintendent recommends approval of the Bid for Park and Playground Equipment, SDMC No. 21- 0053-MR, not to exceed $550,000.00 annually. Recommendation Motion and approval of the Bid for Park and Playground Equipment, SDMC No. 21-0053-MR, not to exceed $550,000.00 annually. Financial Impact The estimated cost to implement this agenda item will not exceed $550,000.00 annually. The funding sources for this expenditure will be the Capital Improvement/General Funds/Internal Accounts, and is included in the Maintenance, Operations & Central Distribution Warehouse Department and School Sites proposed budgets for 2020-2021. Contact: Prepared by: Melody Ryan Initiated by: Todd Henson, Maintenance and Operations School Board Meeting: August 25, 2020 Attachments: 21-0053-MR Tab (PDF) A&B Management Group, Inc. dba Southern Park Contract of Award Agreement with JLA CFR 200 (DOCX) Advanced Recreational ConceptsContract of Award Agreement with JLA CFR 200 (DOCX) Apollo Sunguard SystemsContract of Award Agreement with JLA CFR 200 (DOCX) Bliss Products and Services Contract of Award Agreement with JLA CFR 200 (DOCX) Creative Shade Solutions Contract of Award Agreement with JLA CFR 200 (DOCX) Industrial Shadeports Contract of Award Agreement with JLA CFR 200 (DOCX) Kompan Contract of Award Agreement with JLA CFR 200 (DOCX) Lanier PlansContract of Award Agreement with JLA CFR 200 (DOCX) MeTEOR Education Contract of Award Agreement with JLA CFR 200 (DOCX) Miller-Miracle Contract of Award Agreement with JLA CFR 200 (DOCX) PlayCore Contract of Award Agreement with JLA CFR 200 (DOCX) Playmore West, Inc. Contract of Award Agreement with JLA CFR 200 (DOCX) Playpower LT Farmington, Inc. Contract of Award Agreement with JLA CFR 200 (DOCX) Playspace Services Contract of Award Agreement with JLA CFR 200 (DOCX) Project Innovations, Inc.Contract of Award Agreement with JLA CFR 200 (DOCX) Rep Services Inc..Contract of Award Agreement with JLA CFR 200 (DOCX) Superior Park Systems, Inc. Contract of Award Agreement with JLA CFR 200 (DOCX) Swartz Associates, Inc.Contract of Award Agreement with JLA CFR 200 (DOCX) Top Line Recreation, Inc.Contract of Award Agreement with JLA CFR 200 (DOCX) Varsity Sports dba BSN Sports Contract of Award Agreement with JLA CFR 200 (DOCX) PlaySystem FamilyName ProductID Description PlayShaper®Enclosures PS138299A-001 1 Bench w/1 End Panel 599.00 PlayShaper®Enclosures PS138185A-001 1 Bench w/2 End Panels 657.00 PlayBooster®Mainstructures PB185296A-001 10' PlayOdyssey Tower 36,913.00 PlayBooster®Mainstructures PB188689A-001 10' PlayOdyssey Tower w/o Roof 30,466.00 PlayBooster®Mainstructures PB185355A-001 10' Tower El Slide 11,057.00 PlayBooster®Mainstructures PB185355B-001 10' Tower El Slide w/1 View 11,760.00 PlayBooster®Mainstructures PB185354A-001 10' Tower Gemini SlideWinder2 15,288.00 PlayBooster®Mainstructures PB185346A-001 10' Tower SlideWinder2 7,461.00 PlayBooster®Mainstructures PB185338A-001 10' Tower TurboTwister 8,721.00 PlayBooster®Mainstructures PB185338B-001 10' Tower TurboTwister w/1 View 9,450.00 PlayBooster®Mainstructures PB222709A-001 10' Tower WhooshWinder Slide 8,589.00 Freestanding Play Motion & More Fun IP121648A-001 10' Track Ride w/Alum Posts DB Only 5,429.00 Freestanding Play Motion & More Fun IP121648B-001 10' Track Ride w/Steel Posts DB Only 5,093.00 PlayBooster®Posts PB111405I-008 10"Alum Flush Post w/D Shaped Cap 2"SM 646.00 PlayBooster®Posts PB111405I-006 10"Alum Flush Post w/Oval Cap 2"SM 646.00 PlayBooster®Posts PB111405I-004 10"Alum Flush Post w/Round Cap 2"SM 646.00 PlayBooster®Posts PB111405I-002 10"Alum Flush Post w/Standard Cap 2"SM 646.00 PlayBooster®Posts PB111405I-010 10"Alum Flush Post w/Tear Cap 2"SM 646.00 PlayBooster®Posts PB111405I-012 10"Alum Flush Post w/Turtle Cap 2"SM 646.00 PlayShaper®Posts PS113888F-001 10"Flush Post 2"SM 378.00 PlayBooster®Posts PB111405R-008 10"Steel Flush Post w/D Shaped Cap 2"SM 594.00 PlayBooster®Posts PB111405R-006 10"Steel Flush Post w/Oval Cap 2"SM 594.00 PlayBooster®Posts PB111405R-004 10"Steel Flush Post w/Round Cap 2"SM 594.00 PlayBooster®Posts PB111405R-002 10"Steel Flush Post w/Standard Cap 2"SM 594.00 PlayBooster®Posts PB111405R-010 10"Steel Flush Post w/Tear Cap 2"SM 594.00 PlayBooster®Posts PB111405R-012 10"Steel Flush Post w/Turtle Cap 2"SM 594.00 PlayBooster®Posts PB111404C-002 100"Alum Post 2"SM 599.00 PlayBooster®Posts PB111404G-001 100"Alum Post DB 394.00 PlayBooster®Posts PB111404O-002 100"Steel Post 2"SM 562.00 PlayBooster®Posts PB111404S-001 100"Steel Post DB 363.00 PlayShaper®Posts PS111396L-001 101"Post For Roof DB 394.00 PlayBooster®Posts PB111404D-003 102"Alum Post 12"SM 594.00 PlayBooster®Posts PB111403G-002 102"Alum Post For Roof 2"SM 599.00 PlayShaper®Posts PS113606N-001 102"Arch Post DB - PlayShaper®Posts PS111397N-001 102"Post DB 394.00 PlayBooster®Posts PB111404P-003 102"Steel Post 12"SM 557.00 PlayBooster®Posts PB111403Q-002 102"Steel Post For Roof 2"SM 594.00 PlayShaper®Posts PS113886N-002 103"Post For Roof 12"SM 541.00 PlayShaper®Posts PS113886B-001 105"Post For Roof 2"SM 557.00 PlayShaper®Posts PS111396F-001 105"Post For Roof DB 373.00 PlayBooster®Posts PB111405A-007 106"Alum Flush Post w/D Shaped Cap DB 672.00 PlayBooster®Posts PB111405A-005 106"Alum Flush Post w/Oval Cap DB 672.00 PlayBooster®Posts PB111405A-003 106"Alum Flush Post w/Round Cap DB 672.00 PlayBooster®Posts PB111405A-001 106"Alum Flush Post w/Standard Cap DB 672.00 PlayBooster®Posts PB111405A-009 106"Alum Flush Post w/Tear Cap DB 672.00 PlayBooster®Posts PB111405A-011 106"Alum Flush Post w/Turtle Cap DB 672.00 PlayShaper®Posts PS113890A-002 106"Arch Post 12"SM - PlayShaper®Posts PS113606C-001 106"Arch Post DB - PlayShaper®Posts PS113885A-002 106"Post 12"SM 557.00 PlayShaper®Posts PS111397C-001 106"Post DB 394.00 PlayBooster®Posts PB111405J-007 106"Steel Flush Post w/D Shaped Cap DB 588.00 PlayBooster®Posts PB111405J-005 106"Steel Flush Post w/Oval Cap DB 588.00 PlayBooster®Posts PB111405J-003 106"Steel Flush Post w/Round Cap DB 588.00 PlayBooster®Posts PB111405J-001 106"Steel Flush Post w/Standard Cap DB 588.00 PlayBooster®Posts PB111405J-009 106"Steel Flush Post w/Tear Cap DB 588.00 PlayBooster®Posts PB111405J-011 106"Steel Flush Post w/Turtle Cap DB 588.00 PlayShaper®Posts PS113886C-002 107"Post For Roof 12"SM 541.00 PlayShaper®Posts PS111396K-001 107"Post For Roof DB 378.00 PlayBooster®Posts PB111406D-005 108" Arch (32"Dk) 2"SM w/1 Flange 2,111.00 PlayBooster®Posts PB111406D-008 108" Arch (32"Dk) 2"SM w/2 Flange 2,111.00 PlayBooster®Posts PB111406D-002 108" Arch (32"Dk) 2"SM w/o Flange 2,111.00 PlayBooster®Posts PB111404B-002 108"Alum Post 2"SM 620.00 PlayBooster®Posts PB111404F-001 108"Alum Post DB 399.00 PlayShaper®Posts PS113606P-001 108"Arch Post DB - PlayShaper®Posts PS111397P-001 108"Post DB 394.00 PlayBooster®Posts PB111404N-002 108"Steel Post 2"SM 578.00 PlayBooster®Posts PB111404R-001 108"Steel Post DB 373.00 PlayShaper®Posts PS113886P-002 109"Post For Roof 12"SM 541.00 PlayBooster®Posts PB111404C-003 110"Alum Post 12"SM 599.00 PlayBooster®Posts PB111403F-002 110"Alum Post For Roof 2"SM 625.00 PlayBooster®Posts PB111403J-001 110"Alum Post For Roof DB 415.00 PlayBooster®Posts PB111404O-003 110"Steel Post 12"SM 562.00 PlayBooster®Posts PB111403P-002 110"Steel Post For Roof 2"SM 599.00 PlayBooster®Posts PB111403T-001 110"Steel Post For Roof DB 415.00 PlayBooster®Posts PB111403G-003 112"Alum Post For Roof 12"SM 599.00 PlayBooster®Posts PB111403Q-003 112"Steel Post For Roof 12"SM 594.00 PlayBooster®Posts PB111406E-004 113" Arch (Grade) DB w/1 Flange 1,733.00 PlayBooster®Posts PB111406E-007 113" Arch (Grade) DB w/2 Flange 1,733.00 PlayBooster®Posts PB111406E-001 113" Arch (Grade) DB w/o Flange 1,733.00 PlayShaper®Posts PS113886A-001 113"Post For Roof 2"SM 573.00 PlayShaper®Posts PS111396E-001 113"Post For Roof DB 394.00 PlayShaper®Posts PS113606B-001 114"Arch Post DB - PlayShaper®Posts PS111397B-001 114"Post DB 399.00 PlayShaper®Posts PS113886B-002 115"Post For Roof 12"SM 557.00 PlayBooster®Posts PB111404A-002 116"Alum Post 2"SM 646.00 PlayBooster®Posts PB111404E-001 116"Alum Post DB 415.00 PlayBooster®Posts PB111404M-002 116"Steel Post 2"SM 588.00 PlayBooster®Posts PB111404Q-001 116"Steel Post DB 378.00 PlayBooster®Posts PB111406D-006 118" Arch (32"Dk) 12"SM w/1 Flange 2,111.00 PlayBooster®Posts PB111406D-009 118" Arch (32"Dk) 12"SM w/2 Flange 2,111.00 PlayBooster®Posts PB111406D-003 118" Arch (32"Dk) 12"SM w/o Flange 2,111.00 PlayBooster®Posts PB111404B-003 118"Alum Post 12"SM 620.00 PlayBooster®Posts PB111403E-002 118"Alum Post For Roof 2"SM 646.00 PlayBooster®Posts PB111403I-001 118"Alum Post For Roof DB 420.00 PlayBooster®Posts PB111404N-003 118"Steel Post 12"SM 578.00 PlayBooster®Posts PB176762I-001 118"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 415.00 PlayBooster®Posts PB111403O-002 118"Steel Post For Roof 2"SM 620.00 PlayBooster®Posts PB111403S-001 118"Steel Post For Roof DB 420.00 PlayShaper®Posts PS111396M-001 119"Post For Roof DB 399.00 PlayBooster®Bridges & Ramps PB168111A-001 12' Double-Wide Ramp w/Barriers 14,191.00 PlayBooster®Bridges & Ramps PB168110A-001 12' Double-Wide Ramp w/Guardrails and Curbs 12,259.00 PlayBooster®Mainstructures PB165596A-001 12' PlayOdyssey Tower 38,677.00 PlayBooster®Bridges & Ramps PB174817A-001 12' Ramp w/Barriers 10,595.00 PlayBooster®Bridges & Ramps PB174815A-001 12' Ramp w/Guardrails and Curbs 9,366.00 PlayBooster®Mainstructures PB165824A-001 12' Tower Bubble Panel 2,095.00 PlayBooster®Mainstructures PB165781B-001 12' Tower El Slide w/Barrier 12,978.00 PlayBooster®Mainstructures PB165781D-001 12' Tower El Slide w/Barrier w/1 View 13,687.00 PlayBooster®Mainstructures PB165781A-001 12' Tower El Slide w/Perm Panel 12,569.00 PlayBooster®Mainstructures PB165781C-001 12' Tower El Slide w/Perm Panel w/1 View 13,299.00 PlayBooster®Mainstructures PB166533B-001 12' Tower Gemini SlideWinder2 w/Barrier 17,635.00 PlayBooster®Mainstructures PB166533A-001 12' Tower Gemini SlideWinder2 w/Perm Panel 17,236.00 PlayBooster®Mainstructures PB165960A-001 12' Tower Pipe Barrier 1,523.00 PlayBooster®Mainstructures PB165780B-001 12' Tower SlideWinder2 w/Barrier 9,288.00 PlayBooster®Mainstructures PB165780A-001 12' Tower SlideWinder2 w/Perm Panel 8,899.00 PlayBooster®Mainstructures PB165827B-001 12' Tower TurboTwister w/Barrier 11,025.00 PlayBooster®Mainstructures PB165827D-001 12' Tower TurboTwister w/Barrier w/1 View 11,755.00 PlayBooster®Mainstructures PB165827A-001 12' Tower TurboTwister w/Perm Panel 10,626.00 PlayBooster®Mainstructures PB165827C-001 12' Tower TurboTwister w/Perm Panel w/1 View 11,346.00 PlayBooster®Mainstructures PB222710B-001 12' Tower WhooshWinder Slide w/Barrier 10,695.00 PlayBooster®Mainstructures PB222710A-001 12' Tower WhooshWinder Slide w/Perm Panel 10,233.00 PlayBooster®Posts PB111403F-003 120"Alum Post For Roof 12"SM 625.00 PlayBooster®Posts PB111403P-003 120"Steel Post For Roof 12"SM 599.00 PlayShaper®Posts PS111396D-001 121"Post For Roof DB 399.00 PlayBooster®Posts PB111406C-005 122" Arch (40"-48"Dk) 2"SM w/1 Flange 2,153.00 PlayBooster®Posts PB111406C-008 122" Arch (40"-48"Dk) 2"SM w/2 Flange 2,153.00 PlayBooster®Posts PB111406C-002 122" Arch (40"-48"Dk) 2"SM w/o Flange 2,153.00 PlayBooster®Bridges & Ramps PB121416B-009 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 16"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-008 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 16"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-007 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 16"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB121416B-018 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 24"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-017 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 24"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB121416A-033 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-006 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-005 123"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB121416B-016 123"Disc Challenge w/Handhold Panels 16"Deck Diffs Attached To 24"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB121416B-012 123"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 16"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-011 123"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 16"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-010 123"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 16"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB121416B-003 123"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 8"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-002 123"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 8"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-001 123"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 8"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB121416B-006 123"Disc Challenge w/Handhold Panels 32"Deck Diff Attached To 8"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-005 123"Disc Challenge w/Handhold Panels 32"Deck Diff Attached To 8"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-004 123"Disc Challenge w/Handhold Panels 32"Deck Diff Attached To 8"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB121416A-037 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 16"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-024 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 16"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-023 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 16"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB121416B-015 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 24"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-014 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 24"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB121416B-013 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 24"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB121416C-006 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 32"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB121416C-005 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 32"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB121416C-004 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 32"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB121416A-032 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-004 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-003 123"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB121416A-036 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 16"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-022 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 16"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-021 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 16"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB121416A-040 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 24"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-030 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 24"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-029 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 24"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB121416C-003 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 32"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB121416C-002 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 32"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB121416C-001 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 32"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB121416C-009 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 40"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB121416C-008 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 40"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB121416C-007 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 40"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB121416A-031 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-002 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB121416A-001 123"Disc Challenge w/Handhold Panels Equal Decks Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB165575B-009 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 16"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-008 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 16"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-007 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 16"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165575B-018 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 24"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-017 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 24"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-016 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 24"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165575A-033 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-006 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-005 123"Disc Challenge w/Handloops 16"Deck Diff Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165575B-012 123"Disc Challenge w/Handloops 24"Deck Diff Attached To 16"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-011 123"Disc Challenge w/Handloops 24"Deck Diff Attached To 16"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-010 123"Disc Challenge w/Handloops 24"Deck Diff Attached To 16"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165575B-003 123"Disc Challenge w/Handloops 24"Deck Diff Attached To 8"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-002 123"Disc Challenge w/Handloops 24"Deck Diff Attached To 8"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-001 123"Disc Challenge w/Handloops 24"Deck Diff Attached To 8"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165575B-006 123"Disc Challenge w/Handloops 32"Deck Diff Attached To 8"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-005 123"Disc Challenge w/Handloops 32"Deck Diff Attached To 8"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-004 123"Disc Challenge w/Handloops 32"Deck Diff Attached To 8"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165575A-037 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 16"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-024 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 16"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-023 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 16"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165575B-015 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 24"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-014 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 24"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165575B-013 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 24"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165575C-006 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 32"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165575C-005 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 32"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165575C-004 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 32"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165575A-032 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-004 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-003 123"Disc Challenge w/Handloops 8"Deck Diff Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165575A-036 123"Disc Challenge w/Handloops Equal Decks Attached To 16"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-022 123"Disc Challenge w/Handloops Equal Decks Attached To 16"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-021 123"Disc Challenge w/Handloops Equal Decks Attached To 16"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165575A-040 123"Disc Challenge w/Handloops Equal Decks Attached To 24"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-030 123"Disc Challenge w/Handloops Equal Decks Attached To 24"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-029 123"Disc Challenge w/Handloops Equal Decks Attached To 24"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165575C-003 123"Disc Challenge w/Handloops Equal Decks Attached To 32"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165575C-002 123"Disc Challenge w/Handloops Equal Decks Attached To 32"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165575C-001 123"Disc Challenge w/Handloops Equal Decks Attached To 32"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165575C-009 123"Disc Challenge w/Handloops Equal Decks Attached To 40"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165575C-008 123"Disc Challenge w/Handloops Equal Decks Attached To 40"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165575C-007 123"Disc Challenge w/Handloops Equal Decks Attached To 40"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165575A-031 123"Disc Challenge w/Handloops Equal Decks Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-002 123"Disc Challenge w/Handloops Equal Decks Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165575A-001 123"Disc Challenge w/Handloops Equal Decks Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB180089B-009 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-008 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-007 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 16"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180089B-018 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-017 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-016 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 24"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180089A-033 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-006 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-005 123"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180089B-012 123"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-011 123"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-010 123"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 16"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180089B-003 123"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-002 123"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-001 123"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 8"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180089B-006 123"Disc Challenge w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-005 123"Disc Challenge w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-004 123"Disc Challenge w/Vibe Handholds 32"Deck Diff Attached To 8"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180089A-037 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-024 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-023 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 16"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180089B-015 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-014 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180089B-013 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 24"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180089C-006 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180089C-005 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180089C-004 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 32"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180089A-032 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-004 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-003 123"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180089A-036 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 16"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-022 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 16"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-021 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 16"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180089A-040 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 24"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-030 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 24"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-029 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 24"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180089C-003 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 32"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180089C-002 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 32"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180089C-001 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 32"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180089C-009 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 40"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180089C-008 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 40"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180089C-007 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 40"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180089A-031 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-002 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180089A-001 123"Disc Challenge w/Vibe Handholds Equal Decks Attached To 8"Dk DB5,875.00 PlayShaper®Posts PS113886A-002 123"Post For Roof 12"SM 573.00 PlayBooster®Posts PB111404K-002 124"Alum Post 2"SM 699.00 PlayBooster®Posts PB111404D-001 124"Alum Post DB 478.00 PlayBooster®Posts PB111404W-002 124"Steel Post 2"SM 657.00 PlayBooster®Posts PB111404P-001 124"Steel Post DB 394.00 PlayShaper®Posts PS111396N-001 125"Post For Roof DB 415.00 PlayBooster®Posts PB111404A-003 126"Alum Post 12"SM 646.00 PlayBooster®Posts PB111403D-002 126"Alum Post For Roof 2"SM 672.00 PlayBooster®Posts PB111403H-001 126"Alum Post For Roof DB 483.00 PlayBooster®Posts PB111404M-003 126"Steel Post 12"SM 588.00 PlayBooster®Posts PB176762H-001 126"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 478.00 PlayBooster®Posts PB111403N-002 126"Steel Post For Roof 2"SM 625.00 PlayBooster®Posts PB111403R-001 126"Steel Post For Roof DB 483.00 PlayBooster®Posts PB111403E-003 128"Alum Post For Roof 12"SM 646.00 PlayShaper®Posts PS113606A-001 128"Arch Post DB - PlayShaper®Posts PS111397A-001 128"Post DB 478.00 PlayBooster®Posts PB111403O-003 128"Steel Post For Roof 12"SM 620.00 PlayShaper®Posts PS111396C-001 129"Post For Roof DB 415.00 PlayShaper®Posts PS111396P-001 131"Post For Roof DB 420.00 PlayBooster®Posts PB111406C-006 132" Arch (40"-48"Dk) 12"SM w/1 Flange 2,153.00 PlayBooster®Posts PB111406C-009 132" Arch (40"-48"Dk) 12"SM w/2 Flange 2,153.00 PlayBooster®Posts PB111406C-003 132" Arch (40"-48"Dk) 12"SM w/o Flange 2,153.00 PlayBooster®Posts PB111404C-001 132"Alum Post DB 499.00 PlayBooster®Posts PB111404O-001 132"Steel Post DB 399.00 PlayBooster®Posts PB179595X-001 132"Steel Post For Vibe Roof DB 399.00 PlayBooster®Posts PB111404K-003 134"Alum Post 12"SM 699.00 PlayBooster®Posts PB111403C-002 134"Alum Post For Roof 2"SM 683.00 PlayBooster®Posts PB111403G-001 134"Alum Post For Roof DB 504.00 PlayBooster®Posts PB111404W-003 134"Steel Post 12"SM 657.00 PlayBooster®Posts PB176762G-001 134"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 499.00 PlayBooster®Posts PB111403M-002 134"Steel Post For Roof 2"SM 646.00 PlayBooster®Posts PB111403Q-001 134"Steel Post For Roof DB 504.00 PlayBooster®Posts PB111403D-003 136"Alum Post For Roof 12"SM 672.00 PlayBooster®Posts PB111403N-003 136"Steel Post For Roof 12"SM 625.00 PlayShaper®Posts PS111396B-001 137"Post For Roof DB 478.00 PlayBooster®Posts PB111406B-005 138" Arch (56"-64"Dk) 2"SM w/1 Flange 2,211.00 PlayBooster®Posts PB111406B-008 138" Arch (56"-64"Dk) 2"SM w/2 Flange 2,211.00 PlayBooster®Posts PB111406B-002 138" Arch (56"-64"Dk) 2"SM w/o Flange 2,211.00 PlayBooster®Posts PB111406D-004 140" Arch (32"Dk) DB w/1 Flange 1,864.00 PlayBooster®Posts PB111406D-007 140" Arch (32"Dk) DB w/2 Flange 1,864.00 PlayBooster®Posts PB111406D-001 140" Arch (32"Dk) DB w/o Flange 1,864.00 PlayBooster®Posts PB111404B-001 140"Alum Post DB 504.00 PlayBooster®Posts PB111404N-001 140"Steel Post DB 415.00 PlayBooster®Posts PB179595W-001 140"Steel Post For Vibe Roof DB 415.00 PlayBooster®Posts PB111403B-002 142"Alum Post For Roof 2"SM 693.00 PlayBooster®Posts PB111403F-001 142"Alum Post For Roof DB 531.00 PlayBooster®Posts PB176762F-001 142"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 504.00 PlayBooster®Posts PB111403L-002 142"Steel Post For Roof 2"SM 657.00 PlayBooster®Posts PB111403P-001 142"Steel Post For Roof DB 510.00 PlayBooster®Posts PB111403C-003 144"Alum Post For Roof 12"SM 683.00 PlayBooster®Posts PB111403M-003 144"Steel Post For Roof 12"SM 646.00 PlayShaper®Posts PS111396A-001 145"Post For Roof DB 499.00 PlayBooster®Posts PB111406A-005 146" Arch (72"Dk) 2"SM w/1 Flange 2,310.00 PlayBooster®Posts PB111406A-008 146" Arch (72"Dk) 2"SM w/2 Flange 2,310.00 PlayBooster®Posts PB111406A-002 146" Arch (72"Dk) 2"SM w/o Flange 2,310.00 PlayBooster®Posts PB111406B-006 148" Arch (56"-64"Dk) 12"SM w/1 Flange 2,211.00 PlayBooster®Posts PB111406B-009 148" Arch (56"-64"Dk) 12"SM w/2 Flange 2,211.00 PlayBooster®Posts PB111406B-003 148" Arch (56"-64"Dk) 12"SM w/o Flange 2,211.00 PlayBooster®Posts PB111404A-001 148"Alum Post DB 531.00 PlayBooster®Posts PB111404M-001 148"Steel Post DB 478.00 PlayBooster®Posts PB179595V-001 148"Steel Post For Vibe Roof DB 478.00 PlayBooster®Posts PB111403A-002 150"Alum Post For Roof 2"SM 699.00 PlayBooster®Posts PB111403E-001 150"Alum Post For Roof DB 536.00 PlayBooster®Posts PB176762E-001 150"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 515.00 PlayBooster®Posts PB111403K-002 150"Steel Post For Roof 2"SM 672.00 PlayBooster®Posts PB111403O-001 150"Steel Post For Roof DB 531.00 PlayBooster®Posts PB111403B-003 152"Alum Post For Roof 12"SM 693.00 PlayBooster®Posts PB111403L-003 152"Steel Post For Roof 12"SM 657.00 PlayBooster®Posts PB111406C-004 154" Arch (40"-48"Dk) DB w/1 Flange 1,885.00 PlayBooster®Posts PB111406C-007 154" Arch (40"-48"Dk) DB w/2 Flange 1,885.00 PlayBooster®Posts PB111406C-001 154" Arch (40"-48"Dk) DB w/o Flange 1,885.00 PlayBooster®Posts PB111406A-006 156" Arch (72"Dk) 12"SM w/1 Flange 2,310.00 PlayBooster®Posts PB111406A-009 156" Arch (72"Dk) 12"SM w/2 Flange 2,310.00 PlayBooster®Posts PB111406A-003 156" Arch (72"Dk) 12"SM w/o Flange 2,310.00 PlayBooster®Posts PB111404K-001 156"Alum Post DB 594.00 PlayBooster®Posts PB111404W-001 156"Steel Post DB 557.00 PlayBooster®Posts PB179595U-001 156"Steel Post For Vibe Roof DB 557.00 PlayBooster®Posts PB111403D-001 158"Alum Post For Roof DB 557.00 PlayBooster®Posts PB176762D-001 158"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 536.00 PlayBooster®Posts PB111403N-001 158"Steel Post For Roof DB 536.00 PlayBooster®Posts PB111403A-003 160"Alum Post For Roof 12"SM 699.00 PlayBooster®Posts PB111403K-003 160"Steel Post For Roof 12"SM 672.00 PlayBooster®Posts PB111404L-001 164"Alum Post DB 620.00 PlayBooster®Posts PB111404X-001 164"Steel Post DB 578.00 PlayBooster®Posts PB179595T-001 164"Steel Post For Vibe Roof DB 573.00 PlayBooster®Posts PB173880C-001 166" CoolToppers Wave Post DB Only Steel Only 1,192.00 PlayBooster®Posts PB111403C-001 166"Alum Post For Roof DB 562.00 PlayBooster®Posts PB176762C-001 166"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 552.00 PlayBooster®Posts PB111403M-001 166"Steel Post For Roof DB 552.00 PlayBooster®Posts PB111406B-004 170" Arch (56"-64"Dk) DB w/1 Flange 1,964.00 PlayBooster®Posts PB111406B-007 170" Arch (56"-64"Dk) DB w/2 Flange 1,964.00 PlayBooster®Posts PB111406B-001 170" Arch (56"-64"Dk) DB w/o Flange 1,964.00 PlayBooster®Posts PB179595S-001 172"Steel Post For Vibe Roof DB 588.00 PlayBooster®Posts PB111403B-001 174"Alum Post For Roof DB 588.00 PlayBooster®Posts PB176762B-001 174"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 557.00 PlayBooster®Posts PB111403L-001 174"Steel Post For Roof DB 557.00 PlayBooster®Posts PB111406A-004 178" Arch (72"Dk) DB w/1 Flange 2,043.00 PlayBooster®Posts PB111406A-007 178" Arch (72"Dk) DB w/2 Flange 2,043.00 PlayBooster®Posts PB111406A-001 178" Arch (72"Dk) DB w/o Flange 2,043.00 Freestanding Play Motion & More Fun IP121875A-001 18' Track Ride w/Alum Posts DB Only 5,912.00 Freestanding Play Motion & More Fun IP121875B-001 18' Track Ride w/Steel Posts DB Only 5,576.00 PlayBooster®Posts PB111405H-008 18"Alum Flush Post w/D Shaped Cap 2"SM 657.00 PlayBooster®Posts PB111405H-006 18"Alum Flush Post w/Oval Cap 2"SM 657.00 PlayBooster®Posts PB111405H-004 18"Alum Flush Post w/Round Cap 2"SM 657.00 PlayBooster®Posts PB111405H-002 18"Alum Flush Post w/Standard Cap 2"SM 657.00 PlayBooster®Posts PB111405H-010 18"Alum Flush Post w/Tear Cap 2"SM 657.00 PlayBooster®Posts PB111405H-012 18"Alum Flush Post w/Turtle Cap 2"SM 657.00 PlayShaper®Posts PS113888E-001 18"Flush Post 2"SM 394.00 PlayBooster®Posts PB111405Q-008 18"Steel Flush Post w/D Shaped Cap 2"SM 599.00 PlayBooster®Posts PB111405Q-006 18"Steel Flush Post w/Oval Cap 2"SM 599.00 PlayBooster®Posts PB111405Q-004 18"Steel Flush Post w/Round Cap 2"SM 599.00 PlayBooster®Posts PB111405Q-002 18"Steel Flush Post w/Standard Cap 2"SM 599.00 PlayBooster®Posts PB111405Q-010 18"Steel Flush Post w/Tear Cap 2"SM 599.00 PlayBooster®Posts PB111405Q-012 18"Steel Flush Post w/Turtle Cap 2"SM 599.00 PlayBooster®Posts PB179595R-001 180"Steel Post For Vibe Roof DB 599.00 PlayBooster®Posts PB111403A-001 182"Alum Post For Roof DB 594.00 PlayBooster®Posts PB176762A-001 182"Steel Post 60"Bury for CoolToppers on Hex Deck Custom 562.00 PlayBooster®Posts PB111404Z-001 182"Steel Post DB 44" Bury 625.00 PlayBooster®Posts PB111403K-001 182"Steel Post For Roof DB 562.00 PlayBooster®Posts PB179595Q-001 188"Steel Post For Vibe Roof DB 615.00 Freestanding Play Shade IP159881B-001 18x18 Shade Pyramid 10'Roof Height 60"Bury 9,251.00 Freestanding Play Shade IP159881C-001 18x18 Shade Pyramid 12'Roof Height 60"Bury 9,398.00 Freestanding Play Shade IP159881A-001 18x18 Shade Pyramid 8'Roof Height 60"Bury 9,036.00 PlayBooster®Posts PB173880B-001 190" CoolToppers Wave Post DB Only Steel Only 1,234.00 PlayBooster®Posts PB111403U-001 190"Alum Post For Roof DB 615.00 PlayBooster®Posts PB111403V-001 190"Steel Post For Roof DB 588.00 PlayBooster®Posts PB179595P-001 196"Steel Post For Vibe Roof DB 625.00 Freestanding Play Learning Wall LW184875A-001 2 Benches w/1 End Panel Each 1,218.00 PlayShaper®Enclosures PS116120A-001 2 Benches w/1 End Panel Each 1,218.00 Freestanding Play Swings IP177340A-001 2" Arch Swing Frame 2,447.00 Freestanding Play Swings IP177341A-001 2" Arch Swing Frame Additional Bay 1,413.00 Freestanding Play Swings IP177343A-001 2" Arch Swing Frame Additional Bay Anti-Wrap Hangers 1,633.00 Freestanding Play Swings IP177342A-001 2" Arch Swing Frame Anti-Wrap Hangers 2,620.00 PlayBooster®Overhead Events PB142883A-006 2" C Horizontal Ladder 12"SM 4,085.00 PlayBooster®Overhead Events PB142883A-005 2" C Horizontal Ladder 2"SM 4,085.00 PlayBooster®Overhead Events PB142883A-004 2" C Horizontal Ladder DB 3,712.00 PlayBooster®Overhead Events PB142884A-006 2" S Horizontal Ladder 12"SM 4,085.00 PlayBooster®Overhead Events PB142884A-005 2" S Horizontal Ladder 2"SM 4,085.00 PlayBooster®Overhead Events PB142884A-004 2" S Horizontal Ladder DB 3,712.00 PlayBooster®Overhead Events PB142890A-006 2"90* Horizontal Ladder 12"SM 2,662.00 PlayBooster®Overhead Events PB142890A-005 2"90* Horizontal Ladder 2"SM 2,662.00 PlayBooster®Overhead Events PB142890A-004 2"90* Horizontal Ladder DB 2,547.00 PlayBooster®Overhead Events PB142891A-003 2"Circular Horizontal Ladder 12"SM 4,862.00 PlayBooster®Overhead Events PB142891A-002 2"Circular Horizontal Ladder 2"SM 4,862.00 PlayBooster®Overhead Events PB142891A-001 2"Circular Horizontal Ladder DB 4,657.00 PlayBooster®Overhead Events PB142887A-002 2"Horizontal Ladder 1,581.00 PlayBooster®Overhead Events PB139782A-002 2"Horizontal Ladder 4-5 Years 1,250.00 Freestanding Play Sports & Fitness IP137962A-001 2"Horizontal Ladder Station Alum Posts 3,355.00 Freestanding Play Sports & Fitness IP137962B-001 2"Horizontal Ladder Station Steel Posts 3,156.00 PlayBooster®Overhead Events PB111467A-004 2"S Ring Bridge Left 2,337.00 PlayBooster®Overhead Events PB111467A-003 2"S Ring Bridge Right 2,337.00 PlayBooster®Overhead Events PB111467B-002 2"Straight Ring Bridge 2,053.00 PlayShaper®Posts PS113888F-002 20"Flush Post 12"SM 378.00 PlayBooster®Posts PB154883E-001 201"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,024.00 PlayBooster®Posts PB154883E-002 201"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,024.00 PlayBooster®Posts PB136689A-001 204"Steel Post For CoolToppers Full Sail DB 60" BURY 48"Dk 594.00 PlayBooster®Posts PB179595O-001 204"Steel Post For Vibe Roof DB 646.00 PlayBooster®Posts PB136689B-001 212"Steel Post For CoolToppers Full Sail DB 60" BURY 56"Dk 599.00 PlayBooster®Posts PB179595N-001 212"Steel Post For Vibe Roof DB 662.00 PlayBooster®Posts PB173880A-001 214" CoolToppers Wave Post DB Only Steel Only 1,271.00 PlayBooster®Posts PB136689C-001 220"Steel Post For CoolToppers Full Sail DB 60" BURY 64"Dk 620.00 PlayBooster®Posts PB136689C-002 220"Steel Post For CoolToppers Full Sail DB 60" BURY 72"Dk 620.00 PlayBooster®Posts PB179595M-001 220"Steel Post For Vibe Roof DB 678.00 PlayBooster®Posts PB154883D-001 221"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,056.00 PlayBooster®Posts PB154883D-002 221"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,056.00 PlayBooster®Posts PB154883C-001 233"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,234.00 PlayBooster®Posts PB154883C-002 233"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,234.00 PlayShaper®Tunnels PS118097A-006 24"Crawl Tunnel C Shape Above Deck w/o Incline 2"SM 16"Dk 4,930.00 PlayShaper®Tunnels PS118097A-008 24"Crawl Tunnel C Shape Above Deck w/o Incline 2"SM 24"Dk 4,930.00 PlayShaper®Tunnels PS118097A-010 24"Crawl Tunnel C Shape Above Deck w/o Incline 2"SM 32"Dk 4,930.00 PlayShaper®Tunnels PS118097A-012 24"Crawl Tunnel C Shape Above Deck w/o Incline 2"SM 40"Dk 4,930.00 PlayShaper®Tunnels PS118097A-014 24"Crawl Tunnel C Shape Above Deck w/o Incline 2"SM 48"Dk 4,930.00 PlayShaper®Tunnels PS118097A-004 24"Crawl Tunnel C Shape Above Deck w/o Incline 2"SM 8"Dk 4,930.00 PlayShaper®Tunnels PS118097A-016 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 12"Dk 4,846.00 PlayShaper®Tunnels PS118097A-005 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 16"Dk 4,846.00 PlayShaper®Tunnels PS118097A-017 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 18"Dk 4,846.00 PlayShaper®Tunnels PS118097A-007 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 24"Dk 4,846.00 PlayShaper®Tunnels PS118097A-018 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 30"Dk 4,846.00 PlayShaper®Tunnels PS118097A-009 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 32"Dk 4,846.00 PlayShaper®Tunnels PS118097A-019 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 36"Dk 4,846.00 PlayShaper®Tunnels PS118097A-011 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 40"Dk 4,846.00 PlayShaper®Tunnels PS118097A-013 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 48"Dk 4,846.00 PlayShaper®Tunnels PS118097A-015 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 6"Dk 4,846.00 PlayShaper®Tunnels PS118097A-003 24"Crawl Tunnel C Shape Above Deck w/o Incline DB 8"Dk 4,846.00 PlayShaper®Tunnels PS118097A-002 24"Crawl Tunnel C Shape Ground Level w/o Incline 2"SM 4,930.00 PlayShaper®Tunnels PS118097A-001 24"Crawl Tunnel C Shape Ground Level w/o Incline DB 4,846.00 PlayShaper®Tunnels PS118098A-003 24"Crawl Tunnel C Shape w/Incline 12"SM 16"Dk 4,930.00 PlayShaper®Tunnels PS118098A-006 24"Crawl Tunnel C Shape w/Incline 12"SM 24"Dk 4,930.00 PlayShaper®Tunnels PS118098A-009 24"Crawl Tunnel C Shape w/Incline 12"SM 32"Dk 4,930.00 PlayShaper®Tunnels PS118098A-012 24"Crawl Tunnel C Shape w/Incline 12"SM 40"Dk 4,930.00 PlayShaper®Tunnels PS118098A-015 24"Crawl Tunnel C Shape w/Incline 12"SM 48"Dk 4,930.00 PlayShaper®Tunnels PS118098A-002 24"Crawl Tunnel C Shape w/Incline 2"SM 16"Dk 4,930.00 PlayShaper®Tunnels PS118098A-005 24"Crawl Tunnel C Shape w/Incline 2"SM 24"Dk 4,930.00 PlayShaper®Tunnels PS118098A-008 24"Crawl Tunnel C Shape w/Incline 2"SM 32"Dk 4,930.00 PlayShaper®Tunnels PS118098A-011 24"Crawl Tunnel C Shape w/Incline 2"SM 40"Dk 4,930.00 PlayShaper®Tunnels PS118098A-014 24"Crawl Tunnel C Shape w/Incline 2"SM 48"Dk 4,930.00 PlayShaper®Tunnels PS118098A-001 24"Crawl Tunnel C Shape w/Incline DB 16"Dk 4,846.00 PlayShaper®Tunnels PS118098A-004 24"Crawl Tunnel C Shape w/Incline DB 24"Dk 4,846.00 PlayShaper®Tunnels PS118098A-007 24"Crawl Tunnel C Shape w/Incline DB 32"Dk 4,846.00 PlayShaper®Tunnels PS118098A-010 24"Crawl Tunnel C Shape w/Incline DB 40"Dk 4,846.00 PlayShaper®Tunnels PS118098A-013 24"Crawl Tunnel C Shape w/Incline DB 48"Dk 4,846.00 PlayShaper®Tunnels PS118097B-014 24"Crawl Tunnel S Shape Above Deck w/o Incline 2"SM 4,930.00 PlayShaper®Tunnels PS118097B-006 24"Crawl Tunnel S Shape Above Deck w/o Incline 2"SM 16"Dk 4,930.00 PlayShaper®Tunnels PS118097B-008 24"Crawl Tunnel S Shape Above Deck w/o Incline 2"SM 24"Dk 4,930.00 PlayShaper®Tunnels PS118097B-010 24"Crawl Tunnel S Shape Above Deck w/o Incline 2"SM 32"Dk 4,930.00 PlayShaper®Tunnels PS118097B-012 24"Crawl Tunnel S Shape Above Deck w/o Incline 2"SM 40"Dk 4,930.00 PlayShaper®Tunnels PS118097B-004 24"Crawl Tunnel S Shape Above Deck w/o Incline 2"SM 8"Dk 4,930.00 PlayShaper®Tunnels PS118097B-016 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 12"Dk 4,846.00 PlayShaper®Tunnels PS118097B-005 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 16"Dk 4,846.00 PlayShaper®Tunnels PS118097B-017 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 18"Dk 4,846.00 PlayShaper®Tunnels PS118097B-007 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 24"Dk 4,846.00 PlayShaper®Tunnels PS118097B-018 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 30"Dk 4,846.00 PlayShaper®Tunnels PS118097B-009 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 32"Dk 4,846.00 PlayShaper®Tunnels PS118097B-019 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 36"Dk 4,846.00 PlayShaper®Tunnels PS118097B-011 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 40"Dk 4,846.00 PlayShaper®Tunnels PS118097B-013 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 48"Dk 4,846.00 PlayShaper®Tunnels PS118097B-015 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 6"Dk 4,846.00 PlayShaper®Tunnels PS118097B-003 24"Crawl Tunnel S Shape Above Deck w/o Incline DB 8"Dk 4,846.00 PlayShaper®Tunnels PS118097B-002 24"Crawl Tunnel S Shape Ground Level w/o Incline 2"SM 4,930.00 PlayShaper®Tunnels PS118097B-001 24"Crawl Tunnel S Shape Ground Level w/o Incline DB 4,846.00 PlayShaper®Tunnels PS118098B-003 24"Crawl Tunnel S Shape w/Incline 12"SM 16"Dk 4,930.00 PlayShaper®Tunnels PS118098B-006 24"Crawl Tunnel S Shape w/Incline 12"SM 24"Dk 4,930.00 PlayShaper®Tunnels PS118098B-009 24"Crawl Tunnel S Shape w/Incline 12"SM 32"Dk 4,930.00 PlayShaper®Tunnels PS118098B-012 24"Crawl Tunnel S Shape w/Incline 12"SM 40"Dk 4,930.00 PlayShaper®Tunnels PS118098B-015 24"Crawl Tunnel S Shape w/Incline 12"SM 48"Dk 4,930.00 PlayShaper®Tunnels PS118098B-002 24"Crawl Tunnel S Shape w/Incline 2"SM 16"Dk 4,930.00 PlayShaper®Tunnels PS118098B-005 24"Crawl Tunnel S Shape w/Incline 2"SM 24"Dk 4,930.00 PlayShaper®Tunnels PS118098B-008 24"Crawl Tunnel S Shape w/Incline 2"SM 32"Dk 4,930.00 PlayShaper®Tunnels PS118098B-011 24"Crawl Tunnel S Shape w/Incline 2"SM 40"Dk 4,930.00 PlayShaper®Tunnels PS118098B-014 24"Crawl Tunnel S Shape w/Incline 2"SM 48"Dk 4,930.00 PlayShaper®Tunnels PS118098B-001 24"Crawl Tunnel S Shape w/Incline DB 16"Dk 4,846.00 PlayShaper®Tunnels PS118098B-004 24"Crawl Tunnel S Shape w/Incline DB 24"Dk 4,846.00 PlayShaper®Tunnels PS118098B-007 24"Crawl Tunnel S Shape w/Incline DB 32"Dk 4,846.00 PlayShaper®Tunnels PS118098B-010 24"Crawl Tunnel S Shape w/Incline DB 40"Dk 4,846.00 PlayShaper®Tunnels PS118098B-013 24"Crawl Tunnel S Shape w/Incline DB 48"Dk 4,846.00 PlayBooster®Posts PB154883B-001 249"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,260.00 PlayBooster®Posts PB154883B-002 249"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,260.00 Freestanding Play Shade IP159882B-001 24x24 Shade Pyramid 10'Roof Height 60"Bury 11,535.00 Freestanding Play Shade IP159882C-001 24x24 Shade Pyramid 12'Roof Height 60"Bury 12,081.00 Freestanding Play Shade IP159882A-001 24x24 Shade Pyramid 8'Roof Height 60"Bury 11,346.00 PlayBooster®Posts PB111405G-008 26"Alum Flush Post w/D Shaped Cap 2"SM 672.00 PlayBooster®Posts PB111405G-006 26"Alum Flush Post w/Oval Cap 2"SM 672.00 PlayBooster®Posts PB111405G-004 26"Alum Flush Post w/Round Cap 2"SM 672.00 PlayBooster®Posts PB111405G-002 26"Alum Flush Post w/Standard Cap 2"SM 672.00 PlayBooster®Posts PB111405G-010 26"Alum Flush Post w/Tear Cap 2"SM 672.00 PlayBooster®Posts PB111405G-012 26"Alum Flush Post w/Turtle Cap 2"SM 672.00 PlayShaper®Posts PS113888D-001 26"Flush Post 2"SM 399.00 PlayBooster®Posts PB111405P-008 26"Steel Flush Post w/D Shaped Cap 2"SM 620.00 PlayBooster®Posts PB111405P-006 26"Steel Flush Post w/Oval Cap 2"SM 620.00 PlayBooster®Posts PB111405P-004 26"Steel Flush Post w/Round Cap 2"SM 620.00 PlayBooster®Posts PB111405P-002 26"Steel Flush Post w/Standard Cap 2"SM 620.00 PlayBooster®Posts PB111405P-010 26"Steel Flush Post w/Tear Cap 2"SM 620.00 PlayBooster®Posts PB111405P-012 26"Steel Flush Post w/Turtle Cap 2"SM 620.00 PlayBooster®Posts PB154883A-001 265"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,323.00 PlayBooster®Posts PB154883A-002 265"Steel Post (60" Bury) For CoolTopper Single Post Pyramid Roof1,323.00 PlayShaper®Tunnels PS128953A-002 28" Crawl Tunnel 28" w/1 View Above Deck 2,599.00 PlayShaper®Tunnels PS128953A-004 28" Crawl Tunnel 28" w/1 View Ground Level 2,599.00 PlayShaper®Tunnels PS128953A-001 28" Crawl Tunnel 28" w/o View Above Deck 2,142.00 PlayShaper®Tunnels PS128953A-003 28" Crawl Tunnel 28" w/o View Ground Level 2,142.00 Freestanding Play Sensory Play LW184884A-002 28" Crawl Tunnel w/1 View 2,599.00 Freestanding Play Sensory Play LW184884A-001 28" Crawl Tunnel w/o View 2,142.00 PlayShaper®Posts PS113888E-002 28"Flush Post 12"SM 394.00 Freestanding Play Shade IP159883B-001 28x28 Shade Pyramid 10'Roof Height 60"Bury 14,737.00 Freestanding Play Shade IP159883C-001 28x28 Shade Pyramid 12'Roof Height 60"Bury 15,036.00 Freestanding Play Shade IP159883A-001 28x28 Shade Pyramid 8'Roof Height 60"Bury 14,175.00 Freestanding Play Surfacing IP100626A-001 30" Galvanized Stake 19.00 PlayBooster®Tunnels PB142892A-001 30"Dia 90*Crawl Tunnel Above Deck 4,515.00 PlayBooster®Tunnels PB142892B-002 30"Dia 90*Crawl Tunnel Ground Level 4,962.00 PlayBooster®Tunnels PB126204A-003 30"Dia Crawl Tunnel 32" w/1 View Above Deck 3,523.00 PlayBooster®Tunnels PB126204A-004 30"Dia Crawl Tunnel 32" w/1 View Ground Level 4,006.00 PlayBooster®Tunnels PB126204A-001 30"Dia Crawl Tunnel 32" w/o View Above Deck 2,820.00 PlayBooster®Tunnels PB126204A-002 30"Dia Crawl Tunnel 32" w/o View Ground Level 3,282.00 PlayBooster®Tunnels PB126204B-003 30"Dia Crawl Tunnel 64" w/1 View Above Deck 4,484.00 PlayBooster®Tunnels PB126204B-004 30"Dia Crawl Tunnel 64" w/1 View Ground Level 4,935.00 PlayBooster®Tunnels PB126204B-005 30"Dia Crawl Tunnel 64" w/2 View Above Deck 5,187.00 PlayBooster®Tunnels PB126204B-006 30"Dia Crawl Tunnel 64" w/2 View Ground Level 5,660.00 PlayBooster®Tunnels PB126204B-001 30"Dia Crawl Tunnel 64" w/o View Above Deck 3,749.00 PlayBooster®Tunnels PB126204B-002 30"Dia Crawl Tunnel 64" w/o View Ground Level 4,227.00 PlayBooster®Slides PB126368C-004 30"Dia El Tunnel Slide w/1 View 56"Dk 2"SM 5,471.00 PlayBooster®Slides PB126368C-003 30"Dia El Tunnel Slide w/1 View 56"Dk DB 5,576.00 PlayBooster®Slides PB126368D-004 30"Dia El Tunnel Slide w/1 View 64"Dk 2"SM 6,085.00 PlayBooster®Slides PB126368D-003 30"Dia El Tunnel Slide w/1 View 64"Dk DB 6,159.00 PlayBooster®Slides PB126368E-004 30"Dia El Tunnel Slide w/1 View 72"Dk 2"SM 6,369.00 PlayBooster®Slides PB126368E-003 30"Dia El Tunnel Slide w/1 View 72"Dk DB 6,426.00 PlayBooster®Slides PB126368F-002 30"Dia El Tunnel Slide w/1 View 96"Dk DB Only 8,364.00 PlayBooster®Slides PB126368E-006 30"Dia El Tunnel Slide w/2 View 72"Dk 2"SM 7,072.00 PlayBooster®Slides PB126368E-005 30"Dia El Tunnel Slide w/2 View 72"Dk DB 7,156.00 PlayBooster®Slides PB126368F-003 30"Dia El Tunnel Slide w/2 View 96"Dk DB Only 9,109.00 PlayBooster®Slides PB126368F-004 30"Dia El Tunnel Slide w/3 View 96"Dk DB Only 9,813.00 PlayBooster®Slides PB126368A-002 30"Dia El Tunnel Slide w/o View 40"Dk 2"SM 3,922.00 PlayBooster®Slides PB126368A-001 30"Dia El Tunnel Slide w/o View 40"Dk DB 3,985.00 PlayBooster®Slides PB126368B-002 30"Dia El Tunnel Slide w/o View 48"Dk 2"SM 4,494.00 PlayBooster®Slides PB126368B-001 30"Dia El Tunnel Slide w/o View 48"Dk DB 4,557.00 PlayBooster®Slides PB126368C-002 30"Dia El Tunnel Slide w/o View 56"Dk 2"SM 4,783.00 PlayBooster®Slides PB126368C-001 30"Dia El Tunnel Slide w/o View 56"Dk DB 4,851.00 PlayBooster®Slides PB126368D-002 30"Dia El Tunnel Slide w/o View 64"Dk 2"SM 5,371.00 PlayBooster®Slides PB126368D-001 30"Dia El Tunnel Slide w/o View 64"Dk DB 5,445.00 PlayBooster®Slides PB126368E-002 30"Dia El Tunnel Slide w/o View 72"Dk 2"SM 5,644.00 PlayBooster®Slides PB126368E-001 30"Dia El Tunnel Slide w/o View 72"Dk DB 5,723.00 PlayBooster®Slides PB126368F-001 30"Dia El Tunnel Slide w/o View 96"Dk DB Only 7,671.00 PlayBooster®Slides PB126367B-006 30"Dia Tunnel Slide w/1 View 40"Dk 2"SM 4,326.00 PlayBooster®Slides PB126367B-005 30"Dia Tunnel Slide w/1 View 40"Dk DB 4,416.00 PlayBooster®Slides PB126367C-004 30"Dia Tunnel Slide w/1 View 48"Dk 2"SM 4,909.00 PlayBooster®Slides PB126367C-003 30"Dia Tunnel Slide w/1 View 48"Dk DB 4,972.00 PlayBooster®Slides PB126367D-009 30"Dia Tunnel Slide w/1 View 56"Dk 2"SM 5,140.00 PlayBooster®Slides PB126367D-004 30"Dia Tunnel Slide w/1 View 56"Dk DB 5,208.00 PlayBooster®Slides PB126367E-004 30"Dia Tunnel Slide w/1 View 64"Dk 2"SM 5,712.00 PlayBooster®Slides PB126367E-003 30"Dia Tunnel Slide w/1 View 64"Dk DB 5,791.00 PlayBooster®Slides PB126367F-004 30"Dia Tunnel Slide w/1 View 72"Dk 2"SM 5,912.00 PlayBooster®Slides PB126367F-003 30"Dia Tunnel Slide w/1 View 72"Dk DB 5,985.00 PlayBooster®Slides PB126367G-002 30"Dia Tunnel Slide w/1 View 96"Dk DB Only 7,671.00 PlayBooster®Slides PB126367D-006 30"Dia Tunnel Slide w/2 View 56"Dk 2"SM 5,849.00 PlayBooster®Slides PB126367D-005 30"Dia Tunnel Slide w/2 View 56"Dk DB 5,949.00 PlayBooster®Slides PB126367E-008 30"Dia Tunnel Slide w/2 View 64"Dk 2"SM 6,411.00 PlayBooster®Slides PB126367E-005 30"Dia Tunnel Slide w/2 View 64"Dk DB 6,516.00 PlayBooster®Slides PB126367F-006 30"Dia Tunnel Slide w/2 View 72"Dk 2"SM 6,636.00 PlayBooster®Slides PB126367F-005 30"Dia Tunnel Slide w/2 View 72"Dk DB 6,699.00 PlayBooster®Slides PB126367G-003 30"Dia Tunnel Slide w/2 View 96"Dk DB Only 8,364.00 PlayBooster®Slides PB126367F-008 30"Dia Tunnel Slide w/3 View 72"Dk 2"SM 7,345.00 PlayBooster®Slides PB126367F-007 30"Dia Tunnel Slide w/3 View 72"Dk DB 7,408.00 PlayBooster®Slides PB126367G-004 30"Dia Tunnel Slide w/3 View 96"Dk DB Only 9,109.00 PlayBooster®Slides PB126367G-005 30"Dia Tunnel Slide w/4 View 96"Dk DB Only 9,813.00 PlayBooster®Slides PB126367A-002 30"Dia Tunnel Slide w/o View 32"Dk 2"SM 3,397.00 PlayBooster®Slides PB126367A-001 30"Dia Tunnel Slide w/o View 32"Dk DB 3,450.00 PlayBooster®Slides PB126367B-002 30"Dia Tunnel Slide w/o View 40"Dk 2"SM 3,623.00 PlayBooster®Slides PB126367B-001 30"Dia Tunnel Slide w/o View 40"Dk DB 3,712.00 PlayBooster®Slides PB126367C-002 30"Dia Tunnel Slide w/o View 48"Dk 2"SM 4,206.00 PlayBooster®Slides PB126367C-001 30"Dia Tunnel Slide w/o View 48"Dk DB 4,263.00 PlayBooster®Slides PB126367D-002 30"Dia Tunnel Slide w/o View 56"Dk 2"SM 4,421.00 PlayBooster®Slides PB126367D-001 30"Dia Tunnel Slide w/o View 56"Dk DB 4,515.00 PlayBooster®Slides PB126367E-002 30"Dia Tunnel Slide w/o View 64"Dk 2"SM 4,972.00 PlayBooster®Slides PB126367E-001 30"Dia Tunnel Slide w/o View 64"Dk DB 5,088.00 PlayBooster®Slides PB126367F-002 30"Dia Tunnel Slide w/o View 72"Dk 2"SM 5,198.00 PlayBooster®Slides PB126367F-001 30"Dia Tunnel Slide w/o View 72"Dk DB 5,256.00 PlayBooster®Slides PB126367G-001 30"Dia Tunnel Slide w/o View 96"Dk DB Only 6,946.00 PlayBooster®Posts PB154883F-001 301"Steel Post (72" Bury) For CoolTopper Single Post Pyramid Roof1,722.00 Freestanding Play Shade IP159873A-001 30x30 Shade Pyramid 45"Bury 17,163.00 PlayBooster®Posts PB111405F-008 34"Alum Flush Post w/D Shaped Cap 2"SM 688.00 PlayBooster®Posts PB111405F-006 34"Alum Flush Post w/Oval Cap 2"SM 688.00 PlayBooster®Posts PB111405F-004 34"Alum Flush Post w/Round Cap 2"SM 688.00 PlayBooster®Posts PB111405F-002 34"Alum Flush Post w/Standard Cap 2"SM 688.00 PlayBooster®Posts PB111405F-010 34"Alum Flush Post w/Tear Cap 2"SM 688.00 PlayBooster®Posts PB111405F-012 34"Alum Flush Post w/Turtle Cap 2"SM 688.00 PlayShaper®Posts PS113888C-001 34"Flush Post 2"SM 415.00 PlayBooster®Posts PB111405O-008 34"Steel Flush Post w/D Shaped Cap 2"SM 625.00 PlayBooster®Posts PB111405O-006 34"Steel Flush Post w/Oval Cap 2"SM 625.00 PlayBooster®Posts PB111405O-004 34"Steel Flush Post w/Round Cap 2"SM 625.00 PlayBooster®Posts PB111405O-002 34"Steel Flush Post w/Standard Cap 2"SM 625.00 PlayBooster®Posts PB111405O-010 34"Steel Flush Post w/Tear Cap 2"SM 625.00 PlayBooster®Posts PB111405O-012 34"Steel Flush Post w/Turtle Cap 2"SM 625.00 PlayShaper®Posts PS113888D-002 36"Flush Post 12"SM 399.00 PlayShaper®Posts PS113890H-001 37"Arch Post 2"SM - PlayShaper®Posts PS113885H-001 37"Post 2"SM 399.00 PlayBooster®Decks PB188857A-001 3-sided Extension Deck 2,667.00 PlayShaper®Posts PS111398G-001 40"Flush Post DB 326.00 Freestanding Play Slides & Gliders IP100046A-002 40"Poly Slide 2"SM 6,752.00 Freestanding Play Slides & Gliders IP100046A-001 40"Poly Slide DB 6,332.00 PlayShaper®Posts PS113885J-001 40"Post 2"SM 415.00 PlayBooster®Posts PB111405E-008 42"Alum Flush Post w/D Shaped Cap 2"SM 699.00 PlayBooster®Posts PB111405I-007 42"Alum Flush Post w/D Shaped Cap DB 536.00 PlayBooster®Posts PB111405E-006 42"Alum Flush Post w/Oval Cap 2"SM 699.00 PlayBooster®Posts PB111405I-005 42"Alum Flush Post w/Oval Cap DB 536.00 PlayBooster®Posts PB111405E-004 42"Alum Flush Post w/Round Cap 2"SM 699.00 PlayBooster®Posts PB111405I-003 42"Alum Flush Post w/Round Cap DB 536.00 PlayBooster®Posts PB111405E-002 42"Alum Flush Post w/Standard Cap 2"SM 699.00 PlayBooster®Posts PB111405I-001 42"Alum Flush Post w/Standard Cap DB 536.00 PlayBooster®Posts PB111405E-010 42"Alum Flush Post w/Tear Cap 2"SM 699.00 PlayBooster®Posts PB111405I-009 42"Alum Flush Post w/Tear Cap DB 536.00 PlayBooster®Posts PB111405E-012 42"Alum Flush Post w/Turtle Cap 2"SM 699.00 PlayBooster®Posts PB111405I-011 42"Alum Flush Post w/Turtle Cap DB 536.00 PlayShaper®Posts PS113890G-001 42"Arch Post 2"SM - PlayShaper®Posts PS113888B-001 42"Flush Post 2"SM 478.00 PlayShaper®Posts PS111398F-001 42"Flush Post DB 326.00 PlayShaper®Posts PS113885G-001 42"Post 2"SM 415.00 PlayBooster®Posts PB111405N-008 42"Steel Flush Post w/D Shaped Cap 2"SM 646.00 PlayBooster®Posts PB111405R-007 42"Steel Flush Post w/D Shaped Cap DB 504.00 PlayBooster®Posts PB111405N-006 42"Steel Flush Post w/Oval Cap 2"SM 646.00 PlayBooster®Posts PB111405R-005 42"Steel Flush Post w/Oval Cap DB 504.00 PlayBooster®Posts PB111405N-004 42"Steel Flush Post w/Round Cap 2"SM 646.00 PlayBooster®Posts PB111405R-003 42"Steel Flush Post w/Round Cap DB 504.00 PlayBooster®Posts PB111405N-002 42"Steel Flush Post w/Standard Cap 2"SM 646.00 PlayBooster®Posts PB111405R-001 42"Steel Flush Post w/Standard Cap DB 504.00 PlayBooster®Posts PB111405N-010 42"Steel Flush Post w/Tear Cap 2"SM 646.00 PlayBooster®Posts PB111405R-009 42"Steel Flush Post w/Tear Cap DB 504.00 PlayBooster®Posts PB111405N-012 42"Steel Flush Post w/Turtle Cap 2"SM 646.00 PlayBooster®Posts PB111405R-011 42"Steel Flush Post w/Turtle Cap DB 504.00 PlayBooster®Posts PB111404J-002 44"Alum Post 2"SM 504.00 PlayShaper®Posts PS113888C-002 44"Flush Post 12"SM 415.00 PlayBooster®Posts PB111404V-002 44"Steel Post 2"SM 447.00 PlayShaper®Posts PS111398H-001 46"Flush Post DB 336.00 PlayShaper®Posts PS113885K-001 46"Post 2"SM 478.00 PlayShaper®Posts PS113890H-002 47"Arch Post 12"SM - PlayShaper®Posts PS113885H-002 47"Post 12"SM 399.00 Freestanding Play Site Furnishings IP111640A-001 5' Contour Poly Bench w/Back No Armrests 2"SM 1,539.00 Freestanding Play Site Furnishings IP111640C-001 5' Contour Poly Bench w/Back No Armrests DB 1,323.00 Freestanding Play Site Furnishings IP111640J-001 5' Contour Poly Bench w/Back One Armrest 2"SM 1,717.00 Freestanding Play Site Furnishings IP111640I-001 5' Contour Poly Bench w/Back One Armrest DB 1,481.00 Freestanding Play Site Furnishings IP111640N-001 5' Contour Poly Bench w/Back Three Armrests 2"SM 2,043.00 Freestanding Play Site Furnishings IP111640M-001 5' Contour Poly Bench w/Back Three Armrests DB 1,812.00 Freestanding Play Site Furnishings IP111640L-001 5' Contour Poly Bench w/Back Two Armrests 2"SM 1,885.00 Freestanding Play Site Furnishings IP111640K-001 5' Contour Poly Bench w/Back Two Armrests DB 1,654.00 Freestanding Play Site Furnishings IP111640B-001 5' Contour Poly Bench w/o Back 2"SM 699.00 Freestanding Play Site Furnishings IP111640D-001 5' Contour Poly Bench w/o Back DB 688.00 Freestanding Play Swings IP221292A-001 5" Arch Swing Frame 8' Beam Height Only 3,849.00 Freestanding Play Swings IP221293A-001 5" Arch Swing Frame Additional Bay 8' Beam Height Only 2,342.00 Freestanding Play IP100686A-001 5/16 Hex Bit 2.00 PlayBooster®PB100686A-001 5/16 Hex Bit 2.00 PlayShaper®PS100686A-001 5/16 Hex Bit 2.00 Freestanding Play IP100685A-001 5/16 Hex Key 4.00 PlayBooster®PB100685A-001 5/16 Hex Key 4.00 PlayShaper®PS100685A-001 5/16 Hex Key 4.00 PlayBooster®Posts PB111405D-008 50"Alum Flush Post w/D Shaped Cap 2"SM 741.00 PlayBooster®Posts PB111405H-007 50"Alum Flush Post w/D Shaped Cap DB 552.00 PlayBooster®Posts PB111405D-006 50"Alum Flush Post w/Oval Cap 2"SM 741.00 PlayBooster®Posts PB111405H-005 50"Alum Flush Post w/Oval Cap DB 552.00 PlayBooster®Posts PB111405D-004 50"Alum Flush Post w/Round Cap 2"SM 741.00 PlayBooster®Posts PB111405H-003 50"Alum Flush Post w/Round Cap DB 552.00 PlayBooster®Posts PB111405D-002 50"Alum Flush Post w/Standard Cap 2"SM 741.00 PlayBooster®Posts PB111405H-001 50"Alum Flush Post w/Standard Cap DB 552.00 PlayBooster®Posts PB111405D-010 50"Alum Flush Post w/Tear Cap 2"SM 741.00 PlayBooster®Posts PB111405H-009 50"Alum Flush Post w/Tear Cap DB 552.00 PlayBooster®Posts PB111405D-012 50"Alum Flush Post w/Turtle Cap 2"SM 741.00 PlayBooster®Posts PB111405H-011 50"Alum Flush Post w/Turtle Cap DB 552.00 PlayShaper®Posts PS113890F-001 50"Arch Post 2"SM - PlayShaper®Posts PS113888A-001 50"Flush Post 2"SM 499.00 PlayShaper®Posts PS111398E-001 50"Flush Post DB 336.00 PlayShaper®Posts PS113885J-002 50"Post 12"SM 415.00 PlayShaper®Posts PS113885F-001 50"Post 2"SM 478.00 PlayBooster®Posts PB111405M-008 50"Steel Flush Post w/D Shaped Cap 2"SM 657.00 PlayBooster®Posts PB111405Q-007 50"Steel Flush Post w/D Shaped Cap DB 510.00 PlayBooster®Posts PB111405M-006 50"Steel Flush Post w/Oval Cap 2"SM 657.00 PlayBooster®Posts PB111405Q-005 50"Steel Flush Post w/Oval Cap DB 510.00 PlayBooster®Posts PB111405M-004 50"Steel Flush Post w/Round Cap 2"SM 657.00 PlayBooster®Posts PB111405Q-003 50"Steel Flush Post w/Round Cap DB 510.00 PlayBooster®Posts PB111405M-002 50"Steel Flush Post w/Standard Cap 2"SM 657.00 PlayBooster®Posts PB111405Q-001 50"Steel Flush Post w/Standard Cap DB 510.00 PlayBooster®Posts PB111405M-010 50"Steel Flush Post w/Tear Cap 2"SM 657.00 PlayBooster®Posts PB111405Q-009 50"Steel Flush Post w/Tear Cap DB 510.00 PlayBooster®Posts PB111405M-012 50"Steel Flush Post w/Turtle Cap 2"SM 657.00 PlayBooster®Posts PB111405Q-011 50"Steel Flush Post w/Turtle Cap DB 510.00 Freestanding Play Swings IP177328A-001 5000 Series Swing Frame 10' Beam Height Anti-Wrap Hangers Galvanized Legs1,896.00 Freestanding Play Swings IP177328B-001 5000 Series Swing Frame 10' Beam Height Anti-Wrap Hangers Painted Legs2,153.00 Freestanding Play Swings IP177325A-001 5000 Series Swing Frame 10' Height Additional Bay Galvanized Legs856.00 Freestanding Play Swings IP177325B-001 5000 Series Swing Frame 10' Height Additional Bay Painted Legs 930.00 Freestanding Play Swings IP177324A-001 5000 Series Swing Frame 10' Height Galvanized Legs 1,712.00 Freestanding Play Swings IP177324B-001 5000 Series Swing Frame 10' Height Painted Legs 1,959.00 Freestanding Play Swings IP177326A-001 5000 Series Swing Frame 8' Beam Height Anti-Wrap Hangers Galvanized Legs1,827.00 Freestanding Play Swings IP177326B-001 5000 Series Swing Frame 8' Beam Height Anti-Wrap Hangers Painted Legs2,064.00 Freestanding Play Swings IP174011A-001 5000 Series Swing Frame 8' Beam Height Galvanized Legs 1,649.00 Freestanding Play Swings IP174011B-001 5000 Series Swing Frame 8' Beam Height Painted Legs 1,896.00 Freestanding Play Swings IP177329A-001 5000 Series Swing Frame Additional Bay 10' Beam Height Anti-Wrap Hangers Galvanized Legs1,061.00 Freestanding Play Swings IP177329B-001 5000 Series Swing Frame Additional Bay 10' Beam Height Anti-Wrap Hangers Painted Legs1,134.00 Freestanding Play Swings IP177327A-001 5000 Series Swing Frame Additional Bay 8' Beam Height Anti-Wrap Hangers Galvanized Legs1,008.00 Freestanding Play Swings IP177327B-001 5000 Series Swing Frame Additional Bay 8' Beam Height Anti-Wrap Hangers Painted Legs1,092.00 Freestanding Play Swings IP177323A-001 5000 Series Swing Frame Additional Bay 8' Beam Height Galvanized Legs835.00 Freestanding Play Swings IP177323B-001 5000 Series Swing Frame Additional Bay 8' Beam Height Painted Legs903.00 PlayBooster®Posts PB111404I-002 52"Alum Post 2"SM 536.00 PlayShaper®Posts PS113890G-002 52"Arch Post 12"SM - PlayShaper®Posts PS113888B-002 52"Flush Post 12"SM 478.00 PlayShaper®Posts PS111398I-001 52"Flush Post DB 342.00 PlayShaper®Posts PS113885G-002 52"Post 12"SM 415.00 PlayShaper®Posts PS113885L-001 52"Post 2"SM 499.00 PlayBooster®Posts PB111404U-002 52"Steel Post 2"SM 483.00 PlayBooster®Posts PB111404J-003 54"Alum Post 12"SM 504.00 PlayBooster®Posts PB111404V-003 54"Steel Post 12"SM 447.00 PlayShaper®Tunnels PS128953B-002 56" Crawl Tunnel 56" w/1 View Above Deck 3,292.00 PlayShaper®Tunnels PS128953B-005 56" Crawl Tunnel 56" w/1 View Ground Level 3,292.00 PlayShaper®Tunnels PS128953B-003 56" Crawl Tunnel 56" w/2 View Above Deck 3,775.00 PlayShaper®Tunnels PS128953B-006 56" Crawl Tunnel 56" w/2 View Ground Level 3,775.00 PlayShaper®Tunnels PS128953B-001 56" Crawl Tunnel 56" w/o View Above Deck 2,799.00 PlayShaper®Tunnels PS128953B-004 56" Crawl Tunnel 56" w/o View Ground Level 2,799.00 Freestanding Play Sensory Play LW184884B-002 56" Crawl Tunnel w/1 View 3,292.00 Freestanding Play Sensory Play LW184884B-003 56" Crawl Tunnel w/2 View 3,775.00 Freestanding Play Sensory Play LW184884B-001 56" Crawl Tunnel w/o View 2,799.00 PlayShaper®Posts PS113885K-002 56"Post 12"SM 478.00 PlayShaper®Posts PS113886H-001 57"Post For Roof 2"SM 415.00 PlayBooster®Posts PB111405C-008 58"Alum Flush Post w/D Shaped Cap 2"SM 746.00 PlayBooster®Posts PB111405G-007 58"Alum Flush Post w/D Shaped Cap DB 557.00 PlayBooster®Posts PB111405C-006 58"Alum Flush Post w/Oval Cap 2"SM 746.00 PlayBooster®Posts PB111405G-005 58"Alum Flush Post w/Oval Cap DB 557.00 PlayBooster®Posts PB111405C-004 58"Alum Flush Post w/Round Cap 2"SM 746.00 PlayBooster®Posts PB111405G-003 58"Alum Flush Post w/Round Cap DB 557.00 PlayBooster®Posts PB111405C-002 58"Alum Flush Post w/Standard Cap 2"SM 746.00 PlayBooster®Posts PB111405G-001 58"Alum Flush Post w/Standard Cap DB 557.00 PlayBooster®Posts PB111405C-010 58"Alum Flush Post w/Tear Cap 2"SM 746.00 PlayBooster®Posts PB111405G-009 58"Alum Flush Post w/Tear Cap DB 557.00 PlayBooster®Posts PB111405C-012 58"Alum Flush Post w/Turtle Cap 2"SM 746.00 PlayBooster®Posts PB111405G-011 58"Alum Flush Post w/Turtle Cap DB 557.00 PlayShaper®Posts PS113890E-001 58"Arch Post 2"SM - PlayShaper®Posts PS111398D-001 58"Flush Post DB 342.00 PlayShaper®Posts PS113885E-001 58"Post 2"SM 499.00 PlayBooster®Posts PB111405L-008 58"Steel Flush Post w/D Shaped Cap 2"SM 672.00 PlayBooster®Posts PB111405P-007 58"Steel Flush Post w/D Shaped Cap DB 531.00 PlayBooster®Posts PB111405L-006 58"Steel Flush Post w/Oval Cap 2"SM 672.00 PlayBooster®Posts PB111405P-005 58"Steel Flush Post w/Oval Cap DB 531.00 PlayBooster®Posts PB111405L-004 58"Steel Flush Post w/Round Cap 2"SM 672.00 PlayBooster®Posts PB111405P-003 58"Steel Flush Post w/Round Cap DB 531.00 PlayBooster®Posts PB111405L-002 58"Steel Flush Post w/Standard Cap 2"SM 672.00 PlayBooster®Posts PB111405P-001 58"Steel Flush Post w/Standard Cap DB 531.00 PlayBooster®Posts PB111405L-010 58"Steel Flush Post w/Tear Cap 2"SM 672.00 PlayBooster®Posts PB111405P-009 58"Steel Flush Post w/Tear Cap DB 531.00 PlayBooster®Posts PB111405L-012 58"Steel Flush Post w/Turtle Cap 2"SM 672.00 PlayBooster®Posts PB111405P-011 58"Steel Flush Post w/Turtle Cap DB 531.00 PlayBooster®Posts PB111404H-002 60"Alum Post 2"SM 552.00 PlayShaper®Posts PS113890F-002 60"Arch Post 12"SM - PlayShaper®Posts PS113888A-002 60"Flush Post 12"SM 499.00 PlayShaper®Posts PS113885F-002 60"Post 12"SM 478.00 PlayBooster®Posts PB111404T-002 60"Steel Post 2"SM 504.00 PlayBooster®Posts PB111404I-003 62"Alum Post 12"SM 536.00 PlayShaper®Posts PS113885L-002 62"Post 12"SM 499.00 PlayBooster®Posts PB111404U-003 62"Steel Post 12"SM 483.00 PlayShaper®Posts PS113886J-001 63"Post For Roof 2"SM 478.00 PlayShaper®Posts PS111398J-001 64"Flush Post DB 347.00 PlayShaper®Posts PS113885M-001 64"Post 2"SM 504.00 PlayShaper®Posts PS113886G-001 65"Post For Roof 2"SM 478.00 PlayBooster®Posts PB111405B-008 66"Alum Flush Post w/D Shaped Cap 2"SM 767.00 PlayBooster®Posts PB111405F-007 66"Alum Flush Post w/D Shaped Cap DB 578.00 PlayBooster®Posts PB111405B-006 66"Alum Flush Post w/Oval Cap 2"SM 767.00 PlayBooster®Posts PB111405F-005 66"Alum Flush Post w/Oval Cap DB 578.00 PlayBooster®Posts PB111405B-004 66"Alum Flush Post w/Round Cap 2"SM 767.00 PlayBooster®Posts PB111405F-003 66"Alum Flush Post w/Round Cap DB 578.00 PlayBooster®Posts PB111405B-002 66"Alum Flush Post w/Standard Cap 2"SM 767.00 PlayBooster®Posts PB111405F-001 66"Alum Flush Post w/Standard Cap DB 578.00 PlayBooster®Posts PB111405B-010 66"Alum Flush Post w/Tear Cap 2"SM 767.00 PlayBooster®Posts PB111405F-009 66"Alum Flush Post w/Tear Cap DB 578.00 PlayBooster®Posts PB111405B-012 66"Alum Flush Post w/Turtle Cap 2"SM 767.00 PlayBooster®Posts PB111405F-011 66"Alum Flush Post w/Turtle Cap DB 578.00 PlayShaper®Posts PS113890D-001 66"Arch Post 2"SM - PlayShaper®Posts PS111398C-001 66"Flush Post DB 347.00 PlayShaper®Posts PS113885D-001 66"Post 2"SM 504.00 PlayBooster®Posts PB111405K-008 66"Steel Flush Post w/D Shaped Cap 2"SM 688.00 PlayBooster®Posts PB111405O-007 66"Steel Flush Post w/D Shaped Cap DB 536.00 PlayBooster®Posts PB111405K-006 66"Steel Flush Post w/Oval Cap 2"SM 688.00 PlayBooster®Posts PB111405O-005 66"Steel Flush Post w/Oval Cap DB 536.00 PlayBooster®Posts PB111405K-004 66"Steel Flush Post w/Round Cap 2"SM 688.00 PlayBooster®Posts PB111405O-003 66"Steel Flush Post w/Round Cap DB 536.00 PlayBooster®Posts PB111405K-002 66"Steel Flush Post w/Standard Cap 2"SM 688.00 PlayBooster®Posts PB111405O-001 66"Steel Flush Post w/Standard Cap DB 536.00 PlayBooster®Posts PB111405K-010 66"Steel Flush Post w/Tear Cap 2"SM 688.00 PlayBooster®Posts PB111405O-009 66"Steel Flush Post w/Tear Cap DB 536.00 PlayBooster®Posts PB111405K-012 66"Steel Flush Post w/Turtle Cap 2"SM 688.00 PlayBooster®Posts PB111405O-011 66"Steel Flush Post w/Turtle Cap DB 536.00 PlayShaper®Posts PS113886H-002 67"Post For Roof 12"SM 415.00 PlayBooster®Posts PB111404G-002 68"Alum Post 2"SM 557.00 PlayShaper®Posts PS113890E-002 68"Arch Post 12"SM - PlayShaper®Posts PS113885E-002 68"Post 12"SM 499.00 PlayBooster®Posts PB111404S-002 68"Steel Post 2"SM 510.00 PlayShaper®Posts PS113606H-001 69"Arch Post DB - PlayShaper®Posts PS111397H-001 69"Post DB 342.00 PlayShaper®Posts PS113886L-001 69"Post For Roof 2"SM 483.00 PlayBooster®PB146007A-001 6-Lobe Bits 2.00 PlayShaper®PS146007A-001 6-Lobe Bits 2.00 PlayBooster®PB146017A-001 6-Lobe Keys 4.00 PlayShaper®PS146017A-001 6-Lobe Keys 4.00 PlayBooster®Posts PB111404H-003 70"Alum Post 12"SM 552.00 PlayShaper®Posts PS111398K-001 70"Flush Post DB 363.00 PlayShaper®Posts PS113885N-001 70"Post 2"SM 515.00 PlayBooster®Posts PB111404T-003 70"Steel Post 12"SM 504.00 Freestanding Play Site Furnishings IP141683B-001 72" TenderTuff Bench w/Back No Armrests 2"SM 840.00 Freestanding Play Site Furnishings IP141683A-001 72" TenderTuff Bench w/Back No Armrests DB 830.00 Freestanding Play Site Furnishings IP141683J-001 72" TenderTuff Bench w/Back One Armrest 2"SM 1,008.00 Freestanding Play Site Furnishings IP141683I-001 72" TenderTuff Bench w/Back One Armrest DB 972.00 Freestanding Play Site Furnishings IP141683N-001 72" TenderTuff Bench w/Back Three Armrests 2"SM 1,334.00 Freestanding Play Site Furnishings IP141683M-001 72" TenderTuff Bench w/Back Three Armrests DB 1,318.00 Freestanding Play Site Furnishings IP141683L-001 72" TenderTuff Bench w/Back Two Armrests 2"SM 1,161.00 Freestanding Play Site Furnishings IP141683K-001 72" TenderTuff Bench w/Back Two Armrests DB 1,140.00 Freestanding Play Site Furnishings IP141683D-001 72" TenderTuff Bench w/o Back 2"SM 536.00 Freestanding Play Site Furnishings IP141683C-001 72" TenderTuff Bench w/o Back DB 499.00 PlayShaper®Posts PS113606J-001 72"Arch Post DB - PlayShaper®Posts PS111397J-001 72"Post DB 347.00 Freestanding Play Slides & Gliders IP100046C-002 72"Wave Poly Slide 2"SM 8,217.00 Freestanding Play Slides & Gliders IP100046C-001 72"Wave Poly Slide DB 7,781.00 PlayShaper®Posts PS113886J-002 73"Post For Roof 12"SM 478.00 PlayShaper®Posts PS113886F-001 73"Post For Roof 2"SM 499.00 PlayBooster®Posts PB111405A-008 74"Alum Flush Post w/D Shaped Cap 2"SM 814.00 PlayBooster®Posts PB111405E-007 74"Alum Flush Post w/D Shaped Cap DB 594.00 PlayBooster®Posts PB111405A-006 74"Alum Flush Post w/Oval Cap 2"SM 814.00 PlayBooster®Posts PB111405E-005 74"Alum Flush Post w/Oval Cap DB 594.00 PlayBooster®Posts PB111405A-004 74"Alum Flush Post w/Round Cap 2"SM 814.00 PlayBooster®Posts PB111405E-003 74"Alum Flush Post w/Round Cap DB 594.00 PlayBooster®Posts PB111405A-002 74"Alum Flush Post w/Standard Cap 2"SM 814.00 PlayBooster®Posts PB111405E-001 74"Alum Flush Post w/Standard Cap DB 594.00 PlayBooster®Posts PB111405A-010 74"Alum Flush Post w/Tear Cap 2"SM 814.00 PlayBooster®Posts PB111405E-009 74"Alum Flush Post w/Tear Cap DB 594.00 PlayBooster®Posts PB111405A-012 74"Alum Flush Post w/Turtle Cap 2"SM 814.00 PlayBooster®Posts PB111405E-011 74"Alum Flush Post w/Turtle Cap DB 594.00 PlayShaper®Posts PS113890C-001 74"Arch Post 2"SM - PlayShaper®Posts PS113606G-001 74"Arch Post DB - PlayShaper®Posts PS111398B-001 74"Flush Post DB 363.00 PlayShaper®Posts PS113885M-002 74"Post 12"SM 504.00 PlayShaper®Posts PS113885C-001 74"Post 2"SM 515.00 PlayShaper®Posts PS111397G-001 74"Post DB 347.00 PlayBooster®Posts PB111405J-008 74"Steel Flush Post w/D Shaped Cap 2"SM 693.00 PlayBooster®Posts PB111405N-007 74"Steel Flush Post w/D Shaped Cap DB 552.00 PlayBooster®Posts PB111405J-006 74"Steel Flush Post w/Oval Cap 2"SM 693.00 PlayBooster®Posts PB111405N-005 74"Steel Flush Post w/Oval Cap DB 552.00 PlayBooster®Posts PB111405J-004 74"Steel Flush Post w/Round Cap 2"SM 693.00 PlayBooster®Posts PB111405N-003 74"Steel Flush Post w/Round Cap DB 552.00 PlayBooster®Posts PB111405J-002 74"Steel Flush Post w/Standard Cap 2"SM 693.00 PlayBooster®Posts PB111405N-001 74"Steel Flush Post w/Standard Cap DB 552.00 PlayBooster®Posts PB111405J-010 74"Steel Flush Post w/Tear Cap 2"SM 693.00 PlayBooster®Posts PB111405N-009 74"Steel Flush Post w/Tear Cap DB 552.00 PlayBooster®Posts PB111405J-012 74"Steel Flush Post w/Turtle Cap 2"SM 693.00 PlayBooster®Posts PB111405N-011 74"Steel Flush Post w/Turtle Cap DB 552.00 PlayShaper®Posts PS113886G-002 75"Post For Roof 12"SM 478.00 PlayShaper®Posts PS113886K-001 75"Post For Roof 2"SM 499.00 PlayBooster®Posts PB111404F-002 76"Alum Post 2"SM 562.00 PlayBooster®Posts PB111404J-001 76"Alum Post DB 347.00 PlayShaper®Posts PS113890D-002 76"Arch Post 12"SM - PlayShaper®Posts PS113885D-002 76"Post 12"SM 504.00 PlayShaper®Posts PS113885P-001 76"Post 2"SM 515.00 PlayBooster®Posts PB111404R-002 76"Steel Post 2"SM 536.00 PlayBooster®Posts PB111404V-001 76"Steel Post DB 326.00 PlayBooster®Posts PB111404G-003 78"Alum Post 12"SM 557.00 PlayBooster®Posts PB111403J-002 78"Alum Post For Roof 2"SM 562.00 PlayShaper®Posts PS113606K-001 78"Arch Post DB - PlayShaper®Posts PS111397K-001 78"Post DB 363.00 PlayBooster®Posts PB111404S-003 78"Steel Post 12"SM 510.00 PlayBooster®Posts PB111403T-002 78"Steel Post For Roof 2"SM 562.00 PlayShaper®Posts PS113886L-002 79"Post For Roof 12"SM 483.00 Freestanding Play Site Furnishings IP111640E-001 8' Contour Poly Bench w/Back No Armrests 2"SM 2,326.00 Freestanding Play Site Furnishings IP111640G-001 8' Contour Poly Bench w/Back No Armrests DB 1,980.00 Freestanding Play Site Furnishings IP111640P-001 8' Contour Poly Bench w/Back One Armrest 2"SM 2,499.00 Freestanding Play Site Furnishings IP111640O-001 8' Contour Poly Bench w/Back One Armrest DB 2,153.00 Freestanding Play Site Furnishings IP111640T-001 8' Contour Poly Bench w/Back Three Armrests 2"SM 2,825.00 Freestanding Play Site Furnishings IP111640S-001 8' Contour Poly Bench w/Back Three Armrests DB 2,473.00 Freestanding Play Site Furnishings IP111640R-001 8' Contour Poly Bench w/Back Two Armrests 2"SM 2,652.00 Freestanding Play Site Furnishings IP111640Q-001 8' Contour Poly Bench w/Back Two Armrests DB 2,316.00 Freestanding Play Site Furnishings IP111640F-001 8' Contour Poly Bench w/o Back 2"SM 977.00 Freestanding Play Site Furnishings IP111640H-001 8' Contour Poly Bench w/o Back DB 956.00 PlayShaper®Posts PS113885N-002 80"Post 12"SM 515.00 PlayBooster®Posts PB111406E-005 81" Arch (Grade) 2"SM w/1 Flange 1,980.00 PlayBooster®Posts PB111406E-008 81" Arch (Grade) 2"SM w/2 Flange 1,980.00 PlayBooster®Posts PB111406E-002 81" Arch (Grade) 2"SM w/o Flange 1,980.00 PlayShaper®Posts PS113886E-001 81"Post For Roof 2"SM 515.00 PlayBooster®Posts PB111405D-007 82"Alum Flush Post w/D Shaped Cap DB 599.00 PlayBooster®Posts PB111405D-005 82"Alum Flush Post w/Oval Cap DB 599.00 PlayBooster®Posts PB111405D-003 82"Alum Flush Post w/Round Cap DB 599.00 PlayBooster®Posts PB111405D-001 82"Alum Flush Post w/Standard Cap DB 599.00 PlayBooster®Posts PB111405D-009 82"Alum Flush Post w/Tear Cap DB 599.00 PlayBooster®Posts PB111405D-011 82"Alum Flush Post w/Turtle Cap DB 599.00 PlayShaper®Posts PS113890B-001 82"Arch Post 2"SM - PlayShaper®Posts PS113606F-001 82"Arch Post DB - PlayShaper®Posts PS111398A-001 82"Flush Post DB 373.00 PlayShaper®Posts PS113885B-001 82"Post 2"SM 531.00 PlayShaper®Posts PS111397F-001 82"Post DB 363.00 PlayBooster®Posts PB111405M-007 82"Steel Flush Post w/D Shaped Cap DB 557.00 PlayBooster®Posts PB111405M-005 82"Steel Flush Post w/Oval Cap DB 557.00 PlayBooster®Posts PB111405M-003 82"Steel Flush Post w/Round Cap DB 557.00 PlayBooster®Posts PB111405M-001 82"Steel Flush Post w/Standard Cap DB 557.00 PlayBooster®Posts PB111405M-009 82"Steel Flush Post w/Tear Cap DB 557.00 PlayBooster®Posts PB111405M-011 82"Steel Flush Post w/Turtle Cap DB 557.00 PlayShaper®Posts PS113886F-002 83"Post For Roof 12"SM 499.00 PlayBooster®Posts PB111404E-002 84"Alum Post 2"SM 588.00 PlayBooster®Posts PB111404I-001 84"Alum Post DB 363.00 PlayShaper®Posts PS113890C-002 84"Arch Post 12"SM - PlayShaper®Posts PS113606L-001 84"Arch Post DB - PlayBooster®Bridges & Ramps PB120873B-009 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 16"Dk 12"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-008 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 16"Dk 2"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-007 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 16"Dk DB4,022.00 PlayBooster®Bridges & Ramps PB120873B-018 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 24"Dk 12"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-017 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 24"Dk 2"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-016 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 24"Dk DB4,022.00 PlayBooster®Bridges & Ramps PB120873A-033 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 8"Dk 12"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-006 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 8"Dk 2"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-005 84"Disc Challenge w/Handhold Panels 16"Deck Diff Attached To 8"Dk DB3,796.00 PlayBooster®Bridges & Ramps PB120873B-012 84"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 16"Dk 12"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-011 84"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 16"Dk 2"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-010 84"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 16"Dk DB4,022.00 PlayBooster®Bridges & Ramps PB120873B-003 84"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 8"Dk 12"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-002 84"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 8"Dk 2"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-001 84"Disc Challenge w/Handhold Panels 24"Deck Diff Attached To 8"Dk DB4,022.00 PlayBooster®Bridges & Ramps PB120873B-006 84"Disc Challenge w/Handhold Panels 32"Deck Diff Attached To 8"Dk 12"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-005 84"Disc Challenge w/Handhold Panels 32"Deck Diff Attached To 8"Dk 2"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-004 84"Disc Challenge w/Handhold Panels 32"Deck Diff Attached To 8"Dk DB4,022.00 PlayBooster®Bridges & Ramps PB120873A-037 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 16"Dk 12"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-014 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 16"Dk 2"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-013 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 16"Dk DB3,796.00 PlayBooster®Bridges & Ramps PB120873B-015 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 24"Dk 12"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-014 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 24"Dk 2"SM4,321.00 PlayBooster®Bridges & Ramps PB120873B-013 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 24"Dk DB4,022.00 PlayBooster®Bridges & Ramps PB120873C-006 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 32"Dk 12"SM4,547.00 PlayBooster®Bridges & Ramps PB120873C-005 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 32"Dk 2"SM4,547.00 PlayBooster®Bridges & Ramps PB120873C-004 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 32"Dk DB4,248.00 PlayBooster®Bridges & Ramps PB120873A-032 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 8"Dk 12"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-004 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 8"Dk 2"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-003 84"Disc Challenge w/Handhold Panels 8"Deck Diff Attached To 8"Dk DB3,796.00 PlayBooster®Bridges & Ramps PB120873A-036 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 16"Dk 12"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-012 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 16"Dk 2"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-011 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 16"Dk DB3,796.00 PlayBooster®Bridges & Ramps PB120873A-040 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 24"Dk 12"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-020 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 24"Dk 2"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-019 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 24"Dk DB3,796.00 PlayBooster®Bridges & Ramps PB120873C-003 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 32"Dk 12"SM4,547.00 PlayBooster®Bridges & Ramps PB120873C-002 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 32"Dk 2"SM4,547.00 PlayBooster®Bridges & Ramps PB120873C-001 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 32"Dk DB4,248.00 PlayBooster®Bridges & Ramps PB120873C-009 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 40"Dk 12"SM4,547.00 PlayBooster®Bridges & Ramps PB120873C-008 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 40"Dk 2"SM4,547.00 PlayBooster®Bridges & Ramps PB120873C-007 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 40"Dk DB4,248.00 PlayBooster®Bridges & Ramps PB120873A-031 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 8"Dk 12"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-002 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 8"Dk 2"SM4,095.00 PlayBooster®Bridges & Ramps PB120873A-001 84"Disc Challenge w/Handhold Panels Equal Decks Attached To 8"Dk DB3,796.00 PlayBooster®Bridges & Ramps PB165573B-009 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 16"Dk 12"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-008 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 16"Dk 2"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-007 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 16"Dk DB4,305.00 PlayBooster®Bridges & Ramps PB165573B-018 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 24"Dk 12"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-017 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 24"Dk 2"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-016 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 24"Dk DB4,305.00 PlayBooster®Bridges & Ramps PB165573A-033 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 8"Dk 12"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-006 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 8"Dk 2"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-005 84"Disc Challenge w/Handloops 16"Deck Diff Attached To 8"Dk DB3,985.00 PlayBooster®Bridges & Ramps PB165573B-012 84"Disc Challenge w/Handloops 24"Deck Diff Attached To 16"Dk 12"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-011 84"Disc Challenge w/Handloops 24"Deck Diff Attached To 16"Dk 2"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-010 84"Disc Challenge w/Handloops 24"Deck Diff Attached To 16"Dk DB4,305.00 PlayBooster®Bridges & Ramps PB165573B-003 84"Disc Challenge w/Handloops 24"Deck Diff Attached To 8"Dk 12"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-002 84"Disc Challenge w/Handloops 24"Deck Diff Attached To 8"Dk 2"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-001 84"Disc Challenge w/Handloops 24"Deck Diff Attached To 8"Dk DB4,305.00 PlayBooster®Bridges & Ramps PB165573B-006 84"Disc Challenge w/Handloops 32"Deck Diff Attached To 8"Dk 12"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-005 84"Disc Challenge w/Handloops 32"Deck Diff Attached To 8"Dk 2"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-004 84"Disc Challenge w/Handloops 32"Deck Diff Attached To 8"Dk DB4,305.00 PlayBooster®Bridges & Ramps PB165573A-037 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 16"Dk 12"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-014 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 16"Dk 2"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-013 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 16"Dk DB3,985.00 PlayBooster®Bridges & Ramps PB165573B-015 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 24"Dk 12"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-014 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 24"Dk 2"SM4,605.00 PlayBooster®Bridges & Ramps PB165573B-013 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 24"Dk DB4,305.00 PlayBooster®Bridges & Ramps PB165573C-006 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 32"Dk 12"SM4,925.00 PlayBooster®Bridges & Ramps PB165573C-005 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 32"Dk 2"SM4,925.00 PlayBooster®Bridges & Ramps PB165573C-004 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 32"Dk DB4,626.00 PlayBooster®Bridges & Ramps PB165573A-032 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 8"Dk 12"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-004 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 8"Dk 2"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-003 84"Disc Challenge w/Handloops 8"Deck Diff Attached To 8"Dk DB3,985.00 PlayBooster®Bridges & Ramps PB165573A-036 84"Disc Challenge w/Handloops Equal Decks Attached To 16"Dk 12"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-012 84"Disc Challenge w/Handloops Equal Decks Attached To 16"Dk 2"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-011 84"Disc Challenge w/Handloops Equal Decks Attached To 16"Dk DB3,985.00 PlayBooster®Bridges & Ramps PB165573A-040 84"Disc Challenge w/Handloops Equal Decks Attached To 24"Dk 12"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-020 84"Disc Challenge w/Handloops Equal Decks Attached To 24"Dk 2"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-019 84"Disc Challenge w/Handloops Equal Decks Attached To 24"Dk DB3,985.00 PlayBooster®Bridges & Ramps PB165573C-003 84"Disc Challenge w/Handloops Equal Decks Attached To 32"Dk 12"SM4,925.00 PlayBooster®Bridges & Ramps PB165573C-002 84"Disc Challenge w/Handloops Equal Decks Attached To 32"Dk 2"SM4,925.00 PlayBooster®Bridges & Ramps PB165573C-001 84"Disc Challenge w/Handloops Equal Decks Attached To 32"Dk DB4,626.00 PlayBooster®Bridges & Ramps PB165573C-009 84"Disc Challenge w/Handloops Equal Decks Attached To 40"Dk 12"SM4,925.00 PlayBooster®Bridges & Ramps PB165573C-008 84"Disc Challenge w/Handloops Equal Decks Attached To 40"Dk 2"SM4,925.00 PlayBooster®Bridges & Ramps PB165573C-007 84"Disc Challenge w/Handloops Equal Decks Attached To 40"Dk DB4,626.00 PlayBooster®Bridges & Ramps PB165573A-031 84"Disc Challenge w/Handloops Equal Decks Attached To 8"Dk 12"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-002 84"Disc Challenge w/Handloops Equal Decks Attached To 8"Dk 2"SM4,284.00 PlayBooster®Bridges & Ramps PB165573A-001 84"Disc Challenge w/Handloops Equal Decks Attached To 8"Dk DB3,985.00 PlayBooster®Bridges & Ramps PB180088B-009 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 12"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-008 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 2"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-007 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 16"Dk DB4,620.00 PlayBooster®Bridges & Ramps PB180088B-018 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 12"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-017 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 2"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-016 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 24"Dk DB4,620.00 PlayBooster®Bridges & Ramps PB180088A-033 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 12"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-006 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 2"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-005 84"Disc Challenge w/Vibe Handholds 16"Deck Diff Attached To 8"Dk DB4,227.00 PlayBooster®Bridges & Ramps PB180088B-012 84"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 12"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-011 84"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 2"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-010 84"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 16"Dk DB4,620.00 PlayBooster®Bridges & Ramps PB180088B-003 84"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 12"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-002 84"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 2"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-001 84"Disc Challenge w/Vibe Handholds 24"Deck Diff Attached To 8"Dk DB4,620.00 PlayBooster®Bridges & Ramps PB180088B-006 84"Disc Challenge w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 12"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-005 84"Disc Challenge w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 2"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-004 84"Disc Challenge w/Vibe Handholds 32"Deck Diff Attached To 8"Dk DB4,620.00 PlayBooster®Bridges & Ramps PB180088A-037 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 12"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-014 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 2"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-013 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 16"Dk DB4,227.00 PlayBooster®Bridges & Ramps PB180088B-015 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 12"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-014 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 2"SM4,930.00 PlayBooster®Bridges & Ramps PB180088B-013 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 24"Dk DB4,620.00 PlayBooster®Bridges & Ramps PB180088C-006 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 12"SM5,350.00 PlayBooster®Bridges & Ramps PB180088C-005 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 2"SM5,350.00 PlayBooster®Bridges & Ramps PB180088C-004 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 32"Dk DB5,051.00 PlayBooster®Bridges & Ramps PB180088A-032 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 12"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-004 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 2"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-003 84"Disc Challenge w/Vibe Handholds 8"Deck Diff Attached To 8"Dk DB4,227.00 PlayBooster®Bridges & Ramps PB180088A-036 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 16"Dk 12"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-012 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 16"Dk 2"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-011 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 16"Dk DB4,227.00 PlayBooster®Bridges & Ramps PB180088A-040 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 24"Dk 12"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-020 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 24"Dk 2"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-019 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 24"Dk DB4,227.00 PlayBooster®Bridges & Ramps PB180088C-003 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 32"Dk 12"SM5,350.00 PlayBooster®Bridges & Ramps PB180088C-002 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 32"Dk 2"SM5,350.00 PlayBooster®Bridges & Ramps PB180088C-001 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 32"Dk DB5,051.00 PlayBooster®Bridges & Ramps PB180088C-009 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 40"Dk 12"SM5,350.00 PlayBooster®Bridges & Ramps PB180088C-008 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 40"Dk 2"SM5,350.00 PlayBooster®Bridges & Ramps PB180088C-007 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 40"Dk DB5,051.00 PlayBooster®Bridges & Ramps PB180088A-031 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 8"Dk 12"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-002 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 8"Dk 2"SM4,526.00 PlayBooster®Bridges & Ramps PB180088A-001 84"Disc Challenge w/Vibe Handholds Equal Decks Attached To 8"Dk DB4,227.00 PlayShaper®Posts PS113885C-002 84"Post 12"SM 515.00 PlayShaper®Posts PS111397L-001 84"Post DB 373.00 PlayBooster®Posts PB111404Q-002 84"Steel Post 2"SM 552.00 PlayBooster®Posts PB111404U-001 84"Steel Post DB 336.00 PlayShaper®Posts PS113886K-002 85"Post For Roof 12"SM 499.00 PlayBooster®Posts PB111404F-003 86"Alum Post 12"SM 562.00 PlayBooster®Posts PB111403I-002 86"Alum Post For Roof 2"SM 578.00 PlayShaper®Posts PS113885P-002 86"Post 12"SM 515.00 PlayBooster®Posts PB111404R-003 86"Steel Post 12"SM 536.00 PlayBooster®Posts PB111403S-002 86"Steel Post For Roof 2"SM 578.00 PlayShaper®Posts PS113886M-001 87"Post For Roof 2"SM 531.00 PlayShaper®Posts PS113886D-001 89"Post For Roof 2"SM 531.00 PlayShaper®Posts PS111396H-001 89"Post For Roof DB 347.00 PlayBooster®Posts PB111405C-007 90"Alum Flush Post w/D Shaped Cap DB 620.00 PlayBooster®Posts PB111405C-005 90"Alum Flush Post w/Oval Cap DB 620.00 PlayBooster®Posts PB111405C-003 90"Alum Flush Post w/Round Cap DB 620.00 PlayBooster®Posts PB111405C-001 90"Alum Flush Post w/Standard Cap DB 620.00 PlayBooster®Posts PB111405C-009 90"Alum Flush Post w/Tear Cap DB 620.00 PlayBooster®Posts PB111405C-011 90"Alum Flush Post w/Turtle Cap DB 620.00 PlayShaper®Posts PS113606E-001 90"Arch Post DB - PlayShaper®Posts PS111397E-001 90"Post DB 373.00 PlayBooster®Posts PB111405L-007 90"Steel Flush Post w/D Shaped Cap DB 562.00 PlayBooster®Posts PB111405L-005 90"Steel Flush Post w/Oval Cap DB 562.00 PlayBooster®Posts PB111405L-003 90"Steel Flush Post w/Round Cap DB 562.00 PlayBooster®Posts PB111405L-001 90"Steel Flush Post w/Standard Cap DB 562.00 PlayBooster®Posts PB111405L-009 90"Steel Flush Post w/Tear Cap DB 562.00 PlayBooster®Posts PB111405L-011 90"Steel Flush Post w/Turtle Cap DB 562.00 PlayBooster®Decks PB122197A-001 90* Triangular Tenderdeck 1,161.00 PlayBooster®Decks PB191032A-001 90* Tri-Deck Curb 210.00 PlayShaper®Decks PS191017A-001 90* Tri-Deck Curb 210.00 Freestanding Play Sensory Play IP100005C-001 90*Curved Tunnel 2"SM 2,662.00 Freestanding Play Sensory Play IP100005D-001 90*Curved Tunnel DB 2,961.00 PlayBooster®Posts PB111406E-006 91" Arch (Grade) 12"SM w/1 Flange 1,980.00 PlayBooster®Posts PB111406E-009 91" Arch (Grade) 12"SM w/2 Flange 1,980.00 PlayBooster®Posts PB111406E-003 91" Arch (Grade) 12"SM w/o Flange 1,980.00 PlayShaper®Posts PS113886E-002 91"Post For Roof 12"SM 515.00 Freestanding Play Site Furnishings IP141683F-001 92" TenderTuff Bench w/Back No Armrests 2"SM 882.00 Freestanding Play Site Furnishings IP141683E-001 92" TenderTuff Bench w/Back No Armrests DB 840.00 Freestanding Play Site Furnishings IP141683P-001 92" TenderTuff Bench w/Back One Armrest 2"SM 1,050.00 Freestanding Play Site Furnishings IP141683O-001 92" TenderTuff Bench w/Back One Armrest DB 1,008.00 Freestanding Play Site Furnishings IP141683T-001 92" TenderTuff Bench w/Back Three Armrest 2"SM 1,381.00 Freestanding Play Site Furnishings IP141683S-001 92" TenderTuff Bench w/Back Three Armrests DB 1,334.00 Freestanding Play Site Furnishings IP141683R-001 92" TenderTuff Bench w/Back Two Armrest 2"SM 1,203.00 Freestanding Play Site Furnishings IP141683Q-001 92" TenderTuff Bench w/Back Two Armrests DB 1,161.00 Freestanding Play Site Furnishings IP141683H-001 92" TenderTuff Bench w/o Back 2"SM 562.00 Freestanding Play Site Furnishings IP141683G-001 92" TenderTuff Bench w/o Back DB 536.00 PlayBooster®Posts PB111404D-002 92"Alum Post 2"SM 594.00 PlayBooster®Posts PB111404H-001 92"Alum Post DB 373.00 PlayShaper®Posts PS113890B-002 92"Arch Post 12"SM - PlayShaper®Posts PS113885B-002 92"Post 12"SM 531.00 PlayBooster®Posts PB111404P-002 92"Steel Post 2"SM 557.00 PlayBooster®Posts PB111404T-001 92"Steel Post DB 347.00 PlayShaper®Posts PS113886N-001 93"Post For Roof 2"SM 541.00 PlayBooster®Posts PB111404E-003 94"Alum Post 12"SM 588.00 PlayBooster®Posts PB111403H-002 94"Alum Post For Roof 2"SM 594.00 PlayBooster®Posts PB111404Q-003 94"Steel Post 12"SM 552.00 PlayBooster®Posts PB111403R-002 94"Steel Post For Roof 2"SM 588.00 PlayShaper®Posts PS111396J-001 95"Post For Roof DB 363.00 PlayShaper®Posts PS113890A-001 96"Arch Post 2"SM - PlayShaper®Posts PS113606M-001 96"Arch Post DB - PlayShaper®Posts PS113885A-001 96"Post 2"SM 557.00 PlayShaper®Posts PS111397M-001 96"Post DB 378.00 PlayShaper®Posts PS113886M-002 97"Post For Roof 12"SM 531.00 PlayShaper®Posts PS113886C-001 97"Post For Roof 2"SM 541.00 PlayShaper®Posts PS111396G-001 97"Post For Roof DB 363.00 PlayBooster®Posts PB111405B-007 98"Alum Flush Post w/D Shaped Cap DB 646.00 PlayBooster®Posts PB111405B-005 98"Alum Flush Post w/Oval Cap DB 646.00 PlayBooster®Posts PB111405B-003 98"Alum Flush Post w/Round Cap DB 646.00 PlayBooster®Posts PB111405B-001 98"Alum Flush Post w/Standard Cap DB 646.00 PlayBooster®Posts PB111405B-009 98"Alum Flush Post w/Tear Cap DB 646.00 PlayBooster®Posts PB111405B-011 98"Alum Flush Post w/Turtle Cap DB 646.00 PlayShaper®Posts PS113606D-001 98"Arch Post DB - PlayShaper®Posts PS111397D-001 98"Post DB 378.00 PlayBooster®Posts PB111405K-007 98"Steel Flush Post w/D Shaped Cap DB 578.00 PlayBooster®Posts PB111405K-005 98"Steel Flush Post w/Oval Cap DB 578.00 PlayBooster®Posts PB111405K-003 98"Steel Flush Post w/Round Cap DB 578.00 PlayBooster®Posts PB111405K-001 98"Steel Flush Post w/Standard Cap DB 578.00 PlayBooster®Posts PB111405K-009 98"Steel Flush Post w/Tear Cap DB 578.00 PlayBooster®Posts PB111405K-011 98"Steel Flush Post w/Turtle Cap DB 578.00 PlayShaper®Posts PS113886D-002 99"Post For Roof 12"SM 531.00 PlayShaper®Posts PS113886P-001 99"Post For Roof 2"SM 541.00 Freestanding Play Sports & Fitness IP192451B-001 Ab Crunch/Leg Lift 2"SM Order Post Separately*2,284.00 Freestanding Play Sports & Fitness IP192451A-001 Ab Crunch/Leg Lift DB Order Post Separately*2,226.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-003 ABC Climber 32"Dk 12"SM 2,284.00 PlayShaper®Climbers PS152432A-003 ABC Climber 32"Dk 12"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-002 ABC Climber 32"Dk 2"SM 2,284.00 PlayShaper®Climbers PS152432A-002 ABC Climber 32"Dk 2"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-001 ABC Climber 32"Dk DB 2,195.00 PlayShaper®Climbers PS152432A-001 ABC Climber 32"Dk DB 2,195.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-006 ABC Climber 40"Dk 12"SM 2,284.00 PlayShaper®Climbers PS152432A-006 ABC Climber 40"Dk 12"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-005 ABC Climber 40"Dk 2"SM 2,284.00 PlayShaper®Climbers PS152432A-005 ABC Climber 40"Dk 2"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-004 ABC Climber 40"Dk DB 2,195.00 PlayShaper®Climbers PS152432A-004 ABC Climber 40"Dk DB 2,195.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-009 ABC Climber 48"Dk 12"SM 2,284.00 PlayShaper®Climbers PS152432A-009 ABC Climber 48"Dk 12"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-008 ABC Climber 48"Dk 2"SM 2,284.00 PlayShaper®Climbers PS152432A-008 ABC Climber 48"Dk 2"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB152431A-007 ABC Climber 48"Dk DB 2,195.00 PlayShaper®Climbers PS152432A-007 ABC Climber 48"Dk DB 2,195.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-003 ABC Climber w/Vibe Handholds 32"Dk 12"SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-002 ABC Climber w/Vibe Handholds 32"Dk 2"SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-001 ABC Climber w/Vibe Handholds 32"Dk DB 2,583.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-006 ABC Climber w/Vibe Handholds 40"Dk 12"SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-005 ABC Climber w/Vibe Handholds 40"Dk 2"SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-004 ABC Climber w/Vibe Handholds 40"Dk DB 2,583.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-009 ABC Climber w/Vibe Handholds 48"Dk 12"SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-008 ABC Climber w/Vibe Handholds 48"Dk 2"SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB179026A-007 ABC Climber w/Vibe Handholds 48"Dk DB 2,583.00 Evos®Motion & More Fun EV160209A-001 Access Power Lifter DB Only 2,520.00 PlayBooster®Overhead Events PB141886A-002 Access/Landing Assembly Rails Barrier Left 24"Dk 919.00 PlayBooster®Overhead Events PB141886B-002 Access/Landing Assembly Rails Barrier Left 32"Dk 1,192.00 PlayBooster®Overhead Events PB141886A-001 Access/Landing Assembly Rails Barrier Right 24"Dk 919.00 PlayBooster®Overhead Events PB141886B-001 Access/Landing Assembly Rails Barrier Right 32"Dk 1,192.00 PlayBooster®Overhead Events PB141887B-002 Access/Landing Assembly Seat Barrier Left 16"Dk 830.00 PlayBooster®Overhead Events PB141887A-002 Access/Landing Assembly Seat Barrier Left 8"Dk 830.00 PlayBooster®Overhead Events PB141887B-001 Access/Landing Assembly Seat Barrier Right 16"Dk 830.00 PlayBooster®Overhead Events PB141887A-001 Access/Landing Assembly Seat Barrier Right 8"Dk 830.00 PlayBooster®Enclosures PB191031A-001 Accessible Panel Curb 147.00 PlayShaper®Enclosures PS191016A-001 Accessible Panel Curb 147.00 Freestanding Play Site Furnishings IP186579A-001 Acorn Seat DB 678.00 Freestanding Play Site Furnishings IP186579B-001 Acorn Seat SM 772.00 Freestanding Play Surfacing IP114513A-001 Adhesive One Tube 18.00 Freestanding Play Climbers IP168364A-001 AdventureScapes Design 1 DB Only 22,833.00 PlayBooster®Climbers Nature-InspiredPB174450A-001 AdventureScapes Design 1 DB Only 22,833.00 Freestanding Play Climbers IP168365A-001 AdventureScapes Design 2 DB Only 41,187.00 PlayBooster®Climbers Nature-InspiredPB174451A-001 AdventureScapes Design 2 DB Only 41,187.00 Freestanding Play Climbers IP168366A-001 AdventureScapes Design 3 DB Only 41,486.00 PlayBooster®Climbers Nature-InspiredPB174452A-001 AdventureScapes Design 3 DB Only 41,486.00 Freestanding Play Climbers IP168367A-001 AdventureScapes Design 4 DB Only 60,160.00 PlayBooster®Climbers Nature-InspiredPB174453A-001 AdventureScapes Design 4 DB Only 60,160.00 Freestanding Play Climbers IP168368A-001 AdventureScapes Design 5 DB Only 74,718.00 PlayBooster®Climbers Nature-InspiredPB174454A-001 AdventureScapes Design 5 DB Only 74,718.00 Freestanding Play Climbers IP168369A-001 AdventureScapes Design 6 DB Only 78,493.00 PlayBooster®Climbers Nature-InspiredPB174455A-001 AdventureScapes Design 6 DB Only 78,493.00 Freestanding Play Climbers IP168370A-001 AdventureScapes Design 7 DB Only 93,666.00 PlayBooster®Climbers Nature-InspiredPB174456A-001 AdventureScapes Design 7 DB Only 93,666.00 Freestanding Play Climbers IP168371A-001 AdventureScapes Design 8 DB Only 97,146.00 PlayBooster®Climbers Nature-InspiredPB174457A-001 AdventureScapes Design 8 DB Only 97,146.00 Freestanding Play Climbers IP169105A-001 AdventureScapes Design 9 DB Only 130,689.00 PlayBooster®Climbers Nature-InspiredPB174458A-001 AdventureScapes Design 9 DB Only 130,689.00 PlayBooster®Motion & More Fun PB152603A-001 Adventureship Puppet Panel Ground Level 830.00 PlayBooster®Motion & More Fun PB115224A-001 Adventureship Window Panel Above Deck 846.00 PlayBooster®Motion & More Fun PB115224B-001 Adventureship Window Panel Ground Level 1,066.00 Freestanding Play Sports & Fitness IP243016B-001 A-Frame Cargo Net (13+) 2"SM 13,934.00 Freestanding Play Sports & Fitness IP243016A-001 A-Frame Cargo Net (13+) DB 13,325.00 Freestanding Play Sports & Fitness IP244191B-001 A-Frame Cargo Net (5-12) 2"SM 13,860.00 Freestanding Play Sports & Fitness IP244191A-001 A-Frame Cargo Net (5-12) DB 13,246.00 PlayBooster®Overhead Events PB121952B-002 Air Dancer 2,547.00 Freestanding Play Structures IP234516A-001 Alpha Link Towers 140,879.00 Freestanding Play Structures IP241397A-001 Alpha Link Towers TT 141,273.00 Freestanding Play Structures IP226231A-001 Alpha Tower 78,189.00 Freestanding Play Structures IP241405A-001 Alpha Tower TT 78,598.00 Freestanding Play Sensory Play IP168102A-001 Alphamaze and Labyrinth Panel 741.00 Weevos®Motion & More Fun WV173576B-001 Alphamaze/Labyrinth Panel 2"SM 2,216.00 Weevos®Motion & More Fun WV173576A-001 Alphamaze/Labyrinth Panel DB 2,106.00 PlayBooster®Enclosures PB179041A-001 Alphamaze/Labyrinth Vibe Panel Above Deck 1,533.00 PlayBooster®Enclosures PB179041B-001 Alphamaze/Labyrinth Vibe Panel Ground Level 1,533.00 PlayBooster®Slides PB271761A-001 Alpine Slide 72" Deck DB 5,182.00 PlayBooster®Slides PB271761A-002 Alpine Slide 72" Deck SM 5,271.00 PlayBooster®Slides PB271761B-001 Alpine Slide 96" Deck DB 6,195.00 Freestanding Play Sports & Fitness IP243908B-002 Angled Balance Beam Double (13+) 2"SM 2,436.00 Freestanding Play Sports & Fitness IP243908A-002 Angled Balance Beam Double (13+) DB 2,179.00 Freestanding Play Sports & Fitness IP244196B-002 Angled Balance Beam Double (5-12) 2"SM 2,410.00 Freestanding Play Sports & Fitness IP244196A-002 Angled Balance Beam Double (5-12) DB 2,153.00 Freestanding Play Sports & Fitness IP243908B-001 Angled Balance Beam Single (13+) 2"SM 1,481.00 Freestanding Play Sports & Fitness IP243908A-001 Angled Balance Beam Single (13+) DB 1,318.00 Freestanding Play Sports & Fitness IP244196B-001 Angled Balance Beam Single (5-12) 2"SM 1,470.00 Freestanding Play Sports & Fitness IP244196A-001 Angled Balance Beam Single (5-12) DB 1,308.00 Freestanding Play Sports & Fitness IP243908B-003 Angled Balance Beam Triple (13+) 2"SM 3,376.00 Freestanding Play Sports & Fitness IP243908A-003 Angled Balance Beam Triple (13+) DB 3,014.00 Freestanding Play Sports & Fitness IP244196B-003 Angled Balance Beam Triple (5-12) 2"SM 3,318.00 Freestanding Play Sports & Fitness IP244196A-003 Angled Balance Beam Triple (5-12) DB 2,956.00 Freestanding Play Sports & Fitness IP243907B-001 Angled Overhead Ladder (13+) 2"SM 8,642.00 Freestanding Play Sports & Fitness IP243907A-001 Angled Overhead Ladder (13+) DB 8,112.00 Freestanding Play Sports & Fitness IP244194B-001 Angled Overhead Ladder (5-12) 2"SM 8,616.00 Freestanding Play Sports & Fitness IP244194A-001 Angled Overhead Ladder (5-12) DB 8,064.00 PlayBooster®Climbers w/Permalene HandholdsPB229830B-001 Arcade Climber 72" Deck DB 2,400.00 PlayBooster®Climbers w/Permalene HandholdsPB229830B-002 Arcade Climber 72" Deck SM 2,457.00 PlayBooster®Climbers Other PB271905A-001 Arcade Climber 90* Tri-Deck 72" Deck DB 2,967.00 PlayBooster®Climbers Other PB271905A-002 Arcade Climber 90* Tri-Deck 72" Deck SM 3,045.00 PlayBooster®Climbers w/Permalene HandholdsPB229830A-001 Arcade Climber 96" Deck DB Only 2,515.00 PlayBooster®Climbers w/Vibe HandholdsPB229836B-001 Arcade Climber w/Vibe Handholds 72" Deck DB 2,799.00 PlayBooster®Climbers w/Vibe HandholdsPB229836B-002 Arcade Climber w/Vibe Handholds 72" Deck SM 2,877.00 PlayBooster®Climbers w/Vibe HandholdsPB229836A-001 Arcade Climber w/Vibe Handholds 96" Deck DB Only 2,904.00 PlayShaper®Bridges & Ramps PS111348A-001 Arch Bridge 2,872.00 PlayBooster®Bridges & Ramps PB114665A-001 Arch Bridge (42")3,114.00 PlayBooster®Bridges & Ramps PB139383A-001 Arch Bridge SteelX 3,318.00 PlayBooster®Bridges & Ramps PB143677B-001 Arch Bridge w/Barrier 7,776.00 PlayBooster®Bridges & Ramps PB143677A-001 Arch Bridge w/Guardrail 5,970.00 PlayShaper®Posts PS111399G-003 Arch For 08"Dk 12"SM No Arch Roof Flange 1,938.00 PlayShaper®Posts PS111399G-006 Arch For 08"Dk 12"SM One Arch Roof Flange 1,938.00 PlayShaper®Posts PS111399G-002 Arch For 08"Dk 2"SM No Arch Roof Flange 1,938.00 PlayShaper®Posts PS111399G-005 Arch For 08"Dk 2"SM One Arch Roof Flange 1,938.00 PlayShaper®Posts PS111399G-001 Arch For 08"Dk DB No Arch Roof Flange 1,770.00 PlayShaper®Posts PS111399G-004 Arch For 08"Dk DB One Arch Roof Flange 1,770.00 PlayShaper®Posts PS111399F-003 Arch For 16"Dk 12"SM No Arch Roof Flange 1,959.00 PlayShaper®Posts PS111399F-006 Arch For 16"Dk 12"SM One Arch Roof Flange 1,959.00 PlayShaper®Posts PS111399F-002 Arch For 16"Dk 2"SM No Arch Roof Flange 1,959.00 PlayShaper®Posts PS111399F-005 Arch For 16"Dk 2"SM One Arch Roof Flange 1,959.00 PlayShaper®Posts PS111399F-001 Arch For 16"Dk DB No Arch Roof Flange 1,785.00 PlayShaper®Posts PS111399F-004 Arch For 16"Dk DB One Arch Roof Flange 1,785.00 PlayShaper®Posts PS111399E-003 Arch For 24"Dk 12"SM No Arch Roof Flange 1,980.00 PlayShaper®Posts PS111399E-006 Arch For 24"Dk 12"SM One Arch Roof Flange 1,980.00 PlayShaper®Posts PS111399E-002 Arch For 24"Dk 2"SM No Arch Roof Flange 1,980.00 PlayShaper®Posts PS111399E-005 Arch For 24"Dk 2"SM One Arch Roof Flange 1,980.00 PlayShaper®Posts PS111399E-001 Arch For 24"Dk DB No Arch Roof Flange 1,801.00 PlayShaper®Posts PS111399E-004 Arch For 24"Dk DB One Arch Roof Flange 1,801.00 PlayShaper®Posts PS111399D-003 Arch For 32"Dk 12"SM No Arch Roof Flange 2,006.00 PlayShaper®Posts PS111399D-006 Arch For 32"Dk 12"SM One Arch Roof Flange 2,006.00 PlayShaper®Posts PS111399D-002 Arch For 32"Dk 2"SM No Arch Roof Flange 2,006.00 PlayShaper®Posts PS111399D-005 Arch For 32"Dk 2"SM One Arch Roof Flange 2,006.00 PlayShaper®Posts PS111399D-001 Arch For 32"Dk DB No Arch Roof Flange 1,827.00 PlayShaper®Posts PS111399D-004 Arch For 32"Dk DB One Arch Roof Flange 1,827.00 PlayShaper®Posts PS111399C-003 Arch For 40"Dk 12"SM No Arch Roof Flange 2,043.00 PlayShaper®Posts PS111399C-006 Arch For 40"Dk 12"SM One Arch Roof Flange 2,043.00 PlayShaper®Posts PS111399C-002 Arch For 40"Dk 2"SM No Arch Roof Flange 2,043.00 PlayShaper®Posts PS111399C-005 Arch For 40"Dk 2"SM One Arch Roof Flange 2,043.00 PlayShaper®Posts PS111399C-001 Arch For 40"Dk DB No Arch Roof Flange 1,864.00 PlayShaper®Posts PS111399C-004 Arch For 40"Dk DB One Arch Roof Flange 1,864.00 PlayShaper®Posts PS111399B-003 Arch For 48"Dk 12"SM No Arch Roof Flange 2,058.00 PlayShaper®Posts PS111399B-006 Arch For 48"Dk 12"SM One Arch Roof Flange 2,058.00 PlayShaper®Posts PS111399B-002 Arch For 48"Dk 2"SM No Arch Roof Flange 2,058.00 PlayShaper®Posts PS111399B-005 Arch For 48"Dk 2"SM One Arch Roof Flange 2,058.00 PlayShaper®Posts PS111399B-001 Arch For 48"Dk DB No Arch Roof Flange 1,885.00 PlayShaper®Posts PS111399B-004 Arch For 48"Dk DB One Arch Roof Flange 1,885.00 PlayShaper®Posts PS111399A-003 Arch For 56"Dk 12"SM No Arch Roof Flange 2,074.00 PlayShaper®Posts PS111399A-006 Arch For 56"Dk 12"SM One Arch Roof Flange 2,074.00 PlayShaper®Posts PS111399A-002 Arch For 56"Dk 2"SM No Arch Roof Flange 2,074.00 PlayShaper®Posts PS111399A-005 Arch For 56"Dk 2"SM One Arch Roof Flange 2,074.00 PlayShaper®Posts PS111399A-001 Arch For 56"Dk DB No Arch Roof Flange 1,938.00 PlayShaper®Posts PS111399A-004 Arch For 56"Dk DB One Arch Roof Flange 1,938.00 PlayShaper®Posts PS111399H-003 Arch For Grade 12"SM No Arch Roof Flange 1,885.00 PlayShaper®Posts PS111399H-006 Arch For Grade 12"SM One Arch Roof Flange 1,885.00 PlayShaper®Posts PS111399H-002 Arch For Grade 2"SM No Arch Roof Flange 1,885.00 PlayShaper®Posts PS111399H-005 Arch For Grade 2"SM One Arch Roof Flange 1,885.00 PlayShaper®Posts PS111399H-001 Arch For Grade DB No Arch Roof Flange 1,738.00 PlayShaper®Posts PS111399H-004 Arch For Grade DB One Arch Roof Flange 1,738.00 PlayShaper®Roofs PS111407A-001 Arch Roof 930.00 PlayBooster®Roofs PB111256A-001 Arch Roof 1,140.00 Freestanding Play Site Furnishings IP185654A-001 Arches Bike Rack - Single DB 226.00 Freestanding Play Site Furnishings IP185654B-001 Arches Bike Rack - Single SM 321.00 Freestanding Play Site Furnishings IP185653A-001 Arches Bike Rack - Triple DB 620.00 Freestanding Play Site Furnishings IP185653B-001 Arches Bike Rack - Triple SM 945.00 Evos®Overhead Events EV156457A-001 ArcOver DB Only 3,728.00 Freestanding Play Site Furnishings IP114767A-001 Armrest For Bench w/Back 2x4 Poly Bench 158.00 Freestanding Play Site Furnishings IP114767A-003 Armrest For Bench w/Back Contour Poly Bench 158.00 Freestanding Play Site Furnishings IP114767A-002 Armrest For Bench w/Back Tendertuff Bench 158.00 Freestanding Play Sports & Fitness IP192452B-001 Assisted Row/Push-Up 2"SM Order Post Separately*2,184.00 Freestanding Play Sports & Fitness IP192452A-001 Assisted Row/Push-Up DB Order Post Separately*2,011.00 Freestanding Play IP115176A-001 ASTM Warning Label - PlayShaper®PS115176A-001 ASTM Warning Label 1.00 PlayBooster®PB115176A-001 ASTM Warning Label - Freestanding Play Sports & Fitness IP192454B-001 Balance Steps 2"SM Order Post Separately*3,103.00 Freestanding Play Sports & Fitness IP192454A-001 Balance Steps DB Order Post Separately*2,940.00 PlayShaper®Enclosures PS139260A-001 Balcony Deck 1,649.00 PlayBooster®Enclosures PB111240A-001 Balcony Deck 1,728.00 PlayBooster®Enclosures PB111240B-001 Balcony Deck w/Wheel 2,006.00 PlayShaper®Enclosures PS139260B-001 Balcony Deck w/Wheel 1,959.00 Freestanding Play Learning Wall LW184868A-001 Ball Maze Panel 1,533.00 PlayBooster®Enclosures PB115236A-001 Ball Maze Panel Above Deck 1,654.00 PlayShaper®Enclosures PS111300A-001 Ball Maze Panel Above Deck 1,533.00 PlayShaper®Enclosures PS111300A-002 Ball Maze Panel Ground Level 1,533.00 PlayBooster®Enclosures PB115236A-003 Ball Maze Panel Ground Level Below 48"Dk 1,911.00 PlayBooster®Enclosures PB115236A-004 Ball Maze Panel Ground Level Below 56"Dk or Higher 1,911.00 PlayBooster®Climbers Other PB178483A-003 Barn Cliff Climber Custom 48"Dk 12"SM 3,408.00 PlayBooster®Climbers Other PB178483A-002 Barn Cliff Climber Custom 48"Dk 2"SM 3,408.00 PlayBooster®Climbers Other PB178483A-001 Barn Cliff Climber Custom 48"Dk DB 3,350.00 PlayBooster®Climbers Other PB178483B-003 Barn Cliff Climber Custom 56"Dk 12"SM 3,429.00 PlayBooster®Climbers Other PB178483B-002 Barn Cliff Climber Custom 56"Dk 2"SM 3,429.00 PlayBooster®Climbers Other PB178483B-001 Barn Cliff Climber Custom 56"Dk DB 3,366.00 PlayBooster®Climbers Other PB178483C-003 Barn Cliff Climber Custom 64"Dk 12"SM 3,901.00 PlayBooster®Climbers Other PB178483C-002 Barn Cliff Climber Custom 64"Dk 2"SM 3,901.00 PlayBooster®Climbers Other PB178483C-001 Barn Cliff Climber Custom 64"Dk DB 3,796.00 PlayBooster®Climbers Other PB178483D-003 Barn Cliff Climber Custom 72"Dk 12"SM 3,922.00 PlayBooster®Climbers Other PB178483D-002 Barn Cliff Climber Custom 72"Dk 2"SM 3,922.00 PlayBooster®Climbers Other PB178483D-001 Barn Cliff Climber Custom 72"Dk DB 3,812.00 PlayBooster®Enclosures PB178480A-001 Barn Driver Panel Custom Above Deck 1,822.00 PlayBooster®Enclosures PB178480B-001 Barn Driver Panel Custom Ground Level 2,053.00 PlayBooster®Enclosures PB178476A-001 Barn Panel Custom Above Deck 1,323.00 PlayBooster®Enclosures PB178476B-001 Barn Panel Custom Ground Level 1,544.00 PlayBooster®Enclosures PB178482A-001 Barn Panel Ground Level Custom 1,313.00 PlayBooster®Enclosures PB178475A-001 Barn Panel w/Cow Head Custom Above Deck 1,812.00 PlayBooster®Enclosures PB178475B-001 Barn Panel w/Cow Head Custom Ground Level 2,043.00 PlayBooster®Enclosures PB178474A-001 Barn Panel w/Horse Head Custom Above Deck 2,331.00 PlayBooster®Enclosures PB178474B-001 Barn Panel w/Horse Head Custom Ground Level 2,547.00 PlayBooster®Enclosures PB178481A-001 Barn Periscope Panel Custom Above Deck 2,473.00 PlayBooster®Enclosures PB178481B-001 Barn Periscope Panel Custom Ground Level 2,709.00 PlayBooster®Roofs PB178471A-001 Barn Roof Custom 25,552.00 PlayBooster®Enclosures PB160694A-001 Barrier With Infill Panel 830.00 PlayShaper®Enclosures PS111370B-001 Bead & Block Panel Above Deck w/Handles 1,591.00 PlayShaper®Enclosures PS111370A-001 Bead & Block Panel Above Deck w/o Handles 1,308.00 PlayShaper®Enclosures PS111370B-002 Bead & Block Panel Ground Level w/Handles 1,591.00 PlayShaper®Enclosures PS111370A-002 Bead & Block Panel Ground Level w/o Handles 1,308.00 Freestanding Play Learning Wall LW184870B-001 Bead and Block Panel w/Handles 1,591.00 Freestanding Play Learning Wall LW184870A-001 Bead and Block Panel w/o Handles 1,308.00 PlayShaper®Bridges & Ramps PS131956A-001 Belt Bridge 2,211.00 PlayBooster®Bridges & Ramps PB114373A-001 Belt Bridge (42")3,114.00 PlayBooster®Bridges & Ramps PB120624A-001 Belt Bridge 123"5,229.00 PlayBooster®Bridges & Ramps PB120310A-001 Belt Bridge 84"4,484.00 Freestanding Play Swings IP174018C-001 Belt Seat ProGuard Chains for 10' Beam Height 200.00 Freestanding Play Swings IP174018E-001 Belt Seat ProGuard Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)168.00 Freestanding Play Swings IP174018A-001 Belt Seat ProGuard Chains for 8' Beam Height 168.00 Freestanding Play Swings IP174018D-001 Belt Seat TenderTuff Chains for 10' Beam Height 284.00 Freestanding Play Swings IP174018F-001 Belt Seat TenderTuff Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)237.00 Freestanding Play Swings IP174018B-001 Belt Seat TenderTuff Chains for 8' Beam Height 237.00 Evos®Climbers EV179222A-001 Belt-Zone Climber 12,910.00 PlayBooster®Motion & More Fun PB201545A-003 Blender Spinner 12"SM 3,423.00 PlayBooster®Motion & More Fun PB201545A-002 Blender Spinner 2"SM 3,423.00 Freestanding Play Motion & More Fun IP201551A-001 Blender Spinner Add-On DB Only 3,355.00 PlayBooster®Motion & More Fun PB201545A-001 Blender Spinner DB 3,355.00 Freestanding Play Motion & More Fun IP201548A-001 Blender Spinner Steel Posts and DB Only 4,153.00 Evos®Motion & More Fun EV202822A-001 Blender Spinner w/Steel Posts and DB Only 4,153.00 Freestanding Play Climbers IP117966B-002 Block Climber 12 Blocks 2"SM 4,657.00 Freestanding Play Climbers IP117966B-001 Block Climber 12 Blocks DB 4,269.00 Freestanding Play Climbers IP117966C-002 Block Climber 16 Blocks 2"SM 5,665.00 Freestanding Play Climbers IP117966C-001 Block Climber 16 Blocks DB 5,256.00 Freestanding Play Climbers IP117966A-002 Block Climber 9 Blocks 2"SM 4,300.00 Freestanding Play Climbers IP117966A-001 Block Climber 9 Blocks DB 3,728.00 PlayShaper®Climbers PS135547A-003 Block Climber DK-Grnd 32"Dk 12"SM 3,035.00 PlayShaper®Climbers PS135547A-002 Block Climber DK-Grnd 32"Dk 2"SM 3,035.00 PlayShaper®Climbers PS135547A-001 Block Climber DK-Grnd 32"Dk DB 2,799.00 PlayShaper®Climbers PS135547B-003 Block Climber DK-Grnd 40"Dk 12"SM 3,639.00 PlayShaper®Climbers PS135547B-002 Block Climber DK-Grnd 40"Dk 2"SM 3,639.00 PlayShaper®Climbers PS135547B-001 Block Climber DK-Grnd 40"Dk DB 3,366.00 PlayBooster®Climbers w/Permalene HandholdsPB135344A-001 Block Climber Perm Handholds Ground-Deck 32"D DB 3,024.00 PlayBooster®Climbers w/Permalene HandholdsPB135344A-003 Block Climber Perm Handholds Ground-Deck 32"Dk 12"SM 3,303.00 PlayBooster®Climbers w/Permalene HandholdsPB135344A-002 Block Climber Perm Handholds Ground-Deck 32"Dk 2"SM 3,303.00 PlayBooster®Climbers w/Permalene HandholdsPB135344B-001 Block Climber Perm Handholds Ground-Deck 40"D DB 3,591.00 PlayBooster®Climbers w/Permalene HandholdsPB135344B-003 Block Climber Perm Handholds Ground-Deck 40"Dk 12"SM 3,880.00 PlayBooster®Climbers w/Permalene HandholdsPB135344B-002 Block Climber Perm Handholds Ground-Deck 40"Dk 2"SM 3,880.00 PlayBooster®Climbers w/SteelX HandholdsPB139491A-003 Block Climber SteelX Handholds Ground-Deck 32"Dk 12"SM 3,770.00 PlayBooster®Climbers w/SteelX HandholdsPB139491A-002 Block Climber SteelX Handholds Ground-Deck 32"Dk 2"SM 3,770.00 PlayBooster®Climbers w/SteelX HandholdsPB139491A-001 Block Climber SteelX Handholds Ground-Deck 32"Dk DB 3,476.00 PlayBooster®Climbers w/SteelX HandholdsPB139491B-003 Block Climber SteelX Handholds Ground-Deck 40"Dk 12"SM 4,358.00 PlayBooster®Climbers w/SteelX HandholdsPB139491B-002 Block Climber SteelX Handholds Ground-Deck 40"Dk 2"SM 4,358.00 PlayBooster®Climbers w/SteelX HandholdsPB139491B-001 Block Climber SteelX Handholds Ground-Deck 40"Dk DB 4,059.00 PlayBooster®Climbers w/Vibe HandholdsPB179025A-003 Block Climber w/Vibe Handholds Ground-Deck 32"Dk 12"SM 3,728.00 PlayBooster®Climbers w/Vibe HandholdsPB179025A-002 Block Climber w/Vibe Handholds Ground-Deck 32"Dk 2"SM 3,728.00 PlayBooster®Climbers w/Vibe HandholdsPB179025A-001 Block Climber w/Vibe Handholds Ground-Deck 32"Dk DB 3,429.00 PlayBooster®Climbers w/Vibe HandholdsPB179025B-003 Block Climber w/Vibe Handholds Ground-Deck 40"Dk 12"SM 4,279.00 PlayBooster®Climbers w/Vibe HandholdsPB179025B-002 Block Climber w/Vibe Handholds Ground-Deck 40"Dk 2"SM 4,279.00 PlayBooster®Climbers w/Vibe HandholdsPB179025B-001 Block Climber w/Vibe Handholds Ground-Deck 40"Dk DB 4,006.00 Freestanding Play Learning Wall LW184869A-001 Block Panel 1,166.00 PlayShaper®Enclosures PS111368A-001 Block Panel Above Deck 1,166.00 PlayShaper®Enclosures PS111368A-002 Block Panel Ground Level 1,166.00 Freestanding Play Sensory Play IP168107A-001 Bongo Panel 1,334.00 Freestanding Play Learning Wall LW184889A-001 Bongo Panel 1,192.00 Weevos®Motion & More Fun WV173584B-001 Bongo Panel 2"SM 2,825.00 PlayBooster®Enclosures PB164092A-001 Bongo Panel Above Deck 1,334.00 PlayShaper®Enclosures PS164093A-001 Bongo Panel Above Deck 1,192.00 Weevos®Motion & More Fun WV173584A-001 Bongo Panel DB 2,757.00 PlayBooster®Enclosures PB164092B-001 Bongo Panel Ground Level 1,581.00 PlayShaper®Enclosures PS164093A-002 Bongo Panel Ground Level 1,192.00 Freestanding Play Learning Wall LW184891A-001 Bongo Reach Panel 1,134.00 Evos®Accessible Reach PanelsEV164095A-001 Bongo Reach Panel 1,203.00 PlayShaper®Enclosures PS164147A-001 Bongo Reach Panel Above Deck 1,134.00 PlayBooster®Enclosures PB164094A-001 Bongo Reach Panel Above Deck 1,203.00 PlayShaper®Enclosures PS164147A-002 Bongo Reach Panel Ground Level 1,134.00 PlayBooster®Enclosures PB164094B-001 Bongo Reach Panel Ground Level 1,203.00 PlayBooster®Enclosures PB179042A-001 Bongo Vibe Panel Above Deck 1,801.00 PlayBooster®Enclosures PB179042B-001 Bongo Vibe Panel Ground Level 1,801.00 Freestanding Play Sensory Play IP168989A-001 Bongo/Alphamaze Panel 1,455.00 Weevos®Motion & More Fun WV173715B-001 Bongo/Alphamaze Panel 2"SM 2,925.00 Weevos®Motion & More Fun WV173715A-001 Bongo/Alphamaze Panel DB 2,825.00 Freestanding Play Sensory Play IP168666A-001 Bongo/Xylofun Panel 3,838.00 Weevos®Motion & More Fun WV173583B-001 Bongo/Xylofun Panels 2"SM 5,340.00 Weevos®Motion & More Fun WV173583A-001 Bongo/Xylofun Panels DB 5,219.00 Freestanding Play Motion & More Fun IP194704A-001 Boogie Board DB Only 3,287.00 PlayBooster®Motion & More Fun PB193176A-001 Boogie Board DB Only 2,914.00 Weevos®Bridges WV164178B-001 Boppity Bridge 2"SM 8,936.00 Weevos®Bridges WV164178A-001 Boppity Bridge DB 8,379.00 Evos®Overhead Events EV156463A-001 Bow Ladder 4,153.00 Evos®Overhead Events EV165533A-001 Bow Ladder Connector 16"Dk 4,515.00 Evos®Overhead Events EV165533A-002 Bow Ladder Connector 24"Dk 4,515.00 PlayBooster®Enclosures PB129806B-003 Bracket Retro Kit w/Infill for Wheel For Permalene 268.00 PlayBooster®Enclosures PB129806B-004 Bracket Retro Kit w/Infill for Wheel For Pipe Barrier 268.00 PlayBooster®Enclosures PB129806B-002 Bracket Retro Kit w/Infill for Wheel For Recycled Wall 268.00 PlayBooster®Enclosures PB129806B-005 Bracket Retro Kit w/Infill for Wheel For Wire Barrier 268.00 PlayBooster®Enclosures PB129806A-003 Bracket Retro Kit w/o Infill for Wheel For Permalene 94.00 PlayBooster®Enclosures PB129806A-004 Bracket Retro Kit w/o Infill for Wheel For Pipe Barrier 94.00 PlayBooster®Enclosures PB129806A-002 Bracket Retro Kit w/o Infill for Wheel For Recycled Wall 94.00 PlayBooster®Enclosures PB129806A-005 Bracket Retro Kit w/o Infill for Wheel For Wire Barrier 94.00 Freestanding Play Learning Wall LW184880A-001 Braille and Clock Panel 1,948.00 PlayBooster®Enclosures PB123844A-001 Braille Panel Above Deck 2,184.00 PlayShaper®Enclosures PS123845A-001 Braille Panel Above Deck 1,948.00 PlayShaper®Enclosures PS123845A-002 Braille Panel Ground Level 1,948.00 PlayBooster®Enclosures PB123844A-003 Braille Panel Ground Level Under 48"Dk 2,410.00 PlayBooster®Enclosures PB123844A-004 Braille Panel Ground Level Under 56"Dk 2,410.00 PlayBooster®Bridges & Ramps PB156231A-001 Bridge w/Barriers 5,880.00 PlayBooster®Bridges & Ramps PB156230A-001 Bridge w/Guardrails w/Curbs 5,109.00 PlayBooster®Bridges & Ramps PB156230B-001 Bridge w/Guardrails w/o Curbs 4,536.00 PlayBooster®Bridges & Ramps PB111345A-001 Bridge/Ramp Transition Bracket 399.00 Freestanding Play Learning Wall LW184853A-001 Bubble Panel 951.00 PlayBooster®Enclosures PB115223A-001 Bubble Panel Above Deck 1,140.00 PlayShaper®Enclosures PS111282A-001 Bubble Panel Above Deck 951.00 PlayBooster®Enclosures PB115223B-001 Bubble Panel Ground Level 1,355.00 PlayShaper®Enclosures PS111282A-002 Bubble Panel Ground Level 951.00 PlayBooster®Enclosures PB179043A-001 Bubble Vibe Panel Above Deck 1,602.00 PlayBooster®Enclosures PB179043B-001 Bubble Vibe Panel Ground Level 1,602.00 PlayBooster®Tunnels PB117088A-005 C Inclined Tunnel 12"SM 24"Dk 7,392.00 PlayBooster®Tunnels PB117088A-011 C Inclined Tunnel 12"SM 32"Dk 7,392.00 PlayBooster®Tunnels PB117088A-017 C Inclined Tunnel 12"SM 40"Dk 7,392.00 PlayBooster®Tunnels PB117088A-023 C Inclined Tunnel 12"SM 48"Dk 7,392.00 PlayBooster®Tunnels PB117088A-004 C Inclined Tunnel 2"SM 24"Dk 7,392.00 PlayBooster®Tunnels PB117088A-010 C Inclined Tunnel 2"SM 32"Dk 7,392.00 PlayBooster®Tunnels PB117088A-016 C Inclined Tunnel 2"SM 40"Dk 7,392.00 PlayBooster®Tunnels PB117088A-022 C Inclined Tunnel 2"SM 48"Dk 7,392.00 PlayBooster®Tunnels PB117088A-001 C Inclined Tunnel DB 16"Dk 7,566.00 PlayBooster®Tunnels PB117088A-003 C Inclined Tunnel DB 24"Dk 7,319.00 PlayBooster®Tunnels PB117088A-009 C Inclined Tunnel DB 32"Dk 7,319.00 PlayBooster®Tunnels PB117088A-015 C Inclined Tunnel DB 40"Dk 7,319.00 PlayBooster®Tunnels PB117088A-021 C Inclined Tunnel DB 48"Dk 7,319.00 PlayBooster®Tunnels PB117089A-009 C Straight Tunnel Above Deck 16"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089A-008 C Straight Tunnel Above Deck 16"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089A-007 C Straight Tunnel Above Deck 16"Dk DB 7,319.00 PlayBooster®Tunnels PB117089A-015 C Straight Tunnel Above Deck 24"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089A-014 C Straight Tunnel Above Deck 24"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089A-013 C Straight Tunnel Above Deck 24"Dk DB 7,319.00 PlayBooster®Tunnels PB117089A-021 C Straight Tunnel Above Deck 32"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089A-020 C Straight Tunnel Above Deck 32"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089A-019 C Straight Tunnel Above Deck 32"Dk DB 7,319.00 PlayBooster®Tunnels PB117089A-027 C Straight Tunnel Above Deck 40"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089A-026 C Straight Tunnel Above Deck 40"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089A-025 C Straight Tunnel Above Deck 40"Dk DB 7,319.00 PlayBooster®Tunnels PB117089A-033 C Straight Tunnel Above Deck 48"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089A-032 C Straight Tunnel Above Deck 48"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089A-031 C Straight Tunnel Above Deck 48"Dk DB 7,319.00 PlayBooster®Tunnels PB117089A-003 C Straight Tunnel Above Deck 8"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089A-002 C Straight Tunnel Above Deck 8"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089A-001 C Straight Tunnel Above Deck 8"Dk DB 7,319.00 PlayBooster®Tunnels PB117089A-039 C Straight Tunnel Ground Level 12"SM 7,886.00 PlayBooster®Tunnels PB117089A-038 C Straight Tunnel Ground Level 2"SM 7,886.00 PlayBooster®Tunnels PB117089A-037 C Straight Tunnel Ground Level DB 7,781.00 PlayBooster®Climbers Other PB176081A-001 Canyon Climber 1,980.00 PlayBooster®Climbers Nature-InspiredPB207577A-001 Canyon Collection Formation 1 w/Steel Direct Bury Posts 43,045.00 PlayBooster®Climbers Nature-InspiredPB207578A-001 Canyon Collection Formation 2 w/Steel Direct Bury Posts 41,643.00 PlayBooster®Climbers Nature-InspiredPB207579A-001 Canyon Collection Formation 3 w/Steel Direct Bury Posts 34,572.00 PlayBooster®Climbers Nature-InspiredPB207580A-001 Canyon Collection Formation 4 w/Steel Direct Bury Posts 34,430.00 PlayBooster®Climbers Nature-InspiredPB207851A-001 Canyon Corkscrew Net w/The Ascent Rock 9,760.00 PlayBooster®Climbers Nature-InspiredPB207851B-001 Canyon Corkscrew Net w/The Bend Rock 12,317.00 PlayBooster®Climbers Nature-InspiredPB207851C-001 Canyon Corkscrew Net w/The Chimney Rock 10,254.00 PlayBooster®Climbers Nature-InspiredPB207852A-001 Canyon High wire Net w/The Ascent Rock 9,513.00 PlayBooster®Climbers Nature-InspiredPB207852B-001 Canyon High wire Net w/The Bend Rock 12,102.00 PlayBooster®Climbers Nature-InspiredPB207852C-001 Canyon High wire Net w/The Chimney Rock 10,017.00 Freestanding Play Sports & Fitness IP192455B-001 Cardio Stepper 2"SM Order Post Separately*9,120.00 Freestanding Play Sports & Fitness IP192455A-001 Cardio Stepper DB Order Post Separately*9,072.00 PlayBooster®Climbers w/Permalene HandholdsPB150975A-001 Cascade Climber 48"Dk DB Only 3,119.00 Freestanding Play Climbers IP150977A-001 Cascade Climber 4-Panel DB Only 4,647.00 PlayBooster®Climbers w/Permalene HandholdsPB150975A-002 Cascade Climber 56"Dk DB Only 3,119.00 PlayBooster®Climbers w/Permalene HandholdsPB150975B-001 Cascade Climber 64"Dk DB Only 4,158.00 Freestanding Play Climbers IP150976A-001 Cascade Climber 6-Panel DB Only 7,009.00 PlayBooster®Climbers w/Permalene HandholdsPB150975B-002 Cascade Climber 72"Dk DB Only 4,158.00 PlayBooster®Climbers w/Vibe HandholdsPB179010A-002 Cascade Climber w/Vibe Handhold 48"Dk (Left) DB Only 3,397.00 PlayBooster®Climbers w/Vibe HandholdsPB179010A-001 Cascade Climber w/Vibe Handhold 48"Dk (Right) DB Only 3,397.00 PlayBooster®Climbers w/Vibe HandholdsPB179010A-004 Cascade Climber w/Vibe Handhold 56"Dk (Left) DB Only 3,397.00 PlayBooster®Climbers w/Vibe HandholdsPB179010A-003 Cascade Climber w/Vibe Handhold 56"Dk (Right) DB Only 3,397.00 PlayBooster®Climbers w/Vibe HandholdsPB179010B-002 Cascade Climber w/Vibe Handhold 64"Dk (Left) DB Only 4,421.00 PlayBooster®Climbers w/Vibe HandholdsPB179010B-001 Cascade Climber w/Vibe Handhold 64"Dk (Right) DB Only 4,421.00 PlayBooster®Climbers w/Vibe HandholdsPB179010B-004 Cascade Climber w/Vibe Handhold 72"Dk (Left) DB Only 4,421.00 PlayBooster®Climbers w/Vibe HandholdsPB179010B-003 Cascade Climber w/Vibe Handhold 72"Dk (Right) DB Only 4,421.00 PlayBooster®Climbers w/Permalene HandholdsPB128986A-001 Catwalk Climber 2,410.00 Smart Play®Ages 2-5 Yrs SP233083B-001 Centre 2" SM 66,381.00 Smart Play®Ages 2-5 Yrs SP233083A-001 Centre DB 64,255.00 PlayBooster®Climbers w/Permalene HandholdsPB153350A-001 Chain Ladder 32"Dk DB 1,245.00 PlayBooster®Climbers w/Permalene HandholdsPB153350A-003 Chain Ladder 40"Dk 2"SM 1,182.00 PlayBooster®Climbers w/Permalene HandholdsPB153350A-002 Chain Ladder 40"Dk DB 1,245.00 PlayBooster®Climbers w/Permalene HandholdsPB153350B-002 Chain Ladder 48"Dk 2"SM 1,260.00 PlayBooster®Climbers w/Permalene HandholdsPB153350B-001 Chain Ladder 48"Dk DB 1,323.00 PlayBooster®Climbers w/Permalene HandholdsPB153350B-004 Chain Ladder 56"Dk 2"SM 1,260.00 PlayBooster®Climbers w/Permalene HandholdsPB153350B-003 Chain Ladder 56"Dk DB 1,323.00 PlayBooster®Climbers w/Permalene HandholdsPB153350C-002 Chain Ladder 64"Dk 2"SM 1,413.00 PlayBooster®Climbers w/Permalene HandholdsPB153350C-001 Chain Ladder 64"Dk DB 1,470.00 PlayBooster®Climbers w/Permalene HandholdsPB153350C-004 Chain Ladder 72"Dk 2"SM 1,413.00 PlayBooster®Climbers w/Permalene HandholdsPB153350C-003 Chain Ladder 72"Dk DB 1,470.00 PlayBooster®Climbers Other PB153352A-001 Chain Ladder 90*Tri-Deck 32"Dk DB 2,153.00 PlayBooster®Climbers Other PB153352A-003 Chain Ladder 90*Tri-Deck 40"Dk 2"SM 2,074.00 PlayBooster®Climbers Other PB153352A-002 Chain Ladder 90*Tri-Deck 40"Dk DB 2,153.00 PlayBooster®Climbers Other PB153352B-002 Chain Ladder 90*Tri-Deck 48"Dk 2"SM 2,200.00 PlayBooster®Climbers Other PB153352B-001 Chain Ladder 90*Tri-Deck 48"Dk DB 2,268.00 PlayBooster®Climbers Other PB153352B-004 Chain Ladder 90*Tri-Deck 56"Dk 2"SM 2,200.00 PlayBooster®Climbers Other PB153352B-003 Chain Ladder 90*Tri-Deck 56"Dk DB 2,268.00 PlayBooster®Climbers Other PB153352C-002 Chain Ladder 90*Tri-Deck 64"Dk 2"SM 2,321.00 PlayBooster®Climbers Other PB153352C-001 Chain Ladder 90*Tri-Deck 64"Dk DB 2,379.00 PlayBooster®Climbers Other PB153352C-004 Chain Ladder 90*Tri-Deck 72"Dk 2"SM 2,321.00 PlayBooster®Climbers Other PB153352C-003 Chain Ladder 90*Tri-Deck 72"Dk DB 2,379.00 PlayBooster®Climbers w/SteelX HandholdsPB153351A-001 Chain Ladder SteelX Handholds 32"Dk DB 1,670.00 PlayBooster®Climbers w/SteelX HandholdsPB153351D-002 Chain Ladder SteelX Handholds 40"Dk 2"SM 1,628.00 PlayBooster®Climbers w/SteelX HandholdsPB153351A-002 Chain Ladder SteelX Handholds 40"Dk DB 1,670.00 PlayBooster®Climbers w/SteelX HandholdsPB153351E-001 Chain Ladder SteelX Handholds 48"Dk 2"SM 1,728.00 PlayBooster®Climbers w/SteelX HandholdsPB153351B-001 Chain Ladder SteelX Handholds 48"Dk DB 1,780.00 PlayBooster®Climbers w/SteelX HandholdsPB153351E-002 Chain Ladder SteelX Handholds 56"Dk 2"SM 1,728.00 PlayBooster®Climbers w/SteelX HandholdsPB153351B-002 Chain Ladder SteelX Handholds 56"Dk DB 1,780.00 PlayBooster®Climbers w/SteelX HandholdsPB153351F-001 Chain Ladder SteelX Handholds 64"Dk 2"SM 1,822.00 PlayBooster®Climbers w/SteelX HandholdsPB153351C-001 Chain Ladder SteelX Handholds 64"Dk DB 1,885.00 PlayBooster®Climbers w/SteelX HandholdsPB153351F-002 Chain Ladder SteelX Handholds 72"Dk 2"SM 1,822.00 PlayBooster®Climbers w/SteelX HandholdsPB153351C-002 Chain Ladder SteelX Handholds 72"Dk DB 1,885.00 PlayBooster®Climbers w/Vibe HandholdsPB179027A-001 Chain Ladder w/Vibe Handholds 32"Dk DB 1,654.00 PlayBooster®Climbers w/Vibe HandholdsPB179027A-003 Chain Ladder w/Vibe Handholds 40"Dk 2"SM 1,602.00 PlayBooster®Climbers w/Vibe HandholdsPB179027A-002 Chain Ladder w/Vibe Handholds 40"Dk DB 1,654.00 PlayBooster®Climbers w/Vibe HandholdsPB179027B-002 Chain Ladder w/Vibe Handholds 48"Dk 2"SM 1,670.00 PlayBooster®Climbers w/Vibe HandholdsPB179027B-001 Chain Ladder w/Vibe Handholds 48"Dk DB 1,743.00 PlayBooster®Climbers w/Vibe HandholdsPB179027B-004 Chain Ladder w/Vibe Handholds 56"Dk 2"SM 1,670.00 PlayBooster®Climbers w/Vibe HandholdsPB179027B-003 Chain Ladder w/Vibe Handholds 56"Dk DB 1,743.00 PlayBooster®Climbers w/Vibe HandholdsPB179027C-002 Chain Ladder w/Vibe Handholds 64"Dk 2"SM 1,822.00 PlayBooster®Climbers w/Vibe HandholdsPB179027C-001 Chain Ladder w/Vibe Handholds 64"Dk DB 1,885.00 PlayBooster®Climbers w/Vibe HandholdsPB179027C-004 Chain Ladder w/Vibe Handholds 72"Dk 2"SM 1,822.00 PlayBooster®Climbers w/Vibe HandholdsPB179027C-003 Chain Ladder w/Vibe Handholds 72"Dk DB 1,885.00 Freestanding Play IP100083A-001 Chain Net 48.00 Evos®Motion & More Fun EV156453A-001 Chatter Noodle DB Only 2,935.00 Freestanding Play Sensory Play IP158106A-001 Chatter Noodle DB Only 2,935.00 Freestanding Play Sports & Fitness IP192456B-001 Chest/Back Press 2"SM Order Post Separately*7,083.00 Freestanding Play Sports & Fitness IP192456A-001 Chest/Back Press DB Order Post Separately*7,035.00 Freestanding Play Motion & More Fun IP249557B-001 Chill Spinner - Stainless Steel 2"SM 5,229.00 Freestanding Play Motion & More Fun IP249557A-001 Chill Spinner - Stainless Steel DB 5,172.00 Freestanding Play Motion & More Fun IP247189B-001 Chill Spinner 2"SM 2,804.00 Freestanding Play Motion & More Fun IP247189A-001 Chill Spinner DB 2,751.00 Freestanding Play Learning Wall LW184873A-001 Chimes Panel 1,785.00 PlayShaper®Enclosures PS113211A-001 Chimes Panel Above Deck 1,785.00 PlayBooster®Enclosures PB115243A-001 Chimes Panel Above Deck 1,990.00 PlayShaper®Enclosures PS113211A-002 Chimes Panel Ground Level 1,785.00 PlayBooster®Enclosures PB115243A-003 Chimes Panel Ground Level Under 48"Dk 2,221.00 PlayBooster®Enclosures PB115243A-004 Chimes Panel Ground Level Under 56"Dk 2,221.00 Evos®Accessible Reach PanelsEV161777A-001 Chimes Reach Panel 1,728.00 PlayBooster®Enclosures PB135731A-001 Chimes Reach Panel Above Deck 1,728.00 PlayBooster®Enclosures PB135731A-002 Chimes Reach Panel Ground Level 1,728.00 PlayBooster®Climbers w/Permalene HandholdsPB229828A-001 Chimney Climb Across 72"Dk 24"Dk Difference DB Only 6,657.00 PlayBooster®Climbers Other PB230140A-002 Chimney Climb Across 72"Dk Equal Heights DB Only 5,460.00 PlayBooster®Climbers w/Permalene HandholdsPB229828D-001 Chimney Climb Across 96"Dk 24"Dk Difference DB Only 7,062.00 PlayBooster®Climbers w/Permalene HandholdsPB229829A-002 Chimney Climber 56"Dk 2"SM 4,731.00 PlayBooster®Climbers w/Permalene HandholdsPB229829A-001 Chimney Climber 56"Dk DB 4,715.00 PlayBooster®Climbers w/Permalene HandholdsPB229829D-002 Chimney Climber 64"Dk 2"SM 5,098.00 PlayBooster®Climbers w/Permalene HandholdsPB229829D-001 Chimney Climber 64"Dk DB 5,093.00 PlayBooster®Climbers w/Permalene HandholdsPB229829B-002 Chimney Climber 72"Dk 2"SM 5,466.00 PlayBooster®Climbers w/Permalene HandholdsPB229829B-001 Chimney Climber 72"Dk DB 5,460.00 PlayBooster®Climbers w/Permalene HandholdsPB229829C-001 Chimney Climber 96"Dk DB 5,796.00 PlayBooster®Climbers w/Vibe HandholdsPB229834A-002 Chimney Climber w/Vibe Handholds 56"Dk 2" SM 5,114.00 PlayBooster®Climbers w/Vibe HandholdsPB229834A-001 Chimney Climber w/Vibe Handholds 56"Dk DB 5,109.00 PlayBooster®Climbers w/Vibe HandholdsPB229834D-002 Chimney Climber w/Vibe Handholds 64"Dk 2" SM 5,481.00 PlayBooster®Climbers w/Vibe HandholdsPB229834D-001 Chimney Climber w/Vibe Handholds 64"Dk DB 5,476.00 PlayBooster®Climbers w/Vibe HandholdsPB229834B-002 Chimney Climber w/Vibe Handholds 72"Dk 2" SM 5,870.00 PlayBooster®Climbers w/Vibe HandholdsPB229834B-001 Chimney Climber w/Vibe Handholds 72"Dk DB 5,865.00 PlayBooster®Climbers w/Vibe HandholdsPB229834C-001 Chimney Climber w/Vibe Handholds 96"Dk DB 6,201.00 PlayShaper®Motion & More Fun PS139272A-001 Chinning Bar 137.00 PlayBooster®Motion & More Fun PB111357A-003 Chinning Bar Alum 12"SM 898.00 PlayBooster®Motion & More Fun PB111357A-002 Chinning Bar Alum 2"SM 898.00 PlayBooster®Motion & More Fun PB111357A-001 Chinning Bar Alum DB 725.00 PlayBooster®Motion & More Fun PB111357C-003 Chinning Bar Steel 12"SM 861.00 PlayBooster®Motion & More Fun PB111357C-002 Chinning Bar Steel 2"SM 861.00 PlayBooster®Motion & More Fun PB111357C-001 Chinning Bar Steel DB 688.00 Freestanding Play Sports & Fitness IP137958A-001 Chin-Up Station Alum Post DB 1,623.00 Freestanding Play Sports & Fitness IP137958B-001 Chin-Up Station Steel Post DB 1,476.00 Weevos®Motion & More Fun WV164177A-001 Chitter Chatter Noodle 2,636.00 Evos®EV156439A-001 Clamp No Faces (O-O)- Evos®EV156440A-001 Clamp One Face (A-A)- Evos®EV157585A-001 Clamp One Face (O-E)- Evos®EV156443A-001 Clamp Three Faces (B-B)- Evos®EV156442A-001 Clamp Two Faces 180* (C-C)- Evos®EV157586A-001 Clamp Two Faces 180* (E-E)- Evos®EV156441A-001 Clamp Two Faces 90* (A-B)- PlayBooster®Bridges & Ramps PB147425A-001 Clatterbridge 123 w/Barriers 9,057.00 PlayBooster®Bridges & Ramps PB143195A-001 Clatterbridge 123 w/Guardrails 6,369.00 PlayBooster®Bridges & Ramps PB147424A-001 Clatterbridge 84 w/Barriers 7,340.00 PlayBooster®Bridges & Ramps PB143194A-001 Clatterbridge 84 w/Guardrails 4,988.00 Freestanding Play Sensory Play IP112621A-003 Clear Paint Panel 2"SM 1,035.00 Freestanding Play Sensory Play IP112621B-002 Clear Paint Panel DB 840.00 PlayBooster®Climbers w/Permalene HandholdsPB122570A-003 Cliff Climber 48"Dk 12"SM 2,468.00 PlayBooster®Climbers w/Permalene HandholdsPB122570A-002 Cliff Climber 48"Dk 2"SM 2,468.00 PlayBooster®Climbers w/Permalene HandholdsPB122570A-001 Cliff Climber 48"Dk DB 2,379.00 PlayBooster®Climbers w/Permalene HandholdsPB122570B-003 Cliff Climber 56"Dk 12"SM 2,484.00 PlayBooster®Climbers w/Permalene HandholdsPB122570B-002 Cliff Climber 56"Dk 2"SM 2,484.00 PlayBooster®Climbers w/Permalene HandholdsPB122570B-001 Cliff Climber 56"Dk DB 2,405.00 PlayBooster®Climbers w/Permalene HandholdsPB122570C-003 Cliff Climber 64"Dk 12"SM 2,961.00 PlayBooster®Climbers w/Permalene HandholdsPB122570C-002 Cliff Climber 64"Dk 2"SM 2,961.00 PlayBooster®Climbers w/Permalene HandholdsPB122570C-001 Cliff Climber 64"Dk DB 2,867.00 PlayBooster®Climbers w/Permalene HandholdsPB122570D-003 Cliff Climber 72"Dk 12"SM 3,003.00 PlayBooster®Climbers w/Permalene HandholdsPB122570D-002 Cliff Climber 72"Dk 2"SM 3,003.00 PlayBooster®Climbers w/Permalene HandholdsPB122570D-001 Cliff Climber 72"Dk DB 2,888.00 PlayBooster®Climbers w/SteelX HandholdsPB139501A-003 Cliff Climber SteelX Handholds 48"Dk 12"SM 2,893.00 PlayBooster®Climbers w/SteelX HandholdsPB139501A-002 Cliff Climber SteelX Handholds 48"Dk 2"SM 2,893.00 PlayBooster®Climbers w/SteelX HandholdsPB139501A-001 Cliff Climber SteelX Handholds 48"Dk DB 2,799.00 PlayBooster®Climbers w/SteelX HandholdsPB139501B-003 Cliff Climber SteelX Handholds 56"Dk 12"SM 2,946.00 PlayBooster®Climbers w/SteelX HandholdsPB139501B-002 Cliff Climber SteelX Handholds 56"Dk 2"SM 2,946.00 PlayBooster®Climbers w/SteelX HandholdsPB139501B-001 Cliff Climber SteelX Handholds 56"Dk DB 2,846.00 PlayBooster®Climbers w/SteelX HandholdsPB139501C-003 Cliff Climber SteelX Handholds 64"Dk 12"SM 3,423.00 PlayBooster®Climbers w/SteelX HandholdsPB139501C-002 Cliff Climber SteelX Handholds 64"Dk 2"SM 3,423.00 PlayBooster®Climbers w/SteelX HandholdsPB139501C-001 Cliff Climber SteelX Handholds 64"Dk DB 3,355.00 PlayBooster®Climbers w/SteelX HandholdsPB139501D-003 Cliff Climber SteelX Handholds 72"Dk 12"SM 3,434.00 PlayBooster®Climbers w/SteelX HandholdsPB139501D-002 Cliff Climber SteelX Handholds 72"Dk 2"SM 3,434.00 PlayBooster®Climbers w/SteelX HandholdsPB139501D-001 Cliff Climber SteelX Handholds 72"Dk DB 3,381.00 PlayBooster®Climbers w/Vibe HandholdsPB179024A-003 Cliff Climber w/Vibe Handholds 48"Dk 12"SM 2,872.00 PlayBooster®Climbers w/Vibe HandholdsPB179024A-002 Cliff Climber w/Vibe Handholds 48"Dk 2"SM 2,872.00 PlayBooster®Climbers w/Vibe HandholdsPB179024A-001 Cliff Climber w/Vibe Handholds 48"Dk DB 2,793.00 PlayBooster®Climbers w/Vibe HandholdsPB179024B-003 Cliff Climber w/Vibe Handholds 56"Dk 12"SM 2,888.00 PlayBooster®Climbers w/Vibe HandholdsPB179024B-002 Cliff Climber w/Vibe Handholds 56"Dk 2"SM 2,888.00 PlayBooster®Climbers w/Vibe HandholdsPB179024B-001 Cliff Climber w/Vibe Handholds 56"Dk DB 2,820.00 PlayBooster®Climbers w/Vibe HandholdsPB179024C-003 Cliff Climber w/Vibe Handholds 64"Dk 12"SM 3,387.00 PlayBooster®Climbers w/Vibe HandholdsPB179024C-002 Cliff Climber w/Vibe Handholds 64"Dk 2"SM 3,387.00 PlayBooster®Climbers w/Vibe HandholdsPB179024C-001 Cliff Climber w/Vibe Handholds 64"Dk DB 3,287.00 PlayBooster®Climbers w/Vibe HandholdsPB179024D-003 Cliff Climber w/Vibe Handholds 72"Dk 12"SM 3,402.00 PlayBooster®Climbers w/Vibe HandholdsPB179024D-002 Cliff Climber w/Vibe Handholds 72"Dk 2"SM 3,402.00 PlayBooster®Climbers w/Vibe HandholdsPB179024D-001 Cliff Climber w/Vibe Handholds 72"Dk DB 3,318.00 Freestanding Play Climbers IP153354A-002 Climbing Wall Alum 2"SM 3,114.00 Freestanding Play Climbers IP153354A-001 Climbing Wall Alum DB 2,883.00 PlayBooster®Climbers w/Permalene HandholdsPB158678A-001 Climbing Wall Alum DB 2,337.00 PlayBooster®Climbers w/Permalene HandholdsPB158678A-002 Climbing Wall Aluminum 2"SM 2,457.00 PlayBooster®Climbers w/Permalene HandholdsPB579051A-001 Climbing Wall Panels 48"-56"Dk - PlayBooster®Climbers w/Vibe HandholdsPB810971A-001 Climbing Wall Panels 48"-56"Dk - PlayBooster®Climbers w/Permalene HandholdsPB579051B-002 Climbing Wall Panels 64"-72"Dk 'C' Shape - PlayBooster®Climbers w/Vibe HandholdsPB810971B-002 Climbing Wall Panels 64"-72"Dk 'C' Shape - PlayBooster®Climbers w/Permalene HandholdsPB579051B-001 Climbing Wall Panels 64"-72"Dk 'S' Shape - PlayBooster®Climbers w/Vibe HandholdsPB810971B-001 Climbing Wall Panels 64"-72"Dk 'S' Shape - Freestanding Play Climbers IP153354B-002 Climbing Wall Steel 2"SM 3,040.00 PlayBooster®Climbers w/Permalene HandholdsPB158678B-002 Climbing Wall Steel 2"SM 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB158678B-001 Climbing Wall Steel DB 2,284.00 Freestanding Play Climbers IP153354B-001 Climbing Wall Steel DB 2,715.00 PlayBooster®Slides PB144414A-003 Cloudburst Triple Slide 64"Dk 12"SM 6,521.00 PlayBooster®Slides PB144414A-002 Cloudburst Triple Slide 64"Dk 2"SM 6,521.00 PlayBooster®Slides PB144414A-001 Cloudburst Triple Slide 64"Dk DB 6,054.00 PlayBooster®Slides PB144414A-006 Cloudburst Triple Slide 72"Dk 12"SM 6,521.00 PlayBooster®Slides PB144414A-005 Cloudburst Triple Slide 72"Dk 2"SM 6,521.00 PlayBooster®Slides PB144414A-004 Cloudburst Triple Slide 72"Dk DB 6,054.00 Freestanding Play Structures IP100121B-001 Clubhouse w/Arch Roof 2"SM 9,813.00 Freestanding Play Structures IP100121A-001 Clubhouse w/Arch Roof DB 9,398.00 Freestanding Play Structures IP100121D-003 Clubhouse w/Sq Poly Roof 2"SM Customized Roof Logo 7,881.00 Freestanding Play Structures IP100121D-001 Clubhouse w/Sq Poly Roof 2"SM Standard Roof Logo 7,881.00 Freestanding Play Structures IP100121C-002 Clubhouse w/Sq Poly Roof DB Customized Roof Logo 7,350.00 Freestanding Play Structures IP100121C-001 Clubhouse w/Sq Poly Roof DB Standard Roof Logo 7,350.00 Freestanding Play Sensory Play IP177715A-001 Color Splash Panel 3,093.00 Freestanding Play Learning Wall LW184898A-001 Color Splash Panel 3,822.00 Weevos®Motion & More Fun WV177714B-001 Color Splash Panel 2"SM 4,657.00 PlayBooster®Enclosures PB177712A-001 Color Splash Panel Above Deck 3,969.00 PlayShaper®Enclosures PS177713A-001 Color Splash Panel Above Deck 3,822.00 Weevos®Motion & More Fun WV177714A-001 Color Splash Panel DB 4,557.00 PlayShaper®Enclosures PS177713A-002 Color Splash Panel Ground Level 3,822.00 PlayBooster®Enclosures PB177712B-001 Color Splash Panel Ground Level 4,137.00 PlayBooster®Enclosures PB179044A-001 Color Splash Vibe Panel Above Deck 4,332.00 PlayBooster®Enclosures PB179044B-001 Color Splash Vibe Panel Ground Level 4,332.00 PlayShaper®Climbers PS143200A-003 Conical Climber 12"SM 4,515.00 PlayShaper®Climbers PS143200A-002 Conical Climber 2"SM 4,515.00 PlayBooster®Climbers w/Permalene HandholdsPB143199B-003 Conical Climber 40"Dk 12"SM 4,762.00 PlayBooster®Climbers w/Permalene HandholdsPB143199B-002 Conical Climber 40"Dk 2"SM 4,762.00 PlayBooster®Climbers w/Permalene HandholdsPB143199B-001 Conical Climber 40"Dk DB 4,557.00 PlayBooster®Climbers w/Permalene HandholdsPB143199A-003 Conical Climber 72"Dk 12"SM 5,865.00 PlayBooster®Climbers w/Permalene HandholdsPB143199A-002 Conical Climber 72"Dk 2"SM 5,865.00 PlayBooster®Climbers w/Permalene HandholdsPB143199A-001 Conical Climber 72"Dk DB 5,665.00 PlayShaper®Climbers PS143200A-001 Conical Climber DB 4,326.00 PlayBooster®Climbers w/Vibe HandholdsPB178961B-003 Conical Climber w/Vibe Handholds 40"Dk 12" SM 5,177.00 PlayBooster®Climbers w/Vibe HandholdsPB178961B-002 Conical Climber w/Vibe Handholds 40"Dk 2" SM 5,177.00 PlayBooster®Climbers w/Vibe HandholdsPB178961B-001 Conical Climber w/Vibe Handholds 40"Dk DB 4,962.00 PlayBooster®Climbers w/Vibe HandholdsPB178961A-003 Conical Climber w/Vibe Handholds 72"Dk 12" SM 6,290.00 PlayBooster®Climbers w/Vibe HandholdsPB178961A-002 Conical Climber w/Vibe Handholds 72"Dk 2" SM 6,290.00 PlayBooster®Climbers w/Vibe HandholdsPB178961A-001 Conical Climber w/Vibe Handholds 72"Dk DB 6,080.00 Freestanding Play Shade IP155071A-001 Cool Mister Single Post DB 7,455.00 Freestanding Play Shade IP136759A-001 CoolToppers Full Sail DB Only 17,220.00 PlayBooster®Roofs PB136488A-001 CoolToppers Full Sail DB Only 15,656.00 PlayBooster®Roofs PB176761A-001 CoolToppers Full Sail For Hex Deck Custom 18,748.00 Freestanding Play Shade IP154397A-001 CoolToppers Single Post Pyramid (12'x12') DB Only 5,303.00 PlayBooster®Roofs PB154884A-001 CoolToppers Single Post Pyramid Roof DB Only 4,437.00 Freestanding Play Shade IP155072A-001 CoolToppers w/Cool Mister Single Post DB Only 11,661.00 PlayBooster®Roofs PB166081A-001 CoolToppers Wave Roof 1,602.00 PlayBooster®Climbers Nature-InspiredPB172666A-003 Corkscrew Climber w/Recycled Wood-Grain Handholds 32"Dk 12"SM2,526.00 PlayBooster®Climbers Nature-InspiredPB172666A-002 Corkscrew Climber w/Recycled Wood-Grain Handholds 32"Dk 2"SM2,526.00 PlayBooster®Climbers Nature-InspiredPB172666A-001 Corkscrew Climber w/Recycled Wood-Grain Handholds 32"Dk DB2,452.00 PlayBooster®Climbers Nature-InspiredPB172666A-006 Corkscrew Climber w/Recycled Wood-Grain Handholds 40"Dk 12"SM2,526.00 PlayBooster®Climbers Nature-InspiredPB172666A-005 Corkscrew Climber w/Recycled Wood-Grain Handholds 40"Dk 2"SM2,526.00 PlayBooster®Climbers Nature-InspiredPB172666A-004 Corkscrew Climber w/Recycled Wood-Grain Handholds 40"Dk DB2,452.00 PlayBooster®Climbers Nature-InspiredPB172666A-009 Corkscrew Climber w/Recycled Wood-Grain Handholds 48"Dk 12"SM2,526.00 PlayBooster®Climbers Nature-InspiredPB172666A-008 Corkscrew Climber w/Recycled Wood-Grain Handholds 48"Dk 2"SM2,526.00 PlayBooster®Climbers Nature-InspiredPB172666A-007 Corkscrew Climber w/Recycled Wood-Grain Handholds 48"Dk DB2,452.00 PlayBooster®Climbers Nature-InspiredPB172666B-003 Corkscrew Climber w/Recycled Wood-Grain Handholds 56"Dk 12"SM2,762.00 PlayBooster®Climbers Nature-InspiredPB172666B-002 Corkscrew Climber w/Recycled Wood-Grain Handholds 56"Dk 2"SM2,762.00 PlayBooster®Climbers Nature-InspiredPB172666B-001 Corkscrew Climber w/Recycled Wood-Grain Handholds 56"Dk DB2,662.00 PlayBooster®Climbers Nature-InspiredPB172666B-006 Corkscrew Climber w/Recycled Wood-Grain Handholds 64"Dk 12"SM2,762.00 PlayBooster®Climbers Nature-InspiredPB172666B-005 Corkscrew Climber w/Recycled Wood-Grain Handholds 64"Dk 2"SM2,762.00 PlayBooster®Climbers Nature-InspiredPB172666B-004 Corkscrew Climber w/Recycled Wood-Grain Handholds 64"Dk DB2,662.00 PlayBooster®Climbers Nature-InspiredPB172666B-009 Corkscrew Climber w/Recycled Wood-Grain Handholds 72"Dk 12"SM2,762.00 PlayBooster®Climbers Nature-InspiredPB172666B-008 Corkscrew Climber w/Recycled Wood-Grain Handholds 72"Dk 2"SM2,762.00 PlayBooster®Climbers Nature-InspiredPB172666B-007 Corkscrew Climber w/Recycled Wood-Grain Handholds 72"Dk DB2,662.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-003 Corkscrew Perm Handholds 32"Dk 12"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-002 Corkscrew Perm Handholds 32"Dk 2"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-001 Corkscrew Perm Handholds 32"Dk DB 1,507.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-006 Corkscrew Perm Handholds 40"Dk 12"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-005 Corkscrew Perm Handholds 40"Dk 2"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-004 Corkscrew Perm Handholds 40"Dk DB 1,507.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-009 Corkscrew Perm Handholds 48"Dk 12"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-008 Corkscrew Perm Handholds 48"Dk 2"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148432A-007 Corkscrew Perm Handholds 48"Dk DB 1,507.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-003 Corkscrew Perm Handholds 56"Dk 12"SM 1,801.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-002 Corkscrew Perm Handholds 56"Dk 2"SM 1,801.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-001 Corkscrew Perm Handholds 56"Dk DB 1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-006 Corkscrew Perm Handholds 64"Dk 12"SM 1,801.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-005 Corkscrew Perm Handholds 64"Dk 2"SM 1,801.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-004 Corkscrew Perm Handholds 64"Dk DB 1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-009 Corkscrew Perm Handholds 72"Dk 12"SM 1,801.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-008 Corkscrew Perm Handholds 72"Dk 2"SM 1,801.00 PlayBooster®Climbers w/Permalene HandholdsPB148432B-007 Corkscrew Perm Handholds 72"Dk DB 1,733.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-003 Corkscrew SteelX Handholds 32"Dk 12"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-002 Corkscrew SteelX Handholds 32"Dk 2"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-001 Corkscrew SteelX Handholds 32"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-006 Corkscrew SteelX Handholds 40"Dk 12"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-005 Corkscrew SteelX Handholds 40"Dk 2"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-004 Corkscrew SteelX Handholds 40"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-009 Corkscrew SteelX Handholds 48"Dk 12"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-008 Corkscrew SteelX Handholds 48"Dk 2"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148437A-007 Corkscrew SteelX Handholds 48"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-003 Corkscrew SteelX Handholds 56"Dk 12"SM 2,337.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-002 Corkscrew SteelX Handholds 56"Dk 2"SM 2,337.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-001 Corkscrew SteelX Handholds 56"Dk DB 2,226.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-006 Corkscrew SteelX Handholds 64"Dk 12"SM 2,337.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-005 Corkscrew SteelX Handholds 64"Dk 2"SM 2,337.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-004 Corkscrew SteelX Handholds 64"Dk DB 2,226.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-009 Corkscrew SteelX Handholds 72"Dk 12"SM 2,337.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-008 Corkscrew SteelX Handholds 72"Dk 2"SM 2,337.00 PlayBooster®Climbers w/SteelX HandholdsPB148437B-007 Corkscrew SteelX Handholds 72"Dk DB 2,226.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-003 Corkscrew w/Vibe Handholds 32"Dk 12" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-002 Corkscrew w/Vibe Handholds 32"Dk 2" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-001 Corkscrew w/Vibe Handholds 32"Dk DB 1,938.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-006 Corkscrew w/Vibe Handholds 40"Dk 12" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-005 Corkscrew w/Vibe Handholds 40"Dk 2" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-004 Corkscrew w/Vibe Handholds 40"Dk DB 1,938.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-009 Corkscrew w/Vibe Handholds 48"Dk 12" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-008 Corkscrew w/Vibe Handholds 48"Dk 2" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180101A-007 Corkscrew w/Vibe Handholds 48"Dk DB 1,938.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-003 Corkscrew w/Vibe Handholds 56"Dk 12" SM 2,216.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-002 Corkscrew w/Vibe Handholds 56"Dk 2" SM 2,216.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-001 Corkscrew w/Vibe Handholds 56"Dk DB 2,142.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-006 Corkscrew w/Vibe Handholds 64"Dk 12" SM 2,216.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-005 Corkscrew w/Vibe Handholds 64"Dk 2" SM 2,216.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-004 Corkscrew w/Vibe Handholds 64"Dk DB 2,142.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-009 Corkscrew w/Vibe Handholds 72"Dk 12" SM 2,216.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-008 Corkscrew w/Vibe Handholds 72"Dk 2" SM 2,216.00 PlayBooster®Climbers w/Vibe HandholdsPB180101B-007 Corkscrew w/Vibe Handholds 72"Dk DB 2,142.00 PlayBooster®Climbers w/Permalene HandholdsPB143198A-004 Corner Climber 64"Dk DB 5,403.00 PlayBooster®Climbers w/Permalene HandholdsPB143198A-003 Corner Climber 72"Dk 12"SM 5,602.00 PlayBooster®Climbers w/Permalene HandholdsPB143198A-002 Corner Climber 72"Dk 2"SM 5,602.00 PlayBooster®Climbers w/Permalene HandholdsPB143198A-001 Corner Climber 72"Dk DB 5,403.00 Freestanding Play Site Furnishings IP141686A-001 Cover Litter Receptacle 158.00 PlayBooster®Climbers Other PB126374A-001 Cozy Climber 90*Tri-Deck 32"Dk DB 3,733.00 PlayBooster®Climbers Other PB126374A-003 Cozy Climber 90*Tri-Deck 40"Dk 2"SM 3,927.00 PlayBooster®Climbers Other PB126374A-002 Cozy Climber 90*Tri-Deck 40"Dk DB 3,733.00 PlayBooster®Climbers Other PB126374B-002 Cozy Climber 90*Tri-Deck 48"Dk 2"SM 4,269.00 PlayBooster®Climbers Other PB126374B-001 Cozy Climber 90*Tri-Deck 48"Dk DB 4,095.00 PlayShaper®Climbers PS132023A-006 Cozy Climber Perm Handholds 30"Dk DB 3,271.00 PlayBooster®Climbers w/Permalene HandholdsPB123293A-001 Cozy Climber Perm Handholds 32"Dk DB 3,271.00 PlayShaper®Climbers PS132023A-001 Cozy Climber Perm Handholds 32"Dk DB 3,271.00 PlayShaper®Climbers PS132023A-005 Cozy Climber Perm Handholds 36"Dk DB 3,271.00 PlayBooster®Climbers w/Permalene HandholdsPB123293A-005 Cozy Climber Perm Handholds 40"Dk 12"SM 3,450.00 PlayShaper®Climbers PS132023A-007 Cozy Climber Perm Handholds 40"Dk 12"SM 3,450.00 PlayBooster®Climbers w/Permalene HandholdsPB123293A-004 Cozy Climber Perm Handholds 40"Dk 2"SM 3,450.00 PlayShaper®Climbers PS132023A-004 Cozy Climber Perm Handholds 40"Dk 2"SM 3,450.00 PlayBooster®Climbers w/Permalene HandholdsPB123293A-003 Cozy Climber Perm Handholds 40"Dk DB 3,271.00 PlayShaper®Climbers PS132023A-003 Cozy Climber Perm Handholds 40"Dk DB 3,271.00 PlayBooster®Climbers w/Permalene HandholdsPB123293B-003 Cozy Climber Perm Handholds 48"Dk 12"SM 3,738.00 PlayShaper®Climbers PS132023B-003 Cozy Climber Perm Handholds 48"Dk 12"SM 3,738.00 PlayBooster®Climbers w/Permalene HandholdsPB123293B-002 Cozy Climber Perm Handholds 48"Dk 2"SM 3,738.00 PlayShaper®Climbers PS132023B-002 Cozy Climber Perm Handholds 48"Dk 2"SM 3,738.00 PlayBooster®Climbers w/Permalene HandholdsPB123293B-001 Cozy Climber Perm Handholds 48"Dk DB 3,539.00 PlayShaper®Climbers PS132023B-001 Cozy Climber Perm Handholds 48"Dk DB 3,539.00 PlayBooster®Climbers w/SteelX HandholdsPB139500A-001 Cozy Climber SteelX Handholds 32"Dk DB 3,733.00 PlayBooster®Climbers w/SteelX HandholdsPB139500A-006 Cozy Climber SteelX Handholds 40"Dk 12"SM 3,927.00 PlayBooster®Climbers w/SteelX HandholdsPB139500A-005 Cozy Climber SteelX Handholds 40"Dk 2"SM 3,927.00 PlayBooster®Climbers w/SteelX HandholdsPB139500A-003 Cozy Climber SteelX Handholds 40"Dk DB 3,733.00 PlayBooster®Climbers w/SteelX HandholdsPB139500B-003 Cozy Climber SteelX Handholds 48"Dk 12"SM 4,211.00 PlayBooster®Climbers w/SteelX HandholdsPB139500B-002 Cozy Climber SteelX Handholds 48"Dk 2"SM 4,211.00 PlayBooster®Climbers w/SteelX HandholdsPB139500B-001 Cozy Climber SteelX Handholds 48"Dk DB 4,017.00 PlayBooster®Climbers w/Vibe HandholdsPB180092A-001 Cozy Climber w/Vibe Handholds 32"Dk DB 3,696.00 PlayBooster®Climbers w/Vibe HandholdsPB180092A-004 Cozy Climber w/Vibe Handholds 40"Dk 12"SM 3,885.00 PlayBooster®Climbers w/Vibe HandholdsPB180092A-003 Cozy Climber w/Vibe Handholds 40"Dk 2"SM 3,885.00 PlayBooster®Climbers w/Vibe HandholdsPB180092A-002 Cozy Climber w/Vibe Handholds 40"Dk DB 3,696.00 PlayBooster®Climbers w/Vibe HandholdsPB180092B-003 Cozy Climber w/Vibe Handholds 48"Dk 12"SM 4,169.00 PlayBooster®Climbers w/Vibe HandholdsPB180092B-002 Cozy Climber w/Vibe Handholds 48"Dk 2"SM 4,169.00 PlayBooster®Climbers w/Vibe HandholdsPB180092B-001 Cozy Climber w/Vibe Handholds 48"Dk DB 3,959.00 Weevos®Slides WV164174B-003 Cozy Coaster Slide w/ASTM Handrail 2"SM w/Stairs Under Large Arch9,456.00 Weevos®Slides WV164174B-001 Cozy Coaster Slide w/ASTM Handrail 2"SM w/Stairs Under Medium Arch9,456.00 Weevos®Slides WV164174A-003 Cozy Coaster Slide w/ASTM Handrail DB w/Stairs Under Large Arch8,904.00 Weevos®Slides WV164174A-001 Cozy Coaster Slide w/ASTM Handrail DB w/Stairs Under Medium Arch8,904.00 Freestanding Play Sensory Play IP168099B-001 Cozy Dome 2"SM 5,802.00 Freestanding Play Sensory Play IP168099A-001 Cozy Dome DB 5,949.00 Freestanding Play Structures IP248479A-001 Crab Trap DB Only 93,865.00 Freestanding Play Structures IP251054A-001 Crab Trap HDG DB Only 107,956.00 Freestanding Play Sensory Play LW184874A-001 Crawl Tunnel 2,998.00 PlayShaper®Tunnels PS136443A-001 Crawl Tunnel 6"Dk DB Only 1,869.00 PlayShaper®Tunnels PS115409C-001 Crawl Tunnel Above Deck 2,998.00 PlayShaper®Tunnels PS115409C-002 Crawl Tunnel Ground Level 2,998.00 PlayBooster®Climbers w/Permalene HandholdsPB202625A-001 Crest Climber w/Permalene Handholds 7,482.00 PlayBooster®Climbers w/Vibe HandholdsPB200610A-001 Crest Climber w/Vibe Handholds 7,944.00 PlayBooster®Climbers w/Permalene HandholdsPB145839B-002 Critter Canyon 12"SM 2,379.00 PlayBooster®Climbers w/Permalene HandholdsPB145839B-001 Critter Canyon 2"SM 2,379.00 PlayShaper®Climbers PS137966A-001 Critter Canyon Climber 30"Dk DB 1,990.00 PlayShaper®Climbers PS137966A-006 Critter Canyon Climber 32"Dk 12"SM 2,190.00 PlayShaper®Climbers PS137966A-005 Critter Canyon Climber 32"Dk 2"SM 2,190.00 PlayShaper®Climbers PS137966A-004 Critter Canyon Climber 32"Dk DB 1,990.00 PlayBooster®Climbers w/Permalene HandholdsPB145839A-001 Critter Canyon DB 2,184.00 PlayBooster®Climbers w/Permalene HandholdsPB176077A-002 Croquet Climber 48"Dk 2"SM 2,058.00 PlayBooster®Climbers w/Permalene HandholdsPB176077A-001 Croquet Climber 48"Dk DB 1,959.00 PlayBooster®Climbers w/Permalene HandholdsPB176077A-004 Croquet Climber 56"Dk 2"SM 2,058.00 PlayBooster®Climbers w/Permalene HandholdsPB176077A-003 Croquet Climber 56"Dk DB 1,959.00 PlayBooster®Climbers w/Permalene HandholdsPB176077B-002 Croquet Climber 64"Dk 2"SM 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB176077B-001 Croquet Climber 64"Dk DB 1,980.00 PlayBooster®Climbers w/Permalene HandholdsPB176077B-004 Croquet Climber 72"Dk 2"SM 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB176077B-003 Croquet Climber 72"Dk DB 1,980.00 PlayBooster®Climbers w/Vibe HandholdsPB179020A-002 Croquet Climber w/Vibe Handholds 48"Dk 2" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB179020A-001 Croquet Climber w/Vibe Handholds 48"Dk DB 2,358.00 PlayBooster®Climbers w/Vibe HandholdsPB179020A-004 Croquet Climber w/Vibe Handholds 56"Dk 2" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB179020A-003 Croquet Climber w/Vibe Handholds 56"Dk DB 2,358.00 PlayBooster®Climbers w/Vibe HandholdsPB179020B-002 Croquet Climber w/Vibe Handholds 64"Dk 2" SM 2,505.00 PlayBooster®Climbers w/Vibe HandholdsPB179020B-001 Croquet Climber w/Vibe Handholds 64"Dk DB 2,405.00 PlayBooster®Climbers w/Vibe HandholdsPB179020B-004 Croquet Climber w/Vibe Handholds 72"Dk 2" SM 2,505.00 PlayBooster®Climbers w/Vibe HandholdsPB179020B-003 Croquet Climber w/Vibe Handholds 72"Dk DB 2,405.00 Smart Play®Ages 2-5 Yrs SP205160B-001 Cube 2"SM 20,838.00 Smart Play®Ages 2-5 Yrs SP205160A-001 Cube DB 20,124.00 Freestanding Play Motion & More Fun IP249553A-001 Curva Spinner - Stainless Steel DB Only 5,912.00 Freestanding Play Motion & More Fun IP247179A-001 Curva Spinner DB Only 2,515.00 Freestanding Play Sports & Fitness IP100041A-002 Curved Balance Beam 2"SM 1,308.00 Freestanding Play Sports & Fitness IP100041A-001 Curved Balance Beam DB 1,103.00 PlayShaper®Slides PS123339A-004 Curved Slide 40"Dk 12"SM 2,405.00 PlayShaper®Slides PS123339A-003 Curved Slide 40"Dk 2"SM 2,405.00 PlayShaper®Slides PS123339A-002 Curved Slide 40"Dk DB 2,195.00 PlayBooster®Overhead Events PB118093A-001 Curved Track Ride 4,657.00 Freestanding Play Motion & More Fun IP121874A-001 Curved Track Ride w/Alum Posts DB Only 6,610.00 Freestanding Play Motion & More Fun IP121874B-001 Curved Track Ride w/Steel Posts DB Only 6,243.00 PlayShaper®Decks PS153020A-016 Curved Transfer Module 32"Dk Left 12"SM 3,208.00 PlayShaper®Decks PS153020A-015 Curved Transfer Module 32"Dk Left 2"SM 2,961.00 PlayShaper®Decks PS153020A-014 Curved Transfer Module 32"Dk Left DB 2,893.00 PlayShaper®Decks PS153020A-013 Curved Transfer Module 32"Dk Right 12"SM 3,208.00 PlayShaper®Decks PS153020A-012 Curved Transfer Module 32"Dk Right 2"SM 2,961.00 PlayShaper®Decks PS153020A-011 Curved Transfer Module 32"Dk Right DB 2,893.00 PlayShaper®Decks PS153020B-016 Curved Transfer Module 40"Dk Left 12"SM 3,717.00 PlayShaper®Decks PS153020B-015 Curved Transfer Module 40"Dk Left 2"SM 3,423.00 PlayShaper®Decks PS153020B-014 Curved Transfer Module 40"Dk Left DB 3,392.00 PlayShaper®Decks PS153020B-013 Curved Transfer Module 40"Dk Right 12"SM 3,717.00 PlayShaper®Decks PS153020B-012 Curved Transfer Module 40"Dk Right 2"SM 3,423.00 PlayShaper®Decks PS153020B-011 Curved Transfer Module 40"Dk Right DB 3,392.00 PlayShaper®Decks PS153020C-016 Curved Transfer Module 48"Dk Left 12"SM 3,922.00 PlayShaper®Decks PS153020C-015 Curved Transfer Module 48"Dk Left 2"SM 3,639.00 PlayShaper®Decks PS153020C-014 Curved Transfer Module 48"Dk Left DB 3,591.00 PlayShaper®Decks PS153020C-013 Curved Transfer Module 48"Dk Right 12"SM 3,922.00 PlayShaper®Decks PS153020C-012 Curved Transfer Module 48"Dk Right 2"SM 3,639.00 PlayShaper®Decks PS153020C-011 Curved Transfer Module 48"Dk Right DB 3,591.00 PlayBooster®Decks PB184354A-006 Curved Transfer Module Left 2-5yrs 32"Dk 12"SM 3,975.00 PlayBooster®Decks PB184354A-005 Curved Transfer Module Left 2-5yrs 32"Dk 2"SM 3,728.00 PlayBooster®Decks PB184354A-004 Curved Transfer Module Left 2-5yrs 32"Dk DB 3,665.00 PlayBooster®Decks PB184354B-006 Curved Transfer Module Left 2-5yrs 40"Dk 12"SM 4,500.00 PlayBooster®Decks PB184354B-005 Curved Transfer Module Left 2-5yrs 40"Dk 2"SM 4,227.00 PlayBooster®Decks PB184354B-004 Curved Transfer Module Left 2-5yrs 40"Dk DB 4,179.00 PlayBooster®Decks PB184354C-006 Curved Transfer Module Left 2-5yrs 48"Dk 12"SM 4,715.00 PlayBooster®Decks PB184354C-005 Curved Transfer Module Left 2-5yrs 48"Dk 2"SM 4,405.00 PlayBooster®Decks PB184354C-004 Curved Transfer Module Left 2-5yrs 48"Dk DB 4,358.00 PlayBooster®Decks PB152911A-006 Curved Transfer Module Left 32"Dk 12"SM 3,518.00 PlayBooster®Decks PB152911A-005 Curved Transfer Module Left 32"Dk 2"SM 3,261.00 PlayBooster®Decks PB152911A-004 Curved Transfer Module Left 32"Dk DB 3,192.00 PlayBooster®Decks PB152911B-006 Curved Transfer Module Left 40"Dk 12"SM 4,017.00 PlayBooster®Decks PB152911B-005 Curved Transfer Module Left 40"Dk 2"SM 3,749.00 PlayBooster®Decks PB152911B-004 Curved Transfer Module Left 40"Dk DB 3,712.00 PlayBooster®Decks PB152911C-006 Curved Transfer Module Left 48"Dk 12"SM 4,216.00 PlayBooster®Decks PB152911C-005 Curved Transfer Module Left 48"Dk 2"SM 3,943.00 PlayBooster®Decks PB152911C-004 Curved Transfer Module Left 48"Dk DB 3,917.00 PlayBooster®Decks PB184354A-003 Curved Transfer Module Right 2-5yrs 32"Dk 12"SM 3,975.00 PlayBooster®Decks PB184354A-002 Curved Transfer Module Right 2-5yrs 32"Dk 2"SM 3,728.00 PlayBooster®Decks PB184354A-001 Curved Transfer Module Right 2-5yrs 32"Dk DB 3,665.00 PlayBooster®Decks PB184354B-003 Curved Transfer Module Right 2-5yrs 40"Dk 12"SM 4,500.00 PlayBooster®Decks PB184354B-002 Curved Transfer Module Right 2-5yrs 40"Dk 2"SM 4,227.00 PlayBooster®Decks PB184354B-001 Curved Transfer Module Right 2-5yrs 40"Dk DB 4,179.00 PlayBooster®Decks PB184354C-003 Curved Transfer Module Right 2-5yrs 48"Dk 12"SM 4,715.00 PlayBooster®Decks PB184354C-002 Curved Transfer Module Right 2-5yrs 48"Dk 2"SM 4,405.00 PlayBooster®Decks PB184354C-001 Curved Transfer Module Right 2-5yrs 48"Dk DB 4,358.00 PlayBooster®Decks PB152911A-003 Curved Transfer Module Right 32"Dk 12"SM 3,518.00 PlayBooster®Decks PB152911A-002 Curved Transfer Module Right 32"Dk 2"SM 3,261.00 PlayBooster®Decks PB152911A-001 Curved Transfer Module Right 32"Dk DB 3,192.00 PlayBooster®Decks PB152911B-003 Curved Transfer Module Right 40"Dk 12"SM 4,017.00 PlayBooster®Decks PB152911B-002 Curved Transfer Module Right 40"Dk 2"SM 3,749.00 PlayBooster®Decks PB152911B-001 Curved Transfer Module Right 40"Dk DB 3,712.00 PlayBooster®Decks PB152911C-003 Curved Transfer Module Right 48"Dk 12"SM 4,216.00 PlayBooster®Decks PB152911C-002 Curved Transfer Module Right 48"Dk 2"SM 3,943.00 PlayBooster®Decks PB152911C-001 Curved Transfer Module Right 48"Dk DB 3,917.00 PlayBooster®Decks PB152912A-006 Curved Transfer Module SteelX Left 32"Dk 12"SM 3,922.00 PlayBooster®Decks PB152912A-005 Curved Transfer Module SteelX Left 32"Dk 2"SM 3,639.00 PlayBooster®Decks PB152912A-004 Curved Transfer Module SteelX Left 32"Dk DB 3,591.00 PlayBooster®Decks PB152912B-006 Curved Transfer Module SteelX Left 40"Dk 12"SM 4,384.00 PlayBooster®Decks PB152912B-005 Curved Transfer Module SteelX Left 40"Dk 2"SM 4,137.00 PlayBooster®Decks PB152912B-004 Curved Transfer Module SteelX Left 40"Dk DB 4,059.00 PlayBooster®Decks PB152912C-006 Curved Transfer Module SteelX Left 48"Dk 12"SM 4,584.00 PlayBooster®Decks PB152912C-005 Curved Transfer Module SteelX Left 48"Dk 2"SM 4,332.00 PlayBooster®Decks PB152912C-004 Curved Transfer Module SteelX Left 48"Dk DB 4,237.00 PlayBooster®Decks PB152912A-003 Curved Transfer Module SteelX Right 32"Dk 12"SM 3,922.00 PlayBooster®Decks PB152912A-002 Curved Transfer Module SteelX Right 32"Dk 2"SM 3,639.00 PlayBooster®Decks PB152912A-001 Curved Transfer Module SteelX Right 32"Dk DB 3,591.00 PlayBooster®Decks PB152912B-003 Curved Transfer Module SteelX Right 40"Dk 12"SM 4,384.00 PlayBooster®Decks PB152912B-002 Curved Transfer Module SteelX Right 40"Dk 2"SM 4,137.00 PlayBooster®Decks PB152912B-001 Curved Transfer Module SteelX Right 40"Dk DB 4,059.00 PlayBooster®Decks PB152912C-003 Curved Transfer Module SteelX Right 48"Dk 12"SM 4,584.00 PlayBooster®Decks PB152912C-002 Curved Transfer Module SteelX Right 48"Dk 2"SM 4,332.00 PlayBooster®Decks PB152912C-001 Curved Transfer Module SteelX Right 48"Dk DB 4,237.00 PlayShaper®Enclosures PS200000A-001 Custom Panel For Flanges 2.00 Evos®Motion & More Fun EV156467A-001 Cycler DB Only 1,995.00 Freestanding Play Motion & More Fun IP158107A-001 Cycler DB Only 1,995.00 PlayBooster®Decks PB111607A-001 Deck Clamp Lowering Kit 73.00 PlayShaper®Climbers PS153021A-001 Deck Link 1 Step 1,481.00 PlayShaper®Climbers PS153021B-001 Deck Link 2 Steps 1,780.00 PlayBooster®Climbers w/Permalene HandholdsPB152907A-001 Deck Link w/Barriers Steel end panels 1 Step 1,864.00 PlayBooster®Climbers w/Permalene HandholdsPB152907B-001 Deck Link w/Barriers Steel end panels 2 Steps 2,757.00 PlayBooster®Climbers w/Permalene HandholdsPB152907C-001 Deck Link w/Barriers Steel end panels 3 Steps 3,591.00 PlayBooster®Climbers w/Permalene HandholdsPB152907D-001 Deck Link w/Barriers Steel end panels 4 Steps 4,447.00 PlayBooster®Climbers w/Permalene HandholdsPB152908A-001 Deck Link w/Handrails Permalene infill panel 1 Step 1,796.00 PlayBooster®Climbers w/Permalene HandholdsPB152908B-001 Deck Link w/Handrails Permalene infill panel 2 Steps 2,074.00 PlayBooster®Climbers w/Permalene HandholdsPB152908C-001 Deck Link w/Handrails Permalene infill panel 3 Steps 2,379.00 PlayBooster®Climbers w/Permalene HandholdsPB152908D-001 Deck Link w/Handrails Permalene infill panel 4 Steps 2,505.00 PlayBooster®Climbers w/SteelX HandholdsPB152910A-001 Deck Link w/SteelX Handrails 1 Step 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB152910B-001 Deck Link w/SteelX Handrails 2 Steps 2,484.00 PlayBooster®Climbers w/SteelX HandholdsPB152910C-001 Deck Link w/SteelX Handrails 3 Steps 2,783.00 PlayBooster®Climbers w/SteelX HandholdsPB152910D-001 Deck Link w/SteelX Handrails 4 Steps 3,056.00 Freestanding Play Signs IP217914A-002 DigiFuse Arched Sign Panel w/PS Posts 2" SM 1,717.00 Freestanding Play Signs IP217914A-001 DigiFuse Arched Sign Panel w/PS Posts Direct Bury 1,502.00 PlayShaper®Enclosures PS217913A-001 DigiFuse Barrier Panel Above Deck 1,470.00 PlayBooster®Enclosures PB217909A-001 DigiFuse Barrier Panel Above Deck 1,743.00 PlayShaper®Enclosures PS217913A-002 DigiFuse Barrier Panel Ground Level 1,470.00 PlayBooster®Enclosures PB217909B-001 DigiFuse Barrier Panel Ground Level 1,990.00 PlayBooster®Enclosures PB218172A-001 DigiFuse Barrier Panel w/Medallions Above Deck 2,568.00 PlayBooster®Enclosures PB218172B-001 DigiFuse Barrier Panel w/Medallions Ground Level 2,825.00 PlayBooster®Enclosures PB217908A-001 DigiFuse Bubble Panel Above Deck 1,974.00 PlayBooster®Enclosures PB217908B-001 DigiFuse Bubble Panel Ground Level 2,226.00 PlayBooster®Enclosures PB217912A-001 DigiFuse Hole Panel 1,523.00 PlayBooster®Enclosures PB217911A-001 DigiFuse Periscope Panel Above Deck 3,129.00 PlayBooster®Enclosures PB217911B-001 DigiFuse Periscope Panel Ground Level 3,381.00 PlayBooster®Roofs PB217910A-001 DigiFuse Vibe Roof 2,436.00 Freestanding Play Motion & More Fun IP233059B-001 DigiRider Bear DB 1,838.00 Freestanding Play Motion & More Fun IP233059A-001 DigiRider Bear SM 1,549.00 Freestanding Play Motion & More Fun IP233057B-001 DigiRider Butterfly DB 1,838.00 Freestanding Play Motion & More Fun IP233057A-001 DigiRider Butterfly SM 1,549.00 Freestanding Play Motion & More Fun IP233061B-001 DigiRider Chicken DB 1,838.00 Freestanding Play Motion & More Fun IP233061A-001 DigiRider Chicken SM 1,549.00 Freestanding Play Motion & More Fun IP233058B-001 DigiRider Dinosaur DB 1,838.00 Freestanding Play Motion & More Fun IP233058A-001 DigiRider Dinosaur SM 1,549.00 Freestanding Play Motion & More Fun IP233054B-001 DigiRider Fire Engine DB 2,636.00 Freestanding Play Motion & More Fun IP233054A-001 DigiRider Fire Engine SM 2,358.00 Freestanding Play Motion & More Fun IP233060B-001 DigiRider Horse DB 1,838.00 Freestanding Play Motion & More Fun IP233060A-001 DigiRider Horse SM 1,549.00 Freestanding Play Motion & More Fun IP233053B-001 DigiRider Police Car DB 1,838.00 Freestanding Play Motion & More Fun IP233053A-001 DigiRider Police Car SM 1,549.00 Freestanding Play Motion & More Fun IP233055B-001 DigiRider Rocket Ship DB 1,838.00 Freestanding Play Motion & More Fun IP233055A-001 DigiRider Rocket Ship SM 1,549.00 Freestanding Play Motion & More Fun IP233056B-001 DigiRider Tractor DB 1,838.00 Freestanding Play Motion & More Fun IP233056A-001 DigiRider Tractor SM 1,549.00 Freestanding Play Structures IP100122B-001 Dino Climber 2"SM 16,506.00 Freestanding Play Structures IP100122A-001 Dino Climber DB 15,698.00 Freestanding Play Sensory Play IP170793A-001 Dino Egg Fossil Dig 809.00 PlayBooster®Bridges & Ramps PB136157B-018 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 16"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-017 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 16"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-016 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 16"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157B-036 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 24"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-035 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 24"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-034 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 24"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157A-020 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-019 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-018 Disc Challenge S Shape Left w/Handhold Panels 16"Deck Diff Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157B-024 Disc Challenge S Shape Left w/Handhold Panels 24"Deck Diff Attached To 16"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-023 Disc Challenge S Shape Left w/Handhold Panels 24"Deck Diff Attached To 16"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-022 Disc Challenge S Shape Left w/Handhold Panels 24"Deck Diff Attached To 16"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157B-006 Disc Challenge S Shape Left w/Handhold Panels 24"Deck Diff Attached To 8"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-005 Disc Challenge S Shape Left w/Handhold Panels 24"Deck Diff Attached To 8"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-004 Disc Challenge S Shape Left w/Handhold Panels 24"Deck Diff Attached To 8"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157B-012 Disc Challenge S Shape Left w/Handhold Panels 32"Deck Diff Attached To 8"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-011 Disc Challenge S Shape Left w/Handhold Panels 32"Deck Diff Attached To 8"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-010 Disc Challenge S Shape Left w/Handhold Panels 32"Deck Diff Attached To 8"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157A-044 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 16"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-043 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 16"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-042 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 16"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157B-030 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 24"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-029 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 24"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-028 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 24"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157C-012 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 32"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-011 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 32"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-010 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 32"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB136157A-014 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-013 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-012 Disc Challenge S Shape Left w/Handhold Panels 8"Deck Diff Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157A-038 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 16"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-037 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 16"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-036 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 16"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157A-062 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 24"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-061 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 24"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-060 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 24"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157C-006 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 32"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-005 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 32"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-004 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 32"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB136157C-018 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 40"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-017 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 40"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-016 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 40"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB136157A-007 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-006 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-005 Disc Challenge S Shape Left w/Handhold Panels Equal Decks Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB165576B-018 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 16"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-017 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 16"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-016 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 16"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576B-036 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 24"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-035 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 24"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-034 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 24"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576A-020 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-019 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-018 Disc Challenge S Shape Left w/Handloops 16"Deck Diff Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576B-024 Disc Challenge S Shape Left w/Handloops 24"Deck Diff Attached To 16"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-023 Disc Challenge S Shape Left w/Handloops 24"Deck Diff Attached To 16"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-022 Disc Challenge S Shape Left w/Handloops 24"Deck Diff Attached To 16"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576B-006 Disc Challenge S Shape Left w/Handloops 24"Deck Diff Attached To 8"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-005 Disc Challenge S Shape Left w/Handloops 24"Deck Diff Attached To 8"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-004 Disc Challenge S Shape Left w/Handloops 24"Deck Diff Attached To 8"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576B-012 Disc Challenge S Shape Left w/Handloops 32"Deck Diff Attached To 8"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-011 Disc Challenge S Shape Left w/Handloops 32"Deck Diff Attached To 8"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-010 Disc Challenge S Shape Left w/Handloops 32"Deck Diff Attached To 8"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576A-044 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 16"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-043 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 16"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-042 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 16"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576B-030 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 24"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-029 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 24"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-028 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 24"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576C-012 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 32"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-011 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 32"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-010 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 32"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165576A-014 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-013 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-012 Disc Challenge S Shape Left w/Handloops 8"Deck Diff Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576A-038 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 16"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-037 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 16"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-036 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 16"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576A-062 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 24"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-061 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 24"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-060 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 24"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576C-006 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 32"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-005 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 32"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-004 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 32"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165576C-018 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 40"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-017 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 40"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-016 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 40"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165576A-007 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-006 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-005 Disc Challenge S Shape Left w/Handloops Equal Decks Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB180095B-018 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-017 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-016 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 16"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095B-036 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-035 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-034 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 24"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095A-020 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-019 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-018 Disc Challenge S Shape Left w/Vibe Handholds 16"Deck Diff Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095B-024 Disc Challenge S Shape Left w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-023 Disc Challenge S Shape Left w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-022 Disc Challenge S Shape Left w/Vibe Handholds 24"Deck Diff Attached To 16"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095B-006 Disc Challenge S Shape Left w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-005 Disc Challenge S Shape Left w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-004 Disc Challenge S Shape Left w/Vibe Handholds 24"Deck Diff Attached To 8"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095B-012 Disc Challenge S Shape Left w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-011 Disc Challenge S Shape Left w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-010 Disc Challenge S Shape Left w/Vibe Handholds 32"Deck Diff Attached To 8"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095A-044 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-043 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-042 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 16"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095B-030 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-029 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-028 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 24"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095C-012 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-011 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-010 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 32"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180095A-014 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-013 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-012 Disc Challenge S Shape Left w/Vibe Handholds 8"Deck Diff Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095A-038 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 16"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-037 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 16"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-036 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 16"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095A-062 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 24"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-061 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 24"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-060 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 24"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095C-006 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 32"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-005 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 32"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-004 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 32"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180095C-018 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 40"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-017 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 40"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-016 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 40"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180095A-007 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-006 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-005 Disc Challenge S Shape Left w/Vibe Handholds Equal Decks Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB136157B-015 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 16"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-014 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 16"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-013 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 16"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157B-033 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 24"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-032 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 24"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-031 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 24"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157A-017 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-016 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-015 Disc Challenge S Shape Right w/Handhold Panels 16"Deck Diff Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157B-021 Disc Challenge S Shape Right w/Handhold Panels 24"Deck Diff Attached To 16"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-020 Disc Challenge S Shape Right w/Handhold Panels 24"Deck Diff Attached To 16"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-019 Disc Challenge S Shape Right w/Handhold Panels 24"Deck Diff Attached To 16"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157B-003 Disc Challenge S Shape Right w/Handhold Panels 24"Deck Diff Attached To 8"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-002 Disc Challenge S Shape Right w/Handhold Panels 24"Deck Diff Attached To 8"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-001 Disc Challenge S Shape Right w/Handhold Panels 24"Deck Diff Attached To 8"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157B-009 Disc Challenge S Shape Right w/Handhold Panels 32"Deck Diff Attached To 8"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-008 Disc Challenge S Shape Right w/Handhold Panels 32"Deck Diff Attached To 8"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-007 Disc Challenge S Shape Right w/Handhold Panels 32"Deck Diff Attached To 8"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157A-041 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 16"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-040 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 16"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-039 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 16"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157B-027 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 24"Dk 12"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-026 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 24"Dk 2"SM6,195.00 PlayBooster®Bridges & Ramps PB136157B-025 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 24"Dk DB5,697.00 PlayBooster®Bridges & Ramps PB136157C-009 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 32"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-008 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 32"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-007 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 32"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB136157A-010 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-009 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-008 Disc Challenge S Shape Right w/Handhold Panels 8"Deck Diff Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157A-035 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 16"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-034 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 16"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-033 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 16"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157A-059 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 24"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-058 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 24"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-057 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 24"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB136157C-003 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 32"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-002 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 32"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-001 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 32"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB136157C-015 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 40"Dk 12"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-014 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 40"Dk 2"SM6,421.00 PlayBooster®Bridges & Ramps PB136157C-013 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 40"Dk DB5,922.00 PlayBooster®Bridges & Ramps PB136157A-004 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 8"Dk 12"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-002 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 8"Dk 2"SM5,970.00 PlayBooster®Bridges & Ramps PB136157A-001 Disc Challenge S Shape Right w/Handhold Panels Equal Decks Attached To 8"Dk DB5,471.00 PlayBooster®Bridges & Ramps PB165576B-015 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 16"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-014 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 16"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-013 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 16"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576B-033 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 24"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-032 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 24"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-031 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 24"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576A-017 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-016 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-015 Disc Challenge S Shape Right w/Handloops 16"Deck Diff Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576B-021 Disc Challenge S Shape Right w/Handloops 24"Deck Diff Attached To 16"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-020 Disc Challenge S Shape Right w/Handloops 24"Deck Diff Attached To 16"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-019 Disc Challenge S Shape Right w/Handloops 24"Deck Diff Attached To 16"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576B-003 Disc Challenge S Shape Right w/Handloops 24"Deck Diff Attached To 8"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-002 Disc Challenge S Shape Right w/Handloops 24"Deck Diff Attached To 8"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-001 Disc Challenge S Shape Right w/Handloops 24"Deck Diff Attached To 8"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576B-009 Disc Challenge S Shape Right w/Handloops 32"Deck Diff Attached To 8"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-008 Disc Challenge S Shape Right w/Handloops 32"Deck Diff Attached To 8"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-007 Disc Challenge S Shape Right w/Handloops 32"Deck Diff Attached To 8"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576A-041 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 16"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-040 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 16"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-039 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 16"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576B-027 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 24"Dk 12"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-026 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 24"Dk 2"SM6,479.00 PlayBooster®Bridges & Ramps PB165576B-025 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 24"Dk DB5,980.00 PlayBooster®Bridges & Ramps PB165576C-009 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 32"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-008 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 32"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-007 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 32"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165576A-010 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-009 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-008 Disc Challenge S Shape Right w/Handloops 8"Deck Diff Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576A-035 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 16"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-034 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 16"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-033 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 16"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576A-059 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 24"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-058 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 24"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-057 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 24"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB165576C-003 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 32"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-002 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 32"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-001 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 32"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165576C-015 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 40"Dk 12"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-014 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 40"Dk 2"SM6,799.00 PlayBooster®Bridges & Ramps PB165576C-013 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 40"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB165576A-004 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 8"Dk 12"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-002 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 8"Dk 2"SM6,159.00 PlayBooster®Bridges & Ramps PB165576A-001 Disc Challenge S Shape Right w/Handloops Equal Decks Attached To 8"Dk DB5,660.00 PlayBooster®Bridges & Ramps PB180095B-015 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-014 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 16"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-013 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 16"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095B-033 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-032 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 24"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-031 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 24"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095A-017 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-016 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-015 Disc Challenge S Shape Right w/Vibe Handholds 16"Deck Diff Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095B-021 Disc Challenge S Shape Right w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-020 Disc Challenge S Shape Right w/Vibe Handholds 24"Deck Diff Attached To 16"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-019 Disc Challenge S Shape Right w/Vibe Handholds 24"Deck Diff Attached To 16"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095B-003 Disc Challenge S Shape Right w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-002 Disc Challenge S Shape Right w/Vibe Handholds 24"Deck Diff Attached To 8"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-001 Disc Challenge S Shape Right w/Vibe Handholds 24"Deck Diff Attached To 8"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095B-009 Disc Challenge S Shape Right w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-008 Disc Challenge S Shape Right w/Vibe Handholds 32"Deck Diff Attached To 8"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-007 Disc Challenge S Shape Right w/Vibe Handholds 32"Deck Diff Attached To 8"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095A-041 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-040 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 16"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-039 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 16"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095B-027 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 12"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-026 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 24"Dk 2"SM6,804.00 PlayBooster®Bridges & Ramps PB180095B-025 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 24"Dk DB6,300.00 PlayBooster®Bridges & Ramps PB180095C-009 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-008 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 32"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-007 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 32"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180095A-010 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-009 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-008 Disc Challenge S Shape Right w/Vibe Handholds 8"Deck Diff Attached To 8"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095A-035 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 16"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-034 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 16"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-033 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 16"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095A-059 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 24"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-058 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 24"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-057 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 24"Dk DB5,875.00 PlayBooster®Bridges & Ramps PB180095C-003 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 32"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-002 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 32"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-001 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 32"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180095C-015 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 40"Dk 12"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-014 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 40"Dk 2"SM7,203.00 PlayBooster®Bridges & Ramps PB180095C-013 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 40"Dk DB6,715.00 PlayBooster®Bridges & Ramps PB180095A-004 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 8"Dk 12"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-002 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 8"Dk 2"SM6,384.00 PlayBooster®Bridges & Ramps PB180095A-001 Disc Challenge S Shape Right w/Vibe Handholds Equal Decks Attached To 8"Dk DB5,875.00 PlayBooster®Mainstructures PB194659B-001 Disc Net Climber for 14-Post Mainstructure 40,016.00 PlayBooster®Mainstructures PB194659A-001 Disc Net Climber for 7-Post Mainstructure 30,141.00 PlayBooster®Mainstructures PB271911B-001 Disc Net Climber w/Alpine Slide 13-Post DB Only 46,694.00 PlayBooster®Mainstructures PB271911A-001 Disc Net Climber w/Alpine Slide 7-Post DB Only 36,819.00 PlayBooster®Mainstructures PB224086B-001 Disc Net Climber w/Double Swoosh Slide for 13-Post Mainstructure44,489.00 PlayBooster®Mainstructures PB224086A-001 Disc Net Climber w/Double Swoosh Slide for 7-Post Mainstructure34,603.00 PlayBooster®Climbers Nature-InspiredPB169322C-001 Discovery Tree Climb w/Aluminum Post w/o Roof DB Only 25,673.00 PlayBooster®Climbers Nature-InspiredPB169322A-001 Discovery Tree Climb w/Aluminum Post w/Roof DB Only 25,836.00 PlayBooster®Climbers Nature-InspiredPB169322D-001 Discovery Tree Climb w/Steel Post w/o Roof DB Only 25,568.00 PlayBooster®Climbers Nature-InspiredPB169322B-001 Discovery Tree Climb w/Steel Post w/Roof DB Only 25,736.00 PlayBooster®Climbers w/Permalene HandholdsPB229832A-001 Dot-to-Dot Climber 3,051.00 PlayBooster®Climbers w/Vibe HandholdsPB229838A-001 Dot-to-Dot Climber w/Vibe Handholds 3,345.00 Freestanding Play Motion & More Fun IP164075A-001 Double Bobble Rider 2"SM 2,547.00 Freestanding Play Motion & More Fun IP164075B-001 Double Bobble Rider DB 2,778.00 Freestanding Play Climbers IP164157B-001 Double Noodle Pod DB 16" & 24" Pod Heights DB Only 1,938.00 Freestanding Play Climbers IP164157A-001 Double Noodle Pod DB 8" & 16" Pod Heights DB Only 1,911.00 PlayShaper®Slides PS132155A-004 Double Slide 30"Dk DB 2,457.00 PlayBooster®Slides PB123331A-006 Double Slide 32"Dk 12"SM 2,662.00 PlayShaper®Slides PS132155A-003 Double Slide 32"Dk 12"SM 2,662.00 PlayBooster®Slides PB123331A-005 Double Slide 32"Dk 2"SM 2,662.00 PlayShaper®Slides PS132155A-002 Double Slide 32"Dk 2"SM 2,662.00 PlayBooster®Slides PB123331A-004 Double Slide 32"Dk DB 2,457.00 PlayShaper®Slides PS132155A-001 Double Slide 32"Dk DB 2,457.00 PlayShaper®Slides PS132155B-007 Double Slide 36"Dk DB 2,772.00 PlayBooster®Slides PB123331B-003 Double Slide 40"Dk 12"SM 2,946.00 PlayShaper®Slides PS132155B-003 Double Slide 40"Dk 12"SM 2,946.00 PlayBooster®Slides PB123331B-002 Double Slide 40"Dk 2"SM 2,946.00 PlayShaper®Slides PS132155B-002 Double Slide 40"Dk 2"SM 2,946.00 PlayBooster®Slides PB123331B-001 Double Slide 40"Dk DB 2,772.00 PlayShaper®Slides PS132155B-001 Double Slide 40"Dk DB 2,772.00 PlayBooster®Slides PB123331B-006 Double Slide 48"Dk 12"SM 2,946.00 PlayShaper®Slides PS132155B-006 Double Slide 48"Dk 12"SM 2,946.00 PlayBooster®Slides PB123331B-005 Double Slide 48"Dk 2"SM 2,946.00 PlayShaper®Slides PS132155B-005 Double Slide 48"Dk 2"SM 2,946.00 PlayBooster®Slides PB123331B-004 Double Slide 48"Dk DB 2,772.00 PlayShaper®Slides PS132155B-004 Double Slide 48"Dk DB 2,772.00 PlayShaper®Slides PS173117A-001 Double Slide w/Permalene Pnl 30"Dk DB 2,457.00 PlayShaper®Slides PS173117A-004 Double Slide w/Permalene Pnl 32"Dk 12"SM 2,662.00 PlayShaper®Slides PS173117A-003 Double Slide w/Permalene Pnl 32"Dk 2"SM 2,662.00 PlayShaper®Slides PS173117A-002 Double Slide w/Permalene Pnl 32"Dk DB 2,457.00 PlayShaper®Slides PS173117B-001 Double Slide w/Permalene Pnl 36"Dk DB 2,772.00 PlayShaper®Slides PS173117B-004 Double Slide w/Permalene Pnl 40"Dk 12"SM 2,946.00 PlayShaper®Slides PS173117B-003 Double Slide w/Permalene Pnl 40"Dk 2"SM 2,946.00 PlayShaper®Slides PS173117B-002 Double Slide w/Permalene Pnl 40"Dk DB 2,772.00 PlayShaper®Slides PS173117B-007 Double Slide w/Permalene Pnl 48"Dk 12"SM 2,946.00 PlayShaper®Slides PS173117B-006 Double Slide w/Permalene Pnl 48"Dk 2"SM 2,946.00 PlayShaper®Slides PS173117B-005 Double Slide w/Permalene Pnl 48"Dk DB 2,772.00 PlayBooster®Slides PB130798A-003 Double Swirl Slide 48"Dk 12"SM 3,366.00 PlayShaper®Slides PS178768A-003 Double Swirl Slide 48"Dk 12"SM 3,366.00 PlayBooster®Slides PB130798A-002 Double Swirl Slide 48"Dk 2"SM 3,366.00 PlayShaper®Slides PS178768A-002 Double Swirl Slide 48"Dk 2"SM 3,366.00 PlayBooster®Slides PB130798A-001 Double Swirl Slide 48"Dk DB 3,040.00 PlayShaper®Slides PS178768A-001 Double Swirl Slide 48"Dk DB 3,040.00 PlayBooster®Slides PB130798A-006 Double Swirl Slide 56"Dk 12"SM 3,366.00 PlayBooster®Slides PB130798A-005 Double Swirl Slide 56"Dk 2"SM 3,366.00 PlayBooster®Slides PB130798A-004 Double Swirl Slide 56"Dk DB 3,040.00 PlayBooster®Slides PB130390A-005 Double Swoosh Slide 64"Dk 12"SM 3,397.00 PlayBooster®Slides PB130390A-002 Double Swoosh Slide 64"Dk 2"SM 3,397.00 PlayBooster®Slides PB130390A-001 Double Swoosh Slide 64"Dk DB 3,171.00 PlayBooster®Slides PB130390A-006 Double Swoosh Slide 72"Dk 12"SM 3,397.00 PlayBooster®Slides PB130390A-004 Double Swoosh Slide 72"Dk 2"SM 3,397.00 PlayBooster®Slides PB130390A-003 Double Swoosh Slide 72"Dk DB 3,171.00 PlayBooster®Slides PB130390A-007 Double Swoosh Slide 96"Dk DB 3,969.00 PlayBooster®Climbers w/Permalene HandholdsPB122916C-003 Double Wave Climber 16"Dk Difference 48"Dk 12"SM 5,439.00 PlayBooster®Climbers w/Permalene HandholdsPB122916C-002 Double Wave Climber 16"Dk Difference 48"Dk 2"SM 5,439.00 PlayBooster®Climbers w/Permalene HandholdsPB122916C-001 Double Wave Climber 16"Dk Difference 48"Dk DB 5,219.00 PlayBooster®Climbers w/Permalene HandholdsPB122916C-006 Double Wave Climber 16"Dk Difference 56"Dk 12"SM 5,439.00 PlayBooster®Climbers w/Permalene HandholdsPB122916C-005 Double Wave Climber 16"Dk Difference 56"Dk 2"SM 5,439.00 PlayBooster®Climbers w/Permalene HandholdsPB122916C-004 Double Wave Climber 16"Dk Difference 56"Dk DB 5,219.00 PlayBooster®Climbers w/Permalene HandholdsPB122916A-003 Double Wave Climber Equal Decks 48"Dk 12"SM 5,371.00 PlayBooster®Climbers w/Permalene HandholdsPB122916A-002 Double Wave Climber Equal Decks 48"Dk 2"SM 5,371.00 PlayBooster®Climbers w/Permalene HandholdsPB122916A-001 Double Wave Climber Equal Decks 48"Dk DB 5,177.00 PlayBooster®Climbers w/Permalene HandholdsPB122916A-006 Double Wave Climber Equal Decks 56"Dk 12"SM 5,371.00 PlayBooster®Climbers w/Permalene HandholdsPB122916A-005 Double Wave Climber Equal Decks 56"Dk 2"SM 5,371.00 PlayBooster®Climbers w/Permalene HandholdsPB122916A-004 Double Wave Climber Equal Decks 56"Dk DB 5,177.00 PlayBooster®Climbers w/Permalene HandholdsPB122916B-003 Double Wave Climber Equal Decks 64"Dk 12"SM 5,481.00 PlayBooster®Climbers w/Permalene HandholdsPB122916B-002 Double Wave Climber Equal Decks 64"Dk 2"SM 5,481.00 PlayBooster®Climbers w/Permalene HandholdsPB122916B-001 Double Wave Climber Equal Decks 64"Dk DB 5,319.00 PlayBooster®Climbers w/Permalene HandholdsPB122916B-006 Double Wave Climber Equal Decks 72"Dk 12"SM 5,481.00 PlayBooster®Climbers w/Permalene HandholdsPB122916B-005 Double Wave Climber Equal Decks 72"Dk 2"SM 5,481.00 PlayBooster®Climbers w/Permalene HandholdsPB122916B-004 Double Wave Climber Equal Decks 72"Dk DB 5,319.00 PlayBooster®Climbers w/SteelX HandholdsPB139488C-003 Double Wave Climber SteelX Handholds 16"Dk Difference 48"Dk 12"SM6,369.00 PlayBooster®Climbers w/SteelX HandholdsPB139488C-002 Double Wave Climber SteelX Handholds 16"Dk Difference 48"Dk 2"SM6,369.00 PlayBooster®Climbers w/SteelX HandholdsPB139488C-001 Double Wave Climber SteelX Handholds 16"Dk Difference 48"Dk DB6,159.00 PlayBooster®Climbers w/SteelX HandholdsPB139488C-006 Double Wave Climber SteelX Handholds 16"Dk Difference 56"Dk 12"SM6,369.00 PlayBooster®Climbers w/SteelX HandholdsPB139488C-005 Double Wave Climber SteelX Handholds 16"Dk Difference 56"Dk 2"SM6,369.00 PlayBooster®Climbers w/SteelX HandholdsPB139488C-004 Double Wave Climber SteelX Handholds 16"Dk Difference 56"Dk DB6,159.00 PlayBooster®Climbers w/SteelX HandholdsPB139488A-003 Double Wave Climber SteelX Handholds Equal Decks 48"Dk 12"SM6,264.00 PlayBooster®Climbers w/SteelX HandholdsPB139488A-002 Double Wave Climber SteelX Handholds Equal Decks 48"Dk 2"SM6,264.00 PlayBooster®Climbers w/SteelX HandholdsPB139488A-001 Double Wave Climber SteelX Handholds Equal Decks 48"Dk DB 6,069.00 PlayBooster®Climbers w/SteelX HandholdsPB139488A-006 Double Wave Climber SteelX Handholds Equal Decks 56"Dk 12"SM6,264.00 PlayBooster®Climbers w/SteelX HandholdsPB139488A-005 Double Wave Climber SteelX Handholds Equal Decks 56"Dk 2"SM6,264.00 PlayBooster®Climbers w/SteelX HandholdsPB139488A-004 Double Wave Climber SteelX Handholds Equal Decks 56"Dk DB 6,069.00 PlayBooster®Climbers w/SteelX HandholdsPB139488B-003 Double Wave Climber SteelX Handholds Equal Decks 64"Dk 12"SM6,416.00 PlayBooster®Climbers w/SteelX HandholdsPB139488B-002 Double Wave Climber SteelX Handholds Equal Decks 64"Dk 2"SM6,416.00 PlayBooster®Climbers w/SteelX HandholdsPB139488B-001 Double Wave Climber SteelX Handholds Equal Decks 64"Dk DB 6,216.00 PlayBooster®Climbers w/SteelX HandholdsPB139488B-006 Double Wave Climber SteelX Handholds Equal Decks 72"Dk 12"SM6,416.00 PlayBooster®Climbers w/SteelX HandholdsPB139488B-005 Double Wave Climber SteelX Handholds Equal Decks 72"Dk 2"SM6,416.00 PlayBooster®Climbers w/SteelX HandholdsPB139488B-004 Double Wave Climber SteelX Handholds Equal Decks 72"Dk DB 6,216.00 PlayBooster®Climbers w/Vibe HandholdsPB178959C-003 Double Wave Climber w/Vibe Handholds 16"Dk Difference 48"Dk 12"SM6,264.00 PlayBooster®Climbers w/Vibe HandholdsPB178959C-002 Double Wave Climber w/Vibe Handholds 16"Dk Difference 48"Dk 2"SM6,264.00 PlayBooster®Climbers w/Vibe HandholdsPB178959C-001 Double Wave Climber w/Vibe Handholds 16"Dk Difference 48"Dk DB6,059.00 PlayBooster®Climbers w/Vibe HandholdsPB178959C-006 Double Wave Climber w/Vibe Handholds 16"Dk Difference 56"Dk 12"SM6,264.00 PlayBooster®Climbers w/Vibe HandholdsPB178959C-005 Double Wave Climber w/Vibe Handholds 16"Dk Difference 56"Dk 2"SM6,264.00 PlayBooster®Climbers w/Vibe HandholdsPB178959C-004 Double Wave Climber w/Vibe Handholds 16"Dk Difference 56"Dk DB6,059.00 PlayBooster®Climbers w/Vibe HandholdsPB178959A-003 Double Wave Climber w/Vibe Handholds Equal Decks 48"Dk 12"SM6,201.00 PlayBooster®Climbers w/Vibe HandholdsPB178959A-002 Double Wave Climber w/Vibe Handholds Equal Decks 48"Dk 2"SM6,201.00 PlayBooster®Climbers w/Vibe HandholdsPB178959A-001 Double Wave Climber w/Vibe Handholds Equal Decks 48"Dk DB6,012.00 PlayBooster®Climbers w/Vibe HandholdsPB178959A-006 Double Wave Climber w/Vibe Handholds Equal Decks 56"Dk 12"SM6,201.00 PlayBooster®Climbers w/Vibe HandholdsPB178959A-005 Double Wave Climber w/Vibe Handholds Equal Decks 56"Dk 2"SM6,201.00 PlayBooster®Climbers w/Vibe HandholdsPB178959A-004 Double Wave Climber w/Vibe Handholds Equal Decks 56"Dk DB6,012.00 PlayBooster®Climbers w/Vibe HandholdsPB178959B-003 Double Wave Climber w/Vibe Handholds Equal Decks 64"Dk 12"SM6,321.00 PlayBooster®Climbers w/Vibe HandholdsPB178959B-002 Double Wave Climber w/Vibe Handholds Equal Decks 64"Dk 2"SM6,321.00 PlayBooster®Climbers w/Vibe HandholdsPB178959B-001 Double Wave Climber w/Vibe Handholds Equal Decks 64"Dk DB6,153.00 PlayBooster®Climbers w/Vibe HandholdsPB178959B-006 Double Wave Climber w/Vibe Handholds Equal Decks 72"Dk 12"SM6,321.00 PlayBooster®Climbers w/Vibe HandholdsPB178959B-005 Double Wave Climber w/Vibe Handholds Equal Decks 72"Dk 2"SM6,321.00 PlayBooster®Climbers w/Vibe HandholdsPB178959B-004 Double Wave Climber w/Vibe Handholds Equal Decks 72"Dk DB6,153.00 PlayBooster®Slides PB123336A-003 Double Wave Slide 48"Dk 12"SM 4,017.00 PlayBooster®Slides PB123336A-002 Double Wave Slide 48"Dk 2"SM 4,017.00 PlayShaper®Slides PS178720A-002 Double Wave Slide 48"Dk 2"SM 3,822.00 PlayBooster®Slides PB123336A-001 Double Wave Slide 48"Dk DB 3,639.00 PlayShaper®Slides PS178720A-001 Double Wave Slide 48"Dk DB 3,639.00 PlayBooster®Slides PB123336A-006 Double Wave Slide 56"Dk 12"SM 4,017.00 PlayBooster®Slides PB123336A-005 Double Wave Slide 56"Dk 2"SM 4,017.00 PlayBooster®Slides PB123336A-004 Double Wave Slide 56"Dk DB 3,639.00 PlayBooster®Bridges & Ramps PB168547A-002 Double-Wide Ramp Berm Plate 2"SM 882.00 PlayBooster®Bridges & Ramps PB168547A-001 Double-Wide Ramp Berm Plate DB 1,092.00 PlayBooster®Bridges & Ramps PB168546A-002 Double-Wide Ramp Exit Plate 2"SM 1,229.00 PlayBooster®Bridges & Ramps PB168546A-001 Double-Wide Ramp Exit Plate DB 1,470.00 PlayBooster®Bridges & Ramps PB171869A-001 Double-Wide Ramp w/Barriers Deck to Deck 9,960.00 PlayBooster®Bridges & Ramps PB171869A-002 Double-Wide Ramp w/Barriers Ground to Deck 9,960.00 PlayBooster®Bridges & Ramps PB171870A-001 Double-Wide Ramp w/Guardrails and Curbs (ASTM) Deck to Deck8,579.00 PlayBooster®Bridges & Ramps PB171870A-002 Double-Wide Ramp w/Guardrails and Curbs (ASTM) Deck to Ground8,579.00 Freestanding Play Learning Wall LW184858A-001 Driver Panel 1,008.00 PlayShaper®Enclosures PS111288A-001 Driver Panel Above Deck 1,008.00 PlayBooster®Enclosures PB115228A-001 Driver Panel Above Deck 1,166.00 PlayShaper®Enclosures PS111288A-002 Driver Panel Ground Level 1,008.00 PlayBooster®Enclosures PB115228B-001 Driver Panel Ground Level 1,402.00 PlayBooster®Enclosures PB139382A-001 Driver Panel SteelX Above Deck 1,250.00 PlayBooster®Enclosures PB139382B-002 Driver Panel SteelX Ground Level 1,502.00 Freestanding Play Sports & Fitness IP100042A-001 Drop Shot DB Only 1,911.00 PlayBooster®Custom CP000022A-001 DTR PB Barn Roof 84i x 42i 14,212.00 Evos®Custom CP000215A-001 DTR Evos Dragon 27,122.00 Freestanding Play Custom CP000135A-001 DTR IND 30" Baseball Pod 447.00 Freestanding Play Custom CP002446A-001 DTR IND 12' Tall Steel Leaf Climbing Wall DB 4,479.00 Freestanding Play Custom CP000133A-001 DTR IND 16" Baseball Pod 415.00 Freestanding Play Custom CP000134A-001 DTR IND 24" Baseball Pod 436.00 Freestanding Play Custom CP000454A-001 DTR IND 2-5 Age Sign NYC 1,565.00 Freestanding Play Custom CP002797A-001 DTR IND 2-5 Caboose Train Car DB Only 8,148.00 Freestanding Play Custom CP002798A-001 DTR IND 2-5 Calliope Train Car DB Only 7,555.00 Freestanding Play Custom CP002792A-001 DTR IND 2-5 Coal Train Car DB Only 3,612.00 Freestanding Play Custom CP002796A-001 DTR IND 2-5 Tanker Train Car DB Only 4,179.00 Freestanding Play Custom CP002795A-001 DTR IND 2-5 Train Engine DB Only 7,419.00 Freestanding Play Custom CP000453A-001 DTR IND 5-12 Age Sign NYC 1,565.00 Freestanding Play Custom CP002445A-001 DTR IND 9' Tall Steel Leaf Climbing Wall DB 4,274.00 Freestanding Play Custom CP006007A-001 DTR IND 92" TenderTuff Picnic Table w/72" Seats and CoolToppers Hole3,444.00 Freestanding Play Custom CP000172A-001 DTR IND Activity Car 7,151.00 Freestanding Play Custom CP017916A-001 DTR IND Arc Climber DB Only 15,824.00 Freestanding Play Custom CP002393A-001 DTR IND Butterfly Cascade Climber 15,036.00 Freestanding Play Custom CP001162A-001 DTR IND Butterfly Crescent Climber 21,966.00 Freestanding Play Custom CP000081A-001 DTR IND Castle Clubhouse 11,545.00 Freestanding Play Custom CP005241A-001 DTR IND Caterpillar Tunnel w/head and tail section only 16,627.00 Freestanding Play Custom CP003080A-001 DTR IND Combo Oodle Swing & Friendship Swing 18,554.00 Freestanding Play Custom CP021046A-001 DTR IND Crab Trap w/Alpine Slide and Transfer 103,803.00 Freestanding Play Custom CP021047A-001 DTR IND Crab Trap w/SlideWinder2 and Transfer 103,667.00 Freestanding Play Custom CP000053A-001 DTR IND Duck Spring Rider 2,095.00 Freestanding Play Custom CP000136A-001 DTR IND Dugout Arch Roof 7,854.00 Freestanding Play Custom CP000019A-001 DTR IND Farm Clubhouse DB 10,044.00 Freestanding Play Custom CP000197A-001 DTR IND Farmstead Cornstalk Climber 1,586.00 Freestanding Play Custom CP000181A-001 DTR IND Flower Stepper 16" Deck 468.00 Freestanding Play Custom CP000182A-001 DTR IND Flower Stepper 8" Deck 436.00 Freestanding Play Custom CP000209A-001 DTR IND GFRC Chicken Stepper 6,285.00 Freestanding Play Custom CP000210A-001 DTR IND GFRC Pig Laying on Side 17,352.00 Freestanding Play Custom CP000052A-001 DTR IND Goat Spring Rider 2,426.00 Freestanding Play Custom CP000249A-001 DTR IND Hillscape Wide Bottom Double Wave Climber w/Bridge Cedar24,051.00 Freestanding Play Custom CP000491A-001 DTR IND Hillscape Wide Bottom Double Wave Climber w/Bridge Mink24,051.00 Freestanding Play Custom CP000251A-001 DTR IND Hillscape Wide Bottom Wave Climber Cedar 12,007.00 Freestanding Play Custom CP000493A-001 DTR IND Hillscape Wide Bottom Wave Climber Mink 12,007.00 Freestanding Play Custom CP000250A-001 DTR IND Hillscape Wide Top Climber Cedar 11,277.00 Freestanding Play Custom CP000492A-001 DTR IND Hillscape Wide Top Climber Mink 12,007.00 Freestanding Play Custom CP000217A-001 DTR IND Kids Cabin 16,391.00 Freestanding Play Custom CP001964A-001 DTR IND Lily Pad Wobble Pod DB 3,775.00 Freestanding Play Custom CP000211A-001 DTR IND Pig Pen Balance Beam w/Sign 15,735.00 Freestanding Play Custom CP000174A-001 DTR IND PlaySub 25,085.00 Freestanding Play Custom CP021811A-001 DTR IND Quantis A.2 DB Only 37,050.00 Freestanding Play Custom CP023360A-001 DTR IND Quantis A.3 DB Only 37,050.00 Freestanding Play Custom CP001299A-001 DTR IND Recycled Board Oak Leaf Wobble Pod DB 4,484.00 Freestanding Play Custom CP000045A-001 DTR IND Sheep Seesaw 4-seat 7,429.00 Freestanding Play Custom CP000049A-001 DTR IND Sheep Spring Rider 2,326.00 Freestanding Play Custom CP000084A-001 DTR IND Ship Bow 4ft Fall height 16,911.00 Freestanding Play Custom CP000083A-001 DTR IND Ship Bow 7ft Fall height 23,263.00 Freestanding Play Custom CP000482A-001 DTR IND SteelX NYC Extra Matl Kit H/B No Resistance 3,481.00 Freestanding Play Custom CP000470A-001 DTR IND SteelX NYC Extra Matl Kit H/B w/Resistance 8,148.00 Freestanding Play Custom CP000115A-001 DTR IND Stone Stepper 16"1,260.00 Freestanding Play Custom CP000116A-001 DTR IND Stone Stepper 24"1,749.00 Freestanding Play Custom CP000114A-001 DTR IND Stone Stepper 8"1,250.00 Freestanding Play Custom CP000009A-001 DTR IND Tee Pee Climber DB 12,847.00 Freestanding Play Custom CP000212A-001 DTR IND Tractor Spring Climber 40,914.00 Freestanding Play Custom CP000047A-001 DTR IND Tractor Spring Rider 2-seat 4,815.00 Freestanding Play Custom CP000422A-001 DTR IND Upcharge for Tire Swing C4 Chain 189.00 Freestanding Play Custom CP000423A-001 DTR IND Upcharge per Bay for C4 Chain 368.00 Freestanding Play Custom CP000448A-001 DTR IND Whirly Gig 9,886.00 Freestanding Play Custom CP000449A-001 DTR IND Whirly Gig w/Cycler handles only 12,653.00 PlayBooster®Custom CP000073A-001 DTR PB Castle Balcony Deck 3,387.00 PlayBooster®Custom CP000153A-001 DTR PB 144" El Tunnel Slide w/o Upper Enclosure 13,566.00 PlayBooster®Custom CP000446A-001 DTR PB 14-Post Netplex Disc Net No Discs 40,310.00 PlayBooster®Custom CP002322A-001 DTR PB 14-Post Netplex w/RPL Wood-Grain Accent Panels 25,998.00 PlayBooster®Custom CP013840A-001 DTR PB 190"Steel Post for 104"Deck 44"Bury 683.00 PlayBooster®Custom CP013841A-001 DTR PB 198"Steel Post for 112"Deck 44"Bury 699.00 PlayBooster®Custom CP013842A-001 DTR PB 206"Steel Post for 120"Deck 44"Bury 730.00 PlayBooster®Custom CP000263A-001 DTR PB 207" OC Trackride 4,416.00 PlayBooster®Custom CP013843A-001 DTR PB 208"Steel Post for Roof 88"Deck 44"Bury 693.00 PlayBooster®Custom CP000264A-001 DTR PB 213" OC Trackride 4,416.00 PlayBooster®Custom CP000270A-001 DTR PB 216" Steel Roof Post for 96" Deck 44" Bury 756.00 PlayBooster®Custom CP013844A-001 DTR PB 224"Steel Post for Roof 104"Deck 44"Bury 1,208.00 PlayBooster®Custom CP013846A-001 DTR PB 232"Steel Post for Roof 112"Deck 44"Bury 1,166.00 PlayBooster®Custom CP013848A-001 DTR PB 238"Steel Post for Vibe Roof 96"Deck 44"Bury 1,308.00 PlayBooster®Custom CP013847A-001 DTR PB 240"Steel Post for Roof 120"Deck 44"Bury 1,250.00 PlayBooster®Custom CP013849A-001 DTR PB 246"Steel Post for Vibe Roof 104"Deck 44"Bury 1,323.00 PlayBooster®Custom CP013850A-001 DTR PB 254"Steel Post for Vibe Roof 112"Deck 44"Bury 1,355.00 PlayBooster®Custom CP013854A-001 DTR PB 262"Steel Post for Vibe Roof 120"Deck 44"Bury 1,371.00 PlayBooster®Custom CP000097A-001 DTR PB 2x4 Roof 84" x 126"17,730.00 PlayBooster®Custom CP000285A-001 DTR PB 2x4 Roof for Hex Deck 5,434.00 PlayBooster®Custom CP000096A-001 DTR PB 2x4 Super Square Roof 13,299.00 PlayBooster®Custom CP000253A-001 DTR PB 30" Wide S/S Slide w/Poly Hood 32"/40" Deck 4,253.00 PlayBooster®Custom CP000255A-001 DTR PB 30" Wide S/S Slide w/Poly Hood 48"/56" Deck 4,479.00 PlayBooster®Custom CP000256A-001 DTR PB 30" Wide S/S Slide w/Poly Hood 64"/72" Deck 4,694.00 PlayBooster®Custom CP000380A-001 DTR PB 30" Wide S/S Slide w/SteelX Hood 32"-40" Deck 3,959.00 PlayBooster®Custom CP000381A-001 DTR PB 30" Wide S/S Slide w/SteelX Hood 48"-56" Deck 4,447.00 PlayBooster®Custom CP014763A-001 DTR PB 42" OC Rocker Seat 856.00 PlayBooster®Custom CP000183A-001 DTR PB 72i Cliff Climber w/Lady Bug Steps 3,560.00 PlayBooster®Custom CP000447A-001 DTR PB 7-Post Netplex Disc Net No Discs 30,582.00 PlayBooster®Custom CP004765A-001 DTR PB 7-Post Netplex w/RPL Wood-Grain Accent Panels 18,386.00 PlayBooster®Custom CP014765A-001 DTR PB 84" OC Straight Swiggly Stix Bridge 5,214.00 PlayBooster®Custom CP000328A-001 DTR PB 84x84 Corrugated Steel Roof w/No End Closures 10,537.00 PlayBooster®Custom CP000329A-001 DTR PB 84x84 Corrugated Steel Roof w/Wire End Closures 12,931.00 PlayBooster®Custom CP000162A-001 DTR PB Aluminum Flush Post at Grade w/D-Cap 552.00 PlayBooster®Custom CP000080A-001 DTR PB Arch Bridge w/2-Castle Barriers and Gate 10,401.00 PlayBooster®Custom CP000079A-001 DTR PB Arch Bridge w/Castle Barriers 3,549.00 PlayBooster®Custom CP000120A-001 DTR PB Ball Gear Panel 2,851.00 PlayBooster®Custom CP000036A-001 DTR PB Barn Ball Maze Panel 2,872.00 PlayBooster®Custom CP000021A-001 DTR PB Barn Roof 84i x 84i 17,992.00 PlayBooster®Custom CP000024A-001 DTR PB Barn Roof for Single Square Deck 4,883.00 PlayBooster®Custom CP000130A-001 DTR PB Baseball ABC Climber 48" Deck 2,447.00 PlayBooster®Custom CP000123A-001 DTR PB Baseball Ball and Glove Panel 1,581.00 PlayBooster®Custom CP000119A-001 DTR PB Baseball Bubble Panel 3,954.00 PlayBooster®Custom CP000131A-001 DTR PB Baseball Cliff Climber 72" Deck 3,481.00 PlayBooster®Custom CP000122A-001 DTR PB Baseball Concession Store Panel at Grade 1,717.00 PlayBooster®Custom CP000126A-001 DTR PB Baseball Field Ball Maze Panel 2,195.00 PlayBooster®Custom CP000121A-001 DTR PB Bat and Ball Panel 1,360.00 PlayBooster®Custom CP018100A-001 DTR PB BeachComber DB Only 55,330.00 PlayBooster®Custom CP018107A-001 DTR PB BeachComber DB Only (Pre-Colored)55,330.00 PlayBooster®Custom CP000334A-001 DTR PB Bee and Flower Pilot Panel 2,106.00 PlayBooster®Custom CP000184A-001 DTR PB Bee Pipe Barrier Above Deck 1,318.00 PlayBooster®Custom CP019555A-001 DTR PB Billows DB Only 69,174.00 PlayBooster®Custom CP019554A-001 DTR PB Billows DB Only (Pre-Colored)69,174.00 PlayBooster®Custom CP000109A-001 DTR PB Bridge w/Recycled Wood-Grain Accents 9,450.00 PlayBooster®Custom CP000075A-001 DTR PB Castle Climbing Wall Panel 1,885.00 PlayBooster®Custom CP000063A-001 DTR PB Castle Door Panel Below 48"/56" Deck 1,570.00 PlayBooster®Custom CP000064A-001 DTR PB Castle Door Panel Below 64"/72" Deck 1,796.00 PlayBooster®Custom CP000065A-001 DTR PB Castle Dungeon Window Panel Below 48"/56" Deck 1,570.00 PlayBooster®Custom CP000066A-001 DTR PB Castle Dungeon Window Panel Below 64"/72" Deck 1,796.00 PlayBooster®Custom CP000067A-001 DTR PB Castle Dungeon Window Panel Below 80"/96" Deck 2,767.00 PlayBooster®Custom CP000074A-001 DTR PB Castle Gate Panel Below 64"/72" Deck 1,470.00 PlayBooster®Custom CP000069A-001 DTR PB Castle Hole Panel at Grade 1,040.00 PlayBooster®Custom CP000062A-001 DTR PB Castle Panel w/Battlement 1,539.00 PlayBooster®Custom CP000068A-001 DTR PB Castle Store Panel at Grade 1,066.00 PlayBooster®Custom CP000351A-001 DTR PB Castle Vertical Ascent 48" Deck 2,043.00 PlayBooster®Custom CP000350A-001 DTR PB Castle Vertical Ascent 64" Deck 2,237.00 PlayBooster®Custom CP000078A-001 DTR PB Castle Vertical Ascent for 56" Deck 2,043.00 PlayBooster®Custom CP000077A-001 DTR PB Castle Vertical Ascent for 72" Deck 2,237.00 PlayBooster®Custom CP002248A-001 DTR PB Cattail Post Topper 1,602.00 PlayBooster®Custom CP000076A-001 DTR PB Catwalk Climber w/Castle Panels 3,387.00 PlayBooster®Custom CP000027A-001 DTR PB Checkered Silo Panel 756.00 PlayBooster®Custom CP000039A-001 DTR PB Chick Panel Below 16" Deck 1,071.00 PlayBooster®Custom CP000196A-001 DTR PB Cornstalk Climber 40"-48" Deck w/RPL Handholds 3,975.00 PlayBooster®Custom CP000042A-001 DTR PB Crate Climber for 40" Deck 5,298.00 PlayBooster®Custom CP000043A-001 DTR PB Crate Climber for 48" Deck 6,111.00 PlayBooster®Custom CP001149A-001 DTR PB Crest Climber to mount to 7-post NetPlex 6,463.00 PlayBooster®Custom CP001203A-001 DTR PB Deck Extension for Sway Fun - Attaches to Standard Deck1,071.00 Freestanding Play Custom CP000259A-001 DTR PB Deck to Deck Chain Ladder 2,195.00 PlayBooster®Custom CP000452A-001 DTR PB DigiFuse NYC Age Sign 2-5 Deck Mount 483.00 PlayBooster®Custom CP000451A-001 DTR PB DigiFuse NYC Age Sign 5-12 Deck Mount 483.00 PlayBooster®Custom CP000472A-001 DTR PB DigiFuse NYC Age Sign 6-23 Month Deck Mount 483.00 PlayBooster®Custom CP005466A-001 DTR PB Double Curved Tube Post Topper 846.00 PlayBooster®Custom CP000262A-001 DTR PB Double Ring Bridge (S-Curve)5,161.00 PlayBooster®Custom CP000261A-001 DTR PB Double Ring Bridge (Straight)3,654.00 PlayBooster®Custom CP000037A-001 DTR PB Farm Theme Driver Panel 1,896.00 PlayBooster®Custom CP000206A-001 DTR PB Farmstead Barn Barrier Panel X type 2,767.00 PlayBooster®Custom CP000244A-001 DTR PB Farmstead Barn Panel No X 2,520.00 PlayBooster®Custom CP000203A-001 DTR PB Farmstead Chicken Coop Roof 6,715.00 PlayBooster®Custom CP000202A-001 DTR PB Farmstead Chicken Coop with Red Boards and White Trim20,827.00 PlayBooster®Custom CP000205A-001 DTR PB Farmstead Corkscrew Climber 72" Deck 2,799.00 PlayBooster®Custom CP000200A-001 DTR PB Farmstead Elevator Climber 72" Deck 3,565.00 PlayBooster®Custom CP000213A-001 DTR PB Farmstead Ladder 1-HandHold 1,423.00 PlayBooster®Custom CP000208A-001 DTR PB Farmstead Periscope Panel 3,933.00 PlayBooster®Custom CP000198A-001 DTR PB Farmstead Recycled Plastic Lumber Barn Roof 33,501.00 Freestanding Play Custom CP000204A-001 DTR PB Farmstead RPL Store Panel Below 72" Deck Only at Grade2,946.00 PlayBooster®Custom CP000207A-001 DTR PB Farmstead Silo Barrier 3,024.00 PlayBooster®Custom CP000201A-001 DTR PB Farmstead Vertical Ascent 72" Deck 3,843.00 PlayBooster®Custom CP000186A-001 DTR PB Garden Hunt Panel at Grade 4,836.00 PlayBooster®Custom CP000187A-001 DTR PB Garden Theme Pipe Barrier w/Wheel Above Deck 2,095.00 Freestanding Play Custom CP000199A-001 DTR PB GFRC Haybale Climber 32"-40" Deck 10,374.00 PlayBooster®Custom CP000286A-001 DTR PB Hex Net (Under 48" Deck or Higher)5,319.00 PlayBooster®Custom CP000252A-001 DTR PB Hillscape Wide Bottom 48" Deck Climber Cedar 5,991.00 PlayBooster®Custom CP000494A-001 DTR PB Hillscape Wide Bottom 48" Deck Climber Mink 5,991.00 PlayBooster®Custom CP000248A-001 DTR PB Hillscape Wide Top 48" Deck Climber Cedar 6,794.00 PlayBooster®Custom CP000490A-001 DTR PB Hillscape Wide Top 48" Deck Climber Mink 6,794.00 PlayBooster®Custom CP000247A-001 DTR PB Hillscape Wood-Grain handhold Set All Cedar 1,182.00 PlayBooster®Custom CP000489A-001 DTR PB Hillscape Wood-Grain Handhold Set All Mink 1,182.00 PlayBooster®Custom CP000007A-001 DTR PB Hitching Rings 394.00 PlayBooster®Custom CP000128A-001 DTR PB Hot Dog/Peanut Tic-Tac-Toe Panel 2,452.00 PlayBooster®Custom CP000195A-001 DTR PB Infant Poly Slide 30" Deck 1,969.00 PlayBooster®Custom CP022364A-001 DTR PB LH Transition Bench for Rollerslide Exit 2,673.00 PlayBooster®Custom CP000087A-001 DTR PB Life Preserver Panel 1,381.00 PlayBooster®Custom CP000170A-001 DTR PB Lighthouse Panel 1,187.00 PlayBooster®Custom CP000167A-001 DTR PB Lighthouse Panel Below 72" Deck 2,515.00 PlayBooster®Custom CP000169A-001 DTR PB Lighthouse Panel w/Windows 2,520.00 PlayBooster®Custom CP000105A-001 DTR PB Lighthouse Roof for Hex Deck 17,756.00 PlayBooster®Custom CP000106A-001 DTR PB Lighthouse Top for Playodyssey 18,722.00 PlayBooster®Custom CP000168A-001 DTR PB Lighthouse Vertical Ascent 72" Deck 3,229.00 PlayBooster®Custom CP000112A-001 DTR PB Log Tunnel Slide for 48" Deck 24,497.00 PlayBooster®Custom CP000113A-001 DTR PB Log Tunnel Slide for 72" Deck 35,590.00 PlayBooster®Custom CP004913A-001 DTR PB Maple Leaf Tree Roof 27,584.00 PlayBooster®Custom CP000178A-001 DTR PB Mission Control Panel 2,111.00 PlayBooster®Custom CP000086A-001 DTR PB Net Climber for 2-56" Decks 8,710.00 PlayBooster®Custom CP000488A-001 DTR PB NetPlex 13-Post Use w/13-Post Shade 2,820.00 PlayBooster®Custom CP000486A-001 DTR PB NetPlex 14-Post Use w/14-Post Shade 2,820.00 PlayBooster®Custom CP000484A-001 DTR PB NetPlex 7-Post Use with 7-Post Shade 2,683.00 PlayBooster®Custom CP000254A-001 DTR PB Offset Tunnel for 6" Deck 4,536.00 PlayBooster®Custom CP000004A-001 DTR PB Old West Hotel Facade 10,002.00 PlayBooster®Custom CP000125A-001 DTR PB Outfielder Face Panel 1,145.00 PlayBooster®Custom CP000104A-001 DTR PB Permalene Binocular Panel 2,342.00 PlayBooster®Custom CP000100A-001 DTR PB Permalene Flag for Recycled Peak Roof 578.00 PlayBooster®Custom CP000335A-001 DTR PB Pipe Barrier w/Telescope 4,988.00 PlayBooster®Custom CP000091A-001 DTR PB Pirate Only Panel 1,292.00 PlayBooster®Custom CP000090A-001 DTR PB Pirate Ship Balcony Deck 2,930.00 PlayBooster®Custom CP000085A-001 DTR PB Pirate Ship Gang Plank Climber for 72" Deck 2,988.00 PlayBooster®Custom CP000150A-001 DTR PB Playodyssey 36i Tall Wire Mesh Upper Barrier 2,263.00 PlayBooster®Custom CP003106A-001 DTR PB Playodyssey 36i Tall Wire Mesh Upper Barrier w/Recycled Wood-Grain Lumber Panel3,870.00 PlayBooster®Custom CP000151A-001 DTR PB Playodyssey 41i Tall Wire Mesh Upper Barrier 2,331.00 PlayBooster®Custom CP003107A-001 DTR PB Playodyssey 41i Tall Wire Mesh Upper Barrier w/Recycled Wood-Grain Lumber Panel3,959.00 PlayBooster®Custom CP000171A-001 DTR PB Playodyssey Below Deck Post Extension 72" Deck 620.00 PlayBooster®Custom CP003379A-001 DTR PB PlayOdyssey Roof w/RPL Treehouse Boards 24,933.00 PlayBooster®Custom CP000149A-001 DTR PB Playodyssey Treehouse Corrugated Steel Roof 21,021.00 PlayBooster®Custom CP000155A-001 DTR PB Playodyssey Treehouse Discovery Tree w/Infill Deck 32,482.00 PlayBooster®Custom CP000152A-001 DTR PB Playodyssey Treehouse Lumber Wall w/Shed roof 11,493.00 PlayBooster®Custom CP000148A-001 DTR PB Playodyssey Treehouse Tower 43,155.00 PlayBooster®Custom CP000154A-001 DTR PB Playodyssey Treehouse Tower - Polygon Deck and 72" Logstack Climber23,400.00 PlayBooster®Custom CP000002A-001 DTR PB Porch Roof 84"OC 5,985.00 PlayBooster®Custom CP000089A-001 DTR PB Porthole Panel w/Wave Graphics Below 40" Deck 1,539.00 PlayBooster®Custom CP000088A-001 DTR PB Porthole Panel w/Wave Graphics Below 48" Deck 1,549.00 PlayBooster®Custom CP000110A-001 DTR PB Ramp w/Recycled Wood-Grain Accents 10,458.00 PlayBooster®Custom CP000001A-001 DTR PB Recycled 84"x84" Tongue and Groove Roof 15,551.00 PlayBooster®Custom CP000098A-001 DTR PB Recycled Hex Roof 18,543.00 PlayBooster®Custom CP000060A-001 DTR PB Recycled Peak Roof w/Castle Accent and Permalene Flag5,985.00 PlayBooster®Custom CP000099A-001 DTR PB Recycled Playodyssey Roof 21,672.00 PlayBooster®Custom CP000337A-001 DTR PB Recycled Wood-Grain Barrier w/Telescope 6,510.00 PlayBooster®Custom CP022366A-001 DTR PB RH Transition Bench for Rollerslide Exit 2,673.00 PlayBooster®Custom CP017598A-001 DTR PB Ribbon Walk Climber DB - Cedar 29,222.00 PlayBooster®Custom CP016803A-001 DTR PB Ribbon Walk Climber DB - Mink 29,222.00 PlayBooster®Custom CP000124A-001 DTR PB Scoreboard Panel @ Grade 3,208.00 PlayBooster®Custom CP001834A-001 DTR PB Sensory Tunnel 123" OC Includes marble infills, star cutouts with polycarbonate infills, TT steel bottoms with powdercoated uppers. Requires clearance at deck connections.35,496.00 PlayBooster®Custom CP001888A-001 DTR PB Set of SteelX Handhold Panels 809.00 PlayBooster®Custom CP000026A-001 DTR PB Silo Roof for Hex Deck 12,427.00 PlayBooster®Custom CP005467A-001 DTR PB Single Curved Tube Post Topper 578.00 PlayBooster®Custom CP000006A-001 DTR PB Single Wagon Wheel 1,586.00 PlayBooster®Custom CP000391A-001 DTR PB Skyrail for 90* Deck 72" Deck 3,056.00 PlayBooster®Custom CP000177A-001 DTR PB SkyRocket Double Bubble Panel 2,594.00 PlayBooster®Custom CP000180A-001 DTR PB SkyRocket Fins 1,959.00 PlayBooster®Custom CP000176A-001 DTR PB SkyRocket Hex Roof 15,315.00 PlayBooster®Custom CP000179A-001 DTR PB SkyRocket Shutle Loop Arch 64" Deck 11,351.00 PlayBooster®Custom CP000483A-001 DTR PB SkyWays 30ft dia. 7-Post NetPlex Shade 29,521.00 PlayBooster®Custom CP000487A-001 DTR PB SkyWays 40ft dia. 13-Post NetPlex Shade 48,426.00 PlayBooster®Custom CP000485A-001 DTR PB SkyWays 40ft dia. 14-Post NetPlex Shade 48,426.00 PlayBooster®Custom CP000118A-001 DTR PB Stadium Roof 42ix84i 8,280.00 PlayBooster®Custom CP000193A-001 DTR PB Steam Train Caboose Facade 14,459.00 PlayBooster®Custom CP000194A-001 DTR PB Steam Train Caboose Roof 18,638.00 PlayBooster®Custom CP000192A-001 DTR PB Steam Train Coal Car Climbing Facade 28,933.00 PlayBooster®Custom CP000189A-001 DTR PB Steam Train Engine Boiler 11,876.00 PlayBooster®Custom CP000190A-001 DTR PB Steam Train Facade 23,074.00 PlayBooster®Custom CP000191A-001 DTR PB Steam Train Front Entry Ramp 8,862.00 PlayBooster®Custom CP000188A-001 DTR PB Steam Train Roof 14,485.00 PlayBooster®Custom CP000163A-001 DTR PB Steel Flush Post at Grade w/D-Cap 510.00 PlayBooster®Custom CP000385A-001 DTR PB SteelX ABC climber for 32" Deck 2,678.00 PlayBooster®Custom CP000364A-001 DTR PB SteelX Wire Barrier w/Wheel 1,302.00 PlayBooster®Custom CP000388A-001 DTR PB SteelX 16" Pod 699.00 PlayBooster®Custom CP000409A-001 DTR PB SteelX 1-Step Deck Link w/Barriers 2,027.00 PlayBooster®Custom CP000426A-001 DTR PB SteelX 24" Deck-Deck Vertical Ladder 2,715.00 PlayBooster®Custom CP000425A-001 DTR PB SteelX 24" Kick Panel 615.00 PlayBooster®Custom CP000389A-001 DTR PB SteelX 24" Pod 725.00 PlayBooster®Custom CP000410A-001 DTR PB SteelX 2-Step Deck Link w/Barriers 2,888.00 PlayBooster®Custom CP000427A-001 DTR PB SteelX 32" Deck-Deck Vertical Ladder 2,888.00 PlayBooster®Custom CP000390A-001 DTR PB SteelX 32" Pod 741.00 PlayBooster®Custom CP000411A-001 DTR PB SteelX 3-Step Deck Link w/Barriers 3,723.00 PlayBooster®Custom CP000428A-001 DTR PB SteelX 40" Deck-Deck Vertical Ladder 3,051.00 PlayBooster®Custom CP000429A-001 DTR PB SteelX 48" Deck-Deck Vertical Ladder 3,213.00 PlayBooster®Custom CP000412A-001 DTR PB SteelX 4-Step Deck Link w/Barriers 4,557.00 PlayBooster®Custom CP000387A-001 DTR PB SteelX 8" Pod 683.00 PlayBooster®Custom CP000421A-001 DTR PB SteelX 90 Degree Curved Bridge 7,014.00 PlayBooster®Custom CP000357A-001 DTR PB SteelX Arch 32" Deck 2,342.00 PlayBooster®Custom CP000358A-001 DTR PB SteelX Arch 40"-48" Deck 2,468.00 PlayBooster®Custom CP000359A-001 DTR PB SteelX Arch 56"-64" Deck 2,562.00 PlayBooster®Custom CP000360A-001 DTR PB SteelX Arch 72" Deck 2,662.00 PlayBooster®Custom CP000356A-001 DTR PB SteelX Arch at Grade 2,200.00 PlayBooster®Custom CP000368A-001 DTR PB SteelX Balcony Deck 2,043.00 PlayBooster®Custom CP000127A-001 DTR PB SteelX Bat and Ball Panel 3,702.00 PlayBooster®Custom CP000376A-001 DTR PB SteelX Braille and Clock Panel 3,665.00 PlayBooster®Custom CP000400A-001 DTR PB SteelX Chain Ladder w/SST Chain for 40" Deck 2,321.00 PlayBooster®Custom CP000401A-001 DTR PB SteelX Chain Ladder w/SST Chain for 48"-56" Deck 2,468.00 PlayBooster®Custom CP000402A-001 DTR PB SteelX Chain Ladder w/SST Chain for 64"-72" Deck 2,741.00 PlayBooster®Custom CP000403A-001 DTR PB SteelX Chain Ladder w/SST Chain for 96" Deck 3,129.00 PlayBooster®Custom CP000435A-001 DTR PB SteelX Color Splash Wheel 4,363.00 PlayBooster®Custom CP000382A-001 DTR PB SteelX Conical Climber for 40" Deck 7,182.00 PlayBooster®Custom CP000383A-001 DTR PB SteelX Conical Climber for 48" Deck 7,182.00 PlayBooster®Custom CP000384A-001 DTR PB SteelX conical Climber for 72" Deck 9,335.00 PlayBooster®Custom CP000386A-001 DTR PB SteelX Corner Climber for 72" Deck 12,201.00 PlayBooster®Custom CP000437A-001 DTR PB SteelX DigiFuse Finger Maze Panel 1,287.00 PlayBooster®Custom CP000438A-001 DTR PB SteelX DigiFuse Finger Maze Panel at Grade 1,523.00 PlayBooster®Custom CP000440A-001 DTR PB SteelX DigiFuse Tracing Panel 1,287.00 PlayBooster®Custom CP000439A-001 DTR PB SteelX DigiFuse Tracing Panel at Grade 1,523.00 PlayBooster®Custom CP000379A-001 DTR PB SteelX DigiFuse Trail Tracker Reach Panel 1,612.00 PlayBooster®Custom CP000442A-001 DTR PB SteelX Flex Climber 11,535.00 PlayBooster®Custom CP000374A-001 DTR PB SteelX Geometric Panel w/Handles 2,111.00 PlayBooster®Custom CP000354A-001 DTR PB SteelX Grab Bar 357.00 PlayBooster®Custom CP000365A-001 DTR PB SteelX Guardrail 798.00 PlayBooster®Custom CP000355A-001 DTR PB SteelX Handhold Leg Lift 268.00 PlayBooster®Custom CP000495A-001 DTR PB SteelX Handhold Panel Left 399.00 PlayBooster®Custom CP000469A-001 DTR PB SteelX Handhold Panel Right 399.00 PlayBooster®Custom CP000061A-001 DTR PB SteelX Hex Roof w/Castle Accent and Permalene Flag 8,117.00 PlayBooster®Custom CP004934A-001 DTR PB SteelX Hex Roof w/Geometric Pattern 13,740.00 PlayBooster®Custom CP000352A-001 DTR PB SteelX LH Handloop Assy 420.00 PlayBooster®Custom CP000430A-001 DTR PB SteelX Loop Ladder 40"-48" Deck 1,901.00 PlayBooster®Custom CP000366A-001 DTR PB SteelX Math Panel 4,216.00 PlayBooster®Custom CP000378A-001 DTR PB SteelX Navigator Reach Panel 1,869.00 PlayBooster®Custom CP000456A-001 DTR PB SteelX NYC Extra Materials Kit 5,182.00 PlayBooster®Custom CP000436A-001 DTR PB SteelX Optigear Panel 5,340.00 PlayBooster®Custom CP000404A-001 DTR PB SteelX Pod Climber for 32"-40" Deck 3,791.00 PlayBooster®Custom CP000369A-001 DTR PB SteelX Puppet Panel Above Deck 1,833.00 PlayBooster®Custom CP000353A-001 DTR PB SteelX Rail Assy 436.00 PlayBooster®Custom CP000424A-001 DTR PB SteelX RH 3/4 Barrier 903.00 PlayBooster®Custom CP000450A-001 DTR PB SteelX Slanted Perf Roof for Sq Deck 7,062.00 PlayBooster®Custom CP000375A-001 DTR PB SteelX Space Travel Panel 3,660.00 PlayBooster®Custom CP000367A-001 DTR PB SteelX Spelling Panel 4,384.00 PlayBooster®Custom CP000392A-001 DTR PB SteelX Spiral Climber for 48" Deck 2,111.00 PlayBooster®Custom CP000417A-001 DTR PB SteelX Step Ladder 32" Deck 2,694.00 PlayBooster®Custom CP000418A-001 DTR PB SteelX Step Ladder 40" Deck 2,872.00 PlayBooster®Custom CP000419A-001 DTR PB SteelX Step Ladder 48"-56" Deck 3,208.00 PlayBooster®Custom CP000420A-001 DTR PB SteelX Step Ladder 64"-72" Deck 3,560.00 PlayBooster®Custom CP000362A-001 DTR PB SteelX Super Square Roof 15,099.00 PlayBooster®Custom CP000373A-001 DTR PB SteelX Table Panel 2,111.00 PlayBooster®Custom CP000443A-001 DTR PB SteelX Traveler Climber 11,676.00 PlayBooster®Custom CP000407A-001 DTR PB SteelX Vertical Ascent for 48" Deck 3,429.00 PlayBooster®Custom CP000408A-001 DTR PB SteelX Vertical Ascent for 56" Deck 3,429.00 PlayBooster®Custom CP000405A-001 DTR PB SteelX Vertical Ascent for 64" Deck 3,502.00 PlayBooster®Custom CP000406A-001 DTR PB SteelX Vertical Ascent for 72" Deck 3,502.00 PlayBooster®Custom CP000413A-001 DTR PB SteelX Vertical Ladder 32" Deck 1,612.00 PlayBooster®Custom CP000414A-001 DTR PB SteelX Vertical Ladder 40"-48" Deck 1,654.00 PlayBooster®Custom CP000415A-001 DTR PB SteelX Vertical Ladder 56" Deck 1,743.00 PlayBooster®Custom CP000416A-001 DTR PB SteelX Vertical Ladder 64"-72" Deck 1,838.00 PlayBooster®Custom CP000394A-001 DTR PB SteelX Wiggle Ladder w/SST Chain for 32" Deck 1,995.00 PlayBooster®Custom CP000395A-001 DTR PB SteelX Wiggle Ladder w/SST Chain for 40" Deck 2,111.00 PlayBooster®Custom CP000396A-001 DTR PB SteelX Wiggle Ladder w/SST Chain for 48" Deck 2,200.00 PlayBooster®Custom CP000397A-001 DTR PB SteelX Wiggle Ladder w/SST Chain for 56" Deck 2,237.00 PlayBooster®Custom CP000398A-001 DTR PB SteelX Wiggle Ladder w/SST Chain for 64" Deck 2,305.00 PlayBooster®Custom CP000399A-001 DTR PB SteelX Wiggle Ladder w/SST Chain for 72" Deck 2,410.00 PlayBooster®Custom CP000363A-001 DTR PB SteelX Wire Barrier 1,003.00 PlayBooster®Custom CP000371A-001 DTR PB SteelX Wire Barrier - 90* Deck 1,250.00 PlayBooster®Custom CP000377A-001 DTR PB SteelX Wire Crawl Tunnel 5,712.00 PlayBooster®Custom CP000372A-001 DTR PB SteelX Zoo Infill Panel 1,995.00 PlayBooster®Custom CP000370A-001 DTR PB SteelX Zoo Panel 1,885.00 PlayBooster®Custom CP000267A-001 DTR PB Steering Wheel Post mount 783.00 PlayBooster®Custom CP000117A-001 DTR PB Super Square Stadium Roof 13,955.00 PlayBooster®Custom CP000265A-001 DTR PB Suspension Bridge 24"-40" Decks 4,694.00 PlayBooster®Custom CP000333A-001 DTR PB Tall Table Panel for 6" Deck 1,182.00 PlayBooster®Custom CP000129A-001 DTR PB The Catch Vertical Ladder 72" Deck 2,468.00 PlayBooster®Custom CP000041A-001 DTR PB Tractor Driver Reach Panel 1,901.00 PlayBooster®Custom CP000040A-001 DTR PB Tractor Facade 7,193.00 PlayBooster®Custom CP017047A-001 DTR PB Tree Tops EN w/Steel Post DB Only 55,330.00 PlayBooster®Custom CP016776A-001 DTR PB Tree Tops w/Steel Post DB Only 55,330.00 PlayBooster®Custom CP000071A-001 DTR PB Upper Castle Panel w/Arrow Slit and Windows 1,670.00 PlayBooster®Custom CP000072A-001 DTR PB Upper Castle Turret Panel 688.00 PlayBooster®Custom CP015053A-001 DTR PB Vertical 1-Ring O-Zone Climber 2,893.00 PlayBooster®Custom CP000260A-001 DTR PB Vertical Ascent 96" Deck 3,145.00 PlayBooster®Custom CP000005A-001 DTR PB Wagon Wheel Climber 72" Deck DB 4,211.00 PlayBooster®Custom CP000336A-001 DTR PB Zoo Panel w/Telescope 4,988.00 PlayShaper®Custom CP000257A-001 DTR PS 30" Wide S/S Slide w/Poly Hood 32"/40" Deck 4,248.00 PlayShaper®Custom CP000258A-001 DTR PS 30" Wide S/S Slide w/Poly Hood 48" Deck 4,479.00 PlayShaper®Custom CP000011A-001 DTR PS 3-Deck Barn Roof 8,469.00 PlayShaper®Custom CP000015A-001 DTR PS Barn Panel 1,523.00 PlayShaper®Custom CP000014A-001 DTR PS Barn Panel w/Cow Head 1,911.00 PlayShaper®Custom CP000013A-001 DTR PS Barn Panel w/Horse Head 2,468.00 PlayShaper®Custom CP000012A-001 DTR PS Barn Roof for Square Deck 4,883.00 PlayShaper®Custom CP000057A-001 DTR PS Castle Bead & Block panel 1,549.00 PlayShaper®Custom CP000059A-001 DTR PS Castle Bell/Tunnel Panel Ground Level 1,833.00 PlayShaper®Custom CP000055A-001 DTR PS Castle Belt Bridge 2,531.00 PlayShaper®Custom CP000056A-001 DTR PS Castle Bubble Panel 1,066.00 PlayShaper®Custom CP000058A-001 DTR PS Castle Pilot/Tunnel Panel Ground Level 1,533.00 PlayShaper®Custom CP000331A-001 DTR PS Farm Animal Climber 40" Deck 3,009.00 PlayShaper®Custom CP000018A-001 DTR PS Farm Animal Climber DB 3,009.00 PlayShaper®Custom CP000175A-001 DTR PS Funhouse 27,647.00 Smart Play®Ages 2-5 Yrs CP021021A-001 DTR SP Breeze DB Only 41,475.00 Smart Play®Ages 2-5 Yrs CP021022A-001 DTR SP Breeze DB Only (Pre-Colored)41,475.00 Smart Play®Custom CP000441A-001 DTR SP Cube with S/S Slide 25,883.00 Smart Play®Ages 2-5 Yrs CP021770A-001 DTR SP Sprig DB Only 34,545.00 Weevos®Custom CP000434A-001 DTR WV RPL Boppity Bridge 10,049.00 Weevos®Custom CP000433A-001 DTR WV SteelX 40" S/S Slide 16,359.00 Weevos®Custom CP000431A-001 DTR WV SteelX Straight Crawl Tunnel 5,607.00 Weevos®Custom CP000432A-001 DTR WV SteelX Wee Planet 4,342.00 PlayBooster®Enclosures PB178479A-001 Duck Accent Panel Custom 352.00 Freestanding Play Climbers IP249010A-001 Eclipse Net Climber DB Only 31,044.00 Evos®Mainstructures EV258228A-001 Eclipse Net Plus w/2-4 Attach Points DB Only 36,341.00 Evos®Mainstructures EV258230A-001 Eclipse Net Plus w/3-5 Attach Points DB Only 37,926.00 Evos®Mainstructures EV258231A-001 Eclipse Net Plus w/4-6 Attach Points DB Only 39,507.00 Evos®Slides & Gliders EV201035A-001 Eclipse Rush Slide DB Only 6,169.00 Evos®Slides & Gliders EV201041A-002 Eclipse Rushwinder DB Left DB Only 6,757.00 Evos®Slides & Gliders EV201041A-001 Eclipse Rushwinder DB Right DB Only 6,757.00 Evos®Slides & Gliders EV201041A-003 Eclipse Rushwinder DB Straight DB Only 6,757.00 Freestanding Play Climbers IP254562A-001 Eclipse Seat 205.00 Evos®Slides & Gliders EV201038A-001 Eclipse Surf Slide DB Only 6,442.00 Evos®Slides & Gliders EV201040A-001 Eclipse Surf Stainless Steel Slide DB Only 7,760.00 PlayShaper®Slides PS111323A-004 El Slide 12"SM 32"Dk 3,208.00 PlayShaper®Slides PS111323A-003 El Slide 2"SM 32"Dk 3,040.00 PlayShaper®Slides PS111323A-001 El Slide DB 30"Dk 3,129.00 PlayShaper®Slides PS111323A-002 El Slide DB 32"Dk 3,129.00 Freestanding Play Sensory Play IP136233A-001 Elevated Sand Table Alum Posts DB 3,996.00 Freestanding Play Sensory Play IP136233A-002 Elevated Sand Table PB Alum Posts 2"SM Component Supports(4) DB Only4,484.00 Freestanding Play Sensory Play IP136233B-002 Elevated Sand Table PB Steel Posts 2"SM Component Supports(4) DB Only4,316.00 Freestanding Play Sensory Play IP136233B-001 Elevated Sand Table Steel DB 3,927.00 Freestanding Play Sports & Fitness IP192457B-001 Elliptical 2"SM Order Post Separately*10,427.00 Freestanding Play Sports & Fitness IP192457A-001 Elliptical DB Order Post Separately*10,374.00 PlayBooster®Overhead Events PB116208A-003 End Vert Ladder For Ring Bridge Alum Posts 12"SM 2,326.00 PlayBooster®Overhead Events PB116208A-002 End Vert Ladder For Ring Bridge Alum Posts 2"SM 2,326.00 PlayBooster®Overhead Events PB116208A-001 End Vert Ladder For Ring Bridge Alum Posts DB 1,864.00 PlayBooster®Overhead Events PB116208B-003 End Vert Ladder For Ring Bridge Steel Posts 12"SM 2,221.00 PlayBooster®Overhead Events PB116208B-002 End Vert Ladder For Ring Bridge Steel Posts 2"SM 2,221.00 PlayBooster®Overhead Events PB116208B-001 End Vert Ladder For Ring Bridge Steel Posts DB 1,780.00 PlayBooster®Overhead Events PB111273A-003 End Vertical Ladder w/Alum Posts 12"SM 2,211.00 PlayBooster®Overhead Events PB111273A-002 End Vertical Ladder w/Alum Posts 2"SM 2,211.00 PlayBooster®Overhead Events PB111273A-001 End Vertical Ladder w/Alum Posts DB 1,770.00 PlayBooster®Overhead Events PB111273B-003 End Vertical Ladder w/Steel Posts 12"SM 2,100.00 PlayBooster®Overhead Events PB111273B-002 End Vertical Ladder w/Steel Posts 2"SM 2,100.00 PlayBooster®Overhead Events PB111273B-001 End Vertical Ladder w/Steel Posts DB 1,654.00 Freestanding Play IP182212A-001 Entanglement Warning Label 1.00 PlayBooster®PB182212A-001 Entanglement Warning Label 1.00 PlayShaper®PS182212A-001 Entanglement Warning Label 1.00 Evos®Motion & More Fun EV156454A-001 E-Pod 415.00 PlayBooster®Motion & More Fun PB166809A-001 E-Pod Seat 415.00 Evos®Mainstructures EV171626A-001 Evos 1 Arch w/2 Attach Points DB Only 18,664.00 Evos®Mainstructures EV171627A-001 Evos 1 Arch w/3 Attach Points DB Only 19,746.00 Evos®Mainstructures EV171628A-001 Evos 1 Arch w/4 Attach Points DB Only 20,869.00 Evos®Mainstructures EV171628A-002 Evos 1 Arch w/4 Attach Points DB Only 20,869.00 Evos®Mainstructures EV179182A-001 Evos 2 Arch DB only 22,775.00 Evos®Mainstructures EV179186A-001 Evos 2 Arch w/3 Attach Points DB Only 14,443.00 Evos®Mainstructures EV179188A-001 Evos 2 Arch w/3-5 Attach Points DB Only 15,551.00 Evos®Mainstructures EV179187A-001 Evos 2 Arch w/4 Attach Points DB Only 16,648.00 Evos®Mainstructures EV179184A-001 Evos 3 Arch DB Only 27,358.00 Evos®Mainstructures EV179183A-001 Evos 3 Arch Small DB Only 26,775.00 Evos®Mainstructures EV179185A-001 Evos 4 Arch DB Only 31,348.00 Evos®Mainstructures EV160359A-001 Evos Add Arches 3 and 4 DB Only 8,584.00 Evos®Mainstructures EV160358A-001 Evos Add Big Arch 4 DB Only 4,584.00 Evos®Mainstructures EV156545A-001 Evos Add Small Arch 3 DB Only 4,006.00 Freestanding Play Motion & More Fun IP115381A-001 Extended Footing Leg DB Only 279.00 Freestanding Play Sports & Fitness IP237934B-001 Facet Balance Beam Double DB Only 2,925.00 Freestanding Play Sports & Fitness IP237934A-001 Facet Balance Beam Single DB Only 1,465.00 Freestanding Play Sports & Fitness IP237934C-001 Facet Balance Beam Triple DB Only 4,389.00 Freestanding Play Site Furnishings IP235526B-001 Facet Bench Double C DB 4,767.00 Freestanding Play Site Furnishings IP235526B-002 Facet Bench Double C SM 4,652.00 Freestanding Play Site Furnishings IP235526C-001 Facet Bench Double S DB 4,767.00 Freestanding Play Site Furnishings IP235526C-002 Facet Bench Double S SM 4,652.00 Freestanding Play Site Furnishings IP235526A-001 Facet Bench Single DB 2,804.00 Freestanding Play Site Furnishings IP235526A-002 Facet Bench Single SM 2,751.00 Freestanding Play Sensory Play IP237935A-001 Facet Crawl Tunnel DB Only 7,251.00 Freestanding Play Sensory Play IP237936A-001 Facet Crawl Tunnel w/1 Stepper DB Only 8,579.00 Freestanding Play Sensory Play IP237936A-002 Facet Crawl Tunnel w/2 Steppers DB Only 9,912.00 Freestanding Play Climbers IP237103A-001 Facet Stepper 14" Height DB Only 1,334.00 PlayBooster®Climbers w/Permalene HandholdsPB237937A-001 Facet Stepper 16"Deck w/Perm Handholds DB Only 1,743.00 PlayShaper®Climbers PS237939A-001 Facet Stepper 16"Deck w/Perm Handholds DB Only 1,743.00 PlayBooster®Climbers Nature-InspiredPB237938A-001 Facet Stepper 16"Deck w/Wood-Grain Handholds DB Only 2,625.00 Freestanding Play Climbers IP237104A-001 Facet Stepper 22" Height DB Only 2,883.00 PlayBooster®Climbers w/Permalene HandholdsPB237937B-001 Facet Stepper 24"Deck w/Perm Handholds DB Only 3,303.00 PlayShaper®Climbers PS237939B-001 Facet Stepper 24"Deck w/Perm Handholds DB Only 3,303.00 PlayBooster®Climbers Nature-InspiredPB237938B-001 Facet Stepper 24"Deck w/Wood-Grain Handholds DB Only 4,185.00 Freestanding Play Climbers IP237105A-001 Facet Stepper 28" Height DB Only 4,290.00 PlayBooster®Climbers w/Permalene HandholdsPB237937C-001 Facet Stepper 32"Deck w/Perm Handholds DB Only 4,710.00 PlayShaper®Climbers PS237939C-001 Facet Stepper 32"Deck w/Perm Handholds DB Only 4,710.00 PlayBooster®Climbers Nature-InspiredPB237938C-001 Facet Stepper 32"Deck w/Wood-Grain Handholds DB Only 5,597.00 Freestanding Play Learning Wall LW184859A-001 Finger Maze Panel 835.00 PlayBooster®Enclosures PB115229A-001 Finger Maze Panel Above Deck 972.00 PlayShaper®Enclosures PS111289A-001 Finger Maze Panel Above Deck 835.00 PlayShaper®Enclosures PS111289A-002 Finger Maze Panel Ground Level 835.00 PlayBooster®Enclosures PB115229A-003 Finger Maze Panel Ground Level Under 48"Dk 1,229.00 PlayBooster®Enclosures PB115229A-004 Finger Maze Panel Ground Level Under 56"Dk 1,229.00 Freestanding Play Structures IP148640A-001 Fire Engine - DB Only 23,037.00 Smart Play®Ages 2-5 Yrs SP233081B-001 Fire Station + Market Cafe 2"SM 45,261.00 Smart Play®Ages 2-5 Yrs SP233081A-001 Fire Station + Market Cafe DB 43,854.00 Smart Play®Ages 2-5 Yrs SP233073B-001 Fire Station 2"SM 24,156.00 Smart Play®Ages 2-5 Yrs SP233073A-001 Fire Station DB 23,452.00 PlayBooster®Slides PB148426A-003 Firepole Perm Handholds 32"Dk 12"SM 1,140.00 PlayBooster®Slides PB148426A-002 Firepole Perm Handholds 32"Dk 2"SM 1,140.00 PlayBooster®Slides PB148426A-001 Firepole Perm Handholds 32"Dk DB 1,035.00 PlayBooster®Slides PB148426A-006 Firepole Perm Handholds 40"Dk 12"SM 1,140.00 PlayBooster®Slides PB148426A-005 Firepole Perm Handholds 40"Dk 2"SM 1,140.00 PlayBooster®Slides PB148426A-004 Firepole Perm Handholds 40"Dk DB 1,035.00 PlayBooster®Slides PB148426A-009 Firepole Perm Handholds 48"Dk 12"SM 1,140.00 PlayBooster®Slides PB148426A-008 Firepole Perm Handholds 48"Dk 2"SM 1,140.00 PlayBooster®Slides PB148426A-007 Firepole Perm Handholds 48"Dk DB 1,035.00 PlayBooster®Slides PB148426B-003 Firepole Perm Handholds 56"Dk 12"SM 1,176.00 PlayBooster®Slides PB148426B-002 Firepole Perm Handholds 56"Dk 2"SM 1,176.00 PlayBooster®Slides PB148426B-001 Firepole Perm Handholds 56"Dk DB 1,056.00 PlayBooster®Slides PB148426B-006 Firepole Perm Handholds 64"Dk 12"SM 1,176.00 PlayBooster®Slides PB148426B-005 Firepole Perm Handholds 64"Dk 2"SM 1,176.00 PlayBooster®Slides PB148426B-004 Firepole Perm Handholds 64"Dk DB 1,056.00 PlayBooster®Slides PB148426B-009 Firepole Perm Handholds 72"Dk 12"SM 1,176.00 PlayBooster®Slides PB148426B-008 Firepole Perm Handholds 72"Dk 2"SM 1,176.00 PlayBooster®Slides PB148426B-007 Firepole Perm Handholds 72"Dk DB 1,056.00 PlayBooster®Slides PB148435A-003 Firepole SteelX Handholds 32"Dk 12"SM 1,581.00 PlayBooster®Slides PB148435A-002 Firepole SteelX Handholds 32"Dk 2"SM 1,581.00 PlayBooster®Slides PB148435A-001 Firepole SteelX Handholds 32"Dk DB 1,481.00 PlayBooster®Slides PB148435A-006 Firepole SteelX Handholds 40"Dk 12"SM 1,581.00 PlayBooster®Slides PB148435A-005 Firepole SteelX Handholds 40"Dk 2"SM 1,581.00 PlayBooster®Slides PB148435A-004 Firepole SteelX Handholds 40"Dk DB 1,481.00 PlayBooster®Slides PB148435A-009 Firepole SteelX Handholds 48"Dk 12"SM 1,581.00 PlayBooster®Slides PB148435A-008 Firepole SteelX Handholds 48"Dk 2"SM 1,581.00 PlayBooster®Slides PB148435A-007 Firepole SteelX Handholds 48"Dk DB 1,481.00 PlayBooster®Slides PB148435B-003 Firepole SteelX Handholds 56"Dk 12"SM 1,623.00 PlayBooster®Slides PB148435B-002 Firepole SteelX Handholds 56"Dk 2"SM 1,623.00 PlayBooster®Slides PB148435B-001 Firepole SteelX Handholds 56"Dk DB 1,533.00 PlayBooster®Slides PB148435B-006 Firepole SteelX Handholds 64"Dk 12"SM 1,623.00 PlayBooster®Slides PB148435B-005 Firepole SteelX Handholds 64"Dk 2"SM 1,623.00 PlayBooster®Slides PB148435B-004 Firepole SteelX Handholds 64"Dk DB 1,533.00 PlayBooster®Slides PB148435B-009 Firepole SteelX Handholds 72"Dk 12"SM 1,623.00 PlayBooster®Slides PB148435B-008 Firepole SteelX Handholds 72"Dk 2"SM 1,623.00 PlayBooster®Slides PB148435B-007 Firepole SteelX Handholds 72"Dk DB 1,533.00 PlayBooster®Slides PB169317A-003 Firepole w/Recycled Wood-Grain Handholds 32"Dk 12"SM 2,074.00 PlayBooster®Slides PB169317A-002 Firepole w/Recycled Wood-Grain Handholds 32"Dk 2"SM 2,074.00 PlayBooster®Slides PB169317A-001 Firepole w/Recycled Wood-Grain Handholds 32"Dk DB 1,980.00 PlayBooster®Slides PB169317A-006 Firepole w/Recycled Wood-Grain Handholds 40"Dk 12"SM 2,074.00 PlayBooster®Slides PB169317A-005 Firepole w/Recycled Wood-Grain Handholds 40"Dk 2"SM 2,074.00 PlayBooster®Slides PB169317A-004 Firepole w/Recycled Wood-Grain Handholds 40"Dk DB 1,980.00 PlayBooster®Slides PB169317A-009 Firepole w/Recycled Wood-Grain Handholds 48"Dk 12"SM 2,074.00 PlayBooster®Slides PB169317A-008 Firepole w/Recycled Wood-Grain Handholds 48"Dk 2"SM 2,074.00 PlayBooster®Slides PB169317A-007 Firepole w/Recycled Wood-Grain Handholds 48"Dk DB 1,980.00 PlayBooster®Slides PB169317B-003 Firepole w/Recycled Wood-Grain Handholds 56"Dk 12"SM 2,100.00 PlayBooster®Slides PB169317B-002 Firepole w/Recycled Wood-Grain Handholds 56"Dk 2"SM 2,100.00 PlayBooster®Slides PB169317B-001 Firepole w/Recycled Wood-Grain Handholds 56"Dk DB 2,011.00 PlayBooster®Slides PB169317B-006 Firepole w/Recycled Wood-Grain Handholds 64"Dk 12"SM 2,100.00 PlayBooster®Slides PB169317B-005 Firepole w/Recycled Wood-Grain Handholds 64"Dk 2"SM 2,100.00 PlayBooster®Slides PB169317B-004 Firepole w/Recycled Wood-Grain Handholds 64"Dk DB 2,011.00 PlayBooster®Slides PB169317B-009 Firepole w/Recycled Wood-Grain Handholds 72"Dk 12"SM 2,100.00 PlayBooster®Slides PB169317B-008 Firepole w/Recycled Wood-Grain Handholds 72"Dk 2"SM 2,100.00 PlayBooster®Slides PB169317B-007 Firepole w/Recycled Wood-Grain Handholds 72"Dk DB 2,011.00 PlayBooster®Slides PB180100A-003 Firepole w/Vibe Handholds 32"Dk 12" SM 1,539.00 PlayBooster®Slides PB180100A-002 Firepole w/Vibe Handholds 32"Dk 2" SM 1,539.00 PlayBooster®Slides PB180100A-001 Firepole w/Vibe Handholds 32"Dk DB 1,455.00 PlayBooster®Slides PB180100A-006 Firepole w/Vibe Handholds 40"Dk 12" SM 1,539.00 PlayBooster®Slides PB180100A-005 Firepole w/Vibe Handholds 40"Dk 2" SM 1,539.00 PlayBooster®Slides PB180100A-004 Firepole w/Vibe Handholds 40"Dk DB 1,455.00 PlayBooster®Slides PB180100A-009 Firepole w/Vibe Handholds 48"Dk 12" SM 1,539.00 PlayBooster®Slides PB180100A-008 Firepole w/Vibe Handholds 48"Dk 2" SM 1,539.00 PlayBooster®Slides PB180100A-007 Firepole w/Vibe Handholds 48"Dk DB 1,455.00 PlayBooster®Slides PB180100B-003 Firepole w/Vibe Handholds 56"Dk 12" SM 1,591.00 PlayBooster®Slides PB180100B-002 Firepole w/Vibe Handholds 56"Dk 2" SM 1,591.00 PlayBooster®Slides PB180100B-001 Firepole w/Vibe Handholds 56"Dk DB 1,476.00 PlayBooster®Slides PB180100B-006 Firepole w/Vibe Handholds 64"Dk 12" SM 1,591.00 PlayBooster®Slides PB180100B-005 Firepole w/Vibe Handholds 64"Dk 2" SM 1,591.00 PlayBooster®Slides PB180100B-004 Firepole w/Vibe Handholds 64"Dk DB 1,476.00 PlayBooster®Slides PB180100B-009 Firepole w/Vibe Handholds 72"Dk 12" SM 1,591.00 PlayBooster®Slides PB180100B-008 Firepole w/Vibe Handholds 72"Dk 2" SM 1,591.00 PlayBooster®Slides PB180100B-007 Firepole w/Vibe Handholds 72"Dk DB 1,476.00 PlayBooster®Climbers Other PB235756A-002 Fish Net 2"SM 3,523.00 PlayBooster®Climbers Other PB235756A-001 Fish Net DB 3,518.00 Freestanding Play Sports & Fitness IP246315A-001 FitCore Extreme Sign (13+) DB 1,145.00 Freestanding Play Sports & Fitness IP246315B-001 FitCore Extreme Sign (13+) SM 1,229.00 Freestanding Play Sports & Fitness IP246587A-001 FitCore Extreme Sign (5-12) DB 1,145.00 Freestanding Play Sports & Fitness IP246587B-001 FitCore Extreme Sign (5-12) SM 1,229.00 Freestanding Play Swings IP177348C-001 Flat Molded Seat ProGuard Chains for 10' Beam Height 368.00 Freestanding Play Swings IP177348A-001 Flat Molded Seat ProGuard Chains for 8' Beam Height 357.00 Freestanding Play Swings IP177348D-001 Flat Molded Seat TenderTuff Chains for 10' Beam Height 504.00 Freestanding Play Swings IP177348B-001 Flat Molded Seat TenderTuff Chains for 8' Beam Height 441.00 PlayBooster®Climbers w/Permalene HandholdsPB204176A-003 Flex Climber w/Permalene Handhold 8" Deck Diff attached to 72"Dk11,372.00 PlayBooster®Climbers w/Permalene HandholdsPB204176A-001 Flex Climber w/Permalene Handhold Equal Decks 64"Dk 11,372.00 PlayBooster®Climbers w/Permalene HandholdsPB204176A-002 Flex Climber w/Permalene Handhold Equal Decks 72"Dk 11,372.00 PlayBooster®Climbers w/Vibe HandholdsPB200608A-003 Flex Climber w/Vibe Handhold 8" Deck Diff attached to 72"Dk 11,918.00 PlayBooster®Climbers w/Vibe HandholdsPB200608A-001 Flex Climber w/Vibe Handhold Equal Decks 64"Dk 11,918.00 PlayBooster®Climbers w/Vibe HandholdsPB200608A-002 Flex Climber w/Vibe Handhold Equal Decks 72"Dk 11,918.00 PlayBooster®Roofs PB212256A-001 Flower Accent Topper 2,184.00 Freestanding Play Motion & More Fun IP185927A-001 Flywheel Spinner DB Only 4,484.00 Forma™Sensory Play FA307430A-001 Focal Sensory Wall DB 18,375.00 Forma™Sensory Play FA307430A-002 Focal Sensory Wall SM 18,606.00 Forma™Climbers FA307423A-001 Folio Balance Climber DB 30,272.00 Forma™Climbers FA307423A-002 Folio Balance Climber SM 30,834.00 Forma™Climbers FA307436A-001 Footprint Balance Beam DB 588.00 Forma™Climbers FA307436A-002 Footprint Balance Beam SM 788.00 Forma™Climbers FA307433A-001 Footprint Stepper 16" DB 436.00 Forma™Climbers FA307433A-002 Footprint Stepper 16" SM 536.00 Forma™Climbers FA307434A-001 Footprint Stepper 24" DB 457.00 Forma™Climbers FA307434A-002 Footprint Stepper 24" SM 557.00 Forma™Climbers FA307432A-001 Footprint Stepper 8" DB 420.00 Forma™Climbers FA307432A-002 Footprint Stepper 8" SM 520.00 Forma™Motion & More Fun FA307435A-001 Footprint Wobble Bouncer DB 2,421.00 Forma™Motion & More Fun FA307435A-002 Footprint Wobble Bouncer SM 2,620.00 Forma™Climbers FA307425A-001 Forge Climber DB Only 26,193.00 Forma™Slides FA307427A-001 Forma Alpine Slide DB 30,655.00 Forma™Slides FA307427A-002 Forma Alpine Slide SM 32,340.00 Forma™Climbers FA307438A-001 Forma Giggle Jiggler Climber DB 12,894.00 Forma™Climbers FA307438A-002 Forma Giggle Jiggler Climber SM 13,125.00 Forma™Slides FA307428A-001 Forma SlideWinder2 Slide DB 30,645.00 Forma™Slides FA307428A-002 Forma SlideWinder2 Slide SM 32,330.00 Forma™Motion & More Fun FA307426A-001 Forma Sol Spinner DB Only 9,146.00 Freestanding Play Swings IP307429A-001 Forma Swing Frame DB Only 6,500.00 Freestanding Play Swings IP316601A-001 Forma Swing Frame DB Only Additional Bay 6,442.00 Forma™Climbers FA307421A-001 Fortress Multi-Climber DB 52,584.00 Forma™Climbers FA307421A-002 Fortress Multi-Climber SM 53,346.00 Forma™Sensory Play FA307431A-001 Fox Den Hangouts DB Only 20,885.00 Forma™Climbers FA307437A-001 Foxtrot Multi-Climber DB 32,808.00 Forma™Climbers FA307437A-002 Foxtrot Multi-Climber SM 33,763.00 Freestanding Play Swings IP237294A-001 Friendship Swing w/5" Arch Frame Additional Bay ProGuard Chains4,836.00 Freestanding Play Swings IP237294B-001 Friendship Swing w/5" Arch Frame Additional Bay TenderTuff Chains5,019.00 Freestanding Play Swings IP237293A-001 Friendship Swing w/5" Arch Frame ProGuard Chains 6,416.00 Freestanding Play Swings IP237293B-001 Friendship Swing w/5" Arch Frame TenderTuff Chains 6,605.00 Freestanding Play Swings IP237295A-001 Friendship Swing w/5" Arch Tire Frame Additional Bay ProGuard Chains4,589.00 Freestanding Play Swings IP237295B-001 Friendship Swing w/5" Arch Tire Frame Additional Bay TenderTuff Chains4,773.00 Freestanding Play Swings IP278857A-001 Friendship Swing w/Hedra Frame ProGuard Chains DB Only 6,852.00 Freestanding Play Swings IP278857B-001 Friendship Swing w/Hedra Frame TenderTuff Chains DB Only 7,046.00 Freestanding Play Swings IP237296A-001 Friendship Swing w/Single Post Frame 52" Bury ProGuard Chains4,342.00 Freestanding Play Swings IP237296B-001 Friendship Swing w/Single Post Frame 52" Bury TenderTuff Chains4,531.00 Freestanding Play Swings IP237297A-001 Friendship Swing w/Single Post Frame Additional Bay 52" Bury ProGuard Chains3,770.00 Freestanding Play Swings IP237297B-001 Friendship Swing w/Single Post Frame Additional Bay 52" Bury TenderTuff Chains3,959.00 Freestanding Play Swings IP177352A-001 Full Bucket Infant Seat ProGuard Chains for 2"Arch Swing 342.00 Freestanding Play Swings IP177352C-001 Full Bucket Infant Seat ProGuard Chains for Toddler Swing 342.00 Freestanding Play Swings IP177352B-001 Full Bucket Infant Seat TenderTuff Chains for 2"Arch Swing 399.00 Freestanding Play Swings IP177352D-001 Full Bucket Infant Seat TenderTuff Chains for Toddler Swing 394.00 Freestanding Play Swings IP176038C-001 Full Bucket Seat ProGuard Chains for 10' Beam Height 499.00 Freestanding Play Swings IP176038E-001 Full Bucket Seat ProGuard Chains for 2"Arch Swing 462.00 Freestanding Play Swings IP176038I-001 Full Bucket Seat ProGuard Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)462.00 Freestanding Play Swings IP176038A-001 Full Bucket Seat ProGuard Chains for 8' Beam Height 468.00 Freestanding Play Swings IP176038G-001 Full Bucket Seat ProGuard Chains for Toddler Swing 462.00 Freestanding Play Swings IP176038D-001 Full Bucket Seat TenderTuff Chains for 10' Beam Height 583.00 Freestanding Play Swings IP176038F-001 Full Bucket Seat TenderTuff Chains for 2"Arch Swing 531.00 Freestanding Play Swings IP176038J-001 Full Bucket Seat TenderTuff Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)531.00 Freestanding Play Swings IP176038B-001 Full Bucket Seat TenderTuff Chains for 8' Beam Height 552.00 Freestanding Play Swings IP176038H-001 Full Bucket Seat TenderTuff Chains for Toddler Swing 515.00 Freestanding Play Sensory Play IP168103A-001 Fun Mirror Panel 3,108.00 Freestanding Play Learning Wall LW184893A-001 Fun Mirror Panel 3,150.00 Weevos®Motion & More Fun WV173577B-001 Fun Mirror Panel 2"SM 4,578.00 Weevos®Motion & More Fun WV173577A-001 Fun Mirror Panel DB 4,484.00 PlayBooster®Enclosures PB173563A-001 Fun Mirror Panel Ground Level 3,292.00 PlayShaper®Enclosures PS173568A-001 Fun Mirror Panel Ground Level 3,150.00 PlayBooster®Enclosures PB179045A-001 Fun Mirror Vibe Panel Ground Level 3,665.00 PlayBooster®Climbers w/Permalene HandholdsPB145109A-003 Funnel Net Climber 12"SM 5,880.00 PlayBooster®Climbers w/Permalene HandholdsPB145109A-002 Funnel Net Climber 2"SM 5,880.00 Freestanding Play Climbers IP144477C-006 Funnel Net Climber Alum Posts 1 Vertical Ladder 12"SM 10,296.00 Freestanding Play Climbers IP144477C-005 Funnel Net Climber Alum Posts 1 Vertical Ladder 2"SM 10,296.00 Freestanding Play Climbers IP144477C-004 Funnel Net Climber Alum Posts 1 Vertical Ladder DB 9,797.00 Freestanding Play Climbers IP144477A-006 Funnel Net Climber Alum Posts 2 Vertical Ladders 12"SM 11,970.00 Freestanding Play Climbers IP144477A-005 Funnel Net Climber Alum Posts 2 Vertical Ladders 2"SM 11,970.00 Freestanding Play Climbers IP144477A-004 Funnel Net Climber Alum Posts 2 Vertical Ladders DB 11,372.00 Freestanding Play Climbers IP144477D-006 Funnel Net Climber Alum Posts 3 Vertical Ladders 12"SM 13,645.00 Freestanding Play Climbers IP144477D-005 Funnel Net Climber Alum Posts 3 Vertical Ladders 2"SM 13,645.00 Freestanding Play Climbers IP144477D-004 Funnel Net Climber Alum Posts 3 Vertical Ladders DB 12,947.00 Freestanding Play Climbers IP144477E-006 Funnel Net Climber Alum Posts 4 Vertical Ladders 12"SM 15,320.00 Freestanding Play Climbers IP144477E-005 Funnel Net Climber Alum Posts 4 Vertical Ladders 2"SM 15,320.00 Freestanding Play Climbers IP144477E-004 Funnel Net Climber Alum Posts 4 Vertical Ladders DB 14,522.00 Freestanding Play Climbers IP144477B-006 Funnel Net Climber Alum Posts No Vertical Ladders 12"SM 8,621.00 Freestanding Play Climbers IP144477B-005 Funnel Net Climber Alum Posts No Vertical Ladders 2"SM 8,621.00 Freestanding Play Climbers IP144477B-004 Funnel Net Climber Alum Posts No Vertical Ladders DB 8,222.00 PlayBooster®Climbers w/Permalene HandholdsPB145109A-001 Funnel Net Climber DB 5,571.00 PlayBooster®Climbers w/Permalene HandholdsPB145251A-001 Funnel Net Climber Handhold Panel 347.00 PlayBooster®Climbers w/Permalene HandholdsPB145249A-001 Funnel Net Climber Long Brace 258.00 PlayBooster®Climbers w/Permalene HandholdsPB145248A-001 Funnel Net Climber Short Brace 231.00 Freestanding Play Climbers IP144477H-003 Funnel Net Climber Steel Posts 1 Vertical Ladder 12"SM 10,112.00 Freestanding Play Climbers IP144477H-002 Funnel Net Climber Steel Posts 1 Vertical Ladder 2"SM 10,112.00 Freestanding Play Climbers IP144477H-001 Funnel Net Climber Steel Posts 1 Vertical Ladder DB 9,298.00 Freestanding Play Climbers IP144477F-003 Funnel Net Climber Steel Posts 2 Vertical Ladders 12"SM 11,750.00 Freestanding Play Climbers IP144477F-002 Funnel Net Climber Steel Posts 2 Vertical Ladders 2"SM 11,750.00 Freestanding Play Climbers IP144477F-001 Funnel Net Climber Steel Posts 2 Vertical Ladders DB 10,773.00 Freestanding Play Climbers IP144477I-003 Funnel Net Climber Steel Posts 3 Vertical Ladders 12"SM 13,388.00 Freestanding Play Climbers IP144477I-002 Funnel Net Climber Steel Posts 3 Vertical Ladders 2"SM 13,388.00 Freestanding Play Climbers IP144477I-001 Funnel Net Climber Steel Posts 3 Vertical Ladders DB 12,249.00 Freestanding Play Climbers IP144477J-003 Funnel Net Climber Steel Posts 4 Vertical Ladders 12"SM 15,026.00 Freestanding Play Climbers IP144477J-002 Funnel Net Climber Steel Posts 4 Vertical Ladders 2"SM 15,026.00 Freestanding Play Climbers IP144477J-001 Funnel Net Climber Steel Posts 4 Vertical Ladders DB 13,724.00 Freestanding Play Climbers IP144477G-003 Funnel Net Climber Steel Posts No Vertical Ladders 12"SM 8,474.00 Freestanding Play Climbers IP144477G-002 Funnel Net Climber Steel Posts No Vertical Ladders 2"SM 8,474.00 Freestanding Play Climbers IP144477G-001 Funnel Net Climber Steel Posts No Vertical Ladders DB 7,823.00 PlayBooster®Climbers w/Permalene HandholdsPB145250A-001 Funnel Net Climber Vertical Ladder 1,103.00 PlayBooster®Climbers w/Vibe HandholdsPB179021A-001 Funnel Net Climber Vibe Handhold 840.00 Freestanding Play Learning Wall LW184876A-001 Gear Panel 2,452.00 PlayShaper®Enclosures PS117147A-001 Gear Panel Above Deck 2,452.00 PlayBooster®Enclosures PB117146A-001 Gear Panel Above Deck 2,599.00 PlayShaper®Enclosures PS117147A-002 Gear Panel Ground Level 2,452.00 PlayBooster®Enclosures PB117146A-003 Gear Panel Ground Level Under 48"Dk 2,846.00 PlayBooster®Enclosures PB117146A-004 Gear Panel Ground Level Under 56"Dk 2,846.00 PlayBooster®Slides PB205015A-001 Gemini Slide Hood Extension Kit PB - PlayShaper®Slides PS205015A-001 Gemini Slide Hood Extension Kit PS - PlayShaper®Slides PS133426A-002 Gemini SlideWinder2 30"Dk DB 1 Right 1 Left 5,796.00 PlayShaper®Slides PS133426A-004 Gemini SlideWinder2 30"Dk DB 1 Straight 1 Left 5,796.00 PlayShaper®Slides PS133426A-005 Gemini SlideWinder2 30"Dk DB 1 Straight 1 Right 5,796.00 PlayShaper®Slides PS133426A-001 Gemini SlideWinder2 30"Dk DB 2 Left 5,796.00 PlayShaper®Slides PS133426A-003 Gemini SlideWinder2 30"Dk DB 2 Right 5,796.00 PlayShaper®Slides PS133426A-006 Gemini SlideWinder2 30"Dk DB 2 Straight 5,796.00 PlayBooster®Slides PB130800A-006 Gemini SlideWinder2 32"Dk 12"SM 1 Right 1 Left 5,980.00 PlayShaper®Slides PS133426A-012 Gemini SlideWinder2 32"Dk 12"SM 1 Right 1 Left 5,980.00 PlayBooster®Slides PB130800A-012 Gemini SlideWinder2 32"Dk 12"SM 1 Straight 1 Left 5,980.00 PlayShaper®Slides PS133426A-018 Gemini SlideWinder2 32"Dk 12"SM 1 Straight 1 Left 5,980.00 PlayBooster®Slides PB130800A-015 Gemini SlideWinder2 32"Dk 12"SM 1 Straight 1 Right 5,980.00 PlayShaper®Slides PS133426A-021 Gemini SlideWinder2 32"Dk 12"SM 1 Straight 1 Right 5,980.00 PlayBooster®Slides PB130800A-003 Gemini SlideWinder2 32"Dk 12"SM 2 Left 5,980.00 PlayShaper®Slides PS133426A-009 Gemini SlideWinder2 32"Dk 12"SM 2 Left 5,980.00 PlayBooster®Slides PB130800A-009 Gemini SlideWinder2 32"Dk 12"SM 2 Right 5,980.00 PlayShaper®Slides PS133426A-015 Gemini SlideWinder2 32"Dk 12"SM 2 Right 5,980.00 PlayBooster®Slides PB130800A-018 Gemini SlideWinder2 32"Dk 12"SM 2 Straight 5,980.00 PlayShaper®Slides PS133426A-024 Gemini SlideWinder2 32"Dk 12"SM 2 Straight 5,980.00 PlayBooster®Slides PB130800A-005 Gemini SlideWinder2 32"Dk 2"SM 1 Right 1 Left 5,639.00 PlayShaper®Slides PS133426A-011 Gemini SlideWinder2 32"Dk 2"SM 1 Right 1 Left 5,639.00 PlayBooster®Slides PB130800A-011 Gemini SlideWinder2 32"Dk 2"SM 1 Straight 1 Left 5,639.00 PlayShaper®Slides PS133426A-017 Gemini SlideWinder2 32"Dk 2"SM 1 Straight 1 Left 5,639.00 PlayBooster®Slides PB130800A-014 Gemini SlideWinder2 32"Dk 2"SM 1 Straight 1 Right 5,639.00 PlayShaper®Slides PS133426A-020 Gemini SlideWinder2 32"Dk 2"SM 1 Straight 1 Right 5,639.00 PlayBooster®Slides PB130800A-002 Gemini SlideWinder2 32"Dk 2"SM 2 Left 5,639.00 PlayShaper®Slides PS133426A-008 Gemini SlideWinder2 32"Dk 2"SM 2 Left 5,639.00 PlayBooster®Slides PB130800A-008 Gemini SlideWinder2 32"Dk 2"SM 2 Right 5,639.00 PlayShaper®Slides PS133426A-014 Gemini SlideWinder2 32"Dk 2"SM 2 Right 5,639.00 PlayBooster®Slides PB130800A-017 Gemini SlideWinder2 32"Dk 2"SM 2 Straight 5,639.00 PlayShaper®Slides PS133426A-023 Gemini SlideWinder2 32"Dk 2"SM 2 Straight 5,639.00 PlayBooster®Slides PB130800A-004 Gemini SlideWinder2 32"Dk DB 1 Right 1 Left 5,796.00 PlayShaper®Slides PS133426A-010 Gemini SlideWinder2 32"Dk DB 1 Right 1 Left 5,796.00 PlayBooster®Slides PB130800A-010 Gemini SlideWinder2 32"Dk DB 1 Straight 1 Left 5,796.00 PlayShaper®Slides PS133426A-016 Gemini SlideWinder2 32"Dk DB 1 Straight 1 Left 5,796.00 PlayBooster®Slides PB130800A-013 Gemini SlideWinder2 32"Dk DB 1 Straight 1 Right 5,796.00 PlayShaper®Slides PS133426A-019 Gemini SlideWinder2 32"Dk DB 1 Straight 1 Right 5,796.00 PlayBooster®Slides PB130800A-001 Gemini SlideWinder2 32"Dk DB 2 Left 5,796.00 PlayShaper®Slides PS133426A-007 Gemini SlideWinder2 32"Dk DB 2 Left 5,796.00 PlayBooster®Slides PB130800A-007 Gemini SlideWinder2 32"Dk DB 2 Right 5,796.00 PlayShaper®Slides PS133426A-013 Gemini SlideWinder2 32"Dk DB 2 Right 5,796.00 PlayBooster®Slides PB130800A-016 Gemini SlideWinder2 32"Dk DB 2 Straight 5,796.00 PlayShaper®Slides PS133426A-022 Gemini SlideWinder2 32"Dk DB 2 Straight 5,796.00 PlayShaper®Slides PS133426B-002 Gemini SlideWinder2 36"Dk DB 1 Right 1 Left 6,804.00 PlayShaper®Slides PS133426B-004 Gemini SlideWinder2 36"Dk DB 1 Straight 1 Left 6,804.00 PlayShaper®Slides PS133426B-005 Gemini SlideWinder2 36"Dk DB 1 Straight 1 Right 6,804.00 PlayShaper®Slides PS133426B-001 Gemini SlideWinder2 36"Dk DB 2 Left 6,804.00 PlayShaper®Slides PS133426B-003 Gemini SlideWinder2 36"Dk DB 2 Right 6,804.00 PlayShaper®Slides PS133426B-006 Gemini SlideWinder2 36"Dk DB 2 Straight 6,804.00 PlayBooster®Slides PB130800B-006 Gemini SlideWinder2 40"Dk 12"SM 1 Right 1 Left 7,009.00 PlayShaper®Slides PS133426B-012 Gemini SlideWinder2 40"Dk 12"SM 1 Right 1 Left 7,009.00 PlayBooster®Slides PB130800B-012 Gemini SlideWinder2 40"Dk 12"SM 1 Straight 1 Left 7,009.00 PlayShaper®Slides PS133426B-018 Gemini SlideWinder2 40"Dk 12"SM 1 Straight 1 Left 7,009.00 PlayBooster®Slides PB130800B-015 Gemini SlideWinder2 40"Dk 12"SM 1 Straight 1 Right 7,009.00 PlayShaper®Slides PS133426B-021 Gemini SlideWinder2 40"Dk 12"SM 1 Straight 1 Right 7,009.00 PlayBooster®Slides PB130800B-003 Gemini SlideWinder2 40"Dk 12"SM 2 Left 7,009.00 PlayShaper®Slides PS133426B-009 Gemini SlideWinder2 40"Dk 12"SM 2 Left 7,009.00 PlayBooster®Slides PB130800B-009 Gemini SlideWinder2 40"Dk 12"SM 2 Right 7,009.00 PlayShaper®Slides PS133426B-015 Gemini SlideWinder2 40"Dk 12"SM 2 Right 7,009.00 PlayBooster®Slides PB130800B-018 Gemini SlideWinder2 40"Dk 12"SM 2 Straight 7,009.00 PlayShaper®Slides PS133426B-024 Gemini SlideWinder2 40"Dk 12"SM 2 Straight 7,009.00 PlayBooster®Slides PB130800B-005 Gemini SlideWinder2 40"Dk 2"SM 1 Right 1 Left 6,636.00 PlayShaper®Slides PS133426B-011 Gemini SlideWinder2 40"Dk 2"SM 1 Right 1 Left 6,636.00 PlayBooster®Slides PB130800B-011 Gemini SlideWinder2 40"Dk 2"SM 1 Straight 1 Left 6,636.00 PlayShaper®Slides PS133426B-017 Gemini SlideWinder2 40"Dk 2"SM 1 Straight 1 Left 6,636.00 PlayBooster®Slides PB130800B-014 Gemini SlideWinder2 40"Dk 2"SM 1 Straight 1 Right 6,636.00 PlayShaper®Slides PS133426B-020 Gemini SlideWinder2 40"Dk 2"SM 1 Straight 1 Right 6,636.00 PlayBooster®Slides PB130800B-002 Gemini SlideWinder2 40"Dk 2"SM 2 Left 6,636.00 PlayShaper®Slides PS133426B-008 Gemini SlideWinder2 40"Dk 2"SM 2 Left 6,636.00 PlayBooster®Slides PB130800B-008 Gemini SlideWinder2 40"Dk 2"SM 2 Right 6,636.00 PlayShaper®Slides PS133426B-014 Gemini SlideWinder2 40"Dk 2"SM 2 Right 6,636.00 PlayBooster®Slides PB130800B-017 Gemini SlideWinder2 40"Dk 2"SM 2 Straight 6,636.00 PlayShaper®Slides PS133426B-023 Gemini SlideWinder2 40"Dk 2"SM 2 Straight 6,636.00 PlayBooster®Slides PB130800B-004 Gemini SlideWinder2 40"Dk DB 1 Right 1 Left 6,804.00 PlayShaper®Slides PS133426B-010 Gemini SlideWinder2 40"Dk DB 1 Right 1 Left 6,804.00 PlayBooster®Slides PB130800B-010 Gemini SlideWinder2 40"Dk DB 1 Straight 1 Left 6,804.00 PlayShaper®Slides PS133426B-016 Gemini SlideWinder2 40"Dk DB 1 Straight 1 Left 6,804.00 PlayBooster®Slides PB130800B-013 Gemini SlideWinder2 40"Dk DB 1 Straight 1 Right 6,804.00 PlayShaper®Slides PS133426B-019 Gemini SlideWinder2 40"Dk DB 1 Straight 1 Right 6,804.00 PlayBooster®Slides PB130800B-001 Gemini SlideWinder2 40"Dk DB 2 Left 6,804.00 PlayShaper®Slides PS133426B-007 Gemini SlideWinder2 40"Dk DB 2 Left 6,804.00 PlayBooster®Slides PB130800B-007 Gemini SlideWinder2 40"Dk DB 2 Right 6,804.00 PlayShaper®Slides PS133426B-013 Gemini SlideWinder2 40"Dk DB 2 Right 6,804.00 PlayBooster®Slides PB130800B-016 Gemini SlideWinder2 40"Dk DB 2 Straight 6,804.00 PlayShaper®Slides PS133426B-022 Gemini SlideWinder2 40"Dk DB 2 Straight 6,804.00 PlayBooster®Slides PB130800C-006 Gemini SlideWinder2 48"Dk 12"SM 1 Right 3 Left 7,781.00 PlayShaper®Slides PS133426C-006 Gemini SlideWinder2 48"Dk 12"SM 1 Right 3 Left 7,781.00 PlayBooster®Slides PB130800C-021 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 1 Right 2 Left 7,781.00 PlayShaper®Slides PS133426C-021 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 1 Right 2 Left 7,781.00 PlayBooster®Slides PB130800C-024 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 2 Right 1 Left 7,781.00 PlayShaper®Slides PS133426C-024 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 2 Right 1 Left 7,781.00 PlayBooster®Slides PB130800C-018 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 3 Left 7,781.00 PlayShaper®Slides PS133426C-018 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 3 Left 7,781.00 PlayBooster®Slides PB130800C-027 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 3 Right 7,781.00 PlayShaper®Slides PS133426C-027 Gemini SlideWinder2 48"Dk 12"SM 1 Straight 3 Right 7,781.00 PlayBooster®Slides PB130800C-009 Gemini SlideWinder2 48"Dk 12"SM 2 Right 2 Left 7,781.00 PlayShaper®Slides PS133426C-009 Gemini SlideWinder2 48"Dk 12"SM 2 Right 2 Left 7,781.00 PlayBooster®Slides PB130800C-033 Gemini SlideWinder2 48"Dk 12"SM 2 Straight 1 Right 1 Left 7,781.00 PlayShaper®Slides PS133426C-033 Gemini SlideWinder2 48"Dk 12"SM 2 Straight 1 Right 1 Left 7,781.00 PlayBooster®Slides PB130800C-030 Gemini SlideWinder2 48"Dk 12"SM 2 Straight 2 Left 7,781.00 PlayShaper®Slides PS133426C-030 Gemini SlideWinder2 48"Dk 12"SM 2 Straight 2 Left 7,781.00 PlayBooster®Slides PB130800C-036 Gemini SlideWinder2 48"Dk 12"SM 2 Straight 2 Right 7,781.00 PlayShaper®Slides PS133426C-036 Gemini SlideWinder2 48"Dk 12"SM 2 Straight 2 Right 7,781.00 PlayBooster®Slides PB130800C-012 Gemini SlideWinder2 48"Dk 12"SM 3 Right 1 Left 7,781.00 PlayShaper®Slides PS133426C-012 Gemini SlideWinder2 48"Dk 12"SM 3 Right 1 Left 7,781.00 PlayBooster®Slides PB130800C-039 Gemini SlideWinder2 48"Dk 12"SM 3 Straight 1 Left 7,781.00 PlayShaper®Slides PS133426C-039 Gemini SlideWinder2 48"Dk 12"SM 3 Straight 1 Left 7,781.00 PlayBooster®Slides PB130800C-042 Gemini SlideWinder2 48"Dk 12"SM 3 Straight 1 Right 7,781.00 PlayShaper®Slides PS133426C-042 Gemini SlideWinder2 48"Dk 12"SM 3 Straight 1 Right 7,781.00 PlayBooster®Slides PB130800C-003 Gemini SlideWinder2 48"Dk 12"SM 4 Left 7,781.00 PlayShaper®Slides PS133426C-003 Gemini SlideWinder2 48"Dk 12"SM 4 Left 7,781.00 PlayBooster®Slides PB130800C-015 Gemini SlideWinder2 48"Dk 12"SM 4 Right 7,781.00 PlayShaper®Slides PS133426C-015 Gemini SlideWinder2 48"Dk 12"SM 4 Right 7,781.00 PlayBooster®Slides PB130800C-045 Gemini SlideWinder2 48"Dk 12"SM 4 Straight 7,781.00 PlayShaper®Slides PS133426C-045 Gemini SlideWinder2 48"Dk 12"SM 4 Straight 7,781.00 PlayBooster®Slides PB130800C-005 Gemini SlideWinder2 48"Dk 2"SM 1 Right 3 Left 7,408.00 PlayShaper®Slides PS133426C-005 Gemini SlideWinder2 48"Dk 2"SM 1 Right 3 Left 7,408.00 PlayBooster®Slides PB130800C-020 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 1 Right 2 Left 7,408.00 PlayShaper®Slides PS133426C-020 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 1 Right 2 Left 7,408.00 PlayBooster®Slides PB130800C-023 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 2 Right 1 Left 7,408.00 PlayShaper®Slides PS133426C-023 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 2 Right 1 Left 7,408.00 PlayBooster®Slides PB130800C-017 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 3 Left 7,408.00 PlayShaper®Slides PS133426C-017 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 3 Left 7,408.00 PlayBooster®Slides PB130800C-026 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 3 Right 7,408.00 PlayShaper®Slides PS133426C-026 Gemini SlideWinder2 48"Dk 2"SM 1 Straight 3 Right 7,408.00 PlayBooster®Slides PB130800C-008 Gemini SlideWinder2 48"Dk 2"SM 2 Right 2 Left 7,408.00 PlayShaper®Slides PS133426C-008 Gemini SlideWinder2 48"Dk 2"SM 2 Right 2 Left 7,408.00 PlayBooster®Slides PB130800C-032 Gemini SlideWinder2 48"Dk 2"SM 2 Straight 1 Right 1 Left 7,408.00 PlayShaper®Slides PS133426C-032 Gemini SlideWinder2 48"Dk 2"SM 2 Straight 1 Right 1 Left 7,408.00 PlayBooster®Slides PB130800C-029 Gemini SlideWinder2 48"Dk 2"SM 2 Straight 2 Left 7,408.00 PlayShaper®Slides PS133426C-029 Gemini SlideWinder2 48"Dk 2"SM 2 Straight 2 Left 7,408.00 PlayBooster®Slides PB130800C-035 Gemini SlideWinder2 48"Dk 2"SM 2 Straight 2 Right 7,408.00 PlayShaper®Slides PS133426C-035 Gemini SlideWinder2 48"Dk 2"SM 2 Straight 2 Right 7,408.00 PlayBooster®Slides PB130800C-011 Gemini SlideWinder2 48"Dk 2"SM 3 Right 1 Left 7,408.00 PlayShaper®Slides PS133426C-011 Gemini SlideWinder2 48"Dk 2"SM 3 Right 1 Left 7,408.00 PlayBooster®Slides PB130800C-038 Gemini SlideWinder2 48"Dk 2"SM 3 Straight 1 Left 7,408.00 PlayShaper®Slides PS133426C-038 Gemini SlideWinder2 48"Dk 2"SM 3 Straight 1 Left 7,408.00 PlayBooster®Slides PB130800C-041 Gemini SlideWinder2 48"Dk 2"SM 3 Straight 1 Right 7,408.00 PlayShaper®Slides PS133426C-041 Gemini SlideWinder2 48"Dk 2"SM 3 Straight 1 Right 7,408.00 PlayBooster®Slides PB130800C-002 Gemini SlideWinder2 48"Dk 2"SM 4 Left 7,408.00 PlayShaper®Slides PS133426C-002 Gemini SlideWinder2 48"Dk 2"SM 4 Left 7,408.00 PlayBooster®Slides PB130800C-014 Gemini SlideWinder2 48"Dk 2"SM 4 Right 7,408.00 PlayShaper®Slides PS133426C-014 Gemini SlideWinder2 48"Dk 2"SM 4 Right 7,408.00 PlayBooster®Slides PB130800C-044 Gemini SlideWinder2 48"Dk 2"SM 4 Straight 7,408.00 PlayShaper®Slides PS133426C-044 Gemini SlideWinder2 48"Dk 2"SM 4 Straight 7,408.00 PlayBooster®Slides PB130800C-004 Gemini SlideWinder2 48"Dk DB 1 Right 3 Left 7,382.00 PlayShaper®Slides PS133426C-004 Gemini SlideWinder2 48"Dk DB 1 Right 3 Left 7,382.00 PlayBooster®Slides PB130800C-019 Gemini SlideWinder2 48"Dk DB 1 Straight 1 Right 2 Left 7,382.00 PlayShaper®Slides PS133426C-019 Gemini SlideWinder2 48"Dk DB 1 Straight 1 Right 2 Left 7,382.00 PlayBooster®Slides PB130800C-022 Gemini SlideWinder2 48"Dk DB 1 Straight 2 Right 1 Left 7,382.00 PlayShaper®Slides PS133426C-022 Gemini SlideWinder2 48"Dk DB 1 Straight 2 Right 1 Left 7,382.00 PlayBooster®Slides PB130800C-016 Gemini SlideWinder2 48"Dk DB 1 Straight 3 Left 7,382.00 PlayShaper®Slides PS133426C-016 Gemini SlideWinder2 48"Dk DB 1 Straight 3 Left 7,382.00 PlayBooster®Slides PB130800C-025 Gemini SlideWinder2 48"Dk DB 1 Straight 3 Right 7,382.00 PlayShaper®Slides PS133426C-025 Gemini SlideWinder2 48"Dk DB 1 Straight 3 Right 7,382.00 PlayBooster®Slides PB130800C-007 Gemini SlideWinder2 48"Dk DB 2 Right 2 Left 7,382.00 PlayShaper®Slides PS133426C-007 Gemini SlideWinder2 48"Dk DB 2 Right 2 Left 7,382.00 PlayBooster®Slides PB130800C-031 Gemini SlideWinder2 48"Dk DB 2 Straight 1 Right 1 Left 7,382.00 PlayShaper®Slides PS133426C-031 Gemini SlideWinder2 48"Dk DB 2 Straight 1 Right 1 Left 7,382.00 PlayBooster®Slides PB130800C-028 Gemini SlideWinder2 48"Dk DB 2 Straight 2 Left 7,382.00 PlayShaper®Slides PS133426C-028 Gemini SlideWinder2 48"Dk DB 2 Straight 2 Left 7,382.00 PlayBooster®Slides PB130800C-034 Gemini SlideWinder2 48"Dk DB 2 Straight 2 Right 7,382.00 PlayShaper®Slides PS133426C-034 Gemini SlideWinder2 48"Dk DB 2 Straight 2 Right 7,382.00 PlayBooster®Slides PB130800C-010 Gemini SlideWinder2 48"Dk DB 3 Right 1 Left 7,382.00 PlayShaper®Slides PS133426C-010 Gemini SlideWinder2 48"Dk DB 3 Right 1 Left 7,382.00 PlayBooster®Slides PB130800C-037 Gemini SlideWinder2 48"Dk DB 3 Straight 1 Left 7,382.00 PlayShaper®Slides PS133426C-037 Gemini SlideWinder2 48"Dk DB 3 Straight 1 Left 7,382.00 PlayBooster®Slides PB130800C-040 Gemini SlideWinder2 48"Dk DB 3 Straight 1 Right 7,382.00 PlayShaper®Slides PS133426C-040 Gemini SlideWinder2 48"Dk DB 3 Straight 1 Right 7,382.00 PlayBooster®Slides PB130800C-001 Gemini SlideWinder2 48"Dk DB 4 Left 7,382.00 PlayShaper®Slides PS133426C-001 Gemini SlideWinder2 48"Dk DB 4 Left 7,382.00 PlayBooster®Slides PB130800C-013 Gemini SlideWinder2 48"Dk DB 4 Right 7,382.00 PlayShaper®Slides PS133426C-013 Gemini SlideWinder2 48"Dk DB 4 Right 7,382.00 PlayBooster®Slides PB130800C-043 Gemini SlideWinder2 48"Dk DB 4 Straight 7,382.00 PlayShaper®Slides PS133426C-043 Gemini SlideWinder2 48"Dk DB 4 Straight 7,382.00 PlayBooster®Slides PB130800D-006 Gemini SlideWinder2 56"Dk 12"SM 1 Right 3 Left 9,004.00 PlayBooster®Slides PB130800D-021 Gemini SlideWinder2 56"Dk 12"SM 1 Straight 1 Right 2 Left 9,004.00 PlayBooster®Slides PB130800D-024 Gemini SlideWinder2 56"Dk 12"SM 1 Straight 2 Right 1 Left 9,004.00 PlayBooster®Slides PB130800D-018 Gemini SlideWinder2 56"Dk 12"SM 1 Straight 3 Left 9,004.00 PlayBooster®Slides PB130800D-027 Gemini SlideWinder2 56"Dk 12"SM 1 Straight 3 Right 9,004.00 PlayBooster®Slides PB130800D-009 Gemini SlideWinder2 56"Dk 12"SM 2 Right 2 Left 9,004.00 PlayBooster®Slides PB130800D-033 Gemini SlideWinder2 56"Dk 12"SM 2 Straight 1 Right 1 Left 9,004.00 PlayBooster®Slides PB130800D-030 Gemini SlideWinder2 56"Dk 12"SM 2 Straight 2 Left 9,004.00 PlayBooster®Slides PB130800D-036 Gemini SlideWinder2 56"Dk 12"SM 2 Straight 2 Right 9,004.00 PlayBooster®Slides PB130800D-012 Gemini SlideWinder2 56"Dk 12"SM 3 Right 1 Left 9,004.00 PlayBooster®Slides PB130800D-039 Gemini SlideWinder2 56"Dk 12"SM 3 Straight 1 Left 9,004.00 PlayBooster®Slides PB130800D-042 Gemini SlideWinder2 56"Dk 12"SM 3 Straight 1 Right 9,004.00 PlayBooster®Slides PB130800D-003 Gemini SlideWinder2 56"Dk 12"SM 4 Left 9,004.00 PlayBooster®Slides PB130800D-015 Gemini SlideWinder2 56"Dk 12"SM 4 Right 9,004.00 PlayBooster®Slides PB130800D-045 Gemini SlideWinder2 56"Dk 12"SM 4 Straight 9,004.00 PlayBooster®Slides PB130800D-005 Gemini SlideWinder2 56"Dk 2"SM 1 Right 3 Left 8,637.00 PlayBooster®Slides PB130800D-020 Gemini SlideWinder2 56"Dk 2"SM 1 Straight 1 Right 2 Left 8,637.00 PlayBooster®Slides PB130800D-023 Gemini SlideWinder2 56"Dk 2"SM 1 Straight 2 Right 1 Left 8,637.00 PlayBooster®Slides PB130800D-017 Gemini SlideWinder2 56"Dk 2"SM 1 Straight 3 Left 8,637.00 PlayBooster®Slides PB130800D-026 Gemini SlideWinder2 56"Dk 2"SM 1 Straight 3 Right 8,637.00 PlayBooster®Slides PB130800D-008 Gemini SlideWinder2 56"Dk 2"SM 2 Right 2 Left 8,637.00 PlayBooster®Slides PB130800D-032 Gemini SlideWinder2 56"Dk 2"SM 2 Straight 1 Right 1 Left 8,637.00 PlayBooster®Slides PB130800D-029 Gemini SlideWinder2 56"Dk 2"SM 2 Straight 2 Left 8,637.00 PlayBooster®Slides PB130800D-035 Gemini SlideWinder2 56"Dk 2"SM 2 Straight 2 Right 8,637.00 PlayBooster®Slides PB130800D-011 Gemini SlideWinder2 56"Dk 2"SM 3 Right 1 Left 8,637.00 PlayBooster®Slides PB130800D-038 Gemini SlideWinder2 56"Dk 2"SM 3 Straight 1 Left 8,637.00 PlayBooster®Slides PB130800D-041 Gemini SlideWinder2 56"Dk 2"SM 3 Straight 1 Right 8,637.00 PlayBooster®Slides PB130800D-002 Gemini SlideWinder2 56"Dk 2"SM 4 Left 8,637.00 PlayBooster®Slides PB130800D-014 Gemini SlideWinder2 56"Dk 2"SM 4 Right 8,637.00 PlayBooster®Slides PB130800D-044 Gemini SlideWinder2 56"Dk 2"SM 4 Straight 8,637.00 PlayBooster®Slides PB130800D-004 Gemini SlideWinder2 56"Dk DB 1 Right 3 Left 8,605.00 PlayBooster®Slides PB130800D-019 Gemini SlideWinder2 56"Dk DB 1 Straight 1 Right 2 Left 8,605.00 PlayBooster®Slides PB130800D-022 Gemini SlideWinder2 56"Dk DB 1 Straight 2 Right 1 Left 8,605.00 PlayBooster®Slides PB130800D-016 Gemini SlideWinder2 56"Dk DB 1 Straight 3 Left 8,605.00 PlayBooster®Slides PB130800D-025 Gemini SlideWinder2 56"Dk DB 1 Straight 3 Right 8,605.00 PlayBooster®Slides PB130800D-007 Gemini SlideWinder2 56"Dk DB 2 Right 2 Left 8,605.00 PlayBooster®Slides PB130800D-031 Gemini SlideWinder2 56"Dk DB 2 Straight 1 Right 1 Left 8,605.00 PlayBooster®Slides PB130800D-028 Gemini SlideWinder2 56"Dk DB 2 Straight 2 Left 8,605.00 PlayBooster®Slides PB130800D-034 Gemini SlideWinder2 56"Dk DB 2 Straight 2 Right 8,605.00 PlayBooster®Slides PB130800D-010 Gemini SlideWinder2 56"Dk DB 3 Right 1 Left 8,605.00 PlayBooster®Slides PB130800D-037 Gemini SlideWinder2 56"Dk DB 3 Straight 1 Left 8,605.00 PlayBooster®Slides PB130800D-040 Gemini SlideWinder2 56"Dk DB 3 Straight 1 Right 8,605.00 PlayBooster®Slides PB130800D-001 Gemini SlideWinder2 56"Dk DB 4 Left 8,605.00 PlayBooster®Slides PB130800D-013 Gemini SlideWinder2 56"Dk DB 4 Right 8,605.00 PlayBooster®Slides PB130800D-043 Gemini SlideWinder2 56"Dk DB 4 Straight 8,605.00 PlayBooster®Slides PB130800E-006 Gemini SlideWinder2 64"Dk 12"SM 1 Right 5 Left 9,214.00 PlayBooster®Slides PB130800E-027 Gemini SlideWinder2 64"Dk 12"SM 1 Straight 1 Right 4 Left 9,214.00 PlayBooster®Slides PB130800E-030 Gemini SlideWinder2 64"Dk 12"SM 1 Straight 2 Right 3 Left 9,214.00 PlayBooster®Slides PB130800E-033 Gemini SlideWinder2 64"Dk 12"SM 1 Straight 3 Right 2 Left 9,214.00 PlayBooster®Slides PB130800E-036 Gemini SlideWinder2 64"Dk 12"SM 1 Straight 4 Right 1 Left 9,214.00 PlayBooster®Slides PB130800E-024 Gemini SlideWinder2 64"Dk 12"SM 1 Straight 5 Left 9,214.00 PlayBooster®Slides PB130800E-039 Gemini SlideWinder2 64"Dk 12"SM 1 Straight 5 Right 9,214.00 PlayBooster®Slides PB130800E-009 Gemini SlideWinder2 64"Dk 12"SM 2 Right 4 Left 9,214.00 PlayBooster®Slides PB130800E-045 Gemini SlideWinder2 64"Dk 12"SM 2 Straight 1 Right 3 Left 9,214.00 PlayBooster®Slides PB130800E-048 Gemini SlideWinder2 64"Dk 12"SM 2 Straight 2 Right 2 Left 9,214.00 PlayBooster®Slides PB130800E-051 Gemini SlideWinder2 64"Dk 12"SM 2 Straight 3 Right 1 Left 9,214.00 PlayBooster®Slides PB130800E-042 Gemini SlideWinder2 64"Dk 12"SM 2 Straight 4 Left 9,214.00 PlayBooster®Slides PB130800E-054 Gemini SlideWinder2 64"Dk 12"SM 2 Straight 4 Right 9,214.00 PlayBooster®Slides PB130800E-012 Gemini SlideWinder2 64"Dk 12"SM 3 Right 3 Left 9,214.00 PlayBooster®Slides PB130800E-060 Gemini SlideWinder2 64"Dk 12"SM 3 Straight 1 Right 2 Left 9,214.00 PlayBooster®Slides PB130800E-063 Gemini SlideWinder2 64"Dk 12"SM 3 Straight 2 Right 1 Left 9,214.00 PlayBooster®Slides PB130800E-057 Gemini SlideWinder2 64"Dk 12"SM 3 Straight 3 Left 9,214.00 PlayBooster®Slides PB130800E-066 Gemini SlideWinder2 64"Dk 12"SM 3 Straight 3 Right 9,214.00 PlayBooster®Slides PB130800E-015 Gemini SlideWinder2 64"Dk 12"SM 4 Right 2 Left 9,214.00 PlayBooster®Slides PB130800E-072 Gemini SlideWinder2 64"Dk 12"SM 4 Straight 1 Right 1 Left 9,214.00 PlayBooster®Slides PB130800E-069 Gemini SlideWinder2 64"Dk 12"SM 4 Straight 2 Left 9,214.00 PlayBooster®Slides PB130800E-075 Gemini SlideWinder2 64"Dk 12"SM 4 Straight 2 Right 9,214.00 PlayBooster®Slides PB130800E-018 Gemini SlideWinder2 64"Dk 12"SM 5 Right 1 Left 9,214.00 PlayBooster®Slides PB130800E-078 Gemini SlideWinder2 64"Dk 12"SM 5 Straight 1 Left 9,214.00 PlayBooster®Slides PB130800E-081 Gemini SlideWinder2 64"Dk 12"SM 5 Straight 1 Right 9,214.00 PlayBooster®Slides PB130800E-003 Gemini SlideWinder2 64"Dk 12"SM 6 Left 9,214.00 PlayBooster®Slides PB130800E-021 Gemini SlideWinder2 64"Dk 12"SM 6 Right 9,214.00 PlayBooster®Slides PB130800E-084 Gemini SlideWinder2 64"Dk 12"SM 6 Straight 9,214.00 PlayBooster®Slides PB130800E-005 Gemini SlideWinder2 64"Dk 2"SM 1 Right 5 Left 8,894.00 PlayBooster®Slides PB130800E-026 Gemini SlideWinder2 64"Dk 2"SM 1 Straight 1 Right 4 Left 8,894.00 PlayBooster®Slides PB130800E-029 Gemini SlideWinder2 64"Dk 2"SM 1 Straight 2 Right 3 Left 8,894.00 PlayBooster®Slides PB130800E-032 Gemini SlideWinder2 64"Dk 2"SM 1 Straight 3 Right 2 Left 8,894.00 PlayBooster®Slides PB130800E-035 Gemini SlideWinder2 64"Dk 2"SM 1 Straight 4 Right 1 Left 8,894.00 PlayBooster®Slides PB130800E-023 Gemini SlideWinder2 64"Dk 2"SM 1 Straight 5 Left 8,894.00 PlayBooster®Slides PB130800E-038 Gemini SlideWinder2 64"Dk 2"SM 1 Straight 5 Right 8,894.00 PlayBooster®Slides PB130800E-008 Gemini SlideWinder2 64"Dk 2"SM 2 Right 4 Left 8,894.00 PlayBooster®Slides PB130800E-044 Gemini SlideWinder2 64"Dk 2"SM 2 Straight 1 Right 3 Left 8,894.00 PlayBooster®Slides PB130800E-047 Gemini SlideWinder2 64"Dk 2"SM 2 Straight 2 Right 2 Left 8,894.00 PlayBooster®Slides PB130800E-050 Gemini SlideWinder2 64"Dk 2"SM 2 Straight 3 Right 1 Left 8,894.00 PlayBooster®Slides PB130800E-041 Gemini SlideWinder2 64"Dk 2"SM 2 Straight 4 Left 8,894.00 PlayBooster®Slides PB130800E-053 Gemini SlideWinder2 64"Dk 2"SM 2 Straight 4 Right 8,894.00 PlayBooster®Slides PB130800E-011 Gemini SlideWinder2 64"Dk 2"SM 3 Right 3 Left 8,894.00 PlayBooster®Slides PB130800E-059 Gemini SlideWinder2 64"Dk 2"SM 3 Straight 1 Right 2 Left 8,894.00 PlayBooster®Slides PB130800E-062 Gemini SlideWinder2 64"Dk 2"SM 3 Straight 2 Right 1 Left 8,894.00 PlayBooster®Slides PB130800E-056 Gemini SlideWinder2 64"Dk 2"SM 3 Straight 3 Left 8,894.00 PlayBooster®Slides PB130800E-065 Gemini SlideWinder2 64"Dk 2"SM 3 Straight 3 Right 8,894.00 PlayBooster®Slides PB130800E-014 Gemini SlideWinder2 64"Dk 2"SM 4 Right 2 Left 8,894.00 PlayBooster®Slides PB130800E-071 Gemini SlideWinder2 64"Dk 2"SM 4 Straight 1 Right 1 Left 8,894.00 PlayBooster®Slides PB130800E-068 Gemini SlideWinder2 64"Dk 2"SM 4 Straight 2 Left 8,894.00 PlayBooster®Slides PB130800E-074 Gemini SlideWinder2 64"Dk 2"SM 4 Straight 2 Right 8,894.00 PlayBooster®Slides PB130800E-017 Gemini SlideWinder2 64"Dk 2"SM 5 Right 1 Left 8,894.00 PlayBooster®Slides PB130800E-077 Gemini SlideWinder2 64"Dk 2"SM 5 Straight 1 Left 8,894.00 PlayBooster®Slides PB130800E-080 Gemini SlideWinder2 64"Dk 2"SM 5 Straight 1 Right 8,894.00 PlayBooster®Slides PB130800E-002 Gemini SlideWinder2 64"Dk 2"SM 6 Left 8,894.00 PlayBooster®Slides PB130800E-020 Gemini SlideWinder2 64"Dk 2"SM 6 Right 8,894.00 PlayBooster®Slides PB130800E-083 Gemini SlideWinder2 64"Dk 2"SM 6 Straight 8,894.00 PlayBooster®Slides PB130800E-004 Gemini SlideWinder2 64"Dk DB 1 Right 5 Left 8,847.00 PlayBooster®Slides PB130800E-025 Gemini SlideWinder2 64"Dk DB 1 Straight 1 Right 4 Left 8,847.00 PlayBooster®Slides PB130800E-028 Gemini SlideWinder2 64"Dk DB 1 Straight 2 Right 3 Left 8,847.00 PlayBooster®Slides PB130800E-031 Gemini SlideWinder2 64"Dk DB 1 Straight 3 Right 2 Left 8,847.00 PlayBooster®Slides PB130800E-034 Gemini SlideWinder2 64"Dk DB 1 Straight 4 Right 1 Left 8,847.00 PlayBooster®Slides PB130800E-022 Gemini SlideWinder2 64"Dk DB 1 Straight 5 Left 8,847.00 PlayBooster®Slides PB130800E-037 Gemini SlideWinder2 64"Dk DB 1 Straight 5 Right 8,847.00 PlayBooster®Slides PB130800E-007 Gemini SlideWinder2 64"Dk DB 2 Right 4 Left 8,847.00 PlayBooster®Slides PB130800E-043 Gemini SlideWinder2 64"Dk DB 2 Straight 1 Right 3 Left 8,847.00 PlayBooster®Slides PB130800E-046 Gemini SlideWinder2 64"Dk DB 2 Straight 2 Right 2 Left 8,847.00 PlayBooster®Slides PB130800E-049 Gemini SlideWinder2 64"Dk DB 2 Straight 3 Right 1 Left 8,847.00 PlayBooster®Slides PB130800E-040 Gemini SlideWinder2 64"Dk DB 2 Straight 4 Left 8,847.00 PlayBooster®Slides PB130800E-052 Gemini SlideWinder2 64"Dk DB 2 Straight 4 Right 8,847.00 PlayBooster®Slides PB130800E-010 Gemini SlideWinder2 64"Dk DB 3 Right 3 Left 8,847.00 PlayBooster®Slides PB130800E-058 Gemini SlideWinder2 64"Dk DB 3 Straight 1 Right 2 Left 8,847.00 PlayBooster®Slides PB130800E-061 Gemini SlideWinder2 64"Dk DB 3 Straight 2 Right 1 Left 8,847.00 PlayBooster®Slides PB130800E-055 Gemini SlideWinder2 64"Dk DB 3 Straight 3 Left 8,847.00 PlayBooster®Slides PB130800E-064 Gemini SlideWinder2 64"Dk DB 3 Straight 3 Right 8,847.00 PlayBooster®Slides PB130800E-013 Gemini SlideWinder2 64"Dk DB 4 Right 2 Left 8,847.00 PlayBooster®Slides PB130800E-070 Gemini SlideWinder2 64"Dk DB 4 Straight 1 Right 1 Left 8,847.00 PlayBooster®Slides PB130800E-067 Gemini SlideWinder2 64"Dk DB 4 Straight 2 Left 8,847.00 PlayBooster®Slides PB130800E-073 Gemini SlideWinder2 64"Dk DB 4 Straight 2 Right 8,847.00 PlayBooster®Slides PB130800E-016 Gemini SlideWinder2 64"Dk DB 5 Right 1 Left 8,847.00 PlayBooster®Slides PB130800E-076 Gemini SlideWinder2 64"Dk DB 5 Straight 1 Left 8,847.00 PlayBooster®Slides PB130800E-079 Gemini SlideWinder2 64"Dk DB 5 Straight 1 Right 8,847.00 PlayBooster®Slides PB130800E-001 Gemini SlideWinder2 64"Dk DB 6 Left 8,847.00 PlayBooster®Slides PB130800E-019 Gemini SlideWinder2 64"Dk DB 6 Right 8,847.00 PlayBooster®Slides PB130800E-082 Gemini SlideWinder2 64"Dk DB 6 Straight 8,847.00 PlayBooster®Slides PB130800F-006 Gemini SlideWinder2 72"Dk 12"SM 1 Right 5 Left 11,325.00 PlayBooster®Slides PB130800F-027 Gemini SlideWinder2 72"Dk 12"SM 1 Straight 1 Right 4 Left 11,325.00 PlayBooster®Slides PB130800F-030 Gemini SlideWinder2 72"Dk 12"SM 1 Straight 2 Right 3 Left 11,325.00 PlayBooster®Slides PB130800F-033 Gemini SlideWinder2 72"Dk 12"SM 1 Straight 3 Right 2 Left 11,325.00 PlayBooster®Slides PB130800F-036 Gemini SlideWinder2 72"Dk 12"SM 1 Straight 4 Right 1 Left 11,325.00 PlayBooster®Slides PB130800F-024 Gemini SlideWinder2 72"Dk 12"SM 1 Straight 5 Left 11,325.00 PlayBooster®Slides PB130800F-039 Gemini SlideWinder2 72"Dk 12"SM 1 Straight 5 Right 11,325.00 PlayBooster®Slides PB130800F-009 Gemini SlideWinder2 72"Dk 12"SM 2 Right 4 Left 11,325.00 PlayBooster®Slides PB130800F-045 Gemini SlideWinder2 72"Dk 12"SM 2 Straight 1 Right 3 Left 11,325.00 PlayBooster®Slides PB130800F-048 Gemini SlideWinder2 72"Dk 12"SM 2 Straight 2 Right 2 Left 11,325.00 PlayBooster®Slides PB130800F-051 Gemini SlideWinder2 72"Dk 12"SM 2 Straight 3 Right 1 Left 11,325.00 PlayBooster®Slides PB130800F-042 Gemini SlideWinder2 72"Dk 12"SM 2 Straight 4 Left 11,325.00 PlayBooster®Slides PB130800F-054 Gemini SlideWinder2 72"Dk 12"SM 2 Straight 4 Right 11,325.00 PlayBooster®Slides PB130800F-012 Gemini SlideWinder2 72"Dk 12"SM 3 Right 3 Left 11,325.00 PlayBooster®Slides PB130800F-060 Gemini SlideWinder2 72"Dk 12"SM 3 Straight 1 Right 2 Left 11,325.00 PlayBooster®Slides PB130800F-063 Gemini SlideWinder2 72"Dk 12"SM 3 Straight 2 Right 1 Left 11,325.00 PlayBooster®Slides PB130800F-057 Gemini SlideWinder2 72"Dk 12"SM 3 Straight 3 Left 11,325.00 PlayBooster®Slides PB130800F-066 Gemini SlideWinder2 72"Dk 12"SM 3 Straight 3 Right 11,325.00 PlayBooster®Slides PB130800F-015 Gemini SlideWinder2 72"Dk 12"SM 4 Right 2 Left 11,325.00 PlayBooster®Slides PB130800F-072 Gemini SlideWinder2 72"Dk 12"SM 4 Straight 1 Right 1 Left 11,325.00 PlayBooster®Slides PB130800F-069 Gemini SlideWinder2 72"Dk 12"SM 4 Straight 2 Left 11,325.00 PlayBooster®Slides PB130800F-075 Gemini SlideWinder2 72"Dk 12"SM 4 Straight 2 Right 11,325.00 PlayBooster®Slides PB130800F-018 Gemini SlideWinder2 72"Dk 12"SM 5 Right 1 Left 11,325.00 PlayBooster®Slides PB130800F-076 Gemini SlideWinder2 72"Dk 12"SM 5 Straight 1 Left 11,325.00 PlayBooster®Slides PB130800F-081 Gemini SlideWinder2 72"Dk 12"SM 5 Straight 1 Right 11,325.00 PlayBooster®Slides PB130800F-003 Gemini SlideWinder2 72"Dk 12"SM 6 Left 11,325.00 PlayBooster®Slides PB130800F-021 Gemini SlideWinder2 72"Dk 12"SM 6 Right 11,325.00 PlayBooster®Slides PB130800F-084 Gemini SlideWinder2 72"Dk 12"SM 6 Straight 11,325.00 PlayBooster®Slides PB130800F-005 Gemini SlideWinder2 72"Dk 2"SM 1 Right 5 Left 10,731.00 PlayBooster®Slides PB130800F-026 Gemini SlideWinder2 72"Dk 2"SM 1 Straight 1 Right 4 Left 10,731.00 PlayBooster®Slides PB130800F-029 Gemini SlideWinder2 72"Dk 2"SM 1 Straight 2 Right 3 Left 10,731.00 PlayBooster®Slides PB130800F-032 Gemini SlideWinder2 72"Dk 2"SM 1 Straight 3 Right 2 Left 10,731.00 PlayBooster®Slides PB130800F-035 Gemini SlideWinder2 72"Dk 2"SM 1 Straight 4 Right 1 Left 10,731.00 PlayBooster®Slides PB130800F-023 Gemini SlideWinder2 72"Dk 2"SM 1 Straight 5 Left 10,731.00 PlayBooster®Slides PB130800F-038 Gemini SlideWinder2 72"Dk 2"SM 1 Straight 5 Right 10,731.00 PlayBooster®Slides PB130800F-008 Gemini SlideWinder2 72"Dk 2"SM 2 Right 4 Left 10,731.00 PlayBooster®Slides PB130800F-044 Gemini SlideWinder2 72"Dk 2"SM 2 Straight 1 Right 3 Left 10,731.00 PlayBooster®Slides PB130800F-047 Gemini SlideWinder2 72"Dk 2"SM 2 Straight 2 Right 2 Left 10,731.00 PlayBooster®Slides PB130800F-050 Gemini SlideWinder2 72"Dk 2"SM 2 Straight 3 Right 1 Left 10,731.00 PlayBooster®Slides PB130800F-041 Gemini SlideWinder2 72"Dk 2"SM 2 Straight 4 Left 10,731.00 PlayBooster®Slides PB130800F-053 Gemini SlideWinder2 72"Dk 2"SM 2 Straight 4 Right 10,731.00 PlayBooster®Slides PB130800F-011 Gemini SlideWinder2 72"Dk 2"SM 3 Right 3 Left 10,731.00 PlayBooster®Slides PB130800F-059 Gemini SlideWinder2 72"Dk 2"SM 3 Straight 1 Right 2 Left 10,731.00 PlayBooster®Slides PB130800F-062 Gemini SlideWinder2 72"Dk 2"SM 3 Straight 2 Right 1 Left 10,731.00 PlayBooster®Slides PB130800F-056 Gemini SlideWinder2 72"Dk 2"SM 3 Straight 3 Left 10,731.00 PlayBooster®Slides PB130800F-065 Gemini SlideWinder2 72"Dk 2"SM 3 Straight 3 Right 10,731.00 PlayBooster®Slides PB130800F-014 Gemini SlideWinder2 72"Dk 2"SM 4 Right 2 Left 10,731.00 PlayBooster®Slides PB130800F-071 Gemini SlideWinder2 72"Dk 2"SM 4 Straight 1 Right 1 Left 10,731.00 PlayBooster®Slides PB130800F-068 Gemini SlideWinder2 72"Dk 2"SM 4 Straight 2 Left 10,731.00 PlayBooster®Slides PB130800F-074 Gemini SlideWinder2 72"Dk 2"SM 4 Straight 2 Right 10,731.00 PlayBooster®Slides PB130800F-017 Gemini SlideWinder2 72"Dk 2"SM 5 Right 1 Left 10,731.00 PlayBooster®Slides PB130800F-078 Gemini SlideWinder2 72"Dk 2"SM 5 Straight 1 Left 10,731.00 PlayBooster®Slides PB130800F-080 Gemini SlideWinder2 72"Dk 2"SM 5 Straight 1 Right 10,731.00 PlayBooster®Slides PB130800F-002 Gemini SlideWinder2 72"Dk 2"SM 6 Left 10,731.00 PlayBooster®Slides PB130800F-020 Gemini SlideWinder2 72"Dk 2"SM 6 Right 10,731.00 PlayBooster®Slides PB130800F-083 Gemini SlideWinder2 72"Dk 2"SM 6 Straight 10,731.00 PlayBooster®Slides PB130800F-004 Gemini SlideWinder2 72"Dk DB 1 Right 5 Left 10,521.00 PlayBooster®Slides PB130800F-025 Gemini SlideWinder2 72"Dk DB 1 Straight 1 Right 4 Left 10,521.00 PlayBooster®Slides PB130800F-028 Gemini SlideWinder2 72"Dk DB 1 Straight 2 Right 3 Left 10,521.00 PlayBooster®Slides PB130800F-031 Gemini SlideWinder2 72"Dk DB 1 Straight 3 Right 2 Left 10,521.00 PlayBooster®Slides PB130800F-034 Gemini SlideWinder2 72"Dk DB 1 Straight 4 Right 1 Left 10,521.00 PlayBooster®Slides PB130800F-022 Gemini SlideWinder2 72"Dk DB 1 Straight 5 Left 10,521.00 PlayBooster®Slides PB130800F-037 Gemini SlideWinder2 72"Dk DB 1 Straight 5 Right 10,521.00 PlayBooster®Slides PB130800F-007 Gemini SlideWinder2 72"Dk DB 2 Right 4 Left 10,521.00 PlayBooster®Slides PB130800F-043 Gemini SlideWinder2 72"Dk DB 2 Straight 1 Right 3 Left 10,521.00 PlayBooster®Slides PB130800F-046 Gemini SlideWinder2 72"Dk DB 2 Straight 2 Right 2 Left 10,521.00 PlayBooster®Slides PB130800F-049 Gemini SlideWinder2 72"Dk DB 2 Straight 3 Right 1 Left 10,521.00 PlayBooster®Slides PB130800F-040 Gemini SlideWinder2 72"Dk DB 2 Straight 4 Left 10,521.00 PlayBooster®Slides PB130800F-052 Gemini SlideWinder2 72"Dk DB 2 Straight 4 Right 10,521.00 PlayBooster®Slides PB130800F-010 Gemini SlideWinder2 72"Dk DB 3 Right 3 Left 10,521.00 PlayBooster®Slides PB130800F-058 Gemini SlideWinder2 72"Dk DB 3 Straight 1 Right 2 Left 10,521.00 PlayBooster®Slides PB130800F-061 Gemini SlideWinder2 72"Dk DB 3 Straight 2 Right 1 Left 10,521.00 PlayBooster®Slides PB130800F-055 Gemini SlideWinder2 72"Dk DB 3 Straight 3 Left 10,521.00 PlayBooster®Slides PB130800F-064 Gemini SlideWinder2 72"Dk DB 3 Straight 3 Right 10,521.00 PlayBooster®Slides PB130800F-013 Gemini SlideWinder2 72"Dk DB 4 Right 2 Left 10,521.00 PlayBooster®Slides PB130800F-070 Gemini SlideWinder2 72"Dk DB 4 Straight 1 Right 1 Left 10,521.00 PlayBooster®Slides PB130800F-067 Gemini SlideWinder2 72"Dk DB 4 Straight 2 Left 10,521.00 PlayBooster®Slides PB130800F-073 Gemini SlideWinder2 72"Dk DB 4 Straight 2 Right 10,521.00 PlayBooster®Slides PB130800F-016 Gemini SlideWinder2 72"Dk DB 5 Right 1 Left 10,521.00 PlayBooster®Slides PB130800F-077 Gemini SlideWinder2 72"Dk DB 5 Straight 1 Left 10,521.00 PlayBooster®Slides PB130800F-079 Gemini SlideWinder2 72"Dk DB 5 Straight 1 Right 10,521.00 PlayBooster®Slides PB130800F-001 Gemini SlideWinder2 72"Dk DB 6 Left 10,521.00 PlayBooster®Slides PB130800F-019 Gemini SlideWinder2 72"Dk DB 6 Right 10,521.00 PlayBooster®Slides PB130800F-082 Gemini SlideWinder2 72"Dk DB 6 Straight 10,521.00 PlayBooster®Slides PB130800G-061 Gemini SlideWinder2 96"Dk DB 12,317.00 PlayBooster®Slides PB130800G-008 Gemini SlideWinder2 96"Dk DB 1 Straight 1 Right 8 Left 12,317.00 PlayBooster®Slides PB130800G-009 Gemini SlideWinder2 96"Dk DB 1 Straight 2 Right 7 Left 12,317.00 PlayBooster®Slides PB130800G-010 Gemini SlideWinder2 96"Dk DB 1 Straight 3 Right 6 Left 12,317.00 PlayBooster®Slides PB130800G-011 Gemini SlideWinder2 96"Dk DB 1 Straight 4 Right 5 Left 12,317.00 PlayBooster®Slides PB130800G-012 Gemini SlideWinder2 96"Dk DB 1 Straight 5 Right 4 Left 12,317.00 PlayBooster®Slides PB130800G-013 Gemini SlideWinder2 96"Dk DB 1 Straight 6 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-014 Gemini SlideWinder2 96"Dk DB 1 Straight 7 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-015 Gemini SlideWinder2 96"Dk DB 1 Straight 8 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-001 Gemini SlideWinder2 96"Dk DB 2 Right 8 Left 12,317.00 PlayBooster®Slides PB130800G-017 Gemini SlideWinder2 96"Dk DB 2 Straight 1 Right 7 Left 12,317.00 PlayBooster®Slides PB130800G-018 Gemini SlideWinder2 96"Dk DB 2 Straight 2 Right 6 Left 12,317.00 PlayBooster®Slides PB130800G-019 Gemini SlideWinder2 96"Dk DB 2 Straight 3 Right 5 Left 12,317.00 PlayBooster®Slides PB130800G-020 Gemini SlideWinder2 96"Dk DB 2 Straight 4 Right 4 Left 12,317.00 PlayBooster®Slides PB130800G-021 Gemini SlideWinder2 96"Dk DB 2 Straight 5 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-022 Gemini SlideWinder2 96"Dk DB 2 Straight 6 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-023 Gemini SlideWinder2 96"Dk DB 2 Straight 7 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-016 Gemini SlideWinder2 96"Dk DB 2 Straight 8 Left 12,317.00 PlayBooster®Slides PB130800G-024 Gemini SlideWinder2 96"Dk DB 2 Straight 8 Right 12,317.00 PlayBooster®Slides PB130800G-002 Gemini SlideWinder2 96"Dk DB 3 Right 7 Left 12,317.00 PlayBooster®Slides PB130800G-026 Gemini SlideWinder2 96"Dk DB 3 Straight 1 Right 6 Left 12,317.00 PlayBooster®Slides PB130800G-027 Gemini SlideWinder2 96"Dk DB 3 Straight 2 Right 5 Left 12,317.00 PlayBooster®Slides PB130800G-028 Gemini SlideWinder2 96"Dk DB 3 Straight 3 Right 4 Left 12,317.00 PlayBooster®Slides PB130800G-029 Gemini SlideWinder2 96"Dk DB 3 Straight 4 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-030 Gemini SlideWinder2 96"Dk DB 3 Straight 5 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-031 Gemini SlideWinder2 96"Dk DB 3 Straight 6 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-025 Gemini SlideWinder2 96"Dk DB 3 Straight 7 Left 12,317.00 PlayBooster®Slides PB130800G-032 Gemini SlideWinder2 96"Dk DB 3 Straight 7 Right 12,317.00 PlayBooster®Slides PB130800G-003 Gemini SlideWinder2 96"Dk DB 4 Right 6 Left 12,317.00 PlayBooster®Slides PB130800G-034 Gemini SlideWinder2 96"Dk DB 4 Straight 1 Right 5 Left 12,317.00 PlayBooster®Slides PB130800G-035 Gemini SlideWinder2 96"Dk DB 4 Straight 2 Right 4 Left 12,317.00 PlayBooster®Slides PB130800G-036 Gemini SlideWinder2 96"Dk DB 4 Straight 3 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-037 Gemini SlideWinder2 96"Dk DB 4 Straight 4 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-038 Gemini SlideWinder2 96"Dk DB 4 Straight 5 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-033 Gemini SlideWinder2 96"Dk DB 4 Straight 6 Left 12,317.00 PlayBooster®Slides PB130800G-039 Gemini SlideWinder2 96"Dk DB 4 Straight 6 Right 12,317.00 PlayBooster®Slides PB130800G-004 Gemini SlideWinder2 96"Dk DB 5 Right 5 Left 12,317.00 PlayBooster®Slides PB130800G-041 Gemini SlideWinder2 96"Dk DB 5 Straight 1 Right 4 Left 12,317.00 PlayBooster®Slides PB130800G-042 Gemini SlideWinder2 96"Dk DB 5 Straight 2 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-043 Gemini SlideWinder2 96"Dk DB 5 Straight 3 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-044 Gemini SlideWinder2 96"Dk DB 5 Straight 4 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-040 Gemini SlideWinder2 96"Dk DB 5 Straight 5 Left 12,317.00 PlayBooster®Slides PB130800G-045 Gemini SlideWinder2 96"Dk DB 5 Straight 5 Right 12,317.00 PlayBooster®Slides PB130800G-005 Gemini SlideWinder2 96"Dk DB 6 Right 4 Left 12,317.00 PlayBooster®Slides PB130800G-047 Gemini SlideWinder2 96"Dk DB 6 Straight 1 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-048 Gemini SlideWinder2 96"Dk DB 6 Straight 2 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-049 Gemini SlideWinder2 96"Dk DB 6 Straight 3 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-046 Gemini SlideWinder2 96"Dk DB 6 Straight 4 Left 12,317.00 PlayBooster®Slides PB130800G-050 Gemini SlideWinder2 96"Dk DB 6 Straight 4 Right 12,317.00 PlayBooster®Slides PB130800G-006 Gemini SlideWinder2 96"Dk DB 7 Right 3 Left 12,317.00 PlayBooster®Slides PB130800G-052 Gemini SlideWinder2 96"Dk DB 7 Straight 1 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-053 Gemini SlideWinder2 96"Dk DB 7 Straight 2 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-051 Gemini SlideWinder2 96"Dk DB 7 Straight 3 Left 12,317.00 PlayBooster®Slides PB130800G-054 Gemini SlideWinder2 96"Dk DB 7 Straight 3 Right 12,317.00 PlayBooster®Slides PB130800G-007 Gemini SlideWinder2 96"Dk DB 8 Right 2 Left 12,317.00 PlayBooster®Slides PB130800G-056 Gemini SlideWinder2 96"Dk DB 8 Straight 1 Right 1 Left 12,317.00 PlayBooster®Slides PB130800G-055 Gemini SlideWinder2 96"Dk DB 8 Straight 2 Left 12,317.00 PlayBooster®Slides PB130800G-057 Gemini SlideWinder2 96"Dk DB 8 Straight 2 Right 12,317.00 PlayBooster®Slides PB130800G-058 Gemini SlideWinder2 96"Dk DB 9 Straight 1 Left 12,317.00 PlayBooster®Slides PB130800G-059 Gemini SlideWinder2 96"Dk DB 9 Straight 1 Right 12,317.00 PlayShaper®Enclosures PS112997A-001 Geometric Panel Above Deck w/Handles 1,056.00 PlayShaper®Enclosures PS112997B-001 Geometric Panel Above Deck w/o Handles 830.00 PlayShaper®Enclosures PS112997A-002 Geometric Panel Ground Level w/Handles 1,056.00 PlayShaper®Enclosures PS112997B-002 Geometric Panel Ground Level w/o Handles 830.00 Freestanding Play Learning Wall LW184872A-001 Geometric Panel w/Handles 1,056.00 Freestanding Play Learning Wall LW184872B-001 Geometric Panel w/o Handles 830.00 PlayBooster®Climbers Other PB220543A-002 GeoPlex 123" Deck-To-Deck Climber Alum Posts 2"SM 11,577.00 PlayBooster®Climbers Other PB220543A-001 GeoPlex 123" Deck-To-Deck Climber Alum Posts DB 11,183.00 PlayBooster®Climbers Other PB220543B-002 GeoPlex 123" Deck-To-Deck Climber Steel Posts 2"SM 11,424.00 PlayBooster®Climbers Other PB220543B-001 GeoPlex 123" Deck-To-Deck Climber Steel Posts DB 10,989.00 PlayBooster®Enclosures PB219076A-001 GeoPlex 3/4 Barrier 861.00 PlayBooster®Mainstructures PB220545A-002 GeoPlex 3-Spoke Tower Alum Posts 2"SM 8,637.00 PlayBooster®Mainstructures PB220545A-001 GeoPlex 3-Spoke Tower Alum Posts DB 8,075.00 PlayBooster®Mainstructures PB220545B-002 GeoPlex 3-Spoke Tower Steel Posts 2"SM 8,474.00 PlayBooster®Mainstructures PB220545B-001 GeoPlex 3-Spoke Tower Steel Posts DB 7,844.00 PlayBooster®Mainstructures PB222231A-002 GeoPlex 3-Spoke Tower w/Cables Steel Post Included 2"SM 15,771.00 PlayBooster®Mainstructures PB222231A-001 GeoPlex 3-Spoke Tower w/Cables Steel Post Included DB 14,790.00 PlayBooster®Mainstructures PB220546A-002 GeoPlex 5-Post Tower Alum Posts 2"SM 13,771.00 PlayBooster®Mainstructures PB220546A-001 GeoPlex 5-Post Tower Alum Posts DB 13,131.00 PlayBooster®Mainstructures PB220546B-002 GeoPlex 5-Post Tower Steel Posts 2"SM 13,535.00 PlayBooster®Mainstructures PB220546B-001 GeoPlex 5-Post Tower Steel Posts DB 12,721.00 PlayBooster®Mainstructures PB222232A-002 GeoPlex 5-Post Tower w/Cables Steel Post Included 2"SM 26,271.00 PlayBooster®Mainstructures PB222232A-001 GeoPlex 5-Post Tower w/Cables Steel Post Included DB 24,917.00 PlayBooster®Climbers Other PB220542A-002 GeoPlex 84" Deck-To-Deck Climber Alum Posts 2"SM 8,285.00 PlayBooster®Climbers Other PB220542A-001 GeoPlex 84" Deck-To-Deck Climber Alum Posts DB 8,033.00 PlayBooster®Climbers Other PB220542B-002 GeoPlex 84" Deck-To-Deck Climber Steel Posts 2"SM 8,185.00 PlayBooster®Climbers Other PB220542B-001 GeoPlex 84" Deck-To-Deck Climber Steel Posts DB 7,907.00 PlayBooster®Climbers Other PB219509A-001 GeoPlex Climber 40"Dk 1,287.00 PlayBooster®Climbers Other PB219509A-002 GeoPlex Climber 48"Dk 1,287.00 PlayBooster®Climbers Other PB219509A-003 GeoPlex Climber 56"Dk 1,287.00 PlayBooster®Climbers Other PB219509B-001 GeoPlex Climber 72"Dk 2,184.00 Freestanding Play Climbers IP219510A-002 GeoPlex Climber Wall w/Alum Posts 2"SM 7,644.00 Freestanding Play Climbers IP219510A-001 GeoPlex Climber Wall w/Alum Posts DB 7,077.00 Freestanding Play Climbers IP219510B-002 GeoPlex Climber Wall w/Steel Posts 2"SM 7,487.00 Freestanding Play Climbers IP219510B-001 GeoPlex Climber Wall w/Steel Posts DB 6,899.00 PlayBooster®Climbers Other PB220539A-001 GeoPlex Double Panel Elevated 1,770.00 PlayBooster®Climbers Other PB220538A-001 GeoPlex Double Panel Ground Level 1,770.00 PlayBooster®Climbers Other PB220541A-002 GeoPlex Ground-To-Deck Double Climber 64"Dk Alum 2"SM 5,628.00 PlayBooster®Climbers Other PB220541A-001 GeoPlex Ground-To-Deck Double Climber 64"Dk Alum DB 5,334.00 PlayBooster®Climbers Other PB220541B-002 GeoPlex Ground-To-Deck Double Climber 64"Dk Steel 2"SM 5,523.00 PlayBooster®Climbers Other PB220541B-001 GeoPlex Ground-To-Deck Double Climber 64"Dk Steel DB 5,214.00 PlayBooster®Climbers Other PB220541A-004 GeoPlex Ground-To-Deck Double Climber 72"Dk Alum 2"SM 5,660.00 PlayBooster®Climbers Other PB220541A-003 GeoPlex Ground-To-Deck Double Climber 72"Dk Alum DB 5,392.00 PlayBooster®Climbers Other PB220541B-004 GeoPlex Ground-To-Deck Double Climber 72"Dk Steel 2"SM 5,555.00 PlayBooster®Climbers Other PB220541B-003 GeoPlex Ground-To-Deck Double Climber 72"Dk Steel DB 5,277.00 PlayBooster®Climbers Other PB220544A-002 GeoPlex Ground-To-Deck Triple Climber 64"Dk Alum 2"SM 7,970.00 PlayBooster®Climbers Other PB220544A-001 GeoPlex Ground-To-Deck Triple Climber 64"Dk Alum DB 7,560.00 PlayBooster®Climbers Other PB220544B-002 GeoPlex Ground-To-Deck Triple Climber 64"Dk Steel 2"SM 7,849.00 PlayBooster®Climbers Other PB220544B-001 GeoPlex Ground-To-Deck Triple Climber 64"Dk Steel DB 7,387.00 PlayBooster®Climbers Other PB220544A-004 GeoPlex Ground-To-Deck Triple Climber 72"Dk Alum 2"SM 8,001.00 PlayBooster®Climbers Other PB220544A-003 GeoPlex Ground-To-Deck Triple Climber 72"Dk Alum DB 7,608.00 PlayBooster®Climbers Other PB220544B-004 GeoPlex Ground-To-Deck Triple Climber 72"Dk Steel 2"SM 7,860.00 PlayBooster®Climbers Other PB220544B-003 GeoPlex Ground-To-Deck Triple Climber 72"Dk Steel DB 7,434.00 PlayBooster®Enclosures PB219075A-001 GeoPlex Handhold Panels 378.00 PlayBooster®Mainstructures PB223169A-002 GeoPlex Labyrinth Climber 5-Post to 5-Post Tower w/Steel Posts Included 2"SM43,339.00 PlayBooster®Mainstructures PB223169A-001 GeoPlex Labyrinth Climber 5-Post to 5-Post Tower w/Steel Posts Included DB41,622.00 PlayBooster®Mainstructures PB223169B-002 GeoPlex Labyrinth Climber 64" Deck to 5-Post Tower w/Steel Posts Included 2"SM29,973.00 PlayBooster®Mainstructures PB223169B-001 GeoPlex Labyrinth Climber 64" Deck to 5-Post Tower w/Steel Posts Included DB28,944.00 PlayBooster®Mainstructures PB223169C-002 GeoPlex Labyrinth Climber 72" Deck to 5-Post Tower w/Steel Posts Included 2"SM29,973.00 PlayBooster®Mainstructures PB223169C-001 GeoPlex Labyrinth Climber 72" Deck to 5-Post Tower w/Steel Posts Included DB28,944.00 PlayBooster®Mainstructures PB223163C-002 GeoPlex Navigator Climber 3-Spoke to 3-Spoke Tower w/Steel Posts Included 2"SM24,602.00 PlayBooster®Mainstructures PB223163C-001 GeoPlex Navigator Climber 3-Spoke to 3-Spoke Tower w/Steel Posts Included DB23,100.00 PlayBooster®Mainstructures PB223163B-002 GeoPlex Navigator Climber 5-Post to 3-Spoke Tower w/Steel Posts Included 2"SM29,631.00 PlayBooster®Mainstructures PB223163B-001 GeoPlex Navigator Climber 5-Post to 3-Spoke Tower w/Steel Posts Included DB27,962.00 PlayBooster®Mainstructures PB223163A-002 GeoPlex Navigator Climber 5-Post to 5-Post Tower w/Steel Posts Included 2"SM34,677.00 PlayBooster®Mainstructures PB223163A-001 GeoPlex Navigator Climber 5-Post to 5-Post Tower w/Steel Posts Included DB32,829.00 PlayBooster®Mainstructures PB223166A-002 GeoPlex Trailblazer Climber 5-Post to 5-Post Tower w/Steel Posts Included 2"SM39,223.00 PlayBooster®Mainstructures PB223166A-001 GeoPlex Trailblazer Climber 5-Post to 5-Post Tower w/Steel Posts Included DB37,512.00 PlayBooster®Mainstructures PB223166B-002 GeoPlex Trailblazer Climber 72" Deck to 5-Post Tower w/Steel Posts Included 2"SM25,626.00 PlayBooster®Mainstructures PB223166B-001 GeoPlex Trailblazer Climber 72" Deck to 5-Post Tower w/Steel Posts Included DB24,633.00 PlayBooster®Climbers Other PB220540A-001 GeoPlex Triple Panel 2,657.00 Freestanding Play Surfacing IP109694A-001 Geotextile Fabric 8.00 PlayBooster®Custom CP000108A-001 GFRC DTR Epoxy Branch Barrier 3,696.00 Weevos®Climbers WV164171B-001 Giggle Jiggler 2"SM 5,361.00 Weevos®Climbers WV164171A-001 Giggle Jiggler DB 4,993.00 Freestanding Play Motion & More Fun IP218915A-001 Global Motion DB Only 37,890.00 Freestanding Play Motion & More Fun IP228071A-001 Global Motion HDG DB Only 43,565.00 Freestanding Play Sports & Fitness IP243870B-001 Globe Grasp (13+) 2"SM 6,726.00 Freestanding Play Sports & Fitness IP243870A-001 Globe Grasp (13+) DB 6,321.00 PlayBooster®Enclosures PB178477A-001 Goat Accent Panel Custom 578.00 PlayBooster®Motion & More Fun PB120901A-001 Grab Bar 258.00 PlayBooster®Bridges & Ramps PB152443A-001 Grid Walk w/Barriers 4,662.00 PlayBooster®Bridges & Ramps PB152444A-001 Grid Walk w/Guardrails 3,024.00 PlayBooster®Motion & More Fun PB201546A-003 Gyro Twister 12"SM 2,667.00 PlayBooster®Motion & More Fun PB201546A-002 Gyro Twister 2"SM 2,667.00 PlayBooster®Motion & More Fun PB201546A-001 Gyro Twister DB 2,578.00 Freestanding Play Motion & More Fun IP201552A-001 Gyro Twister Spinner Add-On DB Only 2,578.00 Freestanding Play Motion & More Fun IP201549A-001 Gyro Twister Spinner Steel Posts and DB Only 3,376.00 Evos®Motion & More Fun EV202823A-001 Gyro Twister Spinner w/Steel Posts and DB Only 3,376.00 Freestanding Play Swings IP177349C-001 Half Bucket Seat ProGuard Chains for 10' Beam Height 420.00 Freestanding Play Swings IP177349E-001 Half Bucket Seat ProGuard Chains for 2"Arch Swing 373.00 Freestanding Play Swings IP177349A-001 Half Bucket Seat ProGuard Chains for 8' Beam Height 378.00 Freestanding Play Swings IP177349G-001 Half Bucket Seat ProGuard Chains for Toddler Swing 373.00 Freestanding Play Sports & Fitness IP205938A-001 Hand Cycler Order Post Separately*3,318.00 Freestanding Play Site Furnishings IP277223A-001 Hand Sanitizer Station Metallic Silver DB 562.00 Freestanding Play Site Furnishings IP277223A-002 Hand Sanitizer Station Metallic Silver SM 573.00 Freestanding Play Site Furnishings IP276577B-001 Hand Sanitizer Station w/Custom Sign Requires CP DB 562.00 Freestanding Play Site Furnishings IP276577B-002 Hand Sanitizer Station w/Custom Sign Requires CP SM 573.00 Freestanding Play Site Furnishings IP276577A-001 Hand Sanitizer Station w/Standard Sign DB 562.00 Freestanding Play Site Furnishings IP276577A-002 Hand Sanitizer Station w/Standard Sign SM 573.00 PlayShaper®Motion & More Fun PS119977A-001 Handbar 247.00 PlayBooster®Motion & More Fun PB120902A-001 Handhold Leg Lift 279.00 Freestanding Play Sports & Fitness IP137961A-001 Handhold Leg Lift Alum Post 846.00 Freestanding Play Sports & Fitness IP137961B-001 Handhold Leg Lift Steel Post 798.00 PlayBooster®Enclosures PB127953B-001 Handhold Panel 226.00 PlayBooster®Enclosures PB127953A-001 Handhold Panel Set 373.00 PlayBooster®Motion & More Fun PB111275A-001 Handloop Assembly 321.00 Evos®Slides & Gliders EV156465A-001 Hang Glider DB Only 3,518.00 PlayBooster®Climbers Nature-InspiredPB111812A-001 Headform Set - Freestanding Play Sports & Fitness IP207607A-001 HealthBeat Blank Sign Set - Freestanding Play Sports & Fitness IP281789A-001 HealthBeat Circuit for use with SkyWays Shade 66,597.00 Freestanding Play Sports & Fitness IP206894A-001 HealthBeat Epoxy - Hedra®Ages 2-5 Yrs HD265929C-002 Hedra Scout w/Perf & Bamboo 3"Surface Mount 81,396.00 Hedra®Ages 2-5 Yrs HD265929C-001 Hedra Scout w/Perf & Bamboo Direct Bury 79,244.00 Hedra®Ages 2-5 Yrs HD265929D-002 Hedra Scout w/Perf & Perf 3"Surface Mount 74,188.00 Hedra®Ages 2-5 Yrs HD265929D-001 Hedra Scout w/Perf & Perf Direct Bury 72,036.00 Hedra®Ages 2-5 Yrs HD265929A-002 Hedra Scout w/Polycarbonate & Bamboo 3"Surface Mount 88,605.00 Hedra®Ages 2-5 Yrs HD265929A-001 Hedra Scout w/Polycarbonate & Bamboo Direct Bury 86,447.00 Hedra®Ages 2-5 Yrs HD265929B-002 Hedra Scout w/Polycarbonate & Perf 3"Surface Mount 81,396.00 Hedra®Ages 2-5 Yrs HD265929B-001 Hedra Scout w/Polycarbonate & Perf Direct Bury 79,244.00 Freestanding Play Swings IP278557A-001 Hedra Swing Frame DB Only 4,253.00 Freestanding Play Swings IP281067A-001 Hedra Swing Frame Spacer Set - Hedra®Ages 5-12 Yrs HD265928C-002 Hedra w/Alpine Slide, Perf & Bamboo 4 1/2"Surface Mount 110,943.00 Hedra®Ages 5-12 Yrs HD265928C-001 Hedra w/Alpine Slide, Perf & Bamboo Direct Bury 108,056.00 Hedra®Ages 5-12 Yrs HD265928D-002 Hedra w/Alpine Slide, Perf & Perf 4 1/2"Surface Mount 103,730.00 Hedra®Ages 5-12 Yrs HD265928D-001 Hedra w/Alpine Slide, Perf & Perf Direct Bury 100,853.00 Hedra®Ages 5-12 Yrs HD265928A-002 Hedra w/Alpine Slide, Polycarbonate & Bamboo 4 1/2"Surface Mount118,146.00 Hedra®Ages 5-12 Yrs HD265928A-001 Hedra w/Alpine Slide, Polycarbonate & Bamboo Direct Bury 115,269.00 Hedra®Ages 5-12 Yrs HD265928B-002 Hedra w/Alpine Slide, Polycarbonate & Perf 4 1/2"Surface Mount110,943.00 Hedra®Ages 5-12 Yrs HD265928B-001 Hedra w/Alpine Slide, Polycarbonate & Perf Direct Bury 108,056.00 Hedra®Ages 5-12 Yrs HD265928G-002 Hedra w/SlideWinder2 Left, Perf & Bamboo 4 1/2"Surface Mount110,943.00 Hedra®Ages 5-12 Yrs HD265928G-001 Hedra w/SlideWinder2 Left, Perf & Bamboo Direct Bury 108,056.00 Hedra®Ages 5-12 Yrs HD265928H-002 Hedra w/SlideWinder2 Left, Perf & Perf 4 1/2"Surface Mount103,730.00 Hedra®Ages 5-12 Yrs HD265928H-001 Hedra w/SlideWinder2 Left, Perf & Perf Direct Bury 100,853.00 Hedra®Ages 5-12 Yrs HD265928E-002 Hedra w/SlideWinder2 Left, Polycarbonate & Bamboo 4 1/2"Surface Mount118,146.00 Hedra®Ages 5-12 Yrs HD265928E-001 Hedra w/SlideWinder2 Left, Polycarbonate & Bamboo Direct Bury115,269.00 Hedra®Ages 5-12 Yrs HD265928F-002 Hedra w/SlideWinder2 Left, Polycarbonate & Perf 4 1/2"Surface Mount110,943.00 Hedra®Ages 5-12 Yrs HD265928F-001 Hedra w/SlideWinder2 Left, Polycarbonate & Perf Direct Bury108,056.00 Hedra®Ages 5-12 Yrs HD265928K-002 Hedra w/SlideWinder2 Right, Perf & Bamboo 4 1/2"Surface Mount110,943.00 Hedra®Ages 5-12 Yrs HD265928K-001 Hedra w/SlideWinder2 Right, Perf & Bamboo Direct Bury 108,056.00 Hedra®Ages 5-12 Yrs HD265928L-002 Hedra w/SlideWinder2 Right, Perf & Perf 4 1/2"Surface Mount103,730.00 Hedra®Ages 5-12 Yrs HD265928L-001 Hedra w/SlideWinder2 Right, Perf & Perf Direct Bury 100,853.00 Hedra®Ages 5-12 Yrs HD265928I-002 Hedra w/SlideWinder2 Right, Polycarbonate & Bamboo 4 1/2"Surface Mount118,146.00 Hedra®Ages 5-12 Yrs HD265928I-001 Hedra w/SlideWinder2 Right, Polycarbonate & Bamboo Direct Bury115,269.00 Hedra®Ages 5-12 Yrs HD265928J-002 Hedra w/SlideWinder2 Right, Polycarbonate & Perf 4 1/2"Surface Mount110,943.00 Hedra®Ages 5-12 Yrs HD265928J-001 Hedra w/SlideWinder2 Right, Polycarbonate & Perf Direct Bury108,056.00 Evos®Climbers EV156449A-002 Helix Net DB Only Between One Arch and One Arch Post 8,826.00 Evos®Climbers EV156449A-001 Helix Net DB Only Between Two Arches 8,826.00 Freestanding Play Climbers IP156435A-001 Hemisphere Climber DB Only 16,433.00 PlayBooster®Decks PB154752A-001 Hex Deck w/One Extension 6,143.00 PlayBooster®Decks PB154752A-002 Hex Deck w/One Extension 6,143.00 PlayBooster®Roofs PB139376B-001 Hex Roof w/Flag SteelX 6,904.00 PlayBooster®Roofs PB139376A-002 Hex Roof w/o Flag SteelX 6,495.00 PlayBooster®Roofs PB130567A-001 Hex Shingle Roof 3,780.00 PlayBooster®Decks PB178710A-001 Hexagon Tenderdeck 3,943.00 Freestanding Play Sports & Fitness IP244064B-001 High Step (13+) 2"SM 6,274.00 Freestanding Play Sports & Fitness IP244064A-001 High Step (13+) DB 5,723.00 Freestanding Play Sports & Fitness IP244201B-001 High Step (5-12) 2"SM 6,243.00 Freestanding Play Sports & Fitness IP244201A-001 High Step (5-12) DB 5,697.00 PlayBooster®Enclosures PB115253A-001 Hole Panel 814.00 Freestanding Play Learning Wall LW184854A-001 Hole Panel 630.00 PlayShaper®Enclosures PS111284A-001 Hole Panel 630.00 PlayBooster®Enclosures PB139381A-001 Hole Panel SteelX 903.00 PlayBooster®Enclosures PB179046A-001 Hole Vibe Panel Ground Level 1,229.00 PlayBooster®Slides PB205013A-001 Hood Extension Kit PB - PlayShaper®Slides PS205013A-001 Hood Extension Kit PS - PlayShaper®Overhead Events PS129967A-001 Horizontal Ladder 1,271.00 PlayShaper®Overhead Events PS129968A-001 Horizontal Ladder End Panel 399.00 Freestanding Play IP182213A-001 Hot Surface Warning Label 1.00 PlayBooster®PB182213A-001 Hot Surface Warning Label 1.00 PlayShaper®PS182213A-001 Hot Surface Warning Label 1.00 Freestanding Play Learning Wall LW184881A-001 Hourglass Panel 2,074.00 PlayBooster®Enclosures PB123319A-001 Hourglass Panel Above Deck 1,990.00 PlayShaper®Enclosures PS124333A-001 Hourglass Panel Above Deck 2,074.00 PlayShaper®Enclosures PS124333A-002 Hourglass Panel Ground Level 2,074.00 PlayBooster®Enclosures PB123319A-002 Hourglass Panel Ground Level Under 48"Dk 2,221.00 PlayBooster®Enclosures PB123319A-003 Hourglass Panel Ground Level Under 56"Dk 2,221.00 Freestanding Play Learning Wall LW184867A-001 House Panel 741.00 PlayBooster®Enclosures PB115235A-001 House Panel Above Deck 924.00 PlayShaper®Enclosures PS111299A-001 House Panel Above Deck 741.00 PlayBooster®Enclosures PB115235B-001 House Panel Ground Level 1,166.00 PlayShaper®Enclosures PS111299A-002 House Panel Ground Level 741.00 PlayBooster®Enclosures PB139380A-001 House Panel SteelX Above Deck 1,134.00 PlayBooster®Enclosures PB139380B-002 House Panel SteelX Ground Level 1,350.00 Freestanding Play Climbers IP100037A-001 Humpty Climber Double DB Only 3,901.00 Freestanding Play Climbers IP100037B-001 Humpty Climber Single DB Only 2,043.00 Freestanding Play Learning Wall LW184883A-001 Image Panel - 176 Block 1,722.00 PlayBooster®Enclosures PB127681A-001 Image Panel - 176 Block Above Deck 1,885.00 PlayShaper®Enclosures PS127685A-001 Image Panel - 176 Block Above Deck 1,722.00 PlayShaper®Enclosures PS127685A-002 Image Panel - 176 Block Ground Level 1,722.00 PlayBooster®Enclosures PB127681A-003 Image Panel - 176 Block Ground Level Under 48"Dk 2,106.00 PlayBooster®Enclosures PB127681A-004 Image Panel - 176 Block Ground Level Under 56"Dk 2,106.00 Evos®Accessible Reach PanelsEV161780A-001 Image Reach Panel 1,234.00 PlayBooster®Enclosures PB129043A-001 Image Reach Panel Above Deck 1,234.00 PlayBooster®Enclosures PB129043A-002 Image Reach Panel Ground Level 1,234.00 Freestanding Play Sensory Play IP168105A-001 Imagination Table 961.00 Weevos®Motion & More Fun WV173582B-001 Imagination Table 2"SM 2,468.00 Weevos®Motion & More Fun WV173582A-001 Imagination Table DB 2,352.00 Freestanding Play Sensory Play IP175950B-001 Infant Balance Bar 2"SM 1,470.00 Freestanding Play Sensory Play IP175950A-001 Infant Balance Bar DB 1,192.00 Freestanding Play Structures IP100120B-002 Infant Maze 2"SM Customized Roof Logo 9,366.00 Freestanding Play Structures IP100120B-001 Infant Maze 2"SM Standard Roof Logo 9,366.00 Freestanding Play Structures IP100120A-002 Infant Maze DB Customized Roof Logo 8,978.00 Freestanding Play Structures IP100120A-001 Infant Maze DB Standard Roof Logo 8,978.00 PlayShaper®Slides PS166076A-002 Infant Single Slide 2"SM 1,581.00 PlayShaper®Slides PS166076A-001 Infant Single Slide DB 1,502.00 Freestanding Play Sports & Fitness IP192464B-001 Intro Sign 2"SM 1,318.00 Freestanding Play Sports & Fitness IP192464A-001 Intro Sign DB 1,145.00 Freestanding Play Climbers IP201993A-001 JigJag Climber Double w/2 Firepoles Aluminum Posts and DB Only4,851.00 Freestanding Play Climbers IP201993B-001 JigJag Climber Double w/2 Firepoles Steel Posts and DB Only 4,715.00 PlayBooster®Climbers Other PB202056C-001 JigJag Climber Double w/Firepoles 16"Dk Aluminum Posts and DB Only4,815.00 PlayBooster®Climbers Other PB202056D-001 JigJag Climber Double w/Firepoles 16"Dk Steel Posts and DB Only4,741.00 PlayBooster®Climbers Other PB202056E-001 JigJag Climber Double w/Firepoles 24"Dk Aluminum Posts and DB Only4,825.00 PlayBooster®Climbers Other PB202056F-001 JigJag Climber Double w/Firepoles 24"Dk Steel Posts and DB Only4,762.00 PlayBooster®Climbers Other PB202056A-001 JigJag Climber Double w/Firepoles 8"Dk Aluminum Posts and DB Only4,783.00 PlayBooster®Climbers Other PB202056B-001 JigJag Climber Double w/Firepoles 8"Dk Steel Posts and DB Only4,736.00 PlayBooster®Climbers Other PB201888C-001 JigJag Climber Single w/Firepole 16"Dk Aluminum Posts and DB Only2,730.00 PlayBooster®Climbers Other PB201888D-001 JigJag Climber Single w/Firepole 16"Dk Steel Posts and DB Only 2,662.00 PlayBooster®Climbers Other PB201888E-001 JigJag Climber Single w/Firepole 24"Dk Aluminum Posts and DB Only2,757.00 PlayBooster®Climbers Other PB201888F-001 JigJag Climber Single w/Firepole 24"Dk Steel Posts and DB Only 2,678.00 PlayBooster®Climbers Other PB201888A-001 JigJag Climber Single w/Firepole 8"Dk Aluminum Posts and DB Only2,709.00 PlayBooster®Climbers Other PB201888B-001 JigJag Climber Single w/Firepole 8"Dk Steel Posts and DB Only 2,657.00 Freestanding Play Climbers IP201889A-001 JigJag Climber Single w/Firepole Aluminum Posts and DB Only 2,825.00 Freestanding Play Climbers IP201889B-001 JigJag Climber Single w/Firepole Steel Posts and DB Only 2,741.00 PlayBooster®Climbers w/Permalene HandholdsPB201887A-002 JigJag Climber w/Permalene Handhold (Left) 48"Dk 2,153.00 PlayBooster®Climbers w/Permalene HandholdsPB201887B-002 JigJag Climber w/Permalene Handhold (Left) 56"Dk 2,405.00 PlayBooster®Climbers w/Permalene HandholdsPB201887B-004 JigJag Climber w/Permalene Handhold (Left) 64"Dk 2,405.00 PlayBooster®Climbers w/Permalene HandholdsPB201887B-006 JigJag Climber w/Permalene Handhold (Left) 72"Dk 2,405.00 PlayBooster®Climbers w/Permalene HandholdsPB201887A-001 JigJag Climber w/Permalene Handhold (Right) 48"Dk 2,153.00 PlayBooster®Climbers w/Permalene HandholdsPB201887B-001 JigJag Climber w/Permalene Handhold (Right) 56"Dk 2,405.00 PlayBooster®Climbers w/Permalene HandholdsPB201887B-003 JigJag Climber w/Permalene Handhold (Right) 64"Dk 2,405.00 PlayBooster®Climbers w/Permalene HandholdsPB201887B-005 JigJag Climber w/Permalene Handhold (Right) 72"Dk 2,405.00 PlayBooster®Climbers w/Vibe HandholdsPB201886A-002 JigJag Climber w/Vibe Handhold (Left) 48"Dk 2,436.00 PlayBooster®Climbers w/Vibe HandholdsPB201886B-002 JigJag Climber w/Vibe Handhold (Left) 56"Dk 2,683.00 PlayBooster®Climbers w/Vibe HandholdsPB201886B-004 JigJag Climber w/Vibe Handhold (Left) 64"Dk 2,683.00 PlayBooster®Climbers w/Vibe HandholdsPB201886B-006 JigJag Climber w/Vibe Handhold (Left) 72"Dk 2,683.00 PlayBooster®Climbers w/Vibe HandholdsPB201886A-001 JigJag Climber w/Vibe Handhold (Right) 48"Dk 2,436.00 PlayBooster®Climbers w/Vibe HandholdsPB201886B-001 JigJag Climber w/Vibe Handhold (Right) 56"Dk 2,683.00 PlayBooster®Climbers w/Vibe HandholdsPB201886B-003 JigJag Climber w/Vibe Handhold (Right) 64"Dk 2,683.00 PlayBooster®Climbers w/Vibe HandholdsPB201886B-005 JigJag Climber w/Vibe Handhold (Right) 72"Dk 2,683.00 Freestanding Play Sports & Fitness IP243190B-001 Jump Hang (13+) 2"SM 9,855.00 Freestanding Play Sports & Fitness IP243190A-001 Jump Hang (13+) DB 9,272.00 Freestanding Play Sports & Fitness IP244193B-001 Jump Hang (5-12) 2"SM 8,127.00 Freestanding Play Sports & Fitness IP244193A-001 Jump Hang (5-12) DB 7,545.00 Freestanding Play Sports & Fitness IP100057A-001 Jump Touch DB Only 972.00 Freestanding Play Site Furnishings IP186588A-001 Kaleidoscope Bench w/Back w/Handles DB 1,785.00 Freestanding Play Site Furnishings IP186588A-002 Kaleidoscope Bench w/Back w/Handles SM 1,507.00 Freestanding Play Site Furnishings IP186588B-001 Kaleidoscope Bench w/Back w/o Handles DB 1,712.00 Freestanding Play Site Furnishings IP186588B-002 Kaleidoscope Bench w/Back w/o Handles SM 1,423.00 Freestanding Play Site Furnishings IP186588C-001 Kaleidoscope Bench w/o Back w/Handles DB 1,218.00 Freestanding Play Site Furnishings IP186588C-002 Kaleidoscope Bench w/o Back w/Handles SM 940.00 Freestanding Play Site Furnishings IP186588D-001 Kaleidoscope Bench w/o Back w/o Handles DB 1,145.00 Freestanding Play Site Furnishings IP186588D-002 Kaleidoscope Bench w/o Back w/o Handles SM 882.00 Freestanding Play Site Furnishings IP186589A-001 Kaleidoscope Litter Receptacle DB 1,738.00 Freestanding Play Site Furnishings IP186589B-001 Kaleidoscope Litter Receptacle SM 1,812.00 Freestanding Play Site Furnishings IP186590A-001 Kaleidoscope Recycling Receptacle DB 1,738.00 Freestanding Play Site Furnishings IP186590B-001 Kaleidoscope Recycling Receptacle SM 1,812.00 Freestanding Play Learning Wall LW184896A-001 Kaleidospin Panel 4,347.00 Freestanding Play Sensory Play IP168108A-001 Kaleidospin Panel 4,059.00 Weevos®Motion & More Fun WV173580B-002 Kaleidospin Panel 2"SM 5,555.00 Weevos®Motion & More Fun WV173580A-001 Kaleidospin Panel DB 5,450.00 PlayShaper®Enclosures PS173571A-001 Kaleidospin Panel Ground Level 4,347.00 PlayBooster®Enclosures PB173566A-001 Kaleidospin Panel Ground Level 4,510.00 PlayBooster®Enclosures PB179049A-001 Kaleidospin Vibe Panel Ground Level 4,862.00 PlayBooster®Decks PB111525A-001 Kick Panel For 24"Rise 594.00 PlayBooster®Decks PB111525B-001 Kick Panel For 32"Rise 756.00 PlayBooster®Decks PB121948B-001 Kick Plate 16"Rise 258.00 PlayShaper®Decks PS179349B-001 Kick Plate 16"Rise 258.00 PlayBooster®Decks PB121948A-001 Kick Plate 8"Rise 153.00 PlayShaper®Decks PS179349A-001 Kick Plate 8"Rise 153.00 PlayBooster®Climbers w/Permalene HandholdsPB223170B-002 Labyrinth Climber w/Permalene Handholds 8"Deck Diff Attached to 64"Dk 2"SM16,312.00 PlayBooster®Climbers w/Permalene HandholdsPB223170B-001 Labyrinth Climber w/Permalene Handholds 8"Deck Diff Attached to 64"Dk DB16,008.00 PlayBooster®Climbers w/Permalene HandholdsPB223170A-002 Labyrinth Climber w/Permalene Handholds Equal Decks Attached to 64"Dk 2"SM16,312.00 PlayBooster®Climbers w/Permalene HandholdsPB223170A-001 Labyrinth Climber w/Permalene Handholds Equal Decks Attached to 64"Dk DB16,008.00 PlayBooster®Climbers w/Permalene HandholdsPB223170C-002 Labyrinth Climber w/Permalene Handholds Equal Decks Attached to 72"Dk 2"SM16,312.00 PlayBooster®Climbers w/Permalene HandholdsPB223170C-001 Labyrinth Climber w/Permalene Handholds Equal Decks Attached to 72"Dk DB16,008.00 PlayBooster®Slides PB145838C-001 Lava Run Slide 12"SM 2,468.00 PlayBooster®Slides PB145838B-001 Lava Run Slide 2"SM 2,468.00 PlayShaper®Slides PS137967A-001 Lava Run Slide 30"Dk DB 2,058.00 PlayShaper®Slides PS137967A-006 Lava Run Slide 32"Dk 12"SM 2,247.00 PlayShaper®Slides PS137967A-005 Lava Run Slide 32"Dk 2"SM 2,247.00 PlayShaper®Slides PS137967A-004 Lava Run Slide 32"Dk DB 2,058.00 PlayBooster®Slides PB145838A-001 Lava Run Slide DB 2,268.00 Freestanding Play Site Furnishings IP185671A-001 Leaf Bike Rack DB 893.00 Freestanding Play Site Furnishings IP185671B-001 Leaf Bike Rack SM 688.00 Freestanding Play Sports & Fitness IP243778B-001 Ledge Hanger (13+) 2"SM 19,226.00 Freestanding Play Sports & Fitness IP243778A-001 Ledge Hanger (13+) DB 18,659.00 Freestanding Play Motion & More Fun IP111307A-001 Leg Spring Rider DB Only 342.00 Freestanding Play Site Furnishings IP141682A-001 Liner Litter Receptacle 75.00 Smart Play®Ages 2-5 Yrs SP233077B-001 Loft + Fire Station 2"SM 45,261.00 Smart Play®Ages 2-5 Yrs SP233077A-001 Loft + Fire Station DB 43,854.00 Smart Play®Ages 2-5 Yrs SP233079B-001 Loft + Market Cafe 2"SM 45,261.00 Smart Play®Ages 2-5 Yrs SP233079A-001 Loft + Market Cafe DB 43,854.00 Smart Play®Ages 2-5 Yrs SP223857B-001 Loft 2"SM 24,156.00 Smart Play®Ages 2-5 Yrs SP223857A-001 Loft DB 23,452.00 Freestanding Play Sports & Fitness IP173596A-002 Log Balance Beam 2" SM 5,140.00 Freestanding Play Sports & Fitness IP173596A-001 Log Balance Beam DB 4,757.00 Freestanding Play Site Furnishings IP173595A-002 Log Bench 2" SM 3,255.00 Freestanding Play Site Furnishings IP173595A-001 Log Bench DB 3,003.00 Freestanding Play Sensory Play IP173594A-001 Log Crawl Tunnel DB Only 8,532.00 PlayBooster®Motion & More Fun PB111356A-003 Log Roll Alum 12"SM 2,043.00 Freestanding Play Motion & More Fun IP100027A-004 Log Roll Alum 2"SM 2,620.00 PlayBooster®Motion & More Fun PB111356A-002 Log Roll Alum 2"SM 2,043.00 Freestanding Play Motion & More Fun IP100027A-003 Log Roll Alum DB 2,263.00 PlayBooster®Motion & More Fun PB111356A-001 Log Roll Alum DB 1,901.00 PlayBooster®Motion & More Fun PB111356B-003 Log Roll Steel 12"SM 1,969.00 PlayBooster®Motion & More Fun PB111356B-002 Log Roll Steel 2"SM 1,969.00 Freestanding Play Motion & More Fun IP100027B-002 Log Roll Steel 2"SM 2,526.00 Freestanding Play Motion & More Fun IP100027B-001 Log Roll Steel DB 2,211.00 PlayBooster®Motion & More Fun PB111356B-001 Log Roll Steel DB 1,854.00 PlayBooster®Climbers Nature-InspiredPB183193A-001 Log Stack Climber 48"Deck w/Wood-Grain Handholds DB 19,882.00 PlayShaper®Climbers PS183195A-001 Log Stack Climber 48"Deck w/Wood-Grain Handholds DB 19,882.00 PlayBooster®Climbers Nature-InspiredPB183193B-001 Log Stack Climber 72"Deck w/Wood-Grain Handholds DB 22,481.00 PlayBooster®Climbers Nature-InspiredPB175572A-001 Log Stepper 16" Deck w/1 Recycled Wood-Grain Handhold 1,628.00 PlayBooster®Climbers Nature-InspiredPB175572A-002 Log Stepper 16" Deck w/1 Recycled Wood-Grain Handhold 1,628.00 PlayShaper®Climbers PS185861A-002 Log Stepper 16"Deck w/1 Recycled Wood-Grain Handhold Left Handhold1,628.00 PlayShaper®Climbers PS185861A-001 Log Stepper 16"Deck w/1 Recycled Wood-Grain Handhold Right Handhold1,628.00 Freestanding Play Climbers IP173908A-001 Log Stepper 18"Height DB Only 1,313.00 PlayBooster®Climbers Nature-InspiredPB175573B-002 Log Stepper 24"Deck w/1 Recycled Wood-Grain Handhold 1 Handloop Left Handhold3,108.00 PlayBooster®Climbers Nature-InspiredPB175573B-001 Log Stepper 24"Deck w/1 Recycled Wood-Grain Handhold 1 Handloop Right Handhold3,108.00 PlayBooster®Climbers Nature-InspiredPB175573A-001 Log Stepper 24"Deck w/1 Recycled Wood-Grain Handhold Right Handhold2,961.00 PlayBooster®Climbers Nature-InspiredPB175573A-002 Log Stepper 24"Deck w/1 Recycled Wood-Grain HandholdlLeft Handhold2,961.00 PlayShaper®Climbers PS185861B-002 Log Stepper 24"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop Left Handhold3,775.00 PlayShaper®Climbers PS185861B-001 Log Stepper 24"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop Right Handhold3,775.00 Freestanding Play Climbers IP173909A-001 Log Stepper 28"Height DB Only 1,990.00 PlayBooster®Climbers Nature-InspiredPB175574A-001 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 5,634.00 PlayBooster®Climbers Nature-InspiredPB175574D-002 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail Left Handhold6,027.00 PlayShaper®Climbers PS185861C-002 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail Left Handhold6,027.00 PlayBooster®Climbers Nature-InspiredPB175574D-001 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail Right Handhold6,027.00 PlayShaper®Climbers PS185861C-001 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail Right Handhold6,027.00 PlayBooster®Climbers Nature-InspiredPB175574B-002 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop Left Handhold5,781.00 PlayBooster®Climbers Nature-InspiredPB175574B-001 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop Right Handhold5,781.00 PlayBooster®Climbers Nature-InspiredPB175574C-002 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handrail Left Handhold5,875.00 PlayBooster®Climbers Nature-InspiredPB175574C-001 Log Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handrail Right Handhold5,875.00 PlayBooster®Climbers Nature-InspiredPB169320D-002 Log Stepper 40" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Left Handhold8,752.00 PlayBooster®Climbers Nature-InspiredPB169320D-001 Log Stepper 40" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Right Handhold8,752.00 PlayBooster®Climbers Nature-InspiredPB169320B-002 Log Stepper 40" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Left Handhold8,516.00 PlayBooster®Climbers Nature-InspiredPB169320B-001 Log Stepper 40" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Right Handhold8,516.00 PlayBooster®Climbers Nature-InspiredPB169320C-002 Log Stepper 40" Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Left Handhold8,605.00 PlayBooster®Climbers Nature-InspiredPB169320C-001 Log Stepper 40" Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Right Handhold8,605.00 PlayShaper®Climbers PS185861D-002 Log Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail Left Handhold8,752.00 PlayShaper®Climbers PS185861D-001 Log Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail Right Handhold8,752.00 PlayBooster®Climbers Nature-InspiredPB169320D-004 Log Stepper 48" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Left Handhold8,752.00 PlayBooster®Climbers Nature-InspiredPB169320D-003 Log Stepper 48" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Right Handhold8,752.00 PlayBooster®Climbers Nature-InspiredPB169320B-004 Log Stepper 48" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Left Handhold8,516.00 PlayBooster®Climbers Nature-InspiredPB169320B-003 Log Stepper 48" Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Right Handhold8,516.00 PlayBooster®Climbers Nature-InspiredPB169320C-004 Log Stepper 48" Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Left Handhold8,605.00 PlayBooster®Climbers Nature-InspiredPB169320C-003 Log Stepper 48" Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Right Handhold8,605.00 Freestanding Play Climbers IP173907A-001 Log Stepper 8"Height DB Only 956.00 PlayBooster®Climbers w/Permalene HandholdsPB176080A-002 Logo Climber 56"Dk 2" SM 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB176080A-001 Logo Climber 56"Dk DB 1,980.00 PlayBooster®Climbers w/Permalene HandholdsPB176080A-004 Logo Climber 64"Dk 2" SM 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB176080A-003 Logo Climber 64"Dk DB 1,980.00 PlayBooster®Climbers w/Vibe HandholdsPB179018A-002 Logo Climber w/Vibe Handholds 56"Dk 2" SM 2,505.00 PlayBooster®Climbers w/Vibe HandholdsPB179018A-001 Logo Climber w/Vibe Handholds 56"Dk DB 2,405.00 PlayBooster®Climbers w/Vibe HandholdsPB179018A-004 Logo Climber w/Vibe Handholds 64"Dk 2" SM 2,505.00 PlayBooster®Climbers w/Vibe HandholdsPB179018A-003 Logo Climber w/Vibe Handholds 64"Dk DB 2,405.00 PlayBooster®Overhead Events PB193170A-001 LolliLadder w/2 E-Pods 3,387.00 PlayBooster®Climbers w/Permalene HandholdsPB176078A-002 Lollipop Climber 48"Dk 2"SM 2,058.00 PlayBooster®Climbers w/Permalene HandholdsPB176078A-001 Lollipop Climber 48"Dk DB 1,959.00 PlayBooster®Climbers w/Permalene HandholdsPB176078A-004 Lollipop Climber 56"Dk 2"SM 2,058.00 PlayBooster®Climbers w/Permalene HandholdsPB176078A-003 Lollipop Climber 56"Dk DB 1,959.00 PlayBooster®Climbers w/Permalene HandholdsPB176078B-002 Lollipop Climber 64"Dk 2"SM 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB176078B-001 Lollipop Climber 64"Dk DB 1,980.00 PlayBooster®Climbers w/Permalene HandholdsPB176078B-004 Lollipop Climber 72"Dk 2"SM 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB176078B-003 Lollipop Climber 72"Dk DB 1,980.00 PlayBooster®Climbers w/Vibe HandholdsPB179019A-002 Lollipop Climber w/Vibe Handholds 48"Dk 2" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB179019A-001 Lollipop Climber w/Vibe Handholds 48"Dk DB 2,358.00 PlayBooster®Climbers w/Vibe HandholdsPB179019A-004 Lollipop Climber w/Vibe Handholds 56"Dk 2" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB179019A-003 Lollipop Climber w/Vibe Handholds 56"Dk DB 2,358.00 PlayBooster®Climbers w/Vibe HandholdsPB179019B-002 Lollipop Climber w/Vibe Handholds 64"Dk 2" SM 2,505.00 PlayBooster®Climbers w/Vibe HandholdsPB179019B-001 Lollipop Climber w/Vibe Handholds 64"Dk DB 2,405.00 PlayBooster®Climbers w/Vibe HandholdsPB179019B-004 Lollipop Climber w/Vibe Handholds 72"Dk 2" SM 2,505.00 PlayBooster®Climbers w/Vibe HandholdsPB179019B-003 Lollipop Climber w/Vibe Handholds 72"Dk DB 2,405.00 PlayShaper®Climbers PS139262A-001 Loop Arch 32"Dk DB 1,780.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-001 Loop Arch 32"Dk DB 1,864.00 PlayShaper®Climbers PS139262A-004 Loop Arch 40"Dk 12"SM 1,969.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-004 Loop Arch 40"Dk 12"SM 2,058.00 PlayShaper®Climbers PS139262A-003 Loop Arch 40"Dk 2"SM 1,969.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-003 Loop Arch 40"Dk 2"SM 2,058.00 PlayShaper®Climbers PS139262A-002 Loop Arch 40"Dk DB 1,780.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-002 Loop Arch 40"Dk DB 1,864.00 PlayShaper®Climbers PS139262A-007 Loop Arch 48"Dk 12"SM 1,969.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-007 Loop Arch 48"Dk 12"SM 2,058.00 PlayShaper®Climbers PS139262A-006 Loop Arch 48"Dk 2"SM 1,969.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-006 Loop Arch 48"Dk 2"SM 2,058.00 PlayShaper®Climbers PS139262A-005 Loop Arch 48"Dk DB 1,780.00 PlayBooster®Climbers w/Permalene HandholdsPB122914A-005 Loop Arch 48"Dk DB 1,864.00 PlayBooster®Climbers w/Permalene HandholdsPB122914B-003 Loop Arch 56"Dk 12"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB122914B-002 Loop Arch 56"Dk 2"SM 2,284.00 PlayBooster®Climbers w/Permalene HandholdsPB122914B-001 Loop Arch 56"Dk DB 2,074.00 PlayBooster®Climbers w/Permalene HandholdsPB122914C-003 Loop Arch 64"Dk 12"SM 2,505.00 PlayBooster®Climbers w/Permalene HandholdsPB122914C-002 Loop Arch 64"Dk 2"SM 2,505.00 PlayBooster®Climbers w/Permalene HandholdsPB122914C-001 Loop Arch 64"Dk DB 2,321.00 PlayBooster®Climbers w/Permalene HandholdsPB122914C-006 Loop Arch 72"Dk 12"SM 2,505.00 PlayBooster®Climbers w/Permalene HandholdsPB122914C-005 Loop Arch 72"Dk 2"SM 2,505.00 PlayBooster®Climbers w/Permalene HandholdsPB122914C-004 Loop Arch 72"Dk DB 2,321.00 PlayBooster®Climbers Other PB125688A-005 Loop Arch 90*Tri-Deck 32"Dk DB 2,442.00 PlayBooster®Climbers Other PB125688A-002 Loop Arch 90*Tri-Deck 40"Dk 2"SM 2,636.00 PlayBooster®Climbers Other PB125688A-001 Loop Arch 90*Tri-Deck 40"Dk DB 2,442.00 PlayBooster®Climbers Other PB125688A-004 Loop Arch 90*Tri-Deck 48"Dk 2"SM 2,636.00 PlayBooster®Climbers Other PB125688A-003 Loop Arch 90*Tri-Deck 48"Dk DB 2,442.00 PlayBooster®Climbers Other PB125688B-002 Loop Arch 90*Tri-Deck 56"Dk 2"SM 2,846.00 PlayBooster®Climbers Other PB125688B-001 Loop Arch 90*Tri-Deck 56"Dk DB 2,662.00 PlayBooster®Climbers Other PB125688C-002 Loop Arch 90*Tri-Deck 64"Dk 2"SM 3,082.00 PlayBooster®Climbers Other PB125688C-001 Loop Arch 90*Tri-Deck 64"Dk DB 2,867.00 PlayBooster®Climbers Other PB125688C-004 Loop Arch 90*Tri-Deck 72"Dk 2"SM 3,082.00 PlayBooster®Climbers Other PB125688C-003 Loop Arch 90*Tri-Deck 72"Dk DB 2,867.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-001 Loop Arch SteelX Handholds 32"Dk DB 2,326.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-004 Loop Arch SteelX Handholds 40"Dk 12"SM 2,431.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-003 Loop Arch SteelX Handholds 40"Dk 2"SM 2,431.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-002 Loop Arch SteelX Handholds 40"Dk DB 2,326.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-007 Loop Arch SteelX Handholds 48"Dk 12"SM 2,431.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-006 Loop Arch SteelX Handholds 48"Dk 2"SM 2,431.00 PlayBooster®Climbers w/SteelX HandholdsPB139493A-005 Loop Arch SteelX Handholds 48"Dk DB 2,326.00 PlayBooster®Climbers w/SteelX HandholdsPB139493B-003 Loop Arch SteelX Handholds 56"Dk 12"SM 2,757.00 PlayBooster®Climbers w/SteelX HandholdsPB139493B-002 Loop Arch SteelX Handholds 56"Dk 2"SM 2,757.00 PlayBooster®Climbers w/SteelX HandholdsPB139493B-001 Loop Arch SteelX Handholds 56"Dk DB 2,520.00 PlayBooster®Climbers w/SteelX HandholdsPB139493C-003 Loop Arch SteelX Handholds 64"Dk 12"SM 2,935.00 PlayBooster®Climbers w/SteelX HandholdsPB139493C-002 Loop Arch SteelX Handholds 64"Dk 2"SM 2,935.00 PlayBooster®Climbers w/SteelX HandholdsPB139493C-001 Loop Arch SteelX Handholds 64"Dk DB 2,772.00 PlayBooster®Climbers w/SteelX HandholdsPB139493C-006 Loop Arch SteelX Handholds 72"Dk 12"SM 2,935.00 PlayBooster®Climbers w/SteelX HandholdsPB139493C-005 Loop Arch SteelX Handholds 72"Dk 2"SM 2,935.00 PlayBooster®Climbers w/SteelX HandholdsPB139493C-004 Loop Arch SteelX Handholds 72"Dk DB 2,772.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-001 Loop Arch w/Vibe Handholds 32"Dk DB 2,284.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-004 Loop Arch w/Vibe Handholds 40"Dk 12" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-003 Loop Arch w/Vibe Handholds 40"Dk 2" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-002 Loop Arch w/Vibe Handholds 40"Dk DB 2,284.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-007 Loop Arch w/Vibe Handholds 48"Dk 12" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-006 Loop Arch w/Vibe Handholds 48"Dk 2" SM 2,468.00 PlayBooster®Climbers w/Vibe HandholdsPB178958A-005 Loop Arch w/Vibe Handholds 48"Dk DB 2,284.00 PlayBooster®Climbers w/Vibe HandholdsPB178958B-003 Loop Arch w/Vibe Handholds 56"Dk 12" SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB178958B-002 Loop Arch w/Vibe Handholds 56"Dk 2" SM 2,694.00 PlayBooster®Climbers w/Vibe HandholdsPB178958B-001 Loop Arch w/Vibe Handholds 56"Dk DB 2,499.00 PlayBooster®Climbers w/Vibe HandholdsPB178958C-003 Loop Arch w/Vibe Handholds 64"Dk 12" SM 2,909.00 PlayBooster®Climbers w/Vibe HandholdsPB178958C-002 Loop Arch w/Vibe Handholds 64"Dk 2" SM 2,909.00 PlayBooster®Climbers w/Vibe HandholdsPB178958C-001 Loop Arch w/Vibe Handholds 64"Dk DB 2,741.00 PlayBooster®Climbers w/Vibe HandholdsPB178958C-006 Loop Arch w/Vibe Handholds 72"Dk 12" SM 2,909.00 PlayBooster®Climbers w/Vibe HandholdsPB178958C-005 Loop Arch w/Vibe Handholds 72"Dk 2" SM 2,909.00 PlayBooster®Climbers w/Vibe HandholdsPB178958C-004 Loop Arch w/Vibe Handholds 72"Dk DB 2,741.00 PlayShaper®Climbers PS111364A-003 Loop Ladder 40"Dk 12"SM 1,465.00 PlayBooster®Climbers w/Permalene HandholdsPB128252A-002 Loop Ladder 40"Dk 2"SM 1,465.00 PlayShaper®Climbers PS111364A-002 Loop Ladder 40"Dk 2"SM 1,465.00 PlayBooster®Climbers w/Permalene HandholdsPB128252A-001 Loop Ladder 40"Dk DB 1,250.00 PlayShaper®Climbers PS111364A-001 Loop Ladder 40"Dk DB 1,250.00 PlayShaper®Climbers PS111364A-006 Loop Ladder 48"Dk 12"SM 1,465.00 PlayBooster®Climbers w/Permalene HandholdsPB128252A-006 Loop Ladder 48"Dk 2"SM 1,465.00 PlayShaper®Climbers PS111364A-005 Loop Ladder 48"Dk 2"SM 1,465.00 PlayBooster®Climbers w/Permalene HandholdsPB128252A-005 Loop Ladder 48"Dk DB 1,250.00 PlayShaper®Climbers PS111364A-004 Loop Ladder 48"Dk DB 1,250.00 PlayBooster®Climbers w/SteelX HandholdsPB139495A-002 Loop Ladder SteelX Handholds 40"Dk 2"SM 1,885.00 PlayBooster®Climbers w/SteelX HandholdsPB139495A-001 Loop Ladder SteelX Handholds 40"Dk DB 1,722.00 PlayBooster®Climbers w/SteelX HandholdsPB139495A-006 Loop Ladder SteelX Handholds 48"Dk 2"SM 1,885.00 PlayBooster®Climbers w/SteelX HandholdsPB139495A-005 Loop Ladder SteelX Handholds 48"Dk DB 1,722.00 PlayBooster®Climbers w/Vibe HandholdsPB178960A-002 Loop Ladder w/Vibe Handholds 40" Dk 2"SM 1,869.00 PlayBooster®Climbers w/Vibe HandholdsPB178960A-001 Loop Ladder w/Vibe Handholds 40" Dk DB 1,659.00 PlayBooster®Climbers w/Vibe HandholdsPB178960A-004 Loop Ladder w/Vibe Handholds 48" Dk 2"SM 1,869.00 PlayBooster®Climbers w/Vibe HandholdsPB178960A-003 Loop Ladder w/Vibe Handholds 48" Dk DB 1,659.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-003 Loop Pole Perm Handholds 32"Dk 12"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-002 Loop Pole Perm Handholds 32"Dk 2"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-001 Loop Pole Perm Handholds 32"Dk DB 1,507.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-006 Loop Pole Perm Handholds 40"Dk 12"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-005 Loop Pole Perm Handholds 40"Dk 2"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-004 Loop Pole Perm Handholds 40"Dk DB 1,507.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-009 Loop Pole Perm Handholds 48"Dk 12"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-008 Loop Pole Perm Handholds 48"Dk 2"SM 1,591.00 PlayBooster®Climbers w/Permalene HandholdsPB148434A-007 Loop Pole Perm Handholds 48"Dk DB 1,507.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-003 Loop Pole Perm Handholds 56"Dk 12"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-002 Loop Pole Perm Handholds 56"Dk 2"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-001 Loop Pole Perm Handholds 56"Dk DB 1,644.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-006 Loop Pole Perm Handholds 64"Dk 12"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-005 Loop Pole Perm Handholds 64"Dk 2"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-004 Loop Pole Perm Handholds 64"Dk DB 1,644.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-009 Loop Pole Perm Handholds 72"Dk 12"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-008 Loop Pole Perm Handholds 72"Dk 2"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB148434B-007 Loop Pole Perm Handholds 72"Dk DB 1,644.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-003 Loop Pole SteelX Handholds 32"Dk 12"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-002 Loop Pole SteelX Handholds 32"Dk 2"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-001 Loop Pole SteelX Handholds 32"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-006 Loop Pole SteelX Handholds 40"Dk 12"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-005 Loop Pole SteelX Handholds 40"Dk 2"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-004 Loop Pole SteelX Handholds 40"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-009 Loop Pole SteelX Handholds 48"Dk 12"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-008 Loop Pole SteelX Handholds 48"Dk 2"SM 2,043.00 PlayBooster®Climbers w/SteelX HandholdsPB148438A-007 Loop Pole SteelX Handholds 48"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-003 Loop Pole SteelX Handholds 56"Dk 12"SM 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-002 Loop Pole SteelX Handholds 56"Dk 2"SM 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-001 Loop Pole SteelX Handholds 56"Dk DB 2,074.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-006 Loop Pole SteelX Handholds 64"Dk 12"SM 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-005 Loop Pole SteelX Handholds 64"Dk 2"SM 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-004 Loop Pole SteelX Handholds 64"Dk DB 2,074.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-009 Loop Pole SteelX Handholds 72"Dk 12"SM 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-008 Loop Pole SteelX Handholds 72"Dk 2"SM 2,190.00 PlayBooster®Climbers w/SteelX HandholdsPB148438B-007 Loop Pole SteelX Handholds 72"Dk DB 2,074.00 PlayBooster®Climbers Nature-InspiredPB172665A-003 Loop Pole w/Recycled Wood-Grain Handholds 32"Dk 12"SM 2,526.00 PlayBooster®Climbers Nature-InspiredPB172665A-002 Loop Pole w/Recycled Wood-Grain Handholds 32"Dk 2"SM 2,526.00 PlayBooster®Climbers Nature-InspiredPB172665A-001 Loop Pole w/Recycled Wood-Grain Handholds 32"Dk DB 2,452.00 PlayBooster®Climbers Nature-InspiredPB172665A-006 Loop Pole w/Recycled Wood-Grain Handholds 40"Dk 12"SM 2,526.00 PlayBooster®Climbers Nature-InspiredPB172665A-005 Loop Pole w/Recycled Wood-Grain Handholds 40"Dk 2"SM 2,526.00 PlayBooster®Climbers Nature-InspiredPB172665A-004 Loop Pole w/Recycled Wood-Grain Handholds 40"Dk DB 2,452.00 PlayBooster®Climbers Nature-InspiredPB172665A-009 Loop Pole w/Recycled Wood-Grain Handholds 48"Dk 12"SM 2,526.00 PlayBooster®Climbers Nature-InspiredPB172665A-008 Loop Pole w/Recycled Wood-Grain Handholds 48"Dk 2"SM 2,526.00 PlayBooster®Climbers Nature-InspiredPB172665A-007 Loop Pole w/Recycled Wood-Grain Handholds 48"Dk DB 2,452.00 PlayBooster®Climbers Nature-InspiredPB172665B-003 Loop Pole w/Recycled Wood-Grain Handholds 56"Dk 12"SM 2,667.00 PlayBooster®Climbers Nature-InspiredPB172665B-002 Loop Pole w/Recycled Wood-Grain Handholds 56"Dk 2"SM 2,667.00 PlayBooster®Climbers Nature-InspiredPB172665B-001 Loop Pole w/Recycled Wood-Grain Handholds 56"Dk DB 2,568.00 PlayBooster®Climbers Nature-InspiredPB172665B-006 Loop Pole w/Recycled Wood-Grain Handholds 64"Dk 12"SM 2,667.00 PlayBooster®Climbers Nature-InspiredPB172665B-005 Loop Pole w/Recycled Wood-Grain Handholds 64"Dk 2"SM 2,667.00 PlayBooster®Climbers Nature-InspiredPB172665B-004 Loop Pole w/Recycled Wood-Grain Handholds 64"Dk DB 2,568.00 PlayBooster®Climbers Nature-InspiredPB172665B-009 Loop Pole w/Recycled Wood-Grain Handholds 72"Dk 12"SM 2,667.00 PlayBooster®Climbers Nature-InspiredPB172665B-008 Loop Pole w/Recycled Wood-Grain Handholds 72"Dk 2"SM 2,667.00 PlayBooster®Climbers Nature-InspiredPB172665B-007 Loop Pole w/Recycled Wood-Grain Handholds 72"Dk DB 2,568.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-003 Loop Pole w/Vibe Handholds 32"Dk 12" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-002 Loop Pole w/Vibe Handholds 32"Dk 2" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-001 Loop Pole w/Vibe Handholds 32"Dk DB 1,938.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-006 Loop Pole w/Vibe Handholds 40"Dk 12" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-005 Loop Pole w/Vibe Handholds 40"Dk 2" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-004 Loop Pole w/Vibe Handholds 40"Dk DB 1,938.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-009 Loop Pole w/Vibe Handholds 48"Dk 12" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-008 Loop Pole w/Vibe Handholds 48"Dk 2" SM 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB180102A-007 Loop Pole w/Vibe Handholds 48"Dk DB 1,938.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-003 Loop Pole w/Vibe Handholds 56"Dk 12" SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-002 Loop Pole w/Vibe Handholds 56"Dk 2" SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-001 Loop Pole w/Vibe Handholds 56"Dk DB 2,064.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-006 Loop Pole w/Vibe Handholds 64"Dk 12" SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-005 Loop Pole w/Vibe Handholds 64"Dk 2" SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-004 Loop Pole w/Vibe Handholds 64"Dk DB 2,064.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-009 Loop Pole w/Vibe Handholds 72"Dk 12" SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-008 Loop Pole w/Vibe Handholds 72"Dk 2" SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB180102B-007 Loop Pole w/Vibe Handholds 72"Dk DB 2,064.00 Freestanding Play Site Furnishings IP100102C-001 Loop Rack Powdercoated 2"SM 657.00 Freestanding Play Site Furnishings IP100102A-001 Loop Rack Powdercoated DB 420.00 Freestanding Play Site Furnishings IP100102D-001 Loop Rack T-Tuff Coated 2"SM 940.00 Freestanding Play Site Furnishings IP100102B-001 Loop Rack T-Tuff Coated DB 699.00 PlayBooster®Motion & More Fun PB118089A-001 Loop Seat 646.00 Freestanding Play Climbers IP249012A-001 Lunar Blast DB Only 35,280.00 Freestanding Play Climbers IP254560A-001 Lunar Blast Seat 252.00 Freestanding Play Climbers IP248945A-001 Lunar Burst DB Only 28,077.00 Freestanding Play Climbers IP254559A-001 Lunar Burst Seat 231.00 Freestanding Play LW111394A-001 LW 4-Hole SM Hdw 15.00 Freestanding Play Learning Wall Posts LW115206B-002 LW Arch Post 1"Panel 12"SM - Freestanding Play Learning Wall Posts LW115206B-001 LW Arch Post 1"Panel 2"SM - Freestanding Play Learning Wall Posts LW115205B-001 LW Arch Post 1"Panel DB - Freestanding Play Learning Wall Posts LW115206A-002 LW Arch Post 10"Panel 12"SM - Freestanding Play Learning Wall Posts LW115206A-001 LW Arch Post 10"Panel 2"SM - Freestanding Play Learning Wall Posts LW115205A-001 LW Arch Post 10"Panel DB - Freestanding Play Learning Wall Posts LW115202B-002 LW Post 1"Panel 12"SM 399.00 Freestanding Play Learning Wall Posts LW115202B-001 LW Post 1"Panel 2"SM 399.00 Freestanding Play Learning Wall Posts LW115201B-001 LW Post 1"Panel DB 342.00 Freestanding Play Learning Wall Posts LW115202A-002 LW Post 10"Panel 12"SM 415.00 Freestanding Play Learning Wall Posts LW115202A-001 LW Post 10"Panel 2"SM 415.00 Freestanding Play Learning Wall Posts LW115201A-001 LW Post 10"Panel DB 347.00 Freestanding Play Learning Wall Posts LW115204B-002 LW Roof Post 1"Panel 12"SM 478.00 Freestanding Play Learning Wall Posts LW115204B-001 LW Roof Post 1"Panel 2"SM 478.00 Freestanding Play Learning Wall Posts LW115203B-001 LW Roof Post 1"Panel DB 363.00 Freestanding Play Learning Wall Posts LW115204A-002 LW Roof Post 10"Panel 12"SM 504.00 Freestanding Play Learning Wall Posts LW115204A-001 LW Roof Post 10"Panel 2"SM 504.00 Freestanding Play Learning Wall Posts LW115203A-001 LW Roof Post 10"Panel DB 373.00 PlayBooster®Climbers w/Permalene HandholdsPB145108A-002 Manta Ray Climber w/Perm Handholds 48"Dk DB Only Between One Square Configurations and One Hex7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108A-003 Manta Ray Climber w/Perm Handholds 48"Dk DB Only Between Two Hex Decks7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108A-001 Manta Ray Climber w/Perm Handholds 48"Dk DB Only Between Two Square Configurations7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108B-002 Manta Ray Climber w/Perm Handholds 56"Dk DB Only Between One Square Configurations and One Hex7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108B-003 Manta Ray Climber w/Perm Handholds 56"Dk DB Only Between Two Hex Decks7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108B-001 Manta Ray Climber w/Perm Handholds 56"Dk DB Only Between Two Square Configurations7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108C-002 Manta Ray Climber w/Perm Handholds 64"Dk DB Only Between One Square Configurations and One Hex7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108C-003 Manta Ray Climber w/Perm Handholds 64"Dk DB Only Between Two Hex Decks7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB145108C-001 Manta Ray Climber w/Perm Handholds 64"Dk DB Only Between Two Square Configurations7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB185084A-001 Manta Ray Climber w/Permalene Handholds 126"Module w/3"Offset 48"Dk DB Only7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB185084A-002 Manta Ray Climber w/Permalene Handholds 126"Module w/3"Offset 48"Dk DB Only7,650.00 PlayBooster®Climbers w/Permalene HandholdsPB185084A-003 Manta Ray Climber w/Permalene Handholds 126"Module w/3"Offset 48"Dk DB Only7,650.00 PlayBooster®Climbers w/Vibe HandholdsPB185095A-001 Manta Ray Climber w/Vibe Handholds 126"Module w/3"Offset 48"Dk DB Only8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB185095A-002 Manta Ray Climber w/Vibe Handholds 126"Module w/3"Offset 48"Dk DB Only8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB185095A-003 Manta Ray Climber w/Vibe Handholds 126"Module w/3"Offset 48"Dk DB Only8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963A-002 Manta Ray Climber w/Vibe Handholds 48"Dk DB Only Between One Square Configurations and One Hex8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963A-003 Manta Ray Climber w/Vibe Handholds 48"Dk DB Only Between Two Hex Decks8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963A-001 Manta Ray Climber w/Vibe Handholds 48"Dk DB Only Between Two Square Configurations8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963B-002 Manta Ray Climber w/Vibe Handholds 56"Dk DB Only Between One Square Configurations and One Hex8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963B-003 Manta Ray Climber w/Vibe Handholds 56"Dk DB Only Between Two Hex Decks8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963B-001 Manta Ray Climber w/Vibe Handholds 56"Dk DB Only Between Two Square Configurations8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963C-002 Manta Ray Climber w/Vibe Handholds 64"Dk DB Only Between One Square Configurations and One Hex8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963C-003 Manta Ray Climber w/Vibe Handholds 64"Dk DB Only Between Two Hex Decks8,479.00 PlayBooster®Climbers w/Vibe HandholdsPB178963C-001 Manta Ray Climber w/Vibe Handholds 64"Dk DB Only Between Two Square Configurations8,479.00 Freestanding Play Learning Wall LW184897A-001 Marble Panel 3,024.00 Freestanding Play Sensory Play IP168662A-001 Marble Panel 2,442.00 Weevos®Motion & More Fun WV173581B-001 Marble Panel 2"SM 3,922.00 PlayShaper®Enclosures PS173572A-001 Marble Panel Above Deck 3,024.00 PlayBooster®Enclosures PB173567A-001 Marble Panel Above Deck 3,150.00 Weevos®Motion & More Fun WV173581A-001 Marble Panel DB 3,807.00 PlayShaper®Enclosures PS173572A-002 Marble Panel Ground Level 3,024.00 PlayBooster®Enclosures PB173567B-001 Marble Panel Ground Level 3,318.00 PlayBooster®Enclosures PB179050A-001 Marble Vibe Panel Above Deck 3,518.00 PlayBooster®Enclosures PB179050B-001 Marble Vibe Panel Ground Level 3,518.00 Smart Play®Ages 2-5 Yrs SP233075B-001 Market Cafe 2"SM 24,156.00 Smart Play®Ages 2-5 Yrs SP233075A-001 Market Cafe DB 23,452.00 Evos®Accessible Reach PanelsEV161776A-001 Match 3 Reach Panel 1,103.00 PlayBooster®Enclosures PB135730A-001 Match 3 Reach Panel Above Deck 1,103.00 PlayBooster®Enclosures PB135730A-003 Match 3 Reach Panel Ground Level 1,103.00 Freestanding Play Learning Wall LW184882A-001 Match 4 Panel 1,250.00 PlayShaper®Enclosures PS127684A-001 Match 4 Panel Above Deck 1,250.00 PlayBooster®Enclosures PB127678A-001 Match 4 Panel Above Deck 1,308.00 PlayShaper®Enclosures PS127684A-002 Match 4 Panel Ground Level 1,250.00 PlayBooster®Enclosures PB127678B-001 Match 4 Panel Ground Level 1,533.00 PlayBooster®Climbers w/Permalene HandholdsPB153076A-001 Mini Summit Climber 40"Dk DB 1,649.00 PlayShaper®Climbers PS153077A-001 Mini Summit Climber 40"Dk DB Only 1,649.00 PlayBooster®Climbers w/Permalene HandholdsPB153076A-004 Mini Summit Climber 48"Dk 12"SM 1,738.00 PlayShaper®Climbers PS153077A-004 Mini Summit Climber 48"Dk 12"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB153076A-003 Mini Summit Climber 48"Dk 2"SM 1,738.00 PlayShaper®Climbers PS153077A-003 Mini Summit Climber 48"Dk 2"SM 1,738.00 PlayBooster®Climbers w/Permalene HandholdsPB153076A-002 Mini Summit Climber 48"Dk DB 1,649.00 PlayShaper®Climbers PS153077A-002 Mini Summit Climber 48"Dk DB 1,649.00 PlayBooster®Climbers w/Vibe HandholdsPB179011A-001 Mini Summit Climber w/Vibe Handholds 40"Dk DB 2,069.00 PlayBooster®Climbers w/Vibe HandholdsPB179011A-004 Mini Summit Climber w/Vibe Handholds 48"Dk 12"SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB179011A-003 Mini Summit Climber w/Vibe Handholds 48"Dk 2"SM 2,153.00 PlayBooster®Climbers w/Vibe HandholdsPB179011A-002 Mini Summit Climber w/Vibe Handholds 48"Dk DB 2,069.00 Freestanding Play Learning Wall LW184866A-001 Mirror Panel 1,334.00 PlayBooster®Enclosures PB115234A-001 Mirror Panel Above Deck 1,581.00 PlayShaper®Enclosures PS111298A-001 Mirror Panel Above Deck 1,334.00 PlayShaper®Enclosures PS111298A-002 Mirror Panel Ground Level 1,334.00 PlayBooster®Enclosures PB115234A-003 Mirror Panel Ground Level Under 48"Dk 1,812.00 PlayBooster®Enclosures PB115234A-004 Mirror Panel Ground Level Under 56"Dk 1,812.00 Freestanding Play Sports & Fitness IP192458B-001 Mobility 2"SM Order Post Separately*4,011.00 Freestanding Play Sports & Fitness IP192458A-001 Mobility DB Order Post Separately*3,812.00 Freestanding Play Climbers IP150638A-001 Mobius Climber 12-Panel DB Only 44,132.00 Freestanding Play Climbers IP150635A-001 Mobius Climber 3-Panel DB Only 10,490.00 Freestanding Play Climbers IP150636A-001 Mobius Climber 6-Panel DB Only 21,100.00 Freestanding Play Climbers IP150637A-001 Mobius Climber 7-Panel DB Only 23,568.00 PlayBooster®Climbers w/Permalene HandholdsPB302754A-001 Mobius Climber w/Permalene Handholds 72" Dk DB Only 6,437.00 PlayBooster®Climbers w/SteelX HandholdsPB303837A-001 Mobius Climber w/SteelX Handholds 72"Dk DB Only 6,878.00 PlayBooster®Climbers w/Vibe HandholdsPB303836A-001 Mobius Climber w/Vibe Handholds 72" Dk DB Only 6,852.00 Freestanding Play Swings IP218671A-001 Molded Bucket Seat (2-5 yrs) w/Harness ProGuard Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)1,134.00 Freestanding Play Swings IP218671C-001 Molded Bucket Seat (2-5 yrs) w/Harness ProGuard Chains for 8' Beam Height1,145.00 Freestanding Play Swings IP218671B-001 Molded Bucket Seat (2-5 yrs) w/Harness TenderTuff Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)1,318.00 Freestanding Play Swings IP218671D-001 Molded Bucket Seat (2-5 yrs) w/Harness TenderTuff Chains for 8' Beam Height1,350.00 Freestanding Play Swings IP177351C-001 Molded Bucket Seat (5-12 yrs) w/Harness ProGuard Chains for 10' Beam Height1,192.00 Freestanding Play Swings IP177351E-001 Molded Bucket Seat (5-12 yrs) w/Harness ProGuard Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)1,134.00 Freestanding Play Swings IP177351A-001 Molded Bucket Seat (5-12 yrs) w/Harness ProGuard Chains for 8' Beam Height1,145.00 Freestanding Play Swings IP177351D-001 Molded Bucket Seat (5-12 yrs) w/Harness TenderTuff Chains for 10' Beam Height1,439.00 Freestanding Play Swings IP177351F-001 Molded Bucket Seat (5-12 yrs) w/Harness TenderTuff Chains for 7' Beam Height (Arch Tire Swing Additional To/Fro Bay)1,318.00 Freestanding Play Swings IP177351B-001 Molded Bucket Seat (5-12 yrs) w/Harness TenderTuff Chains for 8' Beam Height1,350.00 Freestanding Play Swings IP177350C-001 Molded Bucket Seat ProGuard Chains for 10' Beam Height 840.00 Freestanding Play Swings IP177350A-001 Molded Bucket Seat ProGuard Chains for 8' Beam Height 809.00 Freestanding Play Swings IP177350B-001 Molded Bucket Seat TenderTuff Chains for 8' Beam Height 1,071.00 Smart Play®Ages 2-5 Yrs SP197057D-001 Motion w/Play Table 2"SM 24,261.00 Smart Play®Ages 2-5 Yrs SP197057C-001 Motion w/Play Table DB 22,938.00 Smart Play®Ages 2-5 Yrs SP197057B-001 Motion w/Sand Table 2"SM 24,261.00 Smart Play®Ages 2-5 Yrs SP197057A-001 Motion w/Sand Table DB 22,938.00 Freestanding Play Climbers IP171569A-001 Mushroom Stepper 10"Height DB Only 1,260.00 PlayBooster®Climbers w/Permalene HandholdsPB171564A-002 Mushroom Stepper 16" Deck w/1 Permalene Handhold Panel DB Only Left Handhold1,502.00 PlayBooster®Climbers w/Permalene HandholdsPB171564A-001 Mushroom Stepper 16" Deck w/1 Permalene Handhold Panel DB Only Right Handhold1,502.00 PlayBooster®Climbers Nature-InspiredPB175179A-002 Mushroom Stepper 16"Deck w/1 Recycled Wood-Grain Handhold DB Only Left Handhold1,938.00 PlayShaper®Climbers PS185863A-002 Mushroom Stepper 16"Deck w/1 Recycled Wood-Grain Handhold DB Only Left Handhold1,938.00 PlayBooster®Climbers Nature-InspiredPB175179A-001 Mushroom Stepper 16"Deck w/1 Recycled Wood-Grain Handhold DB Only Right Handhold1,938.00 PlayShaper®Climbers PS185863A-001 Mushroom Stepper 16"Deck w/1 Recycled Wood-Grain Handhold DB Only Right Handhold1,938.00 PlayShaper®Climbers PS171567A-001 Mushroom Stepper 16"Deck w/Permalene Panel DB Only 1,659.00 Freestanding Play Climbers IP171570A-001 Mushroom Stepper 16"Height DB Only 1,260.00 Freestanding Play Climbers IP171571A-001 Mushroom Stepper 20"Height DB Only 1,659.00 PlayBooster®Climbers w/Permalene HandholdsPB171565B-001 Mushroom Stepper 24" Deck w/1 Permalene Handhold Panel 1 Handloop DB Only3,366.00 PlayBooster®Climbers w/Permalene HandholdsPB171565B-002 Mushroom Stepper 24" Deck w/1 Permalene Handhold Panel 1 Handloop DB Only Left Handhold3,366.00 PlayBooster®Climbers w/Permalene HandholdsPB171565A-002 Mushroom Stepper 24" Deck w/1 Permalene Handhold Panel DB Only Left Handhold3,187.00 PlayBooster®Climbers w/Permalene HandholdsPB171565A-001 Mushroom Stepper 24" Deck w/1 Permalene Handhold Panel DB Only Right Handhold3,187.00 PlayBooster®Climbers Nature-InspiredPB175180B-002 Mushroom Stepper 24"Deck w/1 Recycled Wood-Grain Handhold 1 Handloop DB Only Left Handhold3,733.00 PlayBooster®Climbers Nature-InspiredPB175180B-001 Mushroom Stepper 24"Deck w/1 Recycled Wood-Grain Handhold 1 Handloop DB Only Right Handhold3,733.00 PlayBooster®Climbers Nature-InspiredPB175180A-002 Mushroom Stepper 24"Deck w/1 Recycled Wood-Grain Handhold DB Only Left Handhold3,591.00 PlayBooster®Climbers Nature-InspiredPB175180A-001 Mushroom Stepper 24"Deck w/1 Recycled Wood-Grain Handhold DB Only Right Handhold3,591.00 PlayShaper®Climbers PS185863B-002 Mushroom Stepper 24"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Left Handhold4,006.00 PlayShaper®Climbers PS185863B-001 Mushroom Stepper 24"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Right Handhold4,006.00 PlayShaper®Climbers PS171567B-001 Mushroom Stepper 24"Deck w/Permalene Panel 1 Handloop DB Only3,051.00 Freestanding Play Climbers IP171572A-001 Mushroom Stepper 24"Height DB Only 1,659.00 Freestanding Play Climbers IP171573A-001 Mushroom Stepper 30"Height DB Only 2,058.00 PlayBooster®Climbers w/Permalene HandholdsPB171566D-002 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels 1 Handloop and 1 Handrail DB Only Left Handhold5,880.00 PlayBooster®Climbers w/Permalene HandholdsPB171566D-001 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels 1 Handloop and 1 Handrail DB Only Right Handhold5,880.00 PlayBooster®Climbers w/Permalene HandholdsPB171566B-002 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels 1 Handloop DB Only Left Handhold5,639.00 PlayBooster®Climbers w/Permalene HandholdsPB171566B-001 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels 1 Handloop DB Only Right Handhold5,639.00 PlayBooster®Climbers w/Permalene HandholdsPB171566C-002 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels 1 Handrail DB Only Left Handhold5,739.00 PlayBooster®Climbers w/Permalene HandholdsPB171566C-001 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels 1 Handrail DB Only Right Handhold5,739.00 PlayBooster®Climbers w/Permalene HandholdsPB171566A-001 Mushroom Stepper 32" Deck w/2 Permalene Handhold Panels DB Only5,481.00 PlayBooster®Climbers Nature-InspiredPB175181D-002 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Left Handhold6,678.00 PlayShaper®Climbers PS185863C-002 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Left Handhold5,907.00 PlayBooster®Climbers Nature-InspiredPB175181D-001 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Right Handhold6,678.00 PlayShaper®Climbers PS185863C-001 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Right Handhold5,907.00 PlayBooster®Climbers Nature-InspiredPB175181B-002 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only6,442.00 PlayBooster®Climbers Nature-InspiredPB175181B-001 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Right Handhold6,442.00 PlayBooster®Climbers Nature-InspiredPB175181C-002 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Left Handhold6,542.00 PlayBooster®Climbers Nature-InspiredPB175181C-001 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Right Handhold6,542.00 PlayBooster®Climbers Nature-InspiredPB175181A-001 Mushroom Stepper 32"Deck w/2 Recycled Wood-Grain Handholds DB Only6,285.00 PlayShaper®Climbers PS171567C-001 Mushroom Stepper 32"Deck w/Permalene Panel 1 Handloop and 1 Handrail DB Only4,962.00 PlayBooster®Climbers w/Permalene HandholdsPB171566D-004 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels 1 Handloop and 1 Handrail DB Only Left Handhold5,880.00 PlayBooster®Climbers w/Permalene HandholdsPB171566D-003 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels 1 Handloop and 1 Handrail DB Only Right Handhold5,880.00 PlayBooster®Climbers w/Permalene HandholdsPB171566B-004 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels 1 Handloop DB Only Left Handhold5,639.00 PlayBooster®Climbers w/Permalene HandholdsPB171566B-003 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels 1 Handloop DB Only Right Handhold5,639.00 PlayBooster®Climbers w/Permalene HandholdsPB171566C-004 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels 1 Handrail DB Only Left Handhold5,739.00 PlayBooster®Climbers w/Permalene HandholdsPB171566C-003 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels 1 Handrail DB Only Right Handhold5,739.00 PlayBooster®Climbers w/Permalene HandholdsPB171566A-002 Mushroom Stepper 40" Deck w/2 Permalene Handhold Panels DB Only5,481.00 PlayShaper®Climbers PS185863D-002 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Left Handhold7,954.00 PlayBooster®Climbers Nature-InspiredPB175181D-004 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Left Handhold6,678.00 PlayShaper®Climbers PS185863D-001 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Right Handhold7,954.00 PlayBooster®Climbers Nature-InspiredPB175181D-003 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop and 1 Handrail DB Only Right Handhold6,678.00 PlayBooster®Climbers Nature-InspiredPB175181B-004 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Left Handhold6,442.00 PlayBooster®Climbers Nature-InspiredPB175181B-003 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handloop DB Only Right Handhold6,442.00 PlayBooster®Climbers Nature-InspiredPB175181C-004 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Left Handhold6,542.00 PlayBooster®Climbers Nature-InspiredPB175181C-003 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds 1 Handrail DB Only Right Handhold6,542.00 PlayBooster®Climbers Nature-InspiredPB175181A-002 Mushroom Stepper 40"Deck w/2 Recycled Wood-Grain Handholds DB Only6,285.00 PlayShaper®Climbers PS171567D-001 Mushroom Stepper 40"Deck w/Permalene Panel 1 Handloop and 1 Handrail DB Only7,009.00 Freestanding Play Climbers IP171568A-001 Mushroom Stepper 8"Height DB Only 1,260.00 Evos®Accessible Reach PanelsEV161779A-001 Navigator Reach Panel 930.00 Freestanding Play Learning Wall LW184886A-001 Navigator Reach Panel 840.00 PlayBooster®Enclosures PB127439A-001 Navigator Reach Panel Above Deck 930.00 PlayShaper®Enclosures PS139266A-001 Navigator Reach Panel Above Deck 840.00 PlayBooster®Enclosures PB127439A-002 Navigator Reach Panel Ground Level 930.00 PlayShaper®Enclosures PS139266A-002 Navigator Reach Panel Ground Level 840.00 PlayBooster®Mainstructures PB224091A-001 Netplex 13-Post No Roof Steel Posts and DB Only 15,834.00 PlayBooster®Mainstructures PB224091B-001 Netplex 13-Post w/3-Roofs Steel Posts and DB Only 21,725.00 PlayBooster®Mainstructures PB224091C-001 Netplex 13-Post w/5-Roofs Steel Posts and DB Only 25,636.00 PlayBooster®Mainstructures PB193169A-001 Netplex 14-Post No Roof Steel Posts and DB Only 16,732.00 PlayBooster®Mainstructures PB193169B-001 Netplex 14-Post w/3-Roofs Steel Posts and DB Only 22,612.00 PlayBooster®Mainstructures PB193169C-001 Netplex 14-Post w/5-Roofs Steel Posts and DB Only 26,518.00 PlayBooster®Mainstructures PB193169D-001 Netplex 14-Post w/7-Roofs Steel Posts and DB Only 30,440.00 PlayBooster®Mainstructures PB193168A-001 Netplex 7-Post No Roof Steel Posts and DB Only 8,920.00 PlayBooster®Mainstructures PB193168B-001 Netplex 7-Post w/3-Roofs Steel Posts and DB Only 14,800.00 Evos®Motion & More Fun EV156959B-001 Noodle Pod 16"Height DB Only 1,465.00 Evos®Motion & More Fun EV156959C-001 Noodle Pod 24"Height DB Only 1,470.00 Evos®Motion & More Fun EV156959A-001 Noodle Pod 8" Height DB Only 1,455.00 Evos®Motion & More Fun EV164156B-001 Noodle Pod DB Only 16" & 24" Pod Heights 1,938.00 Freestanding Play Climbers IP158108B-001 Noodle Pod DB Only 16" Pod Height DB Only 1,465.00 Freestanding Play Climbers IP158108C-001 Noodle Pod DB Only 24" Pod Height DB Only 1,470.00 Evos®Motion & More Fun EV164156A-001 Noodle Pod DB Only 8" & 16" Pod Heights 1,911.00 Freestanding Play Climbers IP158108A-001 Noodle Pod DB Only 8" Pod Height DB Only 1,455.00 Evos®Motion & More Fun EV161774A-001 Noodle Post 72"DB 1,008.00 Smart Play®Ages 6-23 Mths SP223856B-001 Nook 2"SM 10,164.00 Smart Play®Ages 6-23 Mths SP223856A-001 Nook DB 10,175.00 Freestanding Play IP100082A-001 Nylon Net 36.00 PlayBooster®Tunnels PB122589A-001 Offset Crawl Tunnel 16"Offset Deck To Deck 4,153.00 PlayBooster®Tunnels PB122589B-002 Offset Crawl Tunnel 16"Offset Deck To Ground 4,363.00 PlayBooster®Tunnels PB129042A-001 Offset Crawl Tunnel 24"Offset Deck To Deck 4,557.00 PlayBooster®Tunnels PB129042B-001 Offset Crawl Tunnel 24"Offset Deck To Ground 4,820.00 PlayShaper®Tunnels PS139268A-001 Offset Crawl Tunnel 8"Offset 1,964.00 PlayBooster®Tunnels PB119930B-001 Offset Crawl Tunnel 8"Offset Deck To Deck 3,985.00 PlayBooster®Tunnels PB119930B-002 Offset Crawl Tunnel 8"Offset Deck To Ground 4,227.00 Freestanding Play Motion & More Fun IP173591A-001 OmniSpin Spinner Surface Mount 10,989.00 Freestanding Play Swings IP173592A-001 Oodle Swing DB Only 7,366.00 Freestanding Play Swings IP210117A-001 Oodle Swing Double DB Only 15,204.00 Freestanding Play Swings IP228069A-001 Oodle Swing HDG DB Only 8,479.00 Freestanding Play Learning Wall LW184894A-001 Optigear Panel 4,347.00 Freestanding Play Sensory Play IP168104A-001 Optigear Panel 4,059.00 Weevos®Motion & More Fun WV173578B-001 Optigear Panel 2"SM 5,555.00 PlayShaper®Enclosures PS173569A-001 Optigear Panel Above Deck 4,347.00 PlayBooster®Enclosures PB173564A-001 Optigear Panel Above Deck 4,510.00 Weevos®Motion & More Fun WV173578A-001 Optigear Panel DB 5,450.00 PlayShaper®Enclosures PS173569A-002 Optigear Panel Ground Level 4,347.00 PlayBooster®Enclosures PB173564B-001 Optigear Panel Ground Level 4,647.00 PlayBooster®Enclosures PB179051A-001 Optigear Vibe Panel Above Deck 4,899.00 PlayBooster®Enclosures PB179051B-001 Optigear Vibe Panel Ground Level 4,899.00 Freestanding Play Sports & Fitness IP243909B-001 Over Under Bars One Pair (13+) 2"SM 1,334.00 Freestanding Play Sports & Fitness IP243909A-001 Over Under Bars One Pair (13+) DB 940.00 Freestanding Play Sports & Fitness IP244198B-001 Over Under Bars One Pair (5-12) 2"SM 1,318.00 Freestanding Play Sports & Fitness IP244198A-001 Over Under Bars One Pair (5-12) DB 924.00 Freestanding Play Sports & Fitness IP243909B-003 Over Under Bars Three Pair (13+) 2"SM 2,893.00 Freestanding Play Sports & Fitness IP243909A-003 Over Under Bars Three Pair (13+) DB 1,885.00 Freestanding Play Sports & Fitness IP244198B-003 Over Under Bars Three Pair (5-12) 2"SM 2,851.00 Freestanding Play Sports & Fitness IP244198A-003 Over Under Bars Three Pair (5-12) DB 1,833.00 Freestanding Play Sports & Fitness IP243909B-002 Over Under Bars Two Pair (13+) 2"SM 2,100.00 Freestanding Play Sports & Fitness IP243909A-002 Over Under Bars Two Pair (13+) DB 1,413.00 Freestanding Play Sports & Fitness IP244198B-002 Over Under Bars Two Pair (5-12) 2"SM 2,079.00 Freestanding Play Sports & Fitness IP244198A-002 Over Under Bars Two Pair (5-12) DB 1,386.00 PlayBooster®Overhead Events PB119430A-002 Overhead Parallel Bars/Horiz Ladder 1,654.00 Evos®Overhead Events EV160254A-001 Overhead Trekker DB Only 2,841.00 PlayBooster®Overhead Events PB184489A-001 Overhead Trekker Ladder Attached to Deck DB 2,841.00 PlayBooster®Overhead Events PB184489B-001 Overhead Trekker Ladder Connected Between Decks DB 2,410.00 PlayBooster®Overhead Events PB184489C-001 Overhead Trekker Ladder w/o Deck Connections DB 3,282.00 PlayBooster®Climbers w/Permalene HandholdsPB184605A-001 O-Zone 3-Ring Climber Ground to Ground DB 6,458.00 PlayBooster®Climbers w/Vibe HandholdsPB184606A-001 O-Zone 3-Ring Climber Ground to Ground DB 6,458.00 PlayBooster®Climbers w/Permalene HandholdsPB184605A-003 O-Zone 3-Ring Climber w/Permalene Handholds 16"Deck Diff Attached to 16"Dk DB6,663.00 PlayBooster®Climbers w/Permalene HandholdsPB184605B-003 O-Zone 3-Ring Climber w/Permalene Handholds 8"Deck Diff Attached to 32"Dk DB7,067.00 PlayBooster®Climbers w/Permalene HandholdsPB184605C-003 O-Zone 3-Ring Climber w/Permalene Handholds 8"Deck Diff Attached to 48"Dk DB7,272.00 PlayBooster®Climbers w/Permalene HandholdsPB184605A-002 O-Zone 3-Ring Climber w/Permalene Handholds Equal Decks Attached to 16"Dk DB6,852.00 PlayBooster®Climbers w/Permalene HandholdsPB184605B-001 O-Zone 3-Ring Climber w/Permalene Handholds Equal Decks Attached to 24"Dk DB6,852.00 PlayBooster®Climbers w/Permalene HandholdsPB184605B-002 O-Zone 3-Ring Climber w/Permalene Handholds Equal Decks Attached to 32"Dk DB7,272.00 PlayBooster®Climbers w/Permalene HandholdsPB184605C-001 O-Zone 3-Ring Climber w/Permalene Handholds Equal Decks Attached to 40"Dk DB7,272.00 PlayBooster®Climbers w/Permalene HandholdsPB184605C-002 O-Zone 3-Ring Climber w/Permalene Handholds Equal Decks Attached to 48"Dk DB7,272.00 PlayBooster®Climbers w/Vibe HandholdsPB184606A-003 O-Zone 3-Ring Climber w/Vibe Handholds 16"Deck Diff Attached to 16"Dk DB6,867.00 PlayBooster®Climbers w/Vibe HandholdsPB184606B-003 O-Zone 3-Ring Climber w/Vibe Handholds 8"Deck Diff Attached to 32"Dk DB7,702.00 PlayBooster®Climbers w/Vibe HandholdsPB184606C-003 O-Zone 3-Ring Climber w/Vibe Handholds 8"Deck Diff Attached to 48"Dk DB8,122.00 PlayBooster®Climbers w/Vibe HandholdsPB184606A-002 O-Zone 3-Ring Climber w/Vibe Handholds Equal Decks Attached to 16"Dk DB7,298.00 PlayBooster®Climbers w/Vibe HandholdsPB184606B-001 O-Zone 3-Ring Climber w/Vibe Handholds Equal Decks Attached to 24"Dk DB7,298.00 PlayBooster®Climbers w/Vibe HandholdsPB184606B-002 O-Zone 3-Ring Climber w/Vibe Handholds Equal Decks Attached to 32"Dk DB8,122.00 PlayBooster®Climbers w/Vibe HandholdsPB184606C-001 O-Zone 3-Ring Climber w/Vibe Handholds Equal Decks Attached to 40"Dk DB8,122.00 PlayBooster®Climbers w/Vibe HandholdsPB184606C-002 O-Zone 3-Ring Climber w/Vibe Handholds Equal Decks Attached to 48"Dk DB8,122.00 Evos®Climbers EV156448A-001 O-Zone Climber 12,910.00 PlayBooster®Roofs PB178469A-001 Palm Tree Accent Topper Custom 2,184.00 Freestanding Play Sports & Fitness IP137960A-001 Parallel Bar Alum Posts 2,337.00 Freestanding Play Sports & Fitness IP137960B-001 Parallel Bar Steel Posts 2,190.00 PlayBooster®Motion & More Fun PB111361A-001 Parallel Bars (No Posts)940.00 Freestanding Play Sports & Fitness IP192453B-001 Parallel Bars 2"SM Order Post Separately*2,331.00 Freestanding Play Sports & Fitness IP192453A-001 Parallel Bars DB Order Post Separately*2,027.00 Freestanding Play Sports & Fitness IP243862B-001 Peg Bridge (13+) 2"SM 4,914.00 Freestanding Play Sports & Fitness IP243862A-001 Peg Bridge (13+) DB 4,694.00 Freestanding Play Sports & Fitness IP244195B-001 Peg Bridge (5-12) 2"SM 4,899.00 Freestanding Play Sports & Fitness IP244195A-001 Peg Bridge (5-12) DB 4,662.00 Freestanding Play Learning Wall LW184877A-001 Periscope Panel 1,980.00 PlayShaper®Enclosures PS118429A-001 Periscope Panel Above Deck 1,980.00 PlayBooster®Enclosures PB117957A-001 Periscope Panel Above Deck 2,184.00 PlayShaper®Enclosures PS118429A-002 Periscope Panel Ground Level 1,980.00 PlayBooster®Enclosures PB117957B-001 Periscope Panel Ground Level 2,410.00 PlayBooster®Enclosures PB139379A-001 Periscope Panel SteelX Above Deck 2,515.00 PlayBooster®Enclosures PB139379B-002 Periscope Panel SteelX Ground Level 2,767.00 Evos®Accessible Reach PanelsEV161775A-001 Periscope Reach Panel 2,100.00 PlayBooster®Enclosures PB135729A-001 Periscope Reach Panel Above Deck 2,100.00 PlayBooster®Enclosures PB135729A-002 Periscope Reach Panel Ground Level 2,100.00 PlayShaper®Bridges & Ramps PS116098A-001 Phase Kit 342.00 Freestanding Play Site Furnishings IP154345C-001 Picnic Table Square 2 Seats 1,628.00 Freestanding Play Site Furnishings IP154345B-001 Picnic Table Square 3 Seats 1,801.00 Freestanding Play Site Furnishings IP154345A-001 Picnic Table Square 4 Seats 1,990.00 PlayBooster®Enclosures PB178478A-001 Pig Accent Panel Custom 510.00 Freestanding Play Learning Wall LW184878A-001 Pilot Panel 1,334.00 PlayShaper®Enclosures PS119515A-001 Pilot Panel Above Deck 1,334.00 PlayBooster®Enclosures PB119514A-001 Pilot Panel Above Deck 1,507.00 PlayShaper®Enclosures PS119515A-002 Pilot Panel Ground Level 1,334.00 PlayBooster®Enclosures PB119514B-001 Pilot Panel Ground Level 1,738.00 PlayBooster®Roofs PB178470A-001 Pine Tree Accent Topper 1,644.00 PlayBooster®Climbers Nature-InspiredPB156070A-001 Pinnacle Ext Deck 1,413.00 PlayBooster®Enclosures PB116244A-001 Pipe Barrier Above Deck 840.00 PlayBooster®Enclosures PB116244C-002 Pipe Barrier Ground Level 1,056.00 PlayBooster®Enclosures PB140244B-001 Pipe Barrier Powdercoated Above Deck 919.00 PlayBooster®Enclosures PB140244D-002 Pipe Barrier Powdercoated Ground Level 1,140.00 PlayBooster®Enclosures PB117680A-002 Pipe Barrier Tri-Deck 882.00 PlayBooster®Enclosures PB117680B-002 Pipe Barrier Tri-Deck w/Wheel 1,176.00 PlayBooster®Enclosures PB116244B-001 Pipe Barrier w/Wheel Above Deck 1,103.00 PlayBooster®Enclosures PB116244D-002 Pipe Barrier w/Wheel Ground Level 1,323.00 PlayBooster®Enclosures PB140244A-001 Pipe Barrier w/Wheel Powdercoated Above Deck 1,203.00 PlayBooster®Enclosures PB140244C-002 Pipe Barrier w/Wheel Powdercoated Ground Level 1,434.00 PlayBooster®Enclosures PB116245A-001 Pipe Guardrail Above Deck 683.00 PlayBooster®Enclosures PB116245B-002 Pipe Guardrail Ground Level 930.00 PlayBooster®Enclosures PB117681A-001 Pipe Guardrail Tri-Deck 893.00 Freestanding Play Sensory Play IP120894A-001 Play Table Sandbox 625.00 PlayBooster®Mainstructures PB128980C-001 PlayOdyssey DB Only Flush 48"Dk 19,483.00 PlayBooster®Mainstructures PB128980F-001 PlayOdyssey DB Only Flush 72"Dk 19,641.00 PlayBooster®Mainstructures PB128980A-001 PlayOdyssey DB Only Roof 48"Dk 27,122.00 PlayBooster®Mainstructures PB128980D-001 PlayOdyssey DB Only Roof 72"Dk 27,300.00 PlayBooster®Mainstructures PB128980B-001 PlayOdyssey DB Only Std 48"Dk 20,712.00 PlayBooster®Mainstructures PB128980E-001 PlayOdyssey DB Only Std 72"Dk 20,880.00 PlaySense®Ages 2-5 Yrs PE176124A-001 PlaySense Design 30 DB Only 11,545.00 PlaySense®Ages 2-5 Yrs PE176125A-001 PlaySense Design 30 EZ DB Only 12,385.00 PlaySense®Ages 5-12 Yrs PE176141A-001 PlaySense Design 300 DB Only 10,558.00 PlaySense®Ages 5-12 Yrs PE176142A-001 PlaySense Design 301 DB Only 26,376.00 PlaySense®Ages 5-12 Yrs PE176144A-001 PlaySense Design 302 DB Only 26,319.00 PlaySense®Ages 5-12 Yrs PE176146A-001 PlaySense Design 304 - Complete DB Only 41,181.00 PlaySense®Ages 5-12 Yrs PE176147A-001 PlaySense Design 304 - Phase 1 DB Only 23,510.00 PlaySense®Ages 5-12 Yrs PE176148A-001 PlaySense Design 304 - Phase 2 DB Only 17,646.00 PlaySense®Ages 5-12 Yrs PE176149A-001 PlaySense Design 306 - Complete DB Only 44,725.00 PlaySense®Ages 5-12 Yrs PE176150A-001 PlaySense Design 306 - Phase 1 DB Only 30,057.00 PlaySense®Ages 5-12 Yrs PE176151A-001 PlaySense Design 306 - Phase 2 DB Only 14,690.00 PlaySense®Ages 5-12 Yrs PE176154A-001 PlaySense Design 307 - Complete DB Only 56,926.00 PlaySense®Ages 5-12 Yrs PE176155A-001 PlaySense Design 307 - Phase 1 DB Only 39,722.00 PlaySense®Ages 5-12 Yrs PE176156A-001 PlaySense Design 307 - Phase 2 DB Only 11,871.00 PlaySense®Ages 5-12 Yrs PE176157A-001 PlaySense Design 307 - Phase 3 DB Only 6,815.00 PlaySense®Ages 2-5 Yrs PE176126A-001 PlaySense Design 32 DB Only 7,996.00 PlaySense®Ages 2-5 Yrs PE176127A-001 PlaySense Design 32 EZ DB Only 9,125.00 PlaySense®Ages 2-5 Yrs PE176128A-001 PlaySense Design 33 DB Only 19,431.00 PlaySense®Ages 2-5 Yrs PE176129A-001 PlaySense Design 33 EZ DB Only 20,265.00 PlaySense®Ages 2-5 Yrs PE176130A-001 PlaySense Design 34 - Complete DB Only 27,342.00 PlaySense®Ages 2-5 Yrs PE176131A-001 PlaySense Design 34 - Phase 1 DB Only 18,753.00 PlaySense®Ages 2-5 Yrs PE176132A-001 PlaySense Design 34 - Phase 2 DB Only 9,555.00 PlaySense®Ages 2-5 Yrs PE176133A-001 PlaySense Design 34 EZ - Complete DB Only 28,560.00 PlaySense®Ages 2-5 Yrs PE176134A-001 PlaySense Design 34 EZ - Phase 1 DB Only 19,105.00 PlaySense®Ages 2-5 Yrs PE176135A-001 PlaySense Design 34 EZ - Phase 2 DB Only 10,401.00 PlaySense®Ages 2-5 Yrs PE176136A-001 PlaySense Design 40 DB Only 39,260.00 PlaySense®Ages 2-5 Yrs PE176137A-001 PlaySense Design 40 EZ DB Only 40,037.00 PlaySense®Ages 5-12 Yrs PE176158A-001 PlaySense Design 400 - Complete DB Only 59,856.00 PlaySense®Ages 5-12 Yrs PE176159A-001 PlaySense Design 400 - Phase 1 DB Only 32,760.00 PlaySense®Ages 5-12 Yrs PE176160A-001 PlaySense Design 400 - Phase 2 DB Only 16,942.00 PlaySense®Ages 5-12 Yrs PE176161A-001 PlaySense Design 400 - Phase 3 DB Only 10,143.00 PlaySense®Ages 5-12 Yrs PE176162A-001 PlaySense Design 401 - Complete DB Only 49,130.00 PlaySense®Ages 5-12 Yrs PE176163A-001 PlaySense Design 401 - Phase 1 DB Only 20,029.00 PlaySense®Ages 5-12 Yrs PE176164A-001 PlaySense Design 401 - Phase 2 DB Only 29,101.00 PlaySense®Ages 5-12 Yrs PE176165A-001 PlaySense Design 402 DB Only 29,637.00 PlaySense®Ages 5-12 Yrs PE176166A-001 PlaySense Design 403 DB Only 25,116.00 PlaySense®Ages 5-12 Yrs PE176167A-001 PlaySense Design 404 DB Only 24,276.00 PlaySense®Ages 2-5 Yrs PE176138A-001 PlaySense Design 41 DB Only 14,968.00 PlaySense®Ages 2-5 Yrs PE176139A-001 PlaySense Design 41 EZ DB Only 14,779.00 PlaySense®Ages 2-5 Yrs PE176140A-001 PlaySense Design 42 DB Only 9,309.00 PlaySense®Ages 5-12 Yrs PE176168A-001 PlaySense Design 500 - Complete DB Only 49,266.00 PlaySense®Ages 5-12 Yrs PE176169A-001 PlaySense Design 500 - Phase 1 DB Only 24,602.00 PlaySense®Ages 5-12 Yrs PE176170A-001 PlaySense Design 500 - Phase 2 DB Only 25,200.00 PlaySense®Ages 2-5 Yrs PE182328A-001 PlaySense Design 60 DB Only 16,622.00 PlaySense®Ages 5-12 Yrs PE182414A-001 PlaySense Design 600 DB Only 22,145.00 PlaySense®Ages 5-12 Yrs PE182521A-001 PlaySense Design 601 DB Only 28,975.00 PlayBooster®Motion & More Fun PB120818A-001 Playstructure Seat 515.00 Freestanding Play Sports & Fitness IP192459B-001 Plyometrics 2"SM Order Post Separately*3,145.00 Freestanding Play Sports & Fitness IP192459A-001 Plyometrics DB Order Post Separately*2,940.00 Freestanding Play Climbers IP158997A-002 Pod Climber 10" 2"SM 504.00 Freestanding Play Climbers IP158997A-001 Pod Climber 10" DB 373.00 Freestanding Play Climbers IP120711A-002 Pod Climber 16" 2"SM 515.00 Freestanding Play Climbers IP120711A-001 Pod Climber 16" DB 378.00 PlayShaper®Climbers PS135346A-003 Pod Climber 16"Dk 12"SM 924.00 PlayShaper®Climbers PS135346A-002 Pod Climber 16"Dk 2"SM 924.00 PlayBooster®Climbers w/Permalene HandholdsPB156915A-004 Pod Climber 16"Dk 2"SM Left Mounted Handhold 798.00 PlayBooster®Climbers w/Permalene HandholdsPB156915A-002 Pod Climber 16"Dk 2"SM Right Mounted Handhold 798.00 PlayShaper®Climbers PS135346A-001 Pod Climber 16"Dk DB 830.00 PlayBooster®Climbers w/Permalene HandholdsPB156915A-003 Pod Climber 16"Dk DB Left Mounted Handhold 683.00 PlayBooster®Climbers w/Permalene HandholdsPB156915A-001 Pod Climber 16"Dk DB Right Mounted Handhold 683.00 Freestanding Play Climbers IP158998A-002 Pod Climber 20" 2"SM 536.00 Freestanding Play Climbers IP158998A-001 Pod Climber 20" DB 394.00 Freestanding Play Climbers IP120712A-002 Pod Climber 24" 2"SM 536.00 Freestanding Play Climbers IP120712A-001 Pod Climber 24" DB 394.00 PlayShaper®Climbers PS135346B-003 Pod Climber 24"Dk 12"SM 1,670.00 PlayShaper®Climbers PS135346B-002 Pod Climber 24"Dk 2"SM 1,670.00 PlayShaper®Climbers PS135346B-001 Pod Climber 24"Dk DB 1,481.00 Freestanding Play Climbers IP120713A-002 Pod Climber 30" 2"SM 552.00 Freestanding Play Climbers IP120713A-001 Pod Climber 30" DB 399.00 PlayShaper®Climbers PS135346C-003 Pod Climber 32"Dk 12"SM 2,468.00 PlayShaper®Climbers PS135346C-002 Pod Climber 32"Dk 2"SM 2,468.00 PlayShaper®Climbers PS135346C-001 Pod Climber 32"Dk DB 2,069.00 PlayShaper®Climbers PS135346D-003 Pod Climber 40"Dk 12"SM 3,024.00 PlayShaper®Climbers PS135346D-002 Pod Climber 40"Dk 2"SM 3,024.00 PlayShaper®Climbers PS135346D-001 Pod Climber 40"Dk DB 2,520.00 Freestanding Play Climbers IP120710A-002 Pod Climber 8" 2"SM 504.00 Freestanding Play Climbers IP120710A-001 Pod Climber 8" DB 373.00 PlayBooster®Climbers w/Vibe HandholdsPB179013B-006 Pod Climber and Handloop w/Vibe Handhold 24"Dk 12"SM Left Handhold1,822.00 PlayBooster®Climbers w/Vibe HandholdsPB179013B-003 Pod Climber and Handloop w/Vibe Handhold 24"Dk 12"SM Right Handhold1,822.00 PlayBooster®Climbers w/Vibe HandholdsPB179013B-005 Pod Climber and Handloop w/Vibe Handhold 24"Dk 2"SM Left Handhold1,822.00 PlayBooster®Climbers w/Vibe HandholdsPB179013B-002 Pod Climber and Handloop w/Vibe Handhold 24"Dk 2"SM Right Handhold1,822.00 PlayBooster®Climbers w/Vibe HandholdsPB179013B-004 Pod Climber and Handloop w/Vibe Handhold 24"Dk DB Left Handhold1,644.00 PlayBooster®Climbers w/Vibe HandholdsPB179013B-001 Pod Climber and Handloop w/Vibe Handhold 24"Dk DB Right Handhold1,644.00 PlayBooster®Climbers w/Permalene HandholdsPB156916A-006 Pod Climber No Handsupports 24"Dk 12"SM Left Mounted Handhold1,323.00 PlayBooster®Climbers w/Permalene HandholdsPB156916A-003 Pod Climber No Handsupports 24"Dk 12"SM Right Mounted Handhold1,323.00 PlayBooster®Climbers w/Permalene HandholdsPB156916A-005 Pod Climber No Handsupports 24"Dk 2"SM Left Mounted Handhold1,323.00 PlayBooster®Climbers w/Permalene HandholdsPB156916A-002 Pod Climber No Handsupports 24"Dk 2"SM Right Mounted Handhold1,323.00 PlayBooster®Climbers w/Permalene HandholdsPB156916A-004 Pod Climber No Handsupports 24"Dk DB Left Mounted Handhold1,103.00 PlayBooster®Climbers w/Permalene HandholdsPB156916A-001 Pod Climber No Handsupports 24"Dk DB Right Mounted Handhold1,103.00 PlayBooster®Climbers w/Permalene HandholdsPB157427A-003 Pod Climber No Handsupports 32"Dk 12"SM 2,074.00 PlayBooster®Climbers w/Permalene HandholdsPB157427A-002 Pod Climber No Handsupports 32"Dk 2"SM 2,074.00 PlayBooster®Climbers w/Permalene HandholdsPB157427A-001 Pod Climber No Handsupports 32"Dk DB 1,796.00 PlayBooster®Climbers w/Permalene HandholdsPB157427A-006 Pod Climber No Handsupports 40"Dk 12"SM 2,074.00 PlayBooster®Climbers w/Permalene HandholdsPB157427A-005 Pod Climber No Handsupports 40"Dk 2"SM 2,074.00 PlayBooster®Climbers w/Permalene HandholdsPB157427A-004 Pod Climber No Handsupports 40"Dk DB 1,796.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-006 Pod Climber w/Handloop & Handrail 32"Dk 12"SM Left Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-003 Pod Climber w/Handloop & Handrail 32"Dk 12"SM Right Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-005 Pod Climber w/Handloop & Handrail 32"Dk 2"SM Left Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-002 Pod Climber w/Handloop & Handrail 32"Dk 2"SM Right Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-004 Pod Climber w/Handloop & Handrail 32"Dk DB Left Handhold 2,153.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-001 Pod Climber w/Handloop & Handrail 32"Dk DB Right Handhold 2,153.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-012 Pod Climber w/Handloop & Handrail 40"Dk 12"SM Left Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-009 Pod Climber w/Handloop & Handrail 40"Dk 12"SM Right Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-011 Pod Climber w/Handloop & Handrail 40"Dk 2"SM Left Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-008 Pod Climber w/Handloop & Handrail 40"Dk 2"SM Right Handhold2,520.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-010 Pod Climber w/Handloop & Handrail 40"Dk DB Left Handhold 2,153.00 PlayBooster®Climbers w/Permalene HandholdsPB157427D-007 Pod Climber w/Handloop & Handrail 40"Dk DB Right Handhold 2,153.00 PlayBooster®Climbers w/Permalene HandholdsPB156916B-006 Pod Climber w/Handloop 24"Dk 12"SM Left Mounted Handhold1,413.00 PlayBooster®Climbers w/Permalene HandholdsPB156916B-003 Pod Climber w/Handloop 24"Dk 12"SM Right Mounted Handhold1,413.00 PlayBooster®Climbers w/Permalene HandholdsPB156916B-005 Pod Climber w/Handloop 24"Dk 2"SM Left Mounted Handhold 1,413.00 PlayBooster®Climbers w/Permalene HandholdsPB156916B-002 Pod Climber w/Handloop 24"Dk 2"SM Right Mounted Handhold1,413.00 PlayBooster®Climbers w/Permalene HandholdsPB156916B-004 Pod Climber w/Handloop 24"Dk DB Left Mounted Handhold 1,229.00 PlayBooster®Climbers w/Permalene HandholdsPB156916B-001 Pod Climber w/Handloop 24"Dk DB Right Mounted Handhold 1,229.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-006 Pod Climber w/Handloop 32"Dk 12"SM Left Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-003 Pod Climber w/Handloop 32"Dk 12"SM Right Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-005 Pod Climber w/Handloop 32"Dk 2"SM Left Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-002 Pod Climber w/Handloop 32"Dk 2"SM Right Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-004 Pod Climber w/Handloop 32"Dk DB Left Handhold 1,943.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-001 Pod Climber w/Handloop 32"Dk DB Right Handhold 1,943.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-012 Pod Climber w/Handloop 40"Dk 12"SM Left Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-009 Pod Climber w/Handloop 40"Dk 12"SM Right Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-011 Pod Climber w/Handloop 40"Dk 2"SM Left Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-008 Pod Climber w/Handloop 40"Dk 2"SM Right Handhold 2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-010 Pod Climber w/Handloop 40"Dk DB Left Handhold 1,943.00 PlayBooster®Climbers w/Permalene HandholdsPB157427B-007 Pod Climber w/Handloop 40"Dk DB Right Handhold 1,943.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-006 Pod Climber w/Handrail 32"Dk 12"SM Left Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-003 Pod Climber w/Handrail 32"Dk 12"SM Right Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-005 Pod Climber w/Handrail 32"Dk 2"SM Left Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-002 Pod Climber w/Handrail 32"Dk 2"SM Right Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-004 Pod Climber w/Handrail 32"Dk DB Left Handhold 2,043.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-001 Pod Climber w/Handrail 32"Dk DB Right Handhold 2,043.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-012 Pod Climber w/Handrail 40"Dk 12"SM Left Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-009 Pod Climber w/Handrail 40"Dk 12"SM Right Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-011 Pod Climber w/Handrail 40"Dk 2"SM Left Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-008 Pod Climber w/Handrail 40"Dk 2"SM Right Handhold 2,410.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-010 Pod Climber w/Handrail 40"Dk DB Left Handhold 2,043.00 PlayBooster®Climbers w/Permalene HandholdsPB157427C-007 Pod Climber w/Handrail 40"Dk DB Right Handhold 2,043.00 PlayBooster®Climbers w/Vibe HandholdsPB179012A-004 Pod Climber w/Vibe Handhold 16"Dk 2"SM Left Handhold 1,192.00 PlayBooster®Climbers w/Vibe HandholdsPB179012A-002 Pod Climber w/Vibe Handhold 16"Dk 2"SM Right Handhold 1,192.00 PlayBooster®Climbers w/Vibe HandholdsPB179012A-003 Pod Climber w/Vibe Handhold 16"Dk DB Left Handhold 1,129.00 PlayBooster®Climbers w/Vibe HandholdsPB179012A-001 Pod Climber w/Vibe Handhold 16"Dk DB Right Handhold 1,129.00 PlayBooster®Climbers w/Vibe HandholdsPB179013A-006 Pod Climber w/Vibe Handhold 24"Dk 12"SM Left Handhold 1,743.00 PlayBooster®Climbers w/Vibe HandholdsPB179013A-003 Pod Climber w/Vibe Handhold 24"Dk 12"SM Right Handhold 1,743.00 PlayBooster®Climbers w/Vibe HandholdsPB179013A-005 Pod Climber w/Vibe Handhold 24"Dk 2"SM Left Handhold 1,743.00 PlayBooster®Climbers w/Vibe HandholdsPB179013A-002 Pod Climber w/Vibe Handhold 24"Dk 2"SM Right Handhold 1,743.00 PlayBooster®Climbers w/Vibe HandholdsPB179013A-004 Pod Climber w/Vibe Handhold 24"Dk DB Left Handhold 1,507.00 PlayBooster®Climbers w/Vibe HandholdsPB179013A-001 Pod Climber w/Vibe Handhold 24"Dk DB Right Handhold 1,507.00 PlayBooster®Climbers w/Vibe HandholdsPB180098A-003 Pod Climber w/Vibe Handholds No Handsupports 32"Dk 12"SM 2,499.00 PlayBooster®Climbers w/Vibe HandholdsPB180098A-002 Pod Climber w/Vibe Handholds No Handsupports 32"Dk 2"SM 2,499.00 PlayBooster®Climbers w/Vibe HandholdsPB180098A-001 Pod Climber w/Vibe Handholds No Handsupports 32"Dk DB 2,211.00 PlayBooster®Climbers w/Vibe HandholdsPB180098A-006 Pod Climber w/Vibe Handholds No Handsupports 40"Dk 12"SM 2,499.00 PlayBooster®Climbers w/Vibe HandholdsPB180098A-005 Pod Climber w/Vibe Handholds No Handsupports 40"Dk 2"SM 2,499.00 PlayBooster®Climbers w/Vibe HandholdsPB180098A-004 Pod Climber w/Vibe Handholds No Handsupports 40"Dk DB 2,211.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-006 Pod Climber w/Vibe Handholds w/Handloop & Handrail 32"Dk 12"SM Left Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-003 Pod Climber w/Vibe Handholds w/Handloop & Handrail 32"Dk 12"SM Right Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-005 Pod Climber w/Vibe Handholds w/Handloop & Handrail 32"Dk 2"SM Left Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-002 Pod Climber w/Vibe Handholds w/Handloop & Handrail 32"Dk 2"SM Right Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-004 Pod Climber w/Vibe Handholds w/Handloop & Handrail 32"Dk DB Left Handhold2,557.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-001 Pod Climber w/Vibe Handholds w/Handloop & Handrail 32"Dk DB Right Handhold2,557.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-012 Pod Climber w/Vibe Handholds w/Handloop & Handrail 40"Dk 12"SM Left Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-009 Pod Climber w/Vibe Handholds w/Handloop & Handrail 40"Dk 12"SM Right Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-011 Pod Climber w/Vibe Handholds w/Handloop & Handrail 40"Dk 2"SM Left Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-008 Pod Climber w/Vibe Handholds w/Handloop & Handrail 40"Dk 2"SM Right Handhold2,935.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-010 Pod Climber w/Vibe Handholds w/Handloop & Handrail 40"Dk DB Left Handhold2,557.00 PlayBooster®Climbers w/Vibe HandholdsPB180098D-007 Pod Climber w/Vibe Handholds w/Handloop & Handrail 40"Dk DB Right Handhold2,557.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-006 Pod Climber w/Vibe Handholds w/Handloop 32"Dk 12"SM Left Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-003 Pod Climber w/Vibe Handholds w/Handloop 32"Dk 12"SM Right Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-005 Pod Climber w/Vibe Handholds w/Handloop 32"Dk 2"SM Left Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-002 Pod Climber w/Vibe Handholds w/Handloop 32"Dk 2"SM Right Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-004 Pod Climber w/Vibe Handholds w/Handloop 32"Dk DB Left Handhold2,347.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-001 Pod Climber w/Vibe Handholds w/Handloop 32"Dk DB Right Handhold2,347.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-012 Pod Climber w/Vibe Handholds w/Handloop 40"Dk 12"SM Left Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-009 Pod Climber w/Vibe Handholds w/Handloop 40"Dk 12"SM Right Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-011 Pod Climber w/Vibe Handholds w/Handloop 40"Dk 2"SM Left Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-008 Pod Climber w/Vibe Handholds w/Handloop 40"Dk 2"SM Right Handhold2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-010 Pod Climber w/Vibe Handholds w/Handloop 40"Dk DB Left Handhold2,347.00 PlayBooster®Climbers w/Vibe HandholdsPB180098B-007 Pod Climber w/Vibe Handholds w/Handloop 40"Dk DB Right Handhold2,347.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-006 Pod Climber w/Vibe Handholds w/Handrail 32"Dk 12"SM Left Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-003 Pod Climber w/Vibe Handholds w/Handrail 32"Dk 12"SM Right Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-005 Pod Climber w/Vibe Handholds w/Handrail 32"Dk 2"SM Left Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-002 Pod Climber w/Vibe Handholds w/Handrail 32"Dk 2"SM Right Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-004 Pod Climber w/Vibe Handholds w/Handrail 32"Dk DB Left Handhold2,452.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-001 Pod Climber w/Vibe Handholds w/Handrail 32"Dk DB Right Handhold2,452.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-012 Pod Climber w/Vibe Handholds w/Handrail 40"Dk 12"SM Left Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-009 Pod Climber w/Vibe Handholds w/Handrail 40"Dk 12"SM Right Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-011 Pod Climber w/Vibe Handholds w/Handrail 40"Dk 2"SM Left Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-008 Pod Climber w/Vibe Handholds w/Handrail 40"Dk 2"SM Right Handhold2,825.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-010 Pod Climber w/Vibe Handholds w/Handrail 40"Dk DB Left Handhold2,452.00 PlayBooster®Climbers w/Vibe HandholdsPB180098C-007 Pod Climber w/Vibe Handholds w/Handrail 40"Dk DB Right Handhold2,452.00 Freestanding Play Site Furnishings IP113139B-001 Poly Picnic Table Moveable 60" Table w/2 14" and 1 5' Seats 2,074.00 Freestanding Play Site Furnishings IP113139C-001 Poly Picnic Table Moveable 60" Table w/4 14" and No 5' Seats 1,943.00 Freestanding Play Site Furnishings IP113139A-001 Poly Picnic Table Moveable 60" Table w/o 14" and 2 5' Seats 2,190.00 Freestanding Play Site Furnishings IP113139E-001 Poly Picnic Table Moveable 84" Table w/2 14" and 1 5' Seats 2,772.00 Freestanding Play Site Furnishings IP113139F-001 Poly Picnic Table Moveable 84" Table w/4 14" and No 5' Seats 2,578.00 Freestanding Play Site Furnishings IP113139D-001 Poly Picnic Table Moveable 84" Table w/o 14" and 2 5' Seats 2,851.00 Freestanding Play Site Furnishings IP113139H-001 Poly Picnic Table Permanent 60" Table w/2 14" and 1 5' Seats 2,190.00 Freestanding Play Site Furnishings IP113139I-001 Poly Picnic Table Permanent 60" Table w/4 14" and No 5' Seats 2,043.00 Freestanding Play Site Furnishings IP113139G-001 Poly Picnic Table Permanent 60" Table w/o 14" and 2 5' Seats 2,326.00 Freestanding Play Site Furnishings IP113139K-001 Poly Picnic Table Permanent 84" Table w/2 14" and 1 5' Seats 2,851.00 Freestanding Play Site Furnishings IP113139L-001 Poly Picnic Table Permanent 84" Table w/4 14" and No 5' Seats 2,715.00 Freestanding Play Site Furnishings IP113139J-001 Poly Picnic Table Permanent 84" Table w/o 14" and 2 5' Seats 3,003.00 PlayBooster®Climbers w/Permalene HandholdsPB202594A-006 Portal Climber w/Permalene Handhold (Left) 8" Deck Diff attached to 72"Dk DB Only7,461.00 PlayBooster®Climbers w/Permalene HandholdsPB202594A-002 Portal Climber w/Permalene Handhold (Left) Equal Decks 64"Dk DB Only7,461.00 PlayBooster®Climbers w/Permalene HandholdsPB202594A-004 Portal Climber w/Permalene Handhold (Left) Equal Decks 72"Dk DB Only7,461.00 PlayBooster®Climbers w/Permalene HandholdsPB202594A-005 Portal Climber w/Permalene Handhold (Right) 8" Deck Diff attached to 72"Dk DB Only7,461.00 PlayBooster®Climbers w/Permalene HandholdsPB202594A-001 Portal Climber w/Permalene Handhold (Right) Equal Decks 64"Dk DB Only7,461.00 PlayBooster®Climbers w/Permalene HandholdsPB202594A-003 Portal Climber w/Permalene Handhold (Right) Equal Decks 72"Dk DB Only7,461.00 PlayBooster®Climbers w/Vibe HandholdsPB200611A-006 Portal Climber w/Vibe Handhold (Left) 8" Deck Diff attached to 72"Dk DB Only8,022.00 PlayBooster®Climbers w/Vibe HandholdsPB200611A-002 Portal Climber w/Vibe Handhold (Left) Equal Decks 64"Dk DB Only8,022.00 PlayBooster®Climbers w/Vibe HandholdsPB200611A-004 Portal Climber w/Vibe Handhold (Left) Equal Decks 72"Dk DB Only8,022.00 PlayBooster®Climbers w/Vibe HandholdsPB200611A-005 Portal Climber w/Vibe Handhold (Right) 8" Deck Diff attached to 72"Dk DB Only8,022.00 PlayBooster®Climbers w/Vibe HandholdsPB200611A-001 Portal Climber w/Vibe Handhold (Right) Equal Decks 64"Dk DB Only8,022.00 PlayBooster®Climbers w/Vibe HandholdsPB200611A-003 Portal Climber w/Vibe Handhold (Right) Equal Decks 72"Dk DB Only8,022.00 Evos®Motion & More Fun EV160208A-001 Power Lifter DB Only 1,959.00 Freestanding Play Sports & Fitness IP160213A-002 Power Lifter Double Bay DB Only Power Lifter - Acessible Power Lifter5,581.00 Freestanding Play Sports & Fitness IP160213A-001 Power Lifter Double Bay DB Only Power Lifter - TwirlWind 5,581.00 Freestanding Play Sports & Fitness IP160219A-002 Power Lifter Quadruple Bay DB Only Power Lifter - Accessible Power Lifter - Power Lifter - Accessible Power Lifter10,616.00 Freestanding Play Sports & Fitness IP160219A-003 Power Lifter Quadruple Bay DB Only Power Lifter - TwirlWind - Power Lifter - Accessibel Power Lifter10,616.00 Freestanding Play Sports & Fitness IP160219A-001 Power Lifter Quadruple Bay DB Only Power Lifter - TwirlWind - Power Lifter - TwirlWind10,616.00 Freestanding Play Sports & Fitness IP160212A-003 Power Lifter Single Bay DB Only Accessible Power Lifter 3,056.00 Freestanding Play Sports & Fitness IP160212A-001 Power Lifter Single Bay DB Only Power Lifter 3,056.00 Freestanding Play Sports & Fitness IP160212A-002 Power Lifter Single Bay DB Only TwirlWind 3,056.00 Freestanding Play Sports & Fitness IP160216A-002 Power Lifter Triple Bay DB Only Power Lifter - Accessible Power Lifter - Power Lifter8,096.00 Freestanding Play Sports & Fitness IP160216A-001 Power Lifter Triple Bay DB Only Power Lifter - TwirlWind - Power Lifter Bay8,096.00 Freestanding Play Sports & Fitness IP160216A-003 Power Lifter Triple Bay DB Only TwirlWind - Power Lifter - Accessibel Power Lifter8,096.00 Evos®Motion & More Fun EV202821A-001 Power Lifter w/o Post 1,040.00 PlayShaper®PS121256A-001 PS 2-Hole SM Hdw 8.00 PlayShaper®Roofs PS238043A-001 PS/Shade Bracket Kit 284.00 Freestanding Play Sports & Fitness IP192460B-001 Pull-Up/Dip 2"SM Order Post Separately*2,358.00 Freestanding Play Sports & Fitness IP192460A-001 Pull-Up/Dip DB Order Post Separately*2,326.00 Freestanding Play Sensory Play IP188079A-001 Pulse Ground-Mounted Enclosure 1,350.00 Freestanding Play Sensory Play IP186568B-001 Pulse Table Tennis DB 28,413.00 Freestanding Play Sensory Play IP186568A-001 Pulse Table Tennis SM 28,424.00 Freestanding Play Sensory Play IP186569B-001 Pulse Tempo DB 23,289.00 Freestanding Play Sensory Play IP186569A-001 Pulse Tempo SM 23,300.00 Freestanding Play Sensory Play IP186567B-001 Pulse Tennis DB 28,413.00 Freestanding Play Sensory Play IP186567A-001 Pulse Tennis SM 28,424.00 Freestanding Play Learning Wall LW184855A-001 Puppet Panel 630.00 PlayBooster®Enclosures PB115225A-001 Puppet Panel Above Deck 814.00 PlayShaper®Enclosures PS111285A-001 Puppet Panel Above Deck 630.00 PlayBooster®Enclosures PB115225B-001 Puppet Panel Ground Level 1,035.00 PlayShaper®Enclosures PS111285A-002 Puppet Panel Ground Level 630.00 Freestanding Play Learning Wall LW184856A-001 Puppet Panel w/Window 882.00 PlayBooster®Enclosures PB115226A-001 Puppet Panel w/Window Above Deck 1,008.00 PlayShaper®Enclosures PS111286A-001 Puppet Panel w/Window Above Deck 882.00 PlayBooster®Enclosures PB115226B-001 Puppet Panel w/Window Ground Level 1,245.00 PlayShaper®Enclosures PS111286A-002 Puppet Panel w/Window Ground Level 882.00 Freestanding Play Sports & Fitness IP244062B-001 Quintuple Steps (13+) 2"SM 12,170.00 Freestanding Play Sports & Fitness IP244062A-001 Quintuple Steps (13+) DB 11,151.00 PlayBooster®Motion & More Fun PB111276A-001 Rail Assembly 315.00 Freestanding Play Learning Wall LW184899A-001 Rain Sound Wheel Panel 2,778.00 Freestanding Play Sensory Play IP177721A-001 Rain Sound Wheel Panel 2,846.00 Weevos®Motion & More Fun WV177720B-001 Rain Sound Wheel Panel 2"SM 4,437.00 PlayBooster®Enclosures PB177718A-001 Rain Sound Wheel Panel Above Deck 2,893.00 PlayShaper®Enclosures PS177719A-001 Rain Sound Wheel Panel Above Deck 2,778.00 Weevos®Motion & More Fun WV177720A-001 Rain Sound Wheel Panel DB 4,326.00 PlayShaper®Enclosures PS177719A-002 Rain Sound Wheel Panel Ground Level 2,778.00 PlayBooster®Enclosures PB177718B-001 Rain Sound Wheel Panel Ground Level 3,077.00 PlayBooster®Enclosures PB179052A-001 Rain Sound Wheel Vibe Panel Above Deck 3,282.00 PlayBooster®Enclosures PB179052B-001 Rain Sound Wheel Vibe Panel Ground Level 3,282.00 Freestanding Play Climbers IP100038A-001 Rainbow Climber 4' DB Only 1,476.00 Freestanding Play Climbers IP100038B-001 Rainbow Climber 6' DB Only 1,654.00 PlayBooster®Bridges & Ramps PB120325A-002 Ramp Berm Exit Plate Concrete Wall 552.00 PlayBooster®Bridges & Ramps PB120325A-001 Ramp Berm Exit Plate Wood Wall 552.00 PlayBooster®Bridges & Ramps PB171539A-006 Ramp Deck Extension 12"SM 12"Dk 1,066.00 PlayBooster®Bridges & Ramps PB171539A-003 Ramp Deck Extension 12"SM 16"Dk 1,066.00 PlayBooster®Bridges & Ramps PB171539A-005 Ramp Deck Extension 2"SM 12"Dk 1,066.00 PlayBooster®Bridges & Ramps PB171539A-002 Ramp Deck Extension 2"SM 16"Dk 1,066.00 PlayBooster®Bridges & Ramps PB171539A-004 Ramp Deck Extension DB 12"Dk 977.00 PlayBooster®Bridges & Ramps PB171539A-001 Ramp Deck Extension DB 16"Dk 977.00 PlayShaper®Bridges & Ramps PS132828A-001 Ramp Deck To Deck Perm Barrier 5,980.00 PlayShaper®Bridges & Ramps PS132844A-001 Ramp Deck To Ground Perm Barrier 5,980.00 PlayBooster®Bridges & Ramps PB111346A-002 Ramp Exit Plate 12"SM 562.00 PlayShaper®Bridges & Ramps PS111413A-003 Ramp Exit Plate 12"SM 846.00 PlayShaper®Bridges & Ramps PS138405A-003 Ramp Exit Plate 12"SM 846.00 PlayShaper®Bridges & Ramps PS111413A-002 Ramp Exit Plate 2"SM 594.00 PlayShaper®Bridges & Ramps PS138405A-002 Ramp Exit Plate 2"SM 594.00 PlayBooster®Bridges & Ramps PB111346A-001 Ramp Exit Plate 2"SM 562.00 PlayBooster®Bridges & Ramps PB111346B-001 Ramp Exit Plate DB 693.00 PlayShaper®Bridges & Ramps PS111413A-001 Ramp Exit Plate DB 746.00 PlayShaper®Bridges & Ramps PS138405A-001 Ramp Exit Plate DB 746.00 PlayBooster®Bridges & Ramps PB156233A-001 Ramp w/Barriers 7,041.00 PlayBooster®Bridges & Ramps PB156232A-001 Ramp w/Guardrails w/Curbs Meets ASTM 5,660.00 PlayBooster®Roofs PB111408A-001 Recycled Peak Roof 4,584.00 PlayBooster®Enclosures PB169319A-001 Recycled Wood-Grain Lumber Panel 1,659.00 PlayShaper®Enclosures PS173586A-001 Recycled Wood-Grain Lumber Panel Above Deck 1,659.00 PlayShaper®Enclosures PS173586A-002 Recycled Wood-Grain Lumber Panel At Grade 1,659.00 PlayBooster®Enclosures PB169319A-002 Recycled Wood-Grain Lumber Panel Below Deck 1,659.00 Freestanding Play Motion & More Fun IP295696A-001 ReviRock Bouncer DB Only 5,828.00 Freestanding Play Motion & More Fun IP295695A-001 ReviWheel Spinner DB Only 6,684.00 Freestanding Play Motion & More Fun IP295694A-001 ReviWhirl Spinner DB Only 6,069.00 Freestanding Play Sensory Play IP214438A-001 Rhapsody Animato Metallophone DB 6,269.00 Freestanding Play Sensory Play IP214438B-001 Rhapsody Animato Metallophone SM 6,442.00 Freestanding Play Sensory Play IP250340A-001 Rhapsody Cascata Bells DB 5,361.00 Freestanding Play Sensory Play IP250340B-001 Rhapsody Cascata Bells SM 5,051.00 Freestanding Play Sensory Play IP228212A-001 Rhapsody Ditty Metallophone DB 4,274.00 Freestanding Play Sensory Play IP228212B-001 Rhapsody Ditty Metallophone SM 4,085.00 Freestanding Play Sensory Play IP214443A-001 Rhapsody Goblet Drum DB 1,969.00 Freestanding Play Sensory Play IP228215A-001 Rhapsody Goblet Drum Junior DB 1,890.00 Freestanding Play Sensory Play IP228215B-001 Rhapsody Goblet Drum Junior SM 1,980.00 Freestanding Play Sensory Play IP214443B-001 Rhapsody Goblet Drum SM 2,064.00 Freestanding Play Sensory Play IP214442A-001 Rhapsody Grandioso Chimes DB 9,251.00 Freestanding Play Sensory Play IP214442B-001 Rhapsody Grandioso Chimes SM 8,605.00 Freestanding Play Sensory Play IP228213A-001 Rhapsody Jingle Metallophone DB 4,384.00 Freestanding Play Sensory Play IP228213B-001 Rhapsody Jingle Metallophone SM 4,206.00 Freestanding Play Sensory Play IP214445A-001 Rhapsody Kettle Drum DB 1,969.00 Freestanding Play Sensory Play IP228217A-001 Rhapsody Kettle Drum Junior DB 1,890.00 Freestanding Play Sensory Play IP228217B-001 Rhapsody Kettle Drum Junior SM 1,980.00 Freestanding Play Sensory Play IP214445B-001 Rhapsody Kettle Drum SM 2,064.00 Freestanding Play Sensory Play IP214444A-001 Rhapsody Kundu Drum DB 1,969.00 Freestanding Play Sensory Play IP228218A-001 Rhapsody Kundu Drum Junior DB 1,890.00 Freestanding Play Sensory Play IP228218B-001 Rhapsody Kundu Drum Junior SM 1,980.00 Freestanding Play Sensory Play IP214444B-001 Rhapsody Kundu Drum SM 2,064.00 Freestanding Play Sensory Play IP250341A-001 Rhapsody Tongue Drum Junior w/Mallet DB 3,628.00 Freestanding Play Sensory Play IP250341B-001 Rhapsody Tongue Drum Junior w/Mallet SM 3,717.00 Freestanding Play Sensory Play IP250341C-001 Rhapsody Tongue Drum Junior w/o Mallet DB 3,035.00 Freestanding Play Sensory Play IP250341D-001 Rhapsody Tongue Drum Junior w/o Mallet SM 3,119.00 Freestanding Play Sensory Play IP253114A-001 Rhapsody Tongue Drum w/Mallet DB 3,702.00 Freestanding Play Sensory Play IP253114B-001 Rhapsody Tongue Drum w/Mallet SM 3,780.00 Freestanding Play Sensory Play IP253114C-001 Rhapsody Tongue Drum w/o Mallet DB 3,108.00 Freestanding Play Sensory Play IP253114D-001 Rhapsody Tongue Drum w/o Mallet SM 3,192.00 Freestanding Play Sensory Play IP252557A-001 Rhapsody Vibra Chime 1 DB 1,402.00 Freestanding Play Sensory Play IP252557B-001 Rhapsody Vibra Chime 1 SM 1,439.00 Freestanding Play Sensory Play IP252556A-001 Rhapsody Vibra Chime 2 DB 1,402.00 Freestanding Play Sensory Play IP252556B-001 Rhapsody Vibra Chime 2 SM 1,439.00 Freestanding Play Sensory Play IP252555A-001 Rhapsody Vibra Chime 3 DB 1,402.00 Freestanding Play Sensory Play IP252555B-001 Rhapsody Vibra Chime 3 SM 1,439.00 Freestanding Play Sensory Play IP252554A-001 Rhapsody Vibra Chime 4 DB 1,402.00 Freestanding Play Sensory Play IP252554B-001 Rhapsody Vibra Chime 4 SM 1,439.00 Freestanding Play Sensory Play IP252553A-001 Rhapsody Vibra Chime 5 DB 1,402.00 Freestanding Play Sensory Play IP252553B-001 Rhapsody Vibra Chime 5 SM 1,439.00 Freestanding Play Sensory Play IP252552A-001 Rhapsody Vibra Chime 6 DB 1,402.00 Freestanding Play Sensory Play IP252552B-001 Rhapsody Vibra Chime 6 SM 1,439.00 Freestanding Play Sensory Play IP252551A-001 Rhapsody Vibra Chime 7 DB 1,402.00 Freestanding Play Sensory Play IP252551B-001 Rhapsody Vibra Chime 7 SM 1,439.00 Freestanding Play Sensory Play IP252550A-001 Rhapsody Vibra Chime 8 DB 1,402.00 Freestanding Play Sensory Play IP252550B-001 Rhapsody Vibra Chime 8 SM 1,439.00 Freestanding Play Sensory Play IP251573A-001 Rhapsody Vibra Chimes Full Set DB 11,172.00 Freestanding Play Sensory Play IP251573B-001 Rhapsody Vibra Chimes Full Set SM 11,540.00 Freestanding Play Sensory Play IP251575A-001 Rhapsody Vibra Chimes Major Chord DB 5,597.00 Freestanding Play Sensory Play IP251575B-001 Rhapsody Vibra Chimes Major Chord SM 5,760.00 Freestanding Play Sensory Play IP251574A-001 Rhapsody Vibra Chimes Pentatonic Scale DB 6,993.00 Freestanding Play Sensory Play IP251574B-001 Rhapsody Vibra Chimes Pentatonic Scale SM 7,198.00 Freestanding Play Sensory Play IP214441A-001 Rhapsody Vivo Metallophone DB 6,432.00 Freestanding Play Sensory Play IP214441B-001 Rhapsody Vivo Metallophone SM 6,615.00 Freestanding Play Sensory Play IP228214A-001 Rhapsody Warble Chimes DB 6,295.00 Freestanding Play Sensory Play IP228214B-001 Rhapsody Warble Chimes SM 5,691.00 PlayBooster®Slides PB120424A-002 Ribbon Slide 40"Dk 2"SM 2,342.00 PlayBooster®Slides PB120424A-001 Ribbon Slide 40"Dk DB 2,184.00 PlayBooster®Slides PB120424A-004 Ribbon Slide 48"Dk 2"SM 2,342.00 PlayBooster®Slides PB120424A-003 Ribbon Slide 48"Dk DB 2,184.00 PlayShaper®Enclosures PS164149A-001 Ring A Bell Reach Panel Above Deck 1,229.00 PlayShaper®Enclosures PS164149A-002 Ring A Bell Reach Panel Ground Level 1,229.00 PlayBooster®Overhead Events PB130873A-001 Ring Pull 882.00 PlayBooster®Climbers w/Permalene HandholdsPB164078A-002 Ring Tangle 8" Difference Deck Heights 3,082.00 PlayBooster®Climbers Other PB185583A-001 Ring Tangle Climber Ground Level 2,237.00 PlayBooster®Climbers w/Vibe HandholdsPB179016A-002 Ring Tangle Climber w/Vibe Handholds w/8" Deck Difference 3,917.00 PlayBooster®Climbers w/Vibe HandholdsPB179016A-001 Ring Tangle Climber w/Vibe Handholds w/Equal Deck Heights 3,917.00 Evos®Climbers EV156462A-001 Ring Tangle DB Only 4,421.00 PlayBooster®Climbers w/Permalene HandholdsPB164078A-001 Ring Tangle Equal Deck Heights 3,082.00 PlayBooster®Climbers w/Permalene HandholdsPB165445A-002 Ring Tangle w/Handloop 8"Dk Diff 3,497.00 PlayBooster®Climbers w/Permalene HandholdsPB165445A-001 Ring Tangle w/Handloop Equal Decks 3,497.00 Freestanding Play Learning Wall LW184888A-001 Ring-A-Bell Panel 1,733.00 PlayShaper®Enclosures PS159460A-001 Ring-A-Bell Panel Above Deck 1,733.00 PlayBooster®Enclosures PB159459A-001 Ring-A-Bell Panel Above Deck 1,943.00 PlayBooster®Enclosures PB159459B-001 Ring-A-Bell Panel Ground Level 2,184.00 PlayShaper®Enclosures PS159460A-002 Ring-A-Bell Panel Ground Level 1,733.00 Freestanding Play Learning Wall LW184892A-001 Ring-A-Bell Reach Panel 1,229.00 Evos®Accessible Reach PanelsEV164150A-001 Ring-A-Bell Reach Panel 1,318.00 PlayBooster®Enclosures PB164148A-001 Ring-A-Bell Reach Panel Above Deck 1,318.00 PlayBooster®Enclosures PB164148B-001 Ring-A-Bell Reach Panel Ground Level 1,318.00 PlayBooster®Overhead Events PB126203A-002 Ring-A-Ling 2"SM 3,523.00 PlayBooster®Overhead Events PB126203A-001 Ring-A-Ling DB 3,423.00 Freestanding Play Learning Wall LW184890A-001 Rock-n-Ring Panel 2,106.00 PlayShaper®Enclosures PS164146A-001 Rock-N-Ring Panel Ground Level 2,106.00 PlayBooster®Enclosures PB164145A-001 Rock-N-Ring Panel Ground Level 2,757.00 Freestanding Play Sensory Play IP176457A-002 Roller Table 2"SM 16,207.00 Freestanding Play Sensory Play IP176457A-001 Roller Table DB 15,813.00 PlayBooster®Slides PB123333A-003 Rollerslide 40"Dk 12"SM 10,332.00 PlayBooster®Slides PB123333A-002 Rollerslide 40"Dk 2"SM 10,332.00 PlayBooster®Slides PB123333A-001 Rollerslide 40"Dk DB 10,138.00 PlayBooster®Slides PB123333B-003 Rollerslide 56"Dk 12"SM 12,926.00 PlayBooster®Slides PB123333B-002 Rollerslide 56"Dk 2"SM 12,926.00 PlayBooster®Slides PB123333B-001 Rollerslide 56"Dk DB 12,758.00 Freestanding Play Sports & Fitness IP243910B-001 Rope Climb (13+) 2"SM 4,216.00 Freestanding Play Sports & Fitness IP243910A-001 Rope Climb (13+) DB 3,922.00 Freestanding Play Sports & Fitness IP244199B-001 Rope Climb (5-12) 2"SM 4,053.00 Freestanding Play Sports & Fitness IP244199A-001 Rope Climb (5-12) DB 3,754.00 Evos®Slides & Gliders EV182865A-001 Rush Slide DB Only 6,169.00 PlayBooster®Slides PB183176A-001 Rush Slide DB Only 6,169.00 Evos®Slides & Gliders EV189312A-002 Rushwinder DB Left 6,757.00 PlayBooster®Slides PB189313A-002 Rushwinder DB Left 6,757.00 Freestanding Play Slides & Gliders IP189314A-002 Rushwinder DB Left 7,566.00 Evos®Slides & Gliders EV189312A-001 Rushwinder DB Right 6,757.00 PlayBooster®Slides PB189313A-001 Rushwinder DB Right 6,757.00 Freestanding Play Slides & Gliders IP189314A-001 Rushwinder DB Right 7,566.00 Evos®Slides & Gliders EV189312A-003 Rushwinder DB Straight 6,757.00 PlayBooster®Slides PB189313A-003 Rushwinder DB Straight 6,757.00 Freestanding Play Slides & Gliders IP189314A-003 Rushwinder DB Straight 7,566.00 PlayBooster®Tunnels PB117088B-005 S Inclined Tunnel 12"SM 24"Dk 7,392.00 PlayBooster®Tunnels PB117088B-011 S Inclined Tunnel 12"SM 32"Dk 7,392.00 PlayBooster®Tunnels PB117088B-017 S Inclined Tunnel 12"SM 40"Dk 7,392.00 PlayBooster®Tunnels PB117088B-023 S Inclined Tunnel 12"SM 48"Dk 7,392.00 PlayBooster®Tunnels PB117088B-004 S Inclined Tunnel 2"SM 24"Dk 7,392.00 PlayBooster®Tunnels PB117088B-010 S Inclined Tunnel 2"SM 32"Dk 7,392.00 PlayBooster®Tunnels PB117088B-016 S Inclined Tunnel 2"SM 40"Dk 7,392.00 PlayBooster®Tunnels PB117088B-022 S Inclined Tunnel 2"SM 48"Dk 7,392.00 PlayBooster®Tunnels PB117088B-001 S Inclined Tunnel DB 16"Dk 7,566.00 PlayBooster®Tunnels PB117088B-003 S Inclined Tunnel DB 24"Dk 7,319.00 PlayBooster®Tunnels PB117088B-009 S Inclined Tunnel DB 32"Dk 7,319.00 PlayBooster®Tunnels PB117088B-015 S Inclined Tunnel DB 40"Dk 7,319.00 PlayBooster®Tunnels PB117088B-021 S Inclined Tunnel DB 48"Dk 7,319.00 PlayBooster®Tunnels PB117089B-009 S Straight Tunnel Above Deck 16"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089B-008 S Straight Tunnel Above Deck 16"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089B-007 S Straight Tunnel Above Deck 16"Dk DB 7,319.00 PlayBooster®Tunnels PB117089B-015 S Straight Tunnel Above Deck 24"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089B-014 S Straight Tunnel Above Deck 24"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089B-013 S Straight Tunnel Above Deck 24"Dk DB 7,319.00 PlayBooster®Tunnels PB117089B-021 S Straight Tunnel Above Deck 32"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089B-020 S Straight Tunnel Above Deck 32"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089B-019 S Straight Tunnel Above Deck 32"Dk DB 7,319.00 PlayBooster®Tunnels PB117089B-027 S Straight Tunnel Above Deck 40"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089B-026 S Straight Tunnel Above Deck 40"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089B-025 S Straight Tunnel Above Deck 40"Dk DB 7,319.00 PlayBooster®Tunnels PB117089B-033 S Straight Tunnel Above Deck 48"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089B-032 S Straight Tunnel Above Deck 48"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089B-031 S Straight Tunnel Above Deck 48"Dk DB 7,319.00 PlayBooster®Tunnels PB117089B-003 S Straight Tunnel Above Deck 8"Dk 12"SM 7,392.00 PlayBooster®Tunnels PB117089B-002 S Straight Tunnel Above Deck 8"Dk 2"SM 7,392.00 PlayBooster®Tunnels PB117089B-001 S Straight Tunnel Above Deck 8"Dk DB 7,319.00 PlayBooster®Tunnels PB117089B-039 S Straight Tunnel Ground Level 12"SM 7,886.00 PlayBooster®Tunnels PB117089B-038 S Straight Tunnel Ground Level 2"SM 7,886.00 PlayBooster®Tunnels PB117089B-037 S Straight Tunnel Ground Level DB 7,781.00 PlayShaper®Slides PS190854A-002 S/S 18" Slide 32"Dk 2"SM 3,539.00 PlayShaper®Slides PS190854A-001 S/S 18" Slide 32"Dk DB 3,366.00 PlayShaper®Slides PS190854A-004 S/S 18" Slide 40"Dk 2"SM 3,539.00 PlayShaper®Slides PS190854A-003 S/S 18" Slide 40"Dk DB 3,366.00 PlayShaper®Slides PS190854B-002 S/S 18" Slide 48"Dk 2"SM 3,838.00 PlayShaper®Slides PS190854B-001 S/S 18" Slide 48"Dk DB 3,654.00 PlayBooster®Slides PB123340A-002 S/S 18"Wide Slide 32"Dk 2"SM 3,539.00 PlayBooster®Slides PB123340A-001 S/S 18"Wide Slide 32"Dk DB 3,366.00 PlayBooster®Slides PB123340A-005 S/S 18"Wide Slide 40"Dk 2"SM 3,539.00 PlayBooster®Slides PB123340A-004 S/S 18"Wide Slide 40"Dk DB 3,366.00 PlayBooster®Slides PB123340B-002 S/S 18"Wide Slide 48"Dk 2"SM 3,838.00 PlayBooster®Slides PB123340B-001 S/S 18"Wide Slide 48"Dk DB 3,654.00 PlayBooster®Slides PB123340B-005 S/S 18"Wide Slide 56"Dk 2"SM 3,838.00 PlayBooster®Slides PB123340B-004 S/S 18"Wide Slide 56"Dk DB 3,654.00 PlayBooster®Slides PB123340C-002 S/S 18"Wide Slide 64"Dk 2"SM 4,731.00 PlayBooster®Slides PB123340C-001 S/S 18"Wide Slide 64"Dk DB 4,515.00 PlayBooster®Slides PB123340C-005 S/S 18"Wide Slide 72"Dk 2"SM 4,731.00 PlayBooster®Slides PB123340C-004 S/S 18"Wide Slide 72"Dk DB 4,515.00 PlayBooster®Slides PB190855A-002 S/S 18"Wide Slide w/SteelX 32"Dk 2"SM 4,137.00 PlayBooster®Slides PB190855A-001 S/S 18"Wide Slide w/SteelX 32"Dk DB 3,933.00 PlayBooster®Slides PB190855A-004 S/S 18"Wide Slide w/SteelX 40"Dk 2"SM 4,137.00 PlayBooster®Slides PB190855A-003 S/S 18"Wide Slide w/SteelX 40"Dk DB 3,933.00 PlayBooster®Slides PB190855B-002 S/S 18"Wide Slide w/SteelX 48"Dk 2"SM 4,437.00 PlayBooster®Slides PB190855B-001 S/S 18"Wide Slide w/SteelX 48"Dk DB 4,237.00 PlayBooster®Slides PB190855B-004 S/S 18"Wide Slide w/SteelX 56"Dk 2"SM 4,437.00 PlayBooster®Slides PB190855B-003 S/S 18"Wide Slide w/SteelX 56"Dk DB 4,237.00 PlayBooster®Slides PB190855C-002 S/S 18"Wide Slide w/SteelX 64"Dk 2"SM 5,319.00 PlayBooster®Slides PB190855C-001 S/S 18"Wide Slide w/SteelX 64"Dk DB 5,114.00 PlayBooster®Slides PB190855C-004 S/S 18"Wide Slide w/SteelX 72"Dk 2"SM 5,319.00 PlayBooster®Slides PB190855C-003 S/S 18"Wide Slide w/SteelX 72"Dk DB 5,114.00 PlayShaper®Slides PS190856A-002 S/S Double Slide 32"Dk 2"SM 7,009.00 PlayShaper®Slides PS190856A-001 S/S Double Slide 32"Dk DB 6,789.00 PlayShaper®Slides PS190856A-004 S/S Double Slide 40"Dk 2"SM 7,009.00 PlayShaper®Slides PS190856A-003 S/S Double Slide 40"Dk DB 6,789.00 PlayShaper®Slides PS190856B-002 S/S Double Slide 48"Dk 2"SM 7,592.00 PlayShaper®Slides PS190856B-001 S/S Double Slide 48"Dk DB 7,382.00 PlayBooster®Slides PB190857A-002 S/S Double Slide w/SteelX 32"Dk 2"SM 7,272.00 PlayBooster®Slides PB190857A-001 S/S Double Slide w/SteelX 32"Dk DB 7,067.00 PlayBooster®Slides PB190857A-004 S/S Double Slide w/SteelX 40"Dk 2"SM 7,272.00 PlayBooster®Slides PB190857A-003 S/S Double Slide w/SteelX 40"Dk DB 7,067.00 PlayBooster®Slides PB190857B-002 S/S Double Slide w/SteelX 48"Dk 2"SM 7,860.00 PlayBooster®Slides PB190857B-001 S/S Double Slide w/SteelX 48"Dk DB 7,655.00 PlayBooster®Slides PB190857B-004 S/S Double Slide w/SteelX 56"Dk 2"SM 7,860.00 PlayBooster®Slides PB190857B-003 S/S Double Slide w/SteelX 56"Dk DB 7,655.00 PlayBooster®Slides PB190857C-002 S/S Double Slide w/SteelX 64"Dk 2"SM 8,778.00 PlayBooster®Slides PB190857C-001 S/S Double Slide w/SteelX 64"Dk DB 8,589.00 PlayBooster®Slides PB190857C-004 S/S Double Slide w/SteelX 72"Dk 2"SM 8,778.00 PlayBooster®Slides PB190857C-003 S/S Double Slide w/SteelX 72"Dk DB 8,589.00 PlayBooster®Slides PB190858A-002 S/S Wave 18" Slide 64"Dk 2"SM 5,859.00 PlayBooster®Slides PB190858A-001 S/S Wave 18" Slide 64"Dk DB 5,665.00 PlayBooster®Slides PB190858A-004 S/S Wave 18" Slide 72"Dk 2"SM 5,859.00 PlayBooster®Slides PB190858A-003 S/S Wave 18" Slide 72"Dk DB 5,665.00 Freestanding Play Motion & More Fun IP152179C-002 Saddle Spinner 12"SM 12"Height 1,449.00 Freestanding Play Motion & More Fun IP152179C-001 Saddle Spinner 12"SM 16"Height 1,449.00 Freestanding Play Motion & More Fun IP152179B-002 Saddle Spinner 2"SM 12"Height 1,449.00 Freestanding Play Motion & More Fun IP152179B-001 Saddle Spinner 2"SM 16"Height 1,449.00 Freestanding Play Motion & More Fun IP152179A-002 Saddle Spinner DB 12"Height 1,371.00 Freestanding Play Motion & More Fun IP152179A-001 Saddle Spinner DB 16"Height 1,371.00 PlayShaper®Enclosures PS111297A-002 Sand & Water Panel 2"SM 1,785.00 PlayShaper®Enclosures PS111297A-001 Sand & Water Panel DB 1,722.00 PlayBooster®Enclosures PB115257A-002 Sand and Water Panel 2"SM 2,247.00 Freestanding Play Learning Wall LW184865A-002 Sand and Water Panel 2"SM 1,785.00 PlayBooster®Enclosures PB115257A-001 Sand and Water Panel DB 2,190.00 Freestanding Play Learning Wall LW184865A-001 Sand and Water Panel DB 1,722.00 Freestanding Play Sensory Play IP116568A-001 Sand Table Turtle DB Only 657.00 Freestanding Play Sensory Play IP120530A-001 Sandbox Mesh Cover 4' Square 79.00 Freestanding Play Sensory Play IP120530B-001 Sandbox Mesh Cover 8' Square 336.00 Freestanding Play Sensory Play IP120530C-001 Sandbox Mesh Cover L-Shaped 268.00 Freestanding Play Sensory Play IP120458A-001 Sandbox w/4' Timbers 4' Square 347.00 Freestanding Play Sensory Play IP120458B-001 Sandbox w/4' Timbers 8' Square 688.00 Freestanding Play Sensory Play IP120458C-001 Sandbox w/4' Timbers 8' Square w/Table 1,323.00 Freestanding Play Sensory Play IP120458D-001 Sandbox w/4' Timbers L-Shaped 688.00 Freestanding Play Sensory Play IP120458E-001 Sandbox w/4' Timbers L-Shaped w/Table 1,323.00 Freestanding Play Sensory Play IP170792A-001 Sea Shells Fossil Dig 888.00 Freestanding Play Swings IP111416A-001 Seat Strap for Molded Bucket Seats 103.00 Freestanding Play Motion & More Fun IP148706A-001 See Saw Back Rest w/Belt 399.00 PlayBooster®Climbers w/Permalene HandholdsPB203845A-004 Seeker Climber w/Permalene Handholds 32" Deck Diff Attached to 48"8,285.00 PlayBooster®Climbers w/Permalene HandholdsPB203845A-003 Seeker Climber w/Permalene Handholds 32" Deck Diff Attached to 56"8,715.00 PlayBooster®Climbers w/Permalene HandholdsPB203845A-002 Seeker Climber w/Permalene Handholds 32" Deck Diff Attached to 64"9,125.00 PlayBooster®Climbers w/Permalene HandholdsPB203845A-001 Seeker Climber w/Permalene Handholds 32" Deck Diff Attached to 72"9,125.00 PlayBooster®Climbers w/Permalene HandholdsPB203845C-004 Seeker Climber w/Permalene Handholds Equal Decks Attached to 16"7,865.00 PlayBooster®Climbers w/Permalene HandholdsPB203845C-003 Seeker Climber w/Permalene Handholds Equal Decks Attached to 24"7,865.00 PlayBooster®Climbers w/Permalene HandholdsPB203845C-002 Seeker Climber w/Permalene Handholds Equal Decks Attached to 32"7,865.00 PlayBooster®Climbers w/Permalene HandholdsPB203845C-001 Seeker Climber w/Permalene Handholds Equal Decks Attached to 40"7,865.00 PlayBooster®Climbers w/Permalene HandholdsPB203845B-004 Seeker Climber w/Permalene Handholds Equal Decks Attached to 48"8,721.00 PlayBooster®Climbers w/Permalene HandholdsPB203845B-003 Seeker Climber w/Permalene Handholds Equal Decks Attached to 56"9,555.00 PlayBooster®Climbers w/Permalene HandholdsPB203845B-002 Seeker Climber w/Permalene Handholds Equal Decks Attached to 64"10,401.00 PlayBooster®Climbers w/Permalene HandholdsPB203845B-001 Seeker Climber w/Permalene Handholds Equal Decks Attached to 72"10,401.00 PlayBooster®Climbers w/Vibe HandholdsPB200607A-004 Seeker Climber w/Vibe Handholds 32" Deck Diff Attached to 48"9,015.00 PlayBooster®Climbers w/Vibe HandholdsPB200607A-003 Seeker Climber w/Vibe Handholds 32" Deck Diff Attached to 56"9,440.00 PlayBooster®Climbers w/Vibe HandholdsPB200607A-002 Seeker Climber w/Vibe Handholds 32" Deck Diff Attached to 64"9,839.00 PlayBooster®Climbers w/Vibe HandholdsPB200607A-001 Seeker Climber w/Vibe Handholds 32" Deck Diff Attached to 72"9,839.00 PlayBooster®Climbers w/Vibe HandholdsPB200607C-004 Seeker Climber w/Vibe Handholds Equal Decks Attached to 16"8,752.00 PlayBooster®Climbers w/Vibe HandholdsPB200607C-003 Seeker Climber w/Vibe Handholds Equal Decks Attached to 24"8,752.00 PlayBooster®Climbers w/Vibe HandholdsPB200607C-002 Seeker Climber w/Vibe Handholds Equal Decks Attached to 32"8,752.00 PlayBooster®Climbers w/Vibe HandholdsPB200607C-001 Seeker Climber w/Vibe Handholds Equal Decks Attached to 40"8,752.00 PlayBooster®Climbers w/Vibe HandholdsPB200607B-004 Seeker Climber w/Vibe Handholds Equal Decks Attached to 48"9,277.00 PlayBooster®Climbers w/Vibe HandholdsPB200607B-003 Seeker Climber w/Vibe Handholds Equal Decks Attached to 56"10,112.00 PlayBooster®Climbers w/Vibe HandholdsPB200607B-002 Seeker Climber w/Vibe Handholds Equal Decks Attached to 64"10,957.00 PlayBooster®Climbers w/Vibe HandholdsPB200607B-001 Seeker Climber w/Vibe Handholds Equal Decks Attached to 72"10,957.00 Freestanding Play Motion & More Fun IP148636B-001 Seesaw 2-Seats 2"SM 3,234.00 Freestanding Play Motion & More Fun IP148636A-001 Seesaw 2-Seats DB 3,775.00 Freestanding Play Motion & More Fun IP148637B-001 Seesaw 4-Seats 2"SM 4,085.00 Freestanding Play Motion & More Fun IP148637A-001 Seesaw 4-Seats DB 4,615.00 Freestanding Play Sensory Play IP168100B-001 Sensory Play Center Wall 2"SM 1,449.00 Freestanding Play Sensory Play IP168100A-001 Sensory Play Center Wall DB 1,796.00 Freestanding Play Sensory Play IP168101B-001 Sensory Play Center Wall End 2"SM 1,024.00 Freestanding Play Sensory Play IP168101A-001 Sensory Play Center Wall End DB 1,192.00 Freestanding Play Sensory Play IP168661A-001 Sensory Play Station Plate - Freestanding Play Motion & More Fun IP178484B-001 Sheep Seesaw 2"SM Custom 5,350.00 Freestanding Play Motion & More Fun IP178484A-001 Sheep Seesaw DB Custom 5,880.00 PlayBooster®Motion & More Fun PB176760A-001 Ship Bow 126" Wide Custom DB Only 14,942.00 PlayBooster®Motion & More Fun PB176759A-001 Ship Bow 84" Wide Custom DB Only 12,233.00 PlayBooster®Motion & More Fun PB118457A-002 Ship Bow Asy 2"SM 4,557.00 PlayBooster®Motion & More Fun PB118457A-001 Ship Bow Asy DB 4,153.00 PlayBooster®Climbers Other PB175953A-001 Ship Bow Chain Climber Custom DB Only Attached to 126" Bow 1,355.00 PlayBooster®Climbers Other PB175953A-002 Ship Bow Chain Climber Custom DB Only Attached to 84" Bow 1,355.00 PlayBooster®Motion & More Fun PB176268A-001 Ship Bow Spirit Custom 2,767.00 PlayBooster®Enclosures PB176650A-001 Ship Cannon Panel Above Deck Custom 3,056.00 PlayBooster®Enclosures PB176650B-001 Ship Cannon Panel Ground Level Custom 3,282.00 PlayBooster®Motion & More Fun PB176758A-001 Ship Flag Custom Attached to Crowsnest Mast 573.00 PlayBooster®Motion & More Fun PB176758A-002 Ship Flag Custom Not Attached to Crowsnest Mast 573.00 PlayBooster®Motion & More Fun PB118458A-002 Ship Front Body Panel 2"SM 2,058.00 PlayBooster®Motion & More Fun PB118458A-001 Ship Front Body Panel DB 1,864.00 PlayBooster®Motion & More Fun PB176756A-001 Ship Mast 2-Sail Custom 32" Deck DB Only 3,954.00 PlayBooster®Motion & More Fun PB176756A-002 Ship Mast 2-Sail Custom 40" Deck DB Only 3,954.00 PlayBooster®Motion & More Fun PB176756B-001 Ship Mast 2-Sail Custom 48" Deck DB Only 3,964.00 PlayBooster®Motion & More Fun PB176756C-001 Ship Mast 2-Sail Custom 56" Deck DB Only 3,969.00 PlayBooster®Motion & More Fun PB176756D-001 Ship Mast 2-Sail Custom 64" Deck DB Only 3,985.00 PlayBooster®Motion & More Fun PB176756E-001 Ship Mast 2-Sail Custom 72" Deck DB Only 4,011.00 PlayBooster®Motion & More Fun PB176757A-001 Ship Mast 2-Sail w/Crowsnest Custom 32" Deck DB Only 5,823.00 PlayBooster®Motion & More Fun PB176757A-002 Ship Mast 2-Sail w/Crowsnest Custom 40" Deck DB Only 5,823.00 PlayBooster®Motion & More Fun PB176757B-001 Ship Mast 2-Sail w/Crowsnest Custom 48" Deck DB Only 5,849.00 PlayBooster®Motion & More Fun PB176757C-001 Ship Mast 2-Sail w/Crowsnest Custom 56" Deck DB Only 5,865.00 PlayBooster®Motion & More Fun PB176757D-001 Ship Mast 2-Sail w/Crowsnest Custom 64" Deck DB Only 5,880.00 PlayBooster®Motion & More Fun PB176757E-001 Ship Mast 2-Sail w/Crowsnest Custom 72" Deck DB Only 5,912.00 PlayBooster®Motion & More Fun PB118453A-001 Ship Mast Asy 8,332.00 PlayBooster®Motion & More Fun PB176755A-001 Ship Mast Full Sail Custom 32" Deck DB Only 7,009.00 PlayBooster®Motion & More Fun PB176755A-002 Ship Mast Full Sail Custom 40" Deck DB Only 7,009.00 PlayBooster®Motion & More Fun PB176755B-001 Ship Mast Full Sail Custom 48" Deck DB Only 7,014.00 PlayBooster®Motion & More Fun PB176755C-001 Ship Mast Full Sail Custom 56" Deck DB Only 7,025.00 PlayBooster®Motion & More Fun PB176755D-001 Ship Mast Full Sail Custom 64" Deck DB Only 7,030.00 PlayBooster®Motion & More Fun PB176755E-001 Ship Mast Full Sail Custom 72" Deck DB Only 7,035.00 PlayBooster®Motion & More Fun PB176972A-001 Ship Mast Full Sail w/Crowsnest Custom 32" Deck DB Only 9,398.00 PlayBooster®Motion & More Fun PB176972A-002 Ship Mast Full Sail w/Crowsnest Custom 40" Deck DB Only 9,398.00 PlayBooster®Motion & More Fun PB176972B-001 Ship Mast Full Sail w/Crowsnest Custom 48" Deck DB Only 9,403.00 PlayBooster®Motion & More Fun PB176972C-001 Ship Mast Full Sail w/Crowsnest Custom 56" Deck DB Only 9,419.00 PlayBooster®Motion & More Fun PB176972D-001 Ship Mast Full Sail w/Crowsnest Custom 64" Deck DB Only 9,429.00 PlayBooster®Motion & More Fun PB176972E-001 Ship Mast Full Sail w/Crowsnest Custom 72" Deck DB Only 9,440.00 PlayBooster®Climbers Other PB176832A-001 Ship Vertical Ladder Custom 40" Deck Difference 1,602.00 PlayBooster®Climbers Other PB176832B-001 Ship Vertical Ladder Custom 48" Deck Difference 1,869.00 PlayBooster®Enclosures PB176638A-001 Ship Wheel Panel Above Deck Custom 2,547.00 PlayBooster®Enclosures PB176638B-001 Ship Wheel Panel Ground Level Custom 2,788.00 PlayBooster®Motion & More Fun PB176731A-001 Ship Wheel Post Mount Above Deck Custom 1,869.00 PlayBooster®Motion & More Fun PB176731A-002 Ship Wheel Post Mount Ground Level Custom 1,869.00 PlayBooster®Enclosures PB176805A-001 Ship Window Panel Above Deck Custom 1,019.00 PlayBooster®Enclosures PB176805B-001 Ship Window Panel Ground Level Custom 1,245.00 PlayBooster®Climbers w/Permalene HandholdsPB229831B-001 Shockwave Climber 72" Deck DB 3,602.00 PlayBooster®Climbers w/Permalene HandholdsPB229831B-002 Shockwave Climber 72" Deck SM 3,665.00 PlayBooster®Climbers w/Permalene HandholdsPB229831A-001 Shockwave Climber 96" Deck DB 4,064.00 PlayBooster®Climbers w/Vibe HandholdsPB229837B-001 Shockwave Climber w/Vibe Handholds 72" Deck DB 4,001.00 PlayBooster®Climbers w/Vibe HandholdsPB229837B-002 Shockwave Climber w/Vibe Handholds 72" Deck SM 4,074.00 PlayBooster®Climbers w/Vibe HandholdsPB229837A-001 Shockwave Climber w/Vibe Handholds 96" Deck DB 4,479.00 Freestanding Play Learning Wall LW188837A-001 Sign Language Panel 1,024.00 PlayShaper®Enclosures PS188836A-001 Sign Language Panel Above Deck 1,024.00 PlayBooster®Enclosures PB188835A-001 Sign Language Panel Above Deck 1,166.00 PlayShaper®Enclosures PS188836A-002 Sign Language Panel Ground Level 1,024.00 PlayBooster®Enclosures PB188835B-001 Sign Language Panel Ground Level 1,413.00 PlayBooster®Roofs PB178472A-001 Silo Roof Custom 8,238.00 PlayBooster®Roofs PB178473A-001 Silo Roof w/Checkered Panels Custom 11,004.00 PlayBooster®Overhead Events PB119806A-002 Single Beam Loop Horiz Ladder 123"1,827.00 PlayBooster®Overhead Events PB119805A-002 Single Beam Loop Horiz Ladder 84"1,413.00 Freestanding Play Motion & More Fun IP164074A-001 Single Bobble Rider 2"SM 1,323.00 Freestanding Play Motion & More Fun IP164074B-001 Single Bobble Rider DB 1,612.00 Freestanding Play Swings IP177344A-001 Single Post Swing Frame 52" Bury 8' Beam Height Only 1,901.00 Freestanding Play Swings IP177345A-001 Single Post Swing Frame 52" Bury Additional Bay 8' Beam Height Only1,355.00 Freestanding Play Swings IP177332A-001 Single Post Swing Frame 8' Beam Height Only 1,712.00 Freestanding Play Swings IP177333A-001 Single Post Swing Frame Additional Bay 8' Beam Height Only 1,271.00 PlayBooster®Slides PB123337A-001 Single Slide 32"Dk DB 2,100.00 PlayShaper®Slides PS133668A-004 Single Slide 36"Dk DB 2,100.00 PlayBooster®Slides PB123337A-003 Single Slide 40"Dk 2"SM 2,195.00 PlayShaper®Slides PS133668A-003 Single Slide 40"Dk 2"SM 2,195.00 PlayBooster®Slides PB123337A-002 Single Slide 40"Dk DB 2,100.00 PlayShaper®Slides PS133668A-002 Single Slide 40"Dk DB 2,100.00 PlayBooster®Slides PB123337A-006 Single Slide 48"Dk 2"SM 2,195.00 PlayShaper®Slides PS133668A-007 Single Slide 48"Dk 2"SM 2,195.00 PlayBooster®Slides PB123337A-005 Single Slide 48"Dk DB 2,100.00 PlayShaper®Slides PS133668A-006 Single Slide 48"Dk DB 2,100.00 PlayBooster®Climbers w/Permalene HandholdsPB122915A-001 Single Wave Climber 48"Dk Difference 2,599.00 PlayBooster®Climbers w/Permalene HandholdsPB122915B-001 Single Wave Climber 64"Dk Difference 2,757.00 PlayBooster®Climbers w/SteelX HandholdsPB139487A-001 Single Wave Climber SteelX Handholds 48"Dk Difference 3,082.00 PlayBooster®Climbers w/SteelX HandholdsPB139487B-001 Single Wave Climber SteelX Handholds 64"Dk Difference 3,171.00 PlayBooster®Climbers w/Vibe HandholdsPB179005A-001 Single Wave Climber w/Vibe Handholds 48"Dk Difference 3,035.00 PlayBooster®Climbers w/Vibe HandholdsPB179005B-001 Single Wave Climber w/Vibe Handholds 64"Dk Difference 3,145.00 PlayBooster®Slides PB131437A-003 Single Wave Slide 64"Dk 12"SM 3,397.00 PlayBooster®Slides PB131437A-002 Single Wave Slide 64"Dk 2"SM 3,397.00 PlayBooster®Slides PB131437A-001 Single Wave Slide 64"Dk DB 3,171.00 PlayBooster®Slides PB131437A-006 Single Wave Slide 72"Dk 12"SM 3,397.00 PlayBooster®Slides PB131437A-005 Single Wave Slide 72"Dk 2"SM 3,397.00 PlayBooster®Slides PB131437A-004 Single Wave Slide 72"Dk DB 3,171.00 Freestanding Play Sports & Fitness IP100058A-001 Sit Up DB Only 1,465.00 PlayBooster®Climbers Other PB146812A-004 Sky Rail Climber 64"Dk DB 2,200.00 PlayBooster®Climbers Other PB146812A-003 Sky Rail Climber 72"Dk 12"SM 2,405.00 PlayBooster®Climbers Other PB146812A-002 Sky Rail Climber 72"Dk 2"SM 2,405.00 PlayBooster®Climbers Other PB146812A-001 Sky Rail Climber 72"Dk DB 2,200.00 Freestanding Play Climbers IP146813A-001 Sky Rail Climber DB Only 5,172.00 PlayBooster®Mainstructures PB193175B-001 Skyport Climber for 14-Post Mainstructure DB Only 40,499.00 PlayBooster®Mainstructures PB193175A-001 Skyport Climber for 7-Post Mainstructure DB Only 28,025.00 PlayBooster®Mainstructures PB271912B-001 Skyport Climber w/Alpine Slide 13-Post DB Only 47,177.00 PlayBooster®Mainstructures PB271912A-001 Skyport Climber w/Alpine Slide 7-Post DB Only 34,698.00 PlayBooster®Mainstructures PB224088B-001 Skyport Climber w/Double Swoosh Slide for 13-Post Mainstructure DB Only44,956.00 PlayBooster®Mainstructures PB224088A-001 Skyport Climber w/Double Swoosh Slide for 7-Post Mainstructure DB Only32,482.00 Freestanding Play Shade IP216042B-001 SkyWays Cantilever 20'x36' Shade 10' Entry Height 25,316.00 Freestanding Play Shade IP216042F-001 SkyWays Cantilever 20'x36' Shade 10' Entry Height w/Rapid Release27,264.00 Freestanding Play Shade IP216042C-001 SkyWays Cantilever 20'x36' Shade 12' Entry Height 26,523.00 Freestanding Play Shade IP216042G-001 SkyWays Cantilever 20'x36' Shade 12' Entry Height w/Rapid Release27,316.00 Freestanding Play Shade IP216042D-001 SkyWays Cantilever 20'x36' Shade 14' Entry Height 27,731.00 Freestanding Play Shade IP216042H-001 SkyWays Cantilever 20'x36' Shade 14' Entry Height w/Rapid Release30,072.00 Freestanding Play Shade IP216042A-001 SkyWays Cantilever 20'x36' Shade 8' Entry Height 24,219.00 Freestanding Play Shade IP216042E-001 SkyWays Cantilever 20'x36' Shade 8' Entry Height w/Rapid Release25,515.00 Freestanding Play Shade IP216044B-001 SkyWays Cantilever 20'x72' Shade 10' Entry Height 40,042.00 Freestanding Play Shade IP216044F-001 SkyWays Cantilever 20'x72' Shade 10' Entry Height w/Rapid Release44,142.00 Freestanding Play Shade IP216044C-001 SkyWays Cantilever 20'x72' Shade 12' Entry Height 42,856.00 Freestanding Play Shade IP216044G-001 SkyWays Cantilever 20'x72' Shade 12' Entry Height w/Rapid Release44,977.00 Freestanding Play Shade IP216044D-001 SkyWays Cantilever 20'x72' Shade 14' Entry Height 44,342.00 Freestanding Play Shade IP216044H-001 SkyWays Cantilever 20'x72' Shade 14' Entry Height w/Rapid Release46,584.00 Freestanding Play Shade IP216044A-001 SkyWays Cantilever 20'x72' Shade 8' Entry Height 39,774.00 Freestanding Play Shade IP216044E-001 SkyWays Cantilever 20'x72' Shade 8' Entry Height w/Rapid Release40,263.00 Freestanding Play Shade IP216043B-001 SkyWays Cantilever Back to Back 40'x36' Shade 10' Entry Height40,992.00 Freestanding Play Shade IP216043F-001 SkyWays Cantilever Back to Back 40'x36' Shade 10' Entry Height w/Rapid Release44,310.00 Freestanding Play Shade IP216043C-001 SkyWays Cantilever Back to Back 40'x36' Shade 12' Entry Height42,284.00 Freestanding Play Shade IP216043G-001 SkyWays Cantilever Back to Back 40'x36' Shade 12' Entry Height w/Rapid Release45,266.00 Freestanding Play Shade IP216043D-001 SkyWays Cantilever Back to Back 40'x36' Shade 14' Entry Height44,326.00 Freestanding Play Shade IP216043H-001 SkyWays Cantilever Back to Back 40'x36' Shade 14' Entry Height w/Rapid Release47,560.00 Freestanding Play Shade IP216043A-001 SkyWays Cantilever Back to Back 40'x36' Shade 8' Entry Height40,336.00 Freestanding Play Shade IP216043E-001 SkyWays Cantilever Back to Back 40'x36' Shade 8' Entry Height w/Rapid Release40,982.00 Freestanding Play Shade IP216045B-001 SkyWays Cantilever Back to Back 40'x72' Shade 10' Entry Height67,001.00 Freestanding Play Shade IP216045F-001 SkyWays Cantilever Back to Back 40'x72' Shade 10' Entry Height w/Rapid Release75,453.00 Freestanding Play Shade IP216045C-001 SkyWays Cantilever Back to Back 40'x72' Shade 12' Entry Height68,985.00 Freestanding Play Shade IP216045G-001 SkyWays Cantilever Back to Back 40'x72' Shade 12' Entry Height w/Rapid Release75,553.00 Freestanding Play Shade IP216045D-001 SkyWays Cantilever Back to Back 40'x72' Shade 14' Entry Height71,337.00 Freestanding Play Shade IP216045H-001 SkyWays Cantilever Back to Back 40'x72' Shade 14' Entry Height w/Rapid Release75,306.00 Freestanding Play Shade IP216045A-001 SkyWays Cantilever Back to Back 40'x72' Shade 8' Entry Height66,198.00 Freestanding Play Shade IP216045E-001 SkyWays Cantilever Back to Back 40'x72' Shade 8' Entry Height w/Rapid Release70,870.00 Freestanding Play Shade IP237672B-001 SkyWays Cantilever Single Post Pyramid 10'x10' Shade 10' Entry Height5,460.00 Freestanding Play Shade IP237672C-001 SkyWays Cantilever Single Post Pyramid 10'x10' Shade 12' Entry Height5,481.00 Freestanding Play Shade IP237672D-001 SkyWays Cantilever Single Post Pyramid 10'x10' Shade 14' Entry Height5,938.00 Freestanding Play Shade IP237672A-001 SkyWays Cantilever Single Post Pyramid 10'x10' Shade 8' Entry Height5,240.00 Freestanding Play Shade IP237673B-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 10' Entry Height5,886.00 Freestanding Play Shade IP237673F-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 10' Entry Height w/Rapid Release7,975.00 Freestanding Play Shade IP237673C-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 12' Entry Height5,912.00 Freestanding Play Shade IP237673G-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 12' Entry Height w/Rapid Release8,196.00 Freestanding Play Shade IP237673D-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 14' Entry Height6,358.00 Freestanding Play Shade IP237673H-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 14' Entry Height w/Rapid Release8,358.00 Freestanding Play Shade IP237673A-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 8' Entry Height5,697.00 Freestanding Play Shade IP237673E-001 SkyWays Cantilever Single Post Pyramid 12'x12' Shade 8' Entry Height w/Rapid Release7,524.00 Freestanding Play Shade IP237674B-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 10' Entry Height9,261.00 Freestanding Play Shade IP237674F-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 10' Entry Height w/Rapid Release10,784.00 Freestanding Play Shade IP237674C-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 12' Entry Height9,471.00 Freestanding Play Shade IP237674G-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 12' Entry Height w/Rapid Release11,115.00 Freestanding Play Shade IP237674D-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 14' Entry Height9,797.00 Freestanding Play Shade IP237674H-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 14' Entry Height w/Rapid Release11,461.00 Freestanding Play Shade IP237674A-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 8' Entry Height8,899.00 Freestanding Play Shade IP237674E-001 SkyWays Cantilever Single Post Pyramid 14'x14' Shade 8' Entry Height w/Rapid Release10,133.00 Freestanding Play Shade IP237675B-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 10' Entry Height11,141.00 Freestanding Play Shade IP237675F-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 10' Entry Height w/Rapid Release12,375.00 Freestanding Play Shade IP237675C-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 12' Entry Height11,172.00 Freestanding Play Shade IP237675G-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 12' Entry Height w/Rapid Release12,438.00 Freestanding Play Shade IP237675D-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 14' Entry Height12,117.00 Freestanding Play Shade IP237675H-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 14' Entry Height w/Rapid Release13,209.00 Freestanding Play Shade IP237675A-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 8' Entry Height10,516.00 Freestanding Play Shade IP237675E-001 SkyWays Cantilever Single Post Pyramid 16'x16' Shade 8' Entry Height w/Rapid Release12,065.00 Freestanding Play Shade IP216038B-001 SkyWays Hex Double Layer 35' Shade 10' Entry Height 26,949.00 Freestanding Play Shade IP216038C-001 SkyWays Hex Double Layer 35' Shade 12' Entry Height 28,282.00 Freestanding Play Shade IP216038D-001 SkyWays Hex Double Layer 35' Shade 14' Entry Height 30,550.00 Freestanding Play Shade IP216038A-001 SkyWays Hex Double Layer 35' Shade 8' Entry Height 23,835.00 Freestanding Play Shade IP216039B-001 SkyWays Hex Double Layer 40' Shade 10' Entry Height 27,227.00 Freestanding Play Shade IP216039C-001 SkyWays Hex Double Layer 40' Shade 12' Entry Height 29,553.00 Freestanding Play Shade IP216039D-001 SkyWays Hex Double Layer 40' Shade 14' Entry Height 31,348.00 Freestanding Play Shade IP216039A-001 SkyWays Hex Double Layer 40' Shade 8' Entry Height 27,075.00 Freestanding Play Shade IP216040B-001 SkyWays Hex Double Layer 45' Shade 10' Entry Height 66,681.00 Freestanding Play Shade IP216040C-001 SkyWays Hex Double Layer 45' Shade 12' Entry Height 71,091.00 Freestanding Play Shade IP216040D-001 SkyWays Hex Double Layer 45' Shade 14' Entry Height 75,495.00 Freestanding Play Shade IP216040A-001 SkyWays Hex Double Layer 45' Shade 8' Entry Height 61,599.00 Freestanding Play Shade IP216041B-001 SkyWays Hex Double Layer 50' Shade 10' Entry Height 72,739.00 Freestanding Play Shade IP216041C-001 SkyWays Hex Double Layer 50' Shade 12' Entry Height 74,272.00 Freestanding Play Shade IP216041D-001 SkyWays Hex Double Layer 50' Shade 14' Entry Height 79,716.00 Freestanding Play Shade IP216041A-001 SkyWays Hex Double Layer 50' Shade 8' Entry Height 64,822.00 Freestanding Play Shade IP216034B-001 SkyWays Hex Single Layer 35' Shade 10' Entry Height 22,308.00 Freestanding Play Shade IP216034F-001 SkyWays Hex Single Layer 35' Shade 10' Entry Height w/Rapid Release26,639.00 Freestanding Play Shade IP216034C-001 SkyWays Hex Single Layer 35' Shade 12' Entry Height 24,271.00 Freestanding Play Shade IP216034G-001 SkyWays Hex Single Layer 35' Shade 12' Entry Height w/Rapid Release28,917.00 Freestanding Play Shade IP216034D-001 SkyWays Hex Single Layer 35' Shade 14' Entry Height 25,610.00 Freestanding Play Shade IP216034H-001 SkyWays Hex Single Layer 35' Shade 14' Entry Height w/Rapid Release29,427.00 Freestanding Play Shade IP216034A-001 SkyWays Hex Single Layer 35' Shade 8' Entry Height 20,643.00 Freestanding Play Shade IP216034E-001 SkyWays Hex Single Layer 35' Shade 8' Entry Height w/Rapid Release24,129.00 Freestanding Play Shade IP216035B-001 SkyWays Hex Single Layer 40' Shade 10' Entry Height 24,444.00 Freestanding Play Shade IP216035F-001 SkyWays Hex Single Layer 40' Shade 10' Entry Height w/Rapid Release28,571.00 Freestanding Play Shade IP216035C-001 SkyWays Hex Single Layer 40' Shade 12' Entry Height 24,570.00 Freestanding Play Shade IP216035G-001 SkyWays Hex Single Layer 40' Shade 12' Entry Height w/Rapid Release29,532.00 Freestanding Play Shade IP216035D-001 SkyWays Hex Single Layer 40' Shade 14' Entry Height 26,901.00 Freestanding Play Shade IP216035H-001 SkyWays Hex Single Layer 40' Shade 14' Entry Height w/Rapid Release31,779.00 Freestanding Play Shade IP216035A-001 SkyWays Hex Single Layer 40' Shade 8' Entry Height 21,924.00 Freestanding Play Shade IP216035E-001 SkyWays Hex Single Layer 40' Shade 8' Entry Height w/Rapid Release24,765.00 Freestanding Play Shade IP216036B-001 SkyWays Hex Single Layer 45' Shade 10' Entry Height 60,538.00 Freestanding Play Shade IP216036C-001 SkyWays Hex Single Layer 45' Shade 12' Entry Height 65,552.00 Freestanding Play Shade IP216036D-001 SkyWays Hex Single Layer 45' Shade 14' Entry Height 69,038.00 Freestanding Play Shade IP216036A-001 SkyWays Hex Single Layer 45' Shade 8' Entry Height 55,183.00 Freestanding Play Shade IP216037B-001 SkyWays Hex Single Layer 50' Shade 10' Entry Height 64,943.00 Freestanding Play Shade IP216037C-001 SkyWays Hex Single Layer 50' Shade 12' Entry Height 65,526.00 Freestanding Play Shade IP216037D-001 SkyWays Hex Single Layer 50' Shade 14' Entry Height 69,752.00 Freestanding Play Shade IP216037A-001 SkyWays Hex Single Layer 50' Shade 8' Entry Height 61,625.00 Freestanding Play Shade IP227368B-001 SkyWays Hip 18'x18' Shade 10' Entry Height 7,781.00 Freestanding Play Shade IP227368F-001 SkyWays Hip 18'x18' Shade 10' Entry Height w/Rapid Release 9,582.00 Freestanding Play Shade IP227368C-001 SkyWays Hip 18'x18' Shade 12' Entry Height 8,353.00 Freestanding Play Shade IP227368G-001 SkyWays Hip 18'x18' Shade 12' Entry Height w/Rapid Release 9,991.00 Freestanding Play Shade IP227368D-001 SkyWays Hip 18'x18' Shade 14' Entry Height 8,883.00 Freestanding Play Shade IP227368H-001 SkyWays Hip 18'x18' Shade 14' Entry Height w/Rapid Release 10,065.00 Freestanding Play Shade IP227368A-001 SkyWays Hip 18'x18' Shade 8' Entry Height 7,293.00 Freestanding Play Shade IP227368E-001 SkyWays Hip 18'x18' Shade 8' Entry Height w/Rapid Release 8,915.00 Freestanding Play Shade IP237666B-001 SkyWays Hip 20'x20' Shade 10' Entry Height 8,647.00 Freestanding Play Shade IP237666F-001 SkyWays Hip 20'x20' Shade 10' Entry Height w/Rapid Release 10,317.00 Freestanding Play Shade IP237666C-001 SkyWays Hip 20'x20' Shade 12' Entry Height 9,356.00 Freestanding Play Shade IP237666G-001 SkyWays Hip 20'x20' Shade 12' Entry Height w/Rapid Release 10,532.00 Freestanding Play Shade IP237666D-001 SkyWays Hip 20'x20' Shade 14' Entry Height 9,613.00 Freestanding Play Shade IP237666H-001 SkyWays Hip 20'x20' Shade 14' Entry Height w/Rapid Release 11,472.00 Freestanding Play Shade IP237666A-001 SkyWays Hip 20'x20' Shade 8' Entry Height 8,301.00 Freestanding Play Shade IP237666E-001 SkyWays Hip 20'x20' Shade 8' Entry Height w/Rapid Release 9,582.00 Freestanding Play Shade IP227369B-001 SkyWays Hip 24'x24' Shade 10' Entry Height 9,676.00 Freestanding Play Shade IP227369F-001 SkyWays Hip 24'x24' Shade 10' Entry Height w/Rapid Release 11,309.00 Freestanding Play Shade IP227369C-001 SkyWays Hip 24'x24' Shade 12' Entry Height 10,684.00 Freestanding Play Shade IP227369G-001 SkyWays Hip 24'x24' Shade 12' Entry Height w/Rapid Release 11,430.00 Freestanding Play Shade IP227369D-001 SkyWays Hip 24'x24' Shade 14' Entry Height 11,388.00 Freestanding Play Shade IP227369H-001 SkyWays Hip 24'x24' Shade 14' Entry Height w/Rapid Release 12,753.00 Freestanding Play Shade IP227369A-001 SkyWays Hip 24'x24' Shade 8' Entry Height 9,587.00 Freestanding Play Shade IP227369E-001 SkyWays Hip 24'x24' Shade 8' Entry Height w/Rapid Release 10,721.00 Freestanding Play Shade IP227370B-001 SkyWays Hip 28'x28' Shade 10' Entry Height 11,288.00 Freestanding Play Shade IP227370F-001 SkyWays Hip 28'x28' Shade 10' Entry Height w/Rapid Release 12,553.00 Freestanding Play Shade IP227370C-001 SkyWays Hip 28'x28' Shade 12' Entry Height 12,753.00 Freestanding Play Shade IP227370G-001 SkyWays Hip 28'x28' Shade 12' Entry Height w/Rapid Release 14,002.00 Freestanding Play Shade IP227370D-001 SkyWays Hip 28'x28' Shade 14' Entry Height 12,852.00 Freestanding Play Shade IP227370H-001 SkyWays Hip 28'x28' Shade 14' Entry Height w/Rapid Release 14,086.00 Freestanding Play Shade IP227370A-001 SkyWays Hip 28'x28' Shade 8' Entry Height 10,658.00 Freestanding Play Shade IP227370E-001 SkyWays Hip 28'x28' Shade 8' Entry Height w/Rapid Release 12,469.00 Freestanding Play Shade IP227371B-001 SkyWays Hip 30'x30' Shade 10' Entry Height 14,658.00 Freestanding Play Shade IP227371F-001 SkyWays Hip 30'x30' Shade 10' Entry Height w/Rapid Release 16,779.00 Freestanding Play Shade IP227371C-001 SkyWays Hip 30'x30' Shade 12' Entry Height 15,882.00 Freestanding Play Shade IP227371G-001 SkyWays Hip 30'x30' Shade 12' Entry Height w/Rapid Release 17,310.00 Freestanding Play Shade IP227371D-001 SkyWays Hip 30'x30' Shade 14' Entry Height 16,013.00 Freestanding Play Shade IP227371H-001 SkyWays Hip 30'x30' Shade 14' Entry Height w/Rapid Release 18,270.00 Freestanding Play Shade IP227371A-001 SkyWays Hip 30'x30' Shade 8' Entry Height 13,887.00 Freestanding Play Shade IP227371E-001 SkyWays Hip 30'x30' Shade 8' Entry Height w/Rapid Release 15,603.00 Freestanding Play Shade IP215186B-001 SkyWays Hip 35'x35' Shade 10' Entry Height 19,079.00 Freestanding Play Shade IP215186F-001 SkyWays Hip 35'x35' Shade 10' Entry Height w/Rapid Release 20,328.00 Freestanding Play Shade IP215186C-001 SkyWays Hip 35'x35' Shade 12' Entry Height 20,302.00 Freestanding Play Shade IP215186G-001 SkyWays Hip 35'x35' Shade 12' Entry Height w/Rapid Release 22,040.00 Freestanding Play Shade IP215186D-001 SkyWays Hip 35'x35' Shade 14' Entry Height 22,145.00 Freestanding Play Shade IP215186H-001 SkyWays Hip 35'x35' Shade 14' Entry Height w/Rapid Release 22,575.00 Freestanding Play Shade IP215186A-001 SkyWays Hip 35'x35' Shade 8' Entry Height 17,504.00 Freestanding Play Shade IP215186E-001 SkyWays Hip 35'x35' Shade 8' Entry Height w/Rapid Release 18,738.00 Freestanding Play Shade IP215187B-001 SkyWays Hip 40'x40' Shade 10' Entry Height 20,617.00 Freestanding Play Shade IP215187F-001 SkyWays Hip 40'x40' Shade 10' Entry Height w/Rapid Release 22,439.00 Freestanding Play Shade IP215187C-001 SkyWays Hip 40'x40' Shade 12' Entry Height 22,922.00 Freestanding Play Shade IP215187G-001 SkyWays Hip 40'x40' Shade 12' Entry Height w/Rapid Release 23,389.00 Freestanding Play Shade IP215187D-001 SkyWays Hip 40'x40' Shade 14' Entry Height 23,079.00 Freestanding Play Shade IP215187H-001 SkyWays Hip 40'x40' Shade 14' Entry Height w/Rapid Release 23,930.00 Freestanding Play Shade IP215187A-001 SkyWays Hip 40'x40' Shade 8' Entry Height 20,460.00 Freestanding Play Shade IP215187E-001 SkyWays Hip 40'x40' Shade 8' Entry Height w/Rapid Release 21,457.00 Freestanding Play Sports & Fitness IP281790A-001 Skyways Shade for use with HealthBeat Circuit 28,755.00 Freestanding Play Shade IP267723B-001 SkyWays Single Post Hypar 10'x10' Shade 10' Entry Height 4,830.00 Freestanding Play Shade IP267723C-001 SkyWays Single Post Hypar 10'x10' Shade 12' Entry Height 5,004.00 Freestanding Play Shade IP267723D-001 SkyWays Single Post Hypar 10'x10' Shade 14' Entry Height 5,245.00 Freestanding Play Shade IP267723A-001 SkyWays Single Post Hypar 10'x10' Shade 8' Entry Height 4,652.00 Freestanding Play Shade IP267724B-001 SkyWays Single Post Hypar 12'x12' Shade 10' Entry Height 5,445.00 Freestanding Play Shade IP267724F-001 SkyWays Single Post Hypar 12'x12' Shade 10' Entry Height w/Rapid Release7,214.00 Freestanding Play Shade IP267724C-001 SkyWays Single Post Hypar 12'x12' Shade 12' Entry Height 5,460.00 Freestanding Play Shade IP267724G-001 SkyWays Single Post Hypar 12'x12' Shade 12' Entry Height w/Rapid Release7,497.00 Freestanding Play Shade IP267724D-001 SkyWays Single Post Hypar 12'x12' Shade 14' Entry Height 5,765.00 Freestanding Play Shade IP267724H-001 SkyWays Single Post Hypar 12'x12' Shade 14' Entry Height w/Rapid Release7,629.00 Freestanding Play Shade IP267724A-001 SkyWays Single Post Hypar 12'x12' Shade 8' Entry Height 5,271.00 Freestanding Play Shade IP267724E-001 SkyWays Single Post Hypar 12'x12' Shade 8' Entry Height w/Rapid Release7,177.00 Freestanding Play Shade IP267725B-001 SkyWays Single Post Hypar 14'x14' Shade 10' Entry Height 6,012.00 Freestanding Play Shade IP267725F-001 SkyWays Single Post Hypar 14'x14' Shade 10' Entry Height w/Rapid Release7,970.00 Freestanding Play Shade IP267725C-001 SkyWays Single Post Hypar 14'x14' Shade 12' Entry Height 6,111.00 Freestanding Play Shade IP267725G-001 SkyWays Single Post Hypar 14'x14' Shade 12' Entry Height w/Rapid Release8,243.00 Freestanding Play Shade IP267725D-001 SkyWays Single Post Hypar 14'x14' Shade 14' Entry Height 6,390.00 Freestanding Play Shade IP267725H-001 SkyWays Single Post Hypar 14'x14' Shade 14' Entry Height w/Rapid Release7,975.00 Freestanding Play Shade IP267725A-001 SkyWays Single Post Hypar 14'x14' Shade 8' Entry Height 5,917.00 Freestanding Play Shade IP267725E-001 SkyWays Single Post Hypar 14'x14' Shade 8' Entry Height w/Rapid Release7,728.00 Freestanding Play Shade IP267726B-001 SkyWays Single Post Hypar 16'x16' Shade 10' Entry Height 6,636.00 Freestanding Play Shade IP267726F-001 SkyWays Single Post Hypar 16'x16' Shade 10' Entry Height w/Rapid release8,789.00 Freestanding Play Shade IP267726C-001 SkyWays Single Post Hypar 16'x16' Shade 12' Entry Height 7,025.00 Freestanding Play Shade IP267726G-001 SkyWays Single Post Hypar 16'x16' Shade 12' Entry Height w/Rapid release8,642.00 Freestanding Play Shade IP267726D-001 SkyWays Single Post Hypar 16'x16' Shade 14' Entry Height 7,072.00 Freestanding Play Shade IP267726H-001 SkyWays Single Post Hypar 16'x16' Shade 14' Entry Height w/Rapid release9,099.00 Freestanding Play Shade IP267726A-001 SkyWays Single Post Hypar 16'x16' Shade 8' Entry Height 6,489.00 Freestanding Play Shade IP267726E-001 SkyWays Single Post Hypar 16'x16' Shade 8' Entry Height w/Rapid release8,757.00 Freestanding Play Shade IP237668B-001 SkyWays Single Post Pyramid 10'x10' Shade 10' Entry Height 4,757.00 Freestanding Play Shade IP237668C-001 SkyWays Single Post Pyramid 10'x10' Shade 12' Entry Height 4,862.00 Freestanding Play Shade IP237668D-001 SkyWays Single Post Pyramid 10'x10' Shade 14' Entry Height 5,282.00 Freestanding Play Shade IP237668A-001 SkyWays Single Post Pyramid 10'x10' Shade 8' Entry Height 4,578.00 Freestanding Play Shade IP237669B-001 SkyWays Single Post Pyramid 12'x12' Shade 10' Entry Height 5,240.00 Freestanding Play Shade IP237669F-001 SkyWays Single Post Pyramid 12'x12' Shade 10' Entry Height w/Rapid Release7,067.00 Freestanding Play Shade IP237669C-001 SkyWays Single Post Pyramid 12'x12' Shade 12' Entry Height 5,376.00 Freestanding Play Shade IP237669G-001 SkyWays Single Post Pyramid 12'x12' Shade 12' Entry Height w/Rapid Release7,503.00 Freestanding Play Shade IP237669D-001 SkyWays Single Post Pyramid 12'x12' Shade 14' Entry Height 5,691.00 Freestanding Play Shade IP237669H-001 SkyWays Single Post Pyramid 12'x12' Shade 14' Entry Height w/Rapid Release7,492.00 Freestanding Play Shade IP237669A-001 SkyWays Single Post Pyramid 12'x12' Shade 8' Entry Height 5,361.00 Freestanding Play Shade IP237669E-001 SkyWays Single Post Pyramid 12'x12' Shade 8' Entry Height w/Rapid Release6,836.00 Freestanding Play Shade IP237670B-001 SkyWays Single Post Pyramid 14'x14' Shade 10' Entry Height 6,127.00 Freestanding Play Shade IP237670F-001 SkyWays Single Post Pyramid 14'x14' Shade 10' Entry Height w/Rapid Release8,075.00 Freestanding Play Shade IP237670C-001 SkyWays Single Post Pyramid 14'x14' Shade 12' Entry Height 6,474.00 Freestanding Play Shade IP237670G-001 SkyWays Single Post Pyramid 14'x14' Shade 12' Entry Height w/Rapid Release8,169.00 Freestanding Play Shade IP237670D-001 SkyWays Single Post Pyramid 14'x14' Shade 14' Entry Height 6,463.00 Freestanding Play Shade IP237670H-001 SkyWays Single Post Pyramid 14'x14' Shade 14' Entry Height w/Rapid Release8,353.00 Freestanding Play Shade IP237670A-001 SkyWays Single Post Pyramid 14'x14' Shade 8' Entry Height 5,739.00 Freestanding Play Shade IP237670E-001 SkyWays Single Post Pyramid 14'x14' Shade 8' Roof Height w/Rapid Release7,739.00 Freestanding Play Shade IP237671B-001 SkyWays Single Post Pyramid 16'x16' Shade 10' Entry Height 6,762.00 Freestanding Play Shade IP237671F-001 SkyWays Single Post Pyramid 16'x16' Shade 10' Entry Height w/Rapid Release8,836.00 Freestanding Play Shade IP237671C-001 SkyWays Single Post Pyramid 16'x16' Shade 12' Entry Height 7,282.00 Freestanding Play Shade IP237671G-001 SkyWays Single Post Pyramid 16'x16' Shade 12' Entry Height w/Rapid Release8,957.00 Freestanding Play Shade IP237671D-001 SkyWays Single Post Pyramid 16'x16' Shade 14' Entry Height 7,366.00 Freestanding Play Shade IP237671H-001 SkyWays Single Post Pyramid 16'x16' Shade 14' Entry Height w/Rapid Release9,062.00 Freestanding Play Shade IP237671A-001 SkyWays Single Post Pyramid 16'x16' Shade 8' Entry Height 6,831.00 Freestanding Play Shade IP237671E-001 SkyWays Single Post Pyramid 16'x16' Shade 8' Entry Height w/Rapid Release8,768.00 Freestanding Play Shade IP237677A-001 SkyWays Triangle Sail 20'x20'x20' Shade 8'/10'/12' Entry Height14,286.00 Freestanding Play Shade IP237676B-001 SkyWays Two-Post Hip 14'x22' Shade 10' Entry Height 7,854.00 Freestanding Play Shade IP237676F-001 SkyWays Two-Post Hip 14'x22' Shade 10' Entry Height w/Rapid Release8,673.00 Freestanding Play Shade IP237676C-001 SkyWays Two-Post Hip 14'x22' Shade 12' Entry Height 8,138.00 Freestanding Play Shade IP237676G-001 SkyWays Two-Post Hip 14'x22' Shade 12' Entry Height w/Rapid Release9,393.00 Freestanding Play Shade IP237676D-001 SkyWays Two-Post Hip 14'x22' Shade 14' Entry Height 8,248.00 Freestanding Play Shade IP237676H-001 SkyWays Two-Post Hip 14'x22' Shade 14' Entry Height w/Rapid Release9,624.00 Freestanding Play Shade IP237676A-001 SkyWays Two-Post Hip 14'x22' Shade 8' Entry Height 7,445.00 Freestanding Play Shade IP237676E-001 SkyWays Two-Post Hip 14'x22' Shade 8' Entry Height w/Rapid Release8,663.00 PlayShaper®Enclosures PS111387A-003 Slant Entrance Panel 12"SM 1,407.00 PlayBooster®Enclosures PB115242B-001 Slant Entrance Panel 2"SM 1,780.00 Freestanding Play Learning Wall LW184871A-002 Slant Entrance Panel 2"SM 1,407.00 PlayShaper®Enclosures PS111387A-002 Slant Entrance Panel 2"SM 1,407.00 PlayBooster®Enclosures PB115242A-001 Slant Entrance Panel DB 1,539.00 Freestanding Play Learning Wall LW184871A-001 Slant Entrance Panel DB 1,308.00 PlayShaper®Enclosures PS111387A-001 Slant Entrance Panel DB 1,308.00 Freestanding Play Learning Wall LW184852A-001 Slant Window Panel 1,654.00 PlayShaper®Enclosures PS111281A-001 Slant Window Panel Above Deck 1,654.00 PlayBooster®Enclosures PB115222A-001 Slant Window Panel Above Deck 1,733.00 PlayShaper®Enclosures PS111281A-002 Slant Window Panel Ground Level 1,654.00 PlayBooster®Enclosures PB115222A-003 Slant Window Panel Ground Level Under 48"Dk 1,964.00 PlayBooster®Enclosures PB115222A-004 Slant Window Panel Ground Level Under 56"Dk 1,964.00 PlayShaper®Slides PS132117A-003 SlideWinder2 30"Dk DB 1 Left 2,772.00 PlayShaper®Slides PS132117A-002 SlideWinder2 30"Dk DB 1 Right 2,772.00 PlayShaper®Slides PS132117A-001 SlideWinder2 30"Dk DB 1 Straight 2,772.00 PlayBooster®Slides PB124863A-009 SlideWinder2 32"Dk 12"SM 1 Left 2,846.00 PlayShaper®Slides PS132117A-012 SlideWinder2 32"Dk 12"SM 1 Left 2,846.00 PlayBooster®Slides PB124863A-006 SlideWinder2 32"Dk 12"SM 1 Right 2,846.00 PlayShaper®Slides PS132117A-009 SlideWinder2 32"Dk 12"SM 1 Right 2,846.00 PlayBooster®Slides PB124863A-003 SlideWinder2 32"Dk 12"SM 1 Straight 2,846.00 PlayShaper®Slides PS132117A-006 SlideWinder2 32"Dk 12"SM 1 Straight 2,846.00 PlayBooster®Slides PB124863A-008 SlideWinder2 32"Dk 2"SM 1 Left 2,667.00 PlayShaper®Slides PS132117A-011 SlideWinder2 32"Dk 2"SM 1 Left 2,667.00 PlayBooster®Slides PB124863A-005 SlideWinder2 32"Dk 2"SM 1 Right 2,667.00 PlayShaper®Slides PS132117A-008 SlideWinder2 32"Dk 2"SM 1 Right 2,667.00 PlayBooster®Slides PB124863A-002 SlideWinder2 32"Dk 2"SM 1 Straight 2,667.00 PlayShaper®Slides PS132117A-005 SlideWinder2 32"Dk 2"SM 1 Straight 2,667.00 PlayBooster®Slides PB124863A-007 SlideWinder2 32"Dk DB 1 Left 2,772.00 PlayShaper®Slides PS132117A-010 SlideWinder2 32"Dk DB 1 Left 2,772.00 PlayBooster®Slides PB124863A-004 SlideWinder2 32"Dk DB 1 Right 2,772.00 PlayShaper®Slides PS132117A-007 SlideWinder2 32"Dk DB 1 Right 2,772.00 PlayBooster®Slides PB124863A-001 SlideWinder2 32"Dk DB 1 Straight 2,772.00 PlayShaper®Slides PS132117A-004 SlideWinder2 32"Dk DB 1 Straight 2,772.00 PlayShaper®Slides PS132117B-003 SlideWinder2 36"Dk DB 1 Left 3,119.00 PlayShaper®Slides PS132117B-002 SlideWinder2 36"Dk DB 1 Right 3,119.00 PlayShaper®Slides PS132117B-001 SlideWinder2 36"Dk DB 1 Straight 3,119.00 PlayBooster®Slides PB124863B-009 SlideWinder2 40"Dk 12"SM 1 Left 3,208.00 PlayShaper®Slides PS132117B-012 SlideWinder2 40"Dk 12"SM 1 Left 3,208.00 PlayBooster®Slides PB124863B-006 SlideWinder2 40"Dk 12"SM 1 Right 3,208.00 PlayShaper®Slides PS132117B-009 SlideWinder2 40"Dk 12"SM 1 Right 3,208.00 PlayBooster®Slides PB124863B-003 SlideWinder2 40"Dk 12"SM 1 Straight 3,208.00 PlayShaper®Slides PS132117B-006 SlideWinder2 40"Dk 12"SM 1 Straight 3,208.00 PlayBooster®Slides PB124863B-008 SlideWinder2 40"Dk 2"SM 1 Left 3,035.00 PlayShaper®Slides PS132117B-011 SlideWinder2 40"Dk 2"SM 1 Left 3,035.00 PlayBooster®Slides PB124863B-005 SlideWinder2 40"Dk 2"SM 1 Right 3,035.00 PlayShaper®Slides PS132117B-008 SlideWinder2 40"Dk 2"SM 1 Right 3,035.00 PlayBooster®Slides PB124863B-002 SlideWinder2 40"Dk 2"SM 1 Straight 3,035.00 PlayShaper®Slides PS132117B-005 SlideWinder2 40"Dk 2"SM 1 Straight 3,035.00 PlayBooster®Slides PB124863B-007 SlideWinder2 40"Dk DB 1 Left 3,119.00 PlayShaper®Slides PS132117B-010 SlideWinder2 40"Dk DB 1 Left 3,119.00 PlayBooster®Slides PB124863B-004 SlideWinder2 40"Dk DB 1 Right 3,119.00 PlayShaper®Slides PS132117B-007 SlideWinder2 40"Dk DB 1 Right 3,119.00 PlayBooster®Slides PB124863B-001 SlideWinder2 40"Dk DB 1 Straight 3,119.00 PlayShaper®Slides PS132117B-004 SlideWinder2 40"Dk DB 1 Straight 3,119.00 PlayBooster®Slides PB124863C-018 SlideWinder2 48"Dk 12"SM 1 Right 1 Left 3,728.00 PlayShaper®Slides PS132117C-018 SlideWinder2 48"Dk 12"SM 1 Right 1 Left 3,728.00 PlayBooster®Slides PB124863C-015 SlideWinder2 48"Dk 12"SM 1 Straight 1 Left 3,728.00 PlayShaper®Slides PS132117C-015 SlideWinder2 48"Dk 12"SM 1 Straight 1 Left 3,728.00 PlayBooster®Slides PB124863C-012 SlideWinder2 48"Dk 12"SM 1 Straight 1 Right 3,728.00 PlayShaper®Slides PS132117C-012 SlideWinder2 48"Dk 12"SM 1 Straight 1 Right 3,728.00 PlayBooster®Slides PB124863C-009 SlideWinder2 48"Dk 12"SM 2 Left 3,728.00 PlayShaper®Slides PS132117C-009 SlideWinder2 48"Dk 12"SM 2 Left 3,728.00 PlayBooster®Slides PB124863C-006 SlideWinder2 48"Dk 12"SM 2 Right 3,728.00 PlayShaper®Slides PS132117C-006 SlideWinder2 48"Dk 12"SM 2 Right 3,728.00 PlayBooster®Slides PB124863C-003 SlideWinder2 48"Dk 12"SM 2 Straight 3,728.00 PlayShaper®Slides PS132117C-003 SlideWinder2 48"Dk 12"SM 2 Straight 3,728.00 PlayBooster®Slides PB124863C-017 SlideWinder2 48"Dk 2"SM 1 Right 1 Left 3,518.00 PlayShaper®Slides PS132117C-017 SlideWinder2 48"Dk 2"SM 1 Right 1 Left 3,518.00 PlayBooster®Slides PB124863C-014 SlideWinder2 48"Dk 2"SM 1 Straight 1 Left 3,518.00 PlayShaper®Slides PS132117C-014 SlideWinder2 48"Dk 2"SM 1 Straight 1 Left 3,518.00 PlayBooster®Slides PB124863C-011 SlideWinder2 48"Dk 2"SM 1 Straight 1 Right 3,518.00 PlayShaper®Slides PS132117C-011 SlideWinder2 48"Dk 2"SM 1 Straight 1 Right 3,518.00 PlayBooster®Slides PB124863C-008 SlideWinder2 48"Dk 2"SM 2 Left 3,518.00 PlayShaper®Slides PS132117C-008 SlideWinder2 48"Dk 2"SM 2 Left 3,518.00 PlayBooster®Slides PB124863C-005 SlideWinder2 48"Dk 2"SM 2 Right 3,518.00 PlayShaper®Slides PS132117C-005 SlideWinder2 48"Dk 2"SM 2 Right 3,518.00 PlayBooster®Slides PB124863C-002 SlideWinder2 48"Dk 2"SM 2 Straight 3,518.00 PlayShaper®Slides PS132117C-002 SlideWinder2 48"Dk 2"SM 2 Straight 3,518.00 PlayBooster®Slides PB124863C-016 SlideWinder2 48"Dk DB 1 Right 1 Left 3,502.00 PlayShaper®Slides PS132117C-016 SlideWinder2 48"Dk DB 1 Right 1 Left 3,502.00 PlayBooster®Slides PB124863C-013 SlideWinder2 48"Dk DB 1 Straight 1 Left 3,502.00 PlayShaper®Slides PS132117C-013 SlideWinder2 48"Dk DB 1 Straight 1 Left 3,502.00 PlayBooster®Slides PB124863C-010 SlideWinder2 48"Dk DB 1 Straight 1 Right 3,502.00 PlayShaper®Slides PS132117C-010 SlideWinder2 48"Dk DB 1 Straight 1 Right 3,502.00 PlayBooster®Slides PB124863C-007 SlideWinder2 48"Dk DB 2 Left 3,502.00 PlayShaper®Slides PS132117C-007 SlideWinder2 48"Dk DB 2 Left 3,502.00 PlayBooster®Slides PB124863C-004 SlideWinder2 48"Dk DB 2 Right 3,502.00 PlayShaper®Slides PS132117C-004 SlideWinder2 48"Dk DB 2 Right 3,502.00 PlayBooster®Slides PB124863C-001 SlideWinder2 48"Dk DB 2 Straight 3,502.00 PlayShaper®Slides PS132117C-001 SlideWinder2 48"Dk DB 2 Straight 3,502.00 PlayBooster®Slides PB124863D-015 SlideWinder2 56"Dk 12"SM 1 Right 1 Left 4,122.00 PlayBooster®Slides PB124863D-009 SlideWinder2 56"Dk 12"SM 1 Straight 1 Left 4,122.00 PlayBooster®Slides PB124863D-006 SlideWinder2 56"Dk 12"SM 1 Straight 1 Right 4,122.00 PlayBooster®Slides PB124863D-018 SlideWinder2 56"Dk 12"SM 2 Left 4,122.00 PlayBooster®Slides PB124863D-012 SlideWinder2 56"Dk 12"SM 2 Right 4,122.00 PlayBooster®Slides PB124863D-003 SlideWinder2 56"Dk 12"SM 2 Straight 4,122.00 PlayBooster®Slides PB124863D-014 SlideWinder2 56"Dk 2"SM 1 Right 1 Left 3,927.00 PlayBooster®Slides PB124863D-008 SlideWinder2 56"Dk 2"SM 1 Straight 1 Left 3,927.00 PlayBooster®Slides PB124863D-005 SlideWinder2 56"Dk 2"SM 1 Straight 1 Right 3,927.00 PlayBooster®Slides PB124863D-017 SlideWinder2 56"Dk 2"SM 2 Left 3,927.00 PlayBooster®Slides PB124863D-011 SlideWinder2 56"Dk 2"SM 2 Right 3,927.00 PlayBooster®Slides PB124863D-002 SlideWinder2 56"Dk 2"SM 2 Straight 3,927.00 PlayBooster®Slides PB124863D-013 SlideWinder2 56"Dk DB 1 Right 1 Left 3,922.00 PlayBooster®Slides PB124863D-007 SlideWinder2 56"Dk DB 1 Straight 1 Left 3,922.00 PlayBooster®Slides PB124863D-004 SlideWinder2 56"Dk DB 1 Straight 1 Right 3,922.00 PlayBooster®Slides PB124863D-016 SlideWinder2 56"Dk DB 2 Left 3,922.00 PlayBooster®Slides PB124863D-010 SlideWinder2 56"Dk DB 2 Right 3,922.00 PlayBooster®Slides PB124863D-001 SlideWinder2 56"Dk DB 2 Straight 3,922.00 PlayBooster®Slides PB124863E-027 SlideWinder2 64"Dk 12"SM 1 Right 2 Left 4,269.00 PlayBooster®Slides PB124863E-018 SlideWinder2 64"Dk 12"SM 1 Straight 1 Right 1 Left 4,269.00 PlayBooster®Slides PB124863E-015 SlideWinder2 64"Dk 12"SM 1 Straight 2 Left 4,269.00 PlayBooster®Slides PB124863E-012 SlideWinder2 64"Dk 12"SM 1 Straight 2 Right 4,269.00 PlayBooster®Slides PB124863E-024 SlideWinder2 64"Dk 12"SM 2 Right 1 Left 4,269.00 PlayBooster®Slides PB124863E-009 SlideWinder2 64"Dk 12"SM 2 Straight 1 Left 4,269.00 PlayBooster®Slides PB124863E-006 SlideWinder2 64"Dk 12"SM 2 Straight 1 Right 4,269.00 PlayBooster®Slides PB124863E-030 SlideWinder2 64"Dk 12"SM 3 Left 4,269.00 PlayBooster®Slides PB124863E-021 SlideWinder2 64"Dk 12"SM 3 Right 4,269.00 PlayBooster®Slides PB124863E-003 SlideWinder2 64"Dk 12"SM 3 Straight 4,269.00 PlayBooster®Slides PB124863E-026 SlideWinder2 64"Dk 2"SM 1 Right 2 Left 4,122.00 PlayBooster®Slides PB124863E-017 SlideWinder2 64"Dk 2"SM 1 Straight 1 Right 1 Left 4,122.00 PlayBooster®Slides PB124863E-014 SlideWinder2 64"Dk 2"SM 1 Straight 2 Left 4,122.00 PlayBooster®Slides PB124863E-011 SlideWinder2 64"Dk 2"SM 1 Straight 2 Right 4,122.00 PlayBooster®Slides PB124863E-023 SlideWinder2 64"Dk 2"SM 2 Right 1 Left 4,122.00 PlayBooster®Slides PB124863E-008 SlideWinder2 64"Dk 2"SM 2 Straight 1 Left 4,122.00 PlayBooster®Slides PB124863E-005 SlideWinder2 64"Dk 2"SM 2 Straight 1 Right 4,122.00 PlayBooster®Slides PB124863E-029 SlideWinder2 64"Dk 2"SM 3 Left 4,122.00 PlayBooster®Slides PB124863E-020 SlideWinder2 64"Dk 2"SM 3 Right 4,122.00 PlayBooster®Slides PB124863E-002 SlideWinder2 64"Dk 2"SM 3 Straight 4,122.00 PlayBooster®Slides PB124863E-025 SlideWinder2 64"Dk DB 1 Right 2 Left 4,085.00 PlayBooster®Slides PB124863E-016 SlideWinder2 64"Dk DB 1 Straight 1 Right 1 Left 4,085.00 PlayBooster®Slides PB124863E-013 SlideWinder2 64"Dk DB 1 Straight 2 Left 4,085.00 PlayBooster®Slides PB124863E-010 SlideWinder2 64"Dk DB 1 Straight 2 Right 4,085.00 PlayBooster®Slides PB124863E-022 SlideWinder2 64"Dk DB 2 Right 1 Left 4,085.00 PlayBooster®Slides PB124863E-007 SlideWinder2 64"Dk DB 2 Straight 1 Left 4,085.00 PlayBooster®Slides PB124863E-004 SlideWinder2 64"Dk DB 2 Straight 1 Right 4,085.00 PlayBooster®Slides PB124863E-028 SlideWinder2 64"Dk DB 3 Left 4,085.00 PlayBooster®Slides PB124863E-019 SlideWinder2 64"Dk DB 3 Right 4,085.00 PlayBooster®Slides PB124863E-001 SlideWinder2 64"Dk DB 3 Straight 4,085.00 PlayBooster®Slides PB124863F-027 SlideWinder2 72"Dk 12"SM 1 Right 2 Left 5,019.00 PlayBooster®Slides PB124863F-018 SlideWinder2 72"Dk 12"SM 1 Straight 1 Right 1 Left 5,019.00 PlayBooster®Slides PB124863F-015 SlideWinder2 72"Dk 12"SM 1 Straight 2 Left 5,019.00 PlayBooster®Slides PB124863F-012 SlideWinder2 72"Dk 12"SM 1 Straight 2 Right 5,019.00 PlayBooster®Slides PB124863F-024 SlideWinder2 72"Dk 12"SM 2 Right 1 Left 5,019.00 PlayBooster®Slides PB124863F-009 SlideWinder2 72"Dk 12"SM 2 Straight 1 Left 5,019.00 PlayBooster®Slides PB124863F-006 SlideWinder2 72"Dk 12"SM 2 Straight 1 Right 5,019.00 PlayBooster®Slides PB124863F-030 SlideWinder2 72"Dk 12"SM 3 Left 5,019.00 PlayBooster®Slides PB124863F-021 SlideWinder2 72"Dk 12"SM 3 Right 5,019.00 PlayBooster®Slides PB124863F-003 SlideWinder2 72"Dk 12"SM 3 Straight 5,019.00 PlayBooster®Slides PB124863F-026 SlideWinder2 72"Dk 2"SM 1 Right 2 Left 4,851.00 PlayBooster®Slides PB124863F-017 SlideWinder2 72"Dk 2"SM 1 Straight 1 Right 1 Left 4,851.00 PlayBooster®Slides PB124863F-014 SlideWinder2 72"Dk 2"SM 1 Straight 2 Left 4,851.00 PlayBooster®Slides PB124863F-011 SlideWinder2 72"Dk 2"SM 1 Straight 2 Right 4,851.00 PlayBooster®Slides PB124863F-023 SlideWinder2 72"Dk 2"SM 2 Right 1 Left 4,851.00 PlayBooster®Slides PB124863F-008 SlideWinder2 72"Dk 2"SM 2 Straight 1 Left 4,851.00 PlayBooster®Slides PB124863F-005 SlideWinder2 72"Dk 2"SM 2 Straight 1 Right 4,851.00 PlayBooster®Slides PB124863F-029 SlideWinder2 72"Dk 2"SM 3 Left 4,851.00 PlayBooster®Slides PB124863F-020 SlideWinder2 72"Dk 2"SM 3 Right 4,851.00 PlayBooster®Slides PB124863F-002 SlideWinder2 72"Dk 2"SM 3 Straight 4,851.00 PlayBooster®Slides PB124863F-025 SlideWinder2 72"Dk DB 1 Right 2 Left 4,762.00 PlayBooster®Slides PB124863F-016 SlideWinder2 72"Dk DB 1 Straight 1 Right 1 Left 4,762.00 PlayBooster®Slides PB124863F-013 SlideWinder2 72"Dk DB 1 Straight 2 Left 4,762.00 PlayBooster®Slides PB124863F-010 SlideWinder2 72"Dk DB 1 Straight 2 Right 4,762.00 PlayBooster®Slides PB124863F-022 SlideWinder2 72"Dk DB 2 Right 1 Left 4,762.00 PlayBooster®Slides PB124863F-007 SlideWinder2 72"Dk DB 2 Straight 1 Left 4,762.00 PlayBooster®Slides PB124863F-004 SlideWinder2 72"Dk DB 2 Straight 1 Right 4,762.00 PlayBooster®Slides PB124863F-028 SlideWinder2 72"Dk DB 3 Left 4,762.00 PlayBooster®Slides PB124863F-019 SlideWinder2 72"Dk DB 3 Right 4,762.00 PlayBooster®Slides PB124863F-001 SlideWinder2 72"Dk DB 3 Straight 4,762.00 PlayBooster®Slides PB124863G-001 SlideWinder2 96"Dk DB Only 1 Right 4 Left 5,644.00 PlayBooster®Slides PB124863G-006 SlideWinder2 96"Dk DB Only 1 Straight 1 Right 3 Left 5,644.00 PlayBooster®Slides PB124863G-007 SlideWinder2 96"Dk DB Only 1 Straight 2 Right 2 Left 5,644.00 PlayBooster®Slides PB124863G-008 SlideWinder2 96"Dk DB Only 1 Straight 3 Right 1 Left 5,644.00 PlayBooster®Slides PB124863G-005 SlideWinder2 96"Dk DB Only 1 Straight 4 Left 5,644.00 PlayBooster®Slides PB124863G-009 SlideWinder2 96"Dk DB Only 1 Straight 4 Right 5,644.00 PlayBooster®Slides PB124863G-002 SlideWinder2 96"Dk DB Only 2 Right 3 Left 5,644.00 PlayBooster®Slides PB124863G-011 SlideWinder2 96"Dk DB Only 2 Straight 1 Right 2 Left 5,644.00 PlayBooster®Slides PB124863G-012 SlideWinder2 96"Dk DB Only 2 Straight 2 Right 1 Left 5,644.00 PlayBooster®Slides PB124863G-010 SlideWinder2 96"Dk DB Only 2 Straight 3 Left 5,644.00 PlayBooster®Slides PB124863G-013 SlideWinder2 96"Dk DB Only 2 Straight 3 Right 5,644.00 PlayBooster®Slides PB124863G-003 SlideWinder2 96"Dk DB Only 3 Right 2 Left 5,644.00 PlayBooster®Slides PB124863G-015 SlideWinder2 96"Dk DB Only 3 Straight 1 Right 1 Left 5,644.00 PlayBooster®Slides PB124863G-014 SlideWinder2 96"Dk DB Only 3 Straight 2 Left 5,644.00 PlayBooster®Slides PB124863G-016 SlideWinder2 96"Dk DB Only 3 Straight 2 Right 5,644.00 PlayBooster®Slides PB124863G-004 SlideWinder2 96"Dk DB Only 4 Right 1 Left 5,644.00 PlayBooster®Slides PB124863G-017 SlideWinder2 96"Dk DB Only 4 Straight 1 Left 5,644.00 PlayBooster®Slides PB124863G-018 SlideWinder2 96"Dk DB Only 4 Straight 1 Right 5,644.00 PlayBooster®Slides PB124863G-019 SlideWinder2 96"Dk DB Only 5 Straight 5,644.00 PlayBooster®Slides PB169316A-001 SlideWinder2 w/Tree Branch Support 72"Dk DB 5,697.00 PlayBooster®Climbers w/Permalene HandholdsPB174449A-003 Sling Shot Climber 48"DK 12" SM 4,363.00 PlayBooster®Climbers w/Permalene HandholdsPB174449A-002 Sling Shot Climber 48"DK 2" SM 4,363.00 PlayBooster®Climbers w/Permalene HandholdsPB174449A-001 Sling Shot Climber 48"DK DB 4,206.00 PlayBooster®Climbers w/Permalene HandholdsPB174449B-003 Sling Shot Climber 56"DK 12" SM 4,363.00 PlayBooster®Climbers w/Permalene HandholdsPB174449B-002 Sling Shot Climber 56"DK 2" SM 4,363.00 PlayBooster®Climbers w/Permalene HandholdsPB174449B-001 Sling Shot Climber 56"DK DB 4,206.00 PlayBooster®Climbers w/Vibe HandholdsPB179028A-003 Sling Shot Climber w/Vibe Handholds 48"DK 12" SM 5,203.00 PlayBooster®Climbers w/Vibe HandholdsPB179028A-002 Sling Shot Climber w/Vibe Handholds 48"DK 2" SM 5,203.00 PlayBooster®Climbers w/Vibe HandholdsPB179028A-001 Sling Shot Climber w/Vibe Handholds 48"DK DB 5,009.00 PlayBooster®Climbers w/Vibe HandholdsPB179028B-003 Sling Shot Climber w/Vibe Handholds 56"DK 12" SM 5,203.00 PlayBooster®Climbers w/Vibe HandholdsPB179028B-002 Sling Shot Climber w/Vibe Handholds 56"DK 2" SM 5,203.00 PlayBooster®Climbers w/Vibe HandholdsPB179028B-001 Sling Shot Climber w/Vibe Handholds 56"DK DB 5,009.00 PlayBooster®Climbers w/Permalene HandholdsPB122913A-003 Snake Climber 48"Dk 12"SM 2,662.00 PlayBooster®Climbers w/Permalene HandholdsPB122913A-002 Snake Climber 48"Dk 2"SM 2,662.00 PlayBooster®Climbers w/Permalene HandholdsPB122913A-001 Snake Climber 48"Dk DB 2,468.00 PlayBooster®Climbers w/Permalene HandholdsPB122913A-006 Snake Climber 56"Dk 12"SM 2,662.00 PlayBooster®Climbers w/Permalene HandholdsPB122913A-005 Snake Climber 56"Dk 2"SM 2,662.00 PlayBooster®Climbers w/Permalene HandholdsPB122913A-004 Snake Climber 56"Dk DB 2,468.00 PlayBooster®Climbers w/Permalene HandholdsPB122913B-003 Snake Climber 64"Dk 12"SM 2,788.00 PlayBooster®Climbers w/Permalene HandholdsPB122913B-002 Snake Climber 64"Dk 2"SM 2,788.00 PlayBooster®Climbers w/Permalene HandholdsPB122913B-001 Snake Climber 64"Dk DB 2,578.00 PlayBooster®Climbers w/Permalene HandholdsPB122913B-006 Snake Climber 72"Dk 12"SM 2,788.00 PlayBooster®Climbers w/Permalene HandholdsPB122913B-005 Snake Climber 72"Dk 2"SM 2,788.00 PlayBooster®Climbers w/Permalene HandholdsPB122913B-004 Snake Climber 72"Dk DB 2,578.00 PlayBooster®Climbers Other PB126375A-002 Snake Climber 90*Tri-Deck 48"Dk 2"SM 3,633.00 PlayBooster®Climbers Other PB126375A-001 Snake Climber 90*Tri-Deck 48"Dk DB 3,423.00 PlayBooster®Climbers Other PB126375A-004 Snake Climber 90*Tri-Deck 56"Dk 2"SM 3,633.00 PlayBooster®Climbers Other PB126375A-003 Snake Climber 90*Tri-Deck 56"Dk DB 3,423.00 PlayBooster®Climbers Other PB126375B-002 Snake Climber 90*Tri-Deck 64"Dk 2"SM 3,775.00 PlayBooster®Climbers Other PB126375B-001 Snake Climber 90*Tri-Deck 64"Dk DB 3,591.00 PlayBooster®Climbers Other PB126375B-004 Snake Climber 90*Tri-Deck 72"Dk 2"SM 3,775.00 PlayBooster®Climbers Other PB126375B-003 Snake Climber 90*Tri-Deck 72"Dk DB 3,591.00 PlayBooster®Climbers w/SteelX HandholdsPB139490A-003 Snake Climber SteelX Handholds 48"Dk 12"SM 3,129.00 PlayBooster®Climbers w/SteelX HandholdsPB139490A-002 Snake Climber SteelX Handholds 48"Dk 2"SM 3,129.00 PlayBooster®Climbers w/SteelX HandholdsPB139490A-001 Snake Climber SteelX Handholds 48"Dk DB 2,909.00 PlayBooster®Climbers w/SteelX HandholdsPB139490A-006 Snake Climber SteelX Handholds 56"Dk 12"SM 3,129.00 PlayBooster®Climbers w/SteelX HandholdsPB139490A-005 Snake Climber SteelX Handholds 56"Dk 2"SM 3,129.00 PlayBooster®Climbers w/SteelX HandholdsPB139490A-004 Snake Climber SteelX Handholds 56"Dk DB 2,909.00 PlayBooster®Climbers w/SteelX HandholdsPB139490B-003 Snake Climber SteelX Handholds 64"Dk 12"SM 3,234.00 PlayBooster®Climbers w/SteelX HandholdsPB139490B-002 Snake Climber SteelX Handholds 64"Dk 2"SM 3,234.00 PlayBooster®Climbers w/SteelX HandholdsPB139490B-001 Snake Climber SteelX Handholds 64"Dk DB 3,040.00 PlayBooster®Climbers w/SteelX HandholdsPB139490B-006 Snake Climber SteelX Handholds 72"Dk 12"SM 3,234.00 PlayBooster®Climbers w/SteelX HandholdsPB139490B-005 Snake Climber SteelX Handholds 72"Dk 2"SM 3,234.00 PlayBooster®Climbers w/SteelX HandholdsPB139490B-004 Snake Climber SteelX Handholds 72"Dk DB 3,040.00 PlayBooster®Climbers w/Vibe HandholdsPB178957A-003 Snake Climber w/Vibe Handholds 48"Dk 12" SM 3,082.00 PlayBooster®Climbers w/Vibe HandholdsPB178957A-002 Snake Climber w/Vibe Handholds 48"Dk 2" SM 3,082.00 PlayBooster®Climbers w/Vibe HandholdsPB178957A-001 Snake Climber w/Vibe Handholds 48"Dk DB 2,872.00 PlayBooster®Climbers w/Vibe HandholdsPB178957A-006 Snake Climber w/Vibe Handholds 56"Dk 12" SM 3,082.00 PlayBooster®Climbers w/Vibe HandholdsPB178957A-005 Snake Climber w/Vibe Handholds 56"Dk 2" SM 3,082.00 PlayBooster®Climbers w/Vibe HandholdsPB178957A-004 Snake Climber w/Vibe Handholds 56"Dk DB 2,872.00 PlayBooster®Climbers w/Vibe HandholdsPB178957B-003 Snake Climber w/Vibe Handholds 64"Dk 12" SM 3,192.00 PlayBooster®Climbers w/Vibe HandholdsPB178957B-002 Snake Climber w/Vibe Handholds 64"Dk 2" SM 3,192.00 PlayBooster®Climbers w/Vibe HandholdsPB178957B-001 Snake Climber w/Vibe Handholds 64"Dk DB 3,014.00 PlayBooster®Climbers w/Vibe HandholdsPB178957B-006 Snake Climber w/Vibe Handholds 72"Dk 12" SM 3,192.00 PlayBooster®Climbers w/Vibe HandholdsPB178957B-005 Snake Climber w/Vibe Handholds 72"Dk 2" SM 3,192.00 PlayBooster®Climbers w/Vibe HandholdsPB178957B-004 Snake Climber w/Vibe Handholds 72"Dk DB 3,014.00 PlayBooster®Motion & More Fun PB193174A-003 Sol Spinner 12"SM 3,208.00 PlayBooster®Motion & More Fun PB193174A-002 Sol Spinner 2"SM 3,208.00 Freestanding Play Motion & More Fun IP201553A-001 Sol Spinner Add-On DB Only 3,119.00 PlayBooster®Motion & More Fun PB193174A-001 Sol Spinner DB 3,119.00 Freestanding Play Motion & More Fun IP201550A-001 Sol Spinner Steel Posts and DB Only 3,917.00 Evos®Motion & More Fun EV202824A-001 Sol Spinner w/Steel Posts and DB Only 3,917.00 Freestanding Play Learning Wall LW184879A-001 Space Travel Panel 1,733.00 PlayBooster®Enclosures PB123483A-001 Space Travel Panel Above Deck 1,801.00 PlayShaper®Enclosures PS123484A-001 Space Travel Panel Above Deck 1,733.00 PlayShaper®Enclosures PS123484A-002 Space Travel Panel Ground Level 1,733.00 PlayBooster®Enclosures PB123483A-003 Space Travel Panel Ground Level Under 48"Dk 2,043.00 PlayBooster®Enclosures PB123483A-004 Space Travel Panel Ground Level Under 56"Dk 2,043.00 PlayBooster®Climbers w/Permalene HandholdsPB174448A-002 SpaceLink Climber to 72" Deck Attached to Hex Deck 8,017.00 PlayBooster®Climbers w/Permalene HandholdsPB174448A-001 SpaceLink Climber to 72" Deck Attached to Square Deck 8,017.00 PlayBooster®Climbers w/Vibe HandholdsPB179017A-001 SpaceLink Climber w/Vibe Handholds to 72" Deck 8,442.00 PlayBooster®Climbers w/Permalene HandholdsPB145107A-001 SpaceWalk Climber 10,353.00 PlayBooster®Climbers w/Vibe HandholdsPB178962A-001 SpaceWalk Climber w/Vibe Handholds 11,183.00 Freestanding Play Climbers IP235755A-001 Spider Web Climber DB Only 3,649.00 PlayBooster®Climbers Other PB234095A-001 Spider Web Climber DB Only 3,649.00 Freestanding Play Sports & Fitness IP244061B-001 Spiderwalk (13+) 2"SM 19,168.00 Freestanding Play Sports & Fitness IP244061A-001 Spiderwalk (13+) DB 18,328.00 Freestanding Play Sports & Fitness IP244200B-001 Spiderwalk (5-12) 2"SM 19,047.00 Freestanding Play Sports & Fitness IP244200A-001 Spiderwalk (5-12) DB 18,202.00 PlayBooster®Climbers w/Permalene HandholdsPB122533A-002 Spiral Climber 32"Dk Left Handhold 1,229.00 PlayBooster®Climbers w/Permalene HandholdsPB122533A-001 Spiral Climber 32"Dk Right Handhold 1,229.00 PlayBooster®Climbers w/Permalene HandholdsPB122533B-002 Spiral Climber 40"Dk Left Handhold 1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB122533B-001 Spiral Climber 40"Dk Right Handhold 1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB122533B-004 Spiral Climber 48"Dk Left Handhold 1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB122533B-003 Spiral Climber 48"Dk Right Handhold 1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB122533C-002 Spiral Climber 56"Dk Left Handhold 2,211.00 PlayBooster®Climbers w/Permalene HandholdsPB122533C-001 Spiral Climber 56"Dk Right Handhold 2,211.00 PlayBooster®Climbers w/Permalene HandholdsPB122533C-004 Spiral Climber 64"Dk Left Handhold 2,211.00 PlayBooster®Climbers w/Permalene HandholdsPB122533C-003 Spiral Climber 64"Dk Right Handhold 2,211.00 PlayBooster®Climbers w/Permalene HandholdsPB122533D-002 Spiral Climber 72"Dk Left Handhold 2,757.00 PlayBooster®Climbers w/Permalene HandholdsPB122533D-001 Spiral Climber 72"Dk Right Handhold 2,757.00 PlayBooster®Climbers w/Vibe HandholdsPB179004A-002 Spiral Climber w/Vibe Handhold 32"Dk Left Handhold 1,502.00 PlayBooster®Climbers w/Vibe HandholdsPB179004A-001 Spiral Climber w/Vibe Handhold 32"Dk Right Handhold 1,502.00 PlayBooster®Climbers w/Vibe HandholdsPB179004B-002 Spiral Climber w/Vibe Handhold 40"Dk Left Handhold 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB179004B-001 Spiral Climber w/Vibe Handhold 40"Dk Right Handhold 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB179004B-004 Spiral Climber w/Vibe Handhold 48"Dk Left Handhold 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB179004B-003 Spiral Climber w/Vibe Handhold 48"Dk Right Handhold 2,006.00 PlayBooster®Climbers w/Vibe HandholdsPB179004C-002 Spiral Climber w/Vibe Handhold 56"Dk Left Handhold 2,484.00 PlayBooster®Climbers w/Vibe HandholdsPB179004C-001 Spiral Climber w/Vibe Handhold 56"Dk Right Handhold 2,484.00 PlayBooster®Climbers w/Vibe HandholdsPB179004C-004 Spiral Climber w/Vibe Handhold 64"Dk Left Handhold 2,484.00 PlayBooster®Climbers w/Vibe HandholdsPB179004C-003 Spiral Climber w/Vibe Handhold 64"Dk Right Handhold 2,484.00 PlayBooster®Climbers w/Vibe HandholdsPB179004D-002 Spiral Climber w/Vibe Handhold 72"Dk Left Handhold 3,014.00 PlayBooster®Climbers w/Vibe HandholdsPB179004D-001 Spiral Climber w/Vibe Handhold 72"Dk Right Handhold 3,014.00 Freestanding Play Sensory Play IP126202B-001 Splash Circuit 2"SM 5,502.00 Freestanding Play Sensory Play IP126202A-001 Splash Circuit DB 5,460.00 Freestanding Play Motion & More Fun IP125059B-002 Spring Platform 2"SM 2,221.00 Freestanding Play Motion & More Fun IP125059B-001 Spring Platform DB 3,056.00 Freestanding Play Motion & More Fun IP125059A-002 Spring Platform w/Handhold 2"SM 2,442.00 Freestanding Play Motion & More Fun IP125059A-001 Spring Platform w/Handhold DB 3,261.00 Freestanding Play Motion & More Fun IP120876A-002 Spring Pod 2"SM 657.00 Freestanding Play Motion & More Fun IP120876A-001 Spring Pod DB 578.00 Freestanding Play Motion & More Fun IP125059C-002 Spring Post 2"SM 2,998.00 Freestanding Play Motion & More Fun IP125059C-001 Spring Post DB 3,807.00 Freestanding Play Sports & Fitness IP137959A-001 Spring-Up Station Alum Post 1,465.00 Freestanding Play Sports & Fitness IP137959B-001 Spring-Up Station Steel Post 1,323.00 PlayBooster®Slides PB122033C-003 SpyroSlide 56"Dk 12"SM 7,728.00 PlayBooster®Slides PB122033C-002 SpyroSlide 56"Dk 2"SM 7,728.00 Freestanding Play Slides & Gliders IP203791B-002 SpyroSlide 56"Dk 2"SM 10,548.00 Freestanding Play Slides & Gliders IP203791B-001 SpyroSlide 56"Dk DB 10,180.00 PlayBooster®Slides PB122033C-001 SpyroSlide 56"Dk DB 7,560.00 PlayBooster®Slides PB122033D-003 SpyroSlide 56"w/Hanger Bracket 12"SM 8,206.00 PlayBooster®Slides PB122033D-002 SpyroSlide 56"w/Hanger Bracket 2"SM 8,206.00 PlayBooster®Slides PB122033D-001 SpyroSlide 56"w/Hanger Bracket DB 7,965.00 PlayBooster®Slides PB122033A-003 SpyroSlide 72"Dk 12"SM 8,626.00 PlayBooster®Slides PB122033A-002 SpyroSlide 72"Dk 2"SM 8,626.00 Freestanding Play Slides & Gliders IP203791A-002 SpyroSlide 72"Dk 2"SM 11,892.00 PlayBooster®Slides PB122033A-001 SpyroSlide 72"Dk DB 8,400.00 Freestanding Play Slides & Gliders IP203791A-001 SpyroSlide 72"Dk DB 11,535.00 PlayBooster®Slides PB122033B-003 SpyroSlide 72"w/Hanger Bracket 12"SM 9,067.00 PlayBooster®Slides PB122033B-002 SpyroSlide 72"w/Hanger Bracket 2"SM 9,067.00 PlayBooster®Slides PB122033B-001 SpyroSlide 72"w/Hanger Bracket DB 8,847.00 PlayShaper®Slides PS143480A-003 SpyroSlide Off 48"Dk 12"SM 7,823.00 PlayShaper®Slides PS143480A-002 SpyroSlide Off 48"Dk 2"SM 7,823.00 PlayShaper®Slides PS143480A-001 SpyroSlide Off 48"Dk DB 7,613.00 PlayShaper®Decks PS111238A-001 Square Deck Corner 977.00 PlayBooster®Decks PB111230A-001 Square Deck Corner 1,271.00 PlayShaper®Decks PS111239A-001 Square Deck Extension 1,024.00 PlayBooster®Decks PB111229A-001 Square Deck Extension 1,318.00 PlayBooster®Climbers Other PB271910A-001 Square Loop Incline Climber 90* Tri-Deck DB 2,237.00 PlayBooster®Climbers Other PB271910A-002 Square Loop Incline Climber 90* Tri-Deck SM 2,316.00 PlayBooster®Climbers w/Permalene HandholdsPB271908A-001 Square Loop Incline Climber w/Permalene Handholds 72" Deck DB1,654.00 PlayBooster®Climbers w/Permalene HandholdsPB271908A-002 Square Loop Incline Climber w/Permalene Handholds 72" Deck SM1,733.00 PlayBooster®Climbers w/Vibe HandholdsPB271909A-001 Square Loop Incline Climber w/Vibe Handholds 72" Deck DB 2,069.00 PlayBooster®Climbers w/Vibe HandholdsPB271909A-002 Square Loop Incline Climber w/Vibe Handholds 72" Deck SM 2,142.00 Freestanding Play Learning Wall LW179230A-004 Square Peak Tile Roof Custom Logo Panel 1,948.00 PlayBooster®Roofs PB129816A-004 Square Peak Tile Roof Custom Logo Panel 1,948.00 PlayShaper®Roofs PS179229A-004 Square Peak Tile Roof Custom Logo Panel 1,948.00 Freestanding Play Learning Wall LW179230B-001 Square Peak Tile Roof No Logo Panel 1,785.00 PlayBooster®Roofs PB129816B-001 Square Peak Tile Roof No Logo Panel 1,785.00 PlayShaper®Roofs PS179229B-001 Square Peak Tile Roof No Logo Panel 1,785.00 Freestanding Play Learning Wall LW179230A-001 Square Peak Tile Roof Standard Logo Panel 1,948.00 PlayBooster®Roofs PB129816A-001 Square Peak Tile Roof Standard Logo Panel 1,948.00 PlayShaper®Roofs PS179229A-001 Square Peak Tile Roof Standard Logo Panel 1,948.00 Freestanding Play Learning Wall LW179226A-004 Square Poly Roof Custom Logo Panels 1,733.00 PlayBooster®Roofs PB118110A-004 Square Poly Roof Custom Logo Panels 1,733.00 PlayShaper®Roofs PS179225A-004 Square Poly Roof Custom Logo Panels 1,733.00 Freestanding Play Learning Wall LW179226B-001 Square Poly Roof No Logo Panels 1,581.00 PlayBooster®Roofs PB118110B-001 Square Poly Roof No Logo Panels 1,581.00 PlayShaper®Roofs PS179225B-001 Square Poly Roof No Logo Panels 1,581.00 Freestanding Play Learning Wall LW179226A-001 Square Poly Roof Standard Logo Panels 1,733.00 PlayBooster®Roofs PB118110A-001 Square Poly Roof Standard Logo Panels 1,733.00 PlayShaper®Roofs PS179225A-001 Square Poly Roof Standard Logo Panels 1,733.00 PlayBooster®Roofs PB139375B-001 Square Roof w/Flag SteelX 4,484.00 PlayBooster®Roofs PB139375A-002 Square Roof w/o Flag SteelX 4,059.00 PlayBooster®Decks PB111228A-001 Square Tenderdeck 1,381.00 PlayShaper®Decks PS111237A-001 Square Tenderdeck 1,050.00 Freestanding Play Sports & Fitness IP192461B-001 Squat press 2"SM Order Post Separately*7,083.00 Freestanding Play Sports & Fitness IP192461A-001 Squat press DB Order Post Separately*7,035.00 PlayBooster®Slides PB194699A-001 Stainless Steel Spiral Slide DB Only 34,866.00 Evos®Slides & Gliders EV182181A-001 Stainless Steel Surf Slide 7,760.00 PlayBooster®Slides PB185527A-001 Stainless Steel Surf Slide DB Only 7,760.00 Freestanding Play Motion & More Fun IP148638B-001 Stand-Up Seesaw 2"SM 2,888.00 Freestanding Play Motion & More Fun IP148638A-001 Stand-Up Seesaw DB 3,397.00 Freestanding Play Motion & More Fun IP155077A-001 Stand-Up Spinner DB Only 2,347.00 Freestanding Play Climbers IP148041A-001 Star Seeker - DB Only 12,322.00 PlayBooster®Climbers w/Permalene HandholdsPB148039A-003 Star Seeker DB Only Attached to Hex Deck 4,930.00 PlayBooster®Climbers w/Permalene HandholdsPB148039A-001 Star Seeker DB Only Attached to Square Deck 4,930.00 PlayBooster®Climbers w/Permalene HandholdsPB148039A-002 Star Seeker DB Only Attached to Triangular Deck 4,930.00 PlayBooster®Climbers w/Vibe HandholdsPB179009A-006 Star Seeker w/Vibe Handhold DB Only Handhold on Left Attached to Hex Deck5,208.00 PlayBooster®Climbers w/Vibe HandholdsPB179009A-002 Star Seeker w/Vibe Handhold DB Only Handhold on Left Attached to Square Deck5,208.00 PlayBooster®Climbers w/Vibe HandholdsPB179009A-004 Star Seeker w/Vibe Handhold DB Only Handhold on Left Attached to Triangular Deck5,208.00 PlayBooster®Climbers w/Vibe HandholdsPB179009A-005 Star Seeker w/Vibe Handhold DB Only Handhold on Right Attached to Hex Deck5,208.00 PlayBooster®Climbers w/Vibe HandholdsPB179009A-001 Star Seeker w/Vibe Handhold DB Only Handhold on Right Attached to Square Deck5,208.00 PlayBooster®Climbers w/Vibe HandholdsPB179009A-003 Star Seeker w/Vibe Handhold DB Only Handhold on Right Attached to Triangular Deck5,208.00 PlayBooster®Climbers w/Permalene HandholdsPB158425A-001 Starburst Climber DB Only 3,082.00 Freestanding Play Climbers IP158426D-001 Starburst Climber DB Only w/Four Climbing Arm 8,626.00 Freestanding Play Climbers IP158426A-001 Starburst Climber DB Only w/One Climbing Arm 2,583.00 Freestanding Play Climbers IP158426C-001 Starburst Climber DB Only w/Three Climbing Arm 6,930.00 Freestanding Play Climbers IP158426B-001 Starburst Climber DB Only w/Two Climbing Arm 4,536.00 PlayBooster®Climbers w/Vibe HandholdsPB179014A-002 Starburst Climber w/Vibe Handholds (Left)3,366.00 PlayBooster®Climbers w/Vibe HandholdsPB179014A-001 Starburst Climber w/Vibe Handholds (Right)3,366.00 Freestanding Play Motion & More Fun IP153167B-002 Stationary Cycle Accessible Alum 2"SM 1,203.00 Freestanding Play Motion & More Fun IP153167B-001 Stationary Cycle Accessible Alum DB 1,056.00 Freestanding Play Motion & More Fun IP153167A-002 Stationary Cycle Accessible Steel 2"SM 1,161.00 Freestanding Play Motion & More Fun IP153167A-001 Stationary Cycle Accessible Steel DB 1,019.00 PlayBooster®Motion & More Fun PB153165A-001 Stationary Cycler Accessible 657.00 PlayBooster®Motion & More Fun PB160054D-001 Stationary Cycler Accessible Handles Only 1,161.00 Freestanding Play Motion & More Fun IP160055D-002 Stationary Cycler Accessible Handles Only Alum Post 2"SM 2,321.00 Freestanding Play Motion & More Fun IP160055D-001 Stationary Cycler Accessible Handles Only Alum Post DB 1,995.00 Freestanding Play Motion & More Fun IP160055H-002 Stationary Cycler Accessible Handles Only Steel Post 2"SM 2,268.00 Freestanding Play Motion & More Fun IP160055H-001 Stationary Cycler Accessible Handles Only Steel Post DB 1,943.00 PlayBooster®Motion & More Fun PB160054B-001 Stationary Cycler Handles Only 1,161.00 Freestanding Play Motion & More Fun IP160055B-002 Stationary Cycler Handles Only Alum Post 2"SM 2,321.00 Freestanding Play Motion & More Fun IP160055B-001 Stationary Cycler Handles Only Alum Post DB 1,995.00 Freestanding Play Motion & More Fun IP160055F-002 Stationary Cycler Handles Only Steel Post 2"SM 2,268.00 Freestanding Play Motion & More Fun IP160055F-001 Stationary Cycler Handles Only Steel Post DB 1,943.00 PlayBooster®Motion & More Fun PB160054C-001 Stationary Cycler Pedals & Handles 2,153.00 Freestanding Play Motion & More Fun IP160055A-002 Stationary Cycler Pedals w/Grab Alum Post 2"SM 2,673.00 Freestanding Play Motion & More Fun IP160055A-001 Stationary Cycler Pedals w/Grab Alum Post DB 2,347.00 PlayBooster®Motion & More Fun PB160054A-001 Stationary Cycler Pedals w/Grab Bar 1,507.00 Freestanding Play Motion & More Fun IP160055E-002 Stationary Cycler Pedals w/Grab Steel Post 2"SM 2,620.00 Freestanding Play Motion & More Fun IP160055E-001 Stationary Cycler Pedals w/Grab Steel Post DB 2,295.00 Freestanding Play Motion & More Fun IP160055C-002 Stationary Cycler Pedals/Handles Alum Post 2"SM 3,303.00 Freestanding Play Motion & More Fun IP160055C-001 Stationary Cycler Pedals/Handles Alum Post DB 2,977.00 Freestanding Play Motion & More Fun IP160055G-002 Stationary Cycler Pedals/Handles Steel Post 2"SM 3,250.00 Freestanding Play Motion & More Fun IP160055G-001 Stationary Cycler Pedals/Handles Steel Post DB 2,925.00 Freestanding Play Sports & Fitness IP205942B-001 Steel Post w/1 Top Attachment 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205942A-001 Steel Post w/1 Top Attachment DB 1,145.00 Freestanding Play Sports & Fitness IP205943B-001 Steel Post w/1T and 1T Attachments 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205943A-001 Steel Post w/1T and 1T Attachments DB 1,145.00 Freestanding Play Sports & Fitness IP205944B-001 Steel Post w/2 and 0 Attachments 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205944A-001 Steel Post w/2 and 0 Attachments DB 1,145.00 Freestanding Play Sports & Fitness IP205945B-001 Steel Post w/2 and 1T Attachments 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205945A-001 Steel Post w/2 and 1T Attachments DB 1,145.00 Freestanding Play Sports & Fitness IP205946B-001 Steel Post w/2 and 2 Attachments 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205946A-001 Steel Post w/2 and 2 Attachments DB 1,145.00 Freestanding Play Sports & Fitness IP205947B-001 Steel Post w/3 Attachments 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205947A-001 Steel Post w/3 Attachments DB 1,145.00 Freestanding Play Sports & Fitness IP205941B-001 Steel Post w/No Attachment 2"SM 1,318.00 Freestanding Play Sports & Fitness IP205941A-001 Steel Post w/No Attachment DB 1,145.00 PlayBooster®Climbers w/Permalene HandholdsPB111465A-014 Step Deck 12"Dk 1,229.00 PlayShaper®Climbers PS119981A-003 Step Deck 12"SM 1,250.00 PlayBooster®Climbers w/Permalene HandholdsPB111465A-002 Step Deck 16"Dk 1,229.00 PlayShaper®Climbers PS119981A-002 Step Deck 2"SM 977.00 PlayBooster®Climbers w/Permalene HandholdsPB111465A-015 Step Deck 8"Dk 1,229.00 PlayShaper®Climbers PS119981A-001 Step Deck DB 1,056.00 PlayBooster®Climbers w/Permalene HandholdsPB116246E-002 Step Ladder 32"Dk 12"SM 2,347.00 PlayShaper®Climbers PS111327A-003 Step Ladder 32"Dk 12"SM 2,599.00 PlayShaper®Climbers PS111327A-002 Step Ladder 32"Dk 2"SM 2,352.00 PlayBooster®Climbers w/Permalene HandholdsPB116246E-001 Step Ladder 32"Dk 2"SM 2,074.00 PlayShaper®Climbers PS111327A-001 Step Ladder 32"Dk DB 2,431.00 PlayBooster®Climbers w/Permalene HandholdsPB116246A-002 Step Ladder 32"Dk DB 2,153.00 PlayShaper®Climbers PS111327B-003 Step Ladder 40"Dk 12"SM 2,778.00 PlayBooster®Climbers w/Permalene HandholdsPB116246F-002 Step Ladder 40"Dk 12"SM 2,484.00 PlayShaper®Climbers PS111327B-002 Step Ladder 40"Dk 2"SM 2,226.00 PlayBooster®Climbers w/Permalene HandholdsPB116246F-001 Step Ladder 40"Dk 2"SM 2,221.00 PlayShaper®Climbers PS111327B-001 Step Ladder 40"Dk DB 2,547.00 PlayBooster®Climbers w/Permalene HandholdsPB116246B-001 Step Ladder 40"Dk DB 2,321.00 PlayShaper®Climbers PS111327C-003 Step Ladder 48"Dk 12"SM 3,901.00 PlayShaper®Climbers PS111327C-002 Step Ladder 48"Dk 2"SM 3,633.00 PlayBooster®Climbers w/Permalene HandholdsPB116246C-001 Step Ladder 48"Dk DB 2,662.00 PlayShaper®Climbers PS111327C-001 Step Ladder 48"Dk DB 3,712.00 PlayBooster®Climbers w/Permalene HandholdsPB116246G-002 Step Ladder 56"Dk 12"SM 2,841.00 PlayBooster®Climbers w/Permalene HandholdsPB116246G-001 Step Ladder 56"Dk 2"SM 2,578.00 PlayBooster®Climbers w/Permalene HandholdsPB116246C-002 Step Ladder 56"Dk DB 2,662.00 PlayBooster®Climbers w/Permalene HandholdsPB116246D-001 Step Ladder 64"Dk DB 3,024.00 PlayBooster®Climbers w/Permalene HandholdsPB116246H-002 Step Ladder 72"Dk 12"SM 3,192.00 PlayBooster®Climbers w/Permalene HandholdsPB116246H-001 Step Ladder 72"Dk 2"SM 2,946.00 PlayBooster®Climbers w/Permalene HandholdsPB116246D-002 Step Ladder 72"Dk DB 3,024.00 PlayBooster®Climbers w/SteelX HandholdsPB139492E-002 Step Ladder SteelX Handholds 32"Dk 12"SM 2,788.00 PlayBooster®Climbers w/SteelX HandholdsPB139492E-001 Step Ladder SteelX Handholds 32"Dk 2"SM 2,520.00 PlayBooster®Climbers w/SteelX HandholdsPB139492A-002 Step Ladder SteelX Handholds 32"Dk DB 2,583.00 PlayBooster®Climbers w/SteelX HandholdsPB139492F-002 Step Ladder SteelX Handholds 40"Dk 12"SM 2,935.00 PlayBooster®Climbers w/SteelX HandholdsPB139492F-001 Step Ladder SteelX Handholds 40"Dk 2"SM 2,678.00 PlayBooster®Climbers w/SteelX HandholdsPB139492B-001 Step Ladder SteelX Handholds 40"Dk DB 2,772.00 PlayBooster®Climbers w/SteelX HandholdsPB139492C-001 Step Ladder SteelX Handholds 48"Dk DB 3,119.00 PlayBooster®Climbers w/SteelX HandholdsPB139492G-002 Step Ladder SteelX Handholds 56"Dk 12"SM 3,303.00 PlayBooster®Climbers w/SteelX HandholdsPB139492G-001 Step Ladder SteelX Handholds 56"Dk 2"SM 3,040.00 PlayBooster®Climbers w/SteelX HandholdsPB139492C-002 Step Ladder SteelX Handholds 56"Dk DB 3,119.00 PlayBooster®Climbers w/SteelX HandholdsPB139492D-001 Step Ladder SteelX Handholds 64"Dk DB 3,476.00 PlayBooster®Climbers w/SteelX HandholdsPB139492H-002 Step Ladder SteelX Handholds 72"Dk 12"SM 3,675.00 PlayBooster®Climbers w/SteelX HandholdsPB139492H-001 Step Ladder SteelX Handholds 72"Dk 2"SM 3,402.00 PlayBooster®Climbers w/SteelX HandholdsPB139492D-002 Step Ladder SteelX Handholds 72"Dk DB 3,476.00 PlayBooster®Climbers w/Vibe HandholdsPB180084A-003 Step Ladder w/Vibe Handholds 32"Dk 12" SM 2,778.00 PlayBooster®Climbers w/Vibe HandholdsPB180084A-002 Step Ladder w/Vibe Handholds 32"Dk 2" SM 2,499.00 PlayBooster®Climbers w/Vibe HandholdsPB180084A-001 Step Ladder w/Vibe Handholds 32"Dk DB 2,557.00 PlayBooster®Climbers w/Vibe HandholdsPB180084B-003 Step Ladder w/Vibe Handholds 40"Dk 12" SM 2,888.00 PlayBooster®Climbers w/Vibe HandholdsPB180084B-002 Step Ladder w/Vibe Handholds 40"Dk 2" SM 2,652.00 PlayBooster®Climbers w/Vibe HandholdsPB180084B-001 Step Ladder w/Vibe Handholds 40"Dk DB 2,741.00 PlayBooster®Climbers w/Vibe HandholdsPB180084C-001 Step Ladder w/Vibe Handholds 48"Dk DB 3,082.00 PlayBooster®Climbers w/Vibe HandholdsPB180084C-004 Step Ladder w/Vibe Handholds 56"Dk 12" SM 3,261.00 PlayBooster®Climbers w/Vibe HandholdsPB180084C-003 Step Ladder w/Vibe Handholds 56"Dk 2" SM 3,014.00 PlayBooster®Climbers w/Vibe HandholdsPB180084C-002 Step Ladder w/Vibe Handholds 56"Dk DB 3,082.00 PlayBooster®Climbers w/Vibe HandholdsPB180084D-001 Step Ladder w/Vibe Handholds 64"Dk DB 3,429.00 PlayBooster®Climbers w/Vibe HandholdsPB180084D-004 Step Ladder w/Vibe Handholds 72"Dk 12" SM 3,628.00 PlayBooster®Climbers w/Vibe HandholdsPB180084D-003 Step Ladder w/Vibe Handholds 72"Dk 2" SM 3,381.00 PlayBooster®Climbers w/Vibe HandholdsPB180084D-002 Step Ladder w/Vibe Handholds 72"Dk DB 3,429.00 PlayBooster®Climbers w/Permalene HandholdsPB130742A-002 Stepping Block Climber Deck-Deck Left 5,009.00 PlayBooster®Climbers w/Permalene HandholdsPB130742A-001 Stepping Block Climber Deck-Deck Right 5,009.00 PlayBooster®Climbers w/Permalene HandholdsPB130742A-003 Stepping Block Climber Deck-Deck Straight 5,009.00 Freestanding Play Sports & Fitness IP137965A-001 Step-Up Station Fitcore DB 1,770.00 Freestanding Play Learning Wall LW184887A-001 Storefront Panel 562.00 PlayShaper®Enclosures PS144984A-001 Storefront Panel 562.00 PlayBooster®Enclosures PB115254A-001 Storefront Panel 840.00 PlayBooster®Enclosures PB139378A-001 Storefront Panel SteelX 945.00 Freestanding Play Sensory Play IP100005B-001 Straight Tunnel 2"SM 1,964.00 Freestanding Play Sensory Play IP100005A-001 Straight Tunnel DB 2,247.00 Freestanding Play Sports & Fitness IP192462B-001 Stretch 2"SM Order Post Separately*3,812.00 Freestanding Play Sports & Fitness IP192462A-001 Stretch DB Order Post Separately*3,717.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-005 Summit Climber 1 Sides 64"Dk DB 1,854.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-012 Summit Climber 1 Sides 72"Dk 2"SM 1,864.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-011 Summit Climber 1 Sides 72"Dk DB 1,854.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-006 Summit Climber 2 Sides 64"Dk DB 3,717.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-014 Summit Climber 2 Sides 72"Dk 2"SM 3,723.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-013 Summit Climber 2 Sides 72"Dk DB 3,717.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-007 Summit Climber 3 Sides 64"Dk DB 5,571.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-016 Summit Climber 3 Sides 72"Dk 2"SM 5,576.00 PlayBooster®Climbers w/Permalene HandholdsPB128608A-015 Summit Climber 3 Sides 72"Dk DB 5,571.00 PlayBooster®Climbers w/Permalene HandholdsPB129453A-001 Summit Climber Odyssey 1 Sided 1,943.00 PlayBooster®Climbers w/Permalene HandholdsPB129453A-002 Summit Climber Odyssey 2 Sided 3,870.00 PlayBooster®Climbers w/Permalene HandholdsPB129453A-003 Summit Climber Odyssey 3 Sided 5,796.00 PlayBooster®Climbers w/Vibe HandholdsPB179008A-001 Summit Climber Odyssey w/Vibe Handholds 1 Sided 2,347.00 PlayBooster®Climbers w/Vibe HandholdsPB179008A-002 Summit Climber Odyssey w/Vibe Handholds 2 Sided 4,715.00 PlayBooster®Climbers w/Vibe HandholdsPB179008A-003 Summit Climber Odyssey w/Vibe Handholds 3 Sided 7,067.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-001 Summit Climber w/Vibe Handholds 1 Sides 64"Dk DB 2,268.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-006 Summit Climber w/Vibe Handholds 1 Sides 72"Dk 2"SM 2,274.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-005 Summit Climber w/Vibe Handholds 1 Sides 72"Dk DB 2,268.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-002 Summit Climber w/Vibe Handholds 2 Sides 64"Dk DB 4,137.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-008 Summit Climber w/Vibe Handholds 2 Sides 72"Dk 2"SM 4,148.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-007 Summit Climber w/Vibe Handholds 2 Sides 72"Dk DB 4,137.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-003 Summit Climber w/Vibe Handholds 3 Sides 64"Dk DB 5,980.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-010 Summit Climber w/Vibe Handholds 3 Sides 72"Dk 2"SM 5,985.00 PlayBooster®Climbers w/Vibe HandholdsPB179007A-009 Summit Climber w/Vibe Handholds 3 Sides 72"Dk DB 5,980.00 Smart Play®Ages 5-12 Yrs SP290658A-001 Summit DB Only 79,002.00 Smart Play®Ages 5-12 Yrs SP298814A-001 Summit DB Only (Colorable)79,002.00 PlayBooster®Climbers w/Permalene HandholdsPB176079A-001 Sunbeam Climber 2,389.00 PlayBooster®Climbers w/Vibe HandholdsPB179022A-001 Sunbeam Climber w/Vibe Handhold 2,667.00 Freestanding Play Structures IP254629A-001 Super Netplex 12' & 12' Towers 203,858.00 Freestanding Play Structures IP254626A-001 Super Netplex 12' Tower 103,331.00 Freestanding Play Structures IP254627A-001 Super Netplex 8' & 12' Towers 180,217.00 Freestanding Play Structures IP254625A-001 Super Netplex 8' Tower DB Only 73,768.00 PlayBooster®Roofs PB130102A-001 Super Square Shingle Roof Perm 4,300.00 PlayShaper®Roofs PS179239A-001 Super Square Shingle Roof Perm 4,300.00 PlayBooster®Roofs PB130102B-002 Super Square Shingle Roof Poly 5,019.00 PlayShaper®Roofs PS179239B-002 Super Square Shingle Roof Poly 5,019.00 Freestanding Play Motion & More Fun IP123831A-001 SuperScoop DB Only 1,418.00 Freestanding Play Motion & More Fun IP123832A-001 SuperScoop Wheelchair Acc 2"SM 1,355.00 Freestanding Play Motion & More Fun IP123832B-001 SuperScoop Wheelchair Acc DB 1,308.00 Evos®Slides & Gliders EV182180A-001 Surf Slide 6,442.00 PlayBooster®Slides PB185526A-001 Surf Slide DB Only 6,442.00 Freestanding Play Motion & More Fun IP177140B-003 Sway Fun w/12' Ramp Assembly Alum Post 12"SM 35,522.00 Freestanding Play Motion & More Fun IP177140B-002 Sway Fun w/12' Ramp Assembly Alum Post 2"SM 35,522.00 Freestanding Play Motion & More Fun IP177140B-001 Sway Fun w/12' Ramp Assembly Alum Post DB 34,892.00 Freestanding Play Motion & More Fun IP177140A-003 Sway Fun w/12' Ramp Assembly Steel Post 12"SM 35,312.00 Freestanding Play Motion & More Fun IP177140A-002 Sway Fun w/12' Ramp Assembly Steel Post 2"SM 35,312.00 Freestanding Play Motion & More Fun IP177140A-001 Sway Fun w/12' Ramp Assembly Steel Post DB 34,797.00 Freestanding Play Motion & More Fun IP258372B-003 Sway Fun w/12' Ramp Assembly w/Berm Plate Alum Post 12"SM35,496.00 Freestanding Play Motion & More Fun IP258372B-002 Sway Fun w/12' Ramp Assembly w/Berm Plate Alum Post 2"SM35,496.00 Freestanding Play Motion & More Fun IP258372B-001 Sway Fun w/12' Ramp Assembly w/Berm Plate Alum Post DB 34,776.00 Freestanding Play Motion & More Fun IP258372A-003 Sway Fun w/12' Ramp Assembly w/Berm Plate Steel Post 12"SM35,270.00 Freestanding Play Motion & More Fun IP258372A-002 Sway Fun w/12' Ramp Assembly w/Berm Plate Steel Post 2"SM35,270.00 Freestanding Play Motion & More Fun IP258372A-001 Sway Fun w/12' Ramp Assembly w/Berm Plate Steel Post DB 34,645.00 Freestanding Play Motion & More Fun IP170894A-001 Sway Fun Wheelchair Glider 12"Height 22,418.00 Freestanding Play Motion & More Fun IP170894A-002 Sway Fun Wheelchair Glider 12"Height 22,418.00 Freestanding Play Motion & More Fun IP170894A-003 Sway Fun Wheelchair Glider 12"Height 22,418.00 Freestanding Play Motion & More Fun IP170894A-004 Sway Fun Wheelchair Glider 12"Height 22,418.00 PlayBooster®Motion & More Fun IP170894A-001 Sway Fun Wheelchair Glider 12"Height 22,418.00 PlayBooster®Motion & More Fun IP170894A-002 Sway Fun Wheelchair Glider 12"Height 22,418.00 PlayBooster®Motion & More Fun IP170894A-003 Sway Fun Wheelchair Glider 12"Height 22,418.00 PlayBooster®Motion & More Fun IP170894A-004 Sway Fun Wheelchair Glider 12"Height 22,418.00 Freestanding Play Motion & More Fun IP138871A-004 Sway Fun Wheelchair Glider 16"Height 21,914.00 PlayBooster®Motion & More Fun IP138871A-004 Sway Fun Wheelchair Glider 16"Height 21,914.00 PlayBooster®Bridges & Ramps PB184490B-001 Swiggle Stix Bridge w/2 Handloops Connected Between Decks DB8,847.00 PlayBooster®Bridges & Ramps PB184490A-001 Swiggle Stix Bridge w/Handloop Attached to Deck DB 8,547.00 PlayBooster®Bridges & Ramps PB184490C-001 Swiggle Stix Bridge w/o Deck Connections DB 8,238.00 Evos®Bridges EV156450A-001 Swiggle Stix DB Only 8,238.00 PlayBooster®Bridges & Ramps PB193171B-001 SwiggleKnots Bridge w/2 Grab Bars Connected Between Deck DB Only8,742.00 PlayBooster®Bridges & Ramps PB193171A-001 SwiggleKnots Bridge w/Grab Bar Attached to Deck DB Only 8,484.00 PlayBooster®Bridges & Ramps PB193171C-001 SwiggleKnots Bridge w/o Deck Connections DB Only 8,238.00 Weevos®Bridges WV173575B-001 Swiggly Stix Bridge 2"SM 7,009.00 Weevos®Bridges WV173575A-001 Swiggly Stix Bridge DB 6,384.00 Freestanding Play Signs IP298208A-002 Symbol Communication Sign w/2 Posts 2"SM 2,431.00 Freestanding Play Signs IP298208A-001 Symbol Communication Sign w/2 Posts DB 2,200.00 Freestanding Play Learning Wall LW184861A-002 Table Panel 2"SM 1,539.00 PlayShaper®Enclosures PS111292A-002 Table Panel 2"SM 1,539.00 PlayBooster®Enclosures PB130565A-002 Table Panel 2"SM 1,533.00 Freestanding Play Learning Wall LW184861A-001 Table Panel DB 1,470.00 PlayShaper®Enclosures PS111292A-001 Table Panel DB 1,470.00 PlayBooster®Enclosures PB130565A-001 Table Panel DB 1,465.00 Freestanding Play Sports & Fitness IP192463A-001 Tai Chi Wheels Order Post Separately*2,762.00 PlayShaper®Motion & More Fun PS115198G-001 Talk Tube (No Post) 12"Dk DB Only 646.00 PlayShaper®Motion & More Fun PS115198B-001 Talk Tube (No Post) 16"Dk DB Only 646.00 PlayShaper®Motion & More Fun PS115198H-001 Talk Tube (No Post) 18"Dk DB Only 646.00 PlayShaper®Motion & More Fun PS115198C-001 Talk Tube (No Post) 24"Dk DB Only 657.00 PlayShaper®Motion & More Fun PS115198I-001 Talk Tube (No Post) 30"Dk DB Only 672.00 PlayShaper®Motion & More Fun PS115198D-001 Talk Tube (No Post) 32"Dk DB Only 672.00 PlayShaper®Motion & More Fun PS115198J-001 Talk Tube (No Post) 36"Dk DB Only 672.00 PlayShaper®Motion & More Fun PS115198E-001 Talk Tube (No Post) 40"Dk DB Only 683.00 PlayShaper®Motion & More Fun PS115198F-001 Talk Tube (No Post) 48"Dk DB Only 693.00 PlayShaper®Motion & More Fun PS115198K-001 Talk Tube (No Post) 8"Dk DB Only 630.00 PlayShaper®Motion & More Fun PS115198A-001 Talk Tube (No Post) At Grade DB Only 625.00 Evos®Motion & More Fun EV111362A-001 Talk Tube 40' Tubing Kit EV 284.00 PlayBooster®Motion & More Fun PB111362A-001 Talk Tube 40' Tubing Kit PB 284.00 PlayShaper®Motion & More Fun PS111362A-001 Talk Tube 40' Tubing Kit PS 284.00 PlayBooster®Motion & More Fun PB111363A-001 Talk Tube At Grade Mounted DB Only 683.00 PlayBooster®Motion & More Fun PB111363B-001 Talk Tube Deck Mounted 16"Dk DB Only 688.00 PlayBooster®Motion & More Fun PB111363C-001 Talk Tube Deck Mounted 24"Dk DB Only 693.00 PlayBooster®Motion & More Fun PB111363D-001 Talk Tube Deck Mounted 32"Dk DB Only 699.00 PlayBooster®Motion & More Fun PB111363E-001 Talk Tube Deck Mounted 40"Dk DB Only 741.00 PlayBooster®Motion & More Fun PB111363F-001 Talk Tube Deck Mounted 48"Dk DB Only 756.00 PlayBooster®Motion & More Fun PB111363G-001 Talk Tube Deck Mounted 56"Dk DB Only 767.00 PlayBooster®Motion & More Fun PB111363H-001 Talk Tube Deck Mounted 64"Dk DB Only 798.00 PlayBooster®Motion & More Fun PB111363I-001 Talk Tube Deck Mounted 72"Dk DB Only 814.00 PlayBooster®Motion & More Fun PB111363J-001 Talk Tube Deck Mounted 8"Dk DB Only 683.00 PlayBooster®Motion & More Fun PB129079A-001 Talk Tube Odyssey 48"Dk 940.00 PlayBooster®Motion & More Fun PB129079B-001 Talk Tube Odyssey 72"Dk 977.00 Freestanding Play Sensory Play IP113931A-001 Talk Tubes w/2 Square Posts DB Only 2,389.00 Freestanding Play Site Furnishings IP141685B-001 Tendertuff Litter Receptacle 2"SM 861.00 Freestanding Play Site Furnishings IP141685A-001 Tendertuff Litter Receptacle DB 814.00 Freestanding Play Site Furnishings IP141684A-001 Tendertuff Picnic Table 72"Table 72"Seat Movable 1,670.00 Freestanding Play Site Furnishings IP141684B-001 Tendertuff Picnic Table 72"Table 72"Seat Permanent 1,796.00 Freestanding Play Site Furnishings IP141684E-001 Tendertuff Picnic Table 92"Table 72"Seat Movable 1,749.00 Freestanding Play Site Furnishings IP141684F-001 Tendertuff Picnic Table 92"Table 72"Seat Permanent 1,869.00 Freestanding Play Site Furnishings IP141684C-001 Tendertuff Picnic Table 92"Table 92"Seat Movable 1,801.00 Freestanding Play Site Furnishings IP141684D-001 Tendertuff Picnic Table 92"Table 92"Seat Permanent 1,959.00 PlayBooster®Climbers Nature-InspiredPB207581A-001 The Ascent Rock 8,190.00 PlayBooster®Climbers Nature-InspiredPB207582A-001 The Bend Rock 10,742.00 PlayBooster®Climbers Nature-InspiredPB207583A-001 The Chimney Rock 8,679.00 PlayBooster®Climbers Nature-InspiredPB207585A-001 The Chimney/The Den Rocks 19,431.00 PlayBooster®Climbers Nature-InspiredPB207584A-001 The Den Rock 10,742.00 Freestanding Play Climbers IP160418A-001 The Peak Rock Climber 8,616.00 PlayBooster®Climbers Nature-InspiredPB160421A-002 The Peak Rock Climber Connector DB Only 9,629.00 PlayShaper®Climbers PS160423A-001 The Peak Rock Climber DB Only 9,356.00 PlayBooster®Climbers Nature-InspiredPB160420A-002 The Peak Rock Climber DB Only 9,135.00 PlayBooster®Climbers Nature-InspiredPB156066A-004 The Pinnacle 10"-14" Surfacing Attached on High Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-008 The Pinnacle 10"-14" Surfacing Attached on Low Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-006 The Pinnacle 10"-14" Surfacing Attached on Medium Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-002 The Pinnacle 10"-14" Surfacing Attached to Extension 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-003 The Pinnacle 2"-8" Surfacing Attached on High Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-007 The Pinnacle 2"-8" Surfacing Attached on Low Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-005 The Pinnacle 2"-8" Surfacing Attached on Medium Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156066A-001 The Pinnacle 2"-8" Surfacing Attached to Extension 28,560.00 Freestanding Play Climbers IP156065A-001 The Pinnacle Inserted from Highest Side 28,560.00 Freestanding Play Climbers IP156065A-003 The Pinnacle Inserted from Low Side 28,560.00 Freestanding Play Climbers IP156065A-002 The Pinnacle Inserted from Medium Side 28,560.00 PlayBooster®Climbers Nature-InspiredPB156068A-004 The Pointe Deck to Deck 10-14" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-003 The Pointe Deck to Deck 10-14" Surfacing Attached on Low Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-002 The Pointe Deck to Deck 2-8" Surfacing Attached on High Side 15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-001 The Pointe Deck to Deck 2-8" Surfacing Attached on Low Side 15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-008 The Pointe Ground to Deck 10-14" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-007 The Pointe Ground to Deck 10-14" Surfacing Attached on Low Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-006 The Pointe Ground to Deck 2-8" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-005 The Pointe Ground to Deck 2-8" Surfacing Attached on Low Side15,976.00 Freestanding Play Climbers IP156067A-002 The Pointe Inserted from High Side 15,976.00 Freestanding Play Climbers IP156067A-001 The Pointe Inserted from Low Side 15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-016 The Pointe Pointe to Deck 10-14" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-015 The Pointe Pointe to Deck 10-14" Surfacing Attached on Low Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-014 The Pointe Pointe to Deck 2-8" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-013 The Pointe Pointe to Deck 2-8" Surfacing Attached on Low Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-012 The Pointe Pointe to Pointe 10-14" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-011 The Pointe Pointe to Pointe 10-14" Surfacing Attached on Low Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-010 The Pointe Pointe to Pointe 2-8" Surfacing Attached on High Side15,976.00 PlayBooster®Climbers Nature-InspiredPB156068A-009 The Pointe Pointe to Pointe 2-8" Surfacing Attached on Low Side15,976.00 Freestanding Play Climbers IP160419A-001 The Stepper Rock Climber DB Only 4,305.00 PlayBooster®Climbers Nature-InspiredPB160422A-001 The Stepper Rock Climber DB Only 4,820.00 PlayShaper®Climbers PS160424A-001 The Stepper Rock Climber DB Only 4,820.00 PlayShaper®Climbers PS139911A-003 Thunderhead Climber 12"SM 8,920.00 PlayShaper®Climbers PS139911A-002 Thunderhead Climber 2"SM 8,920.00 PlayBooster®Climbers w/Permalene HandholdsPB139778A-003 Thunderhead Climber Alum Posts 12"SM 8,988.00 PlayBooster®Climbers w/Permalene HandholdsPB139778A-002 Thunderhead Climber Alum Posts 2"SM 8,988.00 PlayBooster®Climbers w/Permalene HandholdsPB139778A-001 Thunderhead Climber Alum Posts DB 8,364.00 PlayShaper®Climbers PS139911A-001 Thunderhead Climber DB 8,364.00 PlayBooster®Climbers w/Permalene HandholdsPB139778B-003 Thunderhead Climber Steel Posts 12"SM 8,988.00 PlayBooster®Climbers w/Permalene HandholdsPB139778B-002 Thunderhead Climber Steel Posts 2"SM 8,988.00 PlayBooster®Climbers w/Permalene HandholdsPB139778B-001 Thunderhead Climber Steel Posts DB 8,364.00 Freestanding Play Learning Wall LW184862A-001 Tic-Tac-Toe Panel 1,733.00 PlayBooster®Enclosures PB115231A-001 Tic-Tac-Toe Panel Above Deck 1,959.00 PlayShaper®Enclosures PS111293A-001 Tic-Tac-Toe Panel Above Deck 1,733.00 PlayBooster®Enclosures PB115231B-001 Tic-Tac-Toe Panel Ground Level 2,195.00 PlayShaper®Enclosures PS111293A-002 Tic-Tac-Toe Panel Ground Level 1,733.00 PlayBooster®Enclosures PB139377A-001 Tic-Tac-Toe Panel SteelX Above Deck 3,208.00 PlayBooster®Enclosures PB139377B-002 Tic-Tac-Toe Panel SteelX Ground Level 3,434.00 PlayBooster®Climbers Other PB302740B-002 Tidal Wave Climber 48"Dk 2" SM 12,165.00 PlayBooster®Climbers Other PB302740B-001 Tidal Wave Climber 48"Dk DB 12,149.00 PlayBooster®Climbers Other PB302740A-001 Tidal Wave Climber 56"Dk DB 12,149.00 PlayBooster®Bridges & Ramps PB193173B-001 TightRope Bridge w/2 Grab Bars Connected Between Deck 2,767.00 PlayBooster®Bridges & Ramps PB193173A-001 TightRope Bridge w/Grab Bar Attached to Deck 2,505.00 PlayBooster®Bridges & Ramps PB193173C-001 TightRope Bridge w/o Deck Connections 2,237.00 Freestanding Play Swings IP139188A-001 Tire Swing 5"Arch Add Bay DB Only 3,864.00 Freestanding Play Swings IP221294A-001 Tire Swing 5"Arch Add ToFro Bay DB Only 2,190.00 Freestanding Play Swings IP120891A-001 Tire Swing 5"Arch DB Only 5,229.00 Freestanding Play Swings IP141458A-001 Tire Swing w/4 Alum Post Add Bay DB Only 3,366.00 Freestanding Play Swings IP120892A-002 Tire Swing w/4 Alum Posts DB Only 5,067.00 Freestanding Play Swings IP141458B-002 Tire Swing w/4 Steel Post Add Bay DB Only 3,166.00 Freestanding Play Swings IP120892B-001 Tire Swing w/4 Steel Posts DB Only 4,668.00 Freestanding Play Site Furnishings IP175949A-001 Toddler Picnic Table 615.00 Freestanding Play Swings IP177337A-001 Toddler Swing Add-On Beam 672.00 Freestanding Play Swings IP177336A-001 Toddler Swing Frame DB Only 1,476.00 Freestanding Play Structures IP152848B-002 Toddlertown 2"SM Customized Roof Logo 25,006.00 Freestanding Play Structures IP152848B-001 Toddlertown 2"SM Standard Roof Logo 25,006.00 Freestanding Play Structures IP152848A-002 Toddlertown DB Customized Roof Logo 23,709.00 Freestanding Play Structures IP152848A-001 Toddlertown DB Standard Roof Logo 23,709.00 Freestanding Play Motion & More Fun IP205800A-001 TopsyTurny Spinner 42"Bury DB Only 6,636.00 Freestanding Play Learning Wall LW184860A-001 Tracing Panel 846.00 PlayBooster®Enclosures PB115230A-001 Tracing Panel Above Deck 972.00 PlayShaper®Enclosures PS111290A-001 Tracing Panel Above Deck 846.00 PlayBooster®Enclosures PB115230B-001 Tracing Panel Ground Level 1,229.00 PlayShaper®Enclosures PS111290A-002 Tracing Panel Ground Level 846.00 PlayBooster®Overhead Events PB111353A-001 Track Ride 3,518.00 PlayBooster®Overhead Events PB112465A-001 Track Ride (18' Connecting)4,001.00 Freestanding Play Learning Wall LW184885A-001 Trail Tracker Reach Panel 588.00 Evos®Accessible Reach PanelsEV161778A-001 Trail Tracker Reach Panel 630.00 PlayShaper®Enclosures PS139264A-001 Trail Tracker Reach Panel Above Deck 588.00 PlayBooster®Enclosures PB127440A-001 Trail Tracker Reach Panel Above Deck 630.00 PlayShaper®Enclosures PS139264A-002 Trail Tracker Reach Panel Ground Level 588.00 PlayBooster®Enclosures PB127440A-002 Trail Tracker Reach Panel Ground Level 630.00 PlayBooster®Climbers w/Permalene HandholdsPB223167A-002 Trailblazer Climber 72" Deck to Deck w/Steel Posts Included 2"SM11,976.00 PlayBooster®Climbers w/Permalene HandholdsPB223167A-001 Trailblazer Climber 72" Deck to Deck w/Steel Posts Included DB11,645.00 Freestanding Play Surfacing IP126205A-002 Transfer Station 2 Handholds 2"SM 1,644.00 Freestanding Play Surfacing IP126205A-001 Transfer Station 2 Handholds DB 1,449.00 PlayBooster®Decks PB112471A-003 Transfer Step 12"SM 930.00 PlayBooster®Decks PB112471A-002 Transfer Step 2"SM 657.00 PlayBooster®Decks PB112471A-001 Transfer Step DB 699.00 PlayBooster®Decks PB185852A-003 Transfer Step w/2 Handloops 12"SM 1,544.00 PlayBooster®Decks PB185852A-002 Transfer Step w/2 Handloops 2"SM 1,297.00 PlayBooster®Decks PB185852A-001 Transfer Step w/2 Handloops DB 1,355.00 PlayBooster®Overhead Events PB111468A-002 Trapeze Horizontal Ladder 2,442.00 PlayBooster®Climbers w/Permalene HandholdsPB200609A-002 Traveler Climber w/1 Hanger Bracket 11,461.00 PlayBooster®Climbers w/Permalene HandholdsPB200609A-003 Traveler Climber w/2 Hanger Brackets 11,892.00 PlayBooster®Climbers w/Permalene HandholdsPB200609A-001 Traveler Climber w/o Hanger Brackets 11,057.00 PlayBooster®Roofs PB211190C-001 Tree House Roof w/o Stack and w/Kids Only sign 4,326.00 PlayShaper®Roofs PS211191C-001 Tree House Roof w/o Stack and w/Kids Only sign 4,326.00 PlayBooster®Roofs PB211190D-001 Tree House Roof w/o Stack and w/o Kids Only sign 4,179.00 PlayShaper®Roofs PS211191D-001 Tree House Roof w/o Stack and w/o Kids Only sign 4,179.00 PlayBooster®Roofs PB211190A-001 Tree House Roof w/Stack and w/Kids Only sign 4,662.00 PlayShaper®Roofs PS211191A-001 Tree House Roof w/Stack and w/Kids Only sign 4,662.00 PlayBooster®Roofs PB211190B-001 Tree House Roof w/Stack and w/o Kids Only sign 4,515.00 PlayShaper®Roofs PS211191B-001 Tree House Roof w/Stack and w/o Kids Only sign 4,515.00 PlayBooster®Decks PB184418A-001 Tree Stump Transfer Module 2-5yrs 48"Dk (DB Only)9,860.00 PlayShaper®Decks PS173585A-001 Tree Stump Transfer Module 32"Deck DB Only 8,075.00 PlayShaper®Decks PS173585B-001 Tree Stump Transfer Module 40"Deck DB Only 8,547.00 PlayShaper®Decks PS173585C-001 Tree Stump Transfer Module 48"Deck DB Only 8,742.00 PlayBooster®Decks PB169321A-001 Tree Stump Transfer Module 48"Dk (DB Only)9,860.00 Freestanding Play Sensory Play IP170791A-001 T-Rex Bones Fossil Dig 809.00 PlayBooster®Decks PB111231A-001 Triangular Tenderdeck 1,066.00 PlayShaper®Decks PS117495A-001 Triangular Tenderdeck 846.00 PlayBooster®Decks PB119646A-001 Tri-Deck Extension 1,035.00 PlayBooster®Decks PB121949B-001 Tri-Deck Kick Plate 16"Rise 321.00 PlayShaper®Decks PS179362B-001 Tri-Deck Kick Plate 16"Rise 321.00 PlayBooster®Decks PB121949A-001 Tri-Deck Kick Plate 8"Rise 226.00 PlayShaper®Decks PS179362A-001 Tri-Deck Kick Plate 8"Rise 226.00 PlayBooster®Overhead Events PB123824A-001 Triple Ring Fling 3,591.00 Freestanding Play Surfacing IP119214A-001 Tuff-Timber 4'71.00 Freestanding Play Surfacing IP130799A-001 TuffTimbers Access Wedge 1,166.00 Freestanding Play Learning Wall LW184901A-002 Tunnel Panel 2"SM 1,738.00 PlayShaper®Enclosures PS111301A-002 Tunnel Panel 2"SM 1,738.00 Freestanding Play Learning Wall LW184901A-001 Tunnel Panel DB 1,869.00 PlayShaper®Enclosures PS111301A-001 Tunnel Panel DB 1,869.00 PlayShaper®Slides PS128952A-006 Tunnel Slide w/1 View 12"SM 3,864.00 PlayShaper®Slides PS128952A-005 Tunnel Slide w/1 View 2"SM 3,864.00 PlayShaper®Slides PS128952A-004 Tunnel Slide w/1 View DB 3,749.00 PlayShaper®Slides PS128952A-009 Tunnel Slide w/2 View 12"SM 4,347.00 PlayShaper®Slides PS128952A-008 Tunnel Slide w/2 View 2"SM 4,347.00 PlayShaper®Slides PS128952A-007 Tunnel Slide w/2 View DB 4,237.00 PlayShaper®Slides PS128952A-003 Tunnel Slide w/o View 12"SM 3,381.00 PlayShaper®Slides PS128952A-002 Tunnel Slide w/o View 2"SM 3,381.00 PlayShaper®Slides PS128952A-001 Tunnel Slide w/o View DB 3,261.00 PlayBooster®Tunnels PB111331A-003 Tunnel Support 8"Dk w/Alum Posts 12"SM 1,056.00 PlayBooster®Tunnels PB111331A-002 Tunnel Support 8"Dk w/Alum Posts 2"SM 1,056.00 PlayBooster®Tunnels PB111331A-001 Tunnel Support 8"Dk w/Alum Posts DB 830.00 PlayBooster®Tunnels PB111331B-003 Tunnel Support 8"Dk w/Steel Posts 12"SM 972.00 PlayBooster®Tunnels PB111331B-002 Tunnel Support 8"Dk w/Steel Posts 2"SM 972.00 PlayBooster®Tunnels PB111331B-001 Tunnel Support 8"Dk w/Steel Posts DB 693.00 PlayBooster®Enclosures PB125921A-001 TurboTwister Pipe Barrier 893.00 PlayBooster®Enclosures PB125921B-001 TurboTwister Pipe Barrier w/Wheel 1,182.00 PlayBooster®Slides PB123763A-001 TurboTwister Tunnel Slide DB Only 7,261.00 PlayBooster®Enclosures PB125921C-001 TurboTwister Wire Barrier 1,008.00 PlayBooster®Enclosures PB125921D-001 TurboTwister Wire Barrier w/Wheel 1,313.00 PlayBooster®Motion & More Fun PB111357B-003 Turning Bar Alum 12"SM 861.00 PlayBooster®Motion & More Fun PB111357B-002 Turning Bar Alum 2"SM 861.00 PlayBooster®Motion & More Fun PB111357B-001 Turning Bar Alum DB 683.00 PlayBooster®Motion & More Fun PB111357D-003 Turning Bar Steel 12"SM 814.00 PlayBooster®Motion & More Fun PB111357D-002 Turning Bar Steel 2"SM 814.00 PlayBooster®Motion & More Fun PB111357D-001 Turning Bar Steel DB 657.00 Freestanding Play IP100080A-001 Twin Rim Goal and Chain Net 315.00 Freestanding Play IP100081A-001 Twin Rim Goal and Nylon Net 284.00 Evos®Motion & More Fun EV160210A-001 TwirlWind Turning Bar DB Only 2,520.00 Weevos®Motion & More Fun WV164173B-001 Twirly Bar 2"SM 882.00 Weevos®Motion & More Fun WV164173A-001 Twirly Bar DB 793.00 Freestanding Play Sports & Fitness IP244063B-001 Unstable Bridge (13+) 2"SM 7,954.00 Freestanding Play Sports & Fitness IP244063A-001 Unstable Bridge (13+) DB 7,566.00 Smart Play®Ages 5-12 Yrs SP210739A-002 Venti Alum Posts 2"SM 58,853.00 Smart Play®Ages 5-12 Yrs SP210739A-001 Venti Alum Posts DB 54,621.00 Smart Play®Ages 5-12 Yrs SP228068A-001 Venti HDG DB Only 61,840.00 Smart Play®Ages 5-12 Yrs SP210739B-002 Venti Steel Posts 2"SM 58,181.00 Smart Play®Ages 5-12 Yrs SP210739B-001 Venti Steel Posts DB 53,760.00 PlayBooster®Climbers w/Permalene HandholdsPB145624A-001 Vertical Ascent 48"Dk 1,623.00 PlayBooster®Climbers w/Permalene HandholdsPB145624B-001 Vertical Ascent 56"Dk 1,623.00 PlayBooster®Climbers w/Permalene HandholdsPB145624C-001 Vertical Ascent 64"Dk 1,822.00 PlayBooster®Climbers w/Permalene HandholdsPB145624D-001 Vertical Ascent 72"Dk 1,822.00 Freestanding Play Sports & Fitness IP243019B-001 Vertical Cargo Net (13+) 2"SM 8,243.00 Freestanding Play Sports & Fitness IP243019A-001 Vertical Cargo Net (13+) DB 7,823.00 Freestanding Play Sports & Fitness IP244192B-001 Vertical Cargo Net (5-12) 2"SM 8,169.00 Freestanding Play Sports & Fitness IP244192A-001 Vertical Cargo Net (5-12) DB 7,734.00 PlayBooster®Climbers w/Permalene HandholdsPB116247A-001 Vertical Ladder - Panel 24"1,161.00 PlayBooster®Climbers w/Permalene HandholdsPB116247B-001 Vertical Ladder - Panel 32"1,271.00 PlayBooster®Climbers w/Permalene HandholdsPB116247C-001 Vertical Ladder - Panel 40"1,455.00 PlayBooster®Climbers w/Permalene HandholdsPB116247D-001 Vertical Ladder - Panel 48"1,733.00 PlayBooster®Climbers w/Permalene HandholdsPB116247E-001 Vertical Ladder - Panel 56"1,969.00 PlayBooster®Climbers w/Permalene HandholdsPB116247F-001 Vertical Ladder - Panel 64"2,200.00 PlayBooster®Climbers w/Permalene HandholdsPB116247G-001 Vertical Ladder - Panel 72"2,515.00 PlayBooster®Climbers w/Permalene HandholdsPB116249A-001 Vertical Ladder 24"Dk DB 1,024.00 PlayBooster®Climbers w/Permalene HandholdsPB116249A-005 Vertical Ladder 32"Dk 12"SM 1,140.00 PlayBooster®Climbers w/Permalene HandholdsPB116249A-004 Vertical Ladder 32"Dk 2"SM 1,140.00 PlayBooster®Climbers w/Permalene HandholdsPB116249A-003 Vertical Ladder 32"Dk DB 1,024.00 PlayBooster®Climbers w/Permalene HandholdsPB116249B-003 Vertical Ladder 40"Dk 12"SM 1,218.00 PlayBooster®Climbers w/Permalene HandholdsPB116249B-002 Vertical Ladder 40"Dk 2"SM 1,218.00 PlayBooster®Climbers w/Permalene HandholdsPB116249B-001 Vertical Ladder 40"Dk DB 1,134.00 PlayBooster®Climbers w/Permalene HandholdsPB116249B-009 Vertical Ladder 48"Dk 12"SM 1,218.00 PlayBooster®Climbers w/Permalene HandholdsPB116249B-008 Vertical Ladder 48"Dk 2"SM 1,218.00 PlayBooster®Climbers w/Permalene HandholdsPB116249B-007 Vertical Ladder 48"Dk DB 1,134.00 PlayBooster®Climbers w/Permalene HandholdsPB116249C-003 Vertical Ladder 56"Dk 12"SM 1,260.00 PlayBooster®Climbers w/Permalene HandholdsPB116249C-002 Vertical Ladder 56"Dk 2"SM 1,260.00 PlayBooster®Climbers w/Permalene HandholdsPB116249C-001 Vertical Ladder 56"Dk DB 1,182.00 PlayBooster®Climbers w/Permalene HandholdsPB116249D-003 Vertical Ladder 64"Dk 12"SM 1,355.00 PlayBooster®Climbers w/Permalene HandholdsPB116249D-002 Vertical Ladder 64"Dk 2"SM 1,355.00 PlayBooster®Climbers w/Permalene HandholdsPB116249D-001 Vertical Ladder 64"Dk DB 1,250.00 PlayBooster®Climbers w/Permalene HandholdsPB116249D-009 Vertical Ladder 72"Dk 12"SM 1,355.00 PlayBooster®Climbers w/Permalene HandholdsPB116249D-008 Vertical Ladder 72"Dk 2"SM 1,355.00 PlayBooster®Climbers w/Permalene HandholdsPB116249D-007 Vertical Ladder 72"Dk DB 1,250.00 PlayBooster®Climbers Other PB126372A-001 Vertical Ladder 90*Tri-Deck 24"Dk DB 1,722.00 PlayBooster®Climbers Other PB126372A-004 Vertical Ladder 90*Tri-Deck 32"Dk 2"SM 1,785.00 PlayBooster®Climbers Other PB126372A-003 Vertical Ladder 90*Tri-Deck 32"Dk DB 1,722.00 PlayBooster®Climbers Other PB126372B-002 Vertical Ladder 90*Tri-Deck 40"Dk 2"SM 1,911.00 PlayBooster®Climbers Other PB126372B-001 Vertical Ladder 90*Tri-Deck 40"Dk DB 1,796.00 PlayBooster®Climbers Other PB126372B-004 Vertical Ladder 90*Tri-Deck 48"Dk 2"SM 1,911.00 PlayBooster®Climbers Other PB126372B-003 Vertical Ladder 90*Tri-Deck 48"Dk DB 1,796.00 PlayBooster®Climbers Other PB126372C-002 Vertical Ladder 90*Tri-Deck 56"Dk 2"SM 1,969.00 PlayBooster®Climbers Other PB126372C-001 Vertical Ladder 90*Tri-Deck 56"Dk DB 1,864.00 PlayBooster®Climbers Other PB126372D-002 Vertical Ladder 90*Tri-Deck 64"Dk 2"SM 2,053.00 PlayBooster®Climbers Other PB126372D-001 Vertical Ladder 90*Tri-Deck 64"Dk DB 1,959.00 PlayBooster®Climbers Other PB126372D-004 Vertical Ladder 90*Tri-Deck 72"Dk 2"SM 2,053.00 PlayBooster®Climbers Other PB126372D-003 Vertical Ladder 90*Tri-Deck 72"Dk DB 1,959.00 PlayBooster®Climbers w/SteelX HandholdsPB139494A-001 Vertical Ladder SteelX Handholds 24"Dk DB 1,470.00 PlayBooster®Climbers w/SteelX HandholdsPB139494A-005 Vertical Ladder SteelX Handholds 32"Dk 12"SM 1,539.00 PlayBooster®Climbers w/SteelX HandholdsPB139494A-004 Vertical Ladder SteelX Handholds 32"Dk 2"SM 1,539.00 PlayBooster®Climbers w/SteelX HandholdsPB139494A-003 Vertical Ladder SteelX Handholds 32"Dk DB 1,470.00 PlayBooster®Climbers w/SteelX HandholdsPB139494B-003 Vertical Ladder SteelX Handholds 40"Dk 12"SM 1,628.00 PlayBooster®Climbers w/SteelX HandholdsPB139494B-002 Vertical Ladder SteelX Handholds 40"Dk 2"SM 1,628.00 PlayBooster®Climbers w/SteelX HandholdsPB139494B-001 Vertical Ladder SteelX Handholds 40"Dk DB 1,528.00 PlayBooster®Climbers w/SteelX HandholdsPB139494B-009 Vertical Ladder SteelX Handholds 48"Dk 12"SM 1,628.00 PlayBooster®Climbers w/SteelX HandholdsPB139494B-008 Vertical Ladder SteelX Handholds 48"Dk 2"SM 1,628.00 PlayBooster®Climbers w/SteelX HandholdsPB139494B-007 Vertical Ladder SteelX Handholds 48"Dk DB 1,528.00 PlayBooster®Climbers w/SteelX HandholdsPB139494C-003 Vertical Ladder SteelX Handholds 56"Dk 12"SM 1,728.00 PlayBooster®Climbers w/SteelX HandholdsPB139494C-002 Vertical Ladder SteelX Handholds 56"Dk 2"SM 1,728.00 PlayBooster®Climbers w/SteelX HandholdsPB139494C-001 Vertical Ladder SteelX Handholds 56"Dk DB 1,617.00 PlayBooster®Climbers w/SteelX HandholdsPB139494D-003 Vertical Ladder SteelX Handholds 64"Dk 12"SM 1,785.00 PlayBooster®Climbers w/SteelX HandholdsPB139494D-002 Vertical Ladder SteelX Handholds 64"Dk 2"SM 1,785.00 PlayBooster®Climbers w/SteelX HandholdsPB139494D-001 Vertical Ladder SteelX Handholds 64"Dk DB 1,722.00 PlayBooster®Climbers w/SteelX HandholdsPB139494D-009 Vertical Ladder SteelX Handholds 72"Dk 12"SM 1,785.00 PlayBooster®Climbers w/SteelX HandholdsPB139494D-008 Vertical Ladder SteelX Handholds 72"Dk 2"SM 1,785.00 PlayBooster®Climbers w/SteelX HandholdsPB139494D-007 Vertical Ladder SteelX Handholds 72"Dk DB 1,722.00 PlayBooster®Climbers w/Vibe HandholdsPB180087A-001 Vertical Ladder w/Vibe Handholds - Panel 24"1,570.00 PlayBooster®Climbers w/Vibe HandholdsPB180087B-001 Vertical Ladder w/Vibe Handholds - Panel 32"1,701.00 PlayBooster®Climbers w/Vibe HandholdsPB180087C-001 Vertical Ladder w/Vibe Handholds - Panel 40"1,864.00 PlayBooster®Climbers w/Vibe HandholdsPB180087D-001 Vertical Ladder w/Vibe Handholds - Panel 48"2,142.00 PlayBooster®Climbers w/Vibe HandholdsPB180087E-001 Vertical Ladder w/Vibe Handholds - Panel 56"2,389.00 PlayBooster®Climbers w/Vibe HandholdsPB180087F-001 Vertical Ladder w/Vibe Handholds - Panel 64"2,599.00 PlayBooster®Climbers w/Vibe HandholdsPB180087G-001 Vertical Ladder w/Vibe Handholds - Panel 72"2,925.00 PlayBooster®Climbers w/Vibe HandholdsPB179023A-001 Vertical Ladder w/Vibe Handholds 24"Dk DB 1,449.00 PlayBooster®Climbers w/Vibe HandholdsPB179023A-004 Vertical Ladder w/Vibe Handholds 32"Dk 12"SM 1,539.00 PlayBooster®Climbers w/Vibe HandholdsPB179023A-003 Vertical Ladder w/Vibe Handholds 32"Dk 2"SM 1,539.00 PlayBooster®Climbers w/Vibe HandholdsPB179023A-002 Vertical Ladder w/Vibe Handholds 32"Dk DB 1,449.00 PlayBooster®Climbers w/Vibe HandholdsPB179023B-003 Vertical Ladder w/Vibe Handholds 40"Dk 12"SM 1,628.00 PlayBooster®Climbers w/Vibe HandholdsPB179023B-002 Vertical Ladder w/Vibe Handholds 40"Dk 2"SM 1,628.00 PlayBooster®Climbers w/Vibe HandholdsPB179023B-001 Vertical Ladder w/Vibe Handholds 40"Dk DB 1,533.00 PlayBooster®Climbers w/Vibe HandholdsPB179023B-006 Vertical Ladder w/Vibe Handholds 48"Dk 12"SM 1,628.00 PlayBooster®Climbers w/Vibe HandholdsPB179023B-005 Vertical Ladder w/Vibe Handholds 48"Dk 2"SM 1,628.00 PlayBooster®Climbers w/Vibe HandholdsPB179023B-004 Vertical Ladder w/Vibe Handholds 48"Dk DB 1,533.00 PlayBooster®Climbers w/Vibe HandholdsPB179023C-003 Vertical Ladder w/Vibe Handholds 56"Dk 12"SM 1,670.00 PlayBooster®Climbers w/Vibe HandholdsPB179023C-002 Vertical Ladder w/Vibe Handholds 56"Dk 2"SM 1,670.00 PlayBooster®Climbers w/Vibe HandholdsPB179023C-001 Vertical Ladder w/Vibe Handholds 56"Dk DB 1,602.00 PlayBooster®Climbers w/Vibe HandholdsPB179023D-003 Vertical Ladder w/Vibe Handholds 64"Dk 12"SM 1,780.00 PlayBooster®Climbers w/Vibe HandholdsPB179023D-002 Vertical Ladder w/Vibe Handholds 64"Dk 2"SM 1,780.00 PlayBooster®Climbers w/Vibe HandholdsPB179023D-001 Vertical Ladder w/Vibe Handholds 64"Dk DB 1,659.00 PlayBooster®Climbers w/Vibe HandholdsPB179023D-006 Vertical Ladder w/Vibe Handholds 72"Dk 12"SM 1,780.00 PlayBooster®Climbers w/Vibe HandholdsPB179023D-005 Vertical Ladder w/Vibe Handholds 72"Dk 2"SM 1,780.00 PlayBooster®Climbers w/Vibe HandholdsPB179023D-004 Vertical Ladder w/Vibe Handholds 72"Dk DB 1,659.00 Freestanding Play Climbers IP100040A-001 Vertical Pipe Climber 4' DB Only 1,056.00 Freestanding Play Climbers IP100040B-001 Vertical Pipe Climber 6' DB Only 1,176.00 PlayBooster®Enclosures PB201512A-002 Vibe 3/4 Handhold Barrier Left 1,103.00 PlayBooster®Enclosures PB201512A-001 Vibe 3/4 Handhold Barrier Right 1,103.00 PlayBooster®Enclosures PB180094B-002 Vibe Handhold Panel Left 394.00 PlayBooster®Enclosures PB180094B-001 Vibe Handhold Panel Right 394.00 PlayBooster®Enclosures PB180094A-001 Vibe Handhold Panel Set 840.00 PlayBooster®Roofs PB179594A-001 Vibe Roof 1,801.00 PlayBooster®Climbers Other PB302748A-001 Vine Climber 8"Dk to 96"Dk DB Only 9,718.00 PlayBooster®Mainstructures PB193172A-001 Watermill Climber 6,274.00 PlayBooster®Overhead Events PB119613A-001 Wave Horizontal Ladder 1,796.00 Weevos®Tunnels WV173574B-001 Wee Crawl Tunnel 2"SM 4,783.00 Weevos®Tunnels WV173574B-002 Wee Crawl Tunnel 2"SM 4,783.00 Weevos®Tunnels WV173574A-001 Wee Crawl Tunnel DB 4,484.00 Weevos®Tunnels WV173574A-002 Wee Crawl Tunnel DB 4,484.00 Weevos®Climbers WV173573B-001 Wee Planet Climber 2"SM 3,954.00 Freestanding Play Climbers IP200677B-001 Wee Planet Climber 2"SM 3,618.00 Weevos®Climbers WV173573A-001 Wee Planet Climber DB 3,654.00 Freestanding Play Climbers IP200677A-001 Wee Planet Climber DB 3,303.00 Weevos®Climbers WV164172B-001 Wee Pod Climber 2"SM 1,822.00 Weevos®Climbers WV164172A-001 Wee Pod Climber DB 1,733.00 Weevos®Mainstructures WV164343A-001 Weevos 2 Arch Mainstructure DB Only 2,893.00 Weevos®Mainstructures WV164170A-001 Weevos 3 Arch Mainstructure DB Only 4,447.00 Freestanding Play Motion & More Fun IP251037A-006 We-Go-Round HDG w/Abstract DigiFuse Panels 2 Seats DB Only46,536.00 Freestanding Play Motion & More Fun IP251037B-006 We-Go-Round HDG w/Abstract DigiFuse Panels 3 Seats DB Only47,161.00 Freestanding Play Motion & More Fun IP251037A-010 We-Go-Round HDG w/Custom DigiFuse Artwork Requires CP 2 Seats DB Only46,536.00 Freestanding Play Motion & More Fun IP251037B-010 We-Go-Round HDG w/Custom DigiFuse Artwork Requires CP 3 Seats DB Only47,161.00 Freestanding Play Motion & More Fun IP251037A-001 We-Go-Round HDG w/Farm DigiFuse Panels 2 Seats DB Only 46,536.00 Freestanding Play Motion & More Fun IP251037B-001 We-Go-Round HDG w/Farm DigiFuse Panels 3 Seats DB Only 47,161.00 Freestanding Play Motion & More Fun IP251037A-008 We-Go-Round HDG w/Kite DigiFuse Panels 2 Seats DB Only 46,536.00 Freestanding Play Motion & More Fun IP251037B-008 We-Go-Round HDG w/Kite DigiFuse Panels 3 Seats DB Only 47,161.00 Freestanding Play Motion & More Fun IP251037A-005 We-Go-Round HDG w/Music DigiFuse Panels 2 Seats DB Only 46,536.00 Freestanding Play Motion & More Fun IP251037B-005 We-Go-Round HDG w/Music DigiFuse Panels 3 Seats DB Only 47,161.00 Freestanding Play Motion & More Fun IP251037A-003 We-Go-Round HDG w/Nature DigiFuse Panels 2 Seats DB Only 46,536.00 Freestanding Play Motion & More Fun IP251037B-003 We-Go-Round HDG w/Nature DigiFuse Panels 3 Seats DB Only 47,161.00 Freestanding Play Motion & More Fun IP251037A-009 We-Go-Round HDG w/Ocean DigiFuse Panels 2 Seats DB Only 46,536.00 Freestanding Play Motion & More Fun IP251037B-009 We-Go-Round HDG w/Ocean DigiFuse Panels 3 Seats DB Only 47,161.00 Freestanding Play Motion & More Fun IP251036A-001 We-Go-Round HDG w/Perf Panels - 2 seats DB Only 45,051.00 Freestanding Play Motion & More Fun IP251036B-001 We-Go-Round HDG w/Perf Panels - 3 seats DB Only 45,686.00 Freestanding Play Motion & More Fun IP251037A-007 We-Go-Round HDG w/Seasons DigiFuse Panels 2 Seats DB Only46,536.00 Freestanding Play Motion & More Fun IP251037B-007 We-Go-Round HDG w/Seasons DigiFuse Panels 3 Seats DB Only47,161.00 Freestanding Play Motion & More Fun IP251037A-002 We-Go-Round HDG w/Space DigiFuse Panels 2 Seats DB Only 46,536.00 Freestanding Play Motion & More Fun IP251037B-002 We-Go-Round HDG w/Space DigiFuse Panels 3 Seats DB Only 47,161.00 Freestanding Play Motion & More Fun IP251037A-004 We-Go-Round HDG w/Transportation DigiFuse Panels 2 Seats DB Only46,536.00 Freestanding Play Motion & More Fun IP251037B-004 We-Go-Round HDG w/Transportation DigiFuse Panels 3 Seats DB Only47,161.00 Freestanding Play Motion & More Fun IP249558A-006 We-Go-Round w/Abstract DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-006 We-Go-Round w/Abstract DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-010 We-Go-Round w/Custom DigiFuse Artwork Requires CP 2 Seats DB Only40,662.00 Freestanding Play Motion & More Fun IP249558B-010 We-Go-Round w/Custom DigiFuse Artwork Requires CP 3 Seats DB Only41,208.00 Freestanding Play Motion & More Fun IP249558A-001 We-Go-Round w/Farm DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-001 We-Go-Round w/Farm DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-008 We-Go-Round w/Kite DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-008 We-Go-Round w/Kite DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-005 We-Go-Round w/Music DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-005 We-Go-Round w/Music DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-003 We-Go-Round w/Nature DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-003 We-Go-Round w/Nature DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-009 We-Go-Round w/Ocean DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-009 We-Go-Round w/Ocean DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP248819A-001 We-Go-Round w/Perf Panels - 2 seats DB Only 39,176.00 Freestanding Play Motion & More Fun IP248819B-001 We-Go-Round w/Perf Panels - 3 seats DB Only 39,732.00 Freestanding Play Motion & More Fun IP249558A-007 We-Go-Round w/Seasons DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-007 We-Go-Round w/Seasons DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-002 We-Go-Round w/Space DigiFuse Panels 2 Seats DB Only 40,662.00 Freestanding Play Motion & More Fun IP249558B-002 We-Go-Round w/Space DigiFuse Panels 3 Seats DB Only 41,208.00 Freestanding Play Motion & More Fun IP249558A-004 We-Go-Round w/Transportation DigiFuse Panels 2 Seats DB Only40,662.00 Freestanding Play Motion & More Fun IP249558B-004 We-Go-Round w/Transportation DigiFuse Panels 3 Seats DB Only41,208.00 Freestanding Play Swings IP277778A-001 We-Go-Swing w/1 Accessible Bay DB Only 41,166.00 Freestanding Play Swings IP277778B-001 We-Go-Swing w/2 Accessible Bays DB Only 40,877.00 Freestanding Play Signs IP182503F-003 Welcome Sign (LSI Provided) Ages 18 m-12 yrs 12" Surface Mount - Freestanding Play Signs IP182503F-002 Welcome Sign (LSI Provided) Ages 18 m-12 yrs 2" Surface Mount - Freestanding Play Signs IP182503F-001 Welcome Sign (LSI Provided) Ages 18 m-12 yrs Direct Bury - Freestanding Play Signs IP182503E-003 Welcome Sign (LSI Provided) Ages 18 m-5 yrs 12" Surface Mount - Freestanding Play Signs IP182503E-002 Welcome Sign (LSI Provided) Ages 18 m-5 yrs 2" Surface Mount - Freestanding Play Signs IP182503E-001 Welcome Sign (LSI Provided) Ages 18 m-5 yrs Direct Bury - Freestanding Play Signs IP182503B-003 Welcome Sign (LSI Provided) Ages 2-12 years 12" Surface Mount - Freestanding Play Signs IP182503B-002 Welcome Sign (LSI Provided) Ages 2-12 years 2" Surface Mount - Freestanding Play Signs IP182503B-001 Welcome Sign (LSI Provided) Ages 2-12 years Direct Bury - Freestanding Play Signs IP182503A-003 Welcome Sign (LSI Provided) Ages 2-5 years 12" Surface Mount - Freestanding Play Signs IP182503A-002 Welcome Sign (LSI Provided) Ages 2-5 years 2" Surface Mount - Freestanding Play Signs IP182503A-001 Welcome Sign (LSI Provided) Ages 2-5 years Direct Bury - Freestanding Play Signs IP182503C-003 Welcome Sign (LSI Provided) Ages 5-12 years 12" Surface Mount - Freestanding Play Signs IP182503C-002 Welcome Sign (LSI Provided) Ages 5-12 years 2" Surface Mount - Freestanding Play Signs IP182503C-001 Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury - Freestanding Play Signs IP182503D-003 Welcome Sign (LSI Provided) Ages 6-23 months 12" Surface Mount - Freestanding Play Signs IP182503D-002 Welcome Sign (LSI Provided) Ages 6-23 months 2" Surface Mount - Freestanding Play Signs IP182503D-001 Welcome Sign (LSI Provided) Ages 6-23 months Direct Bury - Freestanding Play Signs IP182504F-003 Welcome Sign Ages 18 m-12 yrs 12" Surface Mount 552.00 Freestanding Play Signs IP182504F-002 Welcome Sign Ages 18 m-12 yrs 2" Surface Mount 552.00 Freestanding Play Signs IP182504F-001 Welcome Sign Ages 18 m-12 yrs Direct Bury 478.00 Freestanding Play Signs IP182504E-003 Welcome Sign Ages 18 m-5 yrs 12" Surface Mount 552.00 Freestanding Play Signs IP182504E-002 Welcome Sign Ages 18 m-5 yrs 2" Surface Mount 552.00 Freestanding Play Signs IP182504E-001 Welcome Sign Ages 18 m-5 yrs Direct Bury 478.00 Freestanding Play Signs IP182504B-003 Welcome Sign Ages 2-12 years 12" Surface Mount 552.00 Freestanding Play Signs IP182504B-002 Welcome Sign Ages 2-12 years 2" Surface Mount 552.00 Freestanding Play Signs IP182504B-001 Welcome Sign Ages 2-12 years Direct Bury 478.00 Freestanding Play Signs IP182504A-003 Welcome Sign Ages 2-5 years 12" Surface Mount 552.00 Freestanding Play Signs IP182504A-002 Welcome Sign Ages 2-5 years 2" Surface Mount 552.00 Freestanding Play Signs IP182504A-001 Welcome Sign Ages 2-5 years Direct Bury 478.00 Freestanding Play Signs IP182504C-003 Welcome Sign Ages 5-12 years 12" Surface Mount 552.00 Freestanding Play Signs IP182504C-002 Welcome Sign Ages 5-12 years 2" Surface Mount 552.00 Freestanding Play Signs IP182504C-001 Welcome Sign Ages 5-12 years Direct Bury 478.00 Freestanding Play Signs IP182504D-003 Welcome Sign Ages 6-23 months 12" Surface Mount 552.00 Freestanding Play Signs IP182504D-002 Welcome Sign Ages 6-23 months 2" Surface Mount 552.00 Freestanding Play Signs IP182504D-001 Welcome Sign Ages 6-23 months Direct Bury 478.00 Freestanding Play Motion & More Fun IP186490A-001 We-saw DB Only 14,254.00 Freestanding Play Sports & Fitness IP243899B-001 Wheel Bridge (13+) 2"SM 5,544.00 Freestanding Play Sports & Fitness IP243899A-001 Wheel Bridge (13+) DB 5,313.00 PlayBooster®Motion & More Fun PB111306B-003 Wheel w/Infill For Permalene 378.00 PlayShaper®Motion & More Fun PS111306B-003 Wheel w/Infill For Permalene 378.00 PlayShaper®Motion & More Fun PS111306B-004 Wheel w/Infill For Pipe 378.00 PlayBooster®Motion & More Fun PB111306B-004 Wheel w/Infill For Pipe Barrier 378.00 PlayBooster®Motion & More Fun PB111306B-002 Wheel w/Infill For Recycled Wall 378.00 PlayShaper®Motion & More Fun PS111306B-002 Wheel w/Infill For Recycled Wall 378.00 PlayBooster®Motion & More Fun PB111306B-005 Wheel w/Infill For Wire Barrier 378.00 PlayShaper®Motion & More Fun PS111306B-005 Wheel w/Infill For Wire Barrier 378.00 PlayBooster®Motion & More Fun PB111306A-003 Wheel w/o Infill For Permalene 315.00 PlayShaper®Motion & More Fun PS111306A-003 Wheel w/o Infill For Permalene 315.00 PlayBooster®Motion & More Fun PB111306A-004 Wheel w/o Infill For Pipe Barrier 315.00 PlayShaper®Motion & More Fun PS111306A-004 Wheel w/o Infill For Pipe Barrier 315.00 PlayBooster®Motion & More Fun PB111306A-002 Wheel w/o Infill For Recycled Wall 315.00 PlayShaper®Motion & More Fun PS111306A-002 Wheel w/o Infill For Recycled Wall 315.00 PlayBooster®Motion & More Fun PB111306A-005 Wheel w/o Infill For Wire Barrier 315.00 PlayShaper®Motion & More Fun PS111306A-005 Wheel w/o Infill For Wire Barrier 315.00 Freestanding Play Motion & More Fun IP135536A-001 Whimsy Rider Dolphin 2"SM 1,570.00 Freestanding Play Motion & More Fun IP135536B-001 Whimsy Rider Dolphin DB 1,822.00 Freestanding Play Motion & More Fun IP135535A-001 Whimsy Rider Sea Horse 2"SM 1,649.00 Freestanding Play Motion & More Fun IP135535B-001 Whimsy Rider Sea Horse DB 1,938.00 Freestanding Play Motion & More Fun IP135534A-001 Whimsy Rider Zebra 2"SM 1,528.00 Freestanding Play Motion & More Fun IP135534B-001 Whimsy Rider Zebra DB 1,785.00 Freestanding Play Motion & More Fun IP277369A-001 WhirlyQ Spinner SM Only 17,735.00 PlayBooster®Slides PB222708A-002 WhooshWinder Slide 72"Dk 2"SM 6,925.00 PlayBooster®Slides PB222708A-001 WhooshWinder Slide 72"Dk DB 6,794.00 PlayBooster®Slides PB222708B-001 WhooshWinder Slide 96"Dk DB 6,505.00 PlayShaper®Climbers PS181114A-003 Wiggle Ladder 32"Dk 12"SM 956.00 PlayBooster®Climbers w/Permalene HandholdsPB123284A-002 Wiggle Ladder 32"Dk 2"SM 956.00 PlayShaper®Climbers PS181114A-002 Wiggle Ladder 32"Dk 2"SM 956.00 PlayBooster®Climbers w/Permalene HandholdsPB123284A-001 Wiggle Ladder 32"Dk DB 930.00 PlayShaper®Climbers PS181114A-001 Wiggle Ladder 32"Dk DB 930.00 PlayShaper®Climbers PS181114B-003 Wiggle Ladder 40"Dk 12"SM 1,024.00 PlayBooster®Climbers w/Permalene HandholdsPB123284B-002 Wiggle Ladder 40"Dk 2"SM 1,024.00 PlayShaper®Climbers PS181114B-002 Wiggle Ladder 40"Dk 2"SM 1,024.00 PlayBooster®Climbers w/Permalene HandholdsPB123284B-001 Wiggle Ladder 40"Dk DB 956.00 PlayShaper®Climbers PS181114B-001 Wiggle Ladder 40"Dk DB 956.00 PlayShaper®Climbers PS181114C-003 Wiggle Ladder 48"Dk 12"SM 1,066.00 PlayBooster®Climbers w/Permalene HandholdsPB123284C-002 Wiggle Ladder 48"Dk 2"SM 1,066.00 PlayShaper®Climbers PS181114C-002 Wiggle Ladder 48"Dk 2"SM 1,066.00 PlayBooster®Climbers w/Permalene HandholdsPB123284C-001 Wiggle Ladder 48"Dk DB 1,024.00 PlayShaper®Climbers PS181114C-001 Wiggle Ladder 48"Dk DB 1,024.00 PlayBooster®Climbers w/Permalene HandholdsPB123284D-002 Wiggle Ladder 56"Dk 2"SM 1,161.00 PlayBooster®Climbers w/Permalene HandholdsPB123284D-001 Wiggle Ladder 56"Dk DB 1,103.00 PlayBooster®Climbers w/Permalene HandholdsPB123284E-002 Wiggle Ladder 64"Dk 2"SM 1,218.00 PlayBooster®Climbers w/Permalene HandholdsPB123284E-001 Wiggle Ladder 64"Dk DB 1,161.00 PlayBooster®Climbers w/Permalene HandholdsPB123284F-002 Wiggle Ladder 72"Dk 2"SM 1,271.00 PlayBooster®Climbers w/Permalene HandholdsPB123284F-001 Wiggle Ladder 72"Dk DB 1,234.00 PlayBooster®Climbers Other PB126371A-002 Wiggle Ladder 90*Tri-Deck 32"Dk 2"SM 1,728.00 PlayBooster®Climbers Other PB126371A-001 Wiggle Ladder 90*Tri-Deck 32"Dk DB 1,644.00 PlayBooster®Climbers Other PB126371B-002 Wiggle Ladder 90*Tri-Deck 40"Dk 2"SM 1,780.00 PlayBooster®Climbers Other PB126371B-001 Wiggle Ladder 90*Tri-Deck 40"Dk DB 1,733.00 PlayBooster®Climbers Other PB126371C-002 Wiggle Ladder 90*Tri-Deck 48"Dk 2"SM 1,854.00 PlayBooster®Climbers Other PB126371C-001 Wiggle Ladder 90*Tri-Deck 48"Dk DB 1,796.00 PlayBooster®Climbers Other PB126371D-002 Wiggle Ladder 90*Tri-Deck 56"Dk 2"SM 1,938.00 PlayBooster®Climbers Other PB126371D-001 Wiggle Ladder 90*Tri-Deck 56"Dk DB 1,864.00 PlayBooster®Climbers Other PB126371E-002 Wiggle Ladder 90*Tri-Deck 64"Dk 2"SM 1,990.00 PlayBooster®Climbers Other PB126371E-001 Wiggle Ladder 90*Tri-Deck 64"Dk DB 1,943.00 PlayBooster®Climbers Other PB126371F-002 Wiggle Ladder 90*Tri-Deck 72"Dk 2"SM 2,058.00 PlayBooster®Climbers Other PB126371F-001 Wiggle Ladder 90*Tri-Deck 72"Dk DB 2,006.00 PlayBooster®Climbers w/SteelX HandholdsPB139502A-002 Wiggle Ladder SteelX 32"Dk 2"SM 1,407.00 PlayBooster®Climbers w/SteelX HandholdsPB139502A-001 Wiggle Ladder SteelX 32"Dk DB 1,323.00 PlayBooster®Climbers w/SteelX HandholdsPB139502B-002 Wiggle Ladder SteelX 40"Dk 2"SM 1,470.00 PlayBooster®Climbers w/SteelX HandholdsPB139502B-001 Wiggle Ladder SteelX 40"Dk DB 1,413.00 PlayBooster®Climbers w/SteelX HandholdsPB139502C-002 Wiggle Ladder SteelX 48"Dk 2"SM 1,523.00 PlayBooster®Climbers w/SteelX HandholdsPB139502C-001 Wiggle Ladder SteelX 48"Dk DB 1,470.00 PlayBooster®Climbers w/SteelX HandholdsPB139502D-002 Wiggle Ladder SteelX 56"Dk 2"SM 1,570.00 PlayBooster®Climbers w/SteelX HandholdsPB139502D-001 Wiggle Ladder SteelX 56"Dk DB 1,523.00 PlayBooster®Climbers w/SteelX HandholdsPB139502E-002 Wiggle Ladder SteelX 64"Dk 2"SM 1,628.00 PlayBooster®Climbers w/SteelX HandholdsPB139502E-001 Wiggle Ladder SteelX 64"Dk DB 1,581.00 PlayBooster®Climbers w/SteelX HandholdsPB139502F-002 Wiggle Ladder SteelX 72"Dk 2"SM 1,733.00 PlayBooster®Climbers w/SteelX HandholdsPB139502F-001 Wiggle Ladder SteelX 72"Dk DB 1,654.00 PlayBooster®Climbers w/Vibe HandholdsPB180090A-002 Wiggle Ladder w/Vibe Handholds 32"Dk 2"SM 1,402.00 PlayBooster®Climbers w/Vibe HandholdsPB180090A-001 Wiggle Ladder w/Vibe Handholds 32"Dk DB 1,350.00 PlayBooster®Climbers w/Vibe HandholdsPB180090B-002 Wiggle Ladder w/Vibe Handholds 40"Dk 2"SM 1,449.00 PlayBooster®Climbers w/Vibe HandholdsPB180090B-001 Wiggle Ladder w/Vibe Handholds 40"Dk DB 1,402.00 PlayBooster®Climbers w/Vibe HandholdsPB180090C-002 Wiggle Ladder w/Vibe Handholds 48"Dk 2"SM 1,481.00 PlayBooster®Climbers w/Vibe HandholdsPB180090C-001 Wiggle Ladder w/Vibe Handholds 48"Dk DB 1,449.00 PlayBooster®Climbers w/Vibe HandholdsPB180090D-002 Wiggle Ladder w/Vibe Handholds 56"Dk 2"SM 1,570.00 PlayBooster®Climbers w/Vibe HandholdsPB180090D-001 Wiggle Ladder w/Vibe Handholds 56"Dk DB 1,507.00 PlayBooster®Climbers w/Vibe HandholdsPB180090E-002 Wiggle Ladder w/Vibe Handholds 64"Dk 2"SM 1,628.00 PlayBooster®Climbers w/Vibe HandholdsPB180090E-001 Wiggle Ladder w/Vibe Handholds 64"Dk DB 1,570.00 PlayBooster®Climbers w/Vibe HandholdsPB180090F-002 Wiggle Ladder w/Vibe Handholds 72"Dk 2"SM 1,701.00 PlayBooster®Climbers w/Vibe HandholdsPB180090F-001 Wiggle Ladder w/Vibe Handholds 72"Dk DB 1,649.00 Freestanding Play Sensory Play IP120418A-002 Wiggle Worm w/Head 2"SM 5,256.00 Freestanding Play Sensory Play IP120418A-001 Wiggle Worm w/Head DB 4,988.00 Freestanding Play Sensory Play IP120418B-002 Wiggle Worm w/o Head 2"SM 3,539.00 Freestanding Play Sensory Play IP120418B-001 Wiggle Worm w/o Head DB 3,434.00 PlayBooster®Enclosures PB180465A-001 Window Vibe Panel Above Deck 1,502.00 PlayBooster®Enclosures PB180465B-001 Window Vibe Panel Ground Level 1,502.00 PlayBooster®Enclosures PB120314A-001 Wire Barrier Above Deck 919.00 PlayShaper®Enclosures PS117946A-001 Wire Barrier Above Deck 657.00 PlayShaper®Enclosures PS117946C-001 Wire Barrier Ground Level 657.00 PlayBooster®Enclosures PB120314C-001 Wire Barrier Ground Level 1,161.00 PlayShaper®Enclosures PS117945A-001 Wire Barrier Tri-Deck 930.00 PlayBooster®Enclosures PB120315A-001 Wire Barrier Tri-Deck 1,145.00 PlayShaper®Enclosures PS117945B-001 Wire Barrier Tri-Deck w/Wheel 1,229.00 PlayBooster®Enclosures PB120315B-001 Wire Barrier Tri-Deck w/Wheel 1,449.00 PlayBooster®Enclosures PB120314B-001 Wire Barrier w/Wheel Above Deck 1,203.00 PlayShaper®Enclosures PS117946B-001 Wire Barrier w/Wheel Above Deck 951.00 PlayBooster®Enclosures PB120314D-001 Wire Barrier w/Wheel Ground Level 1,455.00 PlayShaper®Enclosures PS117946D-001 Wire Barrier w/Wheel Ground Level 951.00 PlayBooster®Tunnels PB119641A-001 Wire Crawl Tunnel Above Deck 3,171.00 PlayShaper®Tunnels PS118099A-001 Wire Crawl Tunnel Above Deck 2,715.00 PlayBooster®Tunnels PB119641A-003 Wire Crawl Tunnel Ground Level 3,654.00 PlayShaper®Tunnels PS118099A-002 Wire Crawl Tunnel Ground Level 2,715.00 Evos®Motion & More Fun EV156452A-001 Wobble Pod DB Only 2,058.00 Freestanding Play Motion & More Fun IP158105A-001 Wobble Pod DB Only 2,058.00 PlayBooster®Climbers Other PB271907A-001 Wood Plank Ladder 90* Tri-Deck 72" Deck DB 2,673.00 PlayBooster®Climbers Other PB271907A-002 Wood Plank Ladder 90* Tri-Deck 72" Deck SM 2,757.00 PlayBooster®Climbers w/Permalene HandholdsPB272084A-001 Wood Plank Ladder w/Permalene Handholds 72" Deck DB 2,085.00 PlayBooster®Climbers w/Permalene HandholdsPB272084A-002 Wood Plank Ladder w/Permalene Handholds 72" Deck SM 2,174.00 PlayBooster®Climbers Nature-InspiredPB271906A-001 Wood Plank Ladder w/Wood-Grain Handholds 72" Deck DB 3,019.00 PlayBooster®Climbers Nature-InspiredPB271906A-002 Wood Plank Ladder w/Wood-Grain Handholds 72" Deck SM 3,093.00 PlayShaper®Climbers PS185862A-002 Wood Plank Wiggle Ladder 32"Deck 2" SM 1,959.00 PlayShaper®Climbers PS185862A-001 Wood Plank Wiggle Ladder 32"Deck DB 1,932.00 PlayBooster®Climbers Nature-InspiredPB169318A-002 Wood Plank Wiggle Ladder 32"Deck w/Recycled Wood-Grain Handholds 2"SM1,959.00 PlayBooster®Climbers Nature-InspiredPB169318A-001 Wood Plank Wiggle Ladder 32"Deck w/Recycled Wood-Grain Handholds DB1,932.00 PlayShaper®Climbers PS185862B-002 Wood Plank Wiggle Ladder 40"Deck 2" SM 2,011.00 PlayShaper®Climbers PS185862B-001 Wood Plank Wiggle Ladder 40"Deck DB 1,959.00 PlayBooster®Climbers Nature-InspiredPB169318B-002 Wood Plank Wiggle Ladder 40"Deck w/Recycled Wood-Grain Handholds 2"SM2,011.00 PlayBooster®Climbers Nature-InspiredPB169318B-001 Wood Plank Wiggle Ladder 40"Deck w/Recycled Wood-Grain Handholds DB1,959.00 PlayShaper®Climbers PS185862C-002 Wood Plank Wiggle Ladder 48"Deck 2" SM 2,058.00 PlayShaper®Climbers PS185862C-001 Wood Plank Wiggle Ladder 48"Deck DB 2,006.00 PlayBooster®Climbers Nature-InspiredPB169318C-002 Wood Plank Wiggle Ladder 48"Deck w/Recycled Wood-Grain Handholds 2"SM2,058.00 PlayBooster®Climbers Nature-InspiredPB169318C-001 Wood Plank Wiggle Ladder 48"Deck w/Recycled Wood-Grain Handholds DB2,006.00 PlayBooster®Climbers Nature-InspiredPB169318D-002 Wood Plank Wiggle Ladder 56"Deck w/Recycled Wood-Grain Handholds 2"SM2,106.00 PlayBooster®Climbers Nature-InspiredPB169318D-001 Wood Plank Wiggle Ladder 56"Deck w/Recycled Wood-Grain Handholds DB2,074.00 PlayBooster®Climbers Nature-InspiredPB169318E-002 Wood Plank Wiggle Ladder 64"Deck w/Recycled Wood-Grain Handholds 2"SM2,190.00 PlayBooster®Climbers Nature-InspiredPB169318E-001 Wood Plank Wiggle Ladder 64"Deck w/Recycled Wood-Grain Handholds DB2,111.00 PlayBooster®Climbers Nature-InspiredPB169318F-002 Wood Plank Wiggle Ladder 72"Deck w/Recycled Wood-Grain Handholds 2"SM2,247.00 PlayBooster®Climbers Nature-InspiredPB169318F-001 Wood Plank Wiggle Ladder 72"Deck w/Recycled Wood-Grain Handholds DB2,216.00 Freestanding Play Site Furnishings IP186583A-003 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/1 Armrest DB1,276.00 Freestanding Play Site Furnishings IP186583A-004 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/1 Armrest SM1,376.00 Freestanding Play Site Furnishings IP186583A-005 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/2 Armrests DB1,434.00 Freestanding Play Site Furnishings IP186583A-006 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/2 Armrests SM1,533.00 Freestanding Play Site Furnishings IP186583A-007 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/3 Armrests DB1,591.00 Freestanding Play Site Furnishings IP186583A-008 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/3 Armrests SM1,691.00 Freestanding Play Site Furnishings IP186583A-001 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/o Armrests DB1,119.00 Freestanding Play Site Furnishings IP186583A-002 Wood-Grain Bench 70" w/Back 2x4 Cedar Slats w/o Armrests SM1,218.00 Freestanding Play Site Furnishings IP186583C-003 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/1 Armrest DB1,276.00 Freestanding Play Site Furnishings IP186583C-004 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/1 Armrest SM1,376.00 Freestanding Play Site Furnishings IP186583C-005 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/2 Armrests DB1,434.00 Freestanding Play Site Furnishings IP186583C-006 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/2 Armrests SM1,533.00 Freestanding Play Site Furnishings IP186583C-007 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/3 Armrests DB1,591.00 Freestanding Play Site Furnishings IP186583C-008 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/3 Armrests SM1,691.00 Freestanding Play Site Furnishings IP186583C-001 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/o Armrests DB1,119.00 Freestanding Play Site Furnishings IP186583C-002 Wood-Grain Bench 70" w/Back 2x4 Cedar/Mink Slats w/o Armrests SM1,218.00 Freestanding Play Site Furnishings IP186583B-001 Wood-Grain Bench 70" w/o Back 2x4 Cedar Slats DB 767.00 Freestanding Play Site Furnishings IP186583B-002 Wood-Grain Bench 70" w/o Back 2x4 Cedar Slats SM 861.00 Freestanding Play Site Furnishings IP186583D-001 Wood-Grain Bench 70" w/o Back 2x4 Cedar/Mink Slats DB 767.00 Freestanding Play Site Furnishings IP186583D-002 Wood-Grain Bench 70" w/o Back 2x4 Cedar/Mink Slats SM 861.00 Freestanding Play Site Furnishings IP186583E-003 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/1 Armrest DB1,392.00 Freestanding Play Site Furnishings IP186583E-004 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/1 Armrest SM1,476.00 Freestanding Play Site Furnishings IP186583E-005 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/2 Armrests DB1,549.00 Freestanding Play Site Furnishings IP186583E-006 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/2 Armrests SM1,633.00 Freestanding Play Site Furnishings IP186583E-007 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/3 Armrests DB1,707.00 Freestanding Play Site Furnishings IP186583E-008 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/3 Armrests SM1,791.00 Freestanding Play Site Furnishings IP186583E-001 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/o Armrests DB1,234.00 Freestanding Play Site Furnishings IP186583E-002 Wood-Grain Bench 94" w/Back 2x4 Cedar Slats w/o Armrests SM1,318.00 Freestanding Play Site Furnishings IP186583G-003 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/1 Armrest DB1,392.00 Freestanding Play Site Furnishings IP186583G-004 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/1 Armrest SM1,476.00 Freestanding Play Site Furnishings IP186583G-005 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/2 Armrests DB1,549.00 Freestanding Play Site Furnishings IP186583G-006 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/2 Armrests SM1,633.00 Freestanding Play Site Furnishings IP186583G-007 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/3 Armrests DB1,707.00 Freestanding Play Site Furnishings IP186583G-008 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/3 Armrests SM1,791.00 Freestanding Play Site Furnishings IP186583G-001 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/o Armrests DB1,234.00 Freestanding Play Site Furnishings IP186583G-002 Wood-Grain Bench 94" w/Back 2x4 Cedar/Mink Slats w/o Armrests SM1,318.00 Freestanding Play Site Furnishings IP186583F-001 Wood-Grain Bench 94" w/o Back 2x4 Cedar Slats DB 861.00 Freestanding Play Site Furnishings IP186583F-002 Wood-Grain Bench 94" w/o Back 2x4 Cedar Slats SM 940.00 Freestanding Play Site Furnishings IP186583H-001 Wood-Grain Bench 94" w/o Back 2x4 Cedar/Mink Slats DB 861.00 Freestanding Play Site Furnishings IP186583H-002 Wood-Grain Bench 94" w/o Back 2x4 Cedar/Mink Slats SM 940.00 Freestanding Play Site Furnishings IP186584A-001 Wood-Grain Litter Receptacle DB 2,667.00 Freestanding Play Site Furnishings IP186584B-001 Wood-Grain Litter Receptacle SM 2,741.00 Freestanding Play Site Furnishings IP186585A-001 Wood-Grain Recycling Receptacle DB 2,667.00 Freestanding Play Site Furnishings IP186585B-001 Wood-Grain Recycling Receptacle SM 2,741.00 Freestanding Play Learning Wall LW184895A-001 Xylofun Panel 3,208.00 Freestanding Play Sensory Play IP168106A-001 Xylofun Panel 2,961.00 Weevos®Motion & More Fun WV173579B-001 Xylofun Panel 2"SM 4,447.00 PlayShaper®Enclosures PS173570A-001 Xylofun Panel Above Deck 3,208.00 PlayBooster®Enclosures PB173565A-001 Xylofun Panel Above Deck 3,376.00 Weevos®Motion & More Fun WV173579A-001 Xylofun Panel DB 4,347.00 PlayShaper®Enclosures PS173570A-002 Xylofun Panel Ground Level 3,208.00 PlayBooster®Enclosures PB173565B-001 Xylofun Panel Ground Level 3,502.00 PlayBooster®Enclosures PB179053A-001 Xylofun Vibe Panel Above Deck 3,733.00 PlayBooster®Enclosures PB179053B-001 Xylofun Vibe Panel Ground Level 3,733.00 Freestanding Play Sensory Play IP168990A-001 Xylofun/Alphamaze Panel 3,108.00 Weevos®Motion & More Fun WV173716B-001 Xylofun/Alphamaze Panel 2"SM 4,578.00 Weevos®Motion & More Fun WV173716A-001 Xylofun/Alphamaze Panel DB 4,484.00 PlayBooster®Mainstructures PB272371A-001 Zenith Climber for 7 Post Netplex 7,728.00 PlayBooster®Climbers w/Permalene HandholdsPB272368C-001 Zenith Climber w/Permalene Handholds Attached to Hex Deck 72" Deck DB8,421.00 PlayBooster®Climbers w/Permalene HandholdsPB272368F-001 Zenith Climber w/Permalene Handholds Attached to Hex Deck 96" Deck DB8,715.00 PlayBooster®Climbers w/Permalene HandholdsPB272368A-001 Zenith Climber w/Permalene Handholds Attached to Square Deck 72"Deck DB7,912.00 PlayBooster®Climbers w/Permalene HandholdsPB272368D-001 Zenith Climber w/Permalene Handholds Attached to Square Deck 96" Deck DB8,206.00 PlayBooster®Climbers w/Vibe HandholdsPB272369C-001 Zenith Climber w/Vibe Handholds Attached to Hex Deck 72" Deck DB8,831.00 PlayBooster®Climbers w/Vibe HandholdsPB272369F-001 Zenith Climber w/Vibe Handholds Attached to Hex Deck 96" Deck DB9,120.00 PlayBooster®Climbers w/Vibe HandholdsPB272369A-001 Zenith Climber w/Vibe Handholds Attached to Square Deck 72" Deck DB8,316.00 PlayBooster®Climbers w/Vibe HandholdsPB272369D-001 Zenith Climber w/Vibe Handholds Attached to Square Deck 96" Deck DB8,616.00 Freestanding Play Motion & More Fun IP194663A-006 ZipKrooz 34' w/Aluminum Posts 12"SM 17,325.00 Freestanding Play Motion & More Fun IP194663A-005 ZipKrooz 34' w/Aluminum Posts 2"SM 17,325.00 Freestanding Play Motion & More Fun IP194663A-004 ZipKrooz 34' w/Aluminum Posts DB 15,987.00 Freestanding Play Motion & More Fun IP194663A-003 ZipKrooz 34' w/Steel Posts 12"SM 16,706.00 Freestanding Play Motion & More Fun IP194663A-002 ZipKrooz 34' w/Steel Posts 2"SM 16,706.00 Freestanding Play Motion & More Fun IP194663A-001 ZipKrooz 34' w/Steel Posts DB 15,525.00 Freestanding Play Motion & More Fun IP194663B-006 ZipKrooz 50' w/Aluminum Posts 12"SM 20,638.00 Freestanding Play Motion & More Fun IP194663B-005 ZipKrooz 50' w/Aluminum Posts 2"SM 20,638.00 Freestanding Play Motion & More Fun IP194663B-004 ZipKrooz 50' w/Aluminum Posts DB 19,011.00 Freestanding Play Motion & More Fun IP194663B-003 ZipKrooz 50' w/Steel Posts 12"SM 19,940.00 Freestanding Play Motion & More Fun IP194663B-002 ZipKrooz 50' w/Steel Posts 2"SM 19,940.00 Freestanding Play Motion & More Fun IP194663B-001 ZipKrooz 50' w/Steel Posts DB 18,470.00 Freestanding Play Motion & More Fun IP194663C-006 ZipKrooz 66' w/Aluminum Posts 12"SM 23,967.00 Freestanding Play Motion & More Fun IP194663C-005 ZipKrooz 66' w/Aluminum Posts 2"SM 23,967.00 Freestanding Play Motion & More Fun IP194663C-004 ZipKrooz 66' w/Aluminum Posts DB 22,019.00 Freestanding Play Motion & More Fun IP194663C-003 ZipKrooz 66' w/Steel Posts 12"SM 23,195.00 Freestanding Play Motion & More Fun IP194663C-002 ZipKrooz 66' w/Steel Posts 2"SM 23,195.00 Freestanding Play Motion & More Fun IP194663C-001 ZipKrooz 66' w/Steel Posts DB 21,457.00 Freestanding Play Motion & More Fun IP195507A-006 ZipKrooz Additional Bay 34' w/Aluminum Posts 12"SM 16,732.00 Freestanding Play Motion & More Fun IP195507A-005 ZipKrooz Additional Bay 34' w/Aluminum Posts 2"SM 16,732.00 Freestanding Play Motion & More Fun IP195507A-004 ZipKrooz Additional Bay 34' w/Aluminum Posts DB 15,556.00 Freestanding Play Motion & More Fun IP195507A-003 ZipKrooz Additional Bay 34' w/Steel Posts 12"SM 16,170.00 Freestanding Play Motion & More Fun IP195507A-002 ZipKrooz Additional Bay 34' w/Steel Posts 2"SM 16,170.00 Freestanding Play Motion & More Fun IP195507A-001 ZipKrooz Additional Bay 34' w/Steel Posts DB 15,115.00 Freestanding Play Motion & More Fun IP195507B-006 ZipKrooz Additional Bay 50' w/Aluminum Posts 12"SM 19,483.00 Freestanding Play Motion & More Fun IP195507B-005 ZipKrooz Additional Bay 50' w/Aluminum Posts 2"SM 19,483.00 Freestanding Play Motion & More Fun IP195507B-004 ZipKrooz Additional Bay 50' w/Aluminum Posts DB 18,155.00 Freestanding Play Motion & More Fun IP195507B-003 ZipKrooz Additional Bay 50' w/Steel Posts 12"SM 18,858.00 Freestanding Play Motion & More Fun IP195507B-002 ZipKrooz Additional Bay 50' w/Steel Posts 2"SM 18,858.00 Freestanding Play Motion & More Fun IP195507B-001 ZipKrooz Additional Bay 50' w/Steel Posts DB 17,672.00 Freestanding Play Motion & More Fun IP195507C-006 ZipKrooz Additional Bay 66' w/Aluminum Posts 12"SM 22,150.00 Freestanding Play Motion & More Fun IP195507C-005 ZipKrooz Additional Bay 66' w/Aluminum Posts 2"SM 22,150.00 Freestanding Play Motion & More Fun IP195507C-004 ZipKrooz Additional Bay 66' w/Aluminum Posts DB 20,738.00 Freestanding Play Motion & More Fun IP195507C-003 ZipKrooz Additional Bay 66' w/Steel Posts 12"SM 21,562.00 Freestanding Play Motion & More Fun IP195507C-002 ZipKrooz Additional Bay 66' w/Steel Posts 2"SM 21,562.00 Freestanding Play Motion & More Fun IP195507C-001 ZipKrooz Additional Bay 66' w/Steel Posts DB 20,244.00 Freestanding Play Motion & More Fun IP196212A-006 ZipKrooz Assisted 34' w/Aluminum Posts 12"SM 15,063.00 Freestanding Play Motion & More Fun IP196212A-005 ZipKrooz Assisted 34' w/Aluminum Posts 2"SM 15,063.00 Freestanding Play Motion & More Fun IP196212A-004 ZipKrooz Assisted 34' w/Aluminum Posts DB 14,228.00 Freestanding Play Motion & More Fun IP196212A-003 ZipKrooz Assisted 34' w/Steel Posts 12"SM 14,706.00 Freestanding Play Motion & More Fun IP196212A-002 ZipKrooz Assisted 34' w/Steel Posts 2"SM 14,706.00 Freestanding Play Motion & More Fun IP196212A-001 ZipKrooz Assisted 34' w/Steel Posts DB 13,934.00 Freestanding Play Motion & More Fun IP196212B-006 ZipKrooz Assisted 50' w/Aluminum Posts 12"SM 18,407.00 Freestanding Play Motion & More Fun IP196212B-005 ZipKrooz Assisted 50' w/Aluminum Posts 2"SM 18,407.00 Freestanding Play Motion & More Fun IP196212B-004 ZipKrooz Assisted 50' w/Aluminum Posts DB 17,247.00 Freestanding Play Motion & More Fun IP196212B-003 ZipKrooz Assisted 50' w/Steel Posts 12"SM 17,940.00 Freestanding Play Motion & More Fun IP196212B-002 ZipKrooz Assisted 50' w/Steel Posts 2"SM 17,940.00 Freestanding Play Motion & More Fun IP196212B-001 ZipKrooz Assisted 50' w/Steel Posts DB 16,895.00 Freestanding Play Motion & More Fun IP196212C-006 ZipKrooz Assisted 66' w/Aluminum Posts 12"SM 21,730.00 Freestanding Play Motion & More Fun IP196212C-005 ZipKrooz Assisted 66' w/Aluminum Posts 2"SM 21,730.00 Freestanding Play Motion & More Fun IP196212C-004 ZipKrooz Assisted 66' w/Aluminum Posts DB 20,260.00 Freestanding Play Motion & More Fun IP196212C-003 ZipKrooz Assisted 66' w/Steel Posts 12"SM 21,195.00 Freestanding Play Motion & More Fun IP196212C-002 ZipKrooz Assisted 66' w/Steel Posts 2"SM 21,195.00 Freestanding Play Motion & More Fun IP196212C-001 ZipKrooz Assisted 66' w/Steel Posts DB 19,856.00 Freestanding Play Motion & More Fun IP196213A-006 ZipKrooz Assisted Additional Bay 34' w/Aluminum Posts 12"SM14,480.00 Freestanding Play Motion & More Fun IP196213A-005 ZipKrooz Assisted Additional Bay 34' w/Aluminum Posts 2"SM 14,480.00 Freestanding Play Motion & More Fun IP196213A-004 ZipKrooz Assisted Additional Bay 34' w/Aluminum Posts DB 13,818.00 Freestanding Play Motion & More Fun IP196213A-003 ZipKrooz Assisted Additional Bay 34' w/Steel Posts 12"SM 14,160.00 Freestanding Play Motion & More Fun IP196213A-002 ZipKrooz Assisted Additional Bay 34' w/Steel Posts 2"SM 14,160.00 Freestanding Play Motion & More Fun IP196213A-001 ZipKrooz Assisted Additional Bay 34' w/Steel Posts DB 13,540.00 Freestanding Play Motion & More Fun IP196213B-006 ZipKrooz Assisted Additional Bay 50' w/Aluminum Posts 12"SM17,236.00 Freestanding Play Motion & More Fun IP196213B-005 ZipKrooz Assisted Additional Bay 50' w/Aluminum Posts 2"SM 17,236.00 Freestanding Play Motion & More Fun IP196213B-004 ZipKrooz Assisted Additional Bay 50' w/Aluminum Posts DB 16,412.00 Freestanding Play Motion & More Fun IP196213B-003 ZipKrooz Assisted Additional Bay 50' w/Steel Posts 12"SM 16,869.00 Freestanding Play Motion & More Fun IP196213B-002 ZipKrooz Assisted Additional Bay 50' w/Steel Posts 2"SM 16,869.00 Freestanding Play Motion & More Fun IP196213B-001 ZipKrooz Assisted Additional Bay 50' w/Steel Posts DB 16,107.00 Freestanding Play Motion & More Fun IP196213C-006 ZipKrooz Assisted Additional Bay 66' w/Aluminum Posts 12"SM19,971.00 Freestanding Play Motion & More Fun IP196213C-005 ZipKrooz Assisted Additional Bay 66' w/Aluminum Posts 2"SM 19,971.00 Freestanding Play Motion & More Fun IP196213C-004 ZipKrooz Assisted Additional Bay 66' w/Aluminum Posts DB 18,979.00 Freestanding Play Motion & More Fun IP196213C-003 ZipKrooz Assisted Additional Bay 66' w/Steel Posts 12"SM 19,572.00 Freestanding Play Motion & More Fun IP196213C-002 ZipKrooz Assisted Additional Bay 66' w/Steel Posts 2"SM 19,572.00 Freestanding Play Motion & More Fun IP196213C-001 ZipKrooz Assisted Additional Bay 66' w/Steel Posts DB 18,669.00 PlayBooster®Enclosures PB114649A-001 Zoo Infill Panel 1,035.00 Freestanding Play Learning Wall LW184857A-001 Zoo Panel 630.00 PlayShaper®Enclosures PS111287A-001 Zoo Panel Above Deck 630.00 PlayBooster®Enclosures PB115227A-001 Zoo Panel Above Deck 830.00 PlayBooster®Enclosures PB115227B-001 Zoo Panel Ground Level 1,040.00 PlayShaper®Enclosures PS111287A-002 Zoo Panel Ground Level 630.00 MODEL 2025 Price WEIGHT DESCRIPTION 100-60PL 2,657.00 603 6' PICNIC TABLE, RECYCLED PLASTIC 100-68-1PL 2,936.00 654 ADA PICNIC TABLE, RECYCLED PLASTIC 100-80PL 3,094.00 695 8' PICNIC TABLE, RECYCLED PLASTIC 101-20 2,266.00 242 42” DIAMETER STEEL TABLE, 2 SEATS 101-30 2,684.00 297 42” DIAMETER STEEL ADA TABLE, 3 SEATS 101-40 3,033.00 344 42” DIAMETER STEEL TABLE, 4 SEATS 102-22 1,874.00 236 22-GALLON STEEL RECEPTACLE 102-22SH 2,060.00 258 22-GALLON STEEL RECEPTACLE WITH SHIELD 102-32 2,142.00 272 32-GALLON STEEL RECEPTACLE 102-32SH 2,326.00 299 32-GALLON STEEL RECEPTACLE WITH SHIELD 102-40-RC 2,270.00 278 40-GALLON TRASH/RECYCLING RECEPTACLE 102-40SHRC 2,480.00 304 40-GALLON TRASH/RECYCLING RECEPTACLE WITH SHIELD 103 ARMREST 179.00 9 OPTIONAL END/CENTER ARMREST 103-40PL 596.00 116 4' BACKLESS BENCH, RECYCLED PLASTIC 103-50PL 691.00 129 5' BACKLESS BENCH, RECYCLED PLASTIC 103-60PL 851.00 175 6' BACKLESS BENCH, RECYCLED PLASTIC 103-80PL 950.00 200 8' BACKLESS BENCH, RECYCLED PLASTIC 104 ARMREST 229.00 16 OPTIONAL CENTER ARMREST 104-60 893.00 165 6' BACKLESS PERFORATED STEEL BENCH 104-80 978.00 181 8' BACKLESS PERFORATED STEEL BENCH 105 ARMREST 166.00 7 OPTIONAL END/CENTER ARMREST 105-60D 500.00 118 6' BACKLESS BENCH, DOUGLAS FIR 105-60PL 713.00 153 6' BACKLESS BENCH, RECYCLED PLASTIC 105-80D 593.00 142 8' BACKLESS BENCH, DOUGLAS FIR 105-80PL 819.00 180 8' BACKLESS BENCH, RECYCLED PLASTIC 106 ARMREST 141.00 9 OPTIONAL END/CENTER ARMREST 106-60 1,535.00 264 6' BACKLESS CAST STEEL BENCH, STEEL SEAT 106-80 1,680.00 319 8' BACKLESS CAST STEEL BENCH, STEEL SEAT 107-22 1,193.00 179 22-GALLON STEEL RECEPTACLE 107-32 1,386.00 257 32-GALLON STEEL RECEPTACLE 107-40-RC 1,506.00 268 40-GALLON TRASH/RECYCLING RECEPTACLE 11 ARMREST 134.00 10 OPTIONAL END/CENTER ARMREST 114-00 856.00 108 STEEL PLANTER 11-60PL 1,103.00 223 6' BENCH, PLASTIC SLATS 117 ARMREST 262.00 10 OPTIONAL CENTER ARMREST 117-60 1,932.00 223 6' STEEL BENCH 117-80 2,289.00 275 8' STEEL BENCH 118 ARMREST 262.00 10 OPTIONAL CENTER ARMREST 11-80PL 1,260.00 265 8' BENCH, PLASTIC SLATS 118-60 1,943.00 227 6' STEEL BENCH 118-80 2,189.00 274 8' STEEL BENCH 119 ARMREST 184.00 9 OPTIONAL CENTER ARMREST 119-60 1,805.00 299 6' CAST STEEL BENCH, STEEL SEAT 119-80 2,081.00 359 8' CAST STEEL BENCH, STEEL SEAT 120 ARMREST 193.00 10 OPTIONAL CENTER ARMREST 120-60 1,641.00 250 6' BACKLESS CAST STEEL BENCH, STEEL SEAT 120-80 1,888.00 298 8' BACKLESS CAST STEEL BENCH, STEEL SEAT 122-00 1,736.00 185 STEEL PLANTER 122-00SH 1,852.00 201 STEEL PLANTER WITH SHIELD 123-00 868.00 113 STEEL ASH URN 123-00SH 970.00 123 STEEL ASH URN WITH SHIELD 124-31D 2,241.00 209 31-GALLON RECEPTACLE, DOUGLAS FIR 124-31I 2,447.00 255 31-GALLON RECEPTACLE, IPE 124-31PL 2,354.00 219 31-GALLON RECEPTACLE, RECYCLED PLASTIC 124-31TMR 2,447.00 209 31-GALLON RECEPTACLE, THERMALLY MODIFIED RED OAK 124-31TX 2,456.00 219 31-GALLON RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 125-20 539.00 97 2 1/2” SCHEDULE 40 BIKE RACK, 2 PEAKS 125-20HG 703.00 97 2 1/2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 2 PEAKS 125-30 727.00 134 2 1/2” SCHEDULE 40 BIKE RACK, 3 PEAKS 125-30HG 931.00 134 2 1/2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 3 PEAKS 125-40 924.00 170 2 1/2” SCHEDULE 40 BIKE RACK, 4 PEAKS 125-40HG 1,168.00 170 2 1/2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 4 PEAKS 125-50 1,214.00 206 2 1/2” SCHEDULE 40 BIKE RACK, 5 PEAKS 125-50HG 1,500.00 206 2 1/2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 5 PEAKS 125-60 1,475.00 256 2 1/2” SCHEDULE 40 BIKE RACK, 6 PEAKS 125-60HG 1,705.00 256 2 1/2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 6 PEAKS 126-20 2,715.00 260 42” DIAMETER STEEL TABLE, 2 CHAIRS 126-30 3,438.00 312 42” DIAMETER STEEL TABLE, 3 CHAIRS 126-40 4,169.00 363 42” DIAMETER STEEL TABLE, 4 CHAIRS 127-30 2,160.00 215 STEEL BENCH, 3 SEATS 127-40 2,743.00 272 STEEL BENCH, 4 SEATS 130-20 403.00 62 2” SCHEDULE 40 BIKE RACK, 2 PEAKS 130-20HG 482.00 62 2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 2 PEAKS 130-30 550.00 85 2” SCHEDULE 40 BIKE RACK, 3 PEAKS 130-30HG 629.00 85 2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 3 PEAKS 130-40 686.00 107 2” SCHEDULE 40 BIKE RACK, 4 PEAKS 130-40HG 849.00 107 2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 4 PEAKS 130-50 881.00 129 2” SCHEDULE 40 BIKE RACK, 5 PEAKS 130-50HG 1,073.00 129 2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 5 PEAKS 130-60 1,088.00 161 2” SCHEDULE 40 BIKE RACK, 6 PEAKS 130-60HG 1,249.00 161 2” SCHEDULE 40 HOT GALVANIZED BIKE RACK, 6 PEAKS 131 ARMREST 173.00 12 OPTIONAL CENTER ARMREST 131-60PL 1,329.00 309 6' BENCH, RECYCLED PLASTIC 131-80PL 1,469.00 352 8' BENCH, RECYCLED PLASTIC 138 ARMREST 128.00 7 OPTIONAL END/CENTER ARMREST 138-60D 494.00 95 6' BENCH, DOUGLAS FIR 138-60I 998.00 129 6' BENCH, IPE 138-60PL 614.00 126 6' BENCH, RECYCLED PLASTIC 138-60TMR 998.00 95 6' BENCH, THERMALLY MODIFIED RED OAK 138-80D 546.00 114 8' BENCH, DOUGLAS FIR 138-80I 1,208.00 161 8' BENCH, IPE 138-80PL 683.00 144 8' BENCH, RECYCLED PLASTIC 138-80TMR 1,208.00 114 8' BENCH, THERMALLY MODIFIED RED OAK 139 ARMREST 160.00 6 OPTIONAL END/CENTER ARMREST 139-60D 369.00 67 6' BACKLESS BENCH, DOUGLAS FIR 139-60I 693.00 90 6' BACKLESS BENCH, IPE 139-60PL 474.00 89 6' BACKLESS BENCH, RECYCLED PLASTIC 139-60TMR 693.00 67 6' BACKLESS BENCH, THERMALLY MODIFIED RED OAK 139-80D 402.00 79 8' BACKLESS BENCH, DOUGLAS FIR 139-80I 840.00 110 8' BACKLESS BENCH, IPE 139-80PL 521.00 101 8' BACKLESS BENCH, RECYCLED PLASTIC 139-80TMR 840.00 79 8' BACKLESS BENCH, THERMALLY MODIFED RED OAK 140 ARMREST 126.00 11 OPTIONAL CENTER ARMREST 140-60 1,628.00 282 6' CAST BENCH, STEEL SEAT 141 ARMREST 126.00 11 OPTIONAL CENTER ARMREST 141-60 2,012.00 361 6' CAST BENCH, STEEL SEAT 141-80 2,268.00 441 8' CAST BENCH, STEEL SEAT 142 ARMREST 126.00 11 OPTIONAL CENTER ARMREST 142-60D 1,343.00 180 6' CAST BENCH, DOUGLAS FIR 142-60I 1,995.00 225 6' CAST BENCH, IPE 142-60TMR 1,995.00 180 6' CAST BENCH, THERMALLY MODIFIED RED OAK 142-80D 1,428.00 202 8' CAST BENCH, DOUGLAS FIR 142-80I 2,279.00 262 8' CAST BENCH, IPE 142-80TMR 2,279.00 202 8' CAST BENCH, THERMALLY MODIFIED RED OAK 143 ARMREST 126.00 10 OPTIONAL CENTER ARMREST 143-40PL 1,335.00 176 4' CAST BENCH, RECYCLED PLASTIC 143-40TX 1,394.00 176 4' CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 143-60PL 1,478.00 211 6' CAST BENCH, RECYCLED PLASTIC 143-60TX 1,532.00 211 6' CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 143-80PL 2,257.00 306 8' CAST BENCH, RECYCLED PLASTIC 143-80TX 2,373.00 306 8' CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 144 ARMREST 141.00 10 OPTIONAL END/CENTER ARMREST 144-60 1,466.00 217 6' BACKLESS CAST BENCH, STEEL SEAT 144-80 1,685.00 265 8' BACKLESS CAST BENCH, STEEL SEAT 145 ARMREST 141.00 9 OPTIONAL END/CENTER ARMREST 145-60 1,504.00 254 6' BACKLESS CAST BENCH, STEEL SEAT 145-80 1,649.00 309 8' BACKLESS CAST BENCH, STEEL SEAT 146 ARMREST 141.00 6 OPTIONAL END/CENTER ARMREST 146-60D 1,055.00 126 6' BACKLESS CAST BENCH, DOUGLAS FIR 146-60I 1,470.00 154 6' BACKLESS CAST BENCH, IPE 146-60TMR 1,470.00 126 6' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 146-80D 1,109.00 141 8' BACKLESS CAST BENCH, DOUGLAS FIR 146-80I 1,649.00 179 8' BACKLESS CAST BENCH, IPE 146-80TMR 1,649.00 141 8' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 147 ARMREST 141.00 6 OPTIONAL END/CENTER ARMREST 147-40PL 1,098.00 127 4' BKLS CAST BENCH, RECYCLED PLASTIC 147-60PL 1,232.00 154 6' BKLS CAST BENCH, RECYCLED PLASTIC 147-80PL 1,882.00 221 8' BKLS CAST BENCH, RECYCLED PLASTIC 148-22 1,874.00 233 22-GALLON STEEL RECEPTACLE 148-22SH 2,060.00 255 22-GALLON STEEL RECEPTACLE WITH SHIELD 148-32 2,142.00 272 32-GALLON STEEL RECEPTACLE 148-32SH 2,326.00 299 32-GALLON STEEL RECEPTACLE WITH SHIELD 148-40-RC 2,270.00 278 40-GALLON TRASH/RECYCLING RECEPTACLE 148-40SHRC 2,480.00 304 40-GALLON TRASH/RECYCLING RECEPTACLE WITH SHIELD 149-00 1,736.00 185 STEEL PLANTER 149-00SH 1,852.00 201 STEEL PLANTER W/ SHIELD 150-00 868.00 113 STEEL ASH URN 150-00SH 970.00 123 STEEL ASH URN W/ SHIELD 151-00D 1,994.00 179 PLANTER, DOUGLAS FIR 151-00I 2,300.00 205 PLANTER, IPE 151-00PL 2,046.00 185 PLANTER, RECYCLED PLASTIC 152-31D 2,241.00 209 31-GALLON RECEPTACLE, DOUGLAS FIR 152-31I 2,447.00 255 31-GALLON RECEPTACLE, IPE 152-31PL 2,354.00 219 31-GALLON RECEPTACLE, RECYCLED PLASTIC 152-31TMR 2,447.00 209 31-GALLON RECEPTACLE, THERMALLY MODIFIED RED OAK 152-31TX 2,456.00 219 31-GALLON RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 153-00D 1,994.00 179 PLANTER, DOUGLAS FIR 153-00I 2,300.00 205 PLANTER, IPE 153-00PL 2,046.00 185 PLANTER, RECYCLED PLASTIC 153-00TMR 2,300.00 179 PLANTER, THERMALLY MODIFIED RED OAK 156 OPTIONS 189.00 FOR POWDER COATED FRAMES ADD TO LIST 156-60PL 1,725.00 187 6' ALUMINUM PICNIC TABLE, RECYCLED PLASTIC 156-68-1PL 2,015.00 214 ADA ALUMINUM PICNIC TABLE, RECYCLED PLASTIC 156-80PL 1,927.00 234 8' ALUMINUM PICNIC TABLE, RECYCLED PLASTIC 157-22 1,772.00 204 22-GALLON STEEL RECEPTACLE 157-22SH 1,935.00 223 22-GALLON STEEL RECEPTACLE WITH SHIELD 157-32 1,985.00 226 32-GALLON STEEL RECEPTACLE 157-32SH 2,195.00 277 32-GALLON STEEL RECEPTACLE WITH SHIELD 157-40-RC 2,090.00 259 40-GALLON TRASH/RECYCLING RECEPTACLE 157-40SH-RC 2,300.00 287 40-GALLON TRASH/RECYCLING RECEPTACLE WITH SHIELD 158-22 1,376.00 186 22-GALLON STEEL RECEPTACLE 158-22SH 1,567.00 206 22-GALLON STEEL RECEPTACLE WITH SHIELD 158-32 1,567.00 238 32-GALLON STEEL RECEPTACLE 158-32SH 1,856.00 266 32-GALLON STEEL RECEPTACLE WITH SHIELD 158-40-RC 1,691.00 249 40-GALLON TRASH/RECYCLING RECEPTACLE 158-40SHRC 1,976.00 277 40-GALLON TRASH/RECYCLING RECEPTACLE WITH SHIELD 159-00 1,283.00 137 STEEL PLANTER 159-00SH 1,378.00 148 STEEL PLANTER WITH SHIELD 160 ARMREST 154.00 18 OPTIONAL CENTER ARMREST 160-60 1,596.00 266 6' CAST BENCH, STEEL SEAT 160-80 1,775.00 314 8' CAST BENCH, STEEL SEAT 162 ARMREST 126.00 11 OPTIONAL CENTER ARMREST 162-60 2,172.00 261 6' CAST BENCH, STEEL SEAT 162-80 2,518.00 331 8' CAST BENCH, STEEL SEAT 163-60PL 1,353.00 158 6' BACKLESS BENCH, RECYCLED PLASTIC 163-80PL 1,421.00 220 8' BACKLESS BENCH, RECYCLED PLASTIC 164 ARMREST 183.00 22 OPTIONAL CENTER ARMREST 164-60 1,304.00 205 6' BACKLESS CAST BENCH, STEEL SEAT 164-80 1,402.00 239 8' BACKLESS CAST BENCH, STEEL SEAT 165 ARMREST 154.00 18 OPTIONAL CENTER ARMREST 165-60D 1,752.00 222 6' CAST BENCH, DOUGLAS FIR SEAT 165-60I 2,531.00 264 6' CAST BENCH, IPE SEAT 165-60PL 1,692.00 230 6' CAST BENCH, RECYCLED PLASTIC SEAT 165-60TMR 2,531.00 222 6' CAST BENCH, THERMALLY MODIFIED RED OAK 165-80D 1,882.00 251 8' CAST BENCH, DOUGLAS FIR SEAT 165-80I 2,856.00 308 8' CAST BENCH, IPE SEAT 165-80PL 1,834.00 263 8' CAST BENCH, RECYCLED PLASTIC SEAT 165-80TMR 2,856.00 251 8' CAST BENCH, THERMALLY MODIFIED RED OAK 166 ARMREST 183.00 23 OPTIONAL CENTER ARMREST 166-60D 1,288.00 182 6' BACKLESS CAST BENCH, DOUGLAS FIR SEAT 166-60I 1,722.00 206 6' BACKLESS CAST BENCH, IPE SEAT 166-60PL 1,300.00 187 6' BACKLESS CAST BENCH, RECYCLED PLASTIC SEAT 166-60TMR 1,722.00 182 6' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 166-80D 1,383.00 204 8' BACKLESS CAST BENCH, DOUGLAS FIR SEAT 166-80I 1,922.00 236 8' BACKLESS CAST BENCH, IPE SEAT 166-80PL 1,410.00 210 8' BACKLESS CAST BENCH, RECYCLED PLASTIC SEAT 166-80TMR 1,922.00 204 8' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 168 ARMREST 154.00 18 OPTIONAL CENTER ARMREST 168-60 1,619.00 239 6' CAST BENCH, STEEL SEAT 168-80 1,854.00 284 8' CAST BENCH, STEEL SEAT 169 ARMREST 154.00 18 OPTIONAL CENTER ARMREST 169-60 1,625.00 194 6' CAST BENCH, STEEL PERFORATED SEAT 169-80 1,890.00 222 8' CAST BENCH, STEEL PERFORATED SEAT 170-32 1,489.00 126 32-GALLON PERFORATED STEEL RECEPTACLE 170-40-RC 1,603.00 140 40-GALLON PERFORATED STEEL TRASH/RECYCLING RECEPTACLE 17-22 2,279.00 200 22 GALLON STEEL RECEPTACLE WITH FLAT COVER 173 ARMREST 183.00 22 OPTIONAL CENTER ARMREST 173-60 1,307.00 186 6' BACKLESS CAST BENCH, STEEL SEAT 173-80 1,481.00 217 8' BACKLESS CAST BENCH, STEEL SEAT 174 ARMREST 183.00 22 OPTIONAL CENTER ARMREST 174-60 1,302.00 158 6' BACKLESS CAST BENCH, PERFORATED SEAT 174-80 1,385.00 176 8' BACKLESS CAST BENCH, PERFORATED SEAT 182-32 2,540.00 84 32-GALLON ALUMINUM/STEEL RECEPTACLE 183-22 1,372.00 149 22-GALLON STEEL RECEPTACLE 183-32 1,500.00 194 32-GALLON STEEL RECEPTACLE 184-00 1,182.00 118 STEEL PLANTER 185 ARMREST 134.00 6 OPTIONAL END/CENTER ARMREST 185-60D 1,599.00 168 6' CAST BENCH, DOUGLAS FIR 185-60I 2,342.00 214 6' CAST BENCH, IPE 185-60PL 1,547.00 177 6' CAST BENCH, RECYCLED PLASTIC 185-60TMR 2,342.00 168 6' CAST BENCH, THERMALLY MODIFIED RED OAK 185-80D 1,704.00 196 8' CAST BENCH, DOUGLAS FIR 185-80I 2,688.00 257 8' CAST BENCH, IPE 185-80PL 2,628.00 253 8' CAST BENCH, RECYCLED PLASTIC 185-80TMR 2,688.00 196 8' CAST BENCH, THERMALLY MODIFIED RED OAK 186 ARMREST 134.00 7 OPTIONAL END/CENTER ARMREST 186-60D 1,052.00 102 6' BACKLESS CAST BENCH, DOUGLAS FIR 186-60I 1,428.00 126 6' BACKLESS CAST BENCH, IPE 186-60PL 1,048.00 107 6' BACKLESS CAST BENCH, RECYCLED PLASTIC 186-60TMR 1,428.00 102 6' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 186-80D 1,132.00 120 8' BACKLESS CAST BENCH, DOUGLAS FIR 186-80I 1,649.00 152 8' BACKLESS CAST BENCH, IPE 186-80PL 1,659.00 152 8' BACKLESS CAST BENCH, RECYCLED PLASTIC 186-80TMR 1,649.00 120 8' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 187-32D-FTO 2,117.00 186 32-GALLON CAST RECEPTACLE, DOUGLAS FIR 187-32I-FTO 3,035.00 238 32-GALLON CAST RECEPTACLE, IPE 187-32PL-FTO 2,208.00 198 32-GALLON CAST RECEPTACLE, RECYCLED PLASTIC 187-32TMR-FTO 3,035.00 186 32-GALLON CAST RECEPTACLE, THERMALLY MODIFIED RED OAK 188 OPTIONS 195.00 FOR S-2 MOUNTING OPTION ADD TO LIST 188-05 977.00 61 STEEL BIKE RACK, 5-OPENINGS 188-07 1,086.00 70 STEEL BIKE RACK, 7-OPENINGS 188-09 1,182.00 79 STEEL BIKE RACK, 9-OPENINGS 188-11 1,289.00 89 STEEL BIKE RACK, 11-OPENINGS 19 ARMREST 116.00 8 OPTIONAL CENTER ARMREST 190 ARMREST 166.00 8 OPTIONAL CENTER ARMREST 190-60 1,589.00 277 6' CAST BENCH, STEEL SEAT 190-80 1,767.00 325 8' CAST BENCH, STEEL SEAT 191 ARMREST 173.00 11 OPTIONAL CENTER ARMREST 191-60 1,273.00 205 6' BACKLESS CAST BENCH, STEEL SEAT 191-80 1,365.00 239 8' BACKLESS CAST BENCH, STEEL SEAT 192 ARMREST 166.00 8 OPTIONAL CENTER ARMREST 192-60 1,612.00 250 6' CAST BENCH, STEEL SEAT 192-80 1,846.00 295 8' CAST BENCH, STEEL SEAT 193 ARMREST 173.00 11 OPTIONAL CENTER ARMREST 193-60 1,273.00 186 6' BACKLESS CAST BENCH, STEEL SEAT 193-80 1,446.00 217 8' BACKLESS CAST BENCH, STEEL SEAT 194 ARMREST 166.00 6 OPTIONAL END/CENTER ARMREST 194-60 2,069.00 218 6' CAST BENCH, STEEL SEAT 194-80 2,405.00 259 8' CAST BENCH, STEEL SEAT 195 ARMREST 166.00 6 OPTIONAL END/CENTER ARMREST 195-60 1,050.00 112 6' BACKLESS CAST BENCH, STEEL SEAT 195-80 1,150.00 133 8' BACKLESS CAST BENCH, STEEL SEAT 19-60 2,064.00 379 6' CAST BENCH, STEEL SEAT 196-32 2,534.00 259 32-GALLON CAST RECEPTACLE, STEEL 19-80 2,316.00 457 8' CAST BENCH, STEEL SEAT 198-40PL 2,772.00 183 4-SEAT STEEL OVAL TABLE, RECYCLED PLASTIC TOP 198-60PL 3,376.00 272 6-SEAT STEEL OVAL TABLE, RECYCLED PLASTIC TOP 198-80PL 3,962.00 355 8-SEAT ADA STEEL OVAL TABLE, RECYCLED PLASTIC TOP 199-00 472.00 24 STEEL BIKE RACK 21-00 420.00 83 GRILL FOR EMBEDMENT 22-00 588.00 105 GRILL, FREE STANDING 23-00D 613.00 38 ASH URN, DOUGLAS FIR 23-00I 1,078.00 58 ASH URN, IPE 23-00PL 684.00 41 ASH URN, RECYCLED PLASTIC 24-00 941.00 242 DUAL-LEVEL GRILL FOR EMBEDMENT 24-00/S-2 1,113.00 242 DUAL-LEVEL GRILL FOR SURFACE MOUNT 270 ARMREST 146.00 17 OPTIONAL CENTER ARMREST 270-60I 1,901.00 178 6' BENCH, IPE 270-60PL 1,755.00 178 6' BENCH, IPE, RECYCLED PLASTIC 270-60TMR 1,901.00 138 6' BENCH, THERMALLY MODIFIED RED OAK 270-60TX 1,805.00 178 6' BENCH, IPE, WOOD GRAIN RECYCLED PLASTIC 271 ARMREST 193.00 16 OPTIONAL CENTER ARMREST 271-60I 1,145.00 123 6' BACKLESS BENCH, IPE 271-60INA 1,019.00 111 6' BACKLESS BENCH, NO ARMS, IPE 271-60PL 944.00 123 6' BACKLESS BENCH, IPE 271-60PLNA 831.00 111 6' BACKLESS BENCH, NO ARMS, IPE 271-60TMR 1,145.00 103 6' BACKLESS BENCH, THERMALLY MODIFIED RED OAK 271-60TMRNA 1,019.00 91 6' BACKLESS BENCH, NO ARMS, THERMALLY MODIFIED RED OAK 271-60TX 983.00 123 6' BACKLESS BENCH, IPE 271-60TXNA 868.00 111 6' BACKLESS BENCH, NO ARMS, IPE 272-32 956.00 98 32 GAL STEEL RECEPTACLE, TOP DEPOSIT 272-32-SO 1,040.00 109 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT 282-60 1,791.00 198 6' BACKLESS CAST ALUMINUM BENCH, STEEL SEAT 282-80 2,049.00 247 8' BACKLESS CAST ALUMINUM BENCH, STEEL SEAT 283-60 1,696.00 180 6' BACKLESS CAST ALUMINUM BENCH, NO ARMS, STEEL SEAT 283-80 1,955.00 229 8' BACKLESS CAST ALUMINUM BENCH, NO ARMS, STEEL SEAT 284 ARMREST 205.00 15 OPTIONAL CENTER ARMREST 284-60D 1,953.00 145 6' BACKLESS CAST ALUMINUM BENCH, DOUGLAS FIR 284-60I 2,510.00 179 6' BACKLESS CAST ALUMINUM BENCH, IPE 284-60PL 1,919.00 152 6' BACKLESS CAST ALUMINUM BENCH, RECYCLED PLASTIC 284-60TMR 2,510.00 145 6' BACKLESS CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK 284-80D 2,053.00 171 8' BACKLESS CAST ALUMINUM BENCH, DOUGLAS FIR 284-80I 2,830.00 216 8' BACKLESS CAST ALUMINUM BENCH, IPE 284-80PL 1,971.00 180 8' BACKLESS CAST ALUMINUM BENCH, RECYCLED PLASTIC 284-80TMR 2,830.00 171 8' BACKLESS CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK 285 ARMREST 205.00 15 OPTIONAL CENTER ARMREST 285-60D 1,777.00 128 6' BACKLESS CAST ALUMINUM BENCH, NO ARMS, DOUGLAS FIR 285-60I 2,426.00 162 6' BACKLESS CAST ALUMINUM BENCH, NO ARMS, IPE 285-60PL 1,764.00 135 6' BACKLESS CAST ALUMINUM BENCH, NO ARMS, RECYCLED PLASTIC 285-60TMR 2,426.00 128 6' BACKLESS CAST ALUMINUM BENCH, NO ARMS, THERMALLY MODIFIED RED OAK 285-80D 1,881.00 153 8' BACKLESS CAST ALUMINUM BENCH, NO ARMS, DOUGLAS FIR 285-80I 2,736.00 198 8' BACKLESS CAST ALUMINUM BENCH, NO ARMS, IPE 285-80PL 1,882.00 162 8' BACKLESS CAST ALUMINUM BENCH, NO ARMS, RECYCLED PLASTIC 285-80TMR 2,736.00 153 8' BACKLESS CAST ALUMINUM BENCH, NO ARMS, THERMALLY MODIFIED RED OAK 286-32 1,691.00 224 32 GALLON STEEL RECEPTACLE, TOP DEPOSIT 286-32SH 1,911.00 252 32 GALLON STEEL RECEPTACLE WITH SHIELD, TOP DEPOSIT 287-32 1,985.00 240 32 GALLON STEEL RECEPTACLE, SIDE DEPOSIT 287-32SH 2,100.00 268 32 GALLON STEEL RECEPTACLE WITH SHIELD, SIDE DEPOSIT 290-00/S-1 192.00 34 POWDER COATED BIKE RACK FOR EMBEDMENT MOUNT 290-00/S-2 231.00 34 POWDER COATED BIKE RACK SURFACE MOUNT 290-00/S-4 237.00 36 POWDER COATED BIKE RACK FOR SUB-FLOOR MOUNT 290-00HG/S-1 205.00 34 HOT GALVANIZED BIKE RACK FOR EMBEDMENT MOUNT 290-00HG/S-2 254.00 34 HOT GALVANIZED BIKE RACK FOR SURFACE MOUNT 290-00HG/S-4 261.00 36 HOT GALVANIZED BIKE RACK FOR SUB-FLOOR 291-00/S-1 238.00 30 POWDER COATED BIKE RACK FOR EMBEDMENT MOUNT 291-00/S-2 268.00 31 POWDER COATED BIKE RACK SURFACE MOUNT 291-00/S-4 307.00 30 POWDER COATED BIKE RACK FOR SUB-FLOOR MOUNT 291-00HG/S-1 243.00 30 HOT GALVANIZED BIKE RACK FOR EMBEDMENT MOUNT 291-00HG/S-2 275.00 31 HOT GALVANIZED BIKE RACK FOR SURFACE MOUNT 291-00HG/S-4 313.00 30 HOT GALVANIZED BIKE RACK FOR SUB-FLOOR 292-00/S-1 330.00 33 POWDER COATED BIKE RACK FOR EMBEDMENT MOUNT 292-00/S-2 369.00 39 POWDER COATED BIKE RACK SURFACE MOUNT 292-00/S-4 374.00 35 POWDER COATED BIKE RACK FOR SUB-FLOOR MOUNT 292-00HG/S-1 343.00 33 HOT GALVANIZED BIKE RACK FOR EMBEDMENT MOUNT 292-00HG/S-2 383.00 39 HOT GALVANIZED BIKE RACK FOR SURFACE MOUNT 292-00HG/S-4 388.00 35 HOT GALVANIZED BIKE RACK FOR SUB-FLOOR 293-00/S-1 299.00 29 POWDER COATED BIKE RACK FOR EMBEDMENT MOUNT 293-00/S-2 327.00 30 POWDER COATED BIKE RACK SURFACE MOUNT 293-00/S-4 326.00 33 POWDER COATED BIKE RACK FOR SUB-FLOOR MOUNT 293-00HG/S-1 303.00 29 HOT GALVANIZED BIKE RACK FOR EMBEDMENT MOUNT 293-00HG/S-2 331.00 30 HOT GALVANIZED BIKE RACK FOR SURFACE MOUNT 293-00HG/S-4 339.00 33 HOT GALVANIZED BIKE RACK FOR SUB-FLOOR 294-30TMR 3,040.00 280 42” DIAMETER ADA STEEL TABLE, 3 SEATS, THERMALLY MODIFIED RED OAK 294-40TMR 3,452.00 319 42” DIAMETER STEEL TABLE, 4 SEATS, THERMALLY MODIFIED RED OAK 294-50TMR 4,155.00 383 42” DIAMETER STEEL TABLE, 5 SEATS, THERMALLY MODIFIED RED OAK 294-60TMR 4,909.00 456 42” DIAMETER STEEL TABLE, 6 SEATS, THERMALLY MODIFIED RED OAK 295-30TMR 2,406.00 236 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 295-40TMR 2,634.00 260 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 295-50TMR 3,065.00 309 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 295-60TMR 3,590.00 356 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 296-36-20TMR 2,095.00 194 36” DIAMETER STEEL TABLE, 2 SEATS, THERMALLY MODIFIED RED OAK 296-36-40TMR 3,274.00 290 36” DIAMETER STEEL TABLE, 4 SEATS, THERMALLY MODIFIED RED OAK 296-42-20TMR 2,219.00 207 42” DIAMETER ADA STEEL TABLE, 2 SEATS, THERMALLY MODIFIED RED OAK 296-42-30TMR 2,818.00 255 42” DIAMETER ADA STEEL TABLE, 3 SEATS, THERMALLY MODIFIED RED OAK 296-42-40TMR 3,398.00 303 42” DIAMETER STEEL TABLE, 4 SEATS, THERMALLY MODIFIED RED OAK 297-36-20I 1,638.00 170 36” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, IPE 297-36-20TMR 1,638.00 166 36” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 297-36-40TMR 2,411.00 232 36” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 297-42-20TMR 1,762.00 178 42” DIAMETER ADASTEEL TABLE, 2 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 297-42-30TMR 2,130.00 212 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 297-42-40TMR 2,535.00 245 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 298-60-2I 4,345.00 635 6' ADA STEEL PICNIC TABLE, IPE 298-60-2PL 3,488.00 582 6' ADA STEEL PICNIC TABLE, RECYCLED PLASTIC 298-60-2TMR 4,345.00 635 6' ADA STEEL PICNIC TABLE, THERMALLY MODIFIED RED OAK 298-60-2TX 3,565.00 582 6' ADA STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 298-60HS 3,664.00 608 6' STEEL PICNIC TABLE, STEEL 298-60I 4,345.00 635 6' STEEL PICNIC TABLE, IPE 298-60PL 3,488.00 582 6' STEEL PICNIC TABLE, RECYCLED PLASTIC 298-60TMR 4,345.00 635 6' STEEL PICNIC TABLE, THERMALLY MODIFIED RED OAK 298-60TX 3,565.00 582 6' STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 299-60-1HS 4,221.00 565 6' ADA STEEL PICNIC TABLE, STEEL 299-60-1I 5,187.00 602 6' ADA STEEL PICNIC TABLE, IPE 299-60-1PL 4,316.00 556 6' ADA STEEL PICNIC TABLE, RECYCLED PLASTIC 299-60-1TMR 5,187.00 602 6' ADA STEEL PICNIC TABLE, THERMALLY MODIFIED RED OAK 299-60-1TX 4,421.00 556 6' ADA STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 299-60HS 3,948.00 588 6' STEEL PICNIC TABLE, STEEL 299-60I 4,998.00 612 6' STEEL PICNIC TABLE, IPE 299-60PL 4,043.00 559 6' STEEL PICNIC TABLE, RECYCLED PLASTIC 299-60TMR 4,998.00 612 6' STEEL PICNIC TABLE, THERMALLY MODIFIED RED OAK 299-60TX 4,158.00 559 6' STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 299-66HS 5,471.00 688 6' STEEL PICNIC TABLE, 6 SEATS, STEEL 299-66I 6,531.00 750 6' STEEL PICNIC TABLE, 6 SEATS, IPE 299-66PL 5,786.00 704 6' STEEL PICNIC TABLE, 6 SEATS, RECYCLED PLASTIC 299-66TMR 6,531.00 750 6' STEEL PICNIC TABLE, 6 SEATS, THERMALLY MODIFIED RED OAK 299-66TX 5,922.00 704 6' STEEL PICNIC TABLE, 6 SEATS, WOOD GRAIN RECYCLED PLASTIC 34 ARMREST 128.00 9 OPTIONAL END/CENTER ARMREST 34-60D 782.00 138 6' BENCH, DOUGLAS FIR 34-60I 1,569.00 183 6' BENCH, IPE 34-60PL 987.00 159 6' BENCH, RECYCLED PLASTIC 34-60TMR 1,569.00 138 6' BENCH, THERMALLY MODIFIED RED OAK 34-60TX 1,082.00 159 6' BENCH, WOOD GRAIN RECYCLED PLASTIC 34-80D 853.00 158 8' BENCH, DOUGLAS FIR 34-80I 2,104.00 219 8' BENCH, IPE 34-80TMR 2,104.00 158 8' BENCH, THERMALLY MODIFIED RED OAK 35 ARMREST 173.00 12 OPTIONAL CENTER ARMREST 35-60D 1,105.00 234 6' BENCH, DOUGLAS FIR 35-80D 1,200.00 267 8' BENCH, DOUGLAS FIR 37-60D 1,092.00 165 6' BACKLESS BENCH, DOUGLAS FIR 37-80D 1,229.00 193 8' BACKLESS BENCH, DOUGLAS FIR 39 ARMREST 141.00 9 OPTIONAL END/CENTER ARMREST 39-60D 944.00 170 6' BENCH, DOUGLAS FIR 39-80D 1,048.00 199 8' BENCH, DOUGLAS FIR 400-36 352.00 65 36” HIGH STEEL BOLLARD 400-402 OPTIONS 499.00 43 FOR OPTION S-1SL (GROUND SLEEVEW/CAP) ADD TO LIST 400-42 366.00 71 42” HIGH STEEL BOLLARD 401-36 535.00 76 36” HIGH STEEL BIKE BOLLARD, 2 LOOPS 401-42 541.00 81 42” HIGH STEEL BIKE BOLLARD, 2 LOOPS 402-36 657.00 114 36” HIGH SQUARE STEEL BOLLARD 402-42 678.00 124 42” HIGH SQUARE STEEL BOLLARD 41-22D 837.00 88 22-GALLON RECEPTACLE, DOUGLAS FIR 41-22I 1,355.00 116 22-GALLON RECEPTACLE, IPE 41-22PL 882.00 94 22-GALLON RECEPTACLE, RECYCLED PLASTIC 41-22TMR 1,355.00 88 22-GALLON RECEPTACLE, THERMALLY MODIFIED RED OAK 41-32D 980.00 113 32-GALLON RECEPTACLE, DOUGLAS FIR 41-32I 1,822.00 151 32-GALLON RECEPTACLE, IPE 41-32PL 1,047.00 120 32-GALLON RECEPTACLE, RECYCLED PLASTIC 41-32TMR 1,822.00 113 32-GALLON RECEPTACLE, THERMALLY MODIFIED RED OAK 41-40D-RC 1,249.00 122 40-GALLON TRASH/RECYCING RECEPTACLE, DOUGLAS FIR 41-40I-RC 1,974.00 160 40-GALLON TRASH/RECYCING RECEPTACLE, IPE 41-40PL-RC 1,296.00 129 40-GALLON TRASH/RECYCING RECEPTACLE, RECYCLED PLASTIC 41-40TMR-RC 1,974.00 122 40-GALLON TRASH/RECYCING RECEPTACLE, THERMALLY MODIFIED RED OAK 423-00 703.00 20 ALUMINUM ASH URN FOR RECEPTACLES 424-20 1,512.00 192 STEEL BENCH, 2 SEATS 424-23 1,934.00 219 STEEL BENCH, 2 SEATS, 3 ARMRESTS 424-30 2,009.00 275 STEEL BENCH, 3 SEATS 424-34 2,591.00 310 STEEL BENCH, 3 SEATS, 4 ARMRESTS 424-40 2,630.00 375 STEEL BENCH, 4 SEATS 424-45 3,303.00 407 STEEL BENCH, 4 SEATS, 5 ARMRESTS 425-20 1,124.00 152 STEEL BACKLESS BENCH, 2 SEATS 425-23 1,725.00 183 STEEL BACKLESS BENCH, 2 SEATS, 3 ARMRESTS 425-30 1,530.00 216 STEEL BACKLESS BENCH, 3 SEATS 425-34 2,329.00 257 STEEL BACKLESS BENCH, 3 SEATS, 4 ARMRESTS 425-40 1,999.00 282 STEEL BACKLESS BENCH, 4 SEATS 425-45 2,987.00 332 STEEL BACKLESS BENCH, 4 SEATS, 5 ARMRESTS 426-20 1,410.00 154 STEEL BENCH, 2 SEATS 426-23 1,839.00 181 STEEL BENCH, 2 SEATS, 3 ARMRESTS 426-30 1,880.00 218 STEEL BENCH, 3 SEATS 426-34 2,451.00 253 STEEL BENCH, 3 SEATS, 4 ARMRESTS 426-40 2,489.00 284 STEEL BENCH, 4 SEATS 426-45 3,119.00 331 STEEL BENCH, 4 SEATS, 5 ARMRESTS 427-20 1,078.00 136 STEEL BACKLESS BENCH, 2 SEATS 427-23 1,705.00 166 STEEL BACKLESS BENCH, 2 SEATS, 3 ARMRESTS 427-30 1,463.00 191 STEEL BACKLESS BENCH, 3 SEATS 427-34 2,289.00 232 STEEL BACKLESS BENCH, 3 SEATS, 4 ARMRESTS 427-40 1,913.00 248 STEEL BACKLESS BENCH, 4 SEATS 427-45 2,891.00 299 STEEL BACKLESS BENCH, 4 SEATS, 5 ARMRESTS 428-32-FTO 1,713.00 192 32-GALLON STEEL RECEPTACLE, TOP DEPOSIT 428-32-S02 1,983.00 203 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT, (2) OPENINGS 428-32-S03 1,983.00 202 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT, (3) OPENINGS 428-32-SO1 1,983.00 204 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT, (1) OPENINGS 429-32-FTO 1,481.00 191 32-GALLON STEEL RECEPTACLE, TOP DEPOSIT 429-32-SO1 1,804.00 204 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT, (1) OPENINGS 429-32-SO2 1,804.00 203 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT, (2) OPENINGS 429-32-SO3 1,804.00 201 32-GALLON STEEL RECEPTACLE, SIDE DEPOSIT, (3) OPENINGS 430-00 1,347.00 113 STEEL PLANTER 431-00 1,174.00 86 STEEL PLANTER 432-22 1,055.00 103 22-GALLON STEEL RECEPTACLE 432-32 1,098.00 142 32-GALLON STEEL RECEPTACLE 432-40-RC 1,305.00 150 40-GALLON TRASH/RECYCLING RECEPTACLE 432-55 1,232.00 148 55-GALLON STEEL RECEPTACLE 438-32 1,741.00 240 32-GALLON STEEL RECEPTACLE 438-32SH 2,016.00 270 32-GALLON STEEL RECEPTACLE WITH SHIELD 440-17X17S 932.00 66 STEEL PLANTER 17” X 17” X 20” 440-17X17T 1,436.00 93 STEEL PLANTER 17” X 17” X 30” 440-17X32S 1,048.00 99 STEEL PLANTER 17” X 32” X 20” 440-17X32T 1,645.00 141 STEEL PLANTER 17” X 32” X 30” 441-15X15S 926.00 56 STEEL PLANTER 15” X 15” X 20” 441-15X15T 1,442.00 86 STEEL PLANTER 15” X 15” X 30” 441-15X30S 1,008.00 94 STEEL PLANTER 15” X 30” X 20” 441-15X30T 1,589.00 135 STEEL PLANTER 15” X 30” X 30” 443-558-1 5,966.00 827 8' STEEL ADA PICNIC TABLE, 2 BENCHES 443-62 5,757.00 806 6' STEEL PICNIC TABLE, 2 BENCHES 443-82 6,668.00 974 8' STEEL PICNIC TABLE, 2 BENCHES 445-14 4,304.00 388 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS 445-15 5,199.00 469 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS 445-16 6,086.00 548 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS 445-24 4,358.00 316 42” DIAMETER STEEL TABLE, 4 BACKLESS PATTERN SEATS 445-25 5,316.00 381 42” DIAMETER STEEL TABLE, 5 BACKLESS PATTERN SEATS 445-26 6,209.00 440 42” DIAMETER STEEL TABLE, 6 BACKLESS PATTERN SEATS 445-34D 3,790.00 310 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, DOUGLAS FIR 445-34I 4,420.00 337 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, IPE 445-34PL 3,860.00 315 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, RECYCLED PLASTIC 445-34TMR 4,288.00 310 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 445-35D 4,566.00 372 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, DOUGLAS FIR 445-35I 5,352.00 406 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, IPE 445-35PL 4,653.00 379 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, RECYCLED PLASTIC 445-35TMR 5,193.00 372 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 445-36D 5,271.00 430 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, DOUGLAS FIR 445-36I 6,215.00 471 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, IPE 445-36PL 5,376.00 438 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, RECYCLED PLASTIC 445-36TMR 6,029.00 430 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 446 ARMREST 218.00 11 OPTIONAL CENTER ARMREST 446-60 2,169.00 245 6' CAST ALUMINUM BENCH, STEEL SEAT 446-80 2,401.00 308 8' CAST ALUMINUM BENCH, STEEL SEAT 447 ARMREST 218.00 11 OPTIONAL CENTER ARMREST 447-60D 2,481.00 217 6' CAST ALUMINUM BENCH, DOUGLAS FIR SEAT 447-60I 3,423.00 254 6' CAST ALUMINUM BENCH, IPE SEAT 447-60PL 2,464.00 229 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT 447-60TMR 3,423.00 217 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK 447-80D 2,730.00 272 8' CAST ALUMINUM BENCH, DOUGLAS FIR SEAT 447-80I 3,896.00 327 8' CAST ALUMINUM BENCH, IPE SEAT 447-80PL 2,661.00 269 8' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT 447-80TMR 3,896.00 272 8' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK 448 GAME OPTION 588.00 OPTIONAL GAME BOARD ADD TO LIST 448 OPTIONS 160.00 FOR MOUNTING OPTIONS S-2 AND S-4 ADD TO LIST 448-32 2,298.00 287 3' SQUARE STEEL TABLE, 2 SEATS 448-33 2,826.00 337 3' SQUARE STEEL TABLE, 3 SEATS 448-34 3,286.00 387 3' SQUARE STEEL TABLE, 4 SEATS 448-42 2,698.00 414 4' SQUARE STEEL ADA TABLE, 2 SEATS 448-43 3,190.00 476 4' SQUARE STEEL ADA TABLE, 3 SEATS 448-44 3,674.00 538 4' SQUARE STEEL TABLE, 4 SEATS 451 OPTIONS 688.00 154 FOR OPTION S-1X ADDITIONAL SECURITY ADD TO LIST 451-36 1,424.00 140 36” HIGH DECORATIVE ROUND BOLLARD 451-42 1,459.00 151 42” HIGH DECORATIVE ROUND BOLLARD 460 ARMREST 154.00 13 OPTIONAL CENTER ARMREST 460-60D 1,340.00 171 6' STEEL BENCH, DOUGLAS FIR SEAT 460-60HS 1,561.00 214 6' STEEL BENCH, STEEL FLAT BAR SEAT 460-60I 1,827.00 195 6' STEEL BENCH, IPE SEAT 460-60PL 1,473.00 179 6' STEEL BENCH, RECYCLED PLASTIC SEAT 460-60RB 1,620.00 195 6' STEEL BENCH, STEEL ROUND BAR SEAT 460-60TMR 1,827.00 171 6' STEEL BENCH, THERMALLY MODIFIED RED OAK 460-60TX 1,512.00 179 6' STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 460-60VS 1,443.00 170 6' STEEL BENCH, VERTICAL STEEL FLAT BAR SEAT 461 ARMREST 184.00 11 OPTIONAL CENTER ARMREST 461-60D 885.00 110 6' STEEL BACKLESS BENCH, DOUGLAS FIR SEAT 461-60HS 1,110.00 132 6' STEEL BACKLESS BENCH, STEEL FLAT BAR SEAT 461-60I 1,123.00 122 6' STEEL BACKLESS BENCH, IPE SEAT 461-60PL 959.00 114 6' STEEL BACKLESS BENCH, RECYCLED PLASTIC SEAT 461-60RB 1,065.00 122 6' STEEL BACKLESS BENCH, STEEL ROUND BAR SEAT 461-60TMR 1,123.00 110 6' STEEL BACKLESS BENCH, THERMALLY MODIFIED RED OAK 461-60TX 977.00 114 6' STEEL BACKLESS BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 461-60VS 944.00 110 6' STEEL BACKLESS BENCH, VERTICAL STEEL FLAT BAR SEAT 462-20D 2,284.00 264 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, DOUGLAS FIR 462-20HS 2,237.00 272 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, STEEL FLAT BAR 462-20I 2,371.00 269 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, IPE 462-20PL 2,298.00 265 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, RECYCLED PLASTIC 462-20RB 2,260.00 268 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, STEEL ROUND BAR 462-20TMR 2,371.00 264 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 462-20TX 2,305.00 265 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, WOOD GRAIN RECYCED PLASTIC 462-20VS 2,127.00 260 42” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, VERTICAL STEEL FLAT BAR 462-40D 3,044.00 352 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, DOUGLAS FIR 462-40HS 2,931.00 366 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, STEEL FLAT BAR 462-40I 3,218.00 361 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, IPE 462-40PL 3,075.00 353 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, RECYCLED PLASTIC 462-40RB 2,992.00 360 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, STEEL ROUND BAR 462-40TMR 3,218.00 352 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, THERMALLY MODIFIED RED OAK 462-40TX 3,090.00 353 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, WOOD GRAIN RECYCED PLASTIC 462-40VS 2,712.00 342 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, VERTICAL STEEL FLAT BAR 463-20D 3,081.00 301 42” DIAMETER STEEL TABLE, 2 SEATS, DOUGLAS FIR 463-20HS 2,884.00 315 42” DIAMETER STEEL TABLE, 2 SEATS, STEEL FLAT BAR 463-20I 3,218.00 311 42” DIAMETER STEEL TABLE, 2 SEATS, IPE 463-20PL 3,114.00 302 42” DIAMETER STEEL TABLE, 2 SEATS, RECYCLED PLASTIC 463-20RB 2,929.00 307 42” DIAMETER STEEL TABLE, 2 SEATS, STEEL ROUND BAR 463-20TMR 3,218.00 301 42” DIAMETER STEEL TABLE, 2 SEATS, THERMALLY MODIFIED RED OAK 463-20TX 3,127.00 302 42” DIAMETER STEEL TABLE, 2 SEATS, WOOD GRAIN RECYCED PLASTIC 463-20VS 2,622.00 291 42” DIAMETER STEEL TABLE, 2 SEATS, VERTICAL STEEL FLAT BAR 463-40D 4,479.00 425 42” DIAMETER STEEL TABLE, 4 SEATS, DOUGLAS FIR 463-40HS 4,275.00 454 42” DIAMETER STEEL TABLE, 4 SEATS, STEEL FLAT BAR 463-40I 4,732.00 444 42” DIAMETER STEEL TABLE, 4 SEATS, IPE 463-40PL 4,556.00 427 42” DIAMETER STEEL TABLE, 4 SEATS, RECYCLED PLASTIC 463-40RB 4,409.00 442 42” DIAMETER STEEL TABLE, 4 SEATS, STEEL ROUND BAR 463-40TMR 4,732.00 425 42” DIAMETER STEEL TABLE, 4 SEATS, THERMALLY MODIFIED RED OAK 463-40TX 4,582.00 427 42” DIAMETER STEEL TABLE, 4 SEATS, WOOD GRAIN RECYCED PLASTIC 463-40VS 3,777.00 406 42” DIAMETER STEEL TABLE, 4 SEATS, VERTICAL STEEL FLAT BAR 464-60D 2,598.00 363 6' STEEL PICNIC TABLE, DOUGLAS FIR 464-60HS 2,757.00 449 6' STEEL PICNIC TABLE, STEEL FLAT BAR 464-60I 3,549.00 420 6' STEEL PICNIC TABLE, IPE 464-60PL 2,842.00 382 6' STEEL PICNIC TABLE, RECYCLED PLASTIC 464-60RB 2,826.00 410 6' STEEL PICNIC TABLE, STEEL ROUND BAR 464-60TMR 3,549.00 363 6' STEEL PICNIC TABLE, THERMALLY MODIFIED RED OAK 464-60TX 2,909.00 382 6' STEEL PICNIC TABLE, WOOD GRAIN RECYCED PLASTIC 464-60VS 2,774.00 370 6' STEEL PICNIC TABLE, VERTICAL STEEL FLAT BAR 464-68D 2,939.00 394 8' STEEL ADA PICNIC TABLE, DOUGLAS FIR 464-68HS 3,065.00 491 8' STEEL ADA PICNIC TABLE, STEEL FLAT BAR 464-68I 3,948.00 462 8' STEEL ADA PICNIC TABLE, IPE 464-68PLC 3,090.00 411 8' STEEL ADA PICNIC TABLE, RECYCLED PLASTIC 464-68RB 2,999.00 447 8' STEEL ADA PICNIC TABLE, STEEL ROUND BAR 464-68TMR 3,948.00 394 8' STEEL ADA PICNIC TABLE, THERMALLY MODIFIED RED OAK 464-68TX 3,170.00 411 8' STEEL ADA PICNIC TABLE, WOOD GRAIN RECYCED PLASTIC 464-68VS 3,155.00 404 8' STEEL ADA PICNIC TABLE, VERTICAL STEEL FLAT BAR 465-32D 2,575.00 201 32-GALLON STEEL RECEPTACLE, DOUGLAS FIR 465-32I 3,087.00 238 32-GALLON STEEL RECEPTACLE, IPE 465-32PL 2,499.00 209 32-GALLON STEEL RECEPTACLE, RECYCLED PLASTIC 465-32RB 2,195.00 192 32-GALLON STEEL RECEPTACLE, STEEL ROUND BAR 465-32TMR 3,087.00 201 32-GALLON STEEL RECEPTACLE, THERMALLY MODIFIED RED OAK 465-32TX 2,552.00 209 32-GALLON STEEL RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 465-32VS 2,048.00 204 32-GALLON STEEL RECEPTACLE, VERTICAL STEEL FLAT BAR 466-60 1,320.00 156 STEEL BIKE RACK, 6 BIKES 470 ARMREST 101.00 6 OPTIONAL END/CENTER ARMREST 470-60D 1,949.00 217 6' STEEL BENCH, DOUGLAS FIR SEAT 470-60D-2AR 2,151.00 229 6' STEEL BENCH, DOUGLAS FIR SEAT, 2 ARMRESTS 470-60HS 1,985.00 282 6' STEEL BENCH, STEEL SEAT 470-60HS-2AR 2,187.00 294 6' STEEL BENCH, STEEL SEAT, 2 ARMRESTS 470-60I 2,478.00 266 6' STEEL BENCH, IPE SEAT 470-60I-2AR 2,680.00 278 6' STEEL BENCH, IPE SEAT, 2 ARMRESTS 470-60TMR 2,478.00 217 6' STEEL BENCH, THERMALLY MODIFIED RED OAK SEAT 470-60TMR-2AR 2,680.00 229 6' STEEL BENCH, THERMALLY MODIFIED RED OAK SEAT, 2 ARMRESTS 471 ARMREST 158.00 10 OPTIONAL END/CENTER ARMREST 471-60D 1,519.00 162 6' STEEL BACKLESS BENCH, DOUGLAS FIR SEAT 471-60D-2AR 1,834.00 182 6' STEEL BACKLESS BENCH, DOUGLAS FIR SEAT, 2 ARMRESTS 471-60HS 1,376.00 207 6' STEEL BACKLESS BENCH, STEEL SEAT 471-60HS-2AR 1,691.00 227 6' STEEL BACKLESS BENCH, STEEL SEAT, 2 ARMRESTS 471-60I 1,901.00 192 6' STEEL BACKLESS BENCH, IPE SEAT 471-60I-2AR 2,216.00 212 6' STEEL BACKLESS BENCH, IPE SEAT, 2 ARMRESTS 471-60TMR 1,901.00 162 6' STEEL BACKLESS BENCH, THERMALLY MODIFIED RED OAK SEAT 471-60TMR-2AR 2,216.00 182 6' STEEL BACKLESS BENCH, THERMALLY MODIFIED RED OAK SEAT, 2 ARMRESTS 472 ARMREST 101.00 6 OPTIONAL END/CENTER ARMREST 47-20 262.00 7 STEEL PUSH TOP DOME COVER-22 GALLON 472-60D 1,949.00 222 6' STEEL BENCH, DOUGLAS FIR SEAT 472-60D-2AR 2,151.00 234 6' STEEL BENCH, DOUGLAS FIR SEAT, 2 ARMRESTS 472-60HS 1,985.00 282 6' STEEL BENCH, STEEL SEAT 472-60HS-2AR 2,187.00 294 6' STEEL BENCH, STEEL SEAT, 2 ARMRESTS 472-60I 2,478.00 271 6' STEEL BENCH, IPE SEAT 472-60I-2AR 2,680.00 283 6' STEEL BENCH, IPE SEAT, 2 ARMRESTS 472-60TMR 2,478.00 217 6' STEEL BENCH, THERMALLY MODIFIED RED OAK SEAT 472-60TMR-2AR 2,680.00 229 6' STEEL BENCH, THERMALLY MODIFIED RED OAK SEAT, 2 ARMRESTS 473 ARMREST 158.00 10 OPTIONAL END/CENTER ARMREST 47-30 313.00 12 STEEL PUSH TOP DOME COVER-32 GALLON 473-60D 1,519.00 159 6' STEEL BACKLESS BENCH, DOUGLAS FIR SEAT 473-60D-2AR 1,834.00 179 6' STEEL BACKLESS BENCH, DOUGLAS FIR SEAT, 2 ARMRESTS 473-60HS 1,376.00 207 6' STEEL BACKLESS BENCH, STEEL SEAT 473-60HS-2AR 1,691.00 227 6' STEEL BACKLESS BENCH, STEEL SEAT, 2 ARMRESTS 473-60I 1,901.00 190 6' STEEL BACKLESS BENCH, IPE SEAT 473-60I-2AR 2,216.00 210 6' STEEL BACKLESS BENCH, IPE SEAT, 2 ARMRESTS 473-60TMR 1,901.00 162 6' STEEL BACKLESS BENCH, THERMALLY MODIFIED RED OAK SEAT 473-60TMR-2AR 2,216.00 182 6' STEEL BACKLESS BENCH, THERMALLY MODIFIED RED OAK SEAT, 2 ARMRESTS 474-32D-BT 1,633.00 194 32-GALLON STEEL RECEPTACLE, DOUGLAS FIR, HINGED BONNET COVER 474-32D-FTO 1,413.00 170 32-GALLON STEEL RECEPTACLE, DOUGLAS FIR, HINGED FLAT COVER 474-32I-BT 2,205.00 247 32-GALLON STEEL RECEPTACLE, IPE, HINGED BONNET COVER 474-32I-FTO 2,058.00 223 32-GALLON STEEL RECEPTACLE, IPE, HINGED FLAT COVER 474-32TMR-BT 2,205.00 194 32-GALLON STEEL RECEPTACLE, THERMALLY MODIFIED RED OAK, HINGED BONNET COVER 474-32TMR-FTO 2,058.00 170 32-GALLON STEEL RECEPTACLE, THERMALLY MODIFIED RED OAK, HINGED FLAT COVER 474-32VS-BT 2,090.00 306 32-GALLON STEEL RECEPTACLE, HINGED BONNET COVER 474-32VS-FTO 1,880.00 283 32-GALLON STEEL RECEPTACLE, HINGED FLAT COVER 475-60-1D 5,361.00 616 6' STEEL ADA PICNIC TABLE, DOUGLAS FIR 475-60-1HS 4,977.00 744 6' STEEL ADA PICNIC TABLE 475-60-1I 6,279.00 694 6' STEEL ADA PICNIC TABLE, IPE 475-60-1TMR 6,279.00 616 6' STEEL ADA PICNIC TABLE, THERMALLY MODIFIED RED OAK 475-60D 5,361.00 587 6' STEEL PICNIC TABLE, DOUGLAS FIR 475-60HS 4,977.00 744 6' STEEL PICNIC TABLE 475-60I 6,279.00 690 6' STEEL PICNIC TABLE, IPE 475-60TMR 6,279.00 587 6' STEEL PICNIC TABLE, THERMALLY MODIFIED RED OAK 480-20I 1,029.00 69 STEEL CHAIR WITH ARMS, IPE SEAT 480-20TMR 1,029.00 66 STEEL CHAIR WITH ARMS, THERMALLY MODIFIED RED OAK SEAT 480-20TX 966.00 64 STEEL CHAIR WITH ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 480-20VS 785.00 59 STEEL CHAIR WITH ARMS 480-40I 1,481.00 113 4' STEEL BENCH WITH ARMS, IPE 480-40TMR 1,481.00 103 4' STEEL BENCH WITH ARMS, THERMALLY MODIFIED RED OAK SEAT 480-40TX 1,281.00 101 4' STEEL BENCH WITH ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 480-40VS 1,151.00 94 4' STEEL BENCH WITH ARMS 481-20HS 725.00 61 STEEL CHAIR WITH ARMS 481-20HSNA 641.00 54 STEEL CHAIR, NO ARMS 481-20I 830.00 64 STEEL CHAIR WITH ARMS, IPE SEAT 481-20INA 746.00 57 STEEL CHAIR, NO ARMS, IPE SEAT 481-20TMR 830.00 63 STEEL CHAIR WITH ARMS, THERMALLY MODIFIED RED OAK SEAT 481-20TMRNA 746.00 56 STEEL CHAIR, NO ARMS, THERMALLY MODIFIED RED OAK SEAT 481-20TX 798.00 54 STEEL CHAIR WITH ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 481-20TXNA 714.00 47 STEEL CHAIR, NO ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 481-40HS 1,040.00 91 4' STEEL BENCH WITH ARMS 481-40HSNA 956.00 84 4' STEEL BENCH, NO ARMS 481-40I 1,176.00 89 4' STEEL BENCH WITH ARMS, IPE 481-40INA 1,092.00 82 4' STEEL BENCH, NO ARMS, IPE 481-40TMR 1,176.00 86 4' STEEL BENCH WITH ARMS, THERMALLY MODIFIED RED OAK SEAT 481-40TMRNA 1,092.00 79 4' STEEL BENCH, NO ARMS, THERMALLY MODIFIED RED OAK SEAT 481-40TX 1,050.00 71 4' STEEL BENCH WITH ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 481-40TXNA 966.00 64 4' STEEL BENCH, NO ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 482-36 1,145.00 101 36” DIAMETER STEEL TABLE 482-42 1,166.00 114 42” DIAMETER STEEL TABLE 483-20HS 645.00 36 STEEL CHAIR WITH ARMS 483-20HSNA 562.00 33 STEEL CHAIR, NO ARMS 483-20I 756.00 34 STEEL CHAIR WITH ARMS, IPE SEAT 483-20INA 683.00 31 STEEL CHAIR, NO ARMS, IPE SEAT 483-20TMR 756.00 33 STEEL CHAIR WITH ARMS, THERMALLY MODIFIED RED OAK SEAT 483-20TMRNA 683.00 31 STEEL CHAIR, NO ARMS, THERMALLY MODIFIED RED OAK SEAT 484-30 813.00 57 30” DIAMETER STEEL TABLE 484-30PL 831.00 61 30” DIAMETER STEEL TABLE, RECYCLED PLASTIC TOP 484-36 897.00 73 36” DIAMETER STEEL 484-36PL 849.00 67 36” DIAMETER STEEL TABLE, RECYCLED PLASTIC TOP 485-30 644.00 93 30” DIAMETER STEEL TABLE 485-30I 919.00 81 30” DIAMETER TABLE, IPE 485-30TMR 919.00 81 30” DIAMETER TABLE, THERMALLY MODIFIED RED OAK 485-30TX 843.00 75 30” DIAMETER TABLE, WOOD GRAIN RECYCLED PLASTIC 490 ARMREST 184.00 7 OPTIONAL CENTER ARMREST 490-60D 1,798.00 135 6' CAST ALUMINUM BENCH, DOUGLAS FIR 490-60I 2,436.00 180 6' CAST ALUMINUM BENCH, IPE 490-60PL 1,895.00 167 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC 490-60TMR 2,436.00 135 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK 490-60TX 1,948.00 167 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC 490-80D 1,880.00 157 8' CAST ALUMINUM BENCH, DOUGLAS FIR 490-80I 2,741.00 217 8' CAST ALUMINUM BENCH, IPE 490-80PL 2,886.00 239 8' CAST ALUMINUM BENCH, RECYCLED PLASTIC 490-80TMR 2,741.00 157 8' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK 490-80TX 3,002.00 239 8' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC 491 ARMREST 184.00 10 OPTIONAL CENTER ARMREST 491-60D 1,615.00 100 6' CAST ALUMINUM BACKLESS BENCH, DOUGLAS FIR 491-60I 2,037.00 128 6' CAST ALUMINUM BACKLESS BENCH, IPE 491-60PL 1,778.00 128 6' CAST ALUMINUM BACKLESS BENCH, RECYCLED PLASTIC 491-60TMR 2,037.00 100 6' CAST ALUMINUM BACKLESS BENCH, THERMALLY MODIFIED RED OAK 491-60TX 1,814.00 128 6' CAST ALUMINUM BACKLESS BENCH, WOOD GRAIN RECYCLED PLASTIC 491-80D 1,670.00 115 8' CAST ALUMINUM BACKLESS BENCH, DOUGLAS FIR 491-80I 2,226.00 153 8' CAST ALUMINUM BACKLESS BENCH, IPE 491-80PL 2,670.00 183 8' CAST ALUMINUM BACKLESS BENCH, RECYCLED PLASTIC 491-80TMR 2,226.00 115 8' CAST ALUMINUM BACKLESS BENCH, THERMALLY MODIFIED RED OAK 491-80TX 2,760.00 183 8' CAST ALUMINUM BACKLESS BENCH, WOOD GRAIN RECYCLED PLASTIC 492 ARMREST 184.00 10 OPTIONAL CENTER ARMREST 49-20H 95.00 7 20-GALLON HALF MOON PLASTIC REPLACEMENT LINER 49-22 45.00 5 22-GALLON PLASTIC REPLACEMENT LINER 492-60D 1,725.00 92 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, DOUGLAS FIR 492-60I 2,163.00 120 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, IPE 492-60PL 1,884.00 120 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, RECYCLED PLASTIC 492-60TMR 2,163.00 92 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, THERMALLY MODIFIED RED OAK 492-60TX 1,919.00 120 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, WOOD GRAIN RECYCLED PLASTIC 492-80D 1,780.00 107 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, DOUGLAS FIR 492-80I 2,352.00 145 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, IPE 492-80PL 2,828.00 170 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, RECYCLED PLASTIC 492-80TMR 2,352.00 107 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, THERMALLY MODIFIED RED OAK 492-80TX 2,917.00 170 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, WOOD GRAIN RECYCLED PLASTIC 493 ARMREST 184.00 7 OPTIONAL CENTER ARMREST 49-32 45.00 7 32-GALLON PLASTIC REPLACEMENT LINER 49-32SQ 105.00 8 32-GALLON SQUARE PLASTIC REPLACEMENT LINER 49-32T 95.00 7 32-GALLON TALL PLASTIC REPLACEMENT LINER 493-60 2,047.00 238 6' CAST ALUMINUM BENCH, STEEL SEAT 493-80 2,323.00 299 8' CAST ALUMINUM BENCH, STEEL SEAT 494 ARMREST 184.00 10 OPTIONAL CENTER ARMREST 494-60 2,021.00 192 6' CAST ALUMINUM BACKLESS BENCH, STEEL SEAT 494-80 2,239.00 240 8' CAST ALUMINUM BACKLESS BENCH, STEEL SEAT 495 ARMREST 184.00 10 OPTIONAL CENTER ARMREST 49-55 179.00 11 55-GALLON PLASTIC REPLACEMENT LINER 495-60 2,088.00 183 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, STEEL SEAT 495-80 2,344.00 231 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, STEEL SEAT 496 ARMREST 184.00 6 OPTIONAL CENTER ARMREST 496-60 2,582.00 216 6' CAST ALUMINUM BENCH, STEEL SEAT 496-80 2,938.00 287 8' CAST ALUMINUM BENCH, STEEL SEAT 497 ARMREST 184.00 10 OPTIONAL CENTER ARMREST 497-60 2,000.00 186 6' CAST ALUMINUM BACKLESS BENCH, STEEL SEAT 497-80 2,197.00 228 8' CAST ALUMINUM BACKLESS BENCH, STEEL SEAT 498 ARMREST 184.00 10 OPTIONAL CENTER ARMREST 498-60 2,105.00 177 6' CAST ALUMINUM BACKLESS BENCH, NO ARMS, STEEL SEAT 498-80 2,305.00 219 8' CAST ALUMINUM BACKLESS BENCH, NO ARMS, STEEL SEAT 49-SWI 243.00 7 SELF WATERING PLANTER INSERT 49-TUB 154.00 7 PLASTIC PLANTER TUB 500 ARMREST 137.00 6 OPTIONAL CENTER ARMREST 500-60D 1,633.00 128 6' STEEL BENCH, DOUGLAS FIR SEAT 500-60HS 1,769.00 181 6' STEEL BENCH, STEEL SEAT 500-60I 1,848.00 148 6' STEEL BENCH, IPE SEAT 500-60PL 1,730.00 153 6' STEEL BENCH, RECYCLED PLASTIC SEAT 500-60TMR 1,848.00 128 6' STEEL BENCH, THERMALLY MODIFIED RED OAK SEAT 500-60TX 1,772.00 153 6' STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 501 ARMREST 147.00 10 OPTIONAL CENTER ARMREST 501-60D 1,168.00 102 6' STEEL BACKLESS BENCH, DOUGLAS FIR SEAT 501-60DNA 1,117.00 93 6' STEEL BACKLESS BENCH, NO ARMS, DOUGLAS FIR SEAT 501-60HS 1,162.00 129 6' STEEL BACKLESS BENCH, STEEL SEAT 501-60HSNA 1,115.00 129 6' STEEL BACKLESS BENCH, NO ARMS, STEEL SEAT 501-60I 1,334.00 116 6' STEEL BACKLESS BENCH, IPE SEAT 501-60INA 1,281.00 107 6' STEEL BACKLESS BENCH, NO ARMS, IPE SEAT 501-60PL 1,292.00 126 6' STEEL BACKLESS BENCH, RECYCLED PLASTIC SEAT 501-60PLNA 1,243.00 117 6' STEEL BACKLESS BENCH, NO ARMS, RECYCLED PLASTIC SEAT 501-60TMR 1,334.00 102 6' STEEL BACKLESS BENCH, THERMALLY MODIFIED RED OAK SEAT 501-60TMRNA 1,281.00 93 6' STEEL BACKLESS BENCH, NO ARMS, THERMALLY MODIFIED RED OAK SEAT 501-60TX 1,327.00 126 6' STEEL BACKLESS BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 501-60TXNA 1,277.00 117 6' STEEL BACKLESS BENCH, NO ARMS, WOOD GRAIN RECYCLED PLASTIC SEAT 502-32D-BT 1,974.00 180 32-GALLON STEEL RECEPTACLE, DOUGLAS FIR, BONNET TOP SIDE DEPOSIT 502-32D-FTO 1,827.00 136 32-GALLON STEEL RECEPTACLE, DOUGLAS FIR, TOP DEPOSIT 502-32HS-BT 2,079.00 228 32-GALLON STEEL RECEPTACLE, BONNET COVER SIDE DEPOSIT 502-32HS-FTO 1,932.00 183 32-GALLON STEEL RECEPTACLE, TOP DEPOSIT 502-32I-BT 2,226.00 206 32-GALLON STEEL RECEPTACLE, IPE, BONNET TOP SIDE DEPOSIT 502-32I-FTO 2,079.00 162 32-GALLON STEEL RECEPTACLE, IPE, TOP DEPOSIT 502-32PL-BT 2,037.00 187 32-GALLON STEEL RECEPTACLE, RECYCLED PLASTIC, BONNET TOP SIDE DEPOSIT 502-32PL-FTO 1,890.00 143 32-GALLON STEEL RECEPTACLE, RECYCLED PLASTIC, TOP DEPOSIT 502-32TMR-BT 2,226.00 180 32-GALLON STEEL RECEPTACLE, THERMALLY MODIFIED RED OAK, BONNET TOP SIDE DEPOSIT 502-32TMR-FTO 2,079.00 136 32-GALLON STEEL RECEPTACLE, THERMALLY MODIFIED RED OAK, TOP DEPOSIT 502-32TX-BT 2,079.00 187 32-GALLON STEEL RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC, BONNET TOP SIDE DEPOSIT 502-32TX-FTO 1,932.00 143 32-GALLON STEEL RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC, TOP DEPOSIT 505 ARMREST 179.00 10 OPTIONAL CENTER ARMREST 505-60HC 2,075.00 194 6' CAST ALUMINUM BENCH, STEEL SEAT 505-60HCHSNA 1,917.00 196 6' CAST ALUMINUM BENCH, STEEL SEAT, STEEL BACKREST, NO ARMS 505-60HCNA 1,980.00 189 6' CAST ALUMINUM BENCH, STEEL SEAT, NO ARMS 505-60I 2,606.00 186 6' CAST ALUMINUM BENCH, IPE SEAT 505-60IHS 2,392.00 205 6' CAST ALUMINUM BENCH, IPE SEAT, STEEL BACKREST 505-60IHSNA 2,330.00 201 6' CAST ALUMINUM BENCH, IPE SEAT, STEEL BACKREST, NO ARMS 505-60INA 2,544.00 181 6' CAST ALUMINUM BENCH, IPE SEAT, NO ARMS 505-60PL 2,154.00 160 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT 505-60PLHS 2,026.00 187 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT, STEEL BACKREST 505-60PLHSNA 1,963.00 182 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT, STEEL BACKREST, NO ARMS 505-60PLNA 2,091.00 155 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT, NO ARMS 505-60TMR 2,606.00 166 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK SEAT 505-60TMRHS 2,392.00 195 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK SEAT, STEEL BACKREST 505-60TMRHSNA 2,330.00 191 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK SEAT, STEEL BACKREST, NO ARMS 505-60TMRNA 2,544.00 161 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK SEAT, NO ARMS 505-60TX 2,193.00 160 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 505-60TXHS 2,054.00 187 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT, STEEL BACKREST 505-60TXHSNA 1,991.00 182 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT, STEEL BACKREST, NO ARMS 505-60TXNA 2,132.00 155 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT, NO ARMS 506 ARMREST 179.00 10 OPTIONAL CENTER ARMREST 506-60HC 2,075.00 194 6' CAST ALUMINUM BENCH, STEEL SEAT 506-60HCHS 1,965.00 200 6' CAST ALUMINUM BENCH, STEEL SEAT, STEEL BACKREST 506-60I 2,606.00 186 6' CAST ALUMINUM BENCH, IPE SEAT 506-60IHS 2,392.00 205 6' CAST ALUMINUM BENCH, IPE SEAT, STEEL BACKREST 506-60PL 2,154.00 160 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT 506-60PLHS 2,026.00 187 6' CAST ALUMINUM BENCH, RECYCLED PLASTIC SEAT, STEEL BACKREST 506-60TMR 2,606.00 166 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK SEAT 506-60TMRHS 2,392.00 195 6' CAST ALUMINUM BENCH, THERMALLY MODIFIED RED OAK SEAT, STEEL BACKREST 506-60TX 2,193.00 160 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 506-60TXHS 2,054.00 187 6' CAST ALUMINUM BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT, STEEL BACKREST 507 ARMREST 193.00 10 OPTIONAL END/CENTER ARMREST 507-60HC 1,258.00 126 6' CAST ALUMINUM BACKLESS BENCH, STEEL SEAT 507-60I 1,880.00 155 6' CAST ALUMINUM BACKLESS BENCH, IPE SEAT 507-60PL 1,404.00 130 6' CAST ALUMINUM BACKLESS BENCH, RECYCLED PLASTIC SEAT 507-60TMR 1,880.00 150 6' CAST ALUMINUM BACKLESS BENCH, THERMALLY MODIFIED RED OAK SEAT 507-60TX 1,442.00 130 6' CAST ALUMINUM BACKLESS BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 51 ARMREST 173.00 9 OPTIONAL END/CENTER ARMREST 510-20I 893.00 23 ALUMINUM CHAIR WITH ARMS, IPE 510-20INA 788.00 21 ALUMINUM CHAIR WITHOUT ARMS, IPE 510-20TMR 893.00 22 ALUMINUM CHAIR WITH ARMS, THERMALLY MODIFIED RED OAK 510-20TMRNA 788.00 20 ALUMINUM CHAIR WITHOUT ARMS, THERMALLY MODIFIED RED OAK 510-20TX 877.00 20 ALUMINUM CHAIR WITH ARMS, WOOD GRAIN RECYCLED PLASTIC 510-20TXNA 772.00 17 ALUMINUM CHAIR WITHOUT ARMS, WOOD GRAIN RECYCLED PLASTIC 511-20I 830.00 19 ALUMINUM BARSTOOL, IPE 511-20TMR 830.00 18 ALUMINUM BARSTOOL, THERMALLY MODIFIED RED OAK 511-20TX 809.00 47 ALUMINUM BARSTOOL, WOOD GRAIN RECYCLED PLASTIC 512-20I 851.00 26 ALUMINUM LOUNGER CHAIR WITH ARMS, IPE 512-20INA 746.00 23 ALUMINUM LOUNGER CHAIR WITHOUT ARMS, IPE 512-20TMR 851.00 25 ALUMINUM LOUNGER CHAIR WITH ARMS, THERMALLY MODIFIED RED OAK 512-20TMRNA 746.00 22 ALUMINUM LOUNGER CHAIR WITHOUT ARMS, THERMALLY MODIFIED RED OAK 512-20TX 840.00 22 ALUMINUM LOUNGER CHAIR WITH ARMS, WOOD GRAIN RECYCLED PLASTIC 512-20TXNA 735.00 19 ALUMINUM LOUNGER CHAIR WITHOUT ARMS, WOOD GRAIN RECYCLED PLASTIC 512-40I 1,418.00 55 ALUMINUM LOUNGER BENCH WITH ARMS, IPE 512-40INA 1,313.00 53 ALUMINUM LOUNGER BENCH WITHOUT ARMS, IPE 512-40TMR 1,418.00 53 ALUMINUM LOUNGER BENCH WITH ARMS, THERMALLY MODIFIED RED OAK 512-40TMRNA 1,313.00 51 ALUMINUM LOUNGER BENCH WITHOUT ARMS, THERMALLY MODIFIED RED OAK 512-40TX 1,255.00 44 ALUMINUM LOUNGER BENCH WITH ARMS, WOOD GRAIN RECYCLED PLASTIC 512-40TXNA 1,150.00 42 ALUMINUM LOUNGER BENCH WITHOUT ARMS, WOOD GRAIN RECYCLED PLASTIC 513-40I 1,094.00 40 ALUMINUM BACKLESS BENCH, IPE 513-40TMR 1,094.00 38 ALUMINUM BACKLESS BENCH, THERMALLY MODIFIED RED OAK 513-40TX 1,041.00 34 ALUMINUM BACKLESS BENCH, WOOD GRAIN RECYCLED PLASTIC 514-30HS 1,155.00 119 30” SQUARE STEEL TABLE, SLOTTED TOP 514-30I 873.00 79 30” SQUARE STEEL TABLE, IPE TOP 514-30S 1,155.00 119 30” SQUARE STEEL TABLE, SOLID TOP 514-30TMR 873.00 77 30” SQUARE STEEL TABLE, THERMALLY MODIFIED RED OAK TOP 514-30TX 777.00 72 30” SQUARE STEEL TABLE, WOOD GRAIN RECYCLED PLASTIC 514-50HS 1,532.00 254 59” STEEL DINING TABLE, SLOTTED TOP 514-50I 1,365.00 130 59” STEEL DINING TABLE, IPE TOP 514-50S 1,532.00 262 59” STEEL DINING TABLE, SOLID TOP 514-50TMR 1,365.00 125 59” STEEL DINING TABLE, THERMALLY MODIFIED RED OAK TOP 514-50TX 1,200.00 115 59” STEEL DINING TABLE, WOOD GRAIN RECYCLED PLASTIC 515-50HS 1,775.00 276 59” STEEL BAR TABLE, SLOTTED TOP 515-50I 1,486.00 152 59” STEEL BAR TABLE, IPE TOP 515-50S 1,775.00 284 59” STEEL BAR TABLE, SOLID TOP 515-50TMR 1,486.00 147 59” STEEL BAR TABLE, THERMALLY MODIFIED RED OAK TOP 515-50TX 1,365.00 137 59” STEEL BAR TABLE, WOOD GRAIN RECYCLED PLASTIC 51-60D 1,411.00 245 6' BENCH, DOUGLAS FIR 516-40HS 1,163.00 150 ALUMINUM COFFEE TABLE, SLOTTED TOP 516-40I 940.00 76 ALUMINUM COFFEE TABLE, IPE TOP 516-40S 1,163.00 154 ALUMINUM COFFEE TABLE, SOLID TOP 516-40TMR 940.00 73 ALUMINUM COFFEE TABLE, THERMALLY MODIFIED RED OAK TOP 516-40TX 907.00 69 ALUMINUM COFFEE TABLE, WOOD GRAIN RECYCLED PLASTIC 51-80D 1,532.00 293 8' BENCH, DOUGLAS FIR 520-60I 3,465.00 358 6' STEEL BENCH, IPE SEAT 520-60PL 2,793.00 323 6' STEEL BENCH, RECYCLED PLASTIC SEAT 520-60TMR 3,465.00 308 6' STEEL BENCH, THERMALLY MODIFIED RED OAK SEAT 520-60TX 2,846.00 323 6' STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 520-80I 4,095.00 426 8' STEEL BENCH, IPE SEAT 520-80PL 3,203.00 376 8' STEEL BENCH, RECYCLED PLASTIC SEAT 520-80TMR 4,095.00 366 8' STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 520-80TX 3,266.00 376 8' STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 521-60I 2,090.00 240 6' BACKLESS STEEL BENCH, IPE SEAT 521-60PL 1,607.00 218 6' BACKLESS STEEL BENCH, RECYCLED PLASTIC SEAT 521-60TMR 2,090.00 220 6' BACKLESS STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 521-60TX 1,649.00 218 6' BACKLESS STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 521-80I 2,447.00 279 8' BACKLESS STEEL BENCH, IPE SEAT 521-80PL 1,901.00 249 8' BACKLESS STEEL BENCH, RECYCLED PLASTIC SEAT 521-80TMR 2,447.00 254 8' BACKLESS STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 521-80TX 1,953.00 249 8' BACKLESS STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 522-60I 3,087.00 349 6' STEEL BENCH, IPE SEAT 522-60PL 2,478.00 313 6' STEEL BENCH, RECYCLED PLASTIC SEAT 522-60TMR 3,087.00 299 6' STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 522-60TX 2,531.00 313 6' STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 522-80I 3,560.00 412 8' STEEL BENCH, IPE SEAT 522-80PL 2,741.00 362 8' STEEL BENCH, RECYCLED PLASTIC SEAT 522-80TMR 3,560.00 352 8' STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 522-80TX 2,804.00 362 8' STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 523-60I 1,838.00 238 6' BACKLESS STEEL BENCH, IPE SEAT 523-60PL 1,460.00 216 6' BACKLESS STEEL BENCH, RECYCLED PLASTIC SEAT 523-60TMR 1,838.00 218 6' BACKLESS STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 523-60TX 1,481.00 216 6' BACKLESS STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 523-80I 2,079.00 278 8' BACKLESS STEEL BENCH, IPE SEAT 523-80PL 1,586.00 247 8' BACKLESS STEEL BENCH, RECYCLED PLASTIC SEAT 523-80TMR 2,079.00 253 8' BACKLESS STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 523-80TX 1,617.00 247 8' BACKLESS STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 524-38PL 1,953.00 282 38" BACKLESS STEEL BENCH, RECYCLED PLASTIC SEAT 524-38TMR 2,485.00 376 38" BACKLESS ISLAND BENCH, THERMALLY MODIFED RED OAK SEAT 524-38TX 2,001.00 282 38" BACKLESS STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 524-76I 3,754.00 435 76" BACKLESS STEEL BENCH, IPE SEAT 524-76PL 2,804.00 385 76" BACKLESS STEEL BENCH, RECYCLED PLASTIC SEAT 524-76TMR 3,754.00 435 76" BACKLESS STEEL BENCH, THERMALLY MODIFED RED OAK SEAT 524-76TX 2,892.00 385 76" BACKLESS STEEL BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 524I-B1 1,309.00 109 38" BACKREST, IPE 524I-B2 2,617.00 219 76" BACKREST, IPE 524PL-B1 929.00 90 38" BACKREST, RECYCLED PLASTIC 524PL-B2 1,857.00 181 76" BACKREST, RECYCLED PLASTIC 524TMR-B1 1,309.00 106 38" BACKREST, THERMALLY MODIFED RED OAK 524TMR-B2 2,617.00 212 76" BACKREST, THERMALLY MODIFED RED OAK 524TX-B1 966.00 90 38" BACKREST, WOOD GRAIN RECYCLED PLASTIC 524TX-B2 1,932.00 181 76" BACKREST, WOOD GRAIN RECYCLED PLASTIC 525-60I 5,887.00 812 6' STEEL PICNIC TABLE, IPE 525-60PL 4,752.00 731 6' STEEL PICNIC TABLE, RECYCLED PLASTIC 525-60TMR 5,887.00 712 6' STEEL PICNIC TABLE, THERMALLY MODIFED RED OAK 525-60TX 4,870.00 731 6' STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 525-663I 5,691.00 748 6' ADA STEEL PICNIC TABLE, IPE 525-663PL 4,530.00 678 6' ADA STEEL PICNIC TABLE, RECYCLED PLASTIC 525-663TMR 5,691.00 748 6' ADA STEEL PICNIC TABLE, THERMALLY MODIFED RED OAK 525-663TX 4,530.00 678 6' ADA STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 525-80I 7,203.00 946 8' STEEL PICNIC TABLE, IPE 525-80PL 5,555.00 834 8' STEEL PICNIC TABLE, RECYCLED PLASTIC 525-80TMR 7,203.00 820 8' STEEL PICNIC TABLE, THERMALLY MODIFED RED OAK 525-80TX 5,670.00 834 8' STEEL PICNIC TABLE, WOOD GRAIN RECYCLED PLASTIC 528-30 315.00 22 STEEL CONNECTING PLATE, 30 DEGREE ANGLE 528-45 347.00 27 STEEL CONNECTING PLATE, 45 DEGREE ANGLE 528-90 452.00 49 STEEL CONNECTING PLATE, 90 DEGREE ANGLE 56 ARMREST 134.00 10 OPTIONAL END/CENTER ARMREST 56-60D 748.00 174 6' BENCH, DOUGLAS FIR 56-80D 849.00 210 8' BENCH, DOUGLAS FIR 57 ARMREST 116.00 8 OPTIONAL CENTER ARMREST 57-40PL 1,384.00 194 4' CAST BENCH, RECYCLED PLASTIC 57-40TX 1,442.00 194 4' CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 57-60D 1,379.00 198 6' CAST BENCH, DOUGLAS FIR 57-60I 2,096.00 243 6' CAST BENCH, IPE 57-60PL 1,528.00 229 6' CAST BENCH, RECYCLED PLASTIC 57-60TMR 2,096.00 198 6' CAST BENCH, THERMALLY MODIFIED RED OAK 57-60TX 1,583.00 229 6' CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 57-80D 1,466.00 220 8' CAST BENCH, DOUGLAS FIR 57-80I 2,373.00 280 8' CAST BENCH, IPE 57-80PL 2,330.00 333 8' CAST BENCH, RECYCLED PLASTIC 57-80TMR 2,373.00 220 8' CAST BENCH, THERMALLY MODIFIED RED OAK 57-80TX 2,446.00 333 8' CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 58 ARMREST 116.00 8 OPTIONAL CENTER ARMREST 58-60 1,676.00 300 6' CAST BENCH, STEEL SEAT 58-80 1,951.00 361 8' CAST BENCH, STEEL SEAT 59 ARMREST 184.00 11 OPTIONAL CENTER ARMREST 59-60 1,376.00 198 6' PERFORATED STEEL BENCH 59-80 1,491.00 235 8' PERFORATED STEEL BENCH 70-22D 1,296.00 117 22 GALLON TOP DEPOSIT RECEPTACLE, DOUGLAS FIR 70-22D-SO 1,486.00 132 22 GALLON SIDE DEPOSIT RECEPTACLE, DOUGLAS FIR 70-22I 2,163.00 162 22 GALLON TOP DEPOSIT RECEPTACLE, IPE 70-22I-SO 2,594.00 188 22 GALLON SIDE DEPOSIT RECEPTACLE, IPE 70-22PL 1,386.00 127 22 GALLON TOP DEPOSIT RECEPTACLE, RECYCLED PLASTIC 70-22PL-SO 1,565.00 145 22 GALLON SIDE DEPOSIT RECEPTACLE, RECYCLED PLASTIC 70-22TMR 2,163.00 117 22 GALLON TOP DEPOSIT RECEPTACLE, THERMALLY MODIFIED RED OAK 70-22TMR-SO 2,594.00 132 22 GALLON SIDE DEPOSIT RECEPTACLE, THERMALLY MODIFIED RED OAK 70-22TX 1,460.00 127 22 GALLON TOP DEPOSIT RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 70-22TX-SO 1,638.00 145 22 GALLON SIDE DEPOSIT RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 70-32TD 1,502.00 130 32 GALLON TOP DEPOSIT RECEPTACLE, DOUGLAS FIR 70-32TD-SO 1,607.00 147 32 GALLON SIDE DEPOSIT RECEPTACLE, DOUGLAS FIR 70-32TI 2,772.00 188 32 GALLON TOP DEPOSIT RECEPTACLE, IPE 70-32TI-SO 2,877.00 213 32 GALLON SIDE DEPOSIT RECEPTACLE, IPE 70-32TPL 1,674.00 140 32 GALLON TOP DEPOSIT RECEPTACLE, RECYCLED PLASTIC 70-32TPL-SO 1,779.00 159 32 GALLON SIDE DEPOSIT RECEPTACLE, RECYCLED PLASTIC 70-32TTMR 2,772.00 130 32 GALLON TOP DEPOSIT RECEPTACLE, THERMALLY MODIFIED RED OAK 70-32TTMR-SO 2,877.00 147 32 GALLON SIDE DEPOSIT RECEPTACLE, THERMALLY MODIFIED RED OAK 70-32TTX 1,775.00 140 32 GALLON TOP DEPOSIT RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 70-32TTX-SO 1,880.00 159 32 GALLON SIDE DEPOSIT RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 70-40D 1,678.00 165 40 GALLON TRASH/RECYCLING TOP DEPOSIT RECEPTACLE, DOUGLAS FIR 70-40D-SO 1,958.00 197 40 GALLON TRASH/RECYCLING SIDE DEPOSIT RECEPTACLE, DOUGLAS FIR 70-40I 2,699.00 226 40 GALLON TRASH/RECYCLING TOP DEPOSIT RECEPTACLE, IPE 70-40I-SO 3,245.00 269 40 GALLON TRASH/RECYCLING SIDE DEPOSIT RECEPTACLE, IPE 70-40PL 1,747.00 181 40 GALLON TRASH/RECYCLING TOP DEPOSIT RECEPTACLE, RECYCLED PLASTIC 70-40PL-SO 2,058.00 212 40 GALLON TRASH/RECYCLING SIDE DEPOSIT RECEPTACLE, RECYCLED PLASTIC 70-40TMR 2,699.00 165 40 GALLON TRASH/RECYCLING TOP DEPOSIT RECEPTACLE, THERMALLY MODIFIED RED OAK 70-40TMR-SO 3,245.00 197 40 GALLON TRASH/RECYCLING SIDE DEPOSIT RECEPTACLE, THERMALLY MODIFIED RED OAK 70-40TX 1,822.00 181 40 GALLON TRASH/RECYCLING TOP DEPOSIT RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 70-40TX-SO 2,169.00 212 40 GALLON TRASH/RECYCLING SIDE DEPOSIT RECEPTACLE, WOOD GRAIN RECYCLED PLASTIC 71-20 531.00 67 PICNIC TABLE FRAMES AND HARDWARE 71-20HG 515.00 67 HOT GALVANIZED PICNIC TABLE FRAMES AND HARDWARE 71-60A 1,335.00 112 6' PICNIC TABLE, ALUMINUM 71-60D 917.00 170 6' PICNIC TABLE, DOUGLAS FIR 71-60HGA 1,313.00 112 6' HOT GALVANIZED PICNIC TABLE, ALUMINUM 71-60HGD 911.00 170 6' HOT GALVANIZED PICNIC TABLE, DOUGLAS FIR 71-60HGPL 1,439.00 243 6' HOT GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 71-60PL 1,449.00 243 6' PICNIC TABLE, RECYCLED PLASTIC 71-68-1A 1,364.00 123 ADA PICNIC TABLE, ALUMINUM 71-68-1D 1,019.00 191 ADA PICNIC TABLE, DOUGLAS FIR 71-68-1HGA 1,458.00 123 ADA HOT GALVANIZED PICNIC TABLE, ALUMINUM 71-68-1HGD 1,007.00 191 ADA HOT GALVANIZED PICNIC TABLE, DOUGLAS FIR 71-68-1HGPL 1,796.00 284 ADA HOT GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 71-68-1PL 1,754.00 284 ADA PICNIC TABLE, RECYCLED PLASTIC 71-80A 1,418.00 125 8' PICNIC TABLE, ALUMINUM 71-80D 1,021.00 206 8' PICNIC TABLE, DOUGLAS FIR 71-80HGA 1,493.00 125 8' HOT GALVAINZED PICNIC TABLE, ALUMINUM 71-80HGD 1,015.00 206 8' HOT GALVANIZED PICNIC TABLE, DOUGLAS FIR 71-80HGPL 1,655.00 292 8' HOT GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 71-80PL 1,669.00 292 8' PICNIC TABLE, RECYCLED PLASTIC 72-20 607.00 102 GALVANIZED PICNIC TABLE FRAMES AND HARDWARE 72-60A 1,452.00 148 6' GALVANIZED PICNIC TABLE, ALUMINUM 72-60D 1,109.00 205 6' GALVANIZED PICNIC TABLE, DOUGLAS FIR 72-60PL 1,481.00 279 6' GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 72-68-1A 1,532.00 160 ADA GALVANIZED PICNIC TABLE, ALUMINUM 72-68-1D 1,138.00 227 ADA GALVANIZED PICNIC TABLE, DOUGLAS FIR 72-68-1PL 1,829.00 321 ADA GALVANIZED PICNIC TABLE, RECYCLED PLASITC 72-80A 1,544.00 161 8' GALVANIZED PICNIC TABLE, ALUMINUM 72-80D 1,113.00 241 8' GALVANIZED PICNIC TABLE, DOUGLAS FIR 72-80PL 1,712.00 328 8' GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 75-60D 1,861.00 507 6' PICNIC TABLE, DOUGLAS FIR 75-68-1D 2,021.00 544 ADA PICNIC TABLE, DOUG FIR 75-80D 2,046.00 570 8' PICNIC TABLE, DOUGLAS FIR 76 OPTIONS 160.00 FOR MOUNTING OPTIONS S-2 AND S-4 ADD TO LIST 76-22D 1,550.00 296 4' SQUARE TABLE, 2 SEATS, 2 X 4 DOUG FIR 76-22I 2,531.00 366 4' SQUARE TABLE, 2 SEATS, 2 X 4 IPE 76-22PL 1,899.00 333 4' SQUARE TABLE, 2 SEATS, 2 X 4 PLASTIC 76-22TMR 2,531.00 296 4' SQUARE TABLE, 2 SEATS, 2 X 4 THERMALLY MODIFIED RED OAK 76-22TX 1,993.00 333 4' SQUARE TABLE, 2 SEATS, 2 X 4 WOOD GRAIN RECYCLED PLASTIC 76-23D 1,840.00 356 4' SQUARE TABLE, 3 SEATS, 2 X 4 DOUGLAS FIR 76-23I 2,935.00 437 4' SQUARE TABLE, 3 SEATS, 2 X 4 IPE 76-23PL 2,268.00 398 4' SQUARE TABLE, 3 SEATS, 2 X 4 PLASTIC 76-23TMR 2,935.00 356 4' SQUARE TABLE, 3 SEATS, 2 X 4 THERMALLY MODIFIED RED OAK 76-23TX 2,373.00 398 4' SQUARE TABLE, 3 SEATS, 2 X 4 WOOD GRAIN RECYCLED PLASTIC 76-24D 2,130.00 416 4' SQUARE TABLE, 4 SEATS, 2 X 4 DOUG FIR 76-24I 3,371.00 507 4' SQUARE TABLE, 4 SEATS, 2 X 4 IPE 76-24PL 2,641.00 462 4' SQUARE TABLE, 4 SEATS, 2 X 4 PLASTIC 76-24TMR 3,371.00 416 4' SQUARE TABLE, 4 SEATS, 2 X 4 THERMALLY MODIFIED RED OAK 76-24TX 2,757.00 462 4' SQUARE TABLE, 4 SEATS, 2 X 4 WOOD GRAIN RECYCLED PLASTIC 76-32D 1,780.00 358 4' SQUARE TABLE, 2 SEATS, 3 X 4 DOUG FIR 76-32PL 2,067.00 386 4' SQUARE TABLE, 2 SEATS, 3 X 4 PLAS 76-33D 2,100.00 427 4' SQUARE TABLE, 3 SEATS, 3 X 4 DOUGLAS FIR 76-33PL 2,432.00 459 4' SQUARE TABLE, 3 SEATS, 3 X 4 PLASTIC 76-34D 2,432.00 496 4' SQUARE TABLE, 4 SEATS, 3 X 4 DOUG FIR 76-34PL 2,810.00 531 4' SQUARE TABLE, 4 SEATS, 3 X 4 PLASTIC 76-42D 1,885.00 420 4' SQUARE TABLE, 2 SEATS, 4 X 4 DOUG FIR 76-42PL 2,300.00 455 4' SQUARE TABLE, 2 SEATS, 4 X 4 PLASTIC 76-43D 2,221.00 499 4' SQUARE TABLE, 3 SEATS, 4 X 4 DOUGLAS FIR 76-43PL 2,701.00 539 4' SQUARE TABLE, 3 SEATS, 4 X 4 PLASTIC 76-44D 2,571.00 578 4' SQUARE TABLE, 4 SEATS, 4 X 4 DOUG FIR 76-44PL 3,117.00 623 4' SQUARE TABLE, 4 SEATS, 4 X 4 PLAS 77-20 763.00 111 PICNIC TABLE FRAMES AND HARDWARE 77-20HG 821.00 111 HOT GALVANIZED PICNIC TABLE FRAMES AND HARDWARE 77-60A 1,504.00 153 6' PICNIC TABLE, ALUMINUM 77-60D 1,155.00 213 6' PICNIC TABLE, DOUGLAS FIR 77-60HGA 1,571.00 153 6' HOT GALVANIZED PICNIC TABLE, ALUMINUM 77-60HGD 1,222.00 213 6' HOT GALVANIZED PICNIC TABLE, DOUGLAS FIR 77-60HGPL 1,689.00 284 6' HOT GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 77-60PL 1,610.00 284 6' PICNIC TABLE, RECYCLED PLASTIC 77-68-1A 1,652.00 164 ADA PICNIC TABLE, ALUMINUM 77-68-1D 1,250.00 234 ADA PICNIC TABLE, DOUGLAS FIR 77-68-1HGA 1,708.00 164 ADA HOT GALVANIZED PICNIC TABLE, ALUMINUM 77-68-1HGD 1,307.00 234 ADA HOT GALVANIZED PICNIC TABLE, DOUGLAS FIR 77-68-1HGPL 2,002.00 324 ADA HOT GALVANIZED PICNIC TABLE, RECYCLED PLASTIC 77-68-1PL 1,905.00 324 ADA PICNIC TABLE, RECYCLED PLASTIC 77-80A 1,691.00 168 8' PICNIC TABLE, ALUMINUM 77-80D 1,265.00 251 8' PICNIC TABLE, DOUGLAS FIR 77-80HGA 1,745.00 168 8' HOT GALVAINZED PICNIC TABLE, ALUMINUM 77-80HGD 1,319.00 251 8' HOT GALVAINZED PICNIC TABLE, DOUGLAS FIR 77-80HGPL 1,888.00 334 8' HOT GALVAINZED PICNIC TABLE, RECYCLED PLASTIC 77-80PL 1,825.00 334 8' PICNIC TABLE, RECYCLED PLASTIC 78-32 OPTIONS 218.00 FOR 2 SEAT S-2 AND S-4 MOUNTING ADD TO LIST 78-32D 1,382.00 233 SQUARE GAME TABLE, 2 SEATS, DOUGLAS FIR 78-32PL 1,544.00 245 SQUARE GAME TABLE, 2 SEATS, RECYCLED PLASTIC 78-33 OPTIONS 268.00 FOR 3 SEAT S-2 AND S-4 MOUNTING ADD TO LIST 78-33ADAD 1,906.00 318 ADA SQUARE GAME TABLE, 3 SEATS, DOUGLAS FIR 78-33ADAPL 2,132.00 335 ADA SQUARE GAME TABLE, 3 SEATS, RECYCLED PLASTIC 78-34 OPTIONS 320.00 FOR 4 SEAT S-2 AND S-4 MOUNTING ADD TO LIST 78-34D 1,985.00 368 SQUARE GAME TABLE, 4 SEATS, DOUGLAS FIR 78-34PL 2,237.00 387 SQUARE GAME TABLE, 4 SEATS, RECYCLED PLASTIC 79 ARMREST 128.00 7 OPTIONAL END/CENTER ARMREST 79-60D 524.00 85 6' BENCH, DOUGLAS FIR 79-60I 1,019.00 120 6' BENCH, IPE 79-80D 699.00 120 8' BENCH, DOUGLAS FIR 79-80I 1,344.00 167 8' BENCH, IPE 80-00 594.00 51 STEEL ASH URN 81-50 541.00 103 5' SINGLE-SIDE ENTRY BIKE RACK 81-50-2 992.00 183 10' SINGLE-SIDE ENTRY BIKE RACK 82-50 599.00 118 5' DUAL-SIDE ENTRY BIKE RACK 82-50-2 1,058.00 212 10' DUAL-SIDE ENTRY BIKE RACK 83-00/S-1 147.00 31 POWDER COATED BIKE RACK, EMBEDMENT MOUNT 83-00/S-2 289.00 37 POWDER COATED BIKE RACK, SURFACE MOUNT 83-00/S-4 270.00 34 POWDER COATED BIKE RACK, SUB-FLOOR MOUNT 83-00G/S-1 147.00 25 GALVANIZED BIKE RACK, EMBEDMENT MOUNT 83-00G/S-2 289.00 32 GALVANIZED BIKE RACK, SURFACE MOUNT 83-00G/S-4 270.00 28 GALVANIZED BIKE RACK, SUB-FLOOR MOUNT 84-22 1,022.00 139 22-GALLON STEEL RECEPTACLE 84-32 1,190.00 186 32-GALLON STEEL RECEPTACLE 84-40RC 1,353.00 195 40-GALLON TRASH/RECYLCING RECEPTACLE 87-22 1,086.00 149 22-GALLON STEEL RECEPTACLE 87-32 1,333.00 192 32-GALLON STEEL RECEPTACLE 87-40RC 1,525.00 193 40-GALLON TRASH/RECYLCING RECEPTACLE 88 ARMREST 101.00 9 OPTIONAL END/CENTER ARMREST 88-40PL 783.00 170 4' BENCH, RECYCLED PLASTIC 88-50PL 942.00 192 5' BENCH, RECYCLED PLASTIC 88-60D 772.00 181 6' BENCH, DOUGLAS FIR 88-60PL 1,124.00 257 6' BENCH, RECYCLED PLASTIC 88-80D 855.00 213 8' BENCH, DOUGLAS FIR 88-80PL 1,302.00 299 8' BENCH, RECYCLED PLASTIC 89-32 1,109.00 129 32-GALLON PERFORATED STEEL RECEPTACLE 89-40RC 1,229.00 136 40-GALLON PERFORATED STEEL TRASH/RECYCLING RECEPTACLE 91 ARMREST 128.00 6 OPTIONAL END/CENTER ARMREST 91-40PL 1,136.00 137 4' BACKLESS CAST BENCH, RECYCLED PLASTIC 91-40TX 1,181.00 137 4' BACKLESS CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 91-60D 1,092.00 136 6' BACKLESS CAST BENCH, DOUGLAS FIR 91-60I 1,623.00 164 6' BACKLESS CAST BENCH, IPE 91-60PL 1,255.00 164 6' BACKLESS CAST BNCH, RECYCLED PLASTIC 91-60TMR 1,623.00 136 6' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 91-60TX 1,290.00 164 6' BACKLESS CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 91-80D 1,147.00 151 8' BACKLESS CAST BENCH, DOUGLAS FIR 91-80I 1,859.00 189 8' BACKLESS CAST BENCH, IPE 91-80PL 1,890.00 236 8' BACKLESS CAST BENCH, RECYCLED PLASTIC 91-80TMR 1,859.00 151 8' BACKLESS CAST BENCH, THERMALLY MODIFIED RED OAK 91-80TX 1,980.00 236 8' BACKLESS CAST BENCH, WOOD GRAIN RECYCLED PLASTIC 92 ARMREST 141.00 9 OPTIONAL END/CENTER ARMREST 92-60 1,497.00 227 6' BACKLESS CAST BENCH, STEEL SEAT 92-80 1,715.00 275 8' BACKLESS CAST BENCH, STEEL SEAT 93 ARMREST 160.00 12 OPTIONAL CENTER ARMREST 93-60 1,809.00 292 6' CAST BENCH, STEEL SEAT 93-80 2,098.00 354 8' CAST BENCH, STEEL SEAT 94 ARMREST 262.00 10 OPTIONAL CENTER ARMREST 94-60 1,943.00 230 6' STEEL BENCH 94-80 2,237.00 277 8' STEEL BENCH 95 ARMREST 205.00 15 OPTIONAL CENTER ARMREST 95-60 1,493.00 223 6' BACKLESS CAST BENCH, STEEL SEAT 95-80 1,750.00 272 8' BACKLESS CAST BENCH, STEEL SEAT 98-62D 1,042.00 139 6' CAST BENCH, 2 X 4 DOUG FIR SEAT 98-62I 1,687.00 180 6' CAST BENCH, 2 X 4 IPE SEAT 98-62TMR 1,687.00 139 6' CAST BENCH, 2 X 4 THERMALLY MODIFIED RED OAK SEAT 98-63D 1,172.00 175 6' CAST BENCH, 3 X 4 DOUG FIR SEAT 98-63PL 1,589.00 229 6' CAST BENCH, 3 X 4 RECYCLED PLASTIC SEAT 98-82D 1,464.00 200 8' CAST BENCH, 2 X 4 DOUG FIR SEAT 98-82I 2,200.00 254 8' CAST BENCH, 2 X 4 IPE SEAT 98-82TMR 2,200.00 200 8' CAST BENCH, 2 X 4 THERMALLY MODEIFIED RED OAK SEAT 98-83D 1,621.00 248 8' CAST BENCH, 3 X 4 DOUGLAS FIR SEAT 98-83PL 1,708.00 267 8' CAST BENCH, 3 X 4 RECYCLED PLASTIC SEAT R120-120-6 2,074.00 236 6' CURVED BENCH, 120” INSIDE RADIUS R144-120-6 1,979.00 203 6' CURVED BENCH, 120” INSIDE RADIUS R283-120-6 1,934.00 168 6' CURVED BENCH, 120” INSIDE RADIUS R92-120-6 1,888.00 214 6' CURVED BENCH, 120” INSIDE RADIUS R95-120-6 1,833.00 211 6' CURVED BENCH, 120” INSIDE RADIUS R95P-120-6 1,532.00 174 6' CURVED BENCH, 120” INSIDE RADIUS RI119-120-6 2,386.00 280 6' CURVED BENCH, 120” INSIDE RADIUS RI140-120-6 2,234.00 263 6' CURVED BENCH, 120” INSIDE RADIUS RI446-120-6 2,600.00 231 6' CURVED BENCH, 120” INSIDE RADIUS RI58-120-6 2,272.00 281 6' CURVED BENCH, 120” INSIDE RADIUS RI93-120-6 2,304.00 278 6' CURVED BENCH, 120” INSIDE RADIUS RI93P-120-6 2,246.00 250 6' CURVED BENCH, 120” INSIDE RADIUS 21-00/S-2 499.00 83 GRILL FOR SURFACE MOUNT 127-20 1,595.00 159 STEEL BENCH, 2 SEATS 140-80 1,903.00 343 8' CAST BENCH, STEEL SEAT 520 ARMREST 158.00 11 STEEL ARMREST WITH SQUARE OR ROUNDED EDGE 522 ARMREST 158.00 11 STEEL ARMREST WITH SQUARE OR ROUNDED EDGE 521 ARMREST 184.00 11 STEEL ARMREST WITH SQUARE OR ROUNDED EDGE 523 ARMREST 184.00 11 STEEL ARMREST WITH SQUARE OR ROUNDED EDGE 520 TABLE 237.00 21 STEEL TABLE MOUNT ON BENCH SEAT 521 TABLE 237.00 21 STEEL TABLE MOUNT ON BENCH SEAT 522 TABLE 237.00 21 STEEL TABLE MOUNT ON BENCH SEAT 523 TABLE 237.00 21 STEEL TABLE MOUNT ON BENCH SEAT 524 TABLE 237.00 21 STEEL TABLE MOUNT ON BENCH SEAT W520-60I 3,680.00 358 6' STEEL WALL MOUNT BENCH, IPE SEAT W520-60PL 2,909.00 323 6' STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W520-60TMR 3,607.00 308 6' STEEL WALL MOUNT BENCH, THERMALLY MODIFIED RED OAK SEAT W520-60TX 2,966.00 323 6' STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W520-80I 4,278.00 426 8' STEEL WALL MOUNT BENCH, IPE SEAT W520-80PL 3,303.00 376 8' STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W520-80TMR 4,195.00 366 8' STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W520-80TX 3,392.00 376 8' STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W521-60I 2,118.00 240 6' BACKLESS STEEL WALL MOUNT BENCH, IPE SEAT W521-60PL 1,628.00 218 6' BACKLESS STEEL WALL MOUNTBENCH, RECYCLED PLASTIC SEAT W521-60TMR 2,074.00 220 6' BACKLESS STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W521-60TX 1,670.00 218 6' BACKLESS STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W521-80I 2,579.00 279 8' BACKLESS STEEL WALL MOUNT BENCH, IPE SEAT W521-80PL 1,932.00 249 8' BACKLESS STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W521-80TMR 2,526.00 254 8' BACKLESS STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W521-80TX 1,990.00 249 8' BACKLESS STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W522-60I 3,278.00 349 6' STEEL WALL MOUNT BENCH, IPE SEAT W522-60PL 2,594.00 313 6' STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W522-60TMR 3,213.00 299 6' STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W522-60TX 2,646.00 313 6' STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W522-80I 3,808.00 412 8' STEEL WALL MOUNT BENCH, IPE SEAT W522-80PL 2,930.00 362 8' STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W522-80TMR 3,733.00 352 8' STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W522-80TX 2,982.00 362 8' STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W523-60I 1,835.00 238 6' BACKLESS STEEL WALL MOUNT BENCH, IPE SEAT W523-60PL 1,423.00 216 6' BACKLESS STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W523-60TMR 1,801.00 218 6' BACKLESS STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W523-60TX 1,449.00 216 6' BACKLESS STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT W523-80I 2,153.00 278 8' BACKLESS STEEL WALL MOUNT BENCH, IPE SEAT W523-80PL 1,596.00 247 8' BACKLESS STEEL WALL MOUNT BENCH, RECYCLED PLASTIC SEAT W523-80TMR 2,111.00 253 8' BACKLESS STEEL WALL MOUNT BENCH, THERMALLY MODIFED RED OAK SEAT W523-80TX 1,633.00 247 8' BACKLESS STEEL WALL MOUNT BENCH, WOOD GRAIN RECYCLED PLASTIC SEAT 296-42-20I 2,219.00 213 42” DIAMETER ADA STEEL TABLE, 2 SEATS, IPE 434-72SH 4,055.00 503 72-GALLON RECYCLING UNIT WITH SHIELD, TOP DEPOSIT, 3 STREAM 296-36-20I 2,095.00 200 36” DIAMETER STEEL TABLE, 2 SEATS, IPE 297-36-20HS 1,551.00 172 36” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, STEEL 294-50TX 3,867.00 370 42” DIAMETER STEEL TABLE, 5 SEATS, WOOD GRAIN RECYCLED PLASTIC 295-50TX 2,941.00 306 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 297-42-40TX 2,427.00 243 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 436-40SH 2,273.00 267 40-GALLON TRASH/RECYCLING RECEPTACLE WITH SHIELD, TOP DEPOSIT 435-64SH 4,529.00 563 64-GALLON RECYCLING UNIT WITH SHIELD, SIDE DEPOSIT, 2 STREAM 298-60-2HS 3,664.00 608 6' ADA STEEL PICNIC TABLE, STEEL 296-42-40HS 2,893.00 314 42” DIAMETER STEEL TABLE, 4 SEATS, STEEL 435-80SH 5,223.00 573 80-GALLON RECYCLING UNIT WITH SHIELD, SIDE DEPOSIT, 4 STREAM 437-40SH 2,602.00 252 40-GALLON TRASH/RECYCLING RECEPTACLE WITH SHIELD, SIDE DEPOSIT 296-36-20TX 1,969.00 190 36” DIAMETER STEEL TABLE, 2 SEATS, WOOD GRAIN RECYCLED PLASTIC 435-64 4,133.00 520 64-GALLON RECYCLING UNIT, SIDE DEPOSIT, 2 STREAM 435-72 4,190.00 525 72-GALLON RECYCLING UNIT, SIDE DEPOSIT, 3 STREAM 297-42-20TX 1,714.00 178 42” DIAMETER ADA STEEL TABLE, 2 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 295-40TX 2,537.00 259 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 297-36-40HS 2,178.00 244 36” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, STEEL 295-30HS 2,283.00 244 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, STEEL 435-80 4,798.00 529 80-GALLON RECYCLING UNIT, SIDE DEPOSIT, 4 STREAM 296-42-30TX 2,644.00 249 42” DIAMETER ADA STEEL TABLE, 3 SEATS, WOOD GRAIN RECYCLED PLASTIC 294-30HS 2,748.00 287 42” DIAMETER ADA STEEL TABLE, 3 SEATS, STEEL 294-40HS 3,006.00 328 42” DIAMETER STEEL TABLE, 4 SEATS, STEEL 295-30I 2,406.00 241 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, IPE 295-60I 3,590.00 368 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, IPE 295-40HS 2,442.00 272 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, STEEL 296-36-40TX 3,060.00 281 36” DIAMETER STEEL TABLE, 4 SEATS, WOOD GRAIN RECYCLED PLASTIC 297-42-30I 2,129.00 218 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, IPE 435-72SH 4,588.00 568 72-GALLON RECYCLING UNIT WITH SHIELD, SIDE DEPOSIT, 3 STREAM 295-40I 2,634.00 268 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, IPE 295-50HS 2,857.00 323 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, STEEL 294-50HS 3,631.00 396 42” DIAMETER STEEL TABLE, 5 SEATS, STEEL 434-80SH 4,475.00 507 80-GALLON RECYCLING UNIT WITH SHIELD, TOP DEPOSIT, 4 STREAM 295-30TX 2,347.00 234 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 297-42-40I 2,536.00 253 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, IPE 296-42-20TX 2,089.00 203 42” DIAMETER ADA STEEL TABLE, 2 SEATS, WOOD GRAIN RECYCLED PLASTIC 294-60TX 4,559.00 430 42” DIAMETER STEEL TABLE, 6 SEATS, WOOD GRAIN RECYCLED PLASTIC 295-60TX 3,428.00 354 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 297-42-20HS 1,679.00 184 42” DIAMETER ADA STEEL TABLE, 2 BACKLESS SEATS, STEEL 294-60HS 4,201.00 460 42” DIAMETER STEEL TABLE, 6 SEATS, STEEL 294-30I 3,041.00 286 42” DIAMETER ADA STEEL TABLE, 3 SEATS, IPE 295-50I 3,066.00 318 42” DIAMETER STEEL TABLE, 5 BACKLESS SEATS, IPE 295-60HS 3,327.00 374 42” DIAMETER STEEL TABLE, 6 BACKLESS SEATS, STEEL 297-36-40I 2,412.00 240 36” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, IPE 434-80 4,050.00 464 80-GALLON RECYCLING UNIT, TOP DEPOSIT, 4 STREAM 297-36-40TX 2,300.00 230 36” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 434-64SH 4,014.00 498 64-GALLON RECYCLING UNIT WITH SHIELD, TOP DEPOSIT, 2 STREAM 294-40TX 3,226.00 308 42” DIAMETER STEEL TABLE, 4 SEATS, WOOD GRAIN RECYCLED PLASTIC 436-40 2,036.00 239 40-GALLON TRASH/RECYCLING RECEPTACLE, TOP DEPOSIT 434-64 3,618.00 455 64-GALLON RECYCLING UNIT, TOP DEPOSIT, 2 STREAM 297-36-20TX 1,585.00 165 36” DIAMETER STEEL TABLE, 2 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 294-30TX 2,871.00 272 42” DIAMETER ADA STEEL TABLE, 3 SEATS, WOOD GRAIN RECYCLED PLASTIC 294-60I 4,909.00 459 42” DIAMETER STEEL TABLE, 6 SEATS, IPE 296-36-40HS 2,871.00 301 36” DIAMETER STEEL TABLE, 4 SEATS, STEEL 296-42-30I 2,818.00 263 42” DIAMETER ADA STEEL TABLE, 3 SEATS, IPE 296-42-40TX 3,180.00 294 42” DIAMETER STEEL TABLE, 4 SEATS, WOOD GRAIN RECYCLED PLASTIC 297-42-40HS 2,305.00 257 42” DIAMETER STEEL TABLE, 4 BACKLESS SEATS, STEEL 297-42-30TX 2,049.00 211 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, WOOD GRAIN RECYCLED PLASTIC 296-42-40I 3,398.00 313 42” DIAMETER STEEL TABLE, 4 SEATS, IPE 437-40 2,365.00 217 40-GALLON TRASH/RECYCLING RECEPTACLE, SIDE DEPOSIT 297-42-30HS 1,948.00 221 42” DIAMETER ADA STEEL TABLE, 3 BACKLESS SEATS, STEEL 294-50I 4,155.00 394 42” DIAMETER STEEL TABLE, 5 SEATS, IPE 296-36-20HS 1,898.00 200 36” DIAMETER STEEL TABLE, 2 SEATS, STEEL 296-42-20HS 2,052.00 213 42” DIAMETER ADA STEEL TABLE, 2 SEATS, STEEL 434-72 3,657.00 460 72-GALLON RECYCLING UNIT, TOP DEPOSIT, 3 STREAM 296-36-40I 3,274.00 300 36” DIAMETER STEEL TABLE, 4 SEATS, IPE 297-42-20I 1,762.00 182 42” DIAMETER ADASTEEL TABLE, 2 BACKLESS SEATS, IPE 296-42-30HS 2,416.00 264 42” DIAMETER ADA STEEL TABLE, 3 SEATS, STEEL 294-40I 3,452.00 328 42” DIAMETER STEEL TABLE, 4 SEATS, IPE ADD-ON RECEPTACLES COVERS 25BT $82 18 LARGE BONNET COVER FOR MODEL 157 BT $154 21 BONNET COVER, 10” OPENING BTA $204 23 BONNET COVER W/ASH URN, 10” OPENING DM $184 19 DOME COVER, 10” OPENING DMA $256 21 DOME COVER W/ASH URN, 10” OPENING RC $96 14 RECYCLED LID, 4” OPENING PT $320 15 PUSH TOP COVER REPLACEMENT RECEPTACLE COVERS (22-GALLON) CVB-20-25BT $231 16 SMALL STEEL BONNET TOP FOR MODEL 157-22 CVR-20-BT $285 17 SMALL STEEL BONNET TOP CVR-20-BTA $332 17 SMALL STEEL BONNET TOP WITH ASH URN CVR-20-DM $313 16 SMALL STEEL DOME TOP CVR-20-DMA $383 17 SMALL STEEL DOME TOP WITH ASH URN CVR-20-FTC $163 11 SMALL STEEL FLAT COVER, NO OPENING CVR-20-FTO $163 10 SMALL STEEL COVER, 10” OPENING CVR-20-PT $448 15 SMALL STEEL PUSH TOP COVER REPLACEMENT RECEPTACLE COVERS (32-GALLON) CVB-30-25BT $231 18 LARGE STEEL BONNET TOP FOR MODEL 157-32 CVR-30-BT $285 20 LARGE STEEL BONNET TOP CVR-30-BTA $332 19 LARGE STEEL BONNET TOP WITH ASH URN CVR-30-DM $313 18 LARGE STEEL DOME TOP CVR-30-DMA $383 19 LARGE STEEL DOME TOP WITH ASH URN CVR-30-FTC $163 13 LARGE STEEL FLAT COVER, NO OPENING CVR-30-FTO $163 12 LARGE STEEL COVER, 10” OPENING CVR-30-PT $448 15 LARGE STEEL PUSH TOP COVER RECYCLING COVERS AND LINERS KIT-40DL-RC01 $347 31 SPLIT LINER /W DIVIDER PLATE CVR-20-RC-0075 $201 11 SMALL STEEL COVER, 4' OPENING FOR RECYCLING CVR-30-RC-0075 $221 13 LARGE STEEL COVER, 4' OPENING FOR RECYCLING CVR-40-RC-0009 $223 12 SPLIT STREAM RECYCLE LID School Board of Manatee County, FL May 25, 2021 – Regular Meeting and Public Hearing Action Item Title: Approval of the Bid for Park and Playground Equipment, SDMC No. 21-0053-MR, Additional $150,001.00 Executive Summary On August 25, 2020, the Board approved the bid for Park and Playground Equipment in the amount of $550,000.00. A letter of modification was approved on April 21, 2021, by the Superintendent in the amount of $49,999.99 for a total of $599,999.000. An additional funding increase is needed to cover school requests, repairs and replacements by the district. Expenditures for the contract period of September 1, 2020, to current are $550,074.05. The additional pending request is for Gullett Elementary to add a shade structure in the amount of $79,900.00 to be paid from the school funding source internal accounts. Park and playground equipment are requested by schools and departments periodically throughout the school year to replace broken equipment and to add/replace entire play areas. Each vendor listed agrees to adhere to all required codes and standards and provide the School District of Manatee County with a fixed percentage discount on various manufacturers plus installation where applicable. Based on these criteria and to offer the schools a variety of manufacturer’s equipment, it is recommended to award to all responsive bidders. Approval of this agenda item does not indicate immediate or complete expenditure of approved funds. The requested contract is for the period of September 1, 2020 through August 31, 2023. This bid is for a period of three years with the option to renew for two additional one-year periods. Evaluation prices are based on Florida Statute 287.084, Preference to Florida Business in procurement of Personal Property and Services, giving preference to vendors located in Florida, effective July 1, 2012. Historical expenditures for the first renewal period of September 9, 2018 through September 8, 2019 were $382,968.52 and for the second renewal period of September 9, 2019 through current are $522,740.07. The bid is recommended for award to: · A&B Management Group, Inc. dba Southern Park and Play Systems, Viera, FL, Florida Document No. P12000010491 · Advanced Recreational Concepts, Fort Pierce, FL, Florida Document No. L03000023078 · Apollo Sunguard Systems, Inc., Sarasota, FL, Florida Document No. F06000005042 · Bliss Products and Services, Inc., Plantation, FL, Florida Document No. G95904 · Creative Shade Solutions, Tarpon Springs, FL, Florida Document No. P07000037393 · Industrial Shadeports, Inc., Boca Raton, FL, Florida Document No. P160000586011 · Kompan, Inc., Tallahassee, FL, Florida Document No. F12000002586 · Lanier Plans, Inc. dba Korkat, Jacksonville, FL, Florida Document No. F09000003271 · MeTEOR Education, LLC, Gainesville, FL, Florida Document No. L08000093733 · Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, Bradenton, FL/Plantation, FL, Florida Document No. P97000049934/F06000007491 · PlayCore Wisconsin DBA Game Time, Plantation, FL, State, Florida Document No. F07000002689 · Playmore West, Inc., Fort Myers, FL, Florida Document No. P000000016534 · Playspace Services, Inc., Fort Pierce, State, Florida Document No. V52938 · Playpower LT Farmington, Inc., Plantation, FL, State, Florida Document No. F0700002768 · Project Innovations, Inc., Tarpon Springs, FL, Florida Document No. P10000094250 · Rep Services Inc., Maitland, FL, Florida Document No. L25288 · Superior Park Systems, Inc., Hollywood, FL, State, Florida Document No. P00000021472 · Swartz Associates, Inc., Naples, FL, Florida Document No. L49389 · Top Line Recreation, Inc., Sanford, FL, Florida Document No. P11000073376 · Varsity Sports dba BSN Sports, LLC, Tampa, FL, Florida Document No. L19000206027 This request for approval aligns with the District’s Strategic Plan Goal(s) which state(s): Financial Transparency & Capital Planning Goal 1: Maximize all district resources to enhance the learning environment and ensure financial sustainability. Goal 2: Build and maintain district facilities to provide the best quality education and services to our students, staff and community. The Superintendent recommends approval of the bid for park and playground equipment, SDMC No. 21- 0053-MR, additional $150,001.00, not to exceed $750,000.00 - Revision 1. Recommendation Motion and approval of the bid for park and playground equipment, SDMC No. 21-0053-MR, additional $150,001.00, not to exceed $750,000.00 - Revision 1. Financial Impact The estimated cost to implement this agenda item will not exceed $750,000.00 annually. The funding sources for this expenditure will be the Capital Improvement/General Funds/Internal Accounts, and is included in the Maintenance, Operations & Central Distribution Warehouse Department and School Sites approved budget for 2020-2021. Contact: Prepared by: Melody Ryan Initiated by: Todd Henson, Maintenance and Operations School Board Meeting: May 25, 2021 CONTRACT PERIOD: SEPTEMBER 1, 2024 THROUGH AUGUST 31, 2025 BOARD APPROVED ON AUGUST 25, 2020 CONTRACT PERIOD: SEPTEMBER 1, 2023 THROUGH AUGUST 31, 2024 BOARD APPROVED ON AUGUST 25, 2020 NOTICE OF INTENT TO AWARD BID ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR CONTRACT PERIOD: SEPTEMBER 1, 2020 THROUGH AUGUST 31, 2023 BOARD APPROVED ON AUGUST 25, 2020 Page 1 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount SRP Components 2020 5% SportsPlay 2018 5% Superior Recreation 2019 (1)5% Athletic Connection 2020 5% Bison 2020-21 5% Jaypro 2019-2020 (2)5% Hadar Athletic 2014 5% Playcraft Systems 1 2% R3/Grounds for Play 2 2% UltraPlay 3 2% Id Sculpture 4 2% Childforms 5 2% Playtopia 6 2% Freenotes Harmony 7 2% SRP Parts 9 2% SportsPlay 10 2% Dynamo 20 2% No Bid No Bid No Bid Play and Park Structures 44 10% Big Toys 33 5% UltraPlay X 5% Freenotes Harmony 19 5% Snug Play X 5% Sportsplay X 5% Elephant Play X 5% Adventurous Child X 1% AAA State of Play X 1% Cemrock X 5% Everlast Climbing X 5% Jensen Swing X 5% Action Play System X 5% Forte Products X 5% Store.blissproducts.com X 5% Dynacushion X 5% Superior Play X 5% World OF Wow X 5% Waterworks International X 5% Compac Water Play X 5% No Bid No Bid No Bid Industrial Shadeports 2020 10% Kompan US Price List 9% BIDDERS: Advanced Recreational Concepts Apollo Sunguard Systems, Inc. Industrial Shadeports, Inc. Kompan, Inc. Bliss Products and Services, Inc. Creative Shade Solutions ITEM 1: PLAYGROUND EQUIPMENT A&B Management Group, Inc. dba Southern Park and Play Systems Page 2 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount SRP - Superior Play 2020 5% SRP - Superior Play Components 2020 5% SRP - Grounds for Play 2020 5% SRP - Freenotes Harmony Park 2020 5% Big Toys 2020 5% Dynamo 2020 5% Kidstuff Playsystems 1005 ADD 34% (15)Miracle Recreation Equipment Company 2020 8% (21) 12% (21) 15% (21) 18% (21) 20% (21) Bleachers 10% (22) UPC Parks 5% Action Play Systems 5% Game Time 2020 10% (B) Pro-Tech Surfacing 3% (B) Cre8 Play 3% Playworld 2020 5% Berliner 2020 3% Playcraft Systems 1 Install Only R3/Grounds for Play 2 Install Only UltraPlay 3 Install Only Id Sculpture 4 Install Only Childforms 5 Install Only Playtopia 6 Install Only Freenotes Harmony 7 Install Only SRP Parts 8 Install Only Sports Play 10 Install Only Dynamo 20 Install Only Little Tikes Commercial 2020 25% (25)(26) Little Tikes Commercial 2020 5% (26)(27) ITEM 1: PLAYGROUND EQUIPMENT Lanier Plans, Inc. dba Korkat MeTEOR Education, LLC Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, CO PlayCore Wisconsin DBA Game Time Playmore West, Inc. Playpower LT Farmington, Inc. Playspace Services, Inc. BIDDERS: Page 3 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Jambette 2019 - 20 4% Play Ground Equipment.com Volume 2 10% Kids Pro Surf Turf & Play Pad Project Innovations 5% Landscape Structures, Inc.3% Adventure Playground Systems Playground & Park Design 3% Kidstuff Playsystem Catalog # 1005 3% Childforms Volume 12 3% Childforms Sales Brochure 3% Henderson Recreation 2020 Price List 6% Action Play Systems 2020 Price List 10% BCI Burke 01 5% BSN Sports Equipment 20-57307 10% BIDDERS: Swartz Associates, Inc. Top Line Recreation, Inc. Varsity Sports dba BSN Sports, LLC (42) Project Innovations, Inc. ITEM 1: PLAYGROUND EQUIPMENT Rep Services. Inc. Superior Park Systems, Inc. (A) Page 4 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Pilot Rock 260 - 2019 5% Ultra Site 2020 5% Ultra Play 2020 5% Polly Products 2019 5% Stern Williams 2020 5% Superior Site Amenities 2020 5% Ultrasite 11 2% SRP Amenities 12 2% Paris Fitness and Amenities 13 2% ActionFit 14 3% Bison 15 3% The Park Catalog theparkcatalog.com 2% JayPro 16 3% NRS Bleachers 19 3% Kay Park 21 2% No Bid No Bid No Bid Ultrasite 33 5% Superior 5% Jayhawk Plastics/Frog Furnishings 5% Doty & Sons Concrete Products 5% Crimson Poolside 5% Action Fit 5% Bark Park 5% Evertlast Climbing X 5% Sportsfield Specialties X 5% National Recreation Systems X 5% Dero X 5% Jaypro X 5% Athletic Connections X 5% GT Grandstand X 5% Murdock Fountains X 5% Most Dependable Fountains X 5% Kings River Castings X 5% Webcoat X 5% Store.blissproducts.com X 5% Colorado Time Systems X 5% Spectrum Aquatics X 5% Gared Sports X 5% Power Systems X 5% Stewart Tennis X 5% US Tennis X 5% No Bid No Bid No Bid Industrial Shadeports 2020 10% TPP Price List 5% Industrial Shadeports, Inc. Kompan, Inc. Bliss Products and Services, Inc. Creative Shade Solutions Apollo Sunguard Systems, Inc. Advanced Recreational Concepts BIDDERS: A&B Management Group, Inc. dba Southern Park and Play Systems ITEM 2: SITE EQUIPMENT Page 5 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount SRP - Superior Amenities 2020 5% Kidstuff Playsystems 1005 ADD 34% (15) Miracle Recreation Equipment Company 2020 5% Douglas Industries 5% Bison Sports 5% Kay Park 5% Wabash Valley 5% Foresite Designs 5% Murdock Fountains 5% Most Dependable Fountains 5% RCP Shelters 5% Coverworx Shelters 5% DogiPot (Pet Stations)5% GT Site 2020 5% Ultra Site 2020 5% (B) Premier Polysteel 5% (B) ExoFit 5% Exofit (43)5% Wabash Valley 2020 5% Ultrasite 11 Install Only SRP Amenities 12 Install Only Paris Fitness and Amenities 13 Install Only ActionFit 14 Install Only Bison 15 Install Only The Park Catalog theparkcatalog.com Install Only JayPro 16 Install Only NRS Bleachers 19 Install Only Kay Park 21 Install Only Little Tikes Commercial 2020 (29)5% (30) ITEM 2: SITE EQUIPMENT MeTEOR Education, LLC Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, CO Lanier Plans, Inc. dba Korkat Playmore West, Inc. Playpower LT Farmington, Inc. Playspace Services, Inc. BIDDERS: PlayCore Wisconsin DBA Game Time Page 6 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Play Ground Equipment.com Volume 2 10% Frog Furnishings 2018 3% DuMor Site Furnishings 3% Superior Amenities 2020 Catalog 2% Kay Park Recreation 2020 Catalog 2% Adventure Site Amenities Playground & Park Design Guide 2% Sitescapes, Inc.2020 Price List 5% Kay Park Recreation 2020 6% Ultra Site 2020 Price List 8% Frog Furnishings 2020 Price List 8% Vista Furnishings 2020 Price List 5% Superior Site Amenities 2020 Price List 8% Blue Valley Industries 2020 Price List 5% Jaypro Sports 2020 7% National Recreation Systems 2020 Price List 6% MyTCoat 2020 Price List 8% Premier Polysteel 02 3% BSN Sports Equipment 20-57307 10% Swartz Associates, Inc. Top Line Recreation, Inc. Varsity Sports dba BSN Sports, LLC (42) BIDDERS: ITEM 2: SITE EQUIPMENT Project Innovations, Inc. Rep Services. Inc. Superior Park Systems, Inc. (A) Page 7 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Fiberbuilt 2019 5% Superior Shade Volume 11 5% SkySpan 2020 5% SRP Shade 17 5% Ultra Shade 18 5% Ball Fabrics ballfabrics.com 1% ICON Shelters 22 5% Cedar Forest Products 23 5% RCP Shelter 24 5% SRP Shelter 25 5% Apollo Sunguard 2019 8% (6) Shade Systems 5% Shade America 5% Ultra Shade 5% Ultra Shelter 5% Cedar Forest 5% USA Shade 5% Superior 5% Discounmt Awnings X 5% Accent Awnings X 5% Creative Shade X 5% Apollo Sunguard X 5% Play and Park Structures X 5% Americana Building X 5% Creative Shade (10)1 15% Industrial Shadeports 2020 10% TPP Price List 4% A&B Management Group, Inc. dba Southern Park and Play Systems BIDDERS: Advanced Recreational Concepts ITEM 3: SHADE STRUCTURE Bliss Products and Services, Inc. Creative Shade Solutions Industrial Shadeports, Inc. Kompan, Inc. Apollo Sunguard Systems, Inc. Page 8 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount SRP - Superior Amenities 2020 5% Kidstuff Playsystems 1005 ADD 34% (15) USA Shade 2020 5% GT Shade 2018 / 2020 5% (B) Americana Outdoors 3% USA Shade 2020 3% Shade Systems 2020 3% Apollo Sunguard 2020 3% Superior Shelters 2020 3% SRP Shade 17 Install Only Ultrashade 18 Install Only Ball Fabrics ballfabrics.com Install Only ICON Shelters 22 Install Only Cedar Forest Products 23 Install Only RCP Shelter 24 Install Only SRP Shelter 25 Install Only Little Tikes Commercial 2020 (31)5% (32) BIDDERS: ITEM 3: SHADE STRUCTURE MeTEOR Education, LLC Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, CO PlayCore Wisconsin DBA Game Time Playmore West, Inc. Playspace Services, Inc. Lanier Plans, Inc. dba Korkat Playpower LT Farmington, Inc. Page 9 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Pro Shade Project Innovations, Inc.3% SkyWays Shades 3% USA Shade 3% Porter Corp 3% Shade Systems, Inc.Product Catalog 3% Adventure Shade Structures Playground & Park Design Guide 3% Ultra Shade 2020 Price List 4% Ultra Shelter 2020 Price List 4% Shade System, Inc.03 5% Americana 04 5% BSN Sports Equipment 20-57307 10% Top Line Recreation, Inc. BIDDERS: Rep Services. Inc. Superior Park Systems, Inc. (A) Swartz Associates, Inc. (37) Varsity Sports dba BSN Sports, LLC ITEM 3: SHADE STRUCTURE Project Innovations, Inc. Page 10 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Garick 2020-21 Quotation 5% Rubber Designs 8 5% (3) Playspace ADA Wood Mulch per regional supplier 5% (4) No Bid No Bid No Bid Safety 1st 5% Wood Mulch Products 5% Xgrass 5% Zeager 5% Fibar 5% East Coast Mulch 5% IMC Outdoor 5% Rubber Recycle X 5% OTS X 5% Forever Lawn X 5% Tot Turf X 5% Forestry Resources X 5% Kemfer Sawmill X 5% Express Mulch Blowing X 5% American Mulch X 5% Rubber Surfacing Specialists X 5% Choppers X 5% Shady Surfacing X 5% Store.blissproducts.com X 5% No Bid No Bid No Bid Industrial Shadeports 2020 10% Fibar EWF 4% Turf Surfacing 4% PIP Surfacing 4% Rubber Safety Tiles 4% Rubber Mulch 4% ITEM 4: SURFACING MATERIALS Advanced Recreational Concepts Industrial Shadeports, Inc. Kompan, Inc. Apollo Sunguard Systems, Inc. Bliss Products and Services, Inc. A&B Management Group, Inc. dba Southern Park and Play Systems Creative Shade Solutions BIDDERS: Page 11 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Outdoor Safety Surfacing 5% Kidstuff Playsystems 1005 ADD 34% (15) Rubber Recycle (Shredded Rubber)5% Fibar Systems (EWF)5% Forever Lawn (Artificial Turf)5% NoFault (Poured in Place Surfacing)5% Durable Lawn (Artificial Turf)5% GT Impax 2020 5% Robertson TOT Turf 3% No Fault 3% X Grass 3% Forever Lawn 3% Mulch & Soil, Co.3% Zeager 3% Rubber Designs 8 5% (24) Playspace ADA Wood Mulch Per Regional Supplier 5% (25) No Fault N/A 5% (33) ITEM 4: SURFACING MATERIALS BIDDERS: Playspace Services, Inc. Playpower LT Farmington, Inc. Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, CO PlayCore Wisconsin DBA Game Time Lanier Plans, Inc. dba Korkat MeTEOR Education, LLC Playmore West, Inc. Page 12 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Catalog Name Number Discount Kids Pro Surf Turf & Play Pad Project Innovations, Inc.5% Forever Lawn 3% VitriTurf 3% No Fault Sports Group 3% iMulch 3% Irvine 3% Forever Lawn Product Catalog 3% Forever Lawn Playground Grass 3% Foresty Resources 2020 Price List 10% Cowart & Mulch 2020 Price List 10% IMC Outdoor 2020 Price List 6% Pierecton Rubber Products 2020 Price List 5% No Bid No Bid No Bid BSN Sports Equipment 20-57307 10% Swartz Associates, Inc. Top Line Recreation, Inc. Varsity Sports dba BSN Sports, LLC (42) BIDDERS: ITEM 4: SURFACING MATERIALS Rep Services. Inc. Project Innovations, Inc. Superior Park Systems, Inc. (A) Page 13 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Percentage Mark up 30% 20% 37% 49% 75% *(5) 69% 75% 75% 75% 75% 50% (7)(8) 50% (7)(8) 50% (7)(8) 50% (7)(8) 50% (7)(8) 50% (7)(8) 50% (11) 130% (41) 30% - 100% (12)(13) Installer/Sub Contractor Name Ultimate Attitude, LLC Southern Park and Play Systems Playspace Services - playgrounds Playspace Services - Safety Surfacing Playspace Services - Shelters Cocozza Construction & Consulting Someson Homes The Best of Southwest Framing Creative Shade Solutions Apollo Sunguard Systems, Inc. A&B Management Group, Inc. dba Southern Park and Play Systems Advanced Recreational Concepts BIDDERS: Bliss Products and Services, Inc. Shady Surfacing Industrial Shadeports Creative Shade (10) Playspace Services - Shade Install Playspace Services - Site Furnishings Dragon Recreation Services ITEM 5: INSTALLATION OF PLAYGROUND EQUIPMENT, SITE EQUIPMENT, SHADE STRUCTURE AND SURFACING MATRERIAL Bliss Products Premier Recreation Stewart Tennis Complete Construction Jammin Playgrounds Industrial Shadeports, Inc. Kompan, Inc.Precision Playgrounds, Inc. Page 14 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Percentage Mark up 35% 50% (16) (19) 60% (16) (17) (19) 100% (18) (19) 27% No Bid 30% 30% 30% 32% 32% 35% 180% 100% 37% 49% 75% *(26) 69% 47% (34) 35% 100% 25% Installer/Sub Contractor Name Playmore West, Inc. - Site Equipment (43) Playspace Services - Safety Surfacing Playmore West, Inc. Playworx Playsets LLC - Playground and Playground Parts Playworx Playsets LLC - Shade Playpower LT Farmington, Inc.No Fault - Pour in Place Surface (34) Playworx Playsets LLC - Site Amenities Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, CO Ryan's Maintenance John Fitzgerald, Inc. Site AmenitiesPlayCore Wisconsin DBA Game Time Shade Playmore West, Inc. - Playground Equipment Lanier Plans, Inc. dba Korkat Lanier Plans, Inc. dba KorKat Kidstuff Playsystems - Play Equipment Kidstuff Playsystems - Safety Surfacing MeTEOR Education, LLC BIDDERS: ITEM 5: INSTALLATION OF PLAYGROUND EQUIPMENT, SITE EQUIPMENT, SHADE STRUCTURE AND SURFACING MATRERIAL Playmore West, Inc. - Surfacing (23) Playmore West, Inc. - Shade Structures Playmore West, Inc. - Site Equipment Playspace Services, Inc. Kidstuff Playsystems - Shade Structures Playground Equipment Playspace Services - Shelters Playspace Services - Site Furnishing Playspace Services - Shade Install Playspace Services - Playgrounds Page 15 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Percentage Mark up 38% 80% *(35) 60% 85% 85% 100% 100% 100% 100% 100% 100% 34% - 110% (38)(39) 34% - 110% (38)(39) 36% 36% No Bid Installer/Sub Contractor Name Top Line Recreation, Inc.Al Bosgraaf & Sons, Inc. Varsity Sports dba BSN Sports, LLC (42) Kennico, Inc. Swartz Associates, Inc. Rida Group Construction Hurley Construction, Inc. BIDDERS: ITEM 5: INSTALLATION OF PLAYGROUND EQUIPMENT, SITE EQUIPMENT, SHADE STRUCTURE AND SURFACING MATRERIAL Project Innovations-Playground Equipment Project Innovations-Kids Pro Suft Turf & Play Pad Project Innovations, Inc. (36)Project Innovations-Frog Furnishings No Bid Superior Park Systems, Inc. Hurley Construction Project Innovations-Pro Shades Johnny Pitts Construction Rep Services. Inc. Al Bosgraaf and Sons, Inc. FFG Development and Construction Easygreens Superior Park Systems, Inc. (A)Forever lawn Sports Systems International, Inc. Page 16 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 $150.00 No Bid Digital Catalogs $197.50 30%Digital Catalogs No Bid No Bid Digital Catalogs $250.00 (9)25% (9)Printed Catalogs Digital Catalogs $125.00 10%Printed Catalogs $265.00 15%Digital Catalog Digital Catalog $200.00 *(14)Printed Catalogs A&B Management Group, Inc. dba Southern Park and Play Systems Creative Shade Solutions Advanced Recreational Concepts Apollo Sunguard Systems, Inc. Kompan, Inc. Industrial Shadeports, Inc. Bliss Products and Services, Inc. BIDDERS:ITEM 7: PERCENTAGE MARK UP FOR REPAIR MATERIALITEM 6: REPAIRS HOURLY RATE- PER HOUR Page 17 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 $75.00 35%Digital Catalog $75.00 (20)20% (20)Digital price list/ No catalog $150.00 0%No Catalog $100.00 10%Printed Catalogs Digital Catalog $125.00 30%Printed Catalogs $197.50 30%Digital Catalog with installation pricing $100.00 25%Printed Catalogs MeTEOR Education, LLC Miller Recreation Equipment & Design, Inc./Miracle Recreation Equipment, CO PlayCore Wisconsin DBA Game Time Lanier Plans, Inc. dba Korkat Playmore West, Inc. Playspace Services, Inc. Playpower LT Farmington, Inc. BIDDERS:ITEM 6: REPAIRS HOURLY RATE- PER HOUR ITEM 7: PERCENTAGE MARK UP FOR REPAIR MATERIAL Page 18 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 Digital Catalog $400.00 45%Printed Catalogs No Bid No Bid Printed Catalogs $285.00 30%Printed Catalogs $200.00 (40)No Bid No Catalogs $350.00 30.00%Digital Catalog No Bid No Bid No CatalogsVarsity Sports dba BSN Sports, LLC (42) Superior Park Systems, Inc. (A) Swartz Associates, Inc. ITEM 7: PERCENTAGE MARK UP FOR REPAIR MATERIAL Project Innovations, Inc. Rep Services. Inc. BIDDERS:ITEM 6: REPAIRS HOURLY RATE- PER HOUR Top Line Recreation, Inc. Page 19 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 NOTES: (1) Open Market/Playgrounds (2) Allsport/2020 Athletic Eqpn (3) or discounts applied in catalog (4) per discount applied in Playspace catalog (5) Discounts included in Playspace/Rubber Designs catalog (6) See attached copy of price list (7) This does not include any site prep, permitting or concrete work. Shelter and shade foundations will be additional. Some vendors offer a delivered and installed price which will be discounted appropriately in the product discount. Site work and concrete including foundations will be priced per job. Sport court construction priced per job. (8) Only Big Toys and Play and Park Structures require installer certification (9) Rental Equipment Mark Up will be 10% as allowed on Page 12 (10) 2020 Manatee Schools Catalog (11) Shade Price (12) 30% Equipment, 60% Site Equipment, Shade 100% (13) Mat Installation is based upon each unit - $35.00 per unit Border Installation is based upon each unit - $15.00 per unit Pour in Place Pricing and Turf includes installation EWF installation is based on cubic yard - $16 per cubic yd Rubber Tile Installation is based upon square footage - $3 per sq. ft. Rubber Mulch Installation is based upon square footage - $10.00 per sq. ft. (14) Markup for Repair Materials: Repair materials would be Kompan Spare Parts. Kompan has over 65,000 spare parts for current product lines as well as past product lines. Each part has a retail price and includes all markups. We would be happy to provide a Parts Price List in electronic format, if SDMC would like to view the list. (15) Sell Price + (ADD) % (16) Minimum $3500.00 (17) 60% of safety surfacing cost (18) 100% of shade structure cost (19) Please note all items may be negotiated for a particular job (20) Kidstuff Playsystems will only service equipment manufactured by Kidstuff Playsystems, Olympic Recreation or Recreation Creations, LLC. 12% $5000 - $9999 15% $10000 - $14999 18% $15000 - $24999 20% $25000 - Above Discount does not include freight, specials/sales flyer, parts (22) Bleachers Discount does not include freight, specials/sales flyer, parts (23) Engineered Wood Fiber (21) 8% $0000 - $4999 Page 20 of 21 TABULATION OF BIDS ON PARK AND PLAYGROUND EQUIPMENT, MCSD No. 21-0053-MR Bids Due: 3:00 p.m., July 22, 2020 NOTES: (24) or per discounts applied in catalog (25) per discount applied in Playspace catalog (26) Discounts included in Playspace/Rubber Designs Catalog (27) Off Playgrounds Sets - Excludes Tot Builders, Custom Design Studio, Early Childhood Clever Climbers and Tot Tree (28) Off Parts (29) Pages 182 to 185 (30) off site amenities (31) Pages 186 and 187 (32) Off Shade (33) pff Safety Surface (PIP) (34) Which equates to 35% of equipment list price before discount (35) Included in Price (36) Permits/Signed & Sealed Engineered Drawings not included. Prices TBD per Project (37) Note: Prepay + Add Freight for all manufacturers. Any permitting requirements and costs (if applicable) will incur an additional fee. (38) Playground Equipment - 34% Site Equipment - 35% Shade Structure - 110% Surfacing Materials Forestry Resources - 60% Cowart Mulch - 60% IMC Outdoor - 40% Pierection Rubber Products 40% (39) Prepay & Add freight for all manufacturers (40) $900.00 Minimum charge for installation (41) Industrial Shade Port manufactures and installs our own equipment (42) BSN Sports Exceptions to percentage off bid Spring 2020 catalog-see list (43) Added additional manufacture- Playmore 5-9-2023 for renewal 1 (A)Supplier did not repond to Renewal 1 request after 3 attempts. (B) Additioanl Manufactures added. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes. Page 21 of 21 Table of Contents Contract of Award Agreement No. 2023/2024-284 2 Attachment A – Bid Scope of Work 21 Attachment B – Proposal 32 Clay County Contract Clay County Agreement/Contract No. 2023/2024 – ______ AGREEMENT TO PROVIDE VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND RECREATION This Agreement to Provide Various Equipment and Amenities for Parks and Recreation (“Agreement”) is entered into and shall be deemed effective as of July 24, 2024, and is between Rep Services, Inc., a Florida Profit Corporation (“Contractor”), and Clay County, a political subdivision of the State of Florida (the “County”). RECITALS WHEREAS, the County issued an Invitation for Bid, Bid No.: 23/24-074 (“Bid”), to establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds to include a means for qualifying suppliers and establishing pricing for ballpark lighting services and court surfacing; and WHEREAS, the Contractor responded to the Bid with a proposal that included Contractor’s products and discount pricing and pricing details for such products and services (“Proposal”); and WHEREAS, the County evaluated the proposals submitted, and on July 23, 2024, the Clay County Board of County Commissioners of Clay County, Florida (the “Board”) accepted staff’s evaluation and awarded the Bid to the 23 companies that responded to the Bid; and WHEREAS, the awarded Bids will be utilized on an as needed and as requested basis; and WHEREAS, to the extent permitted by applicable law, the Contractor agrees to offer and extend this Agreement and pricing to any states, municipalities, local governments, school districts, higher educational institutions, public utilities, hospitals, and any other governmental agencies or non-profit organizations; and WHEREAS, the parties hereby acknowledge and expressly agree that the terms and conditions of the Bid, including any addendums and attachments thereto, as well as the Proposal apply to this Agreement and are incorporated herein by reference; and WHEREAS, the parties desire to enter into this Agreement in accordance with the terms and conditions set forth herein. NOW THEREFORE, in consideration of the foregoing recitals, the mutual covenants and promises set forth herein, and for other good and valuable consideration, the receipt of which is hereby acknowledged and all objections to the sufficiency and adequacy of which are hereby waived, the parties agree as follows: 284 2 1. EQUPIMENT, PRODUCTS, OR SERVICES (a) The above recitals are true and correct and are incorporated herein by reference. (b) For purposes of this Agreement, the County Representative shall be Howard Wanamaker, County Manager, and the Project Manager shall be Donna Fish, Buyer 1 with Clay County Purchasing, or designee. (c) The Contractor agrees to provide the Products and Services in accordance with the Bid Scope of Work attached hereto as Attachment A, its Proposal attached hereto as Attachment B, and the terms and conditions of this Agreement when ordered and/or requested from time to time by the County. As used herein, “Products” shall mean all equipment, amenities, materials, and/or products that the Contractor agrees to provide as stated in its Proposal. As used herein, “Services” shall mean any services that the Contractor agrees to provide as stated in its Proposal or as requested under this Agreement, including, but not limited to, installation of Products for parks and playgrounds, ballpark/field lighting services, court surfacing, and other related services. (d) Products and/or Services will be ordered and/or requested by personnel designated by the County on an as needed basis for the quantity requested during the term of the Agreement. Such orders/requests will be made in accordance with the method of ordering section of Attachment A. The County at its sole discretion will generate purchase orders as a result of approved quotations submitted in response to a request. Depending on the Services ordered, the Contractor may be required to enter into a separate agreement or task order with the County addressing such Services. (e) No later than 30 days prior to the anniversary date of this Agreement throughout the Agreement term, the Contractor may submit an updated Proposal to the Project Manager reflecting any changes to manufacturers and/or Products. Upon receipt, the Project Manager shall review and approve or reject the updated Proposal in writing. If the Project Manager approves the updated Proposal, it shall automatically be deemed to be incorporated into this Agreement and shall replace and/or modify Attachment B, in whole or in part, as applicable, as of the date of approval, without the need for a formal amendment or further action by either party. If the Project Manager does not approve the updated Proposal, the original Proposal shall continue without modification. (f) In providing the Products and Services, the Contractor shall: 1. Be familiar with the ordered/requested Products and/or Services, deadlines, requirements, and the conditions under which the Products and/or Services are to be provided; 2. Conduct business in a manner that reflects favorably at all times on the services and the goodwill and reputation of the County; 3. Avoid deceptive, misleading or unethical practices that are or might be detrimental to the County; and 3 4. Not use any false, deceptive or misleading trade practices in the performance of the Services. (g) In entering into this Agreement, the Contractor represents that it now has or will secure all equipment and personnel required to provide all Products and Services as may be requested under this Agreement. The Contractor shall assign such personnel as are necessary to assure faithful prosecution and timely delivery of the Products and/or Services pursuant to the requirements of this Agreement. The Contractor shall ensure that the personnel assigned to provide the Products and/or Services comply with the terms of this Agreement, have current licenses and permits required to provide the Products and/or Services, and are fully qualified and capable to perform their assigned tasks. (h) The Contractor represents and warrants to the County that Contractor is experienced with providing the Products and Services described in this Agreement and is qualified and competent to provide such Products and perform such Services. The Contractor shall provide any and all Products and perform any and all Services requested in a timely, efficient, workmanlike, and cost-effective manner that comports with professional industry standards, applicable federal, state and local laws and regulations, and in accordance with the applicable professional standards. (i) The Contractor shall provide the Products and Services using the degree of care and skill ordinarily exercised by similarly practicing professionals performing similar services under similar conditions in the same or similar geographic area and in compliance with all applicable laws (“Standard of Care”). (j) In performance of this Agreement, the Contractor is bound by and shall comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to the Products and/or Services. Any reference in this Agreement to a particular law, rule, or regulation in no way implies that no other law, rule, or regulation applies. Any violation of these laws, rules, and regulations shall constitute a material breach of this Agreement and shall entitle the County to terminate this Agreement upon delivery of written notice of termination to the Contractor as outlined herein. (k) The County may elect, in certain circumstances, to purchase only Products and have such Products installed by others (e.g., volunteers, County staff, etc.). If such election is made, the Products will be shipped to a designated location and off-loaded by the Contractor. (l) Non-Exclusive. The parties acknowledge and agree that this Agreement is non-exclusive. Nothing in this Agreement shall be construed to prevent either party from entering into similar agreements with other third parties, or from engaging in any other business activities for such products and/or services, including, but limited to the use of other available bids or contracts. (m) The County gives the Contractor no guarantee of any Products or Services or any specific amount or quantity of Products or Services that may be accomplished or performed by the Contractor during the term of this Agreement. Additionally, the County makes no guarantee of usage by other users or Contracting Entities of this Agreement. 4 (n) The County may conduct performance evaluations at any time during the term of this Agreement to ensure the Contractor’s compliance with the Agreement. One or more evaluations may be conducted solely at the discretion of the County. 2. ADDITIONAL PRODUCTS OR SERVICES (a) If the County identifies or the Contractor recommends any additional products or services to be provided by the Contractor that are not covered under the Agreement but are beneficial to the County, such additional products and/or services, including scope, timing, and fees, as applicable, must be mutually agreeable between the County and the Contractor and authorized in writing by the County. 3. TERM (a) The term shall begin on July 24, 2024 (“Effective Date”) and shall remain in effect for a period of three years continuing through July 23, 2027, unless sooner terminated as provided herein. The Agreement may be renewed for two additional one year periods upon subsequent written agreement of the parties. (b) The parties hereto mutually understand and agree that time is of the essence in the performance of this Agreement. The Contractor agrees to timely provide the requested Products and/or Services in accordance with the Agreement and the deadlines that may be established for such Products and/or Services. (c) Notwithstanding the termination or expiration of this Agreement, this Agreement will survive as to any and all pending purchase orders, contracts, etc., until all of the rights and obligations of both parties thereunder have been fulfilled or the purchase orders, contracts, etc. have been terminated. 4. WARRANTIES AND REPRESENTATIONS (a) The Products and Services shall comply with all rules, regulations, and requirements set forth in this Agreement and the Attachments to this Agreement. (b) Warranties related to the Products and/or Services provided under this Agreement shall be established and confirmed at the time of each individual order. For each order, the Contractor shall provide a warranty statement specifying the duration, scope, and terms of the warranty applicable to the specific Products and/or Services being purchased. Depending on the Services ordered, the warranty may be set forth in a separate agreement or task order with the County addressing such Services. (c) Neither the Services, nor any Products provided by the Contractor under this Agreement will infringe or misappropriate any patent, copyright, trademark or trade secret rights of any third party. (d) The Contractor certifies that all Products meet all federal and state requirements. Upon 5 completion of installation of play equipment and/or playground surfacing, the Contractor shall furnish to the County’s Purchasing Department a certificate stating the Products/equipment/surfacing and its installation meet all federal and state requirements as outlined in the publications set forth in Attachment A under the Compliance with Laws and Codes section. The Contractor further certifies that if the Product(s) delivered and/or installed are subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the Product(s) and installation into compliance shall be borne by the Contractor. (e) The Contractor warrants that all Products and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, the Contractor warrants the Products and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. (f) All material, equipment, manufacturer, or other special warranties required by the Agreement or applicable to the Products and/or Services shall be transferable to, or issued in the name of the County, and provide the warranty period. The period of manufacturer’s warranty shall begin to run at the time the Products are received and accepted by a representative of the County. 5. PIGGYBACKING, SALES REPORTS, AND ADMNISTRATIVE FEE (a) To the extent permitted by law, the Contractor agrees to offer and extend this Agreement and pricing to any states, municipalities, local governments, school districts, higher educational institutions, public utilities, hospitals, and any other governmental agencies or non-profit organizations (collectively “Contracting Entities”). (b) The County as the lead agency for the Bid shall not be liable or responsible for any costs, damages, liability, or other obligations incurred by any Contracting Entities. The Contractor including its subsidiaries shall deal directly with each Contracting Entity concerning the placement of orders, issuance of purchase orders, issuance of contracts, contractual disputes, invoicing, payment, and all other matters relating or referring to such Contracting Entities access or use of the Agreement and/or pricing. Accordingly, any Contracting Entity wishing to use this Agreement will be responsible for placing its own orders, issuing its own purchase order/documents/price agreements/contracts, providing for its own acceptance, making any subsequent payments, addressing any contractual disputes, and handling all other matters relating or referring to its access or use of the Agreement and/or pricing. The Contracting Entities are responsible for obtaining all certificates of insurance and bonds as may be required. (c) Volume Sales Report. Throughout the term of this Agreement, the Contractor shall submit a quarterly volume sales report (“Sales Report”) to the County’s Purchasing Department by email at purchasing@claycountygov.com or U.S. mail to the Clay County Board of Commissioners, Attn: Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Quarterly Sales Report dates are as follows: December 31, March 31, June 30, and September 30. Sales Reports must be delivered to the County’s Purchasing Department no later than the 15th day of the following month. Initiation and submission of the Sales Reports are the 6 responsibility of the Contractor without prompting or notification by the County. The Sales Report must be provided regardless of whether or not any sales have been conducted during such quarter (i.e., if there are no sales, Contractor must submit a Sales Report indicating that no sales were made during that particular quarter). The Sales Report must include the following: • Contracting Entity’s name and contact information; • Detail of any Products sold/purchased including description, quantity, and price; • Detail of any Services sold/purchased and/or performed; and • All transactions pertaining to sales for Products and/or Services and pricing for that quarter to include the date the purchase was invoiced/sale was recognized as revenue by Contractor. (d) Administrative Fee. The Contractor agrees to pay to the County an administrative fee equal to 1.5% of the eligible revenues generated from the sale of Products or Services to Contracting Entities utilizing this Agreement and/or pricing under this Agreement. For purposes of this Agreement, “eligible revenues” shall mean the gross amount actually received by the Contractor from the sale of Products purchased and/or installed utilizing this Agreement, excluding any amounts attributable to shipping, freight, handling charges, taxes, mandatory fees, or any other expenses not directly related to the core sale or installation transaction. (e) The County will review the Sales Report and will prepare an invoice to the Contractor for payment of the administrative fee based on the Sales Report submitted for that quarter. Such invoices will be submitted to the Contractor at its email address provided to the County’s Purchasing Department. Upon receipt of an invoice submitted under this paragraph, the Contractor shall submit payment pursuant to the instructions on the invoice within 30 calendar days of the invoice date. (f) Failure of the Contractor to provide the quarterly Sales Reports and payment of administrative fees in accordance with an invoice, shall be considered a breach of the Agreement. A late penalty of 15 percent on the value of the administrative fee may be assessed to the Contractor for each month the payment of such fee is not received. (g) The Contractor agrees to cooperate with the County in auditing transactions under this Agreement to ensure that the administrative fee is paid on all Products and/or Services purchased under this Agreement. 6. PRICING AND PAYMENT (a) All Products and Services under this Agreement will be priced and/or discounted as stated in Contractor’s Proposal. It is understood that Contractor’s current catalog/supply/product information price list are subject to change throughout the term of this Agreement. However, percent discount shall remain fixed for the entire term of this Agreement including any renewals or extensions thereto. (b) Freight must be pre-paid and added to the Invoice and the quote. The County will pay actual freight charges. 7 (c) Sales Promotion/Price Reduction. The parties acknowledge that sales promotions may occur during the term of the Agreement which will lower prices of Products and Services for the period of such sales promotion. The Contractor acknowledges and agrees that the County shall receive the full benefit of such reductions if lower than the discount established by this Agreement. The County must be notified of these sales promotions in writing, specifying the beginning and ending dates of the sales promotions. (d) The County shall pay the Contractor for the Products and Services provided under this Agreement in compliance with the specifications at the prices in accordance with Attachment B upon presentation of an Invoice submitted to the Paying Agent in accordance with paragraph 7. 7. PAYMENT PROCEDURES (a) As used herein, the term “Act” means the Local Government Prompt Payment Act set forth in Part VII of Chapter 218, Florida Statutes; the term “Invoice” means a statement, invoice, bill, draw request or payment request submitted by the Contractor under this Agreement; and the term “Submittal Date” means, with respect to an Invoice, the submittal date thereof to the Paying Agent. Invoices shall be submitted to Clay County Comptroller’s office (“Paying Agent”) by Email at invoices@clayclerk.com or U.S. Mail at Clay County BOCC, PO Box 988, Green Cove Springs, FL 32043 ATTN: Accounts Payable. All payments will be governed by the Act. (b) Invoices shall be signed by the Contractor and must include the following information and items: 1. The Contractor’s name, address and phone number, including payment remittance address. 2. The Invoice number and date. 3. Reference to the Agreement by its title and number as designated by the County and Purchase Order number. 4. Identify the Products and/or Services covered by the Invoice. 5. The total amount of payment requested, the total amount previously requested, and the total amount paid to date for such Products and/or Services covered by the Invoice. 6. Supporting documentation necessary to satisfy auditing requirements (both preaudits and post-audits), for cost and Services completion. 7. The Contractor must provide any additional documents, certificates, or information as needed to support or document the Invoice as may be requested by the County. (c) Upon receipt of an Invoice submitted under this paragraph, the Paying Agent and/or Project Manager shall date stamp the Invoice as received. Thereafter, the Paying Agent and/or 8 Project Manager shall review the Invoice and may also review the Products and/or Services as delivered, installed, or performed to determine whether the quantity and quality of the Products and/or Services is as represented in the Invoice and is as required by this Agreement. If the Paying Agent and/or Project Manager determines that the Invoice does not conform with the applicable requirements of this Agreement or that the Products and/or Services within the scope of the Invoice have not been properly delivered, installed, or performed in full accordance with this Agreement, the Paying Agent and/or Project Manager shall notify the Contractor in writing within 10 business days after the improper Invoice is received that the Invoice is improper and indicate what corrective action on the part of the Contractor is needed to make the Invoice proper. (d) By the submittal of an Invoice hereunder, the Contractor shall have been deemed to have warranted to the County that all Products and/or Services for which payments have been previously received from the County shall be free and clear of liens, claims, security interests or other encumbrances in favor of the Contractor or any other person or entity for failure to make payment. (e) The parties will attempt to settle any payment dispute arising under this paragraph through consultation and a spirit of mutual cooperation. The dispute will be escalated to appropriate higher-level managers of the parties, if necessary. If the dispute concerning payment of an Invoice remains unresolved within 30 days following the Submittal Date, then the Project Manager shall schedule a meeting between the Contractor’s representative and the Project Manager with the County Manager, to be held no later than 43 calendar days following the Submittal Date, and shall provide written notice to the Contractor regarding the date, time and place of the meeting no less than 5 calendar days prior thereto. At the meeting, the Contractor’s representative and the Project Manager shall submit to the County Manager their respective positions regarding the dispute, including any testimony and documents in support thereof. The County Manager shall issue a written decision resolving the dispute within 45 calendar days following the Submittal Date, and serve copies thereof on the Contractor’s representative and the Project Manager. (f) The County’s review, approval, acceptance of, or payment for the Products and/or Services provided under this Agreement may not be construed or deemed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and the Contractor will be and remain liable to the County in accordance with applicable law for damages suffered by the County caused by the Contractor’s negligent performance of any of the Products and/or Services furnished under this Agreement 8. INDEMNIFICATION (a) To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the County including its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Agreement. 9 (b) The County does not agree to and shall not indemnify the Contractor or any other person or entity, for any purpose whatsoever. To the extent any indemnification by the County may be construed under this Agreement, any such indemnification shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not be deemed to operate as a waiver of, or modification to, the County’s sovereign immunity protections. (c) This paragraph shall survive the expiration or termination of this Agreement. 9. INSURANCE (a) The Contractor shall maintain throughout the term of this Agreement and completion of any Services and during any renewal or extension term(s) of this Agreement or as required herein insurance of the following types and with such terms and limits: 1. Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury • $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations • $50,000 each occurrence for Damage to Rented Premises • $5,000 Medical Expenses (any one person) Commercial and General Liability policy must include coverage for contractual liability and independent contractors. 2. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. 3. Workers’ Compensation and Employer’s Liability Any person or entity performing work for or on behalf of the County must provide Workers’ Compensation and Employer’s Liability insurance in limits not less than: • Workers Compensation Statutory limits • Employers Liability $100,000 Each Accident $500,000 Disease Policy $100,000 Disease-Each Employee Exceptions and exemptions may be allowed by the County Manager, if they are in accordance with Florida Statutes. 10 The Contractor waives, and the Contractor shall ensure that its insurance carrier waives, all subrogation rights against the County, its employees, agents, boards, and commissions, for all losses or damages. The County requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. The Contractor must be in compliance with all applicable State and federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act and the Jones Act, if applicable. For any Contractor who has exempt status as an individual, the County requires proof of Workers’ Compensation insurance coverage for that Contractor’s employees, leased employees, volunteers, and any workers performing work. 4. Umbrella/Excess Insurance If the Contractor’s primary insurance policy/policies do not meet the minimum requirements, the Contractor may provide an Umbrella/Excess insurance policy to comply with the insurance requirements. (b) Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Prior to any work or services being performed under this Agreement, the Contractor must deliver valid certificates of insurance for the required insurance coverage to the County’s Purchasing Department. (c) The certificates of insurance for the required coverages, with the exception of Workers’ Compensation and Employer’s Liability shall name “Clay County, a political subdivision of the State of Florida, and The Board of County Commissioners, Clay County, Florida, its employees, agents, boards and commissions, as their interests may appear” as “Additional Insureds.” The coverage shall contain no special limitation on the scope of protection afforded to the County, its employees, agents, officials, boards, and commissions. The certificates of insurance shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the certificates of insurance will show a retroactive date, which should be the same date of the initial Agreement or prior. The Agreement number, and/or other identifying reference must be listed on the certificates of insurance. (d) The Certificate Holder on the certificates of insurance should read as follows: “Clay County Board of County Commissioners, P.O. Box 1366, Green Cove Springs, FL 32043” or as otherwise designated by the County’s Purchasing Department. (e) The certificates of insurance shall be provided to the County with a thirty (30) day notice of cancellation; ten (10) days’ notice if cancellation is for nonpayment of premium. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the Certificate Holder. In the event the Agreement term goes beyond the expiration date of any insurance policy, the Contractor shall provide the County’s Purchasing Department with an updated certificate of insurance no later 11 than ten (10) days prior to the expiration of the insurance currently in effect. The County reserves the right to suspend the Agreement until this requirement is met. If any required insurance coverage is canceled, terminated, or revoked, the Contractor agrees to immediately suspend its operations until replacement insurance is obtained and verified. (f) These insurance requirements may be modified and/or waived, in whole or in part, upon written approval by the County Manager or designee, without the need for a formal amendment to the Agreement. 10. BONDS (a) A Performance Bond and Payment Bond may be required for specific projects and/or Services provided under this Agreement as security for the faithful performance and payment of the Contractor’s obligations. Whether such Bonds will be required, will be based upon the size and price of each particular project and/or purchase under this Agreement. If such Bonds are required, the Contractor understands, acknowledges, and agrees that the Contractor shall cause the Bonds to be recorded in the public records of the County with the Clay County Clerk of Court and Comptroller at the Contractor’s sole expense, and shall deliver a certified copy of the recorded Bonds to the County’s Purchasing Department prior to receiving a purchase order for the project. 11. DEFAULT AND TERMINATION (a) Default. If the Contractor breaches any covenant made by it hereunder; fails to satisfactorily perform any condition, provision, or obligation of this Agreement; fails to make progress so as to endanger performance under the terms and conditions of the Agreement; fails to perform on time or timely deliver any requested Products; provides false or inaccurate information; fails to address and/or correct any deficiencies identified by the County during a performance evaluation; fails to timely submit reports as required herein; fails to pay the administrative fee; fails to comply with applicable rules, laws and regulations; or whenever the Contractor ceases operation, dissolves its corporation, or otherwise no longer provides the Products and/or Services under the terms of this Agreement, the County may consider the Contractor to be in default and may assert a default claim by giving the Contractor a written notice of default. Except for a default by the Contractor for failing to comply with applicable laws, rules, and regulations or for no longer providing the services contemplated under this Agreement which must be cured immediately or is otherwise subject to automatic termination for cause, the Contractor shall have 10 calendar days after receipt of the notice of default to either cure the default or, if the default is not curable within 10 calendar days, provide a written cure plan to the County describing how and when the default will be cured, which the County in its sole discretion may approve or disapprove. The Contractor will begin implementing the cure plan immediately after receipt of notice by the County that it approves the plan. If the Contractor fails to cure or the County does not approve the cure plan, then the County may terminate this Agreement for cause. (b) Termination for Cause. Upon the failure or inability of the Contractor to cure the default as provided above, unless otherwise agreed in writing, the County may, at its option, without 12 releasing or waiving its rights and remedies against the Contractor and without prejudice to any other right or remedy it may be entitled to hereunder or by law, terminate this Agreement, in whole or in part, for cause immediately upon written notice of termination by the County Representative to the Contractor. In the event the County terminates the Agreement, in whole or in part, because of default by Contractor, the County may procure goods, services, materials, and/or work similar to those terminated, and the Contractor shall be liable for any damages, costs, and any other expenses incurred due to this action. If it is determined that the Contractor was not in default or that the default was excusable (e.g. failure due to causes beyond the control of, or without the fault or negligence of the Contractor), the rights and obligations of the parties shall be those as provided in the provision for Termination for Convenience. (c) Termination for Convenience. The County may whenever the interests of the County so require, terminate the Agreement, in whole or in part, for the convenience of the County. The County Representative shall give 30 calendar days prior written notice of termination to the Contractor, specifying when the termination is to become effective. In the event of any such termination, the Contractor shall be paid by the County for all Products and/or Services satisfactorily provided up to receipt of the notice of termination, and thereafter until the date of termination, the Contractor shall be paid only for such Services as are specifically authorized in writing by the County. The Contractor may terminate this Agreement for the convenience of the Contractor by giving the County 180 calendar days advance written notice. (d) Unless directed differently in the notice of termination, the Contractor shall incur no further obligations in connection with the terminated Products and/or Services and shall stop any work to the extent specified and on the date given in the notice of termination. Additionally, unless directed differently, the Contractor shall terminate outstanding orders and/or subcontractor agreements related to the terminated Products and/or Services and shall transfer all Services in progress, completed Services, and other materials related to the terminated Services to the County. The Contractor agrees to refund to the County all pre-paid sums for Products and/or Services that have been cancelled and will not be delivered. (d) Termination of this Agreement or a portion hereof under the provisions incorporated herein shall not relieve the Contractor of its responsibilities for the completed portion or concerning any just claims arising out of the Products provided and/or Services performed. 12. TAXES (a) In that the County is a governmental agency exempt from sales and use taxes, the County shall pay no such taxes, any other provisions of this Agreement to the contrary notwithstanding. The County shall provide proof of its exempt status upon reasonable request. 13. APPROPRIATED FUNDS (a) The Contractor acknowledges that in the budget for each fiscal year of the County during which the term of the Agreement is in effect a limited amount of funds are appropriated which are available to make payments arising under the Agreement. Any other provisions of the Agreement to the contrary notwithstanding, and pursuant to the provisions of Section 129.07, 13 Florida Statutes, the maximum payment that the County is obligated to make under the Agreement from the budget of any fiscal year shall not exceed the appropriation for said fiscal year. 14. PUBLIC RECORDS (a) The Contractor acknowledges the County’s obligation under Art. 1, Section 24, Florida Constitution, and Chapter 119, Florida Statutes, as from time to time amended (together, the Public Records Laws), to release public records to members of the public upon request. The Contractor acknowledges that the County is required to comply with the Public Records Laws in the handling of the materials created under the Agreement and that the Public Records Laws control over any contrary terms in the Agreement. In accordance with the requirements of Section 119.0701, Florida Statutes, the Contractor covenants to comply with the Public Records Laws, and in particular to: 1. Keep and maintain public records required by the County to provide the Products and Services requested under the Agreement; 2. Upon request from the County’s custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the County; and 4. Upon completion of the Agreement, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the Services. If the Contractor transfers all public records to the County upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format that is compatible with the information technology systems of the County. (b) The Contractor’s failure to comply with the requirements of this paragraph shall be deemed a material breach of this Agreement, for which the County may terminate the Agreement immediately upon written notice to the Contractor. (c) The Contractor acknowledges the provisions of Section 119.0701(3)(a), Florida Statutes, which, as applicable to the County and the Contractor, require as follows: 1. A request to inspect or copy public records relating to the Agreement must be made directly to the County. If the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the 14 Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. 2. If the Contractor does not comply with the County’s request for records, the County shall enforce the Agreement provisions in accordance with the Agreement. 3. If the Contractor fails to provide the public records to the County within a reasonable time, the Contractor may be subject to penalties under Section 119.10, Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (904) 529-3604, publicrecords@claycountygov.com, POST OFFICE BOX 1366, GREEN COVE SPRINGS, FLORIDA 32043. 15. AUDIT (a) The Contractor shall retain all records relating to this Agreement for a period of at least five (5) years after the Agreement ends or terminates, whichever occurs first. All records shall be kept in such a way as will permit their inspection pursuant to Chapter 119, Florida Statutes. The County reserves the right to examine and/or audit such records. This provision shall survive the termination or expiration of this Agreement. 16. SCRUTINIZED COMPANIES CERTIFICATION (a) In compliance with Section 287.135(5), Florida Statutes, the undersigned hereby certifies that the Contractor is not participating in a boycott of Israel as defined in Section 287.135(1), Florida Statutes; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in Section 287.135(2), Florida Statutes; and does not have business operations in Cuba or Syria as defined in Section 287.135(1), Florida Statutes. In accordance with Section 287.135(3), Florida Statutes, the County shall have the option of terminating this Agreement if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as defined in Section 287.135(1), Florida Statutes. 17. E-VERIFY REQUIREMENT (a) Pursuant to Section 448.095, Florida Statutes, the Contractor shall register with and utilize the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees hired by the Contractor during the term of the 15 Agreement, and shall expressly require any subcontractors performing work or providing services pursuant to the Agreement to likewise register with and utilize the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees hired by the subcontractor during the term of the subcontractor agreement. Subcontractors shall provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as set forth in Section 448.095(2)(b)1, Florida Statutes. Upon request, the Contractor must provide evidence of compliance with this provision. Failure to comply with this provision is a material breach of the Agreement, and the County shall have the option of terminating this Agreement at its discretion. 18. HUMAN TRAFFICKING ATTESTATION (a) In compliance with Section 787.06 (13), Florida Statutes, the undersigned, on behalf of the Contractor, a nongovernmental entity, hereby attests under penalty of perjury as follows: 1. The Contractor does not use coercion for labor or services, as such italicized terms are defined in Section 787.06, Florida Statutes, as may be amended from time to time. 2. If, at any time in the future, the Contractor does use coercion for labor or services, the Contractor will immediately notify the County and no contracts may be executed, renewed, or extended between the parties. 3. By execution of this Agreement, the undersigned represents that undersigned has read the foregoing statements and confirms that the facts stated in it are true and are made for the benefit of, and reliance by the County. 19. PUBLIC ENTITIES CRIMES (a) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. (b) By signing this Agreement, the Contractor represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes). Violation of this Section shall result in termination of this Agreement and recovery of all monies paid hereto and may result in debarment from the County’s competitive procurement activities. (c) In addition to the foregoing, the Contractor further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a “public entity crime” and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether the Contractor has been placed on the convicted vendor list. 16 (d) The Contractor will promptly notify the County if it or any subcontractor of the Contractor is formally charged with an act defined as a “public entity crime” or has been placed on the convicted vendor list. 20. SUSPENSION AND DEBARMENT (a) By execution of this Agreement, the Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any state or federal department or agency. 21. INDEPENDENT CONTRACTOR (a) The parties to this Agreement are independent contractors. Neither party is an agent, representative, or partner of the other party. This Agreement shall not be interpreted or construed to create an association, agency, joint venture, or partnership between the parties or to impose any liability attributable to such a relationship upon either party. 22. NO ASSIGNMENT (a) The Contractor shall not assign any of its rights or duties under this Agreement to any other party without the prior written consent of the County, which consent may be withheld by the County for any or no reason. Any such assignment attempted by the Contractor without such prior written consent shall be null and void. If the Contractor attempts to assign any such rights or duties without securing such prior written consent, this Agreement may be declared in default and terminated by the County. 23. SUBCONTRACTORS (a) The Contractor shall provide the names of all subcontractors performing any work or services under this Agreement to the Project Manager. The County reserves the right to approve the utilization of any subcontractors in connection with this Agreement. Such written authorization may be obtained from the Project Manager on behalf of the County. The County further reserves the right to reject any quotation in response to a request for quotation if such quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award, failed to deliver on time contracts of a similar nature, or is not in a position to perform properly under this Agreement. (b) Any subcontractor utilized by the Contractor shall be supervised and compensated by the Contractor. (c) The Contractor shall be fully responsible to the County for the (i) acts and omissions (ii) satisfactory performance and (iii) timeliness of the Services of its subcontractors and of persons directly or indirectly employed by them. 17 (d) The Contractor shall cause appropriate provisions to be inserted in all subcontractor agreements relative to the Services giving the Contractor the same powers that the County may exercise over the Contractor under any provision of this Agreement. (e) Nothing in the Agreement shall be construed as providing any subcontractor with any rights or remedies against the County or any of its employees, principals, officers, or agents for nonpayment or otherwise. 24. NO THIRD-PARTY BENEFICIARIES (a) Any other provisions of this Agreement to the contrary notwithstanding, no third-party beneficiaries are intended or contemplated under this Agreement, and no third-party shall be deemed to have rights or remedies arising under this Agreement against either party to this Agreement. 25. CONFLICT OF INTEREST (a) Throughout the term of this Agreement, the Contractor must not accept nor perform any other employment, assignments of contracts nor obligations that would conflict with the Contractor’s duties and obligations provided under this Agreement. 26. AMENDMENT OR MODIFICATION OF AGREEMENT (a) The Agreement may only be modified or amended upon mutual written agreement of the County and the Contractor. No oral agreements or representation shall be valid or binding upon either party. The Contractor may not unilaterally modify the terms of the Agreement by affixing additional terms to or by incorporating such terms onto the Contractor’s documents forwarded by the Contractor to the County. 27. FURTHER ASSURANCES (a) Each of the parties shall cooperate with one another, shall do and perform such actions and things, and shall execute and deliver such agreements, documents and instruments, as may be reasonable and necessary to effectuate the purposes and intents of this Agreement. 28. REMEDIES (a) The parties will attempt to settle any dispute arising from this Agreement through negotiation and a spirit of mutual cooperation. The Contractor and the Project Manager will use reasonable efforts to arrange meetings as needed, at mutually convenient times and places, to address and work toward resolution of issues that arise in the performance of this Agreement. The dispute will be escalated to appropriate higher-level managers of the parties, if necessary. Each party shall have the right to seek the judicial enforcement and interpretation of this Agreement. 18 29. GOVERNING LAW AND VENUE (a) This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue for any litigation, mediation, or other action proceeding between the parties arising out of this Agreement lies in Clay County, Florida. 30. ATTORNEYS’ FEES (a) In the event either party shall retain an attorney to litigate on its behalf against the other party regarding the enforcement or interpretation of this Agreement or regarding the rights, remedies, or obligations of the parties arising under this Agreement, the party prevailing on the majority of its claims, or which successfully defends against a majority of the other party’s claims, shall be entitled to an award of reasonable attorney’s fees, court costs, and any other expenses against the other party, including fees, court costs, and any other expenses incurred from the date of referral of the dispute to the prevailing party’s attorney through the conclusion of litigation, or incurred in bankruptcy or on appeal. Nothing contained herein is intended to serve as a waiver of sovereign immunity and extend the County’s liability beyond the limits established in Section 768.28, Florida Statutes. 31. WAIVER (a) No waiver by either party of any term or condition of this Agreement will be deemed or construed as a waiver of any other term or condition, nor shall a waiver of any breach be deemed to constitute a waiver of any subsequent breach, whether of the same or of a different section, subsection, paragraph, subparagraph, clause, phrase, or other provision of this Agreement. 32. SEVERABILITY (a) If any provision of this Agreement shall for any reason be held to be invalid or unenforceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement, and this Agreement shall be enforced as if such invalid and unenforceable provision had not been contained herein. 33. HEADINGS (a) The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of any or all of the provisions hereof. 34. ENTIRE AGREEMENT (a) This Agreement represents the entire understanding between the parties regarding the subject matter herein and supersedes all previous agreements, whether oral or written. 19 35. COUNTERPARTS (a) The Agreement may be executed in any number of counterparts and by the separate parties in separate counterparts, each of which shall be deemed to constitute an original and all of which shall be deemed to constitute the one and the same agreement. 36. ATTACHMENTS (a) The Attachments listed below are incorporated herein by reference and made a part of this Agreement as if set out fully herein. Attachment A: Bid Scope of Work Attachment B: Proposal 37. AUTHORITY (a) The parties agree to utilize electronic signatures and that the digital signatures of the parties set forth below are intended to authenticate this Agreement and have the same force and effect as manual written signatures. Each person signing on behalf of the parties represents and warrants that he/she has full authority to execute this Agreement on behalf of such party and that the Agreement will constitute a legal and binding obligation of such party. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date stated in the introductory paragraph. CONTRACTOR By: Print Name: ______________________________ Print Title: ________________________________ CLAY COUNTY, a political subdivision of the State of Florida By: Howard Wanamaker County Manager on behalf of the Board of County Commissioners F:\Contract\Purchasing\Various Equipment and Amenities for Parks Agreement.doc Howard Wanamaker (Sep 16, 2024 10:22 EDT) Bill Geary (Sep 17, 2024 08:30 EDT) Bill Geary Bill Geary Vice President ATTACHMENT A BID SCOPE OF WORK INVITATION FOR BID 23/24-074 VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND RECREATION Clay County 477 Houston Street Green Cove Springs, FL 32043 RELEASE DATE: May 16, 2024 LAST DATE FOR INQUIRIES: May 31, 2024, 4:00 pm BID DUE: June 13, 2024, 4:00 pm RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO: https://secure.procurenow.com/portal/claycounty 1. Scope of Work 1.1. Purpose The purpose of this bid is to establish a firm, fixed percentage discount off manufacturer’s and/or supplier's current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds. The bid is also a means for qualifying vendors and establishing pricing for ball park lighting services and court surfacing. 1.2. Scope 1. The bid will establish a firm, fixed percentage discount off manufacturer’s and/or supplier’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by Clay County Parks and Recreation. Additionally, this bid will also establish a firm, fixed percentage off manufacturer’s and/or bidder’s current catalog/supply/product information price list, after applying the above requested discount for purchase, for the installation of various equipment and amenities for parks and playgrounds as needed. The County reserves the right to award to multiple bidders. 2. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percent discount shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in the bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder throughout the duration of the contract. 3. This bid is also a means for qualifying bidders for ball park lighting services and court surfacing. Qualifying bidders will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid. The qualified bidder(s) providing the lowest responsive quote based on contracted pricing will be awarded the project. 4. Freight must be pre-paid and added to the invoice and the quote. The County will pay actual freight charges. 5. Performance and payment bonds may be required for specific projects. This requirement is driven by the size and price of each particular job. Bidders will be required to meet this requirement before receiving a purchase order for the project. 6. The County reserves the right to purchase from other agreements when in the best interest of the County. Responsibility: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of various equipment and amenities for parks and playground equipment or amenities ordered, unless otherwise specified by the County. The County may elect, in certain circumstances, to purchase only materials and have those materials installed by others (e.g., volunteers. County staff). These items will be shipped to a designed location and off-loaded by the bidder or bidder’s representative. 1.3. Method of Ordering The County may generate a Request for Quotation, on an “as needed” basis, for park and playground equipment and/or ball field lighting, lighting installation, and court surfacing together with a request for additional services required to complete that project (see attached Quote sample sheet). The County reserves the right to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can define the project exactly or the Request for Quotation can describe a desired end result, allowing the bidder to design the park or playground site. After generating a Request for Quotation for a project, and before bidder’s submission of its quotation in response to the Request for Quotation, the County may require requested bidder (s) to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Bidders will be responsible for the accuracy of all fixed measurements. The bidder’s quotation in response to the Request for Quotation must contain each of the following: • A detailed breakdown of the cost for the entire project. Descriptions of additional services related to the project, together with their price, shall also be listed. • Include Catalog Name, Number and associated discount. When quoting projects where freight would be charged, those costs must be included in quote so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. • Names of any and all subcontractors on the project. It is understood the bidder remains responsible for project completion and acceptance by the County. The County reserves the right to reject any quotation in response to a Request for Quotation if said quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. • Project Completion Date. • Include an updated catalog, if needed and updated MSRP lists for the park and play equipment specifically quoted. The County will generate purchase orders as a result of approved “Request for Quotations” submitted, at the sole discretion of the County. The County reserves the right to not award to any, or to use other available bids or contracts when in the best interest of the County. 1.4. Administrative Fee (Piggybacking) Cooperative Contract: The Bidder agrees to extend provisions and pricing of this contract to any Municipal, County, Public Utility, Educational Institution, Hospital, or any other non-profit or governmental organization. Governmental entities wishing to use this contract will be responsible for issuing their own purchase documents / price agreements, providing for their own acceptance, and making any subsequent payments. The cooperative entities are responsible for obtaining all certificates of insurance and bonds required. Clay County makes no guarantee of usage by other users of this contract. A 1.5 percent administrative fee on Eligible Revenues will be paid to the County for any contracts/purchase orders the Bidder receives or agrees to enter into with other entities under the provisions and pricing of the County's contract. The Bidder shall provide quarterly Volume Sales Reports to the County about additional sales to other entities under the provisions and pricing of the Contract. The Reports shall include the ordering agency, detail of items sold including description, quantity, and price; and shall include all transactions pertaining to sales under the contract provisions and pricing for that Reporting Period. Bidder shall provide the Volume Sales Reports regardless of whether or not any sales have been conducted. Failure of the Bidder to provide quarterly reports as required, may be deemed breach of the contract. All payments of administrative fees are due 30 calendar days after the closing of each quarter. A late penalty of 15 percent on the value of the Administrative Fee may be assessed to the Bidder for each month the payments are not received. All sales shall include the 1.5 percent administrative fee. Volume Sales Reports and Administrative fees will be mailed to the Clay County Board of Commissioners, Attn: Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. 1.5. Qualification of Installers If a bidder utilizes a sub-contracted installer for any park or playground equipment, lighting, or court surfacing a list of sub-contracted installers must be included with this bid. Additionally, upon request the bidder must supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub- contracted installer, is an authorized installer, certified to install various equipment and amenities for parks and playground equipment as required by each manufacturer. 1.6. Catalogs and Manufacturer Suggested Retail Price (MSRP) Lists Each bidder shall submit with this bid, a website link of each catalog and current catalog/supply/product price list for each catalog submitted. All catalogs and price lists shall clearly identify the bidder’s name, address and telephone number. If digital catalogs are not available on website, catalogs must be mailed or delivered to the Clay County Purchasing Department, Fourth Floor, 477 Houston Street, Green Cove Springs, FL 32043 prior to bid opening. Annually Bidder may request that new manufacturers be added. The County reserves the right to approve or deny this request. SALES PROMOTION/PRICE REDUCTION: It is understood that sales promotions occur during the course of the contract that will lower prices of products for the period of the sales promotion. The County shall receive the full benefit of such reductions if lower than the discount established by this bid. The County must be notified of these promotions in writing, specifying the beginning and ending dates of the sales promotions. 1.7. Compliance With Laws and Codes Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM) ASTM-F1487 Standards – Methods of testing Playground Equipment for Public Use ASTM-F1292 Standards - Method for testing various surfacing materials to determine their “critical height” (the fall height below which a life-threatening head injury would not be expected to occur) Copies may be obtained from the: American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public Playground Safety. Copies may be obtained from the: US Consumer Product Safety Commission 4330 East West Highway Bethesda, MD 20814 (301) 504-7923 C. National Playground Safety Institute (NPSI) – identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from the: National Recreation and Park Association 22377 Belmont Ridge Road Ashburn, VA 20148-4150 (703) 858-0784 D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. Copies may be obtained by calling: (800) 514-0301 Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any if the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. 1.8. Award The County reserves the right to award to multiple bidders. There is no guarantee any purchase order will be issued after award. Purchase orders will be issued subject to availability of funds. 1.9. Site Inspections It is incumbent upon all bidders to examine the site and insure that they are aware of all conditions that may affect the contract work. The County will not be responsible for conclusions made by the Bidder. No claims for additional compensation will be considered on behalf of any Contractor, Sub-Contractor, materials suppliers or others on account of that person’s failure to be fully informed of all requirements of all parts of this bid. 1.10. Work Hours Workdays and hours – Normal work hours of Monday through Friday, 7:30 a.m. to 5:00 p.m. unless approved by the County Project Manager or designee. Any work performed outside of the normal County business hours will require prior County approval and payment to the County for all expenses incurred by the County may be required. 1.11. Permit & Fees The Bidder shall comply with all applicable State and local laws, ordinances, codes, and regulations. The Bidder is required to familiarize themselves with all permits required for each individual project. If a County permit is required, this project is not exempt from permit fees and permit fees must be paid to the County Building Department by the Contractor. For questions about permitting please contact: Clay County Building Department Phone: (904) 269-6307 Email: permits@claycountygov.com Website: https://www.claycountygov.com/government/building All other permits, assessments, fees, bonds, and other charges as necessary to perform and complete the work of the individual project is the responsibility of and will be paid for by the Contractor, including any related inspection fees. 1.12. Clean up & Restoration of Site The Bidder is responsible for anything damaged due to the direct result of installation or construction. Remove all debris from site and dispose of appropriately at Contractor expense. Bidder shall maintain work site in a safe manner, and daily clear construction debris. 1.13. Bidder and Subcontractor Requirements 1. The Bidder shall be licensed to perform all work listed in the Scope of Work provided. 2. The Bidder shall own or have full access to the appropriate personnel and equipment to complete the project requested. 1.14. Subcontractors and Major Material Suppliers Contractor shall submit names of subcontractors and major material suppliers that they anticipate utilizing for any portion of the Work required within this RFB. The County reserves the right to approve all Sub-Contractors. If Sub-Contractors are to be utilized, their names must be included within this Bid. The County may request references of the Sub-Contractors prior to approval. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, Sub-Contractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. If any Subcontractor or Major Material Supplier is found to be incompetent, careless, or neglectful, or unduly delays progress of work, they shall be dismissed. Another shall then be employed in its place, as approved the County. 1.15. Damage to Public or Private Property If property (public or private) is damaged while Contractor is performing work specified or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the Contractor in a manner acceptable to the County prior to the final acceptance of the work. Contractor will be responsible for applying and securing any permits that may be required to complete such repairs. Contractor must provide protection necessary to prevent damage to property being repaired or replaced. If the work site has any pre-existing damage, the Contractor shall notify the County Project Manager in writing. Failure to do so shall obligate the Contractor to make repairs per the above section. Any damage to property (public or private) caused by the action of the Contractor shall be repaired or replaced at the expense of the Contractor to the satisfaction of the County. Failure to restore said property within five (5) working days following notification will result in a deduction from the final payment invoice. All damage which occurs as a result of the Contractor’s application of materials shall be remedied by the Contractor at no additional cost to the County. Repairs made as a result of damage must be guaranteed for a period of thirty (30) days. Should the replacement be damaged within the 30- day period the Contractor shall replace the materials continually until the area is re-established. Should the County have any expenses incurred due to the Contractor not restoring the property/damage within said time, any appropriate labor, material, and/or equipment use or rental to restore damaged property to its original condition will be deducted from the final Invoice prior to a payment being made. 1.16. Compliance with Occupation Safety and Health Act The Bidder warrants that the product(s) and/or service(s) supplied to Clay County shall conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) of 1970 as amended and the failure to comply will be considered a breach of contract. Clay County shall be held harmless against any unsafe conditions and contractor employee incidents. Bidder certifies that all material, equipment, services, etc., furnished in this bid meets all OSHA requirements for the applicable Sectors. Bidder further certifies that, if the successful bidder, and the material, equipment, service, etc., delivered or provided is subsequently found to be deficient in any OSHA requirement in effect on date of delivery or service fulfillment date, all costs necessary to bring the material, equipment, service, etc., into compliance with the aforementioned requirements shall be borne by the bidder. All Personal Protective Equipment used by the Contractor and their employees shall be ANSI certified and meet OSHA standards. 1.17. Unsatisfactory Equipment and/or Services The County will discuss all instances of unacceptable equipment and/or services with the awarded Bidder. This shall be immediately rectified by the Bidder at no charge to the County, to include any labor and materials as it may apply. During this time, the County may suspend service with the Bidder until the problem(s) are corrected or may elect to use another company on an emergency basis. A record of failure to perform or of an unsatisfactory performance may result in supplier debarment. 1.18. Payment The Contractor may request payment no more than once monthly, based on the amount of work completed. All partial estimates and payments found to be in error shall be subject to correction in the estimates and payments subsequent thereto, and in the final estimate and payment. Payments will be made in accordance with the Florida Local Government Prompt Payment Act. The amount of such payments shall be the total value of the project work completed to the date of the estimate, based on the quantities and the Contract unit and/or lump sum prices, less an amount retained and less payments previously made. The amount retained shall be determined in accordance with Section 255.078, Florida Statutes. 1.19. Warranty The Contractor shall provide a warranty for equipment and parts. Warranty will begin from the date of final acceptance. 1.20. Term The term of bid award for various equipment and amenities for parks and playgrounds will be three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail for the full duration of the contract and including subsequent extensions. The County reserves the right to use other available bids or contracts when in the best interest of the County. 1.21. Performance Evaluation A work performance evaluation will be conducted periodically to ensure compliance with the Contract. 1.22. Cancellation of Contract If the awarded Bidder fails to maintain acceptable product quality or to perform adequately in accordance with the terms, conditions and specifications established in this Request for Bid, the County reserves the right to cancel the contract upon thirty (30) days written notice to the Contractor. 1.23. Additional Services If the County and/or awarded Bidder identifies any additional services to be provided by Bidder that are not covered under the Agreement but are beneficial to the County, such additional services shall be mutually negotiated between the County and the Bidder. Example Request for Quotation Various Equipment and Amenities for Parks and Playgrounds Description of Project: Price Quotation: Manufacturer Item and Page Number Quantity MSRP Unit Price Contract Discount Extended Price *When quoting projects where freight would be charged, include those costs so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. Additional Services Required: Description Quantity Unit Price Extended Price Total: $ List any Subcontractors: 1.Name 2. Address 3. Telephone Number 4. Contact Name 5.Designated Work 6. Subcontractor Cost ATTACHMENT B PROPOSAL Clay County Purchasing / Administrative and Contractual Services 477 Houston Street, Green Cove Springs, FL 32043 RFB No. 23/24-074 Various Equipment and Amenities for Parks and Recreation RESPONSE DEADLINE: June 13, 2024 at 4:00 pm Rep Services, Inc. sales@repservices.com Nathan Almon 165 West Jessup Ave Longwood, FL 32750-4146 (407) 831-9658 https://repservices.com/ Jun 11, 2024 2:33 PM SUB-CONTRACTOR EQUIPMENT INSTALLERS: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Business Name: Address: Phone Number: Contact Name: Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each of its sub-contractor installer(s), as an authorized installer certified to install park and playground equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety Inspector (NPSI) present during installations and repairs. (MULTIPLE SHEETS CAN BE USED) Johnny Pitts Construction, Inc. 4124 Pace Ln, Milton, FL 32571 850-232-1615 Johnny Pitts D.W. Recreation Services, Inc. 9951 Equus Circle, Boyton Beach, FL 33472 561-289-7658 Donald West Al Bosgraaf & Sons, Inc. 240 Rebel Run, Osteen, fL 32764 407-402-8497 Gerald Bosgraaf 165W.JessupAvenueLongwood,FL32750-4146PH:407-831-9658FAX:866-232-8532info@repservices.comwww.repservices.com Approvedastoform:                                          Attest: ____________________________                    By:_______________________________ MelissaIsabel                                                     RosemarieCallSeniorAssistantCityAttorney                                    CityClerkCountersigned:                                                     ____________________________                    ___________________________________ BruceRector                             JenniferPoirrierMayor                                              CityManager ____________________________                    ___________________________________Date                                                       Date ProjectName:MarymontPark ProjectAddresses: Scope:SeeExhibit A Theattached areRSI’sproposalfornewplaygroundatMarymont Park.Thetotalpriceforthisplaygroundis$258,226.72. CITYOFCLEARWATER,FLORIDA 1900GilbertStreet,Clearwater33765 Attn: Proposed To: City of Clearwater Attn:Craig Wilson Page 1 of 3 Ship To: TBD at a later date Bill To: City of Clearwater Attn: sem E-mail POs and contracts to: 165 W. Jessup Ave. Longwood, FL 32750-4146 Rep Services, Inc. Please mail checks to: Proposal No:21406.09 Proposal Date:7/7/2025 Opt/Rev:B/4 Proposal Name:Marymont Park Quantis M.2 Project Location:1900 Gilbert Street Clearwater, FL 33765 Project County: Pinellas Project Contact:Craig Wilson Consultant:Scott Brushwood 727-539-8457 Proposal Expires:8/6/2025 For Questions Contact:Jason Smith 407-853-3595 7/22/25 - JS Project Name:City of Clearwater - Marymont ParkProject No:21406 scott@repservices.com jason@repservices.com( ( * * 510 Pennsylvania Ave Clearwater, FL 33755-4440 100 S Myrtle Ave Clearwater, FL 33756-5520 CGC1508223 FEIN 59-2978507 contracts@repservices.com QtyPart No Description Unit Price Net Price Ext PriceClass Landscape Structures 605155 Disc Proj Drawings:21406-5-1 2025.1Vendor: Quantis 5-12 Quantis M.2 DB - Original Master Design by Lanscape Structures Inc 100,861.50-5.0%Custom 100,861.50106,170.00CP028459 1 EA Welcome Sign (lsi Provided) - Ages 5-12 Years Direct Bury 0.00-5.0%Signs 0.000.00IP182503C-001 1 EA $114,519.22 $100,861.50 Electronic of Signed & Sealed Engineering:$2,150.00 Discount per the School District of Manatee Co. #26-0041-MR: $3,185.10 Landscape Structures Total: Product Subtotal: Freight: Prepaid Ship Method: Best Way FOB: Destination Weight: 4,179 lbs Freight Charge:$11,507.72 QtyPart No Description Unit Price Net Price Ext PriceClass Tot Turf 605156 Disc Proj Drawings:21406-5-1 2025.1Vendor: EPDM Poured in Place Safety Surfacing. Single Color Blend 50% Black/50% Standard Color, 3.75” thick at 8' CFH 2,225 sf 53,176.93-5.0%Surfacing 53,176.9355,975.72EPDM8C1 1 LT $53,176.93 Discount per the Clay County Contract #2023/2024-284: $1,119.52 Tot Turf Total: Freight: Prepaid Ship Method: Best Way FOB: Destination Freight Charge:Included 605157 Item Qty Description Installation By RSI Installer: The scope includes the following, as required: INS-LSI 1 LT INS-SURFACING SUBBASE 2,225 SF Install subbase for surfacing INS-CON CURB 99 LF Installation of concrete curbing 6"x8" OTHER 1 EA Concrete pump, minimum concrete load fee, trash disposal PERMIT FILING 1 EA Charge for document preparation for building permit. PERMIT FEE 1 EA Permit Fees charged by Building Department for the building permit and by the Clerk of Circuit Court for the Notice of Commencement. $82,960.49RSI Installer Total: QtyPart No Description Unit Price Net Price Ext PriceClass Surety 605160Proj Drawings:Vendor: Payment and Performance Bonds 7,570.08Miscellaneous 7,570.087,570.08BOND 1 EA $7,570.08Surety Total: Net 30 $163,758.51 Freight:$11,507.72 Product: Proposal Total:$258,226.72 Installation:$82,960.49 General Terms of Sale and Proposal Summary Additional 2 Rep Services discount to City of Clearwater: $2,123.40 Additional 3 Rep Services discount to City of Clearwater: $1,679.27 Proposal Date:7/7/2025 Page 2 of 3 Proposal No:21406.09 Project Name:City of Clearwater - Marymont Park The Clay County Contract #2023/2024-284 provides a 2% discount on Robertson Industries, Inc TotTurf products. Installation is included in the price of the product. (Installation does not include site prep, slabs, footings or engineering). Basis of Proposal: Our offer is based upon Rep Services design 21406-5-1 2025.1 If a owner controlled insurance program (OCIP) is required, add 2% to the proposal total. Also, please be aware that we generate separate invoices for product at the time of delivery, then we invoice for installation upon completion. This is the customary approach in construction and eliminates sales tax on installation services. If your project should include products from multiple manufacturers, be advised that the products will be invoiced separately. Estimated project completion schedule (This schedule starts when all needed information to direct engineering has been gathered.) 4 Weeks: Engineering 4 Weeks: Permitting/Submittal Approval 12 Weeks Longest manufacturing lead time. (Typical for scheduling.) 1 Week Shipping 4 Weeks Installation 5 Weeks TOTAL Note that RSI is committed to do all it can to meet the needs of your project. Landscape Structures: Color selection to be made at time of color submittal approval Tot Turf Poured in Place Surfacing: This quotation is for material, freight, and installation. ⦁ Rough Grade:to be established by others⦁ Product: Tot Turf Poured in Place Safety Surfacing varying thicknesses and colors⦁ Installation: Owner or Owner's contractor is responsible for:⦁ Color selection to be made at time of color submittal approval.⦁ Security of the site during cure time (typically 48 hours). ⦁ NOTE: Installation scopes do not include fall height testing Our scope does not include: ⦁ Davis Bacon Wage Rates⦁ Certified Payroll⦁ Enrollment of Owner Controlled Insurance Plan⦁ Sod & Landscape Restoration⦁ Dumpster at the site for trash and waste material⦁ Soils testing⦁ Site security⦁ Water Installation: Unless otherwise noted, the following items are to be PROVIDED BY CUSTOMER prior to installation: ⦁ Signed & sealed site plan or survey⦁ Access for machines and labor crew to equipment installation location⦁ Staging area⦁ Geotechnical Report⦁ Tree survey and barriers⦁ Private underground utilities located and marked⦁ Site preparation⦁ Sidewalks and access into playground⦁ Demolition of existing equipment Our scope does not include: ⦁ Davis Bacon Wage Rates⦁ Certified Payroll Rates⦁ Enrollment of Owner Controlled Insurance Plan⦁ Sod & Landscape Restoration⦁ Dumpster at the site for trash and waste material⦁ Soils testing⦁ Site security Notes Proposal Date:7/7/2025 Page 3 of 3 Proposal No:21406.09 Project Name:City of Clearwater - Marymont Park ⦁ Water⦁ Dewatering and drainage considerations⦁ Concrete testing Installation Charges on this proposal are based on NO UNFORESEEN conditions in the area, above or below the surface. If unforeseen conditions arise, the installation charges will change to reflect additional costs associated with dealing with those circumstances. Examples of this include but are not limited to: site not ready upon installer's arrival, underground utilities, or difficulties with footers due to coral rock or ground water in the holes. Time Limitations Holding Prices Firm: Orders are shipped within our manufacturer's standard lead times. Requests for delayed shipping may result in additional costs due to increases in freight, material costs or other factors. To secure the prices on this proposal, the offer must be accepted prior to the expiration date noted. If, during the performance of this contract, the price of a product increases 3% or more as documented by factory quotes, invoices or receipts to contractor (Rep Services, Inc.) from the date of the contract signing the price of shall be equitably adjusted by an amount reasonably necessary to cover such price increases. Where the delivery of a product is delayed, through no fault of contractor (RSI) as a result of the shortage or unavailability of a product, contractor (RSI) shall not be liable for any additional costs or damages associated with such delay(s). DateAuthorized ByCompany Name City of Clearwater As Its: Printed Name Accepted By: (Title) The undersigned warrants that he/she is an authorized representative of the City of Clearwater noted and has the requisite authority to bind the City of Clearwater and/or principal. 2225 SF PIP3.75" PIP, 4" STONE8' FALL HEIGHTTREE PROTECTIONRING AROUNDTREE, 6' MIN.OFFSET FROMTREE TRUNK.TREE PROTECTIONRING AROUNDTREE, 6' MIN.OFFSET FROMTREE TRUNK.TREE PROTECTIONRING AROUNDTREE, 6' MIN.OFFSET FROMTREE TRUNK.TREE PROTECTIONRING AROUNDTREE, 6' MIN.OFFSET FROMTREE TRUNK.99 LF CURB3055 SF EWFBY OTHERS0REP SERVICES, INC.Marymont ParkClearwater, FL21406-5-1 2025.1SCALE: 3/32" = 1'5.31121FBC 240.2.1.2TOTAL PLAY ACTIVITIES 2-5:TOTAL PLAY ACTIVITIES 5-12:ACCESSIBLEELEVATEDACTIVITIESACCESSIBLEGROUND-LEVELACTIVITIESACCESSIBLEGROUND-LEVELPLAY TYPESADA SCHEDULEREQPROVTOTAL AREA:REQPROV2-55-12FALL HEIGHT:USER CAPACITY:BORDER:SURFACING:DRAWNBY:SUBGRADE ELEV.:PG-1PRELIMINARY DESIGNKCM2225 SF8'99 LF CURB302225 SF PIP-7.75" BFF5N/AN/AN/AN/AN/AN/A111322Δ WARNINGINSTALLATION OVER A HARD SURFACE SUCHAS CONCRETE, ASPHALT, OR PACKED EARTHMAY RESULT IN SERIOUS INJURY OR DEATHFROM FALLS.Δ WARNINGSURFACING AND PLAYSURFACES MAYBECOME HOT AND CAUSE BURNS. CHECKFOR HOT SURFACES PRIOR TO PLAYING ONTHE PLAYGROUND.GENERAL NOTES:1. EQUIPMENT LOCATION TO BE FIELDVERIFIED PRIOR TO CONSTRUCTION2. ACCESSIBLE ROUTE OF TRAVEL TO THEPLAYGROUND TO BE PROVIDED BY OTHERS,UNLESS OTHERWISE NOTED3. BASE MUST EXHIBIT POSITIVE DRAINAGEIN ALL AREASWELCOME SIGNTO BE LOCATED IN CONSULTATION WITH OWNER5-12years oldSURFACING NOTES:1. ALL UNITARY SURFACING SHOWN, ISBASED ON SINGLE COLOR TURF OR PIP 50%STD COLOR / 50% BLACK BLENDS.2. ANY ADDITIONAL COLORS,DESIGN/ARTWORK, OR PIP BLENDS, SUBJECTTO PROPOSAL ADJUSTMENTS OR CHANGEORDER; DUE TO INCREASED COSTS.3. SURFACING THICKNESS BASED ONROBERTSON RECREATION SURFACING PIP, &FOREVERLAWN TURF FALL HEIGHT CHARTS.7/1/2025 2:30:42 PM Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0683 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Approve acceptance of University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM), High Visibility Education (HVE) and Support Program for Pedestrian and Bicycle Safety Grant Award in the amount of $22,969.15 for police overtime, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Clearwater Police Department (CPD) submitted an application under the state HVE program to continue its grant-funded pedestrian and bicycle safety project. The grant has been officially awarded in the amount of $22,969.15 and CPD now seeks approval to accept it. CPD has conducted grant-funded comprehensive enforcement/education projects since March 2014 aimed at changing the behavior of all who use Clearwater’s roadways - pedestrians, bicyclists, and motorists. Due to the success of the previous projects, IPTM would like to see Clearwater continue to build upon what it has already accomplished. CPD will again carefully select a pool of patrol officers/sergeants for this project who have demonstrated a sincere interest and affinity for traffic, bicycle, and pedestrian enforcement. Enforcement will focus on areas with a high volume of pedestrian traffic and/or crashes as compared to other parts of the city. The project period for Tier 1 will commence upon execution of the contract and will end on or before May 8, 2026. Tier 2 locations commence February 1, 2026 and end May 8, 2026. As with the previous grants, selected officers will receive specific training as required on traffic enforcement and educational opportunities with the public prior to implementation of the project. CPD will also work closely with the University during the project period to ensure accurate data collection and to advise of any problems or successes that are accomplished. CPD will continue to get the word out about the project through a variety of means. CPD’s Public Safety Information Officer will distribute a minimum of two releases, as outlined in the agreement. There will be no direct adverse impact to the Police Department annual operating budget nor is there a required match. APPROPRIATION CODE AND AMOUNT: Special project number G2510 - Pedestrian/Bicycle Safety Grant 2026, will be established to account for the grant expenditures. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0725 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Approve an agreement with the Pinellas County Sheriff’s Office, Largo, Florida, in the amount not to exceed $520,996.00 for forensic crime scene processing, latent prints, property and evidence storage, and Pinellas Juvenile Assessment Center security services, during the one-year period commencing on October 1, 2025 through September 30, 2026, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Sheriff’s Office (PCSO) and the Clearwater Police Department (CPD) began an annual contractual agreement for ancillary services in 1994 that have included forensic crime scene processing, latent fingerprint examination, property and evidence storage, and shared security costs for the Pinellas Juvenile Assessment Center. The total cost for the proposed agreement for Fiscal Year 2026 is $520,996.00, which reflects a 1.4% decrease. Any funds remaining from unused services will be refunded to the city. The agreement is based on the following projections and associated costs: -Forensic Crime Scene Processing - 800 cases at $327.52 each ($262,016.00). -Fingerprint Services - 450 cases at $120.40 each ($54,180.00). -Property and Evidence Storage - 11,000 items at $16.90 each ($185,900.00). -Juvenile Assessment Center - 225 juveniles booked at $84.00 each ($18,900.00). APPROPRIATION CODE AND AMOUNT: Funding for this contractual agreement, in the amount of $520,996.00, is included in the Police Department’s fiscal year 2026 operating budget request for cost code, 0101155-530300, contractual services. The operations of the Police Department are funded by General Fund revenues. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Preforming Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0738 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Approve an Event License Agreement between Jones Lang LaSalle Americas, Inc, in its capacity as agent for the owner of the premises known as Countryside Mall, located at 27001 US Highway 19 North, Clearwater, Florida, and the City of Clearwater Police Department for the purpose of hosting a Shred-A-Thon and Operation Medicine Cabinet event on October 25, 2025, located at the Countryside Mall and authorize the appropriate officials to execute same. (consent) SUMMARY: Jones Lang LaSalle Americas, Inc and the Clearwater Police Department have entered into a cooperative agreement to allow the police department access to use the property at Countryside Mall during the Shred-A-Thon and Operation Medicine Cabinet event on October 25, 2025. The property manager requests the Clearwater Police Department (CPD) agree to the terms and conditions outlined in the Event License Agreement between Jones Lang LaSalle Americas, Inc., and CPD. Additionally, the property manager requests CPD hold harmless Jones Lang LaSalle Americas, Inc. from and against any and all loss liability, damage, cost or expense arising out of or related to CPD’s use of the property. Nothing in the agreement, however, shall be deemed a waiver of the limitations on liability contained in Section 768.28, Florida Statutes, or the doctrine of sovereign immunity. There are no costs associated with this Event License Agreement. STRATEGIC PRIORITY: 4.2 Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations. Page 1 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0719 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Authorize a purchase order to Trane U.S. Inc. for the procurement of Heating, Ventilation, and Air Conditioning (HVAC) equipment replacements, repair parts, and related services in a cumulative amount not to exceed $4,500,000.00 through August 31, 2027, pursuant to City Code of Ordinances Section 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same (consent) SUMMARY: The Building & Maintenance Division is responsible for maintaining HVAC systems across City facilities. Historically, equipment replacements and repair parts have been procured through piggyback contracts with Trane U.S. Inc., which has consistently provided dependable, energy-efficient products and reliable service. The City has standardized HVAC equipment with Trane to streamline procurement, improve maintenance efficiency, and support consistent staff training. Staff requests authorization to piggyback Omnia Partners, Racine County, Wisconsin Bid No. RC2022-1001, Contract #3341, valid through August 31, 2027, to support ongoing HVAC needs. The proposed $4.5 million dollar authorization consolidates prior years’ separate allocations for parts and services into a unified capital plan. This reflects historical expenditures and planned investments through FY27, including city-wide air conditioner replacements, building systems controls upgrades, and a new A/C system chiller. A modest buffer is included to account for current market conditions and pricing variability. Validation Table from the FY26 Operating and CIP Budget, and Contracts from FY24-25 Project Project Description FY26 FY27 TOTALS GSBM180001 Air Conditioners-City Wide Replacement 450,000.00 500,000.00 950,000.00 GSBM180008 Building Systems (Controls) 300,000.00 400,000.00 700,000.00 GSBM180009 New A/C System Chiller 200,000.00 300,000.00 500,000.00 GL Code Account Description FY26 FY27 TOTALS 546200 Parts and Services 500,000.00 500,000.00 1,000,000.00 530300 Contractual Services 500,000.00 500,000.00 1,000,000.00 Contract Contract Description FY24 FY25 TOTALS 901855 Services 760,000.00 760,000.00 1,520,000.00 902251 Parts 750,000.00 750,000.00 1,500,000.00 APPROPRIATION CODE AND AMOUNT: Funds are available in General Services operating cost code 5656531-546200, Repairs & Service Equipment for city-wide maintenance/repair; capital project GSBM180001, Air Condition Replacement for A/C replacement at “General Government” facilities; and in various capital improvement projects based upon location. The General Services Fund is an internal service fund of the City which supports city-wide building Page 1 City of Clearwater Printed on 8/19/2025 File Number: ID#25-0719 maintenance. Capital project GSBM180001 is funded by General Fund revenues and other capital projects to be used are funded with their respective Utility and Enterprise Fund revenues based on facility ownership. STRATEGIC PRIORITY: These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service 3.2, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 8/19/2025 CONFIDENTIAL Racine Contract # 3341 CONFIDENTIAL PRODUCT PRICING DISCOUNT SCHEDULE - 2025 RFP Revised 1-1-2025 Contract PRODUCT CODE SIZE Mult. TRANE Refrigeration Centrifugal T-347 CVHE STD Delivery Cycle 170-500 Tons 0.4316 CVHE S Delivery Cycle(List Adj. 1.08)0.4316 CVHF STD Delivery Cycle 325-2000 Tons 0.4316 CVHF S Delivery Cycle(List Adj. 1.08)0.4316 T-560 CDHF STD Delivery Cycle 1500-3950 Tons 0.4252 CDHF S Delivery Cycle (List Adj. 1.08)0.4316 T-0047 CVHS STD Delivery Cycle 180-390 Tons 0.4316 T-747 HDWA STD Delivery Cycle 175-425 Tons 0.4316 Rotary T-153 RTHD STD Delivery Cycle 140-425 Tons 0.4017 RTHD Packed Stock 0.4179 RTHD Q Delivery Cycle(List Adj. 1.04)0.4179 T-1530 RTHD Made to order with AFD Deivery Cycle 0.4252 T-154 RTAC STD Delivery cycle 140-500 Tons 0.4161 RTAC Packed Stock 0.4305 RTAC Q Delivery Cycle (List Adj. 1.04)0.4305 T-895 RTAE STD Delivery cycle 150-300 Tons 0.4179 RTAE Q Delivery Cycle (List Adj. 1.04)0.4345 T-1254 RTAF STD Delivery Cycle.115 - 500 Tons 0.4305 T-1307 ACS STD Delivery Cycle 140 - 230 Tons 0.4062 T-1320 ACR STD Delivery Cycle 150 - 300 Tons 0.4062 T-1338 ACRB STD Delivery Cycle 150-500 Tons 0.4062 CONFIDENTIAL T-703 RTWD STD Delivery Cycle 80-250 0.4092 RTWD Packed Stock 0.4179 RTWD Q Delivery Cycle (List Adj. 1.04)0.4179 RTUD STD Delivery Cycle 80-250 0.4179 RTUD Q Delivery Cycle (List Adj. 1.04)0.4179 Scroll & Reciprocating T-664 CGAM STD Delivery Cycle 20-165 Tons 0.4046 Modular Chillers T-1460 MWC Thermafit Water-Cooled Modular Chiller 0.4264 WXM Thermafit Water-to-Water Modular Heat Pump 0.4264 MWS Thermafit Water-Source Modular Multi-Pipe 0.4264 T-1461 TACW Water-Cooled Magnetic Bearing Chillers 0.4264 T-1462 ACM Thermafit Air-Cooled Modular Chiller 0.4264 AXM Thermafit Air-to-Water Modular Heat Pump 0.4264 MAS Thermafit Air-Source Modular Multi-Pipe 0.4264 Air Cooled Condensers T-385 CAUJ R-410A STD Delivery Cycle 20-60 Tons 0.3778 CAUJ R-410A QSQ Exp. Del. Cycle (List Adj. 1.10)0.4337 T-386 CAUJ R-410A STD Delivery Cycle 80-120 Tons 0.3778 CAUJ R-410A QSQ Exp. Del. Cycle (List Adj. 1.10)0.4337 T-447 CXRC STD Delivery Cycle 0.3638 T-286 CTA R-410A STD Delivery Cycle 0.3778 Other Monitors T-201 RMWH Refrigerant Monitor STD Delivery 0.4887 SCBA T-208 SCBA Breathing Device STD Delivery 0.4887 Trane AFD T-222 AFD Retrofit Air Cooled 0.6545 CH531 Conversion T-185 AdaptiView Panel Upgrade 0.8204 Adaptaview T-190 Earthwise Purge STD Delivery 0.6445 T-114 Wye-Delta Starter STD Delivery 0.4645 Medium Voltage Starter STD Delivery 0.4645 T-221 R'Newal 0.6544 Engineered Conversions CONFIDENTIAL Unitary Rooftops Packaged Cooling T-161 T_C (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 3-10 Tons 0.3862 T_C (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3862 T-390 T_C (R-410A 3-PH) STD Delivery Cycle 3-10 Tons 0.3999 T_C (R-410A 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3999 T-390 13TC (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 1.5-5 Tons 0.3999 13TC (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3999 T-425 13TC (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 0.3820 13TC (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3820 T-161 TSD/TSH (R410A, 3PH) STD Delivery Cycle 12.5-25 Tons 0.3894 TSD/TSH (R410A, 3PH) 5-Day Delivery Cycle(List Adj. 1.05)0.3894 T-390 TSD/TSH (R410A, 3PH) STD Delivery Cycle 12.5-25 Tons 0.4094 TSD/TSH (R410A, 3PH) 5-Day Delivery Cycle(List Adj. 1.05)0.4094 T-382 TCD/TCH (R410A, 3PH) STD Delivery Cycle 27.5-50 Tons 0.4147 TCD/TCH (R410A, 3PH) QSQ Exp. Del. Cycle (List Adj. 1.10)0.4221 T-383 S_HF (R410A, 3PH) STD Delivery Cycle 20-75 Tons 0.4200 S_HF (R410A, 3PH) Exp.Delivery Cycle (List Adj. 1.10)0.4601 T-393 S_HG (R410A, 3PH) STD Delivery Cycle 90-130 Tons 0.4305 S_HG (R410A, 3PH) QSQ Exp. Del. Cycle (List Adj. 1.10)90-130 Tons 0.4305 T-504 INTELLIPAK II ROOFTOP 90-150 Tons 0.4326 T-1281 INTELLIPAK III ROOFTOP 0.4326 T-1413 (T-463)TSD/TSH (R410A, 3PH) STD Delivery Cycle 12.5-25 Tons 0.4263 TSD/TSH (R410A, 3PH) Exp. Del. Cycle (List Adj. 1.05)0.4263 T-517 THC (R-410A, 15 SEER, 1-PH) STD Delivery Cycle 3-5 Tons 0.3936 THC (R-410A, 15 SEER, 1-PH) Exp. Del. Cycle (List Adj. 1.05)0.3936 T-1613 (T-518)T_C (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 0.3675 T_C (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3675 THC (R-410A, 17 SEER, 3-PH) STD Delivery Cycle 3-5Tons 0.3675 THC (R-410A, 17 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3675 T-719 T_C (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 3-5 Tons 0.3404 T_C (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3404 T-231 4TCY4 (R-410A, 14 SEER, 1-PH) STD Delivery Cycle 0.4221 4TCY4 (R-410A, 14 SEER, 1-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 4TCC4 (R-410A, 14 SEER, 1-PH) STD Delivery Cycle 0.4221 4TCC4 (R-410A, 14 SEER, 1-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 T-232 4TCY3 (R-410A, 14 SEER, 3-PH) STD Delivery Cycle 0.4221 CONFIDENTIAL 4TCY3 (R-410A, 14 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 T-237 4YCZ (1-PH) R-410A, 16 SEER Std Delivery Cycle 2-5 Tons 0.4221 4YCZ (1-PH) R-410A, 16 SEER Exp. Del. Cycle (List Adj. 1.05)0.4221 4YCC4 (R-410A, 14 SEER, 1-PH) STD Delivery Cycle 0.4221 4YCC4 (R-410A, 14 SEER, 1-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 4YCY4 (R-410A, 14 SEER, 3-PH) STD Delivery Cycle 0.4221 4YCY4 (R-410A, 14 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 T-238 YCZ (3-PH) STD Delivery Cycle 3-5 Tons 0.4221 4YCZ (3-PH) R-410A, 16 SEER Std Delivery Cycle 2-5 Tons 0.4221 4YCZ (3-PH) R-410A, 16 SEER Exp. Del. Cycle (List Adj. 1.05)0.4221 T-726 4YCC3 (R-410, 13 SEER, 3-PH) STD Delivery Cycle 3-5 Tons 0.3675 4YCC3 (R-410, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3675 T-513 YHC (1-PH) R-410A 15 SEER STD Delivery Cycle 3-5 Tons 0.3675 YHC (1-PH) R-410A 15 SEER Exp. Del. Cycle (List Adj. 1.05)0.3675 T-1613 (T-514) YHC (3-PH) R-410A 17 SEER STD Delivery Cycle 3-5 Tons 0.3675 YHC (3-PH) R-410A 17 SEER Exp. Del. Cycle (List Adj. 1.05)0.3675 T-1613 (T-514) YHC (3-PH) R-410A 15 SEER STD Delivery Cycle 3-10 Tons 0.3675 YHC (3-PH) R-410A 15 SEER Exp. Del. Cycle (List Adj. 1.05)0.3675 YSC (1-PH) R-410A 13 SEER STD Delivery Cycle 0.3675 YSC (1-PH) R-410A 13 SEER Exp. Del. Cycle (List Adj. 1.05)0.3675 YSC (3-PH) R-410A 13 SEER STD Delivery Cycle 0.3675 YSC (3-PH) R-410A 13 SEER Exp. Del. Cycle (List Adj. 1.05)0.3675 YSC (3-PH) R-410A 11 EER STD Delivery Cycle 6-10 Tons 0.3675 YSC (3-PH) R-410A 11 EER Exp. Del. Cycle (List Adj. 1.05)0.3675 T-1413 (T-467) YSD/YSH (3-PH) R-410A STD Delivery Cycle 12 1/2-25 Tons 0.4263 YSD/YSH (3-PH) R-410A Exp Del. Cycle (List Adj.. 1.05)0.4263 T-390 YCD/YCH (R410A, 3PH) STD Delivery Cycle 27.5-50 Tons 0.4147 YCD/YCH (R410A, 3PH) QSQ Exp. Del. Cycle (List Adj. 1.10)0.4221 T-351 13WC (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 1.5-5 Tons 0.3400 13WC (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3400 T-390 13WC (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 1.5-5 Tons 0.3999 13WC (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.3999 T-415 13WC (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 1.5-5 Tons 0.4221 13WC (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 T-425 13WC (R-410A, 13 SEER, 3-PH) STD Delivery Cycle 1.5-5 Tons 0.4221 13WC (R-410A, 13 SEER, 3-PH) Exp. Del. Cycle (List Adj. 1.05)0.4221 T-239 4WCZ (1-PH) R-410A 16 SEER STD Delivery Cycle 3-5 Tons 0.4221 CONFIDENTIAL 4WCZ (1-PH) R-410A 16 SEER Exp Del. Cycle (List Adj.. 1.05)0.4221 4WCY4 (1-PH) R-410A 14 SEER STD Delivery Cycle 0.4221 4WCY4 (1-PH) R-410A 14 SEER Exp Del. Cycle (List Adj.. 1.05)0.4221 4WCC4 (1-PH) R-410A 14 SEER STD Delivery Cycle 0.4221 4WCC4 (1-PH) R-410A 14 SEER Exp Del. Cycle (List Adj.. 1.05)0.4221 4DCZ (1-PH) R-410A 16 SEER STD Delivery Cycle 0.4221 4DCZ (1-PH) R-410A 16 SEER Exp Del. Cycle (List Adj.. 1.05)0.4221 4DCY4 (1-PH) R-410A 14 SEER STD Delivery Cycle 0.4221 4DCY4 (1-PH) R-410A 14 SEER Exp Del. Cycle (List Adj.. 1.05)0.4221 T-241 4WCZ (3-PH) R-410A 16 EER STD Delivery Cycle 0.4221 4WCZ (3-PH) R-410A 16 EER Exp Del. Cycle (List Adj.. 1.05)0.4221 4DCZ (3-PH) R-410A 16 EER STD Delivery Cycle 0.4221 4DCZ (3-PH) R-410A 16 EER Exp Del. Cycle (List Adj.. 1.05)0.4221 4WCY (3-PH) R-410A 14 EER STD Delivery Cycle 3-5 Tons 0.4221 4WCY (3-PH) R-410A 14 EER Exp Del. Cycle (List Adj.. 1.05)0.4221 4DCY (3-PH) R-410A 14 EER STD Delivery Cycle 3-5 Tons 0.4221 4DCY (3-PH) R-410A 14 EER Exp Del. Cycle (List Adj.. 1.05)0.4221 4DCY (1-PH) R-410A 14 SEER STD Delivery Cycle 0.4221 T-728 4WCC3 (R-410, 13 SEER, 3-PH) STD Delivery Cycle 3-5 Tons 0.3492 4WCC3 (R-410, 13 SEER, 3-PH) Exp Del. Cycle (List Adj.. 1.05)0.3492 T-1613 (T-516) WSC (R-410, 3-PH) STD Delivery Cycle 3-10 Tons 0.3675 WSC (R-410, 3-PH) Exp Del. Cycle (List Adj.. 1.05)0.3675 T-1413 (T-465)WSD/WSH R-410A STD Delivery Cycle 12.5-20 Tons 0.4263 WSD/WSH R-410A Express Delivery Cycle(List Adj. 1.05)0.4263 Valent Product 0.9495 TOA 100% Outside Air Unit (KCC Product)0.9360 T-965 Foundation Units 3-5 Tons 0.4116 T-966 Foundation Units 3-5 Tons 0.4116 T-967 Foundation Units 3-5 Tons 0.4116 T-968 Foundation Units 3-5 Tons 0.4116 T-969 EAC Packaged Electric/Electric/Electric Rooftop-Foundation Series15-25 Tons 0.4116 T-970 GAC Packaged Gas/Electric Rooftop-Foundation Series15-25 Tons 0.4116 T-1368 Foundation Units 7-10 Ton G/E 0.4116 T-1369 Foundation Units 7-10 Ton E/E 0.4116 T-1374 HAEX Mixed Air (KCC)0.4198 AccessoriesT-160 Accessories 0.3799 CONFIDENTIAL T-161 Heaters 0.3799 T-161 Accessories 0.3799 T-1689 (T-289) Accessories 0.3799 T-1489 (T-390) Accessories 0.4179 T-391 Accessories 0.3778 T-413 Trenton Coils 0.3957 T-415 Accessories 0.3778 T-416 Accessories 0.3957 T-418 Accessories 0.3400 T-425 Accessories 0.4157 T-968 Accessories 0.4379 Split Systems T-413 4TXA/TXC/TXC-CC/TXF R-410A Encased DX Coils STD Delivery 0.4284 T-420 GAF2 R-410A AHU STD Delivery Cycle 1.5-5 Tons 0.4221 GAF2 R-410A AHU Exp. Del. Cycle (list Adj. 1.05)0.4221 GAT2 R-410A AHU STD Delivery Cycle 1.5-5 Tons 0.4221 GAT2 R-410A AHU Exp. Del. Cycle (list Adj. 1.05)0.4221 TAM4 R-410A AHU STD Delivery Cycle 1.5-5 Tons 0.4221 TAM4 R-410A AHU Exp. Del. Cycle (list Adj. 1.05)0.4221 GAM5 R-410A AHU STD Delivery Cycle 1.5-5 Tons 0.4221 GAM5 R-410A AHU Exp. Del. Cycle (list Adj. 1.05)0.4221 TEM3 R-410A AHU STD Delivery Cycle 0.4221 TEM4 R-410A AHU STD Delivery Cycle 0.4221 TEM6 R-410A AHU STD Delivery Cycle 0.4221 T-885 TAM7 R-410A AHU STD Delivery Cycle 1.5-5 Tons 0.4221 TAM7 R-410A AHU Exp. Del. Cycle (list Adj. 1.05)0.0000 T-427 4TTA R-410A STD Delivery 2.5-6 Tons 0.4242 4TTA R-401A Exp Del. Cycle (list adj. 1.05)0.4242 T-426 4TTR3 R-410A STD Delivery 0.4242 4TTR3 R-410A Exp. Del. Cycle (list adj. 1.05)0.4242 T-887 4TTR5 R-410A STD Delivery 1.5-5 Tons 0.4221 4TTR4 R-410A STD Delivery 1.5-5 Tons 0.4221 4TTR6 R-410A STD Delivery 1.5-5 Tons 0.4221 4TTR7 R-410A STD Delivery 1.5-5 Tons 0.4221 T-416 TWE R-410A STD Delivery(3 phase)5-20 Tons 0.3904 TWE R-410A Exp. Del. Cycle (list Adj. 1.05)0.3904 T-419 TTA R-410A STD Delivery 7.5-30 Tons 0.3999 CONFIDENTIAL TTA R-410A EXP Del. Cycle (list adj. 1.05)0.3999 T-351 TXE R-410A STD Delivery Cycle 1-6 Tons 0.3400 TXE R-410A EXP Del. Cycle (list adj. 1.05)0.3400 T-157 EVPX R-410A STD Delivery Cycle 0.3957 T-361 RAUJ R-410A STD Delivery Cycle 20-60 Tons 0.3841 RAUJ R-410A QSQ Exp. Del. Cycle (List Adj. 1.10)0.3841 T-362 RAUJ R-410A STD Delivery Cycle 80-120 Tons 0.3841 RAUJ R-410A QSQ Exp. Del. Cycle (List Adj. 1.10)0.3841 T-429 4TWA3 R-410A STD Delivery 2.5-5 Ton 0.4221 4TWA3 R-410A EXP Del. Cycle (list adj. 1.05)0.4221 T-884 4TWR5 R-410A STD Delivery 0.4221 4TWR5 R-410A Exp. Del. Cycle (list adj. 1.05)0.4221 4TWR40 R-410A STD Delivery 0.4221 4TWR60 R-410A STD Delivery 0.4221 4TWR70 R-410A STD Delivery 0.4221 T-428 4TWR4042 0.4221 T-411 TWA R-410A STD Delivery Cycle 7.5-30 Tons 0.3904 TWA R-410A EXP Del. Cycle (list adj. 1.05)0.3904 T-431 Gas Furnaces 0.4221 T-886 Variable Speed Gas Furnaces 0.4221 T-1308 Mini-Split P Series 0.4004 Trane / Mitsubishi T-1309 Mini-Split M Series 0.4004 T-1310 VRF Series 0.4264 VRF - QNE 0.5200 T-1316 LEV Series 0.4264 LEV - QNE 0.5200 T-1317 PUMY Series 0.4264 PUMY Series - QNE 0.5200 T-1318 Lossney ERV Series 0.4264 Lossney ERV Series - QNE 0.5200 T-1319 Premisys Series 0.4264 Premisys Series - QNE 0.5200 T-1336 VRF Accessories 0.4264 Split Heat Pumps CONFIDENTIAL T-1337 VRF Controls 0.4264 T-1380 Heat2O / QAHV - WE 0.5200 Heat2O / QAHV - QNE 0.6342 T-1417 Hybrid VRF 0.4264 Hybrid VRF - QNE 0.5200 Vertical Self-Contained T-248 SCRH/SCWH R-410A STD Delivery Cycle 3-15 Tons SCRH/7.5, 10, 12 Tons SCWH 0.3778 SCHI/J R-410A Self-contained STD Delivery 5-15 Ton 0.3723 T-437 SCXG R-410A STD Delivery Cycle 20-35 Tons 0.3862 T-267 SCR/WF R-410A STD Deliver Cycle 20-110 Tons 0.4358 T-1353 CRAH - Computer Room Air Handlers 3-30 Tons 0.9495 Precision Cooling T-1354 CRAC - Computer Room Air Conditioners 3-30 Tons 0.9495 Water Source Heat Pumps T-1356 GEHV General WSHP MTO Delivery Cycle 0.5-25 Tons 0.3657 GEHV General WSHP QSE Delivery Cycle (List Adj. 1.15)0.4432 GEHV General WSHP QSS Delivery Cycle(List Adj. 1.20)0.5065 GEHV General WSHP QSX Delivery Cycle(List Adj. 1.25)0.5065 T-1355 EXX HI Eff WSHP 0.4748 T-326 GWS (Rooftop) MTO Delivery Cycle 0.5-25 Tons 0.3873 T- 327 VSHV (Variable Speed) WSHP MTO Delivery Cycle 2, 2 1/2, 31/2 & 4 1/2 Tons0.4748 VSHV (Variable Speed) WSHP QSE Delivery Cycle (List Adj. 1.15)0.4748 VSHV (Variable Speed) WSHP QSS Delivery Cycle (List Adj. 1.20)0.4748 VSHV (Variable Speed) WSHP QSX Delivery Cycle (List Adj. 1.25)0.4748 T-176 EXHV-DXHV (High Efficiency) MTO Delivery Cycle 1.5-6 Tons 0.3694 EXHV-DXHV (High Efficiency) QSE Delivery Cycle (List Adj. 1.15)0.4432 EXHV-DXHV (High Efficiency) QSS Delivery Cycle (List Adj. 1.20)0.4432 CONFIDENTIAL EXHV-DXHV (High Efficiency) QSX Delivery Cycle (List Adj. 1.25)0.4432 T-331 GEC (Console) MTO Delivery Cycle .5-1.5 Tons 0.3657 GEC (Console) QSE Delivery Cycle(List Adj. 1.15)0.4432 EXW (water to water) MTO Delivery Cycle 4-20 Tons 0.3589 T-332 GET (Vertical Stack) MTO Delivery Cycle .75-3 Tons 0.3589 GET (Vertical Stack) QSE Delivery Cycle (List Adj. 1.15)0.4432 GET (Vertical Stack) QSS Delivery Cycle (List Adj. 1.20)0.4432 GET (Vertical Stack) QSE Delivery Cycle (List Adj. 1.25)0.4432 T-078 WSHP Hose Kits MTO deliverey Cycle 0.3693 WSHP Hose Kits QSE Delivery Cycle(List Adj. 1.15)0.4432 WSHP Hose Kits QSS Delivery Cycle(List Adj. 1.20)0.4432 T-075 WSHP Accessories MTO Delivery Cycle 0.4432 Air Handling Central Station Air Handlers T-050 Performance CLCH STD Delivery Cycle 1500-60000 cfm 0.4391 TCACS Catalytic Air Cleaning System STD Delievery Cycle 0.4959 T-050 Outdoor Performance CLCH STD Delivery Cycle Sizes 3 thru 120 0.4326 T-051 Performance CLCH Custom Units 0.4391 T-200 Performance CLCH STD Delivery Cycle Unit Ctrls 0.4391 T-0958 UCAA Air handler (Size 3-30) STD Delivery 0.4643 UCAA Air handler (Size 3-30) - E Delivery Cycle (List Adj. 1.20)0.4643 UCAA Air handler (Size 3-30)-Super E Delivery Cycle (List Adj. 1.30)0.4643 T-0959 UCCA Air handler STD Delivery Cycle Unit Ctrls 0.4643 UCCA Air handler - E Delivery Cycle Unit Ctrls (List Adj. 1.20)0.4643 UCCA Air handler - Super E Delivery Cycle Unit Ctrls (List Adj. 1.3)0.4643 Custom Air Handlers T-253 Ft. Smith STD Delivery Cycle 0.4062 T-260 Ft. Smith Controls STD Delivery Cycle 0.4062 T- 1276 Ft. Smith STD Delivery Cycle 0.4062 T-020 Stand Alone Fans 0.3778 Makeup Air Handlers T-134 AHOA STD Delivery Cycle 1500-14000 cfm 0.3778 AHOA Expedited Delivery Cycle(List Adj. 1.15)0.4221 GFAA STD Delivery Cycle 0.3778 GFAA Expedited Delivery Cycle(List Adj. 1.15)0.4221 CONFIDENTIAL GRAA STD Delivery Cycle 100-800 MBH 0.3778 GRAA Expedited Delivery Cycle(List Adj. 1.15)0.4221 GSAA STD Delivery Cycle 0.3778 GSAA Expedited Delivery Cycle(List Adj. 1.15)0.4221 GXAA STD Delivery Cycle 100-800 MBH 0.3778 GXAA Expedited Delivery Cycle(List Adj. 1.15)0.4221 T-137 DFOA STD Delivery Cycle 275-7975 MBH 0.3656 DFIA STD Delivery Cycle 275-9075 MBH 0.3904 T-081 CLCL STD Delivery Cycle 0.3702 Coils - SureFit T-082 HTCL STD Delivery Cycle 0.3702 HRCL STD Delivery Cycle 0.3702 T-073 VCCF/VCWF/VCEF STD Delivery Cycle 0.3904 Terminal Units VCCF/VCWF/VCEF QSQ Delivery Cycle(List Adj. 1.35)0.5355 Variable Volume Units VCCF/VCWF/VCEF QSE Delivery Cycle(List Adj. 1.40)0.5387 T-283 VCCF/VCWF/VCEF Controls STD Delivery 0.3166 VCCF/VCWF/VCEF Controls QSQ Delivery Cycle(List Adj. 1.35)0.4723 VCCF/VCWF/VCEF Controls QSE Delivery Cycle(List Adj. 1.40)0.4723 T-073 VDDF STD Delivery Cycle 0.3904 VDDF QSQ Delivery Cycle(List Adj. 1.35)0.5354 VDDF QSE Delivery Cycle(List Adj. 1.40)0.5387 T-283 VDDF Controls STD Delivery Cycle 0.3000 VDDF Controls QSQ Delivery Cycle(List Adj. 1.35)0.4723 VDDF Controls QSE Delivery Cycle(List Adj. 1.40)0.4723 T-373 VSCF/VSEF/VSWF STD Delivery Cycle 0.3820 VSCF/VSEF/VSWF QSQ Delivery Cycle(List Adj. 1.23)0.4337 VSCF/VSEF/VSWF QSE Delivery Cycle(List Adj. 1.29)0.4337 T-293 VSCF/VSEF/VSWF Controls STD Delivery 0.3615 VSCF/VSEF/VSWF Controls QSQ Delivery Cycle(List Adj. 1.23)0.4723 VSCF/VSEF/VSWF Controls QSE Delivery Cycle(List Adj. 1.29)0.4723 T-373 VPCF/VPEF/VPWF STD Delivery Cycle 0.3820 VPCF/VPEF/VPWF QSQ Delivery Cycle(List Adj. 1.23)0.4337 VPCF/VPEF/VPWF QSE Delivery Cycle(List Adj. 1.29)0.4337 T-293 VPCF/VPEF/VPWF Controls STD Delivery 0.3615 VPCF/VPEF/VPWF Controls QSQ Delivery Cycle(List Adj. 1.23)0.4723 VPCF/VPEF/VPWF Controls QSE Delivery Cycle(List Adj. 1.29)0.4723 CONFIDENTIAL T-373 LSCF/LSEF/LSWF STD Delivery Cycle 0.3820 LSCF/LSEF/LSWF QSQ Delivery Cycle(List Adj. 1.23)0.4337 LSCF/LSEF/LSWF QSE Delivery Cycle(List Adj. 1.29)0.4337 T-293 LSCF/LSEF/LSWF Controls STD Delivery 0.3615 LSCF/LSEF/LSWF Controls QSQ Delivery Cycle(List Adj. 1.23)0.4391 LSCF/LSEF/LSWF Controls QSE Delivery Cycle(List Adj. 1.29)0.4391 T-373 LPCF/LPEF/LPWF STD Delivery Cycle 0.3820 LPCF/LPEF/LPWF QSQ Delivery Cycle(List Adj. 1.23)0.4337 LPCF/LPEF/LPWF QSE Delivery Cycle(List Adj. 1.29)0.4337 T-293 LPCF/LPEF/LPWF Controls STD Delivery 0.3615 LPCF/LPEF/LPWF Controls QSQ Delivery Cycle(List Adj. 1.23)0.4337 LPCF/LPEF/LPWF Controls QSE Delivery Cycle(List Adj. 1.29)0.4337 T-473 VADA STD Delivery Cycle 0.3400 VADA QSE Delivery Cycle(List Adj. 1.29)0.6194 T-473 VARA STD Delivery Cycle 0.6194 VARA QSE Delivery Cycle(List Adj. 1.29)0.6194 T-109 VADA / VARA Controls STD Delivery Cycle 0.4653 VADA / VARA Controls QSE Delivery Cycle(List Adj. 1.29)0.4653 T-294 VAV DDC Retrofit Controller STD Delivery cycle 0.3778 Diffusers T-273 VLSDA/VLRDA LINR STD Delivery Cycle 0.3778 LINR QSQ Delivery Cycle(List Adj. 1.23)0.5276 LINR QSE Delivery Cycle(List Adj. 1.29)0.5276 VLSDA/VLRDA INDUCT STD Delivery Cycle 0.3778 INDUCT QSQ Delivery Cycle(List Adj. 1.23)0.5276 INDUCT QSE Delivery Cycle(List Adj. 1.29)0.5276 VLSDA/VLRDA LITE STD Delivery Cycle 0.3778 LITE QSQ Delivery Cycle(List Adj. 1.23)0.5276 LITE QSE Delivery Cycle(List Adj. 1.29)0.5276 VLSDA/VLRDA PERF STD Delivery Cycle 0.3778 PERF QSQ Delivery Cycle(List Adj. 1.23)0.5276 PERF QSE Delivery Cycle(List Adj. 1.29)0.5276 VLSDA/VLRDA ADJ. FLOW STD Delivery Cycle 0.3778 ADJ. FLOW QSQ Delivery Cycle(List Adj. 1.23)0.5276 ADJ. FLOW QSE Delivery Cycle(List Adj. 1.29)0.5276 Fan Coils T-278 UniTrane STD Delivery Cycle 0.4242 CONFIDENTIAL UniTrane E Delivery Cycle(List Adj. 1.20)0.5090 UniTrane Super E Del. Cycle(List Adj.1.30 )0.5514 LOWBOY STD Delivery Cycle 0.4422 T-223 UniTrane Controls STD Delivery Cycle 0.4189 UniTrane Controls QSE Delivery Cycle(List Adj. 1.20)0.5026 UniTrane Controls QSS Delivery Cycle(List Adj. 1.30)0.5445 T-290 BCHD/BCVCDSTD Delivery Cycle 0.4242 BCHD/BCVD E Delivery Cycle(List Adj. 1.20)0.5065 BCHD/BCVD Super E Delivery Cycle(List Adj. 1.30)0.5487 T-1502 BCXE STD Delivery Cycle 0.4242 T-292 BCHD/BCVD Control STD Delivery 0.4326 BCHD/BCVD Control E Delivery Cycle(List Adj. 1.20)0.5217 BCHD/BCVD Control Super E Delivery Cycle(List Adj. 1.30)0.5652 T-1592 BCXE Control STD Delivery 0.4326 Unit Ventilators T-042 VUVE STD Delivery Cycle 0.4200 VUVE Q Delivery Cycle(List Adj. 1.20)0.5040 T-042 HUVC STD Delivery Cycle 0.4200 HUVC Q Delivery Cycle(List Adj. 1.20)0.5040 T-042 ERSA STD Delivery Cycle 0.4200 SW_A STD Delivery Cycle 0.4200 T-077 SHLA STD Delivery Cycle 0.4200 T-242 Unit Vent. Control HUVC STD Delivery 0.4115 Unit Vent. Control VUVC STD Delivery 0.4115 Cabinet Unit Heater T-277 FORCEFLO STD Delivery Cycle 0.4453 FORCEFLO E Delivery Cycle(List Adj. 1.20)0.5343 FORCEFLO Super E Del. Cycle(List Adj. 1.30)0.5789 T-223 FORCEFLO Controls STD Delivery Cycle 0.4189 FORCEFLO Controls E Delivery Cycle(List Adj. 1.20)0.5002 FORCEFLO Controls Super E Del. Cycle(List Adj. 1.30 0.5608 Unit Heaters T-135 HBAC STD Delivery Cycle 0.4221 HBAC Q Delivery Cycle(List Adj. 1.15)0.4854 GLPD/GLND STD Delivery Cycle 0.4221 GLPD/GLND Q Delivery Cycle(List Adj. 1.15)0.4854 CONFIDENTIAL T-136 UHSP STD Delivery Cycle 0.4432 UHSP Q Delivery Cycle(List Adj. 1.15)0.5097 T-236 UHAA STD Delivery Cycle 0.4347 UHAA Q Delivery Cycle(List Adj. 1.15)0.4999 UHCA STD Delivery Cycle 0.4347 UHCA Q Delivery Cycle(List Adj. 1.15)0.4999 UHWA STD Delivery Cycle 0.4347 UHWA Q Delivery Cycle(List Adj. 1.15)0.4999 UHXA STD Delivery Cycle 0.4347 UHXA Q Delivery Cycle(List Adj. 1.15)0.4999 UHEC STD Delivery Cycle 0.4347 UHEC Q Delivery Cycle(List Adj. 1.15)0.4999 Finned-Tube Radiation/Convector T-236 EWFB STD Delivery Cycle 0.4347 Building Automation Systems T-104 ROVER STD Delivery Cycle 0.6229 T-107 ENDDVIC STD Delivery Cycle 0.6229 ENDVIC Quick Del.(List Adj. 1.05)0.6229 T-115 NEWSUMIT STD Delivery Cycle 0.6229 NEWSUMIT Quick Del.(List Adj. 1.05)0.6229 T-119 SPECIAL STD Delivery Cycle 0.6229 SPECIAL Quick Del. (List Adj.1.20)0.6229 T-131 TRACER SUMMIT SOFTWARE 0.6229 T-179 TRACER ES STD Delivery Cycle 0.6229 TRACER ES Quick DEL.(List Adj. 1.05)0.6229 T-182 LEGACY CONTROLLERS 0.6229 T-183 LCP STD Delivery Cycle 0.6229 LCP Quick Del. Cycle(List Adj. 1.15)0.6229 T-187 GENLCONT STD Delivery Cycle 0.6229 GENLCONT Quic Del. Cycle(List Adj. 1.05)0.6229 T-317 RMU STD Delivery Cycle 0.6229 T-318 WEB SERVER 0.6229 T-639 ZN517 PRODUCTS 0.6229 T-640 VV551 PRODUCTS 0.6229 T-641 MP503 Products 0.6229 T-642 EX2 0.6229 CONFIDENTIAL T-643 Enterprise Server 0.6229 T-644 AH541 Products 0.6229 T-645 ZN521 Products 0.6229 T-646 Tenant Services 0.6229 T-1009 Tracer SC 0.6229 T-1010 Tracer UC 0.6229 UC 400 BacNet Controller 0.6229 UC 600 Bacnet Controller 0.6229 T-1240 Meters 0.6229 T-1246 Light Commercial Building Controls 0.6229 T-1247 Wireless Controls 0.6229 T-1250 XM Expansion Modules 0.6229 T-1251 Enclosures 0.6229 T-1332 Smart Thermostats 0.6229 Equipment Rentals TR-101 Trane Rentals (All Products)0.4146 Intelligent Services TR-201 Active monitoring-off-site critical alarm management & remediation0-60 points (yearly fee)0.9300 TR-202 Building Performance-intial & cont. HVAC system analysis & actionable recomm.0-60 points (yearly fee)0.9300 TR-203 Each additional point > 60 points 1 point adds (yearly fee)0.9300 TR-204 Tracer Ensemble (Price per panel)0.9300 TR-204 Tenant Services (per 5 count)0.9300 TR-204 Work order management 0.9300 CONFIDENTIAL Packaged Central Plant PCP-2 TAS Packaged MCPA pumping package STD Delivery 0.9759 PCP-3 TAS MCPR plant with screw chillers STD delivery 0.9759 PCP-4 TAS MCPC plant with centrifugal chillers STD delivery 0.9759 Specialty Refrigeration T-1312 Calmac Storage 0.4504 M-101 Multistack Modular Chiller STD Delivery 0.9495 Pool Pack Systems 0.9495 Cooling Towers E-100 AT Cooling Tower 0.9495 E-101 CAT Cooling Tower 0.9495 E-102 LPT Cooling Tower 0.9495 E-103 LSTB Cooling Tower 0.9495 E-104 USS Cooling Tower 0.9495 E-105 UT Cooling Tower 0.9495 E-106 PMT Cooling Tower 0.9495 E-107 ATWB Closed Circuit Coolers 0.9495 E-108 ESWA Closed Circuit Coolers 0.9495 E-109 LRWB Closed Circuit Coolers 0.9495 E-110 LSWE Closed Circuit Coolers 0.9495 E-111 PMWQ Closed Circuit Coolers 0.9495 E-112 WDW Closed Circuit Coolers 0.9495 E-113 NT Evaporators 0.9495 E-114 SCT Evaporators 0.9495 E-115 SST Evaporators 0.9495 E-116 SLT Evaporators 0.9495 E-117 TFC Evaporators 0.9495 Invertors I-101 Yaskawa STD Delivery 0.9284 T-102 Trane TR 200 0.5697 CONFIDENTIAL Pumps P-101 SERIES 4300 0.9495 P-102 IVS 0.9495 P-103 SERIES 4302/4382 0.9495 P-104 SERIES 4360/4380 0.9495 P-105 SERIES 4030/TD40SERIES 4280 0.9495 P-106 SERIES 4600 0.9495 P-107 SERIES 4700 0.9495 P-108 SERIES 4270 0.9495 Heat Recovery A-101 AnnnexAir & Custom AHUs 0.9495 CO-01 ConServ-Energy Recovery Ventilator (Heat Exchanger)0.9500 Boilers & Water Heaters CA-01 BLUEFLAME 0.9390 CA-02 CERAFLAME 0.9390 CA-03 DFx SERIES 0.9390 CA-04 DYNAFLAME 0.9390 CA-05 DYNAFORCE 0.9390 CA-06 DYNAMAX 0.9390 CA-07 MICROFLAME 0.9390 CA-08 MICROFLAME SERIES 2 0.9390 CA-09 MIROFLAME MODULATING 0.9390 CA-10 MICROFLAME SERIES GRANDE 0.9390 CA-11 SUREFLAME SERIES 0.9390 WH-100 Water Heaters 0.9390 PVI PV-01 AG 0.9390 PV-02 Maxim 0.9390 CONFIDENTIAL PV-03 Platinum 0.9390 PV-04 Power VT 0.9390 PV-05 PowrVT Nox 0.9390 PV-06 Turbo 0.9390 Process Cool Filtrene EV-01 Process Coolers 0.9495 Dust Collector UA-01 SFC 0.9390 UA-01 BDC 0.9390 UA-02 C 0.9390 UA-03 DA,DB,DBM 0.9390 UA-04 F 0.9390 UA-05 MCB 0.9390 UA-06 PCT 0.9390 UA-07 SCA-SCB 0.9390 UA-08 SDC 0.9390 UA-09 SFC 0.9390 UA-10 V 0.9390 UA-11 VCC 0.9390 TEMSPEC TE-01 Unit Ventilators 0.9495 Dynamic D-01 V-8 0.9284 Indoor Air Quality G-01 Stand-alone 0.9284 G-02 In-line 0.9284 CONFIDENTIAL S-001 Synexis 0.4167 Genesis 0.9284 Renewable Energy Solar S-01 Solar Hybrid Collector 0.9100 eH2O Water Treatment HO-101 Water Treatment Systems 0.9500 NOTES:1. LIST PRICE ADJUSTMENT FACTORS ON "QUICK" CYCLE OR PACKED STOCK ARE APPLIED BEFORE THE MULTIPLIER IS USED 2. ALL QUOTES WILL HAVE PRODUCT CODE AND PRODUCT DESCRIPTION WITH MULTIPLIER AS LISTED IN THIS MATRIX 3. ALL EQUIPMENT TO BE F.O.B. JOBSITE-JOBSITE COSTS ARE INCLUDED AS "NETS" 4. ANY FREIGHT COSTS ARE TO BE INCLUDED AS" NETS" 5.ALL NON-TRANE EQUIPMENT LISTED REPRESENT A STANDARD OF QUALITY. EQUIVALENT VENDORS USE SIMILAR DISCOUNTS 6. ALL EQUIPMENT SHALL HAVE ONE YEAR LABOR WARANTY INCLUDED AS "NETS" 7. PRODUCTS WILL PERIODICALLY CHANGE BASED ON NEWLY DEVELOPED ITEMS OR PRODUCT OBSOLETION FROM PRODUCTION. CONFIDENTIAL ADD CONFIDENTIAL CONFIDENTIAL CONFIDENTIAL CONFIDENTIAL CONFIDENTIAL CONFIDENTIAL CONFIDENTIAL QNE Affected Zones:Zone # 46 New York/Vermont 12 Philadelphia 54 Boston 28 New york/New Jersey 31 Pennsylvania WE Affected Zones 15A/56 Washington 26/35/38 California Racine Contract # 3341 REGION Effective Date 01/01/2025 Zone 40 Zone 41 Zone 42 Zone 57 Office Designation H4 H6 H2 H7 H3 H5 South Florida North Florida Central Florida Florida Labor Classification South (West Palm Beach, Miami) North (Jacksonville Gainsville, Tallahassee) Central (Orlando)Tampa Asbestos Worker NA NA NA $0.00Boilermaker$268.83 $268.83 $268.83 $268.83 Bricklayers; Masons $134.41 $134.41 $134.41 $134.41Carpenter /Case worker $151.22 $151.22 $151.22 $151.22 Carpet Layers/Floor Installers $151.22 $151.22 $151.22 $151.22Concrete Finishers $151.22 $151.22 $151.22 $151.22 Data Comm/Telecom Installer $210.02 $210.02 $210.02 $210.02 Delivery personnel $92.42 $92.42 $92.42 $92.42 Drywall Installers; Ceiling Installers $126.01 $126.01 $126.01 $126.01 Electricians $294.04 $294.04 $294.04 $294.04 Elevator Mechanics $310.83 $310.83 $310.83 $310.83 Glaziers $159.61 $159.61 $159.61 $159.61 Heavy Equipment Operators $210.02 $210.02 $210.02 $210.02 HVAC Commercial A/C technician $193.14 $193.14 $193.14 $193.14 HVAC Light Commercial $159.61 $159.61 $159.61 $159.61 HVAC Helper $151.22 $151.22 $151.22 $151.22 HVAC Field Supervisor $210.02 $210.02 $210.02 $210.02 HVAC Refrigeration technician $184.81 $184.81 $184.81 $184.81 HVAC Duct installer $184.81 $184.81 $184.81 $184.81 HVAC Filter technician $142.82 $142.82 $142.82 $142.82 HVAC Building Automation technician $216.31 $216.31 $216.31 $216.31 Insulators $193.23 $193.23 $193.23 $193.23 Ironworkers $159.61 $159.61 $159.61 $159.61 Laborers $92.42 $92.42 $92.42 $92.42Lathers $159.61 $159.61 $159.61 $159.61 Light Equipment Operators $126.01 $126.01 $126.01 $126.01Metal Building Assembler $151.22 $151.22 $151.22 $151.22 Millwrights $151.22 $151.22 $151.22 $151.22Operating Engineer $151.22 $151.22 $151.22 $151.22 Painters/Wall Covering Installers $168.02 $168.02 $168.02 $168.02Pipefitters $218.43 $218.43 $218.43 $218.43 Plasterers $134.41 $134.41 $134.41 $134.41 Plumbers $218.43 $218.43 $218.43 $218.43 Project Manager $218.43 $218.43 $218.43 $218.43 Project Adminstrator $159.61 $159.61 $159.61 $159.61 Roofers $159.61 $159.61 $159.61 $159.61 Sheet Metal Workers $184.81 $184.81 $184.81 $184.81 Sprinkler Fitters $210.02 $210.02 $210.02 $210.02 Terrazzo Workers $159.61 $159.61 $159.61 $159.61 Tile Setters $159.61 $159.61 $159.61 $159.61 Waterproofers/Caulkers $126.01 $126.01 $126.01 $126.01 Geothermal Well Field Labor $193.23 $193.23 $193.23 $193.23 Engineering Design $294.04 $294.04 $294.04 $294.04 Energy Engineer $239.49 $239.49 $239.49 $239.49 Project Engineering $210.02 $210.02 $210.02 $210.02 Drafting $126.01 $126.01 $126.01 $126.01 Architectural $378.04 $378.04 $378.04 $378.04 Test & Balance Technician $252.03 $252.03 $252.03 $252.03 Infrared Tecnician $252.03 $252.03 $252.03 $252.03Water Treatment Technician $184.81 $184.81 $184.81 $184.81 Miscellaneous Material Margin 28.50%28.50%28.50%28.50% NOTES: 1. ALL LABOR RATES ARE BASED ON STANDARD HOURS 2. OVERTIME RATES (AFTERHOURS, SATURDAY): 1.50 X STANDARD RATES 3. OVERTIME RATES (SUNDAY, HOLIDAYS): 2.00 X STANDARD RATES4. PER DIEM RATES: $100/DAY/PERSON (WHEN REQUIRED) EXCEPT AK & HI $200/DAY/PERSON5. MINIMUM CHARGE OF 2 HOURS FOR ALL OVERTIME WORK 6. RATES WILL BE ADJUSTED ANNUALLY AT RENEWAL DATE BASED ON THE FOLLOWING FORMULA: Percent field labor adjustment factor change from the previous year (60%) Percent material price index change from the previous year (30%) Percent office and operating expense changes from the previous year (10%) 7. Published labor rates are the maximum allowable under the contract. Lower labor rates may be extended to the customer based on specific needs Hourly Labor Rates Billing Wage Rates FLORIDA Docusign Envelope ID: 65392515-7823-43CB-920E-8B4006CA5857 _________________ _________________ HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract AMENDMENT NO. FIVE (5) This Amendment No. Five (5) is effective April 29, 2025, and is to modify the HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract #3341 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 (“County”) and Trane U.S. Inc., 800 Beaty Street, Davidson, North Carolina 28036-6924 (“Contractor”) (hereinafter each a “Party” and collectively referred to as “Parties”) on August 16, 2022 (“Contract”). The Parties hereby agree to amend the Contract as follows: 1.WORK: A tariff-related surcharge ranging from of 4% to 6% may be applied to orders containing equipment and/orcontrols products imported into the U.S, where applicable. Details will be included in the proposal and confirmed upon order release, based on finalized bill of materials. 2.SURCHARGE: The County agrees to the tariff-related surcharge. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COUNTY BY: Ralph Malicki Racine County Executive BY: _ Michael Lanzdorf Racine County Corporation Counsel DATE: 6/30/2025 DATE: 6/30/2025 BY: Wendy M. Christensen Racine County Clerk BY: Gwen Zimmer Racine County Finance Director DATE: 6/30/2025 DATE: 4/30/2025 TRANE U.S. INC. BY: _ DATE: 4/30/2025 Page 1 of 1 Page 1 of 1 HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract AMENDMENT NO. FOUR (4) This Amendment No. Four (4) is effective December 13, 2024, and is to modify the HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract #3341 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 (“County”) and Trane U.S. Inc., 800 Beaty Street, Davidson, North Carolina 28036-6924 (“Contractor”) (hereinafter each a “Party” and collectively referred to as “Parties”) on August 16, 2022 (“Contract”). The Parties hereby agree to amend the Contract as follows: 1.WORK: To modify pricing as necessary to account for market changes, and labor and material increases, and toprovide an updated product pricing discount schedule. Details are provided in Attachment A – Billing Wage Rates, and Attachment B – Product Pricing Discount Schedule of this Amendment No. 4. 2.PRODUCT PRICING: The County agrees to the revised Pricing. Details are in Attachment A and Attachment B. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COUNTY BY: _______________________ Thomas Roanhouse Interim Racine County Executive DATE: _______________________ BY: _______________________ Wendy M. Christensen Racine County Clerk DATE: _______________________ TRANE U.S. INC. BY: _______________________ DATE: _______________________ Docusign Envelope ID: F717C338-232F-4726-AADF-23D4F99E039D 12/13/2024 12/13/2024 12/13/2024 12/16/2024 12/16/2024 Trane Strategic Cooperative Programs 800-B Beaty Street, Davidson, North Carolina, 28036, Tel 469-442-6055 November 8, 2022 To: All Participating Agencies Subject: Clarification Regarding Racine Contract #3341 Trane/OMNIA Public Partners Contract pricing for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services was established with the solicitation referenced above. As a clarification to the pricing structure, the following is offered. Typically, Trane pricing is made up of three categories: equipment, labor and materials. Each of these areas are briefly explained as follows: 1. Equipment – Each piece of equipment identified by a product code. Each product code has an established list price discount associated with it. A complete list of equipment discounts can be found on the OMNIA Partners website once the agency logs in with username and password. There are approx. 650 specific pieces of equipment on the contract, with associated discounts. 2. Labor – All labor-based solutions (installation and services) are classified by the labor “type” with a fixed hourly rate. Installation, maintenance and retrofit labor hours are indexed to RS Means estimating guide. Each project is priced per the specific geographic zone in which the job is located. Labor rates avail upon request. 3. Parts & Material in quoted work – All parts and miscellaneous materials included in quoted projects are subject to the maximum contract margin guidelines of 28.5%. This would include materials such as piping, wiring, sheet metal and parts necessary to complete a given scope of work. Trane over the counter parts for service are discounted at a rate of 22% off of list price. Greg Spencer Strategic Cooperative Program Leader Racine County, Wisconsin Contract # 3341 for HVAC Products, Installation, Labor Based Solutions and Related Product and Services with Trane US Inc. Effective: September 1, 2022 The following documents comprise the executed contract between the Racine County, Wisconsin and Trane U.S. Inc., effective September 1, 2022: I. Vendor Contract and Signature Form II. Supplier’s Response to the IFB, incorporated by reference Purchasing Department 730 Wisconsin Avenue Racine, WI 53403 262-636-3700 fax: 262-636-3763 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES CONTRACT 2022 This Contract made and entered into this 16th day of August 2022, by and between Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 (hereinafter referred to as “COUNTY”) and Trane U.S. Inc., 800 Beaty Street, Davidson, North Carolina 28036-6924 (hereinafter referred to as “CONTRACTOR”). W I T N E S S E T H: For good and valuable consideration, the parties agree as follows: 1. WORK: CONTRACTOR shall provide HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES: The undersigned parties understand and agree to comply with and be bound by the entire contents of Sealed Bid # RC2022-1001: HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES (aka, the Contractor's Bid Proposal submitted July 21, 2022) which is incorporated herein by reference. CONTRACTOR understands and agrees that the bonds and insurance required by the Project Manual are to be kept current at all times through the length of each term and for 90 Days following completion of each term. Bonds and insurance must be renewed and presented to the COUNTY at the time of each renewal term if COUNTY chooses to renew. Bonds and insurance shall be written by a firm acceptable to the COUNTY as specified in the Project Manual. 2. TERM: September 1, 2022, to August 31, 2027, with full renewal of one (1) additional five (5) year term per the Project Manual. COUNTY shall exercise renewal options by issuance and delivery to CONTRACTOR of a written notice to renew this Agreement. 3. PROJECT: HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES in accordance with the Project Manual. 4. PRICE: Price as stated for all schedules included in the Project Manual. DocuSign Envelope ID: 5AB039C2-2DAF-4A1E-9286-D4840C496111 5.CANCELLATION: This contract may be cancelled without penalty or obligation of any kind, by COUNTY by, for or on behalf of itself or its agencies, departments, officers, agents or employees immediately upon written notice to all parties that sufficient funds have not been budgeted by the County Board of Supervisors to pay the obligations under this agreement. Either party may terminate the contract on the anniversary date in any subsequent year of the contract by providing the other party with written notice ninety (90) days prior to the anniversary date. If the CONTRACTOR fails to maintain and keep in force required insurance, COUNTY shall have the right to cancel and terminate the contract without notice. Notwithstanding any of the terms and conditions contained herein, the COUNTY and CONTRACTOR reserve the right to terminate the contract at any time for any reason by providing written notice of termination to the other party no less than ninety (90) days in advance of termination. In the event of said termination, CONTRACTOR shall not reduce its activities hereunder unless agreed in advance by COUNTY. The CONTRACTOR will pay according to the contract for services tendered through the date of termination. RACINE COUNTY BY: _____________________________ BY: ______________________________ BY: _____________________________ BY: ______________________________ Trane U.S. Inc. BY: ______________________________ DocuSign Envelope ID: 5AB039C2-2DAF-4A1E-9286-D4840C496111 8/16/2022 8/16/2022 8/17/20228/17/2022 8/17/2022 Purchasing 730 Wisconsin Avenue Racine WI 53403 262-636-3700 Duane.McKinney@racinecounty.com June 15, 2022 Dear Prospective Bidder: You are invited to submit a bid to provide HVAC Products, Installation, Labor Based Solutions, and Related Products and Services for Racine County and other municipal governments and local public agencies. A copy of this solicitation is available for download at: https://www.racinecounty.com/departments/finance/purchasing-rfps-and-bids. Submitted bids are due on or before 1:00 p.m. CST on Thursday July 21, 2022, you must submit electronically online using the DemandStar application at www.DemandStar.com. Late bids will not be accepted. Bids must be submitted electronically online using the DemandStar application at www.DemandStar.com. The terms ‘Firms’, ‘Suppliers’, ‘Contractors’, ‘Offeror’, ‘Vendor’, ‘Respondent’, and/or ‘Bidder’ may be used interchangeably. General questions regarding this solicitation should be directed to Duane McKinney at (262) 636-3700 or via email at Duane.McKinney@racinecounty.com. Technical questions should be submitted via email to Duane McKinney, Purchasing Manager, at Duane.McKinney@racinecounty.com. No other Racine County employee or representative is authorized to provide information or interpret any portion of this solicitation. No contact from a vendor to any Racine County employee or elected official should be made during this process unless authorized by Racine County Finance Department.-Purchasing Division. If your firm chooses not to submit a response for this procurement, please complete Attachment E – No Bid Form. RACINE COUNTY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS; TO WAIVE ANY TECHNICALITY OR ERROR IN ANY BID OR PART THEREIN, AND TO ACCEPT THE SAME OR COMBINATIONS, IN WHOLE OR IN PART, WHICHEVER IS DEEMED TO BE IN THE BEST INTEREST OF RACINE COUNTY IN ITS SOLE AND EXCLUSIVE DISCRETION. Sincerely, Duane McKinney Racine County Purchasing Manager Encl: Bid Package INVITATION FOR BID - IFB # RC2002-1001 Page 1 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- INVITATION FOR BID IFB # RC2022-1001 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES I.PROJECT OVERVIEW Racine County is accepting bids for HVAC Products, Installation, Labor Based Solutions,and Related Products and Services. The Master Agreement will allow government agenciesto purchase the products and services defined herein, in indefinite quantities on an as-needed basis. Participating Public Agencies may have different requirements and they maychoose to sign supplemental agreements with the Awarded Bidder(s) to conform to theirpurchasing and contracting requirements. A. STEP-ONE For the first step of the bidding process, Bidders will submit their sealed bid with all requested information, to include Certification of Vendor, and Attachment C – Bid Formby the due date and time outlined in this IFB. After the due date and time, all Bids will bereviewed to determine if they are responsive, responsible, and meet the minimum requirements. Each Bidder determined to be responsive, responsible, and qualified shallbe deemed to be a “Responsible Bidder”. B. STEP-TWO For the second step of the bidding process, Racine County will distribute to eachResponsible Bidder the Sample Project Forms, which have already been prepared andare actual (hypothetical) projects. When completing the Sample Project Form,Responsible Bidders are required to USE THE SAME LINE ITEM PRICING fromAttachment C – Bid Form and apply them to the Sample Projects Forms to be suppliedupon identification of a Responsible Bidder(s) in the first step; a reduction in price for thesample projects outlined in a Responsible Bidder’s Sample Project Form will not beallowable. The final basis for award to the lowest responsible Bidder(s) will result fromthe lowest total dollar amount of the combined sample projects. II.INSTRUCTION TO BIDDERS A.SCHEDULE Issuance of Bid: Wednesday June 15, 2022 Virtual Only Non-MandatoryPre-Bid Meeting: Wednesday June 29 at 10am (CST), 2022 Deadline for Bidder Questions: Wednesday June 29, 2022 by 5pm (CST) Addendum/Questions Answeredfor Solicitation: Bid Due Date: Wednesday July 6, 2022 Thursday July 21, 2022 by 1pm (CST) INVITATION FOR BID - IFB # RC2002-1001 Page 2 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- B. BIDDER’S QUESTIONS Bidders are reminded to carefully examine the bid packet and specifications upon receipt. If the Bidder does not fully understand the Invitation for Bid (IFB) or is in doubt as to the County’s ideas or intentions concerning any portion of the IFB, any/all questions shall be submitted in writing to Duane McKinney, Purchasing Manager by 5:00 p.m. on Wednesday June 29, 2022, either by fax or e-mail for interpretation or correctionof any printed material: Fax: 262-636-3763 E-mail: Duane.McKinney@racinecounty.com No verbal explanation or instructions will be given in regard to the meaning of the specifications during the response period. If necessary, in Racine County’s sole discretion, answers to questions will be provided to all specification holders in the form of an addendum. Any addendum will include a list of each question received and Racine County’s response as of the date of the addendum. C.ADDENDA Any changes made to the Invitation to Bid after posting will be issued via addenda to all prospective bidders and if necessary, an extension will be made to the Bid Due Date.The original Invitation to Bid and any addenda will be posted to the Racine CountyWebsite https://www.racinecounty.com/departments/finance/purchasing-rfps-and-bids. Bidders are responsible for checking this website for any future addenda prior to theopening date. All addenda must be signed and returned with your submitted bid asspecified in the addenda. Bidders who do not return the addenda may have their bidsrejected. If a vendor receives a bid packet from any source or entity other than the Racine CountyPurchasing Department, the Bidder is responsible for contacting the Racine CountyPurchasing Department and requesting the firm’s name be put on the response list forthe project. Failure to do so in no way obligates the County to send out addendum orother information concerning this request to the firm. D.VIRTUAL ONLY NON-MANDATORY PRE-BID MEETING A non-mandatory (virtual only) pre-bid meeting will be held on Wednesday June 29, 2022 at 10am local time held by phone. Due to COVID, Bidders should register for themeeting by Tuesday June 28, 2022 with Duane via above email or (262) 636-3700, toobtain the dial in information. While non-mandatory, it is strongly encouraged for Bidders to attend the pre-bidmeeting. Oral statements or discussions during the pre-bid meeting will not be binding.Any questions should be submitted in writing per item B. of this Section. Changes, if any,will only be made in writing via Addenda as described in item C. Addenda. The purpose of this meeting will be to clarify the contents of this IFB in order to preventany misunderstandings of the IFB. Any doubt as to the requirements of this IFB or anyapparent omission or discrepancy should be presented to Racine County at this INVITATION FOR BID - IFB # RC2002-1001 Page 3 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- conference. Racine County will then determine the appropriate action necessary, if any, and may issue a written addendum to the IFB. Oral statements or instructions will not constitute an addendum to this IFB. No other Racine County employee or representative is authorized to provide information or interpret any portion of this solicitation. Contact to any Racine County employee or elected official regarding this IFB during this process is prohibited unless authorized by the Racine County Purchasing Manager. E.METHOD OF BID Bidders must submit their bids using the Bid Form documents attached to this IFB and incorporated herein as Attachment C and shall submit all other information and materials required by this IFB. Bids written in pencil or in a format other than the attached forms will be rejected. Erasures or corrections of mistakes on forms submitted shall be initialed or signed by Bidder. Failure to meet any requirements listed in this solicitation document may be cause for disqualification of the bid. Any information considered to be proprietary by a Bidder must be plainly marked as such and may not include pricing. Racine County makes no warranty or representation as to the application of the Wisconsin Public Records Law (Wis. Stat. § 19.31, et seq.)(the “WPRL”) to any documents and information submitted in response to this IFB. Each copy of the response shall include the Certification of Vendor page and acknowledgement of addendum(s) if any. A legally authorized representative of the Bidder will sign the Certification of Vendor page. F.INCURRING COSTS Racine County shall not be liable for any costs incurred in replying to this IFB. G.ADDITIONAL DATA WITH BID Bidders may include any additional information deemed advantageous to Racine County. Consideration of additional data and information is to be held optional to Racine County however if an award is made, it will be awarded as outlined in Section D Award under Part V. Award Information. H.DUE DATE You must submit electronically online using the DemandStar application at www.DemandStar.com of your bid is to be received by 1:00 p.m. (CST) Thursday July 21, 2022, in the offices of the Racine County Purchasing Division. Bids received after 1:00 p.m. central time as dictated by www.time.gov shall be considered late and will not be accepted. Late bids will not be accepted. Faxes will not be accepted. Any Bid received by the County after this date and time will not be accepted. Bidders are responsible for ensuring that the above office receives its Bid before the deadline. All Bids will be reviewed and evaluated as described in Part V. Award Information INVITATION FOR BID - IFB # RC2002-1001 Page 4 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- I. WITHDRAWAL OF BIDS Bids may be withdrawn on written or electronic request received from Bidder prior to time and date fixed for bid opening if the bid contains a mistake, omission, or error. Subject to Wis. Stat. § 66.0901(5), negligence on the part of the Bidder in preparing their bid confers no right for withdrawal of the bid after it has been opened. Bids that are withdrawn prior to the time and date set for bid opening with be returned unopened and the Bidder may not re-submit a bid to this solicitation unless no contract is awarded under this IFB and the IFB is re-advertised. J.AMENDMENTS TO BIDS Subject and pursuant to Wis. Stat. § 66.0901(5), each Bidder will be allowed a period offorty-eight (48) hours after the time and date set for receipt of responses to notify theCounty in writing of a material mistake in the bid. However, no changes to the line itemprices in Bid Form, included as part of this bid, are permitted after sealed bids areaccepted by the due date and time outlined in this IFB. Failure of Bidder to notify theCounty in the manner and within the time limit specified above will constitute a waiver bythe Bidder of all rights and remedies relative to a material mistake. Formal bid amendments thereto or requests for withdrawal of bid received by RacineCounty after time specified for opening will not be considered. K. BIDS BINDING 90 DAYS Unless otherwise specified, all formal responses submitted shall be binding for ninety(90)calendar days following the bid opening date. II.TERMS AND CONDITIONS A.GENERAL TERMS AND CONDITIONS The successful Bidder(s) (the “Contractor”) agrees to all of Racine County’s General Terms and Conditions located at https://racinecounty.com/home/showdocument?id=11726 and incorporated by reference herein. B.INSURANCE 1. Requirement Contractor shall procure and maintain in full force and effect for the duration of thisAgreement, insurance protecting against claims for injuries to persons or damages toproperty which may arise from or in connection with performance of the work hereunderby the Contractor, his agents, representatives, employees, or subcontractors. 2.Minimum Limits of Insurance Each vendor shall obtain insurance at the following minimum limits: •General Liability INVITATION FOR BID - IFB # RC2002-1001 Page 5 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- o $1,000,000 each occurrence o $1,000,000 personal and advertising injury o $2,000,000 general aggregate o $2,000,000 products and completed operations aggregate •Umbrella Liability Insurance on a following form basis o $4,000,000 each occurrence o $4,000,000 aggregate o Any combination of underlying coverage and umbrella equaling $5,000,000 shall be acceptable. •Workers Compensation Statutory Limits plus: o $100,000 E.L. Each Accident o $100,000 E.L. Disease Each Employee o $500,000 E.L. Disease Policy Limit The following applies to all policies: •The county is named as an additional insured on the general liability, automobile, and umbrella policies. •All insurance must be placed with an insurance company with a minimum AM Best Rating of A- VII •The insurers shall agree under each required policy of insurance to waive all rights of subrogation against the insured parties for losses arising from work performed by the Contractor for Racine County. The making of progress payments to the Contractor shall not be construed as relieving the Contractor or its subcontractors or insurance carriers providing the coverage described herein for responsibility for loss or direct physical loss, damage or destruction occurring prior to final acceptance of the Work. 3.Deductibles and Self-Insured Retention Any deductibles or self-insurance retentions must be declared to and approved by Racine County so that the County may ensure the financial solvency of the Contractor. At the option of the County, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County, its officers, officials, and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Contractor shall pay all deductibles and be liable for all claims, losses and damages for which it self-insures. 4.Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1.General Liability, Automobile Liability, and Umbrella/Excess Insurance a.Additional Insured Requirement. Racine County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives,servants, volunteers and agents (hereinafter referred to as “Insured Party” or“Insured Parties”) are to be covered as additional insureds as respects: liabilityarising out of activities performed by or on behalf of the Contractor; products andcompleted operations of the Contractor, premises owned, leased, or used by the INVITATION FOR BID - IFB # RC2002-1001 Page 6 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- Contractor; and automobiles owned, leased, hired, or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Insured Parties. Nothing contained in this section shall be construed to require the Contractor to provide liability insurance coverage to the any Insured Party for claims asserted against such Insured Party for its sole negligence. b.Primary Insurance Requirement. The Contractor's insurance coverage shall beprimary and noncontributing insurance as respects to any other insurance or self-insurance available to the Insured Parties. Any insurance or self-insurancemaintained by the Insured Parties shall be in excess of the Contractor'sinsurance and shall not contribute with it. c.Reporting Requirement. Any failure to comply with reporting provisions of thepolicies shall not affect coverage provided to the Insured Parties. d.Separate Coverage. Coverage shall state that the Contractor's insurance shallapply separately to each Insured Party against whom claim is made or suit isbrought. e.Defense Costs/Cross Liability. Coverage shall be provided on a “pay on behalf”basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion. 5.Workers’ Compensation and Employers Liability Coverage The Contractor shall have and maintain in full force and effect for the duration ofthis Agreement, insurance protecting against claims for injuries to persons ordamages to property which may arise from or in connection with the performanceof the Work by the Contractor, its agents, representatives, employees orsubcontractors. The insurer shall agree to waive all rights of subrogation againstRacine County, and its officers, officials, employees and volunteers for lossesarising from the work performed by the Contractor for Racine County. 6.Waiver of Subrogation The insurers shall agree under each policy of insurance required by this Contractto waive all rights of subrogation against the Insured Parties for losses arisingfrom work performed by the Contractor for Racine County. 7.All Coverages 1.Notice Requirement. Each insurance policy required by this Contract shall be endorsed to state thatcoverage shall not be suspended, voided, canceled, reduced in coverage or inlimits except after thirty (30) days' prior written notice by certified mail, returnreceipt requested, has been given to Racine County Courthouse, Purchasing Department, 730 Wisconsin Avenue, Racine WI 53403. The County reserves theright to accept alternate notice terms and provisions provided they meet theminimum requirements under Wisconsin law. INVITATION FOR BID - IFB # RC2002-1001 Page 7 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- 2. Acceptability. The insurance to be maintained by Contractor must be issued by a companylicensed or approved to transact business in the State of Wisconsin. Such insurance shall be placed with insurers with a Best's Policyholder’s Rating of “A”or better and with a financial rating of Class VII or greater, or be otherwiseacceptable to Racine County. All policies shall be subject to approval by theRacine County Corporation Counsel as to form and content. 3. Failure of Insurers. The Contractor shall be responsible for any delay resulting from the failure of anyinsurer to furnish proof of coverage in the prescribed form. 8.Verification of Coverage Prior to execution of the contract, Contractor shall furnish Racine County withcertificates of insurance and endorsements to the policies evidencing all coverages required by this Contract. Additionally, the declarations page for eachinsurance policy listed on the certificate of insurance shall be submitted to theCounty. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Thecertificates shall reference the contract and provide for thirty (30) days advancenotice of cancellation or non-renewal during the term of the contract. Racine County reserves the right to require complete, certified copies of all requiredinsurance policies at any time. The contractor shall provide proof that anyexpiring coverage has been renewed or replaced prior to the expiration of thecoverage. 9.Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated in this Agreement, including, but not limited to, naming the Insured Parties as additional insureds. The Contractor shall not allow any subcontractor to commence work until the aforementioned requirements are met. C.USE OF PREMISES The Successful Bidder(s), also referred to as Contractor, shall confine their equipment, the storage of materials and the operations of their work persons to the limits of the workarea or in accordance with the directions of the County, laws, ordinances and permits,and shall not unreasonably encumber the premises with their materials. All constructionmaterials, shelter, vehicle parking and storage shall be confined to site. Locations ofsuch storage shall be approved in advance by the County. The Contractor is responsible for any damage done to the building structure, existinghallways, doors etc., that is not part of the scope of work and was damaged during theconstruction period by the Contractor. INVITATION FOR BID - IFB # RC2002-1001 Page 8 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- The County shall have the right to use or occupy the premises and use the whole or any part of the work area as is possible without interference with the work prior to its final acceptance. Such use is not to be taken as an acceptance by the County of the whole or any part of the work performed under this contract. The Contractor is responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the prosecution of the work without additional expense. The Contractor is similarly responsible for all damages to persons or property that occurs because of their fault or negligence. The Contractor shall take proper safety and health precautions to protect the work, the workers, the public, and the property of others. The Contractor is also responsible for all materials delivered and work performed until completion and acceptance of the entire construction work, except for any completed unit of construction previously accepted. D.LIEN WAIVERS If Contractor requires multiple payments, all requests will be only for work completed at date of application. Lien Waivers will be provided. All necessary lien waivers are required with each request for payment. Lien waivers for first pay request total may be submitted at time of second pay request only if approvedby Owner. Accurate sequencing henceforth will be followed. Final lien waivers will beprocessed and ready for distribution to Owner prior to final payment being processed. All Lien waivers will contain the following language, clearly typed: “Except for retainage, if applicable, there are no outstanding Claims made against the Owner and/or its lenders and guarantors, or the Project, in connection with the work performed in the construction of the Project through the Period Date, except as set forth in Exhibit A attached hereto, if any, and no such claims set forth on Exhibit A have been included in the Application for Payment dated as of the Application Date.” E. BONDS 1.PERFORMANCE & PAYMENT BONDSWhen required by the Participating Public Agency, the Contractor shall furnish a Performance Bond and Labor and Materials Payment Bond covering the faithfulperformance of the contract and the payment of all obligations arising there underand complying with the requirements of Wisconsin’s law or the applicable state of the Participating Public Agency. Both bonds shall be in the amount of one hundredpercent (100%) of the contract amount and shall name the Participating PublicAgency as an oblige. Companies issuing bonds must be licensed to write bonds inthe state of the Participating Public Agency. The Contractor shall pay premiums forrequired bonds. Obtaining of bonds by the Contractor shall be a condition precedentto effectuation of the Master Agreement between the Participating Public Agency and Contractor. If additional work is authorized, the amount of the bonds shall beincreased to cover the value of the increased contract sum. INVITATION FOR BID - IFB # RC2002-1001 Page 9 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- F. PERMITS, CODES AND ORDINANCES Contractor shall, at his own expense, obtain all necessary permits and licenses and comply with municipal and State laws, ordinances, and regulations. Should any change in the plan and scope of work be required to conform to law and /or ordinances, Contractor shall notify the County before submitting his quote. After entering a contract, the Contractor shall be held to complete all work necessary to meet the above local requirements without extra expense to the County. G.STANDARDS AND JOB SITE SAFETY Contractor shall perform all work in accordance with the best present-day practices andconform and test in accordance with the applicable sections of the latest revisions of thecodes and standards listed in the scope of work. In the event of a conflict between thereferenced codes, standards, scope of work and plans, the one establishing the moststringent requirement will be followed. Contractor shall be totally responsible for initiating, instituting, enforcing, maintaining, and supervising all safety precautions and job site safety programs in connection withthe work. The Contractor shall take all reasonable precautions for the safety of all itsemployees and all other persons who may be on the job site. In that regard, Contractor shall comply with all applicable Federal, State, and local laws, ordinances, rules andregulations and order of any public authority having jurisdiction for the safety of personsor property or to protect them from damage, injury, or loss. Contractor shall erect and maintain as required by existing conditions and the progress of the work, all reasonablesafeguards for safety and protection, including posting of danger signs and otherwarnings against hazard, promulgating safety regulations and notifying owners andusers of adjacent utilities. County does require that Contractor comply, at a minimum,with the safety regulations of County as set out in the scope of work for this contract, toprotect County’s employees who may be on the job site. Enactment of safety precautions and regulations; placement and provision of safetymaterial, barricades, etc.; and use or provision of all required safety equipment shall bethe sole responsibility of the Contractor whose employees or subcontractors areexposed to the applicable hazard or whose work endangers surrounding persons, property, equipment, contractors, etc. H.INSPECTION/CLOSE OUT PROCEDURES All materials used and all work completed by the Contractor shall be always subject tothe examination, observation, and approval of the County. At their discretion, the County shall have the authority to suspend work that does notcomply with plans and scope of work and reject non-complying work and materialsprovided, however, that the failure of such inspector to reject non-complying work andmaterial shall not constitute a waiver by the County of any rights of the County. For final acceptance, the County shall inspect the work included in the contract as soonas practical after notification by the Contractor that such work has, in their opinion, beencompleted and final cleanup has been performed. Should the inspection disclose any INVITATION FOR BID - IFB # RC2002-1001 Page 10 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- work, in whole or in part, as being unsatisfactory, the County will give the Contractor the necessary instructions for correction of the same, and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection provided the work has been satisfactorily completed. I.BIDDER SUPPLIED DOCUMENTATION AND MATERIALS; CONFIDENTIALITY All Bidder-supplied materials, including the Bidder’s Bid, become the property of RacineCounty. Bidder acknowledges that Racine County is an “authority” for the purposes of the WPRL.Any information obtained by Racine County is considered public records and will besubject to disclosure under the WPRL, except for information falling within one of theexemptions therefrom. Racine County is required to and shall comply with the WPRL inrelation to any records, documents and information related to its dealings and relationship with the Bidder. Nothing in the Master Agreement shall be deemed orconstrued as a limitation on Racine County’s discretion relating to compliance with theWPRL or other applicable law. Notwithstanding the foregoing, if any of the material a Bidder provides is confidential oris a proprietary trade secret, Bidder may mark that material with a “Confidential” stamp. While Racine County will attempt to keep such information confidential, as an authority,it cannot guaranty that it will remain confidential. Racine County will endeavor to informBidders of a public records request to view or obtain such information. Any Bidder maycontest such a request at its sole expense. Racine County assumes no responsibility forany liability whatsoever in relation to its compliance with the WPRL. J.AFFIRMATIVE ACTION; NON-DISCRIMINATION Racine County is committed to fulfilling its role as an Affirmative Action/EqualOpportunity Employer. We request your vigorous support of our Affirmative Actionefforts. Our relationship with your agency is based upon your willingness to accept and comply with Executive Order 11246, as amended, and other federal laws requiring equalemployment opportunity without regard to race, religion, color, national origin, sex,disability or veteran status. By signing the Certification of Vendor, you indicate your acceptance and compliance. In connection with the performance of work awarded under this IFB, the Contractor agrees not to discriminate against any employee or applicant for employment because ofage, race, religion, color, handicap, sex, physical condition, developmental disability asdefined in Wis. Stat. § 51.01(5)(a), sexual orientation as provided in Wis. Stat. § 111.36,national origin, or military service as provided in Wis. Stat. § 111.355(1). This provisionshall include, but not be limited to the following: employment, upgrading, demotion, ortransfer; recruitment or recruitment advertising; layoff or termination; rates of pay orother forms of compensation; and selection for training, including apprenticeship. TheContractor further agrees to take affirmative action to ensure equal employmentopportunities. The Contractor agrees to post in conspicuous places, available foremployees and applicants for employment, notices to be provided by the contractingofficer setting forth the provisions of the non-discrimination clause (Wis. Stat. § 16.765 (2)). INVITATION FOR BID - IFB # RC2002-1001 Page 11 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- K. NATIONAL CONTRACT Subject to its fiduciary and statutory obligations, Racine County, as the Principal Procurement Agency, defined in Attachment D – National Cooperative Contract to be Administered by OMNIA Partners, has partnered with OMNIA Partners, Public Sector (“OMNIA Partners”) to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. Racine County is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”) and by using the Master Agreement, any such Participating Pubic Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Cooperative Purchasing Agreement, a form of which is attached hereto on Attachment D – National Cooperative Contract, or as otherwise agreed to. Attachment D – National Cooperative Contract contains additional information about OMNIA Partners and the cooperative purchasing agreement. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners public sector subsidiaries and affiliates, National IPA and U.S. Communities, our participants now have access to more competitively solicited and publicly awarded cooperative agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non-profits. OMNIA Partners provides shared services and supply chain optimization to government, education, and the private sector. With corporate, pricing and sales commitments from the Vendor, OMNIA Partners provides marketing and administrative support for the Contractor that directly promotes the Contractor’s products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Participating Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Contractor benefits from a contract that generally allows Participating Public Agencies to directly purchase goods and services without the Contractor’s need to respond to additional competitive solicitations. As such, the Contractor must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Contractor and respond to the OMNIA Partners documents (Attachment D). While no minimum volume is guaranteed to the awarded Contractor(s), the estimated annual volume of HVAC Products, Installation, Labor Based Solutions, and Related Products and Services purchased under the Master Agreement through OMNIA Partners is approximately $500M. This projection is based on the current annual volumes among the Racine County and other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and INVITATION FOR BID - IFB # RC2002-1001 Page 12 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- volume growth into other Public Agencies through a coordinated marketing approach between the awarded Bidder(s) and OMNIA Partners. The successful Bidder(s) will be required to sign Attachment D – National Cooperative Contract to be Administered by OMNIA Partners, Exhibit B – Administration Agreement. Contractors should have any reviews required to sign the document prior to submitting a response. Notwithstanding the foregoing, Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency. III.HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATEDPRODUCTS AND SERVICES The requirements identified in this section represent the products and services currentlybeing used and are the basis for the resulting contract. The following specifications are minimum acceptable requirements. Bid specifications may not be revised without an officialwritten addendum issued by the Purchasing Coordinator. A.DESCRIPTION OF WORK The expected outcome of this IFB is to enter into a contractual relationship with a business partner(s) who will provide a comprehensive selection of HVAC products and solutions, including complete turn-key services. Vendors are to provide a broad selection of HVAC EQUIPMENT, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES. The intent of this IFB is to provide Participating Public Agencies with products, services and turn-key solutions to meet their various needs. Therefore, the Vendors should have demonstrated experience in providing similar Products and Services as defined in this solicitation, including but not limited to: 1.HVAC Equipment and Products: This includes, but is not limited to, all commercialequipment such as chillers: air-cooled chillers, water-cooled chillers, compressor chillers,ancillary chiller water plant equipment and absorption liquid chillers; unitary systems thatcombine heating, cooling and fan sections: rooftop systems, split systems, self-containedsystems and water source heat pumps; air handling systems: performance air handlers, blowercoil air handlers, make-up air gas heating systems, air handler options and air cleaning options; terminal devices: unit heaters, unit ventilators, fan coil units, ventilation fans and variable airvolume; ductless variable refrigerant volume units; dedicated outdoor air systems; replacementcoils; automation equipment; parts and aftermarket products and any other HVAC products offered by Bidder. 2.Installation and Services: This includes, but is not limited to, any installation of newequipment, maintenance of existing systems, upgrading of existing infrastructure, turn-keyservices and any other installation and services offered by Bidder. 3.Related Products, Solutions, and Other Services: This includes, but is not limited to,new, and/or retrofitting older products and solutions, HVAC equipment controls, ancillaryservices, thermostats, sensors, energy programs, design and analysis tools, commissioning,building management and/or certifications, enterprise management, rental and lease services, financial services, training and/or educational services, municipal services, and any other INVITATION FOR BID - IFB # RC2002-1001 Page 13 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- related products and services offered by Bidder. B.TERM The term of the Master Agreement will be for five (5) years following the contract award date with the option to review for one (1) additional five (5) year period. The anticipated full term of the contract is ten (10) years. The awarded Bidder(s) shall have the right to enter local “service” agreements with Participating Public Agencies accessing the contract through OMNIA Partners, so long as the effective date of such agreement is prior to the expiration of the Contract. All local agreements may have a full potential term (any combination of initial and renewal periods) subject to the discretion of the Participating Public Agency. Any job orders, project agreements, or maintenance agreements executed against the Master Agreement during the effective term may survive beyond the expiration of the Master Agreement as established and agreed to by both parties. Racine County may terminate the Master Agreement without penalty due to the non- appropriation of funds, or for cause or convenience in accordance with the procedures set forth in the Master Agreement. Participating Agencies commonly require a modification to a term of the Contract (e.g., governing law). The awarded Bidder and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract. C. PRICING Labor rates should be based on regional and national rates. The Awarded Bidder may submit requests for labor rate increases on an annual basis, sixty (60) days prior to the anniversary contract date. Price increase requests are not automatic and must be approved by Racine County. The request for a change in the rate outside of the anniversary contract date shall include: (1) the cause for the adjustment and (2) the amount of the change requested with documentation to support the requested adjustment (i.e.: appropriate Bureau of Labor Statistics index). The pricing structure, or percent discount for product pricing should remain fixed for the term of the contract. The Awarded Bidder agrees to offer all future product and service introductions at similar pricing as that offered through this solicitation and contract. D.ALTERNATIVE COSTING METHOD If a project requires products and services that are not covered on the Bid Form or if a product or service is required that is more appropriate to be custom designed and manufactured to meet an individual project site’s conditions and/or provided for a unique application or project, the Contractor may use the alternative costing method as follows: INVITATION FOR BID - IFB # RC2002-1001 Page 14 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- The Contractor will be required to: Obtain three (3) written cost proposals from local providers: • Use the most advantageous cost proposals; • Apply the discount as submitted on the Response Form; and • All products and services falling under this category must be submitted in advance and approved by the Participating Public Agency prior to being included in any quote or proposal from the Contractor. E. PRICE LIST FOR ADDITIONAL PRODUCTS The intent is to enter into a Master Agreement for a complete line of HVAC products, installation, labor based solutions, and related products and services. Therefore, in addition to specific line items listed on the pricing schedules, Bidders are encouraged to provide Manufacturer’s Price Lists for additional related products including green products as well as current catalogs and price lists. Bidders shall attach to the Bid Form one (1) copy of one (1) price list or retail price sheet, clearly marking the column to which the discount is applied for each item listed. Manufacturer’s Price Lists shall be the currently published National Standard Manufacturer’s Price Lists. The Bidder’s Retail Price Sheets shall be the current Price Sheet at the time of bid submission. Bidders shall quote the percentage of discount from the Manufacturer’s Price List or Retail Price Sheet cited above and shall furnish a copy of same with the bid submission. Discounts must be stated as a single percentage. FAILURE TO PROVIDE THE MANUFACTURER’S PRICE LIST OR RETAIL PRICE SHEET MAY BE CAUSE FOR REJECTION OF THE BID. When award is made, current catalogs and price lists provided by the Bidder shall become a part of the contract. The Bidder’s name and address shall appear on all catalogs and price lists. Where the price list shows more than one (1) column of prices, Bidder shall clearly mark the column which represents its bid. If a fee or charge is to be made, it should be indicated on the Bid Form. F. SPECIAL OFFERS AND PROMOTIONS In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period. Contractor may offer Participating Agencies competitive pricing which is lower than the not-to-exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. IV. BID SUBMITTAL INSTRUCTIONS To adequately review bids uniformly and objectively, all bids should be submitted according to the format detailed below. The bid should be prepared simply and economically, providing straightforward and concise information as requested. Use of existing materials, brochures and other standard preprinted materials containing information responsive to the requests in the solicitation, if available, are encouraged as a method to reduce your response time. However, unnecessary elaborate brochures or other presentations beyond that required to present a complete and effective bid are not desired. Racine County reserves the right to reject any bid not properly formatted. INVITATION FOR BID - IFB # RC2002-1001 Page 15 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- A. CERTIFICATION OF VENDOR PAGE Place this page on top of the original and each copy of your complete bid. See page 23. B. TABLE OF CONTENTSInclude clear identification of the material to be used. C.EXECUTIVE SUMMARYLimit to one or two pages. Briefly state the Bidder’s understanding of the service to beprovided and a positive commitment to perform the services as defined in the IFB. D.RESPONSIBLE BIDDERFailure of Bidder to provide the required information, may result in a determination that Bidder is a non-responsive bidder. If Bidder does not adequately demonstrate the minimum qualifications, as outlined throughout this section, Bidder may be deemed not qualified and responsible. Bidders must demonstrate that they have the resources and capability to provide the materials and services described herein. The following minimum criteria shall be met to be eligible for this contract: •Bidders shall demonstrate that they are financially stable; •Bidder shall have been in business providing similar service for at least the last three (3) years; •Bidders should have the capability of providing a combination of products, services, consulting, or other labor-based solutions to accommodate the range of products and services utilized by Participating Public Agencies; and •Bidders shall be properly licensed and incorporated to do business in the State of Wisconsin. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder’s past work with Racine County and Racine County employees. In addition to the pricing and certification information indicated under item D. Award under V. Award Information, Bidders will submit the following items with their bid: 1.Include a detailed response to Attachment D, Exhibit A, OMNIA Partners Response for National Cooperative contract, to show proof of organizational capacity, equipment, and technical competency. a.Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency.b. The lowest responsible Bidder(s) will be required to sign Attachment D,Exhibit B, OMNIA Partners Administration Agreement. c. If applicable, provide a sample of additional agreements thatParticipating Public Agencies may be asked to sign.2.Provide proof of a positive balance sheet and profitable business operations fortwo (2) of the last three (3) years.3.Provide business license and applicable information that Bidder can do businessin the State of Wisconsin. List the states where other business or contractorlicenses are held.4.Proof of insurance. INVITATION FOR BID - IFB # RC2002-1001 Page 16 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- 5.Describe Bidder’s bonding capacity and capability of securing high dollarPerformance Bonds. 6.A completed and signed W-9 Request for Taxpayer Identification Number andCertification form.7.Furnish background of Bidder, including such information as size of the firm, legal status (corporation or partnership, etc.) lines of business, management andtechnical expertise, financial position, and years in business. Include any uniqueapproaches or techniques developed and used by the firm.8.Provide a minimum of three (3) comparable references of current work beingperformed. Information shall include name, phone number, fax number and emailaddress of a person that may be contacted. Ideally, at least two (2) referenceswill be with a government facility of similar size. Also include a brief descriptionof the projects. Bidder’s may use the Reference sheets enclosed in this IFB.9.To further demonstrate similar experience and provide proof of performance:a. Include a detailed description of the Services Bidder can perform,including training, start-up and commissioning services, installation, maintenance, turn-key services, project approach to IndoorEnvironmental Quality (IEQ), repair services, rentals, leases,equipment upgrades, and any other services provided by the Bidder. •Identify the manufacturer products/brands the Bidder can serviceand support. •Stipulate the minimum work crew that will be made available at alltimes, ensuring timely and effective project completion. A projectforeman, fluent in English, must be onsite during all constructionactivities and have authority to act on behalf of the Bidder. Eachsite work crew must have at least one journeyman assigned. •Describe how Bidder selects sub-contractors for service and/orinstallation and how Bidder ensures customer satisfaction related to the sub-contractors. •Describe Bidder’s company’s process for submitting a test andbalance report for each piece of equipment installed, includingitems that will be covered in the test and balance report. •Describe Bidder’s company’s process for delivering acomprehensive commission plan at least two (2) weeks prior tostart-up, including details of what will be covered in the plan. •Describe Bidder’s company’s scope of work for preventativemaintenance work. •Describe and define all scenarios in which additional chargeswould apply outside of routine preventive maintenance. •Describe Bidder’s methodologies for assisting Participating PublicAgencies with recommendations on repairs and upgrades fromdefining the repair/upgrade through the completion of work. •Describe Bidder’s firm’s process for notifying a Participating PublicAgency when personnel are going to be in a facility, arrival and departure time and the work performed. How does Bidder handlerequirements for sign-off of work prior to leaving a facility?b. Describe Bidder’s ability to provide temporary cooling/chiller units.c.Describe in detail the depth of product and services Bidder provides andany related products or services being offered. Include: INVITATION FOR BID - IFB # RC2002-1001 Page 17 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- • A description of the Products, including all related components and parts to be provided by the major product category. • A catalog or brochure type information as applicable. • A matrix breaking out product information on all products, options, accessories such as product type, capacity range, standard warranty information, extended warranty information, estimated lead time/delivery time, etc. • All necessary technical information relating to operation of equipment and systems, along with list of spare parts recommended by manufacturers with part numbers needed to maintain and efficiently run the systems and equipment. d. Describe Bidder’s record keeping and processing system for work performed. Include: • Bidder’s ability to provide online access to records. • State any options for expediting delivery of product. • State backorder policy. Does Bidder fill or kill order and require Participating Public Agency to reorder if item is backordered? • State restocking procedures for returning products, if applicable. • Describe any special programs offered that will improve customers’ ability to access Products and Services, on-time delivery, or other innovative strategies. • Describe the capacity of Bidder to broaden the scope of the contract and keep the product and service offerings current and ensure the latest products, standards and technology for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. • Describe your Bidder’s safety policy and/or program, including how the policy is communicated to employees, whether the employees are evaluated on safety, and if any employees are dedicated to safety. • Describe Bidder’s quality control processes. • Describe Bidder’s problem escalation process. • Describe how customer complaints are measured and categorized. What processes are in place to know that a problem has been resolved? • Describe Bidder’s post-installation support and warranty specifics. Include both product and installation warranty information. • Describe the process for replacement or repair of defective products and warranty related issues. • Describe how Bidder evaluates and determines unit repair versus unit replacement. • Identify all other companies that may be involved in processing, handling, shipping, products and/or services. • Provide the number, size and location of Bidder’s distribution facilities, warehouses, and retail network as applicable. • Provide order information to include available ordering methods and available payment terms. • Provide the number and location of support centers (if applicable). INVITATION FOR BID - IFB # RC2002-1001 Page 18 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- • Describe Bidder’s customer service department staffing levels, hours of operation and other relevant details. • Describe the process for ordering when supply of a unit and installation is involved, specifically addressing whether one purchase order is required for the entire project, or if separate purchase orders are required for ordering the product and securing installation services. • Describe Bidder’s internal management system for processing orders from point of customer contact through delivery and billing. Please state if Bidder uses single system or platform for all phases of ordering, processing, delivery, and billing. • Describe the capacity of Bidder to provide management reports, i.e., commodity histories, procurement card histories, green spend, etc. for each Participating Public Agency. E. BID FORM CRITERIA All pricing submitted using the Bid Form (Attachment C) or a document using the same requested information in the same format. The Bid form shall be inclusive of all fees and service/shipping charges. All prices are FOB destination. Additional pages and pricing information may be included. Bidder shall also be responsible for compliance with any federal, state, or local prevailing wage laws. Price/Discounts should remain firm and will include all charges that may be incurred in fulfilling requirements. Invoices may be audited on a random basis along with the necessary supporting documentation. Billing errors will be promptly adjusted. As part of the bid, Bidders shall provide the following: • Details of any proposed additional discounts for volume orders, special offers, minimum order quantity, free goods program, total annual spend. • Comprehensive Product Offering Bidder(s) awarded under this IFB may offer their complete product and service offering/balance of line. Pricing for complete product offering/balance of line items will be determined by a percentage discount from a price list or catalog, or fixed price, or a combination of both with indefinite quantities. Prices listed will be used to establish the extent of a Bidder’s product lines, services, warranties, etc. that are available from Bidder and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Bidders may elect to limit their bids to any category or categories. Where the price list shows more than one column of prices, Bidder shall clearly mark the column which represents the discounted pricing to Participating Public Agencies. • Federal Funding Pricing Due to products and services potentially being used in bid to an emergency or disaster recovery situation in which federal funding may used, if not already INVITATION FOR BID - IFB # RC2002-1001 Page 19 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- incorporated as part of the bid, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Bidder is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. V. AWARD INFORMATION A. COMPLIANCE WITH IFB Bids submitted must be in strict compliance with the terms of the solicitation. Failure to comply with all provisions of the IFB may result in disqualification. B. CONDITIONS OF AWARD All Bidders, by submission of their respective bids, agree to abide by the rules, regulations, procedures, and decisions of Racine County. C. QUALIFYING BIDDERS Failure of Bidder to provide the required information, may result in a determination that Bidder is a non-responsive Bidder. If Bidder does not adequately demonstrate the necessary qualifications, as outlined throughout Section IV. Bid Submittal Instructions, and submit the information indicated under item D. Responsible Bidder, Bidder may be deemed not qualified and/or responsible. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder may be deemed not qualified and/or responsible. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder’s past work with Racine County and Racine County employees. D. AWARD Utilizing the two-step process set forth herein, it is the intent of the County to award the Contract to the lowest responsive responsible Bidder provided the bid has been submitted in accordance with the requirements of the Contract Documents, the Bidder is adequately qualified, and the bid does not exceed the funds available. Racine County reserves the right to make an award as deemed in its best interest, which may include awarding to a single bidder or multiple bidders; or to award the whole bid, only part of the bid, or none of the bid to single or multiple bidders, based on its sole discretion of its best interest, together with compliance with applicable law. Intent to award will not be made and a contract will not be executed until Racine County, at its sole discretion, accepts a bid. RACINE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY TECHNICALITY OR ERROR IN ANY BID OR PART THEREIN, AND TO ACCEPT THE SAME OR COMBINATIONS, IN WHOLE OR IN PART, WHICHEVER IS DEEMED TO BE IN THE BEST INTEREST OF RACINE COUNTY IN ITS SOLE AND EXCLUSIVE DISCRETION. While not all inclusive, the following items may be used when determining if a Bidder is considered responsive and responsible: work schedule, INVITATION FOR BID - IFB # RC2002-1001 Page 20 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- technical competency, ability to render satisfactory service, past performance, reputation for providing a quality product, timely delivery of products and/or services, financial ability, bonding, experience in performance of similar work, references, equipment, and capacity. For the first step of the bidding process, Bidders will submit their sealed bids with all requested information, to include Certification of Vendor and Attachment C – Bid Form, by the due date and time outlined in this IFB. After the due date and time, all Bidders will be evaluated to determine if they are responsive, responsible, and qualified. Each Bidder determined to be responsive, responsible, and qualified shall be determined to be a “Responsible Bidder.” As part of the first step of the bidding process, Racine County may seek additional information or clarification from one or more of the Bidders. If Bidder does not adequately demonstrate the necessary minimum qualifications, Bidder may be deemed not qualified and/or responsible. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder’s past work with Racine County and Racine County employees. Award may be made without discussion with Bidder, therefore, Bidders are cautioned that Bidders should be submitted initially on the most favorable terms. For the second step of the bidding process, Racine County will distribute to each Responsible Bidder a Sample Project Form to determine which Responsible Bidder(s) constitute the lowest responsible bidder(s) when the bid responses are applied to actual (hypothetical) projects. As indicated in Section I. Project Overview, when responding to the Sample Project Form, Responsible Bidders are required to USE THE SAME LINE ITEM PRICING from Attachment C – Bid Form and apply them to the Sample Projects Form (to be supplied to Responsible Bidders as part of Step-One); a reduction in price for the sample projects outlined in a Responsible Bidder’s Sample Project Form will not be allowable. The final basis for award and lowest responsible Bidder(s) will result from the lowest total dollar amount of the combined sample projects. E.TIE BIDS If two (2) or more Bidders submit identical bids, the decision of the County to makeaward to one or more of such Bidders shall be final. F.NOTICE OF ACCEPTANCE Racine County will notify the lowest responsible and responsive Bidder(s) as soon aspractical of the selection. Written notice of award to Bidder(s) in the form of a letter,contract or otherwise, mailed or delivered to the address shown on the Certification ofVendor page will be considered sufficient notice of acceptance of bid. INVITATION FOR BID - IFB # RC2002-1001 Page 21 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- REFERENCES HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES List three (3) references for construction services to that requested in this IFB. 1.Company: ________________________________________________ Address: _________________________________________________ Contact Person: ________________________________ Phone: ______________ Email address: ___________________________________ Description of project: ____________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ 2.Company: ________________________________________________ Address: _________________________________________________ Contact Person: ________________________________ Phone: ______________ Email address: ___________________________________ Description of project: ____________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ 3.Company: ________________________________________________ Address: _________________________________________________ Contact Person: ________________________________ Phone: ______________ Email address: ___________________________________ Description of project: ____________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ INVITATION FOR BID - IFB # RC2002-1001 Page 22 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- CERTIFICATION OF VENDOR HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES The undersigned, submitting this Bid, hereby agrees with all the terms, conditions, and specifications required by the County in this IFB and declares that the attached Bid is in conformity therewith. The undersigned attests to the following: • I have reviewed in detail the IFB and all related attachments and information provided by Racine County before submitting this Bid. • I have full authority to make such statements and to submit this Bid as the duly recognized representative of the Bidder. SIGNATURE: ______________________________________________________ PRINT NAME: _____________________________________________________ TITLE: ___________________________________________________________ COMPANY: _______________________________________________________ ADDRESS: _______________________________________________________ CITY, STATE, ZIP: _________________________________________________ TELEPHONE: ________________________ FAX: _______________________ E-MAIL: __________________________________________________________ DATE: ___________________________________________________________ INVITATION FOR BID - IFB # RC2002-1001 Page 23 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- Attachment A 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. INVITATION FOR BID - IFB # RC2002-1001 Page 24 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- Attachment B Federal Grant Funding Addendum For more information on Federal Grant Funding for ESSER and GEER, please click on the following link: https://www.hcps.org/departments/docs/BusinessServices/Purchasing/FAQs_ESSER_GEER.pdf for Frequently Asked Questions on Elementary and Secondary School Emergency Relief (ESSER) Programs Governor’s Emergency Education Relief (GEER) Programs (U.S. Department of Education Washington, D.C. 20202, May 2021). For more information on Federal Grant Funding for HEERF, please click on the following link: https://www2.ed.gov/about/offices/list/ope/arpfaq.pdf for Higher Education Emergency Relief (HEERF) Fund III Frequently Asked Questions (American Rescue Plan Act of 2021 Published May 11, 2021, updated May 24, 2021). INVITATION FOR BID - IFB # RC2002-1001 Page 25 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- Attachment C Bid Form (To be submitted in a sealed envelope or box as indicated) Bid Form documents are provided. A discount percentage or structure must be clearly delineated. The Bid form shall be inclusive of all fees and service/shipping charges. All prices are FOB destination. Additional pages and pricing information may be included. 1. Definitions Labor Wage Classification Definitions - definitions as used herein for establishing labor rates. Participating Public Agencies may choose to establish alternative definitions. LABOR WAGE CLASSIFICATION DEFINITIONS Architect Professional licensed designer providing Architectural drawings. Asbestos Worker Worker who removes and disposes of asbestos materials. Boilermaker Worker who assembles boilers, tanks, vats and pressure vessels. The duties of the boilermaker include welding, acetylene burning, riveting, caulking, rigging, fitting up, grounding, reaming and impact machine operating. Carpenter Worker who builds wood structures or structures of any material which has replaced wood. Includes rough and finish carpentry, hardware and trim. Carpet/Floor Installer Worker who installs carpet and/or floor coverings and vinyl tile. Commissioning Agent Agent who ensures proper installation and operation of technical building systems. Concrete Finisher Worker who floats, trowels, and finishes concrete. Data Communications / Telecommunications Installer Worker who installs data/telephone and television cable and associated equipment and accessories. Delivery Personnel Worker who can deliver materials to other HVAC personnel as well as work as a second man on jobs if necessary. Drafting Worker who provides detail engineering drawings utilizing CADD type documents. Drywall/Ceiling Installer Worker who installs metal framed walls and ceilings, drywall coverings, ceiling grids and ceilings. Duct Cleaner Worker who cleans air conveyance systems using compressed air tools and mechanical agitation devices to dislodge dirt and other contaminants from the ductwork and other HVAC components. Electrician Skilled craftsperson who installs or repairs electrical wiring and devices. Includes fire alarm systems and HVAC electrical controls. LABOR WAGE CLASSIFICATION DEFINITIONS (continued) INVITATION FOR BID - IFB # RC2002-1001 Page 26 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- Elevator Mechanic Craftsperson skilled in the installation and maintenance of elevators. Engineering Designer Professional licensed engineer. An Engineering Designer is not a requirement of this solicitation but may be beneficial for Participating Public Agencies to utilize should they choose. In such case, an Engineering Design may lay out HVAC, plumbing, electrical, structural, or civil systems. Fire Proofing Installer Worker who sprays or applies fire proofing materials. Geothermal Well Field Labor Worker who lays coiled pipe and tests and connects to HVAC equipment in earthen trench. Glazier Worker who installs glass, glazing and glass framing. Heavy Equipment Operator Equipment operator that operates the following, including but not limited to, all Cat tractors, all derrick-powered, all power operated cranes, back-hoe, back filler, power operated shovel, winch truck, all trenching machines. HVAC Building Automation Technician Worker who can work on low temperature refrigeration equipment as well as small commercial equipment under 60 tons. HVAC Commercial A/C Technician Worker who can work on large commercial up to 3000 tons. HVAC Light Commercial Worker who can work on small commercial up to 25 tons. HVAC Duct Installer Worker who installs ductwork. Assists with some equipment installation. HVAC Field Supervisor Worker who monitors quality as well as provide technical support to all other HVAC technician skill levels. HVAC Filter Technician Worker who changes filters in all types of HVAC equipment as well as minor maintenance on light commercial equipment such as changing worn belts. HVAC Helper Worker who can assist a commercial or refrigeration technician as well as perform minor analysis and repairs on equipment under 30 tons. HVAC Refrigeration Technician Worker who can work on low temperature refrigeration equipment as well as small commercial equipment under 60 tons. Insulator Worker who applies, sprays or installs insulation. Iron Worker Skilled craftsperson who erects structural steel framing and installs structural concrete rebar. Laborer/Helper Worker qualified for only unskilled or semi-skilled work, including but not limited to, lifting, carrying materials and tools, hauling, digging, clean-up. Lather/Plasterer Worker who installs metal framing and lath. Worker who applies plaster to lathing & installs associated accessories Light Equipment Operator Includes, but is not limited to, operation of air compressors, truck crane driver, flex plane, building elevator, form grader, concrete mixer (less than 14cf), conveyer. Mason, Bricklayer Craftsperson who works with masonry products, stone, brick, block, or any material substituting for those materials and accessories. LABOR WAGE CLASSIFICATION DEFINITIONS (continued) INVITATION FOR BID - IFB # RC2002-1001 Page 27 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- Metal Building Assembler Worker who assembles pre-made metal buildings. Millwright Mechanic specializing in the installation of heavy machinery, conveyance, wrenches, dock levelers, hydraulic lifts and align pumps. Painter/Wall Covering Installer Worker who prepares wall surfaces & applies paint and/or wall covering, tape and bedding. Pipefitter Trained worker who installs piping systems, chilled water piping and hot water (boiler) piping, pneumatic tubing controls, chillers, boilers and associated mechanical equipment. Plumber Skilled craftsperson who installs domestic hot & cold-water piping, waste piping, storm system piping, water closets, sinks, urinals, and related work. Project Engineer A Project Engineer is not a requirement but may be beneficial for Participating Public Agencies to utilize should they choose. In such case, a Project Engineer may monitor engineering documents as well as provide technical support regarding the engineering plans and specifications as designed by the Professional Engineer. Worker may be responsible for maintaining project status and reports. Project Manager Worker who monitors quality as well as provide technical support to all other HVAC technician skill levels and is responsible for maintaining project status and reports. Project Administrator Worker who provides administrative support to all technician skill levels and is responsible for all administrative functions of the project such as billings, contracts, work orders, legal requirements, purchase orders, sales tax certificates as well as proper record keeping. Roofer Worker who installs roofing materials, Bitumen (asphalt and coal tar) felts, flashings, all types roofing membranes & associated products. Sheet Metal Worker Worker who installs sheet metal products. Roof metal, flashings and curbs, ductwork, mechanical equipment and associated metals. Sprinkler Fitter Worker who installs fire sprinkler systems and fire protection equipment. Terrazzo Worker Craftsperson who places and finishes Terrazzo. Tile Setter Worker who prepares wall and/or floor surfaces & applies ceramic tiles to these surfaces. Water Proofer/Caulker Worker who applies water proofing material to buildings. Products include sealant, caulk, sheet membrane, liquid membranes, sprayed, rolled, or brushed. Test and Balance Technician Certified technician per AABC or NEBB standards trained to perform water and air balance. Also provides sound and vibration testing and preparing of certified reports. Infrared Technician Worker who utilizes infrared photography to determine location of thermal heat losses. INVITATION FOR BID - IFB # RC2002-1001 Page 28 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- LABOR WAGE CLASSIFICATION DEFINITIONS (continued) Water Treatment Technician Certified technician who is trained to evaluate analytical test results on boiler system water, condenser water, and chill water samples and to make appropriate recommendations regarding residual levels, cycles, and feed rates. INVITATION FOR BID - IFB # RC2002-1001 Page 29 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM SECTION A Product Pricing Bidder shall include all product pricing using this format as pricing utilized on this form should be consistent with the individual pricing scenarios that are to be distributed to responsive, responsible, and qualified Bidders. Use additional space as necessary. MFG Part No. Product Name Product Description List Price % Discount off List Price Net Price INVITATION FOR BID - IFB # RC2002-1001 Page 30 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION B Labor Rates Normal business hours are defined as: ____________________________ Overtime hours are defined as: ____________________________ Holiday hours are defined as: ____________________________ For all applicable Labor Classifications, using the below format, Bidder shall provide labor rates by geographic areas, regions, zones or other means for pricing nationally as sample projects included in Step-Two will be diverse project types including projects from different states and regions outside of Racine County and Wisconsin. Participating Public Agencies may have differing needs and requirements depending on the scope of their project(s); Participating Public Agencies may determine the appropriate Labor Classifications at their discretion. If Bidder is unable to provide one or more of the Labor Classifications below (either as part of their primary staff or as a subcontractor), Bidder should notate that in their response. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible, responsive, and qualified Bidders. Hourly Rate Item Labor Classification Normal Business Hours Overtime Holiday 1 Architect 2 Asbestos worker 3 Boilermaker 4 Concrete finishers 5 Delivery personnel 6 Drafting 7 Drywall and ceiling installers 8 Electricians 9 Engineering design 10 Geothermal well field labor 11 Heavy equipment operators 12 HVAC commercial A/C technician 13 HVAC light commercial 14 HVAC helper 15 HVAC field supervisor INVITATION FOR BID - IFB # RC2002-1001 Page 31 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION B Labor Rates (Cont'd) Hourly Rate Item Labor Classification Normal Business Hours Overtime Holiday 16 HVAC refrigeration technician 17 HVAC duct installer 18 HVAC filter technician 19 HVAC building automation technician 20 Infrared technician 21 Insulators 22 Laborers 23 Light equipment operators 24 Metal building assembler 25 Millwrights 26 Operating engineer 27 Painters, wall covering installers 28 Pipefitters 29 Plasterers 30 Plumbers 31 Project manager 32 Project administrator 33 Project engineering 34 Roofers 35 Sheet metal workers 36 Test and balance technician 37 Tile setters 38 Water Proofers, caulkers 39 Water treatment technician Use additional space as necessary to add any additional labor categories. INVITATION FOR BID - IFB # RC2002-1001 Page 32 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION C Additional Costs INSTRUCTIONS: Bidder shall utilize net product prices and labor rates listed in Sections A and B of this Bid Form to determine cost for installation of new equipment, maintenance of existing systems, upgrading of existing infrastructures, turn-key services and any other installation and services offered. If there are other elements that should also be taken into consideration, Bidder shall list these elements below and any associated pricing. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible, responsive, and qualified Bidders. Any Additional Pricing Elements for Installation, Maintenance, Upgrades and Turn-Key Services Cost List any other elements to be taken into consideration for installation, maintenance, upgrades and turn-key services INVITATION FOR BID - IFB # RC2002-1001 Page 33 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION D Additional Costs Use the below space to provide pricing for any related products and services your company wishes to be considered. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible, responsive, and qualified Bidders. Product or Service Cost Use additional space as necessary INVITATION FOR BID - IFB # RC2002-1001 Page 34 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION E Additional Discounts Insert additional lines as necessary. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible, responsive, and qualified Bidders. ADDITIONAL DISCOUNTS/INCENTIVES COST Additional Discounts for volume (i.e., price breaks for multiple products/services, etc.) $ $ $ $ Any additional pricing incentives, discounts, or rebates such as for large volume purchases and services, total spend, etc. $ $ $ $ Any additional pricing discounts for the purchase of products and services for groups of Participating Public Agencies in a local geographic area that desire to combine requirements, i.e., local city, county, school district, housing authority, transit authority, etc. $ $ $ $ Version April 12, 2022 ATTACHMENT D Requirements for National Cooperative Contract To Be Administered by OMNIA Partners The following documents are used in reviewing and administering national cooperative contracts and are included for Supplier’s review and bid. Exhibit A – Response for National Cooperative Contract Exhibit B – Administration Agreement, Example Exhibit C – Master Intergovernmental Cooperative Purchasing Agreement, Example Exhibit D – Principal Procurement Agency Certificate, Example Exhibit E – Contract Sales Reporting Template Exhibit F – Federal Funds Certifications Exhibit G – New Jersey Business Compliance Exhibit H – Advertising Compliance Requirement Version April 12, 2022 Exhibit A Response for National Cooperative Contract 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Vendor (sometimes referred to as ‘Supplier’) and OMNIA Partners. 1.1 Requirement Racine County, Wisconsin (hereinafter defined and referred to as “Principal Procurement Agency”), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners”), is requesting bids for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. The intent of this Invitation for Bid is any contract between Principal Procurement Agency and Vendor resulting from this Invitation for Bid (“Master Agreement”) be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners’ cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Vendor and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners. All transactions, purchase orders, invoices, payments etc., will occur directly between the Vendor and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Vendor for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Vendor is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Vendors based on OMNIA Partners’ requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Vendors on a national level in order to serve Participating Public Agencies through OMNIA Partners. Version April 12, 2022 These requirements are incorporated into and are considered an integral part of this IFB. OMNIA Partners reserves the right to determine whether to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this IFB acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales, partnership development and administrative support for Vendor pursuant to this section that directly promotes the Vendor’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Vendor a Director of Partner Development who will serve as the main point of contact for the Vendor and will be responsible for managing the overall relationship between the Vendor and OMNIA Partners. The Director of Partner Development will work with the Vendor to develop a comprehensive strategy to promote the Master Agreement and will connect the Vendor with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners marketing team will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A. Marketing collateral (print, electronic, email, presentations) B. Website C. Trade shows/conferences/meetings D. Advertising E. Social Media The OMNIA Partners sales teams will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Vendor teams Version April 12, 2022 The OMNIA Partners contracting teams will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Vendor teams D. Regular business reviews to monitor program success E. General contract administration Vendors are required to pay an Administrative Fee of 3% of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Invitation for Bid. Vendor will be required to execute the OMNIA Partners Administration Agreement (Exhibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $500M annually. While no minimum volume is guaranteed to Vendor, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Vendor and OMNIA Partners. 1.4 Award Basis The basis of any contract award resulting from this IFB made by Principal Procurement Agency will, at OMNIA Partners’ option, be the basis of award on a national level through OMNIA Partners. If multiple Vendors are awarded by Principal Procurement Agency under the Master Agreement, those same Vendors will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g., governing law) are subject to modification for each Participating Public Agency as Vendor and such Participating Public Agency may agree without being in conflict with the Master Agreement as a condition of the Participating Agency’s purchase and not a modification of the Master Agreement applicable to all Participating Agencies. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (e.g., governing law, invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, etc.) (“Supplemental Agreement”). It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage Version April 12, 2022 legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. In instances where supplemental terms and conditions create additional risk and cost for Vendor, Vendor and Participating Public Agency may negotiate additional pricing above and beyond the stated contract not-to-exceed pricing so long as the added price is commensurate with the additional cost incurred by the Vendor. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Vendor (Contract Sales are reported to OMNIA Partners). All signed Supplemental Agreements and purchase orders issued and accepted by the Vendor may survive expiration or termination of the Master Agreement. Participating Agencies’ purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Vendor is responsible for reporting all sales and paying the applicable Administrative Fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This IFB is intended to achieve the following objectives regarding availability through OMNIA Partners’ cooperative program: A.Provide a comprehensive competitively solicited and awarded national agreementoffering the Products covered by this solicitation to Participating Public Agencies; B.Establish the Master Agreement as the Vendor’s primary go to market strategy to Public Agencies nationwide; C.Achieve cost savings for Vendor and Public Agencies through a single solicitationprocess that will reduce the Vendor’s need to respond to multiple solicitations andPublic Agencies need to conduct their own solicitation process; D.Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Vendor entering into the Master Agreement, which would be available to all Public Agencies, Vendor must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Vendor. 2.1 Corporate Commitment Vendor commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Vendor’s executive management, (2) the Master Agreement is Vendor's primary “go to market” strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Vendor will transition existing customers, upon their request, to the Master Agreement, and (4) that the Vendor has read and agrees to the terms and Version April 12, 2022 conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Vendor will identify an executive corporate sponsor and a separate national account manager within the IFB response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Vendor commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Vendor will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Vendor commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Vendor commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Vendor also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Vendor were not awarded the Master Agreement. 3.0 VENDOR BID Vendor must supply the following information for the Principal Procurement Agency to determine if Vendor is qualified and responsible to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 3.1 Company A. Brief history and description of Vendor to include experience providing similar products and services. B. Total number and location of salespersons and/or project managers employed by Vendor to help support Participating Public Agencies. C. Number and location of support centers (if applicable) and location of corporate office. D. Annual sales for the three previous fiscal years. a. Submit FEIN and Dunn & Bradstreet report. E. Describe any green or environmental initiatives or policies. F. Describe any diversity programs or partners Vendor does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Version April 12, 2022 G. Indicate if Vendor holds any of the below certifications in any classified areas and include proof of such certification in the response: a. Minority Women Business Enterprise Yes No If yes, list certifying agency: ___________________________________ b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Yes No If yes, list certifying agency: ___________________________________ c. Historically Underutilized Business (HUB) Yes No If yes, list certifying agency: ___________________________________ d. Historically Underutilized Business Zone Enterprise (HUBZone) Yes No If yes, list certifying agency: ___________________________________ e. Other recognized diversity certificate holder Yes No If yes, list certifying agency: ____________________________________ H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. I. Describe how Vendor differentiates itself from its competitors. J. Describe any present or past litigation, bankruptcy or reorganization involving Vendor. K. Felony Conviction Notice: Indicate if the Vendor a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L. Describe any debarment or suspension actions taken against Vendor 3.2 Distribution, Logistics A. Each offeror awarded under this IFB may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by Vendor. B. Describe how Vendor proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Version April 12, 2022 C. Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. E. Provide the number, size and location of Vendor’s distribution or other operations facilities, warehouses, and/or retail network as applicable. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as Vendor’s primary go to market strategy for Public Agencies to Vendor’s teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Vendor’s national sales force with participation from the Vendor’s executive leadership, along with the OMNIA Partners team within first 90 days B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Vendor, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Vendor’s website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner Vendors. Booth space will be purchased and staffed by Vendor. In addition, Vendor commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. Version April 12, 2022 vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners internet web-based homepage on Vendor’s website with: • OMNIA Partners standard logo; • Copy of original Invitation to Bid; • Copy of Master Agreement and amendments between Principal Procurement Agency and Vendor; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners’ website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners C. Describe how Vendor will transition any existing Public Agency customers’ accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Vendor holds and describe how the Master Agreement will be positioned among the other cooperative agreements. D. Acknowledge Vendor agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. E. Confirm Vendor will be proactive in direct sales of Vendor’s goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Vendor’s sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive F. Confirm Vendor will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process Version April 12, 2022 iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts H. Describe in detail how Vendor’s national sales force personnel and/or project managers are structured, including contact information for the highest-level executive in charge of the sales and/or project management team. I. Explain in detail how the sales or project management teams will work with the OMNIA Partners team to implement, grow and service the national program. I. Explain in detail how Vendor will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. J. State the amount of Vendor’s Public Agency sales for the previous fiscal year. Provide a list of Vendor’s top 3 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. K. Describe Vendor’s information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. L. Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Vendor will guarantee each year under the Master Agreement for the initial three years of the Master Agreement (“Guaranteed Contract Sales”). Version April 12, 2022 $_______.00 in year one $_______.00 in year two $_______.00 in year three To the extent Vendor guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Vendor may respond with lower pricing through the Master Agreement. If Vendor is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple bid and/or proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional bid/proposal. Detail Vendor’s strategies under these options when responding to a solicitation. Version April 12, 2022 Exhibit B Administration Agreement, Example ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this “Agreement”) is made this ___ day of ______ 20__, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners”), and ________________ (“Supplier”). RECITALS WHEREAS, the ___________________ (the “Principal Procurement Agency”) has entered into a Master Agreement effective _________________, Agreement No_______, by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the “Master Agreement”), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of ____________________________ (the “Product”); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, “Public Agencies”), that register (either via registration on the OMNIA Partners website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a “Participating Public Agency”) may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners to Public Agencies; WHEREAS, OMNIA Partners serves as the cooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners and Supplier. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. Version April 12, 2022 TERMS AND CONDITIONS 2.The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier’s response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3.OMNIA Partners shall be afforded all of the rights, privileges and indemnificationsafforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier’s obligation to obtain appropriate insurance. 4.OMNIA Partners shall perform all of its duties, responsibilities and obligations as thecooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners solely in its capacity as the cooperative contract administrator under the Master Agreement. 5.With respect to any purchases by Principal Procurement Agency or any ParticipatingPublic Agency pursuant to the Master Agreement, OMNIA Partners shall not be: (i) construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6.OMNIA Partners shall not be responsible for Supplier’s performance under the MasterAgreement, and Supplier shall hold OMNIA Partners harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7. Supplier acknowledges that, in connection with its access to OMNIA Partners confidential information and/or supply of data to OMNIA Partners, it has complied with and shall continue to comply with all laws, regulations and standards that may apply to Supplier, including, without limitation: (a) United States federal and state information security and privacy statutes, regulations and/or best practices, including, without limitation, the Gramm-Leach-Bliley Act, the Massachusetts Data Security Regulations (201 C.M.R. 17.00 et. seq.), the Nevada encryption statute (N.R.S. § 603A), the California data security law (Cal. Civil Code § 1798.80 et. seq.) and California Consumer Privacy Act (Cal. Civil Code § 1798.100 et. seq.); and (b) applicable industry and regulatory standards and best practices (collectively, “Data Regulations”). With regard to Personal Information that Supplier collects, receives, or otherwise processes under the Agreement or otherwise in connection with performance of the Agreement, Supplier agrees that it will not: (i) sell, rent, release, disclose, disseminate, make available, transfer, or otherwise Version April 12, 2022 communicate orally, in writing, or by electronic or other means, such Personal Information to another business or third party for monetary or other valuable consideration; or (ii) retain, use, or disclose such Personal Information outside of the direct business relationship between Supplier and OMNIA Partners or for any purpose other than for the specific purpose of performance of the Agreement, including retaining, using, or disclosing such Personal Information for a commercial purpose other than for performance of the Agreement. By entering into the Agreement, Supplier certifies that it understands the specific restrictions contained in this Section 7 and will comply with them. For purposes hereof, “Personal Information” means information that identifies, relates to, describes, is reasonably capable of being associated with, or could reasonably be linked, directly or indirectly, with a particular consumer or household, and includes the specific elements of “personal information” as defined under Data Regulations, as defined herein. Supplier will reasonably assist OMNIA Partners in timely responding to any third party “request to know” or “request to delete” (as defined pursuant to Data Regulations) and will promptly provide OMNIA Partners with information reasonably necessary for OMNIA Partners to respond to such requests. Where Supplier collects Personal Information directly from Public Agencies or others on OMNIA Partners’ behalf, Supplier will maintain records and the means necessary to enable OMNIA Partners to respond to such requests to know and requests to delete. 8. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS’ PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 9. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 – 8 and 11 – 22, hereof and the indemnifications afforded by the Supplier to OMNIA Partners in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. NATIONAL PROMOTION 10. OMNIA Partners and Supplier shall publicize and promote the availability of the Master Agreement’s products and services to Public Agencies and such agencies’ employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners program by either registering on the OMNIA Partners website (www.omniapartners.com/publicsector) or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency’s first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11. Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners or posts on the OMNIA Partners website. Version April 12, 2022 Supplier shall indemnify, defend and hold harmless OMNIA Partners for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners each hereby grant to the other party a limited, revocable, non-transferable, non-sublicensable right to use such party’s logo (each, the “Logo”) solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party’s Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party’s Logo. Notwithstanding the foregoing, the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party’s Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party’s Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12.An “Administrative Fee” shall be defined and due to OMNIA Partners from Supplier in the amount of __ percent (__%) (“Administrative Fee Percentage”) multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) (“Contract Sales”). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency’s Contract Sales. 13.Supplier shall provide OMNIA Partners with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C (“Contract Sales Report”), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners by the 10th day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of 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 Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners’ sole discretion. 14.Administrative Fee payments are to be paid by Supplier to OMNIA Partners at the frequency and on the due date stated in Section 13, above, for Supplier’s submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of 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 Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners’ sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15.Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, or its designee, in OMNIA Partners’ sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners receives such report. In addition, OMNIA Partners may engage a third party to conduct an independent audit of Supplier’s monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners at the location designated by OMNIA Partners. In the event an underreporting of Contract Sales and a resulting underpayment of Version April 12, 2022 Administrative Fees is revealed, OMNIA Partners will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners’ reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners’ costs and expenses related to such audit. GENERAL PROVISIONS 16. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners and Supplier, the provisions of this Agreement shall prevail. 17. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney’s fees and costs in addition to any other relief to which it may be entitled. 18. This Agreement and OMNIA Partners’ rights and obligations hereunder may be assigned at OMNIA Partners’ sole discretion to an affiliate of OMNIA Partners, any purchaser of any or all or substantially all of the assets of OMNIA Partners, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners. 19. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. OMNIA Partners: OMNIA Partners Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B. Supplier: ____________________ ____________________ ____________________ ____________________ 20. 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, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. Version April 12, 2022 21. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23. This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24. This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. [INSERT SUPPLIER ENTITY NAME] NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR Signature Signature Sarah Vavra Name Name Sr. Vice President, Public Sector Contracting Title Title Date Date Exhibit C Master Intergovernmental Cooperative Purchasing Agreement, Example MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners”), in its capacity as the cooperative administrator, to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2.The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(j), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. Version April 12, 2022 3. The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider; provided that the foregoing shall not prohibit Participating Public Agency from furnishing health care services so long as the furnishing of healthcare services is not in furtherance of a primary purpose of the Participating Public Agency. 4. The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5. The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6. The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program, provided that the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7. The Participating Public Agencies (each a “Procuring Party”) that procure Products through any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8. The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. Version April 12, 2022 11. This Agreement shall remain in effect until termination by either party giving thirty (30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12. This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners website or the execution of this Agreement by a Participating Public Agency, as applicable. Participating Public Agency: OMNIA Partners, as the cooperative administrator on behalf of Principal Procurement Agencies: NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY COMMUNITIES PROGRAM MANAGEMENT, LLC Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date Exhibit D Principal Procurement Agency Certificate, Example PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners”), [PPA Name] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of [PPA Name] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PPA Name]________ Signature Name Title Date Exhibit E Contract Sales Reporting Template Contract Sales Report submitted electronically in Microsoft Excel: Version April 12, 2022 Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non–Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non–Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non–Federal entity that, consistent with 31 U.S.C. 6302–6305: (a)Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federalawarding agency or pass-through entity to the non–Federal entity to carry out a public purpose authorized by a law ofthe United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government orpass-through entity's direct benefit or use;(b)Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agencyor pass-through entity and the non–Federal entity in carrying out the activity contemplated by the Federal award.(c) The term does not include:(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or(2)An agreement that provides only:(i) Direct United States Government cash assistance to an individual;(ii)A subsidy;(iii)A loan;(iv) A loan guarantee; or(v)Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non–Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability; or (2)The cost-reimbursement contract under the Federal Acquisition Regulations that a non–Federal entityreceives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in §200.101 Applicability.(b)The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperativeagreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or thecost-reimbursement contract awarded under the Federal Acquisition Regulations.(c)Federal award does not include other contracts that a Federal agency uses to buy goods or services from acontractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs).(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non–Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Version April 12, 2022 Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a)Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest;(b) Is not organized primarily for profit; and(c)Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non–Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non–Federal entity during the same or a future period. Pass-through entity means a non–Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non–Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non–Federal entity may purchase property or services using small purchase methods. Non–Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $250,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non–Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Per FAR 52.204-24 and FAR 52.204-25, solicitations and resultant contracts shall contain the following provisions. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a)Definitions. As used in this provision—Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements,reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Version April 12, 2022 (b)Prohibition.(1)Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232)prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to thefacilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility intoany user data or packets that such equipment transmits or otherwise handles. (2)Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232)prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewinga contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or servicesas a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies tothe use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under aFederal contract. Nothing in the prohibition shall be construed to—(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to thefacilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility intoany user data or packets that such equipment transmits or otherwise handles.(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM)(https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".(d)Representation. The Offeror represents that—(1)It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or servicethat uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e)Disclosures.(1)Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representationin paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer. (i)For covered equipment—(A)The entity that produced the covered telecommunications equipment (include entity name, unique entityidentifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such asOEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant todetermining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii)For covered services—(A)If the service is related to item maintenance: A description of all covered telecommunications services offered(include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; andexplanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2)Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in therepresentation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i)For covered equipment—(A)The entity that produced the covered telecommunications equipment (include entity name, unique entityidentifier, CAGE code, and whether the entity was the OEM or a distributor, if known); Version April 12, 2022 (B)A description of all covered telecommunications equipment offered (include brand; model number, such asOEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant todetermining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii)For covered services—(A)If the service is related to item maintenance: A description of all covered telecommunications services offered(include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposeduse of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020). (a)Definitions. As used in this clause—Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). Covered foreign country means The People’s Republic of China. Covered telecommunications equipment or services means– (1)Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiaryor affiliate of such entities); (2)For the purpose of public safety, security of Government facilities, physical security surveillance of criticalinfrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3)Telecommunications or video surveillance services provided by such entities or using such equipment; or(4)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretaryof Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technology means– (1)Defense articles or defense services included on the United States Munitions List set forth in the International Trafficin Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2)Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export AdministrationRegulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- (i)Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biologicalweapons proliferation, nuclear nonproliferation, or missile technology; or (ii)For reasons relating to regional stability or surreptitious listening;(3)Specially designed and prepared nuclear equipment, parts and components, materials, software, and technologycovered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4)Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating toexport and import of nuclear equipment and material); (5)Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code,or part 73 of title 42 of such Code; or (6)Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of2018 (50 U.S.C. 4817). Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. Version April 12, 2022 Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. (b)Prohibition.(1)Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232)prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. (2)Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232)prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract, or extending or renewinga contract, with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception atparagraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver describedin FAR 4.2104. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whetherthat use is in performance of work under a Federal contract. (c)Exceptions. This clause does not prohibit contractors from providing—(1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements;or (2)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data orpackets that such equipment transmits or otherwise handles. (d) Reporting requirement.(1)In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essentialcomponent of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. (2)The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause(i)Within one business day from the date of such identification or notification: the contract number; the ordernumber(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further availableinformation about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e)Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excludingparagraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency’s subcontractors shall contain the procurement provisions of Version April 12, 2022 Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inflation adjustedamount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council(Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instanceswhere contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree? YES Initials of Authorized Representative of offeror (B)Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will beeffected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet thedefinition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clauseprovided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending ExecutiveOrder 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office ofFederal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror (D)Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all primeconstruction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliancewith 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 AssistedConstruction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanicsat a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. Inaddition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place acopy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decisionto award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts mustalso include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented byDepartment of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public WorkFinanced in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor orsubrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, orrepair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federalentity must report all suspected or reported violations to the Federal awarding agency.Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for allcontracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree? YES Initials of Authorized Representative of offeror Version April 12, 2022 (E)Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded bythe non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include aprovision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFRPart 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic andlaborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissibleprovided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for allhours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to constructionwork and provide that no laborer or mechanic must be required to work in surroundings or under working conditionswhich are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies ormaterials or articles ordinarily available on the open market, or contracts for transportation or transmission ofintelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F)Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “fundingagreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a smallbusiness firm or nonprofit organization regarding the substitution of parties, assignment or performance ofexperimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient mustcomply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and SmallBusiness Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulationsissued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. Does offeror agree? YES Initials of Authorized Representative of offeror (G)Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), asamended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean AirAct (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violationsmust be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. Does offeror agree? YES Initials of Authorized Representative of offeror (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not bemade to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordancewith the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 thatimplement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235),“Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwiseexcluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than ExecutiveOrder 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals Version April 12, 2022 becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency. Does offeror agree? YES Initials of Authorized Representative of offeror (I)Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000must file the required certification. Each tier certifies to the tier above that it will not and has not used Federalappropriated funds to pay any person or organization for influencing or attempting to influence an officer or employeeof any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress inconnection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier mustalso disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1)No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencingor attempting to influence an officer or employee of any 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 a Federal contract, the making of a Federal grant,the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment,or modification of a Federal contract, grant, loan, or cooperative agreement.(2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing orattempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress,or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shallcomplete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions.(3)The undersigned shall require that the language of this certification be included in the award documents for all coveredsub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and discloseaccordingly. Does offeror agree? YES Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the 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 (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Version April 12, 2022 Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS – 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror’s discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror’s personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number: __________________________________ Fax Number: ______________________________________ Printed Name and Title of Authorized Representative: _____________________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: _____________________________ Version April 12, 2022 FEMA SPECIAL CONDITIONS Awarded Supplier(s) may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a bid, the Supplier is accepted these FEMA Special Conditions required by the Federal Emergency Management Agency (FEMA). “Contract” in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as the “Master Agreement”. “Contractor” in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as “Supplier” or “Awarded Supplier”. Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a “financial interest” to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an “apparent” conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency (“NFE”) must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE’s may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE’s written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE’s employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Public Policy A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a.Equal opportunity and nondiscrimination lawsb.Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supportedby FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7c.Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps Version April 12, 2022 For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1.Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2.Assuring that small and minority businesses, and women's business enterprises are solicitedwhenever they are potential sources; 3.Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4.Establishing delivery schedules, where the requirement permits, which encourage participation bysmall and minority businesses, and women's business enterprises; and 5.Using the services and assistance, as appropriate, of such organizations as the Small BusinessAdministration and the Minority Business Development Agency of the Department of Commerce. Prevailing Wage Requirements When applicable, the awarded Contractor (s) and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 1.REMEDIES a.Standard. Contracts for more than the simplified acquisition threshold, currently set at$250,000, must address administrative, contractual, or legal remedies in instances wherecontractors violate or breach contract terms, and provide for such sanctions and penaltiesas appropriate. See 2 C.F.R. Part 200, Appendix II(A). b.Applicability. This requirement applies to all FEMA grant and cooperative agreementprograms. 2.TERMINATION FOR CAUSE AND CONVENIENCE a.Standard. All contracts in excess of $10,000 must address termination for cause and forconvenience by the non-Federal entity, including the manner by which it will be effectedand the basis for settlement. See 2 C.F.R. Part 200, Appendix II(B). b.Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3.EQUAL EMPLOYMENT OPPORTUNITY When applicable: a.Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. Version April 12, 2022 § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relatingto Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal EmploymentOpportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C). b.Key Definitions. i.Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60- 1.3 defines a “federally assisted construction contract” as any agreement ormodification thereof between any applicant and a person for construction work whichis paid for in whole or in part with funds obtained from the Government or borrowedon the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federalprogram involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract,loan, insurance, or guarantee under which the applicant itself participates in theconstruction work. ii.Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines “construction work”as the construction, rehabilitation, alteration, conversion, extension, demolition orrepair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision,inspection, and other onsite functions incidental to the actual construction. c.Applicability. This requirement applies to all FEMA grant and cooperative agreementprograms. d.Required Language. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion ofthe following contract clause. During the performance of this contract, the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant foremployment because of race, color, religion, sex, sexual orientation, gender identity, ornational origin. The contractor will take affirmative action to ensure that applicants areemployed, and that employees are treated during employment without regard to theirrace, color, religion, sex, sexual orientation, gender identity, or national origin. Suchaction shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2)The contractor will, in all solicitations or advertisements for employees placed by oron behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, genderidentity, or national origin. Version April 12, 2022 (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. Version April 12, 2022 The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4.DAVIS-BACON ACT a.Standard. All prime construction contracts in excess of $2,000 awarded by non- Federalentities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §§ 3141- 3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R. Part 200, Appendix II(D). In accordance with the statute,contractors must be 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. Inaddition, contractors must be required to pay wages not less than once a week. b.Applicability. The Davis-Bacon Act applies to the Emergency Management PreparednessGrant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security GrantProgram. c.Requirements. If applicable, the non-federal entity must do the following: i.The non-Federal entity must place a copy of the current prevailing wagedetermination issued by the Department of Labor in each solicitation. The decisionto award a contract or subcontract must be conditioned upon the acceptance ofthe wage determination. The non-Federal entity must report all suspected orreported violations to the Federal awarding agency. ii.Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to theDavis-Bacon Act, must also include a provision for compliance with the Copeland“Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Laborregulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on PublicBuilding or Public Work Financed in Whole or in Part by Loans or Grants from theUnited States). The Copeland Anti- Kickback Act provides that each contractor orsubrecipient must be prohibited from inducing, by any means, any person Version April 12, 2022 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. The non- Federal entity must report all suspected or reported violations to FEMA. iii. Include a provision for compliance 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”). Suggested Language. The following provides a sample contract clause: Compliance with the Davis-Bacon Act. a. All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are 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. c. Additionally, contractors are required to pay wages not less than once a week. 5. COPELAND ANTI-KICKBACK ACT a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as 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”). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c. Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. 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). Each contractor or subrecipient must be 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. The non-Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. Sample Language. The following provides a sample contract clause: Version April 12, 2022 Compliance with the Copeland “Anti-Kickback” Act. a.Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C.§ 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable,which are incorporated by reference into this contract. b.Subcontracts. The contractor or subcontractor shall insert in anysubcontracts the clause above and such other clauses as FEMA mayby appropriate instructions require, and also a clause requiring thesubcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for the compliance by anysubcontractor or lower tier subcontractor with all of these contractclauses. c.Breach. A breach of the contract clauses above may be grounds fortermination of the contract, and for debarment as a contractor andsubcontractor as provided in 29 C.F.R. §5.12.” 6.CONTRACT WORK HOURS AND SAFETY STANDARDS ACT a. Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by thenon-Federal entity in excess of $100,000 that involve the employment of mechanics orlaborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, assupplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required tocompute the wages of every mechanic and laborer on the basis of a standard work weekof 40 hours. Work in excess of the standard work week is permissible provided that theworker is compensated at a rate of not less than one and a half times the basic rate ofpay for all hours worked in excess of 40 hours in the work week. Further, no laborer ormechanic must be required to work in surroundings or under working conditions whichare unsanitary, hazardous, or dangerous. b. Applicability. This requirement applies to all FEMA contracts awarded by the non- federalentity in excess of $100,000 under grant and cooperative agreement programs that involvethe employment of mechanics or laborers. It is applicable to construction work. Theserequirements do not apply to the purchase of supplies or materials or articles ordinarilyavailable on the open market, or contracts for transportation or transmission ofintelligence. c. Suggested Language. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety StandardsAct. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. (1)Overtime requirements. No contractor or subcontractor contracting for any part ofthe contract work which may require or involve the employment of laborers or mechanicsshall require or permit any such laborer or mechanic in any workweek in which he or sheis employed on such work to work in excess of forty hours in such workweek unless suchlaborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation Version April 12, 2022 of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3)Withholding for unpaid wages and liquidated damages. The Federal agency orloan/grant recipient shall upon its own action or upon written request of an authorizedrepresentative of the Department of Labor withhold or cause to be withheld, from anymoneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or anyother federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may bedetermined to be necessary to satisfy any liabilities of such contractor or subcontractorfor unpaid wages and liquidated damages as provided in the clause set forth inparagraph (b)(2) of this section. (4)Subcontracts. The contractor or subcontractor shall insert in any subcontracts theclauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiringthe subcontractors to include these clauses in any lower tier subcontracts. The primecontractor shall be responsible for compliance by any subcontractor or lower tiersubcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. 7.RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT a. Standard. If the FEMA award meets the definition of “funding agreement” under 37C.F.R.§ 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment orperformance of experimental, developmental, or research work under that “fundingagreement,” the non- Federal entity must comply with the requirements of 37 C.F.R. Part401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and anyimplementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicability. This requirement applies to “funding agreements,” but it DOES NOT applyto the Public Assistance, Hazard Mitigation Grant Program, Fire Management AssistanceGrant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households –Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” c. Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines “funding agreement” as any contract, grant, or cooperative agreement entered into between anyFederal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in partby the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental,developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. Version April 12, 2022 8.CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT a. Standard. If applicable, contracts must contain a provision that requires the contractor toagree 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 Actas amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and theRegional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200,Appendix II(G). b. Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of $150,000 under a federal grant. c. Suggested Language. The following provides a sample contract clause. Clean Air Act 1.The contractor agrees to comply with all applicable standards, orders orregulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. 2.The contractor agrees to report each violation to the Participating PublicAgency and understands and agrees that the Participating Public Agencywill, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriateEnvironmental Protection Agency Regional Office. 3.The contractor agrees to include these requirements in each subcontractexceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act 1.The contractor agrees to comply with all applicable standards, orders, orregulations issued pursuant to the Federal Water Pollution Control Act, asamended, 33 U.S.C. 1251 et seq. 2.The contractor agrees to report each violation to the Participating PublicAgency and understands and agrees that the Participating Public Agencywill, in turn, report each violation as required to assure notification to theFederal Emergency Management Agency, and the appropriateEnvironmental Protection Agency Regional Office. 3.The contractor agrees to include these requirements in each subcontractexceeding $150,000 financed in whole or in part with Federal assistanceprovided by FEMA. 9.DEBARMENT AND SUSPENSION a. Standard. Non-Federal entities and contractors are subject to the debarment andsuspension regulations implementing Executive Order 12549, Debarment and Version April 12, 2022 Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part3000 (Non-procurement Debarment and Suspension). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. c. Requirements. i.These regulations restrict awards, subawards, and contracts with certain partiesthat are debarred, suspended, or otherwise excluded from or ineligible forparticipation in Federal assistance programs and activities. See 2 C.F.R. Part 200,Appendix II(H); and 2 C.F.R. § 200.213. A contract award must not be made toparties listed in the SAM Exclusions. SAM Exclusions is the list maintained by theGeneral Services Administration that contains the names of parties debarred,suspended, or otherwise excluded by agencies, as well as parties declaredineligible under statutory or regulatory authority other than Executive Order 12549.SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530. ii.In general, an “excluded” party cannot receive a Federal grant award or a contractwithin the meaning of a “covered transaction,” to include subawards andsubcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whetherthere is a “covered transaction,” which is any non-procurement transaction (unless excepted) at either a “primary” or “secondary” tier. Although “coveredtransactions” do not include contracts awarded by the Federal Government forpurposes of the non-procurement common rule and DHS’s implementingregulations, it does include some contracts awarded by recipients and subrecipients. iii.Specifically, a covered transaction includes the following contracts for goods orservices: 1.The contract is awarded by a recipient or subrecipient in the amount of atleast $25,000. 2.The contract requires the approval of FEMA, regardless of amount. 3.The contract is for federally-required audit services. 4.A subcontract is also a covered transaction if it is awarded by thecontractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. Suggested Language. The following provides a debarment and suspension clause. Itincorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment (1)This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’sprincipals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. §180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 Version April 12, 2022 C.F.R. § 180.935). (2)The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000,subpart C, and must include a requirement to comply with these regulations in anylower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remediesavailable to the Participating Public Agency, the Federal Government may pursueavailable remedies, including but not limited to suspension and/or debarment. (4)The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt.180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder orproposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10.BYRD ANTI-LOBBYING AMENDMENT a. Standard. Each tier certifies to the tier above that it will not and has not used Federalappropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer oremployee of Congress, or an employee of a Member of Congress in connection withobtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352.FEMA’s regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to becompleted by each entity as described in 31 U.S.C. § 1352. Each tier must also discloseany lobbying with non-Federal funds that takes place in connection with obtaining anyFederal award. Such disclosures are forwarded from tier to tier up to the Federalawarding agency. b. Applicability. This requirement applies to all FEMA grant and cooperative agreementprograms. Contractors that apply or bid for a contract of $100,000 or more under a federalgrant must file the required certification. See 2 C.F.R. Part 200, Appendix II(I); 31 U.S.C.§1352; and 44 C.F.R. Part 18. c. Suggested Language. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. Version April 12, 2022 d. Required Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1.No Federal appropriated funds have been paid or will be paid, by or on behalf of theundersigned, to any person for influencing or attempting to influence an officer oremployee 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 anyFederal 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 any Federal contract, grant, loan, orcooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid toany person for influencing or attempting to influence an officer or employee of anyagency, a Member of Congress, an officer or employee of Congress, or an employeeof a Member of Congress in connection with this Federal contract, grant, loan, orcooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included inthe award documents for all subawards at all tiers (including subcontracts,subgrants, and contracts under grants, loans, and cooperative agreements) and thatall subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date Version April 12, 2022 11.PROCUREMENT OF RECOVERED MATERIALS a. Standard. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. § 200.322. b. Applicability. This requirement applies to all contracts awarded by a non- federal entity under FEMA grant and cooperative agreement programs. c. Requirements. The requirements of Section 6002 include procuring only itemsdesignated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highestpercentage of recovered materials practicable, consistent with maintaining a satisfactorylevel of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired by the preceding fiscal year exceeded$10,000; procuring solid waste management services in a manner that maximizes energyand resource recovery; and establishing an affirmative procurement program forprocurement of recovered materials identified in the EPA guidelines. d. Suggested Language. i.In the performance of this contract, the Contractor shall make maximum use ofproducts containing recovered materials that are EPA-designated items unlessthe product cannot be acquired—1.Competitively within a timeframe providing for compliance with the contract performanceschedule;2.Meeting contract performance requirements; or3.At a reasonable price. ii.Information about this requirement, along with the list of EPA- designated items,is available at EPA’s Comprehensive Procurement Guidelines web site,https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. iii.The Contractor also agrees to comply with all other applicable requirements ofSection 6002 of the Solid Waste Disposal Act.” 12.ACCESS TO RECORDS a. Standard. All recipients, subrecipients, successors, transferees, and assignees mustacknowledge and agree to comply with applicable provisions governing DHS access torecords, accounts, documents, information, facilities, and staff. Recipients must giveDHS/FEMA access to, and the right to examine and copy, records, accounts, and otherdocuments and sources of information related to the federal financial assistance awardand permit access to facilities, personnel, and other individuals and information as may benecessary, as required by DHS regulations and other applicable laws or programguidance. See DHS Standard Terms and Conditions: Version 8.1 (2018). Additionally,Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providingreimbursement to any state, local, tribal, or territorial government, or private non-profit foractivities made pursuant to a contract that purports to prohibit audits or internal reviewsby the FEMA administrator or Comptroller General. Access to Records. The following access to records requirements apply to this contract: Version April 12, 2022 i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. iii. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. iv.In compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 13. CHANGES a. Standard. To be eligible for FEMA assistance under the non-Federal entity’s FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. 14. DHS SEAL, LOGO, AND FLAGS a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1 (2018). b. Applicability. FEMA recommends that all non-Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. c. “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. 15. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. Applicability. FEMA recommends that all non-Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. “This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives.” 16. NO OBLIGATION BY FEDERAL GOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. c. “The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.” 17. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a. Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733) which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. c. “The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract.” Version April 12, 2022 Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this solicitation. Offeror’s Name: ______________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number: ________________________ Fax Number: ______________________________ Printed Name and Title of Authorized Representative: ____________________________________________________________ Email Address: _____________________________________________ Signature of Authorized Representative: ____________________________________ Date: ________________________________ Version April 12, 2022 Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror’s response to the IFB. Failure to complete the New Jersey packet will impact OMNIA Partners’ ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate DOC #8 EEOAA Evidence DOC #9 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: •all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A.10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; •Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; •Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and •Bid and Performance Security, as required by the applicable municipal or state statutes. Version April 12, 2022 DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization:_____________________________________________________ Organization Address:_____________________________________________________ Part I Check the box that represents the type of business organization: Sole Proprietorship (skip Parts II and III, execute certification in Part IV) Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) For-Profit Corporation (any type) Limited Liability Company (LLC) Partnership Limited Partnership Limited Liability Partnership (LLP) Other (be specific): ______________________________________________ Part II  The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR  No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Home Address (for Individuals) or Business Address Version April 12, 2022 Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website (URL) containing the last annual SEC (or foreign equivalent) filing Page #’s Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Entity Listed in Part II Home Address (for Individuals) or Business Address Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidder/proposer; that the <name of contracting unit> is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with <type of contracting unit> to notify the <type of contracting unit> in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s) with the, permitting the <type of contracting unit> to declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Title: Signature: Date: Version April 12, 2022 DOC #2 NON-COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON-COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference: Statutory and Other Requirements VII-H Description: The Owner’s use of this form is optional. It is used to ensure that the bidder has not participated in any collusion with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. Version April 12, 2022 NON-COLLUSION AFFIDAVIT State of New Jersey County of _________________ ss: I, ________________________________ residing in ___________________________________ (name of affiant) (name of municipality) in the County of _______________________________ and State of _____________________of full age, being duly sworn according to law on my oath depose and say that: I am _____________________________________ of the firm of _________________________ (title or position) (name of firm) _____________________________________ the bidder making this Proposal for the bid entitled ______________________________, and that I executed the said proposal with (title of bid proposal) full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the ______________ _________________________relies upon the truth of the statements contained in said Proposal (name of contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by _________________________________________________. Subscribed and sworn to before me this day _____________________________ Signature ________________, 2____ ___________________________________ (Type or print name of affiant under signature) _____________________________ Notary public of My Commission expires _______________ (Seal) Version April 12, 2022 DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Street: City, State, Zip Code: Proposal Certification: Indicate below company’s compliance with New Jersey Affirmative Action regulations. Company’s proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1.A photocopy of a valid letter that the contractor is operating under an existing Federallyapproved or sanctioned affirmative action program (good for one year from the date of the letter); OR 2.A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17:27-4; OR 3.A photocopy of an Employee Information Report (Form AA302) provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance withN.J.A.C. 17:27-4. Public Work – Over $50,000 Total Project Cost: A.No approved Federal or New Jersey Affirmative Action Plan. We will complete Report FormAA201. A project contract ID number will be assigned to your firm upon receipt of thecompleted Initial Project Workforce Report (AA201) for this contract. B.Approved Federal or New Jersey Plan – certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. _______________________ _________________________________ Date Authorized Signature and Title Version April 12, 2022 DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). ________________________________________________ Signature of Procurement Agent Version April 12, 2022 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1.The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a “fair and open”process (N.J.S.A. 19:44A-20.7). 2.Due to the potential length of some contractor submissions, the public agency should consider allowing data to besubmitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documentsor in an appropriate computer file and be available for public access. The form is worded to accept this alternatesubmission. The text should be amended if electronic submission will not be allowed. 3.The submission must be received from the contractor and on file at least 10 days prior to award of the contract.Resolutions of award should reflect that the disclosure has been received and is on file. 4.The contractor must disclose contributions made to candidate and party committees covering a wide range of publicagencies, including all public agencies that have elected officials in the county of the public agency, state legislativepositions, and various state entities. The Division of Local Government Services recommends that contractors beprovided a list of the affected agencies. This will assist contractors in determining the campaign and politicalcommittees of the officials and candidates affected by the disclosure. a.The Division has prepared model disclosure forms for each county. They can be downloaded from the “CountyPCD Forms” link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/dlgs/programs/lpcl.html#12.They will be updated from time-to-time as necessary.b.A public agency using these forms should edit them to properly reflect the correct legislative district(s). Asthe forms are county-based, they list all legislative districts in each county. Districts that do not representthe public agency should be removed from the lists.c.Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county.These submissions are appropriate and should be accepted.d.The form may be used “as-is”, subject to edits as described herein.e.The “Contractor Instructions” sheet is intended to be provided with the form. It is recommended that theInstructions and the form be printed on the same piece of paper. The form notes that the Instructions are printedon the back of the form; where that is not the case, the text should be edited accordingly.f.The form is a Word document and can be edited to meet local needs, and posted for download on web sites, usedas an e-mail attachment, or provided as a printed document. 5.It is recommended that the contractor also complete a “Stockholder Disclosure Certification.” This will assist thelocal unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listedon the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice2006-7 for additional information on this obligation athttp://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). A sample Certification form is part of this packageand the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable toBoards of Education. Version April 12, 2022 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: •any State, county, or municipal committee of a political party •any legislative leadership committee* •any continuing political committee (a.k.a., political action committee) •any candidate committee of a candidate for, or holder of, an elective office:o of the public entity awarding the contract o of that county in which that public entity is locatedoof another public entity within that countyoor of a legislative district in which that public entity is located or, when the public entity is a county, ofany legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: •individuals with an “interest” ownership or control of more than 10% of the profits or assets of a business entityor 10% of the stock in the case of a business entity that is a corporation for profit •all principals, partners, officers, or directors of the business entity or their spouses •any subsidiaries directly or indirectly controlled by the business entity •IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entityand filing as continuing political committees, (PACs). When the business entity is a natural person, “a contribution by that person’s spouse or child, residing therewith, shall be deemed to be a contribution by the business entity.” [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor’s responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor’s submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. *N.J.S.A. 19:44A-3(s): “The term "legislative leadership committee" means a committee established, authorized to beestablished, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) forthe purpose of receiving contributions and making expenditures.” Version April 12, 2022 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I – Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. _______________________ _______________________ ________________________ Signature Printed Name Title Part II – Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit.  Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount $  Check here if the information is continued on subsequent page(s) Version April 12, 2022 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM. Version April 12, 2022 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business:  I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned.OR  I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: Partnership Corporation Sole Proprietorship Limited Partnership Limited Liability Corporation Limited Liability Partnership Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this ___ day of ___________, 2__. (Notary Public) My Commission expires: _________________________________ (Affiant) ________________________________ (Print name & title of affiant) (Corporate Seal) Version April 12, 2022 DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 – 56(e) (3)), is listed on the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 – 56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure_investmentact.pdf. Offerors should submit the above form completed with their proposal. Version April 12, 2022 DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. https://www.njportal.com/DOR/BusinessRegistration/ DOC #8 EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval • Certificate of Employee Information Report • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: https://www.state.nj.us/treasury/contract_compliance/documents/pdf/guidelines/pa.pdf for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: ______________________________ Title: _____________________ Signature: ___________________________ Date: _____________________ Version April 12, 2022 CERTIFICATION I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor/Bidder, that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor/Bidder is under a continuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I will be subject to criminal prosecution under the law, and it will constitute a material breach of my agreement(s) with the State, permitting the State to declare any contract(s) resulting from this certification to be void and unenforceable. DOC #9 MACBRIDE-PRINCIPLES MACBRIDE PRINCIPALS FORM _____________________ VENDOR’S/BIDDER’S REQUIREMENT TO PROVIDE A CERTIFICATION IN COMPLIANCE WITH THE MACBRIDE PRINCIPALS AND NORTHERN IRELAND ACT OF 1989 Pursuant to Public Law 1995, c. 134, a responsible Vendor/Bidder selected, after public bidding, by the Director of the Division of Purchase and Property, pursuant to N.J.S.A. 52:34-12, must complete the certification below by checking one of the two options listed below and signing where indicated. If a Vendor/Bidder that would otherwise be awarded a purchase, contract or agreement does not complete the certification, then the Director may determine, in accordance with applicable law and rules, that it is in the best interest of the State to award the purchase, contract or agreement to another Vendor/Bidder that has completed the certification and has submitted a bid within five (5) percent of the most advantageous bid. If the Director finds contractors to be in violation of the principals that are the subject of this law, he/she shall take such action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, on behalf the Vendor/Bidder, certify pursuant to N.J.S.A. 52:34-12.2 that: CHECK THE APPROPRIATE BOX The Vendor/Bidder has no business operations in Northern Ireland; or OR The Vendor/Bidder will take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBride principals of nondiscrimination in employment as set forth in section 2 of P.L. 1987, c. 177 (N.J.S.A. 52:18A-89.5) and in conformance with the United Kingdom’s Fair Employment (Northern Ireland)Act of 1989, and permit independent monitoring of its compliance with those principals. Signature Date Print Name and Title STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230 BID SOLICITATION #:VENDOR/BIDDER: Version April 12, 2022 Exhibit H Advertising Compliance Requirement Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.210, Chapter 279A.220, and other related provisions, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for bids for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii Commonwealth of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma Commonwealth of Virginia State of Connecticut Commonwealth of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada Commonwealth of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states / districts may be found at http://www.usa.gov/Agencies/State_and_Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: CITIES, TOWNS, VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR Version April 12, 2022 CITY OF ST. PAUL, OR CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON, UT AMALGA, UT AMERICAN FORK CITY, UT ANNABELLA, UT ANTIMONY, UT APPLE VALLEY, UT AURORA, UT BALLARD, UT BEAR RIVER CITY, UT BEAVER, UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE, UT BOULDER, UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGHAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CHARLESTON, UT CIRCLEVILLE, UT CLARKSTON, UT CLAWSON, UT CLEARFIELD, UT CLEVELAND, UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT CORNISH, UT COTTONWOOD HEIGHTS, UT DANIEL, UT DELTA, UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT EMERY, UT ENOCH, UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA, UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND, UT GENOLA, UT GLENDALE, UT GLENWOOD, UT GOSHEN, UT GRANTSVILLE, UT GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN, UT HOLLADAY, UT HONEYVILLE, UT HOOPER, UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH, UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM, UT LAKETOWN, UT LA VERKIN, UT LAYTON, UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT Version April 12, 2022 LYMAN, UT LYNNDYL, UT MANILA, UT MANTI, UT MANTUA, UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE, UT MAYFIELD, UT MEADOW, UT MENDON, UT MIDVALE CITY INC., UT MIDWAY, UT MILFORD, UT MILLVILLE, UT MINERSVILLE, UT MOAB, UT MONA, UT MONROE, UT CITY OF MONTICELLO, UT MORGAN, UT MORONI, UT MOUNT PLEASANT, UT MURRAY CITY CORPORATION, UT MYTON, UT NAPLES, UT NEPHI, UT NEW HARMONY, UT NEWTON, UT NIBLEY, UT NORTH LOGAN, UT NORTH OGDEN, UT NORTH SALT LAKE CITY, UT OAK CITY, UT OAKLEY, UT OGDEN CITY CORPORATION, UT OPHIR, UT ORANGEVILLE, UT ORDERVILLE, UT OREM, UT PANGUITCH, UT PARADISE, UT PARAGONAH, UT PARK CITY, UT PAROWAN, UT PAYSON, UT PERRY, UT PLAIN CITY, UT PLEASANT GROVE CITY, UT PLEASANT VIEW, UT PLYMOUTH, UT PORTAGE, UT PRICE, UT PROVIDENCE, UT PROVO, UT RANDOLPH, UT REDMOND, UT RICHFIELD, UT RICHMOND, UT RIVERDALE, UT RIVER HEIGHTS, UT RIVERTON CITY, UT ROCKVILLE, UT ROCKY RIDGE, UT ROOSEVELT CITY CORPORATION, UT ROY, UT RUSH VALLEY, UT CITY OF ST. GEORGE, UT SALEM, UT SALINA, UT SALT LAKE CITY CORPORATION, UT SANDY, UT SANTA CLARA, UT SANTAQUIN, UT SARATOGA SPRINGS, UT SCIPIO, UT SCOFIELD, UT SIGURD, UT SMITHFIELD, UT SNOWVILLE, UT CITY OF SOUTH JORDAN, UT SOUTH OGDEN, UT CITY OF SOUTH SALT LAKE, UT SOUTH WEBER, UT SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON, UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE, UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY, UT TREMONTON CITY, UT TRENTON, UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF’S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR Version April 12, 2022 COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS, BOARDS, DISTRICTS, COMMISSIONS, COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES, RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: ADAIR R.F.P.D., OR ADEL WATER IMPROVEMENT DISTRICT, OR ADRIAN R.F.P.D., OR AGNESS COMMUNITY LIBRARY, OR AGNESS-ILLAHE R.F.P.D., OR AGRICULTURE EDUCATION SERVICE EXTENSION DISTRICT, OR ALDER CREEK-BARLOW WATER DISTRICT NO. 29, OR ALFALFA FIRE DISTRICT, OR ALSEA R.F.P.D., OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT, OR AMITY FIRE DISTRICT, OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, OR APPLEGATE VALLEY R.F.P.D. #9, OR ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, OR ARCH CAPE SANITARY DISTRICT, OR ARNOLD IRRIGATION DISTRICT, OR ASH CREEK WATER CONTROL DISTRICT, OR ATHENA CEMETERY MAINTENANCE DISTRICT, OR AUMSVILLE R.F.P.D., OR AURORA R.F.P.D., OR AZALEA R.F.P.D., OR BADGER IMPROVEMENT DISTRICT, OR BAILEY-SPENCER R.F.P.D., OR BAKER COUNTY LIBRARY DISTRICT, OR BAKER R.F.P.D., OR BAKER RIVERTON ROAD DISTRICT, OR BAKER VALLEY IRRIGATION DISTRICT, OR BAKER VALLEY S.W.C.D., OR BAKER VALLEY VECTOR CONTROL DISTRICT, OR BANDON CRANBERRY WATER CONTROL DISTRICT, OR BANDON R.F.P.D., OR BANKS FIRE DISTRICT, OR BANKS FIRE DISTRICT #13, OR Version April 12, 2022 BAR L RANCH ROAD DISTRICT, OR BARLOW WATER IMPROVEMENT DISTRICT, OR BASIN AMBULANCE SERVICE DISTRICT, OR BASIN TRANSIT SERVICE TRANSPORTATION DISTRICT, OR BATON ROUGE WATER COMPANY BAY AREA HEALTH DISTRICT, OR BAYSHORE SPECIAL ROAD DISTRICT, OR BEAR VALLEY SPECIAL ROAD DISTRICT, OR BEAVER CREEK WATER CONTROL DISTRICT, OR BEAVER DRAINAGE IMPROVEMENT COMPANY, INC., OR BEAVER SLOUGH DRAINAGE DISTRICT, OR BEAVER SPECIAL ROAD DISTRICT, OR BEAVER WATER DISTRICT, OR BELLE MER S.I.G.L. TRACTS SPECIAL ROAD DISTRICT, OR BEND METRO PARK AND RECREATION DISTRICT BENTON S.W.C.D., OR BERNDT SUBDIVISION WATER IMPROVEMENT DISTRICT, OR BEVERLY BEACH WATER DISTRICT, OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BIG BEND IRRIGATION DISTRICT, OR BIGGS SERVICE DISTRICT, OR BLACK BUTTE RANCH DEPARTMENT OF POLICE SERVICES, OR BLACK BUTTE RANCH R.F.P.D., OR BLACK MOUNTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R.F.P.D., OR BLUE MOUNTAIN HOSPITAL DISTRICT, OR BLUE MOUNTAIN TRANSLATOR DISTRICT, OR BLUE RIVER PARK & RECREATION DISTRICT, OR BLUE RIVER WATER DISTRICT, OR BLY R.F.P.D., OR BLY VECTOR CONTROL DISTRICT, OR BLY WATER AND SANITARY DISTRICT, OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, OR BOARDMAN PARK AND RECREATION DISTRICT BOARDMAN R.F.P.D., OR BONANZA BIG SPRINGS PARK & RECREATION DISTRICT, OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, OR BONANZA R.F.P.D., OR BONANZA-LANGELL VALLEY VECTOR CONTROL DISTRICT, OR BORING WATER DISTRICT #24, OR BOULDER CREEK RETREAT SPECIAL ROAD DISTRICT, OR BRIDGE R.F.P.D., OR BROOKS COMMUNITY SERVICE DISTRICT, OR BROWNSVILLE R.F.P.D., OR BUELL-RED PRAIRIE WATER DISTRICT, OR BUNKER HILL R.F.P.D. #1, OR BUNKER HILL SANITARY DISTRICT, OR BURLINGTON WATER DISTRICT, OR BURNT RIVER IRRIGATION DISTRICT, OR BURNT RIVER S.W.C.D., OR CALAPOOIA R.F.P.D., OR CAMAS VALLEY R.F.P.D., OR CAMELLIA PARK SANITARY DISTRICT, OR CAMMANN ROAD DISTRICT, OR CAMP SHERMAN ROAD DISTRICT, OR CANBY AREA TRANSIT, OR CANBY R.F.P.D. #62, OR CANBY UTILITY BOARD, OR CANNON BEACH R.F.P.D., OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR CAPE FERRELO R.F.P.D., OR CAPE FOULWEATHER SANITARY DISTRICT, OR CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR CARMEL BEACH WATER DISTRICT, OR CASCADE VIEW ESTATES TRACT 2, OR CEDAR CREST SPECIAL ROAD DISTRICT, OR CEDAR TRAILS SPECIAL ROAD DISTRICT, OR CEDAR VALLEY - NORTH BANK R.F.P.D., OR CENTRAL CASCADES FIRE AND EMS, OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D., OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CENTRAL OREGON IRRIGATION DISTRICT, OR CHAPARRAL WATER CONTROL DISTRICT, OR CHARLESTON FIRE DISTRICT, OR CHARLESTON SANITARY DISTRICT, OR CHARLOTTE ANN WATER DISTRICT, OR CHEHALEM PARK & RECREATION DISTRICT, OR CHEHALEM PARK AND RECREATION DISTRICT CHEMULT R.F.P.D., OR CHENOWITH WATER P.U.D., OR CHERRIOTS, OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, OR CHILOQUIN VECTOR CONTROL DISTRICT, OR CHILOQUIN-AGENCY LAKE R.F.P.D., OR CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR CHR DISTRICT IMPROVEMENT COMPANY, OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT, OR CHRISTMAS VALLEY PARK & RECREATION DISTRICT, OR CHRISTMAS VALLEY R.F.P.D., OR CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS COUNTY FIRE DISTRICT #1, OR CLACKAMAS COUNTY SERVICE DISTRICT #1, OR CLACKAMAS COUNTY VECTOR CONTROL DISTRICT, OR CLACKAMAS RIVER WATER CLACKAMAS RIVER WATER, OR CLACKAMAS S.W.C.D., OR CLATSKANIE DRAINAGE IMPROVEMENT COMPANY, OR CLATSKANIE LIBRARY DISTRICT, OR CLATSKANIE P.U.D., OR CLATSKANIE PARK & RECREATION DISTRICT, OR CLATSKANIE PEOPLE'S UTILITY DISTRICT CLATSKANIE R.F.P.D., OR CLATSOP CARE CENTER HEALTH DISTRICT, OR CLATSOP COUNTY S.W.C.D., OR CLATSOP DRAINAGE IMPROVEMENT COMPANY #15, INC., OR CLEAN WATER SERVICES CLEAN WATER SERVICES, OR CLOVERDALE R.F.P.D., OR CLOVERDALE SANITARY DISTRICT, OR CLOVERDALE WATER DISTRICT, OR COALEDO DRAINAGE DISTRICT, OR COBURG FIRE DISTRICT, OR COLESTIN RURAL FIRE DISTRICT, OR COLTON R.F.P.D., OR COLTON WATER DISTRICT #11, OR Version April 12, 2022 COLUMBIA 911 COMMUNICATIONS DISTRICT, OR COLUMBIA COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR COLUMBIA DRAINAGE VECTOR CONTROL, OR COLUMBIA IMPROVEMENT DISTRICT, OR COLUMBIA R.F.P.D., OR COLUMBIA RIVER FIRE & RESCUE, OR COLUMBIA RIVER PUD, OR COLUMBIA S.W.C.D., OR COLUMBIA S.W.C.D., OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS FOREST PROTECTIVE ASSOCIATION COOS S.W.C.D., OR COQUILLE R.F.P.D., OR COQUILLE VALLEY HOSPITAL DISTRICT, OR CORBETT WATER DISTRICT, OR CORNELIUS R.F.P.D., OR CORP RANCH ROAD WATER IMPROVEMENT, OR CORVALLIS R.F.P.D., OR COUNTRY CLUB ESTATES SPECIAL WATER DISTRICT, OR COUNTRY CLUB WATER DISTRICT, OR COUNTRY ESTATES ROAD DISTRICT, OR COVE CEMETERY MAINTENANCE DISTRICT, OR COVE ORCHARD SEWER SERVICE DISTRICT, OR COVE R.F.P.D., OR CRESCENT R.F.P.D., OR CRESCENT SANITARY DISTRICT, OR CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT, OR CROOK COUNTY AGRICULTURE EXTENSION SERVICE DISTRICT, OR CROOK COUNTY CEMETERY DISTRICT, OR CROOK COUNTY FIRE AND RESCUE, OR CROOK COUNTY PARKS & RECREATION DISTRICT, OR CROOK COUNTY S.W.C.D., OR CROOK COUNTY VECTOR CONTROL DISTRICT, OR CROOKED RIVER RANCH R.F.P.D., OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, OR CRYSTAL SPRINGS WATER DISTRICT, OR CURRY COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR CURRY COUNTY PUBLIC TRANSIT SERVICE DISTRICT, OR CURRY COUNTY S.W.C.D., OR CURRY HEALTH DISTRICT, OR CURRY PUBLIC LIBRARY DISTRICT, OR DALLAS CEMETERY DISTRICT #4, OR DARLEY DRIVE SPECIAL ROAD DISTRICT, OR DAVID CROCKETT STEAM FIRE COMPANY #1, LA DAYS CREEK R.F.P.D., OR DAYTON FIRE DISTRICT, OR DEAN MINARD WATER DISTRICT, OR DEE IRRIGATION DISTRICT, OR DEER ISLAND DRAINAGE IMPROVEMENT COMPANY, OR DELL BROGAN CEMETERY MAINTENANCE DISTRICT, OR DEPOE BAY R.F.P.D., OR DESCHUTES COUNTY 911 SERVICE DISTRICT, OR DESCHUTES COUNTY R.F.P.D. #2, OR DESCHUTES PUBLIC LIBRARY DISTRICT, OR DESCHUTES S.W.C.D., OR DESCHUTES VALLEY WATER DISTRICT, OR DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR DEXTER R.F.P.D., OR DEXTER SANITARY DISTRICT, OR DORA-SITKUM R.F.P.D., OR DOUGLAS COUNTY FIRE DISTRICT #2, OR DOUGLAS S.W.C.D., OR DRAKES CROSSING R.F.P.D., OR DRRH SPECIAL ROAD DISTRICT #6, OR DRY GULCH DITCH DISTRICT IMPROVEMENT COMPANY, OR DUFUR RECREATION DISTRICT, OR DUMBECK LANE DOMESTIC WATER SUPPLY, OR DUNDEE R.F.P.D., OR DURKEE COMMUNITY BUILDING PRESERVATION DISTRICT, OR EAGLE POINT IRRIGATION DISTRICT, OR EAGLE VALLEY CEMETERY MAINTENANCE DISTRICT, OR EAGLE VALLEY R.F.P.D., OR EAGLE VALLEY S.W.C.D., OR EAST FORK IRRIGATION DISTRICT, OR EAST MULTNOMAH S.W.C.D., OR EAST SALEM SERVICE DISTRICT, OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, OR EAST UMATILLA COUNTY AMBULANCE AREA HEALTH DISTRICT, OR EAST UMATILLA COUNTY R.F.P.D., OR EAST VALLEY WATER DISTRICT, OR ELGIN COMMUNITY PARKS & RECREATION DISTRICT, OR ELGIN HEALTH DISTRICT, OR ELGIN R.F.P.D., OR ELKTON ESTATES PHASE II SPECIAL ROAD DISTRICT, OR ELKTON R.F.P.D., OR EMERALD P.U.D., OR ENTERPRISE IRRIGATION DISTRICT, OR ESTACADA CEMETERY MAINTENANCE DISTRICT, OR ESTACADA R.F.P.D. #69, OR EUGENE R.F.P.D. # 1, OR EUGENE WATER AND ELECTRIC BOARD EVANS VALLEY FIRE DISTRICT #6, OR FAIR OAKS R.F.P.D., OR FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON-COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK-SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR Version April 12, 2022 GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D., OR GASTON R.F.P.D., OR GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P.D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P.U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER-SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR HELIX CEMETERY MAINTENANCE DISTRICT #4, OR HELIX PARK & RECREATION DISTRICT, OR HELIX R.F.P.D. #7-411, OR HEPPNER CEMETERY MAINTENANCE DISTRICT, OR HEPPNER R.F.P.D., OR HEPPNER WATER CONTROL DISTRICT, OR HEREFORD COMMUNITY HALL RECREATION DISTRICT, OR HERMISTON CEMETERY DISTRICT, OR HERMISTON IRRIGATION DISTRICT, OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT DISTRICT, OR HIGH DESERT PARK & RECREATION DISTRICT, OR HIGHLAND SUBDIVISION WATER DISTRICT, OR HONOLULU INTERNATIONAL AIRPORT HOOD RIVER COUNTY LIBRARY DISTRICT, OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, OR HOOD RIVER S.W.C.D., OR HOOD RIVER VALLEY PARKS & RECREATION DISTRICT, OR HOODLAND FIRE DISTRICT #74 HOODLAND FIRE DISTRICT #74, OR HORSEFLY IRRIGATION DISTRICT, OR HOSKINS-KINGS VALLEY R.F.P.D., OR HOUSING AUTHORITY OF PORTLAND HUBBARD R.F.P.D., OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, OR I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR ICE FOUNTAIN WATER DISTRICT, OR IDAHO POINT SPECIAL ROAD DISTRICT, OR IDANHA-DETROIT RURAL FIRE PROTECTION DISTRICT, OR ILLINOIS VALLEY FIRE DISTRICT ILLINOIS VALLEY R.F.P.D., OR ILLINOIS VALLEY S.W.C.D., OR IMBLER R.F.P.D., OR INTERLACHEN WATER P.U.D., OR IONE LIBRARY DISTRICT, OR IONE R.F.P.D. #6-604, OR IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR IRONSIDE RURAL ROAD DISTRICT #5, OR IRRIGON PARK & RECREATION DISTRICT, OR IRRIGON R.F.P.D., OR ISLAND CITY AREA SANITATION DISTRICT, OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, OR JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR JACKSON COUNTY FIRE DISTRICT #3, OR JACKSON COUNTY FIRE DISTRICT #4, OR JACKSON COUNTY FIRE DISTRICT #5, OR JACKSON COUNTY LIBRARY DISTRICT, OR JACKSON COUNTY VECTOR CONTROL DISTRICT, OR JACKSON S.W.C.D., OR JASPER KNOLLS WATER DISTRICT, OR JEFFERSON COUNTY EMERGENCY MEDICAL SERVICE DISTRICT, OR JEFFERSON COUNTY FIRE DISTRICT #1, OR JEFFERSON COUNTY LIBRARY DISTRICT, OR JEFFERSON COUNTY S.W.C.D., OR JEFFERSON PARK & RECREATION DISTRICT, OR JEFFERSON R.F.P.D., OR JOB'S DRAINAGE DISTRICT, OR JOHN DAY WATER DISTRICT, OR JOHN DAY-CANYON CITY PARKS & RECREATION DISTRICT, OR JOHN DAY-FERNHILL R.F.P.D. #5-108, OR JORDAN VALLEY CEMETERY DISTRICT, OR JORDAN VALLEY IRRIGATION DISTRICT, OR JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR JOSEPHINE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR JOSEPHINE COUNTY 911 AGENCY, OR JUNCTION CITY R.F.P.D., OR JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P.D., OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR Version April 12, 2022 KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, ORKILCHIS WATER DISTRICT, ORKLAMATH 9-1-1 COMMUNICATIONS DISTRICT, ORKLAMATH BASIN IMPROVEMENT DISTRICT, ORKLAMATH COUNTY DRAINAGE SERVICE DISTRICT,ORKLAMATH COUNTY EXTENSION SERVICE DISTRICT,ORKLAMATH COUNTY FIRE DISTRICT #1, ORKLAMATH COUNTY FIRE DISTRICT #3, ORKLAMATH COUNTY FIRE DISTRICT #4, ORKLAMATH COUNTY FIRE DISTRICT #5, ORKLAMATH COUNTY LIBRARY SERVICE DISTRICT,ORKLAMATH COUNTY PREDATORY ANIMALCONTROL DISTRICT, ORKLAMATH DRAINAGE DISTRICT, ORKLAMATH FALLS FOREST ESTATES SPECIAL ROADDISTRICT UNIT #2, ORKLAMATH INTEROPERABILITY RADIO GROUP, ORKLAMATH IRRIGATION DISTRICT, ORKLAMATH RIVER ACRES SPECIAL ROAD DISTRICT,ORKLAMATH S.W.C.D., ORKLAMATH VECTOR CONTROL DISTRICT, ORKNAPPA-SVENSEN-BURNSIDE R.F.P.D., ORLA GRANDE CEMETERY MAINTENANCE DISTRICT,ORLA GRANDE R.F.P.D., ORLA PINE PARK & RECREATION DISTRICT, ORLA PINE R.F.P.D., ORLABISH VILLAGE SEWAGE & DRAINAGE, ORLACOMB IRRIGATION DISTRICT, ORLAFAYETTE AIRPORT COMMISSION, LALAFOURCHE PARISH HEALTH UNIT – DHH-OPHREGION 3LAIDLAW WATER DISTRICT, ORLAKE CHINOOK FIRE & RESCUE, ORLAKE COUNTY 4-H & EXTENSION SERVICEDISTRICT, ORLAKE COUNTY LIBRARY DISTRICT, ORLAKE CREEK R.F.P.D. - JACKSON, ORLAKE CREEK R.F.P.D. - LANE COUNTY, ORLAKE DISTRICT HOSPITAL, ORLAKE GROVE R.F.P.D. NO. 57, ORLAKE GROVE WATER DISTRICT, ORLAKE LABISH WATER CONTROL DISTRICT, ORLAKE POINT SPECIAL ROAD DISTRICT, ORLAKESIDE R.F.P.D. #4, ORLAKESIDE WATER DISTRICT, ORLAKEVIEW R.F.P.D., ORLAKEVIEW S.W.C.D., ORLAMONTAI IMPROVEMENT DISTRICT, ORLANE FIRE AUTHORITY, ORLANE LIBRARY DISTRICT, ORLANE TRANSIT DISTRICT, ORLANGELL VALLEY IRRIGATION DISTRICT, ORLANGLOIS PUBLIC LIBRARY, ORLANGLOIS R.F.P.D., ORLANGLOIS WATER DISTRICT, ORLAZY RIVER SPECIAL ROAD DISTRICT, OR LEBANON AQUATIC DISTRICT, OR LEBANON R.F.P.D., OR LEWIS & CLARK R.F.P.D., OR LINCOLN COUNTY LIBRARY DISTRICT, OR LINCOLN S.W.C.D., OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, OR LINN S.W.C.D., OR LITTLE MUDDY CREEK WATER CONTROL, OR LITTLE NESTUCCA DRAINAGE DISTRICT, OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR LONE PINE IRRIGATION DISTRICT, OR LONG PRAIRIE WATER DISTRICT, OR LOOKINGGLASS OLALLA WATER CONTROL DISTRICT, OR LOOKINGGLASS RURAL FIRE DISTRICT, OR LORANE R.F.P.D., OR LOST & BOULDER DITCH IMPROVEMENT DISTRICT, OR LOST CREEK PARK SPECIAL ROAD DISTRICT, OR LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS LOWELL R.F.P.D., OR LOWER MCKAY CREEK R.F.P.D., OR LOWER MCKAY CREEK WATER CONTROL DISTRICT, OR LOWER POWDER RIVER IRRIGATION DISTRICT, OR LOWER SILETZ WATER DISTRICT, OR LOWER UMPQUA HOSPITAL DISTRICT, OR LOWER UMPQUA PARK & RECREATION DISTRICT, OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, OR LUCE LONG DITCH DISTRICT IMPROVEMENT CO., OR LUSTED WATER DISTRICT, OR LYONS R.F.P.D., OR LYONS-MEHAMA WATER DISTRICT, OR MADRAS AQUATIC CENTER DISTRICT, OR MAKAI SPECIAL ROAD DISTRICT, OR MALHEUR COUNTY S.W.C.D., OR MALHEUR COUNTY VECTOR CONTROL DISTRICT, OR MALHEUR DISTRICT IMPROVEMENT COMPANY, OR MALHEUR DRAINAGE DISTRICT, OR MALHEUR MEMORIAL HEALTH DISTRICT, OR MALIN COMMUNITY CEMETERY MAINTENANCE DISTRICT, OR MALIN COMMUNITY PARK & RECREATION DISTRICT, OR MALIN IRRIGATION DISTRICT, OR MALIN R.F.P.D., OR MAPLETON FIRE DEPARTMENT, OR MAPLETON WATER DISTRICT, OR MARCOLA WATER DISTRICT, OR MARION COUNTY EXTENSION & 4H SERVICE DISTRICT, OR MARION COUNTY FIRE DISTRICT #1, OR MARION JACK IMPROVEMENT DISTRICT, OR MARION S.W.C.D., OR MARY'S RIVER ESTATES ROAD DISTRICT, OR MCDONALD FOREST ESTATES SPECIAL ROAD DISTRICT, OR MCKAY ACRES IMPROVEMENT DISTRICT, OR MCKAY DAM R.F.P.D. # 7-410, OR MCKENZIE FIRE & RESCUE, OR MCKENZIE PALISADES WATER SUPPLY CORPORATION, OR Version April 12, 2022 MCMINNVILLE R.F.P.D., OR MCNULTY WATER P.U.D., OR MEADOWS DRAINAGE DISTRICT, OR MEDFORD IRRIGATION DISTRICT, OR MEDFORD R.F.P.D. #2, OR MEDFORD WATER COMMISSION MEDICAL SPRINGS R.F.P.D., OR MELHEUR COUNTY JAIL, OR MERLIN COMMUNITY PARK DISTRICT, OR MERRILL CEMETERY MAINTENANCE DISTRICT, OR MERRILL PARK DISTRICT, OR MERRILL R.F.P.D., OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MID COUNTY CEMETERY MAINTENANCE DISTRICT, OR MID-COLUMBIA FIRE AND RESCUE, OR MIDDLE FORK IRRIGATION DISTRICT, OR MIDLAND COMMUNITY PARK, OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR MILES CROSSING SANITARY SEWER DISTRICT, OR MILL CITY R.F.P.D. #2-303, OR MILL FOUR DRAINAGE DISTRICT, OR MILLICOMA RIVER PARK & RECREATION DISTRICT, OR MILLINGTON R.F.P.D. #5, OR MILO VOLUNTEER FIRE DEPARTMENT, OR MILTON-FREEWATER AMBULANCE SERVICE AREA HEALTH DISTRICT, OR MILTON-FREEWATER WATER CONTROL DISTRICT, OR MIROCO SPECIAL ROAD DISTRICT, OR MIST-BIRKENFELD R.F.P.D., OR MODOC POINT IRRIGATION DISTRICT, OR MODOC POINT SANITARY DISTRICT, OR MOHAWK VALLEY R.F.P.D., OR MOLALLA AQUATIC DISTRICT, OR MOLALLA R.F.P.D. #73, OR MONITOR R.F.P.D., OR MONROE R.F.P.D., OR MONUMENT CEMETERY MAINTENANCE DISTRICT, OR MONUMENT S.W.C.D., OR MOOREA DRIVE SPECIAL ROAD DISTRICT, OR MORO R.F.P.D., OR MORROW COUNTY HEALTH DISTRICT, OR MORROW COUNTY UNIFIED RECREATION DISTRICT, OR MORROW S.W.C.D., OR MOSIER FIRE DISTRICT, OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR MT. ANGEL R.F.P.D., OR MT. HOOD IRRIGATION DISTRICT, OR MT. LAKI CEMETERY DISTRICT, OR MT. VERNON R.F.P.D., OR MULINO WATER DISTRICT #1, OR MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR MULTNOMAH COUNTY R.F.P.D. #10, OR MULTNOMAH COUNTY R.F.P.D. #14, OR MULTNOMAH EDUCATION SERVICE DISTRICT MYRTLE CREEK R.F.P.D., OR NEAH-KAH-NIE WATER DISTRICT, OR NEDONNA R.F.P.D., OR NEHALEM BAY FIRE AND RESCUE, OR NEHALEM BAY HEALTH DISTRICT, OR NEHALEM BAY WASTEWATER AGENCY, OR NESIKA BEACH-OPHIR WATER DISTRICT, OR NESKOWIN REGIONAL SANITARY AUTHORITY, OR NESKOWIN REGIONAL WATER DISTRICT, OR NESTUCCA R.F.P.D., OR NETARTS WATER DISTRICT, OR NETARTS-OCEANSIDE R.F.P.D., OR NETARTS-OCEANSIDE SANITARY DISTRICT, OR NEW BRIDGE WATER SUPPLY DISTRICT, OR NEW CARLTON FIRE DISTRICT, OR NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NEW PINE CREEK R.F.P.D., OR NEWBERG R.F.P.D., OR NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR NEWPORT R.F.P.D., OR NEWT YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR NORTH ALBANY R.F.P.D., OR NORTH BAY R.F.P.D. #9, OR NORTH CLACKAMAS PARKS & RECREATION DISTRICT, OR NORTH COUNTY RECREATION DISTRICT, OR NORTH DOUGLAS COUNTY FIRE & EMS, OR NORTH DOUGLAS PARK & RECREATION DISTRICT, OR NORTH GILLIAM COUNTY HEALTH DISTRICT, OR NORTH GILLIAM COUNTY R.F.P.D., OR NORTH LAKE HEALTH DISTRICT, OR NORTH LEBANON WATER CONTROL DISTRICT, OR NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR NORTH LINCOLN HEALTH DISTRICT, OR NORTH MORROW VECTOR CONTROL DISTRICT, OR NORTH SHERMAN COUNTY R.F.P.D, OR NORTH UNIT IRRIGATION DISTRICT, OR NORTHEAST OREGON HOUSING AUTHORITY, OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, OR NORTHERN WASCO COUNTY P.U.D., OR NORTHERN WASCO COUNTY PARK & RECREATION DISTRICT, OR NYE DITCH USERS DISTRICT IMPROVEMENT, OR NYSSA ROAD ASSESSMENT DISTRICT #2, OR NYSSA RURAL FIRE DISTRICT, OR NYSSA-ARCADIA DRAINAGE DISTRICT, OR OAK LODGE WATER SERVICES, OR OAKLAND R.F.P.D., OR OAKVILLE COMMUNITY CENTER, OR OCEANSIDE WATER DISTRICT, OR OCHOCO IRRIGATION DISTRICT, OR OCHOCO WEST WATER AND SANITARY AUTHORITY, OR ODELL SANITARY DISTRICT, OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR ONTARIO LIBRARY DISTRICT, OR ONTARIO R.F.P.D., OR OPHIR R.F.P.D., OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES OREGON INTERNATIONAL PORT OF COOS BAY, OR OREGON LEGISLATIVE ADMINISTRATION OREGON OUTBACK R.F.P.D., OR OREGON POINT, OR OREGON TRAIL LIBRARY DISTRICT, OR OTTER ROCK WATER DISTRICT, OR OWW UNIT #2 SANITARY DISTRICT, OR OWYHEE CEMETERY MAINTENANCE DISTRICT, OR OWYHEE IRRIGATION DISTRICT, OR Version April 12, 2022 PACIFIC CITY JOINT WATER-SANITARY AUTHORITY, OR PACIFIC COMMUNITIES HEALTH DISTRICT, OR PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR PALATINE HILL WATER DISTRICT, OR PALMER CREEK WATER DISTRICT IMPROVEMENT COMPANY, OR PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR PANTHER CREEK ROAD DISTRICT, OR PANTHER CREEK WATER DISTRICT, OR PARKDALE R.F.P.D., OR PARKDALE SANITARY DISTRICT, OR PENINSULA DRAINAGE DISTRICT #1, OR PENINSULA DRAINAGE DISTRICT #2, OR PHILOMATH FIRE AND RESCUE, OR PILOT ROCK CEMETERY MAINTENANCE DISTRICT #5, OR PILOT ROCK PARK & RECREATION DISTRICT, OR PILOT ROCK R.F.P.D., OR PINE EAGLE HEALTH DISTRICT, OR PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR PINE GROVE IRRIGATION DISTRICT, OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, OR PINE GROVE WATER DISTRICT-MAUPIN, OR PINE VALLEY CEMETERY DISTRICT, OR PINE VALLEY R.F.P.D., OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD DISTRICT, OR PIONEER DISTRICT IMPROVEMENT COMPANY, OR PISTOL RIVER CEMETERY MAINTENANCE DISTRICT, OR PISTOL RIVER FIRE DISTRICT, OR PLEASANT HILL R.F.P.D., OR PLEASANT HOME WATER DISTRICT, OR POCAHONTAS MINING AND IRRIGATION DISTRICT, OR POE VALLEY IMPROVEMENT DISTRICT, OR POE VALLEY PARK & RECREATION DISTRICT, OR POE VALLEY VECTOR CONTROL DISTRICT, OR POLK COUNTY FIRE DISTRICT #1, OR POLK S.W.C.D., OR POMPADOUR WATER IMPROVEMENT DISTRICT, OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, OR PORT OF ALSEA, OR PORT OF ARLINGTON, OR PORT OF ASTORIA, OR PORT OF BANDON, OR PORT OF BRANDON, OR PORT OF BROOKINGS HARBOR, OR PORT OF CASCADE LOCKS, OR PORT OF COQUILLE RIVER, OR PORT OF GARIBALDI, OR PORT OF GOLD BEACH, OR PORT OF HOOD RIVER, OR PORT OF MORGAN CITY, LA PORT OF MORROW, OR PORT OF NEHALEM, OR PORT OF NEWPORT, OR PORT OF PORT ORFORD, OR PORT OF PORTLAND, OR PORT OF SIUSLAW, OR PORT OF ST. HELENS, OR PORT OF THE DALLES, OR PORT OF TILLAMOOK BAY, OR PORT OF TOLEDO, OR PORT OF UMATILLA, OR PORT OF UMPQUA, OR PORT ORFORD CEMETERY MAINTENANCE DISTRICT, OR PORT ORFORD PUBLIC LIBRARY DISTRICT, OR PORT ORFORD R.F.P.D., OR PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR POWDER R.F.P.D., OR POWDER RIVER R.F.P.D., OR POWDER VALLEY WATER CONTROL DISTRICT, OR POWERS HEALTH DISTRICT, OR PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT #1, OR PROSPECT R.F.P.D., OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, OR RAINBOW WATER DISTRICT, OR RAINIER CEMETERY DISTRICT, OR RAINIER DRAINAGE IMPROVEMENT COMPANY, OR RALEIGH WATER DISTRICT, OR REDMOND AREA PARK & RECREATION DISTRICT, OR REDMOND FIRE AND RESCUE, OR RIDDLE FIRE PROTECTION DISTRICT, OR RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, OR RIDGEWOOD ROAD DISTRICT, OR RIETH SANITARY DISTRICT, OR RIETH WATER DISTRICT, OR RIMROCK WEST IMPROVEMENT DISTRICT, OR RINK CREEK WATER DISTRICT, OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR RIVER MEADOWS IMPROVEMENT DISTRICT, OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR RIVER ROAD PARK & RECREATION DISTRICT, OR RIVER ROAD WATER DISTRICT, OR RIVERBEND RIVERBANK WATER IMPROVEMENT DISTRICT, OR RIVERDALE R.F.P.D. 11-JT, OR RIVERGROVE WATER DISTRICT, OR RIVERSIDE MISSION WATER CONTROL DISTRICT, OR RIVERSIDE R.F.P.D. #7-406, OR RIVERSIDE WATER DISTRICT, OR ROBERTS CREEK WATER DISTRICT, OR ROCK CREEK DISTRICT IMPROVEMENT, OR ROCK CREEK WATER DISTRICT, OR ROCKWOOD WATER P.U.D., OR ROCKY POINT FIRE & EMS, OR ROGUE RIVER R.F.P.D., OR ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR ROGUE VALLEY SEWER SERVICES, OR ROGUE VALLEY SEWER, OR ROGUE VALLEY TRANSPORTATION DISTRICT, OR ROSEBURG URBAN SANITARY AUTHORITY, OR ROSEWOOD ESTATES ROAD DISTRICT, OR ROW RIVER VALLEY WATER DISTRICT, OR RURAL ROAD ASSESSMENT DISTRICT #3, OR RURAL ROAD ASSESSMENT DISTRICT #4, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM AREA MASS TRANSIT DISTRICT, OR Version April 12, 2022 SALEM MASS TRANSIT DISTRICT SALEM SUBURBAN R.F.P.D., OR SALISHAN SANITARY DISTRICT, OR SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR SALMON RIVER PARK WATER IMPROVEMENT DISTRICT, OR SALMONBERRY TRAIL INTERGOVERNMENTAL AGENCY, OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR SANDY DRAINAGE IMPROVEMENT COMPANY, OR SANDY R.F.P.D. #72, OR SANTA CLARA R.F.P.D., OR SANTA CLARA WATER DISTRICT, OR SANTIAM WATER CONTROL DISTRICT, OR SAUVIE ISLAND DRAINAGE IMPROVEMENT COMPANY, OR SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J, OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, OR SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR SCAPPOOSE R.F.P.D., OR SCIO R.F.P.D., OR SCOTTSBURG R.F.P.D., OR SEAL ROCK R.F.P.D., OR SEAL ROCK WATER DISTRICT, OR SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SHANGRI-LA WATER DISTRICT, OR SHASTA VIEW IRRIGATION DISTRICT, OR SHELLEY ROAD CREST ACRES WATER DISTRICT, OR SHERIDAN FIRE DISTRICT, OR SHERMAN COUNTY HEALTH DISTRICT, OR SHERMAN COUNTY S.W.C.D., OR SHORELINE SANITARY DISTRICT, OR SILETZ KEYS SANITARY DISTRICT, OR SILETZ R.F.P.D., OR SILVER FALLS LIBRARY DISTRICT, OR SILVER LAKE IRRIGATION DISTRICT, OR SILVER LAKE R.F.P.D., OR SILVER SANDS SPECIAL ROAD DISTRICT, OR SILVERTON R.F.P.D. NO. 2, OR SISTERS PARKS & RECREATION DISTRICT, OR SISTERS-CAMP SHERMAN R.F.P.D., OR SIUSLAW PUBLIC LIBRARY DISTRICT, OR SIUSLAW S.W.C.D., OR SIUSLAW VALLEY FIRE AND RESCUE, OR SIXES R.F.P.D., OR SKIPANON WATER CONTROL DISTRICT, OR SKYLINE VIEW DISTRICT IMPROVEMENT COMPANY, OR SLEEPY HOLLOW WATER DISTRICT, OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY, OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, OR SOUTH COUNTY HEALTH DISTRICT, OR SOUTH FORK WATER BOARD, OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR SOUTH LAFOURCHE LEVEE DISTRICT, LA SOUTH LANE COUNTY FIRE & RESCUE, OR SOUTH SANTIAM RIVER WATER CONTROL DISTRICT, OR SOUTH SHERMAN FIRE DISTRICT, OR SOUTH SUBURBAN SANITARY DISTRICT, OR SOUTH WASCO PARK & RECREATION DISTRICT, OR SOUTHERN COOS HEALTH DISTRICT, OR SOUTHERN CURRY CEMETERY MAINTENANCE DISTRICT, OR SOUTHVIEW IMPROVEMENT DISTRICT, OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, OR SOUTHWESTERN POLK COUNTY R.F.P.D., OR SOUTHWOOD PARK WATER DISTRICT, OR SPECIAL ROAD DISTRICT #1, OR SPECIAL ROAD DISTRICT #8, OR SPRING RIVER SPECIAL ROAD DISTRICT, OR SPRINGFIELD UTILITY BOARD, OR ST. PAUL R.F.P.D., OR STANFIELD CEMETERY DISTRICT #6, OR STANFIELD IRRIGATION DISTRICT, OR STARR CREEK ROAD DISTRICT, OR STARWOOD SANITARY DISTRICT, OR STAYTON FIRE DISTRICT, OR SUBLIMITY FIRE DISTRICT, OR SUBURBAN EAST SALEM WATER DISTRICT, OR SUBURBAN LIGHTING DISTRICT, OR SUCCOR CREEK DISTRICT IMPROVEMENT COMPANY, OR SUMMER LAKE IRRIGATION DISTRICT, OR SUMMERVILLE CEMETERY MAINTENANCE DISTRICT, OR SUMNER R.F.P.D., OR SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR SUNDOWN SANITATION DISTRICT, OR SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR SUNNYSIDE IRRIGATION DISTRICT, OR SUNRISE WATER AUTHORITY, OR SUNRIVER SERVICE DISTRICT, OR SUNSET EMPIRE PARK & RECREATION DISTRICT, OR SUNSET EMPIRE TRANSPORTATION DISTRICT, OR SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F.P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W.C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D., OR Version April 12, 2022 TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R.F.P.D. #7-405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID WASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D., OR UNION S.W.C.D., OR UNITY COMMUNITY PARK & RECREATION DISTRICT, OR UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR UPPER MCKENZIE R.F.P.D., OR UPPER WILLAMETTE S.W.C.D., OR VALE OREGON IRRIGATION DISTRICT, OR VALE RURAL FIRE PROTECTION DISTRICT, OR VALLEY ACRES SPECIAL ROAD DISTRICT, OR VALLEY VIEW CEMETERY MAINTENANCE DISTRICT, OR VALLEY VIEW WATER DISTRICT, OR VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR VERNONIA R.F.P.D., OR VINEYARD MOUNTAIN PARK & RECREATION DISTRICT, OR VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, OR WALLA WALLA RIVER IRRIGATION DISTRICT, OR WALLOWA COUNTY HEALTH CARE DISTRICT, OR WALLOWA LAKE COUNTY SERVICE DISTRICT, OR WALLOWA LAKE IRRIGATION DISTRICT, OR WALLOWA LAKE R.F.P.D., OR WALLOWA S.W.C.D., OR WALLOWA VALLEY IMPROVEMENT DISTRICT #1, OR WAMIC R.F.P.D., OR WAMIC WATER & SANITARY AUTHORITY, OR WARMSPRINGS IRRIGATION DISTRICT, OR WASCO COUNTY S.W.C.D., OR WATER ENVIRONMENT SERVICES, OR WATER WONDERLAND IMPROVEMENT DISTRICT, OR WATERBURY & ALLEN DITCH IMPROVEMENT DISTRICT, OR WATSECO-BARVIEW WATER DISTRICT, OR WAUNA WATER DISTRICT, OR WEDDERBURN SANITARY DISTRICT, OR WEST EAGLE VALLEY WATER CONTROL DISTRICT, OR WEST EXTENSION IRRIGATION DISTRICT, OR WEST LABISH DRAINAGE & WATER CONTROL IMPROVEMENT DISTRICT, OR WEST MULTNOMAH S.W.C.D., OR WEST SIDE R.F.P.D., OR WEST SLOPE WATER DISTRICT, OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, OR WEST VALLEY FIRE DISTRICT, OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR WESTERN LANE AMBULANCE DISTRICT, OR WESTLAND IRRIGATION DISTRICT, OR WESTON ATHENA MEMORIAL HALL PARK & RECREATION DISTRICT, OR WESTON CEMETERY DISTRICT #2, OR WESTPORT FIRE AND RESCUE, OR WESTRIDGE WATER SUPPLY CORPORATION, OR WESTWOOD HILLS ROAD DISTRICT, OR WESTWOOD VILLAGE ROAD DISTRICT, OR WHEELER S.W.C.D., OR WHITE RIVER HEALTH DISTRICT, OR WIARD MEMORIAL PARK DISTRICT, OR WICKIUP WATER DISTRICT, OR WILLAKENZIE R.F.P.D., OR WILLAMALANE PARK & RECREATION DISTRICT, OR WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY WILLAMETTE RIVER WATER COALITION, OR WILLIAMS R.F.P.D., OR WILLOW CREEK PARK DISTRICT, OR WILLOW DALE WATER DISTRICT, OR WILSON RIVER WATER DISTRICT, OR WINCHESTER BAY R.F.P.D., OR WINCHESTER BAY SANITARY DISTRICT, OR WINCHUCK R.F.P.D., OR WINSTON-DILLARD R.F.P.D., OR WINSTON-DILLARD WATER DISTRICT, OR WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WY'EAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR Version April 12, 2022 YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR K-12 INCLUDING BUT NOT LIMITED TO:ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.10B FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 JEFFERSON COUNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT JUNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 SALEM-KEIZER PUBLIC SCHOOLS 24J MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NO.1J MORROW COUNTY SCHOOL DIST, OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMUNITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES), UT ALIANZA ACADEMY, UT ALPINE DISTRICT, UT AMERICAN LEADERSHIP ACADEMY, UT AMERICAN PREPARATORY ACADEMY, UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES, UT BEAR RIVER CHARTER SCHOOL, UT BEAVER SCHOOL DISTRICT, UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT, UT CBA CENTER, UT CACHE SCHOOL DISTRICT, UT CANYON RIM ACADEMY, UT CANYONS DISTRICT, UT CARBON SCHOOL DISTRICT, UT CHANNING HALL, UT CHARTER SCHOOL LEWIS ACADEMY, UT CITY ACADEMY, UT DAGGETT SCHOOL DISTRICT, UT DAVINCI ACADEMY, UT DAVIS DISTRICT, UT DUAL IMMERSION ACADEMY, UT Version April 12, 2022 DUCHESNE SCHOOL DISTRICT, UT EARLY LIGHT ACADEMY AT DAYBREAK, UT EAST HOLLYWOOD HIGH, UT EDITH BOWEN LABORATORY SCHOOL, UT EMERSON ALCOTT ACADEMY, UT EMERY SCHOOL DISTRICT, UT ENTHEOS ACADEMY, UT EXCELSIOR ACADEMY, UT FAST FORWARD HIGH, UT FREEDOM ACADEMY, UT GARFIELD SCHOOL DISTRICT, UT GATEWAY PREPARATORY ACADEMY, UT GEORGE WASHINGTON ACADEMY, UT GOOD FOUNDATION ACADEMY, UT GRAND SCHOOL DISTRICT, UT GRANITE DISTRICT, UT GUADALUPE SCHOOL, UT HAWTHORN ACADEMY, UT INTECH COLLEGIATE HIGH SCHOOL, UT IRON SCHOOL DISTRICT, UT ITINERIS EARLY COLLEGE HIGH, UT JOHN HANCOCK CHARTER SCHOOL, UT JORDAN DISTRICT, UT JUAB SCHOOL DISTRICT, UT KANE SCHOOL DISTRICT, UT KARL G MAESER PREPARATORY ACADEMY, UT LAKEVIEW ACADEMY, UT LEGACY PREPARATORY ACADEMY, UT LIBERTY ACADEMY, UT LINCOLN ACADEMY, UT LOGAN SCHOOL DISTRICT, UT MARIA MONTESSORI ACADEMY, UT MERIT COLLEGE PREPARATORY ACADEMY, UT MILLARD SCHOOL DISTRICT, UT MOAB CHARTER SCHOOL, UT MONTICELLO ACADEMY, UT MORGAN SCHOOL DISTRICT, UT MOUNTAINVILLE ACADEMY, UT MURRAY SCHOOL DISTRICT, UT NAVIGATOR POINTE ACADEMY, UT NEBO SCHOOL DISTRICT, UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NUAMES), UT NOAH WEBSTER ACADEMY, UT NORTH DAVIS PREPARATORY ACADEMY, UT NORTH SANPETE SCHOOL DISTRICT, UT NORTH STAR ACADEMY, UT NORTH SUMMIT SCHOOL DISTRICT, UT ODYSSEY CHARTER SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT OGDEN SCHOOL DISTRICT, UT OPEN CLASSROOM, UT OPEN HIGH SCHOOL OF UTAH, UT OQUIRRH MOUNTAIN CHARTER SCHOOL, UT PARADIGM HIGH SCHOOL, UT PARK CITY SCHOOL DISTRICT, UT PINNACLE CANYON ACADEMY, UT PIUTE SCHOOL DISTRICT, UT PROVIDENCE HALL, UT PROVO SCHOOL DISTRICT, UT QUAIL RUN PRIMARY SCHOOL, UT QUEST ACADEMY, UT RANCHES ACADEMY, UT REAGAN ACADEMY, UT RENAISSANCE ACADEMY, UT RICH SCHOOL DISTRICT, UT ROCKWELL CHARTER HIGH SCHOOL, UT SALT LAKE ARTS ACADEMY, UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT, UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT, UT SEVIER SCHOOL DISTRICT, UT SOLDIER HOLLOW CHARTER SCHOOL, UT SOUTH SANPETE SCHOOL DISTRICT, UT SOUTH SUMMIT SCHOOL DISTRICT, UT SPECTRUM ACADEMY, UT SUCCESS ACADEMY, UT SUCCESS SCHOOL, UT SUMMIT ACADEMY, UT SUMMIT ACADEMY HIGH SCHOOL, UT SYRACUSE ARTS ACADEMY, UT THOMAS EDISON - NORTH, UT TIMPANOGOS ACADEMY, UT TINTIC SCHOOL DISTRICT, UT TOOELE SCHOOL DISTRICT, UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS, UT UINTAH RIVER HIGH, UT UINTAH SCHOOL DISTRICT, UT UTAH CONNECTIONS ACADEMY, UT UTAH COUNTY ACADEMY OF SCIENCE, UT UTAH ELECTRONIC HIGH SCHOOL, UT UTAH SCHOOLS FOR DEAF & BLIND, UT UTAH STATE OFFICE OF EDUCATION, UT UTAH VIRTUAL ACADEMY, UT VENTURE ACADEMY, UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY, UT WALDEN SCHOOL OF LIBERAL ARTS, UT WASATCH PEAK ACADEMY, UT WASATCH SCHOOL DISTRICT, UT WASHINGTON SCHOOL DISTRICT, UT WAYNE SCHOOL DISTRICT, UT WEBER SCHOOL DISTRICT, UT WEILENMANN SCHOOL OF DISCOVERY, UT HIGHER EDUCATION ARGOSY UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMUNITY COLLEGE CONCORDIA UNIVERSITY GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY Version April 12, 2022 OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26TH JUDICIAL DISTRICT ATTORNEY STATE OF UTAH HEART OF APPALACHIA REGION (VIRGINIA) to include: CITIES & TOWNS Bluefield, VA Grundy, VA Norton, VA Town of Tazewell, VA Big Stone Gap, VA Clintwood, VA St. Paul, VA COUNTIES Buchanan County, VA Dickenson County, VA Lee County, VA Russell County, VA Scott County, VA Tazewell County, VA Wise County, VA BLUE RIDGE HIGHLANDS REGION (VIRGINA) to include: CITIES & TOWNS Abingdon, VA Blacksburg, VA Bristol, VA Christiansburg, VA Damascus, VA Galax, VA Marion, VA Pulaski, VA Radford, VA Wytheville, VA COUNTIES Bland County, VA Carroll County, VA Floyd County, VA Giles County, VA Grayson County, VA Montgomery County, VA Patrick County, VA Pulaski County, VA Smyth County, VA Washington County, VA Wythe County, VA CENTRAL VIRGINIA REGION (VIRGINA) to include: CITIES & TOWNS COUNTIES Appomattox, VA Albemarie County, VA Ashland, VA Amelia County, VA Blackstone, VA Amherst County, VA Charlottesville, VA Appomattox County, VA Colonial Heights, VA Buckingham County, VA Chester, VA Campbell County, VA Farmville, VA Chesterfield County, VA Hopewell, VA Cumberland County, VA Lynchburg, VA Dinwiddie County, VA Petersburg, VA Fluvanna County, VA Richmond, VA Goochland County, VA Scottsville, VA Greene County, VA Wintergreen, VA Hanover County, VA Henrico County, VA Louisa County, VA Madison County, VA Nelson County, VA Nottoway County, VA Orange County, VA Powhatan County, VA Prince Edward County, VA Prince George County, VA Sussex County, VA TIDEWATER REGION (WHICH ALSO INCLUDES THE CHESAPEAKE BAY REGION) (VIRGINA) to include: CITIES & TOWNS COUNTIES Kilmarnock, VA Middlesex County, VA Warsaw, VA Lancaster County, VA Urbanna, VA Northumberland County, VA West Point, VA Richmond County, VA Colonial Beach, VA King William County, VA Tappahannock, VA King & Queen County, VA Gloucester, VA Mathews County, VA Irvington, VA Westmoreland County, VA Essex County, VA Gloucester County, VA King George County, VA COASTAL VIRGINIA - EASTERN SHORE REGION (VIRGINA) to include: CITIES & TOWNS COUNTIES Accomac, VA Northampton County, VA Cape Charles, VA Accomack County, VA Chincoteague Island, VA Exmore, VA Onanock, VA Tangier Island, VA Wachapreague, VA Tidewater COASTAL VIRGINIA - HAMPTON ROADS REGION (VIRGINA) to include: CITIES & TOWNS COUNTIES Charles City, VA Charles City County, VA Chesapeake, VA Isle of Wight County, VA Franklin, VA James City County, VA Hampton, VA New Kent County, VA Newport News, VA Southampton County, VA Norfolk, VA Surry County, VA Poquoson, VA York County, VA Portsmouth, VA Smithfield, VA Suffolk, VA Virginia Beach, VA Williamsburg, VA Yorktown, VA NORTHERN VIRGNIA REGION (VIRGINA) to include: CITIES & TOWNS COUNTIES Alexandria, VA Rappanhannock County, VA Arlington, VA Fauquier County, VA Centreville, VA Stafford County, VA Chantilly, VA Spotsylvania County, VA Clifton, VA Caroline County, VA Culpeper, VA Prince William County, VA Dulles, VA Fairfax County, VA Falls Church, VA Loudoun County, VA Fairfax, VA Culpeper County, VA Fredericksburg, VA Herndon, VA Leesburg, VA Lorton, VA Manassas Park, VA Manassas, VA Marshall, VA McLean, VA Middleburg, VA Occoquan, VA Purcellville, VA Reston, VA Spotsylvania, VA Springfield, VA Triangle, VA Vienna, VA Warrenton, VA Woodbridge, VA Washington, VA SHENANDOAH VALLEY REGION (VIRGINA) to include: CITIES & TOWNS Berryville, VA Shenandoah, VA Buena Vista, VA Staunton, VA Front Royal, VA Waynesboro, VA Harrisonburg, VA Winchester, VA Lexington, VA Luray, VA Natural Bridge VA COUNTIES Augusta County, VA Clarke County, VA Frederick County, VA Page County, VA Rockbridge County, VA Rockingham County, VA Shenandoah County, VA Warren County, VA SOUTHERN VIRGINIA (VIRGINA) to include: CITIES & TOWNS COUNTIES Danville, VA Brunswick County, VA Emporia, VA Charlotte County, VA Martinsville, VA Greensville County, VA South Boston, VA Henry County, VA South Hill, VA Halifax County, VA Clarksville, VA Lunenburg County, VA Mecklenburg County, VA Pittsylvania County, VA VIRGINIA MOUNTAINS REGION (VIRGINA) to include: CITIES & TOWNS COUNTIES Bedford, VA Alleghany County, VA Buchanan, VA Bath County, VA Clifton Forge, VA Bedford County, VA Covington, VA Botetourt County, VA Fincastle, VA Craig County, VA Hot Springs, VA Franklin County, VA New Castle, VA Highland County, VA Roanoke, VA Roanoke County, VA Rocky Mount, VA Salem, VA Troutville, VA Vinton, VA Warm Springs, VA SCHOOL DISTRICTS (VIRGINA) to include: Accomack County Public Schools, VA Lunenburg County Public Schools, VA Albemarle County Public Schools, VA Lynchburg City Public Schools, VA Alexandria City Public Schools, VA Madison County Public Schools, VA Alleghany County Public Schools, VA Manassas City Public Schools, VA Amelia County Public Schools, VA Manassas Park City Public Schools, VA Amherst County Public Schools, VA Martinsville City Public Schools, VA Appomattox County Public Schools, VA Mathews County Public Schools, VA Arlington Public Schools, VA Mecklenburg County Public Schools, VA Augusta County Public Schools, VA Middlesex County Public Schools, VA Bath County Public Schools, VA Montgomery County Public Schools, VA Bedford City Public Schools, VA Nelson County Public Schools, VA Bedford County Public Schools, VA New Kent County Public Schools, VA Bland County Public Schools, VA Newport News Public Schools, VA Botetourt County Public Schools, VA Norfolk Public Schools, VA Bristol Public Schools, VA Northampton County Public Schools, VA Brunswick County Public Schools, VA Northumberland County Public Schools, VA Buchanan County Public Schools, VA Norton City Schools, VA Buckingham County Public Schools, VA Nottoway County Public Schools, VA Buena Vista City Public Schools, VA Orange County Public Schools, VA Campbell County Public Schools, VA Page County Public Schools, VA Caroline County Public Schools, VA Patrick County Public Schools, VA Carroll County Public Schools, VA Petersburg City Public Schools, VA Charles City County Public Schools, VA Pittsylvania County Public Schools, VA Charlotte County Public Schools, VA Poquoson City Public Schools, VA Charlottesville City Schools, VA Portsmouth Public Schools, VA Chesapeake Public Schools, VA Powhatan County Public Schools, VA Chesterfield County Public Schools, VA Prince Edward County Public Schools, VA Clarke County Public Schools, VA Prince George County Public Schools, VA Colonial Beach Public Schools, VA Prince William County Public Schools, VA Colonial Heights Public Schools, VA Pulaski County Public Schools, VA Covington City Public Schools, VA Radford City Schools, VA Craig County Public Schools, VA Rappahannock County Public Schools, VA Culpeper County Public Schools, VA Richmond County Public Schools, VA Cumberland County Public Schools, VA Richmond Public Schools, VA Danville Public Schools, VA Roanoke City Public Schools, VA Dickenson County Public Schools, VA Roanoke County Public Schools, VA Dinwiddie County Public Schools, VA Rockbridge County Public Schools, VA Essex County Public Schools, VA Rockingham County Public Schools, VA Fairfax County Public Schools, VA Russell County Public Schools, VA Falls Church City Public Schools, VA Salem City Schools, VA Fauquier County Public Schools, VA Scott County Public Schools, VA Floyd County Public Schools, VA Shenandoah County Public Schools, VA Fluvanna County Public Schools, VA Smyth County Public Schools, VA Franklin City Public Schools, VA Southampton County Public Schools, VA Franklin County Public Schools, VA Spotsylvania County Public Schools, VA Frederick County Public Schools, VA Stafford County Public Schools, VA Fredericksburg City Schools, VA Staunton City Public Schools, VA Galax City Public Schools, VA Suffolk Public Schools, VA Giles County Public Schools, VA Surry County Public Schools, VA Gloucester County Public Schools, VA Sussex County Public Schools, VA Goochland County Public Schools, VA Tazewell County Public Schools, VA Grayson County Public Schools, VA Virginia Beach City Public Schools, VA Greene County Public Schools, VA Warren County Public Schools, VA Greensville County Public Schools, VA Winchester Public Schools, VA Halifax County Public Schools, VA Wise County Public Schools, VA Hampton City Schools, VA Wythe County Public Schools, VA Hanover County Public Schools, VA York County School Division, VA Harrisonburg City Public Schools, VA Henrico County Public Schools, VA Henry County Public Schools, VA Highland County Public Schools, VA Hopewell City Public Schools, VA Isle of Wight County Public Schools, VA King and Queen County Public Schools, VA King George County Public Schools, VA King William County Public Schools, VA Lancaster County Public Schools, VA Lee County Public Schools, VA Lexington City Schools, VA Loudoun County Public Schools, VA Louisa County Public Schools, VA Washington County Public Schools, VA Waynesboro Public Schools, VA Westmoreland County Public Schools, VA West Point Public Schools, VA Williamsburg-James City County Public Schools, VA Attachment E – No Bid Form Contractors who do no wish to bid do not need to return the entire bid package. Simply return this form to Racine County through Duane McKinney, Purchasing Manager at: Duane.McKinney@racinecounty.com STATEMENT OF NO BID SEALED BID NUMBER X HVAC Products, Installation, Labor Based Solutions, and Related Products and Services I do not wish to submit a bid on this solicitation. _______________________________ _______________________________ Contractor Representative Please indicate the reason(s) for your decision not to bid: August 4, 2022 Mr. Greg Spencer Trane U.S. Inc. 800 Beaty Street Davidson, NC 28036-6924 Dear Mr. Spencer: On behalf of Racine County, I would like to formally congratulate Trane U.S. Inc. on being selected to provide HVAC Products, Installation, Labor Based Solutions and Related Product and Services for Racine County and other municipal governments and local public agencies. Racine County is in the process of preparing a contract to be signed by the required representatives of Racine County and Trane U.S. Inc. Shortly, a draft contract will be forwarded for your review. Upon completion, the final contract will be forwarded for your signature. Again, congratulations on the award. If you have any questions, please feel free to contact me at (262) 636-3700. Sincerely, Duane McKinney Purchasing Manager Duane McKinney Purchasing Coordinator 730 Wisconsin Avenue Racine, WI 53403 262-636-3700 fax: 262-636-3763 duane.mckinney@racinecounty.com Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0723 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Approve purchase orders to Nichols Contracting, Inc. and TK Elevator for the repair and/or replacement of damaged elevators caused by Hurricane Helene in the cumulative amount of $883,468.93 pursuant to Request for Proposal (RFP) 28-25 and authorize appropriate officials to execute same. (consent) SUMMARY: RFP 28-25, Elevator Repair and/or Replacement, was issued on May 1, 2025, to solicit services for the repair and/or replacement of elevators in City-owned facilities that were damaged during Hurricanes Helene and Milton. The scope of services outlined in the solicitation includes detailed specifications, performance requirements, and delivery standards for completing elevator repairs or full replacements in compliance with applicable codes and safety regulations. The selected contractors will be responsible for conducting comprehensive assessments, performing all necessary work, and obtaining all required approvals and inspections to ensure proper licensure by the Florida Department of Business and Professional Regulation (DBPR). Responses were received on June 3, 2025, from two vendors; however, only one respondent met all of the requirements for elevator modernization. The following recommendations are being made: TK Elevator: ·Clearwater Fire Station #46 - Repair: $93,937.57 ·Seminole Boat Ramp - Repair: $91,055.00 ·Marshall Street Wastewater Plant - Repair: $54,376.00 ·Florida Department of Transportation (FDOT) City-Leased Facility - Repair: $35,918.00 An additional $27,528.66 is requested to cover any unforeseen conditions that may arise during the course of the elevator repairs, bringing the total award to TK Elevator to $302,815.23 This amount includes all necessary permits, inspections, and licensure required by the Florida Department of Business and Professional Regulation (DBPR) for operational compliance. Nichols Contracting, Inc.: ·Clearwater Fire Station 44 - Full Modification: $263,867.00 ·Clearwater Police Beach Substation - Full Modification: $264,000.00 An additional $52,786.70 is requested to account for any unforeseen conditions that may arise during the elevator modernization work, bringing the total award to Nichols Contracting, Inc. to $580,653.70. Both projects proposed by Nichols are turnkey modernizations and include all necessary engineered drawings, subcontracted trades, permitting, and inspections required to obtain full elevator licensure through the Florida Department of Business and Professional Regulation (DBPR). The modernizations will ensure compliance with all applicable fire, electrical, and mechanical codes related to the elevators and their associated systems. APPROPRIATION CODE AND AMOUNT: These purchase orders will be keyed to various funds, depending on location, tracked in the emergency Page 1 City of Clearwater Printed on 8/19/2025 File Number: ID#25-0723 code D2402 - Hurricane Helene. Reimbursement from insurance and/or FEMA is being pursued. The balance not reimbursed will be funded from reserves of the user fund or Central Insurance Fund. STRATEGIC PRIORITY: These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service 3.2, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 8/19/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR PROPOSAL 28-25 ELEVATOR REPAIR AND/OR REPLACEMENT NOTICE Thursday, May 1, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Tuesday, June 3, 2025 to provide: The City of Clearwater seeks a qualified contractor to provide elevator repair and/or replacement services following the damage incurred during hurricanes Helene and Milton on six (6) elevators located throughout the City. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/166298. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/166298. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Vendor Conference/Site Visit There is a MANDATORY Vendor Conference/Site Visit at 9:00 am on Thursday, May 15, 2025. Location Address Estimated Times Duration of Inspection Commute to Next Location Clearwater Fire Station #44 (Sand Key) 950 Gulf Blvd, Clearwater FL 33767 9:00am - 9:30am 30 min 5 min Clearwater Police Beach Substation 700 Bayway Blvd #24, Clearwater FL 33767 9:35am - 10:05am 30 min 10 min Clearwater Fire Station #46 534 Mandalay Ave, Clearwater FL 33767 10:15am - 10:45am 30 min 15 min Seminole Boat Ramp 198 Seminole St, Clearwater FL 33755 11:00am - 11:30am 30 min 10 min Marshall Street Wastewater Plant 1605 Harbor Dr, Clearwater FL 33755 11:40am - 12:10pm 30 min 20 min Florida Department of Transportation (FDOT) 3204 Gulf to Bay Blvd Clearwater, FL 33759 12:30pm - 1:00pm 30 min Contractors will have the opportunity to view and examine proposed facility locations. Site visits will begin at 9:00am (Local Time), starting at the first location listed for the day. The times at each facility and travel time to the next facility are estimated. v. 7.2024 3 As indicated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit offers interested parties the chance to review the City’s requirements, inspect the site, and ask questions. During the visit, you are expected to thoroughly familiarize yourself with existing site conditions and the nature of the work to be performed under the resulting contract. 2.4 Due Date & Time for Submission and Opening Date: Tuesday, June 3, 2025 Time: 10:00 am The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.5 Proposal Firm Time Proposal shall remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.6 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. 2.7 Late Proposals The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.8 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. v. 7.2024 4 All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.9 Commencement of Work If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. 2.10 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 2.11 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. 2.12 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. 2.13 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. v. 7.2024 5 Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.14 Debarment Disclosure If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.15 Reservations The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.16 Official Solicitation Document Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.17 Copying of Proposals Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. 2.18 Contractor Ethics It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. v. 7.2024 6 C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.19 Gifts The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. 2.20 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.21 Evaluation Process Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.22 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and v. 7.2024 7 must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.23 Short-Listing The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.24 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.25 Best and Final Offers The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. 2.26 Cost Justification In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. 2.27 Contract Negotiations and Acceptance Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.28 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/166298 to view the Procurement Division's Intent to Award postings. v. 7.2024 8 2.29 RFP Timeline Dates are tentative and subject to change. Release Project Date: May 1, 2025 Advertise Tampa Bay Times: May 7, 2025 Vendor Conference/Site Visit (Mandatory): May 15, 2025, 9:00am Agenda multiple locations Question Submission Deadline: May 24, 2025, 10:00am Due Date & Time for Submissions and Opening: June 3, 2025, 10:00am Review proposals: June 3 - 20, 2025 Presentations (if requested): Week of June 30 Award recommendation: Week of June 30, 2025 Council Authorization: August 2025 Contract Begins: August 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. v. 7.2024 9 C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. Experience and Qualifications of Firm and Personnel; References Points Based 35 (35% of Total) 2. Technical Approach and Work Plan Points Based 20 (20% of Total) 3. Pricing Sheet and Additional Services Points Based 20 (20% of Total) 4. Compliance and Safety Record Points Based 10 (10% of Total) 5. Warranty and Post-Project Support Points Based 15 (15% of Total) STANDARD TERMS AND CONDITIONS 4.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 4.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. v. 7.2024 10 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. v. 7.2024 11 C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. v. 7.2024 12 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. v. 7.2024 13 H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 4.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. v. 7.2024 14 B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 4.21 Termination for Conflict of Interest v. 7.2024 15 The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.26 Warranty v. 7.2024 16 Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights v. 7.2024 17 Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. v. 7.2024 18 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services post emergency disaster. 5.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. v. 7.2024 19 The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 5.2 Scope of Services The City of Clearwater is seeking qualified contractors to provide elevator repair and/or replacement services resulting from damage sustained during Hurricanes Helene and Milton. The scopes of services define the required specifications, performance expectations, and delivery standards associated with the repair or replacement of elevators in City-owned facilities. The selected contractor will be responsible for conducting comprehensive assessments, completing all necessary repairs or replacements, and ensuring compliance with applicable safety regulations and codes. Mandatory Site Visits will be held on May 15, 2025, beginning at 9:00AM. Additional information can be found under INSTRUCTIONS, 2.3 VENDOR CONFERENCE / SITE VISIT. All work shall conform to the following detailed specifications: Assessment and Inspection: • Conduct a comprehensive evaluation of all elevators impacted by Hurricanes Helene and Milton. • Document and report the condition of electrical systems, mechanical components, control systems, and overall structural integrity. • Identify any water damage, corrosion, or any other conditions that may impact elevator functionality. Repair Services: • Perform all necessary repairs to restore elevators to full and safe operational status. • Use Original Equipment Manufacturer (OEM) parts or approved equivalents that meet or exceed the original specifications. • Replace any damaged components as needed, including but not limited to: elevator cabs, electronic systems, hoisting mechanisms, pulleys, braking systems, and related parts. • Ensure all repairs comply with American Society of Mechanical Engineers (ASME) A17.1(current edition) - Safety Code for Elevators and Escalators. Replacement Services: • If replacement is deemed necessary, provide and install elevator systems that fully comply with applicable safety codes and standards, including but not limited to: ▪ ASME A17.1 – Safety Code for Elevators and Escalators ▪ Americans with Disabilities Act (ADA) standards for accessibility. • Install new components including control systems, hoistway materials, and cab interiors incorporating the latest technology and safety features. Permits and Codes: • The contractor is responsible for obtaining all necessary permits and for any associated fees, except for City-issued permits, which will be waived. v. 7.2024 20 • All work shall adhere to all applicable local, state, and federal codes, laws, and regulations governing this type of equipment and its intended use. Electrical Work: • Perform all electrical work in accordance with the National Electrical Code (NEC) and applicable local electrical codes. • Include inspection and testing of all electric motors, generators, control panels and other related components. Sustainability Requirements: • Employ energy-efficient practices and specify products that meet or exceed ENERGY STAR standards where applicable. • Recycle old equipment and materials to the extent feasible, in accordance with sustainable disposal practices. 5.3 Delivery Requirements The contractor shall adhere to the following delivery requirements: Delivery of Materials: • All materials and equipment required for repairs or replacements must be delivered to the designated job site in accordance with a mutually agreed-upon schedule. • Each delivery shall be inspected on-site to ensure items are free from damage and meet the specified requirements. Inspection and Acceptance: • All work performed will be subject to inspection by the City of Clearwater’s designated representative(s). • The contractor shall provide full access for inspections and facilitate any required testing of repaired or newly installed elevator systems. • All deliverables shall meet or exceed the acceptance criteria set forth at the beginning of the project. 5.4 Service Requirements The contractor is responsible for providing the following services: Scheduling: • Provide a comprehensive schedule outlining the assessment, repair, and/or replacement phases. • Maintain consistent communication with the City regarding project milestones, schedule changes, and expected completion dates. Qualified Personnel: • All technicians shall have relevant certifications specific to elevator installation and repair. v. 7.2024 21 • Demonstrate prior experience in elevator repair and installation, particularly in post-disaster scenarios. • Ensure full compliance with all applicable Occupational Safety and Health Act (OSHA) regulations throughout the duration of the project. On-Site Work: • Work shall commence as outlined in the approved project timeline and continue until all tasks are completed to the City’s satisfaction. • The contractor is responsible for maintaining a clean, organized, and safe worksite at all times, including proper debris removal and secure storage of tools and materials. Barriers / Signs: • Install appropriate safety barriers and “Out of Service” signage to protect pedestrian building traffic and ensure a safe work environment for the duration of the project. Quality Assurance: • Implement quality assurance and control process throughout the project duration. • Conduct final inspections upon completion of repair or replacement and provide a written report detailing findings and recommendations for ongoing maintenance. 5.5 Warranty The equipment and services provided shall be subject to the following warranty provisions or as otherwise required by law; whichever offers greater coverage: • Materials and workmanship shall fully conform to these specifications and all contract documents. The contractor shall remedy, at no cost to the City, any defects in materials or workmanship that arise within one (1) year from the City’s final acceptance of work. • “Defective” includes but is not limited to: failure of operational or control systems, substandard car performance, excessive equipment wear, material or finished deterioration, safety hazards, abnormal noise or vibration, or any other conditions deemed unacceptable by the City. • The contractor shall perform necessary modifications, adjustments, and/or improvements to meet the specified performance requirements within twenty-four (24) hours of notification or mutually agreed upon with the City. 5.6 Minimum Qualifications Companies responding to this RFP shall explain their experience with elevator repair, modernization and/or replacement. References. A minimum of three (3) references, preferably from other agencies of similar size for which Vendor has provided similar elevator work within the past five (5) years, is required. Licensing. The Contractor shall possess and submit a copy with their bid proposal business registration with Bureau of Elevator Safety. v. 7.2024 22 Staff Certifications/Licensing. The Contractor shall have at least one (1) Certified Elevator Technician on staff while performing on-site services under this contract. Copies of any State-issued certifications and/or licenses for shall be submitted with bid proposal. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 6.5 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 6.6 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may v. 7.2024 23 be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.7 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 28-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from August 2025 through completion . If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 7.3 Prices All pricing shall be firm for the term of this contract, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. v. 7.2024 24 The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No fuel surcharges will be accepted. RESPONSE ELEMENTS NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFP. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format The following items shall be included in your proposal and uploaded into the specified section of the RFP. TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: A. The proposer’s understanding of the work to be performed. B. A positive commitment to perform the service within the time period specified. C. The names of key persons, representatives, and project managers who will be the main contacts for the City regarding this project. TAB 2 - Experience and Qualifications of Firm and Personnel; References. The following information should be included: A. A summary of the firm’s relevant experience in elevator repair, modernization, and/or replacement to include but not be limited to: o Years in business o Experience with projects of similar scope and complexity o Applicable licenses and certifications o Knowledge of relevant codes and standards (e.g., ASME A17.1, local building codes) B. Include experience and qualifications of key personnel assigned to the project, including: o Project manager and field technicians o Staffing structure and assigned roles o Use of subcontractors (if applicable) v. 7.2024 25 C. References: A minimum of three (3) references within the last five (5) years, preferably from other government agencies, for which the proposer has provided similar elevator work. Each reference shall include name of entity, contact person, phone number, email address, and mailing address as well as the work performed. Reference letters are highly recommended. TAB 3 - Technical Approach and Work Plan. The proposers should include their understanding of the project requirements and the clarity, feasibility, and detail of the proposed approach, including but not limited to the following: o Methodology for performing repairs or replacements o Detailed project schedule with key milestones o Equipment and materials to be used o Strategy to minimize service interruptions to building occupants TAB 4 – Pricing Sheet and Additional Services o Complete and submit the pricing information under Section 5. Pricing Sheet. Prices shall be all-inclusive to include labor, equipment, materials, tools, incidentals, and any other costs or services required to complete the project. o List and describe any “Additional Items or Services” not reflected under Section 5. Pricing Sheet. Any additional items or services will be applied on an as needed basis, subject to project-specific conditions. TAB 5 - Compliance and Safety Record. Include Proposer’s demonstrated commitment to safety, including but not limited to the following: o Safety program and training procedures o OSHA record and any history of safety citations o Compliance with industry regulations and local safety standards TAB 6 - Warranty and Post-Project Support. Respondents shall include their warranty coverage for equipment and workmanship, as well as the availability of follow-up support, maintenance options, and emergency services. Other Forms. Reference Submittal Requirements A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. W-9 Form. Include a current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) PRICING SHEET Prices shall be all-inclusive to include labor, equipment, materials, tools, incidentals, and any other costs or services required to complete the project. Any Additional Services will be applied as needed, depending on the specific circumstances. NOTE: Contractors must be capable of securing a performance bond for construction projects estimated at $150,000.00 or more, or when otherwise required prior to commencement of work. v. 7.2024 26 PRICING SHEET Line Item Description Unit of Measure Unit Cost 1 Clearwater Fire Station #44 Each 2 Clearwater Police Beach Substation Each 3 Clearwater Fire Station #46 Each 4 Seminole Boat Ramp Each 5 Marshall Street Wastewater Plant Each 6 Florida Department of Transportation (FDOT) Each ADDITIONAL SERVICES Line Item Description Unit of Measure Unit Cost Markup (%) 1 Standard Hourly Rates (M-F 8:00am – 5:00pm) Per Hour 2 Parts markup as a percentage (%) Cost + N/A SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required v. 7.2024 27 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. v. 7.2024 28 D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. v. 7.2024 29 E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 28-25 Elevator Repair and/or Replacement. *Response required 7 Contractor Licensing * Upload of copy of registration with Bureau of Elevator Safety and any other business licenses. *Response required 8 Staff Certifications/Licensing * Upload any staff State-issued certifications and/or licenses. *Response required 9 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 10 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 11 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 30 CITY OF CLEARWATER -PURCHASING DEPARTMENT MANDATORY FACILITY SITE VISIT SIGN-IN SHEET PROJECT: RFP #28-25 Elevator Repair and/or Replacement DATE: May 15, 2025 LOCATION: Various City Facilities Location Clearwater Fire Station #4-4 (Sand Key) Clearwater Police Beach Substation Clearwater Fire Station #46 Seminole Boat Ramp Marshall street Wastewater Plant Florida Department of Transportation (FOOT) Attendee (City Reprsentarive or Vendor) Kelly Rogers Acldrou 950 Gulf Blvd, Clearwater FL 33767 700 Bayway Blvd #24, Clearwaler FL 33767 534 Mandalay Ave, Clearwater FL 33767 198 Seminole St, Clearwater FL 33755 1605 Harbor Or, Clearwater FL 33755 3204 Gutt to Bay Blvd Clearwater, FL 33759 Company Name City of Clearwater 60Cvv l t,-;6~fr- s ?/IA. -Htr' ~ OTIS f)tii~' r (.,,O~ Da19 5115/25 5115/25 5115/25 5115/25 5115/25 5115/25 Phone Number & E-mail Address Phone: 727-444-8527 E-mail: Kelly.Rogers@myclearwater.com 'o\3 _ ci~t . \10'1 \,-J ~ \ \\ ~M . ~~r v1 \ ~ Q\-',, . C..o~ Estimatad Timu Duration of Commutato IMflKllon Next Location 9:00am • 9:30am 30min 5min 9:35am -1 0:0Sam 30min 10mln 10:15am • 10:45am 30min 15mln 11 :ooam -11 :30am 30 min 10min 11:40am-12:10pm 30min 20min 12:30pm - 1 :OOpm 30 min Signature location# 1.-l, i-L ij Y\)\)t,,~ {.A~½'-( -1 lCt ,_ 'g so '\ 1 v ~ u o 2.. l[-w;J fot;i[ ~ T/0 ~Do/ ? szr ZJi)b TftJ tJ~uf-GN qr:_ycfNc ~J g2_1 301-Cfs7r 1) Nichols Contracting, Inc 2) TK Elevator 9190 Red Branch Rd 4710 Eisenhower Blvd Suite 200 Suite B5Columbia, MD 21045 Tampa, FL 33606 ADVERTISED: TAMPA BAY TIMES 5/7/2025 POSTED:myclearwater.com 5/1/2025 Due/Opening: June 18, 2025; 10:00 a.m. REQUEST FOR PROPOSAL No. 28-25 Elevator Repair and/or Replacement Solicitation Response Listing FOR THE CITY OF CLEARWATER July 16, 2026 NOTICE OF INTENT TO AWARD – REVISED The Selection Committee, in coordination with the Procurement Division, has recommended awarding RFP No. 28-25, Elevator Repair and/or Replacement, as follows: TK Elevator Corporation: • Clearwater Fire Station #46 – Repair • Seminole Boat Ramp – Repair • Marshall Street Wastewater Plant – Repair • Florida Department of Transportation (FDOT) – Repair Nichols Contracting, Inc: • Clearwater Fire Station #44 – Full Modification • Clearwater Police Beach Substation - Full Modification The City is issuing this revised Intent to Award after being unable to reach an agreement with TK Elevator Corporation on the terms of their full modification proposals. The resulting contract will be contingent upon City Council approval. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst II at Kelly.Rogers@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst II City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement RESPONSE DEADLINE: June 18, 2025 at 10:00 am Report Generated: Tuesday, June 24, 2025 Nichols Contracting, Inc. Response CONTACT INFORMATION Company: Nichols Contracting, Inc. Email: sales@nicholscontracting.com Contact: John Calantonio Address: 9190 Red Branch Rd Suite 200 Columbia, MD 21045 Phone: (301) 921-6133 Website: www.NicholsContracting.com Submission Date: Jun 18, 2025 12:10 AM (Eastern Time) [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Have you included any additional materials? Yes DESCRIPTION OF ADDITIONAL MATERIALS* Provide a brief description of the additional materials included. Bonding Letter, Additional Elevator Labor Rates (For Reference). Both included in our Proposal Submission. 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 3 4. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 4 L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 5. E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 5 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 28-25 Elevator Repair and/or Replacement. RFP_28-25_-_City_of_Clearwater_Elevator_Repair_Replacement_Proposal_-_NCI.pdf 7. Contractor Licensing * Upload of copy of registration with Bureau of Elevator Safety and any other business licenses. Elevator_Licensing.pdf 8. Staff Certifications/Licensing * Upload any staff State-issued certifications and/or licenses. Staff_and_Business_Licenses_-_NCI.pdf 9. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Company_Certification.pdf 10. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Human_Trafficking_Affidavit.pdf 11. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [NICHOLS CONTRACTING, INC.] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 6 NCI_W9.pdf PRICE TABLES PRICING SHEET Line Item Description Unit of Measure Repair/Refurbish Full Modification 1 Clearwater Fire Station #44 Each $0.00 $263,867.00 2 Clearwater Police Beach Substation Each $0.00 $269,000.00 3 Clearwater Fire Station #46 Each $0.00 $118,000.00 4 Seminole Boat Ramp Each $221,000.00 $286,000.00 5 Marshall Street Wastewater Plant Each $95,000.00 $184,000.00 6 Florida Department of Transportation (FDOT) Each $0.00 $323,000.00 ADDITIONAL SERVICES Disregard Markup (%) under Line 1, Per Hour Line Item Description Unit of Measure Unit Cost Markup (%) 1 Standard Hourly Rates (M-F 8:00am – 5:00pm) Per Hour $276.00 0% 2 Parts markup as a percentage (%) Cost + N/A 15% NICHOLS CONTRACTING, INC. 260 Business Park Way Royal Palm Beach, FL 33411 301-924-5258 Tyler Nichols, Vice President sales@nicholscontracting.com Request for Proposal #28-25 ELEVATOR REPAIR AND/OR REPLACEMENT June 18, 2025 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 TABLE OF CONTENTS Letter of Transmittal ...............................................................................................................................................1 Experience and Qualifications of Firm and Personnel; References .............................................................2 Technical Approach and Work Plan ...................................................................................................................3 Pricing Sheet and Additional Services ..............................................................................................................4 Compliance and Safety Record ..........................................................................................................................5 Warranty and Post-Project Support ...................................................................................................................6 Other Forms: A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. W-9 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 LETTER OF TRANSMITTAL 1 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 EXPERIENCE AND QUALIFICATIONS OF FIRM AND PERSONNEL; REFERENCES 2 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 A. Relevant Experience and Qualifications of Nichols Contracting, Inc. (NCI) Years in Business Nichols Contracting, Inc. (NCI) is a full-service general contractor with over 34 years of proven experience delivering high-quality, technically complex construction solutions with a core specialization in elevator modernization and life safety system upgrades. Founded in 1991 by Fred Nichols, the company was built to meet the emerging demands of accessibility, safety compliance, and modernization of aging building systems - an expertise that has positioned NCI as a trusted partner to federal, state, municipal, and private-sector clients throughout the Mid-Atlantic and Southeastern United States. NCI is a licensed general contractor in both Florida and Maryland, with a dedicated Florida division located in Royal Palm Beach to specifically support elevator and life safety projects throughout the state. Relevant Experience in Elevator Repair, Modernization, and Replacement NCI has completed over 10,000 elevator modernization projects since 1991, many within occupied, operational, and secure facilities, including city halls, federal courthouses, universities, hospitals, and police headquarters. Our turnkey services include: ƒFull elevator system replacement and modernization including hydraulic to traction conversions (MRL systems) ƒPhased construction to minimize operational disruptions in public facilities ƒIntegration with mechanical, electrical, plumbing (MEP), and fire safety systems ƒADA and ASME A17.3-2015 upgrades to ensure accessibility and code compliance ƒArchitectural refinishing and cab upgrades to restore aesthetics in public-facing environments. Our Florida division was established specifically to support elevator and life safety modernization projects across the state. As such, we bring not only the national expertise of a long-standing specialty contractor, but also local capacity, resources, and vendor relationships to ensure successful execution in Clearwater. TAB 2 - Experience and Qualifications of Firm and Personnel; References City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Relevant Project Experience The following recent projects, completed within the last five years, showcase our relevant capabilities. Supporting fact sheets and Past Performance Questionnaires are provided in the next section.. Thurgood Marshall Federal Judiciary Building Elevators – Washington, DC ƒModernization of 18 elevators (traction and hydraulic) ƒFull MEP, fire protection, and emergency power upgrades ƒPhased construction in a fully occupied building supporting the Supreme Court of the United States ƒCustom equipment logistics, high-level coordination with multiple federal stakeholders, and zero occupant disruption ƒPerformed under high security and operational constraints USDA APHIS Headquarters Elevators – Riverdale, MD ƒDesign-build modernization of 6 traction elevators ƒComprehensive MEP, HVAC, and fire alarm upgrades ƒProject completed ahead of schedule via early equipment release and strategic phasing in East and West towers ƒOccupied secure building with sensitive federal operations Baltimore City Police Headquarters Elevators – Baltimore, MD ƒModernization of 5 overhead traction elevators ƒEmergency power and sprinkler system upgrades ƒExecuted within a fully functioning law enforcement facility ƒWork was phased and conducted with zero disruption to critical city operations National Gallery of Art West Building Elevators – Washington, DC ƒModernization of 3 historic traction elevators ƒCustom barricading and museum-grade protections for priceless artwork ƒWork conducted off-hours and in phases to allow public access and uninterrupted operation] ƒIntegration of modern systems into a historically sensitive structure MSHA Elevator SHA 211 Building – Baltimore, MD ƒModernization of one (1) 4-Stop hydraulic elevator ƒNew controls, power drive, oil cooler, jack/cylinder, buffers, firefighter’s control, and roller guides ƒReplacement of door operators, entrance sill, car & hoistway doors, tracks/hangers, and closers/rollers ƒRefurbishment of cab platform, sling, guide rails, entrance sill, and pit ladder ƒBuilding was fully occupied by the Administration throughout In addition, below are several of our Florida division’s recent elevator modernization projects: Sarasota Airport Life Safety Upgrades - Sarasota, FL ƒEnhance the existing life safety infrastructure within an operational airport ƒElevator upgrades were a key component of the improvements ƒAdditional systems upgraded included fire alarm systems, sprinkler systems, City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 DELIVERING EXCELLENCE IN CONSTRUCTION SINCE 1991 At Nichols Contracting, Inc., we take pride in being a trusted partner for commercial, institutional, and government projects across the Mid-Atlantic and Southeastern regions. As an experienced general contractor and specialist in life safety systems, we bring a solutions-driven approach to elevator replacement and modernization projects, ensuring efficiency, quality, and safety at every stage. Our Master Builder philosophy means we take full accountability, leveraging expertise, innovation, and value engineering to deliver cost-effective, high-quality results. With a team of over 170 dedicated professionals, we collaborate closely with clients, employees, and stakeholders to overcome challenges, streamline execution, and exceed expectations. Nichols Contracting – Your Trusted Partner in Building a Stronger Future. mechanical, electrical, and plumbing (MEP) components ƒScope also involved general construction work, drywall installation, flooring and other related trades’ ƒAll work was completed without disrupting airport operations, ensuring full functionality and occupancy throughout the project Dolphin Parking Garage at Miami Airport - Miami, FL ƒUpgrade existing life safety systems including elevators, fire alarm systems, sprinkler systems, mechanical systems, electrical systems, and plumbing systems ƒAdditional construction activities included general construction, drywall work, flooring, and other associated trades ƒAll work was successfully completed within an occupied and operational airport environment, ensuring no disruption to daily activities. 1732 Meridian Avenue - Miami Beach, FL ƒModernization of existing life safety infrastructure including elevators, architectural finishes, fire alarm systems, sprinkler systems, mechanical systems, electrical and plumbing systems ƒAdditional construction included general construction, drywall, flooring, and other supporting trades City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 ƒAll work was completed while the building remained fully operational and occupied, with minimal disruption to residents Le Club International Condominiums - Fort Lauderdale, FL ƒModernization of four (4) 15-stop elevators ƒWork included upgrades to life safety, HVAC, sprinkler, electrical and fire alarm systems ƒArchitectural renovations were integrated as part of the elevator modernization effort These projects demonstrate NCI’s ability to manage large-scale, code-driven elevator modernizations with precision, minimal disruption, and high client satisfaction. Licensing and Certifications NCI holds valid and current licenses as required for general contracting and specialty trades: ƒ State of Florida – General Contractor License (CGC1522915) valid through August 31, 2026 ƒ State of Florida – Electrical Contractor License (EC13008411) and Class B Air Conditioning License (CAC058014) ƒ State of Maryland Construction License (13341956) valid through April 30, 2026 ƒ Certified Elevator Technician License (Subcontractor) Key personnel, including superintendents and project managers, hold: ƒ OSHA 30-Hour Construction Safety Certification ƒ USACE CQM (Construction Quality Management) Certification ƒ CPR, First Aid, Fall Protection, and Firestopping Certifications Knowledge of Relevant Codes and Standards NCI maintains a deep working knowledge of elevator and life safety codes, including: ƒ ASME A17.1 (Safety Code for Elevators and Escalators) ƒ ASME A17.3-2015 (Existing Elevators) ƒ ADA Accessibility Guidelines ƒ Local and state building codes including Florida Chapter 399 ƒ NFPA 72 Fire Alarm Code ƒ NEC for electrical safety in elevator installations The firm integrates this knowledge into each phase of design, construction, inspection, and commissioning, ensuring all systems are code-compliant and future-ready. Conclusion With over three decades of proven success, a portfolio of complex public-sector elevator modernizations, and a team of certified professionals, Nichols Contracting is uniquely qualified to perform the elevator repair and/or replacement work for the City of Clearwater. Their comprehensive understanding of life safety, MEP integration, and elevator modernization in occupied environments distinguishes them as a reliable and experienced partner for these critical infrastructure projects. City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Scope Overview Nichols Contracting partnered with the Architect of the Capitol (AOC) to complete an extensive Elevator Controller Replacement Project at the Thurgood Marshall Federal Judiciary Building in Washington, DC- an occupied, secure government facility serving high-profile tenants including the Supreme Court of the United States, the Administrative Office of the U.S. Courts, and the Federal Judicial Center. The project encompassed the modernization of 18 elevators: ƒ12 traction passenger elevators ƒ1 traction freight elevator ƒ5 hydraulic elevators servicing the parking garage The scope included full replacement of elevator machines, controllers, hoistway equipment, cab finishes, and the installation of a master elevator management system for centralized monitoring. Supporting work covered MEP system upgrades, including: ƒEmergency power improvements (transfer switches, panels, lighting, feeder wiring) ƒHVAC system replacements for each machine room ƒNew sump pumps and drainage in elevator pits ƒIntegration of mechanical systems into the building’s BAS ƒFire protection enhancements, including alarm system modifications and commissioning The work also required structural and architectural modifications to facilitate equipment access. Nichols developed a delegated design with its partner firm to address equipment rigging logistics, steel stair modifications, and MEP design refinements. Due to the building’s sensitive operations, the project followed an expedited, three-phase schedule: ƒPhase 1: Seven elevators (six traction, one freight) ƒPhase 2: Eight elevators (six traction, two hydraulic) ƒPhase 3: One hydraulic elevator serving retired Supreme Court Justices Nichols planned all activities with zero disruption to occupants, adjusting work schedules around critical events such as judicial conferences and Supreme Court proceedings. Construction activities were halted during such periods, and work in sensitive areas was scheduled off-hours to minimize visibility and impact. Security was paramount; logistics, deliveries, and outages were THURGOOD MARSHALL JUDICIARY BUILDING ELEVATOR REPLACEMENT WASHINGTON, DC City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 tightly coordinated with AOC teams through weekly planning calls, with detailed controls around access, rigging, and delivery routes. Nichols also constructed custom barricades matching existing lobby finishes to discreetly enclose work zones. Nichols self-performed much of the critical work including demolition, barricade construction, and MEP scope - allowing for tighter control over schedule, quality, and labor allocation. The firm used pre-fabrication to reduce critical outage durations, including a complex 16-hour replacement of an automatic transfer switch that was originally forecasted for 36 hours. All systems were pre-tested before inspections, ensuring seamless progression through each project phase. Fire alarm commissioning, electrical shutdowns, and mechanical tie-ins were all executed during coordinated off-hours. Nichols delivered the project on time and to the full satisfaction of the AOC, providing 18 fully modernized elevators that now support the operational reliability and security of one of the federal judiciary’s most important facilities. Project Relevancy Nichols Contracting’s successful completion of the Thurgood Marshall Federal Judiciary Building (TMFJB) Elevator Modernization Project demonstrates our capability to manage complex elevator upgrades in occupied, high-security government facilities. This experience is directly applicable to the City of Clearwater’s Elevator Repair and/or Replacement project, which involves similar challenges in ensuring minimal disruption to daily operations. Key Parallels Between TMFJB and Clearwater Projects: ƒOccupied Facility Operations: At TMFJB, we meticulously planned construction activities to avoid interference with sensitive operations of federal agencies, including the Supreme Court. Similarly, Clearwater’s municipal buildings require uninterrupted functionality during elevator upgrades, a challenge we are well-equipped to handle. ƒComprehensive Modernization Scope: The TMFJB project involved the modernization of 18 elevators, encompassing traction and hydraulic systems, along with extensive MEP upgrades such as emergency power enhancements, HVAC replacements, and fire protection improvements. This mirrors the multifaceted scope anticipated in Clearwater’s project, where integrated system upgrades are essential. ƒPhased Implementation Strategy: We executed the TMFJB project in a three-phase schedule, allowing for continuous building operation and tenant access. This phased approach is directly applicable to Clearwater’s multi-location project, facilitating systematic upgrades without compromising building accessibility. ƒSecurity and Access Coordination: Given TMFJB’s high-security environment, we established stringent protocols for logistics, deliveries, and work area access. Clearwater’s public facilities, while differing in security level, still demand careful coordination to ensure safety and minimal disruption to the public and staff. ƒCustomized Solutions and Aesthetics: At TMFJB, we designed and installed custom barricades that matched existing lobby finishes, maintaining the building’s aesthetic integrity during construction. This attention to detail is crucial for Clearwater’s public-facing buildings, where maintaining a professional appearance is important. Conclusion Our experience with the TMFJB project demonstrates Nichols Contracting’s proficiency in delivering complex elevator modernization projects within occupied, operational facilities. The strategies and solutions implemented at TMFJB provide a proven framework that we can adapt to meet the specific needs of the City of Clearwater, ensuring a seamless, efficient, and minimally disruptive elevator repair and replacement process. City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 PROJECT ADDRESS: 1 Columbus Circle Northeast, Washington, DC 20002 OWNER’S NAME: Architect of the Capitol (AOC) CONTACT: Elias Makaya, Contract Representative, COR PHONE #: 202-227-7238 EMAIL: Elias.makaya@aoc.gov MAILING ADDRESS: 25 E Street, SE, Washington, DC 20003 CONTRACT AMOUNT: $11,283,536.00 COMPLETION DATE: 2/15/2021 DELIVERY METHOD: Design-Bid-Build, Firm Fixed Price PROJECT DATA City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Scope Overview Nichols Contracting partnered with the General Services Administration (GSA) to successfully deliver a Design-Build Elevator Modernization Project at the USDA Animal and Plant Health Inspection Service (APHIS) Building in Riverdale, Maryland. Performed in a fully occupied and secure facility, the project included: ƒModernization of six (6) traction elevators o Four (4) passenger elevators o Two (2) freight elevators ƒUpgrades to mechanical, electrical, and plumbing (MEP) systems ƒEnhancements to fire protection and emergency power infrastructure ƒArchitectural improvements, including lobby modifications and discreet work zone barricades Key MEP scope included VRF HVAC replacements, electrical upgrades (new feeders, transfer switches, branch circuits, and lighting), and permanent equipment access hatches to support long-term maintenance efficiency. To avoid disrupting critical federal operations, all design surveys, commissioning, and major construction activities were conducted after hours. The project was phased between East and West towers, ensuring at least one elevator remained operational in each area. Work was also temporarily suspended during USDA-hosted conferences to maintain operational continuity. Nichols’ design-build delivery model allowed elevator equipment to be released for procurement concurrently with design, accelerating the schedule and saving over five months. Coordination with the architectural team ensured that barricades matched existing lobby finishes while maintaining tenant access and aesthetics. Each elevator received new machines, controllers, hoistway equipment, and cab finishes. Nichols also implemented the LiftNet remote monitoring system, enabling real-time performance tracking and remote diagnostics for facility and maintenance teams. In collaboration with the design partner, Nichols developed and delivered a comprehensive MEP and elevator design package that met GSA, USDA, and tenant standards. The commissioning process, including fire alarm and emergency power testing, was closely managed and executed during off-hours to avoid tenant disruption. A significant portion of the MEP and architectural work was self- USDA APHIS MODERNIZATION OF ELEVATORS 1 - 6 RIVERDALE, MD City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 performed by Nichols, ensuring control over quality, schedule, and sequencing. The project was completed five (5) months ahead of schedule and in full compliance with all government sustainability and environmental regulations, exceeding client expectations. Project Relevancy Nichols Contracting’s completion of the USDA APHIS Elevator Modernization in Riverdale, MD, directly parallels the City of Clearwater’s elevator repair and replacement project: ƒOccupied Facility Execution: Work was conducted in a fully operational federal building, with construction activities scheduled during off-hours to minimize disruption - mirroring the need for uninterrupted services in Clearwater’s municipal buildings. ƒComprehensive Modernization: The project encompassed the overhaul of six traction elevators, MEP system upgrades, fire protection enhancements, and architectural improvements, aligning with the multifaceted scope anticipated in Clearwater’s initiative. ƒPhased Implementation: Nichols employed a phased approach, ensuring at least one elevator remained operational in each tower, a strategy applicable to Clearwater’s multi-location project to maintain accessibility during upgrades. ƒDesign-Build Efficiency: Leveraging a design-build model facilitated concurrent design and procurement processes, expediting the schedule - a benefit for Clearwater’s timeline objectives. ƒAesthetic Integration: Custom barricades matching existing lobby finishes were utilized to maintain the building’s aesthetic integrity, a consideration important for Clearwater’s public-facing facilities. This project exemplifies Nichols Contracting’s capability to deliver complex elevator modernization projects within occupied, operational facilities, ensuring safety, efficiency, and minimal disruption - key requirements for the City of Clearwater’s elevator repair and replacement project. PROJECT ADDRESS: 4700 River Rd, Riverdale, MD 20737 OWNER’S NAME: General Services Administration (GSA) CONTACT: Rufus Frazier, Project Manager PHONE #: 202-213-5606 EMAIL: Rufus.frazier@gsa.gov MAILING ADDRESS: 301 7th Street, Washington DC 20407 CONTRACT AMOUNT: $2,930,742.00 COMPLETION DATE: 11/09/19 DELIVERY METHOD: Design-Build, Firm Fixed Price PROJECT DATA City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Scope Overview Nichols Contracting partnered with the Baltimore City Department of General Services (DGS) to complete a comprehensive elevator modernization project at the Baltimore City Police Headquarters, an occupied and secure public facility serving as the central hub for law enforcement operations. The project scope included: ƒModernization of five (5) overhead traction elevators o Four (4) passenger elevators o One (1) freight elevator ƒReplacement and upgrades to associated MEP systems, including: o New HVAC systems for elevator machine rooms o Electrical upgrades such as disconnect switches, transfer switches, distribution wiring, and lighting o New sump pumps in elevator pits o Fire alarm modifications and sprinkler coverage adjustments to meet code ƒDemolition and architectural modifications, including cutting and patching in lobby areas for new elevator hall fixtures and full elevator cab renovations ƒEmergency power system upgrades ƒFire protection system improvements Nichols worked closely with design partner Henry Adams LLC to ensure all systems and equipment were installed in full compliance with local, state, and end-user requirements. Given the building’s critical public safety function and ongoing occupancy, the project required detailed planning and phasing. The work was divided into four phases, with no more than one or two elevators out of service at any time to maintain building functionality. Temporary protection and secure logistics routes were implemented for equipment transport and installation to minimize disruption and safeguard sensitive operations. A significant portion of the work was self-performed by Nichols, allowing for greater schedule control and early completion of key milestones. Project Relevancy Nichols Contracting’s modernization of five elevators at the Baltimore City Police Headquarters - a secure, continuously occupied public safety facility - demonstrates our ability to execute complex elevator BALTIMORE CITY POLICE HEADQUARTERS ELEVATOR MODERNIZATIONS BALTIMORE, MD City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 upgrades without disrupting critical operations. This experience is directly applicable to Clearwater’s elevator repair and replacement project, which involves similar challenges in maintaining building functionality during phased construction. Key relevance includes: ƒOccupied Facility Execution: Work was conducted in a fully operational law enforcement building, with construction activities carefully phased to ensure at least three elevators remained operational at all times. ƒComprehensive Modernization: The project encompassed the overhaul of five overhead traction elevators, MEP system upgrades (including HVAC, electrical, and fire protection systems), and architectural improvements - aligning with the multifaceted scope anticipated in Clearwater’s initiative. ƒPhased Implementation: Nichols employed a four-phase approach, minimizing disruption to building occupants - a strategy applicable to Clearwater’s multi-location project to maintain accessibility during upgrades. ƒDesign Collaboration: Close coordination with design partners ensured compliance with all local, state, and end-user requirements, a practice that will be mirrored in Clearwater’s project to meet specific regulatory standards. This project exemplifies Nichols Contracting’s capability to deliver complex elevator modernization projects within occupied, operational facilities, ensuring safety, efficiency, and minimal disruption - key requirements for the City of Clearwater’s elevator repair and replacement project. PROJECT ADDRESS: 601 E. Fayette Street, Baltimore, MD 21201 OWNER’S NAME: Baltimore City Department of General Services CONTACT: Christopher Hepler, Construction Project Supervisor PHONE #: 410-396-3678 EMAIL: christopher.hepler@baltimorecity.gov MAILING ADDRESS: 200 Holliday Street, Baltimore, MD 21202 CONTRACT AMOUNT: $3,057,742.00 COMPLETION DATE: 8/25/2021 DELIVERY METHOD: Design-Bid-Build, Firm Fixed Price PROJECT DATA City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Scope Overview Nichols Contracting partnered with the National Gallery of Art (NGA) to deliver a Design-Build historic elevator modernization project at the NGA West Building in Washington, DC. The project was performed in a fully occupied, high-traffic public facility that houses one of the nation’s most prestigious neoclassical art collections. The scope included: ƒModernization of three (3) historic traction passenger elevators ƒUpgrades to related mechanical, electrical, and plumbing (MEP) systems ƒDemolition, abatement, and architectural renovations ƒEnhancements to fire protection and emergency power systems Key upgrades involved: ƒElectrical work: New disconnect switches, transfer switches, lighting, and distribution wiring ƒMechanical systems: Elevator machine room HVAC replacements, sump pump installations, and BAS tie-ins ƒFire and life safety: Fire alarm system modifications and updated sprinkler coverage to meet code ƒArchitectural scope: Lobby-area barricades, elevator cab refurbishment, and finish upgrades to align with the historic character of the facility To protect valuable art and maintain visitor access, custom barricades were constructed using materials that matched the building’s finishes. Temporary protection plans ensured the safe transport of elevator equipment throughout sensitive museum areas. All intrusive work, including surveys, was conducted off hours, and construction was phased to keep two elevators operational at all times. The work proceeded in three phases, one elevator per phase, to minimize disruption. Nichols self-performed most of the critical scope, including demolition, MEP work, and architectural modifications, enabling tight control over quality, labor, and schedule. The project was executed in full compliance with federal standards, NGA requirements, and government sustainability regulations. In close coordination with our design team, Nichols delivered a comprehensive MEP and elevator modernization package, preserving the building’s architectural integrity while bringing essential infrastructure up to modern standards. NATIONAL GALLERY OF ART WEST BUILDING ELEVATORS WASHINGTON, DC City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Project Relevancy Nichols Contracting’s modernization of historic elevators at the National Gallery of Art (NGA) West Building in Washington, D.C., showcases our ability to execute complex elevator projects within occupied, high-traffic public facilities. This experience is directly relevant to Clearwater’s elevator repair and replacement project, which involves similar challenges in maintaining building functionality during phased construction. Key relevant features include: ƒOccupied Facility Execution: Work was conducted in a fully operational museum, with construction activities carefully phased to ensure minimal disruption to visitors and staff. ƒComprehensive Modernization: The project encompassed the overhaul of three historic traction elevators, MEP system upgrades (including HVAC, electrical, and fire protection systems), and architectural improvements - aligning with the multifaceted scope anticipated in Clearwater’s initiative. ƒPhased Implementation: Nichols employed a three-phase approach, minimizing disruption to building occupants - a strategy applicable to Clearwater’s multi-location project to maintain accessibility during upgrades. ƒDesign Collaboration: Close coordination with design partners ensured compliance with all local, state, and end-user requirements, a practice that will be mirrored in Clearwater’s project to meet specific regulatory standards. This project exemplifies Nichols Contracting’s capability to deliver complex elevator modernization projects within occupied, operational facilities, ensuring safety, efficiency, and minimal disruption - key requirements for the City of Clearwater’s elevator repair and replacement project. PROJECT ADDRESS: 6th Street and Constitution Avenue NW, Washington DC OWNER’S NAME: National Gallery of Art (NGA) CONTACT: Wade Brightwell, Facilities Engineering Department PHONE #: 202-631-2333 EMAIL: w-brightwell@nga.gov MAILING ADDRESS: Constitution Avenue, NW, Washington, DC CONTRACT AMOUNT: $3,008,000.00 COMPLETION DATE: 7/01/2022 DELIVERY METHOD: Design-Build, Firm Fixed Price PROJECT DATA City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Scope Overview Nichols Contracting undertook a comprehensive modernization of the hydraulic passenger elevator (PE4) at the Maryland Department of Transportation State Highway Administration (MDOT SHA) Headquarters, located at 211 E. Madison Street in Baltimore. The project was executed while the building remained fully occupied, necessitating meticulous planning to ensure minimal disruption to daily operations. The scope of work included: ƒElevator Replacement: Complete replacement of one hydraulic passenger elevator serving four stops. ƒEquipment Upgrades: Installation of new controls, power drive, oil cooler, jack and cylinder, buffers, firefighter’s control, scavenger pump, roller guides, door operator, entrance sill, car and hoistway doors, tracks, hangers, closers, and rollers. ƒRefurbishments: Refurbishment of the cab platform and sling, guide rails, hoistway entrance sill, and pit ladder. Project RelevancyNichols Contracting’s successful modernization of the hydraulic passenger elevator at the MDOT SHA Headquarters in Baltimore is directly relevant to the City of Clearwater’s current elevator repair and replacement initiative. Relevant features include: ƒOccupied Facility Execution: The project was completed while the building remained fully operational, demonstrating Nichols Contracting’s ability to perform complex elevator upgrades without disrupting daily activities - a critical consideration for Clearwater’s municipal facilities. ƒComprehensive Modernization: The scope included the replacement of major elevator components and refurbishment of existing structures, aligning with the multifaceted requirements of Clearwater’s six elevators spread across various city buildings. ƒCode Compliance and Safety: All work adhered to applicable codes and specifications, ensuring safety and reliability - standards that are paramount for public buildings in Clearwater. ƒExperience with Public Sector Projects: Nichols Contracting’s experience with government facilities, such as the MDOT SHA Headquarters, underscores their capability to navigate MSHA ELEVATOR SHA 211 BUILDING BALTIMORE, MD City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 the unique challenges associated with public sector projects, including stringent regulatory compliance and coordination with multiple stakeholders. This project exemplifies Nichols Contracting’s proficiency in delivering elevator modernization projects within occupied, operational facilities, ensuring safety, efficiency, and minimal disruption - key requirements for the City of Clearwater’s elevator repair and replacement project. PROJECT ADDRESS: 211 E. Madison Street, Baltimore, MD 21202 OWNER’S NAME: MDOT State Highway Administration CONTACT: Dan Keiser, Deputy Director, Vertical Construction PHONE #: 443-422-1283 EMAIL: DKeiser@mdot.maryland.gov MAILING ADDRESS: 7450 Traffic Drive, Hanover, MD 21076 CONTRACT AMOUNT: $594,717.00 COMPLETION DATE: 1/012024 DELIVERY METHOD: Design-Bid-Build, Firm Fixed Price PROJECT DATA City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 B. Experience and Qualifications of Key Personnel Proven Team, Proven Results Nichols Contracting, Inc. (NCI) is proud to present a highly experienced and qualified project team for the City of Clearwater Elevator Repair and/or Replacement project. Our proposed personnel bring deep expertise in elevator modernization, life safety systems, and occupied public-sector construction. Each team member is fully committed to the duration of this project and has a strong track record of delivering complex, code-driven renovations on time, within budget, and with minimal disruption to building operations. Project Staffing Structure and Assigned Roles NCI’s project team for this engagement will consist of: ƒ Senior Project Manager – James Clark Responsible for overall project execution, budget and schedule management, subcontractor oversight, and client coordination. ƒ Senior Superintendent – Drew Newcomer In charge of on-site operations, field quality assurance, and jobsite safety compliance. ƒ Elevator Subcontractor – General Elevator A trusted industry partner will perform elevator-specific work, including modernization and equipment installation, under NCI’s direct supervision. NCI’s core project team is supported by in-house trade specialists, safety professionals, and administrative staff to ensure seamless delivery across all project phases. Key Personnel Qualifications James Clark – Senior Project ManagerJames Clark brings extensive experience managing large-scale elevator modernization projects across Florida. Over the past 23 years, he has led numerous high-profile efforts involving design-build coordination, MEP integration, and elevator modernization for both public and private sector clients. Notable projects include: ƒ28-Car Elevator Modernization at Walt Disney Dolphin Resort ƒ12-Car Modernization at Walt Disney Swan Resort ƒ16-Car Modernization at 100 North Tampa ƒ3-Car Modernization at Orange County Correctional Facility ƒDesign-Build Elevator Modernization at GSA Golden Column Building (Ocala, FL) James is OSHA 30-certified and is known for his deep knowledge of MEP systems, strict code adherence, and ability to manage high-profile, secure facility upgrades. He will oversee project scheduling, RFI/submittal processing, cost controls, and will lead coordination with the City and design teams. His leadership ensures transparency, compliance, and timely delivery. Please refer to James’ resume which is included in this section. Drew Newcomer – Senior SuperintendentDrew Newcomer is a highly qualified superintendent with over 18 years experience in managing interior construction and modernization projects in occupied, public-facing environments in Florida. His career includes: ƒHigh-end corporate interiors (Amazon, Bain & Company, Perkins Coie) City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 ƒ Complex tenant improvements in secure facilities ƒ Experience across scheduling, subcontractor coordination, site safety, and quality assurance Drew holds multiple safety and trade certifications, including OSHA 30 and USACE Quality Control Management. In his role, Drew will lead day-to-day site activities, ensuring safe access, contractor coordination, and worksite cleanliness. He will also serve as the on-site Safety Officer and Quality Control Manager, conducting audits, facilitating toolbox talks, and ensuring all work meets quality standards and project specifications. Please refer to Drew’s resume which is provided in this section. The Nichols Contracting team is fully equipped with the expertise, experience, and leadership required to execute the elevator repair and/or replacement projects efficiently and safely. By employing a proactive management approach and ensuring seamless coordination between all stakeholders, we are confident in our ability to deliver a high-quality outcome that meets the City of Clearwater’s expectations. Use of Subcontractors NCI will partner with General Elevator ­ a firm with over a decade of proven experience. To maintain high levels of quality and control, NCI will self-perform associated architectural, electrical, and fire alarm work as needed, utilizing its in-house trade teams and electricians. Why Nichols Contracting Nichols Contracting stands apart with its Florida-based expertise, self-perform capability, and long-standing experience delivering elevator projects in occupied municipal buildings. Our team has consistently demonstrated: ƒ Precision execution of disruption-free construction ƒ Deep integration of MEP and vertical transportation systems ƒ Rigorous focus on safety, accessibility, and stakeholder communication ƒ Consistent delivery on time and within budget Our leadership, field teams, and specialty subcontractors are aligned in their commitment to delivering the City of Clearwater’s elevator modernization with excellence, efficiency, and integrity. City Project Manager HOME OFFICE SUPPORT ORGANIZATIONAL CHART senior superintendent SELF-PERFORM TRADESMEN self-perform FOReMAN Drew Newcomer KEY TRADE SUBCONTRACTORS Elevator, Finishes, Electrical, HVAC, Plumbing, Demolition - Corporate Safety -Administrative Staff -Accounting Staff - Human Resources - Procurement - IT Support -Training Manager - Corporate Controller CONSTRUCTION TEAM Elevator repair and/or replacement RFP 28-25 James Clark Linette Derminer ASSISTANT PROJECT MANAGER Main Point of Contact for the City Client Team Corporate Leadership and Support On-Site Personnel Off-Site/On-Site As Needed Personnel Lines of Authority Lines of Communication ------... LEGEND - Facility Security Officer Fred A. Nichols (President) CORPORATE LEADERSHIP Tyler Nichols (Vice President) SENIOR Project Manager - Preconstruction City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 James Clark is a highly experienced Senior Project Manager with a strong background in all aspects of construction management, specializing in elevator modernization and life safety projects. He brings expertise in schedule and budget development, contract administration, subcontractor coordination, and client/vendor communication. James is proficient in managing submittals, RFIs, and cost analysis while ensuring strict adherence to project specifications and regulatory codes. As an OSHA 30-certified professional, he oversees quality control processes including field inspections, testing, and documentation. He is known for effectively coordinating with architects, engineers, and field personnel to ensure proper staffing and timely project delivery. His leadership ensures that every project meets both technical standards and client expectations. RELEVANT EXPERIENCE: As Senior Project Manager with Nichols Contracting since November, 2016, James coordinates with subcontractors, vendors, clients, architect, and engineers to ensure on time project delivery. He coordinates and facilitates QA/QC operations and monitors for compliance of product to specifications and drawings. He works directly with the project manager, superintendent, and vendors to accurately and effectively produce a quality product. GOLDEN COLLUMN FEDERAL BUILDING AND COURTHOUSE | OCALA, FL Design-Build modernization of a one (1) car elevator for GSA Region 4. WALT DISNEY SWAN RESORT | LAKE BUENA VISTA, FL This project involved a twelve (12) car elevator modernization for KONE Americas. WALT DISNEY DOLPHIN RESORT | LAKE BUENA VISTA, FL This was an elevator modernization project involving twenty-eight (28) cars for KONE Americas. 100 NORTH TAMPA | TAMPA, FL Design-Build sixteen (16) car elevator modernization for Thyssenkrupp Elevator Corporation. ORANGE COUNTY CORRECTIONAL FACILITY | ORLANDO, FL This project involved a three (3) car elevator modernization for Skyline Eleva-tors. PREVIOUS EXPERIENCE International Accounts Manager, CWA Management, Orlando, FL 2015 - 2016 Operations Manager, Celebration Dental Group, Celebration, FL 2014 - 2015 Operations Manager, William Edwards Construction, Orlando, FL 2012 - 2014 JAMES CLARK SENIOR PROJECT MANAGER FIRM: Nichols Contracting, Inc. YEARS OF CONSTRUCTION EXPERIENCE: 23 years TIME WITH NICHOLS: 9 years EDUCATION: University of Reading - Business; Reading, UK Coventry University - Law; Coventry, UK CERTIFICATIONS:OSHA 30 Certified City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Controlled on-site supervision, planned, and coordinated the complete construction process ensuring that client expectations were always met and where possible exceeded. Specifically undertook building remodels at multi-ple medical office buildings, residential, and commercial sites across Central Florida. Contract/Project Manager, KONE, United Kingdom 2000 - 2012 KONE is a global leader in the elevator and escalator industry, with annual net sales of EUR 6.9 billion and more than 43,000 employees. Accountable for commercial, contractual, and financial duties of UK Process Lines rep-resenting $450 million of KONE business. ƒProject managed the Shard London Bridge, the biggest building in western Europe. ƒCharged with an individual $30 million portfolio within KONE UK for projects across Southern England, includ-ing Arsenal’s Stadium. ƒFacilitated relationships with quantity surveyors, construction managers, commercial managers, sales repre-sentatives, and business personnel from various principal contractor divisions on project to meet the project goals. ƒCollaborated with client representatives to validate installation interface and CAD designs. ƒSupervised and guided a staff of 18 employees to ensure accuracy of project profitability and contractual risk. Accountable for selecting, training, scheduling, and developing team. JAMES CLARKSENIOR PROJECT MANAGER City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Drew Newcomer is an accomplished Senior Superintendent with over 15 years of experience managing complex interior construction and renovation projects, including high-profile, occupied, and secure facilities. He brings a strong command of field operations, subcontractor coordination, safety compliance, and schedule management, with a proven ability to lead teams through fast-paced, multi-phase projects with minimal disruption to daily operations. Drew is OSHA 30-certified and highly skilled in using modern construction management platforms such as Procore, Microsoft Project, Plangrid, and Bluebeam. His leadership is defined by clear communication, hands-on oversight, and a commitment to safety, quality, and timely project delivery. RELEVANT EXPERIENCE As Senior Superintendent, Drew is responsible for the overall management and execution of on-site construction activities. He serves as the primary field leader, ensuring that work is performed safely, efficiently, and in accordance with project plans, specifications, and schedules. Drew’s key responsibilities include supervising subcontractors and self-perform crews, enforcing safety protocols, coordinating daily work activities, resolving field issues in real-time, and maintaining quality control throughout the construction process. Drew works closely with project managers, engineers, and client representatives to ensure seamless communication and alignment of project goals. His leadership is critical in maintaining jobsite productivity, minimizing disruptions - especially in occupied facilities - and delivering successful, on-time project completions. PREVIOUS EXPERIENCE Senior Superintendent, Rand Construction Corporation 2015 - 2025 Senior Superintendent: Orlando, FL (2024 - 2025), Austin, TX (2022 - 2024) ƒJP Morgan Chase - 30,000 SF: This was a first generation build-out which re-quired brand new fire sprinkler and fire alarm systems which were tied into the main building systems and included preaction systems for the Network server rooms. ƒPerkins Coie - 15,000 SF: Project entailed a new fire sprinkler system and fire alarm system which was installed concurrently with ongoing high-rise construction. ƒ405 Colorado Sky Lobby: Project entailed a new fire sprinkler system and fire alarm system which was installed concurrently with ongoing high-rise construction. ƒCharter Communications 60,000 SF ƒUBS 3,000 SF ƒUnited Heritage Credit Union 10,000 SF Superintendent (2015 - 2022) ƒBain & Company 10,000 SF: This was a first generation build-out which re-quired brand new fire sprinkler and fire alarm systems which were tied into the main building systems and included preaction systems for the Network server rooms. DREW NEWCOMER SENIOR SUPERINTENDENT FIRM: Nichols Contracting, Inc. YEARS OF CONSTRUCTION EXPERIENCE: 18 years TIME WITH NICHOLS: <1 year EDUCATION: Associates Degree, Construction ManagementCal Poly, San Luis Obispo Journey Carpenter Apprenticeship ProgramNor Cal Carpenters Union CERTIFICATIONS:OSHA 30 CertifiedFirst Aid City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 ƒAmazon Books 15,000 SF ƒAtkins Engineering 40,000 SF ƒLCRA Management Office 15,000 SF Assistant Superintendent, Harvey-Cleary Builders, Austin, TX 2013 - 2015 ƒCapital Factory 20,000 SF ƒThe Bowie (High- Rise Interior finish out) ƒHID Global 60,000 SF Foreman/Assist Superintendent, SC Builders, San Jose, CA 2011 - 2013 ƒSony Playstation HQ ƒIntuit Campus Renovation ƒQualcomm Research Foreman, Lathrop Construction Associates, Inc., Benicia, CA 2008- 2010 Carpenter, Diani Building Corp., Santa Maria, CA 2007 - 2008 Santa Maria, CA DREW NEWCOMERSENIOR SUPERINTENDENT City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 C. References Nichols Contracting, Inc. (NCI) is a trusted provider of turnkey elevator modernization and replacement services, with over 10,000 completed projects nationwide since our founding in 1991. We have earned a strong reputation among federal, state, and municipal agencies for executing technically complex elevator upgrades within occupied, mission-critical environments - ensuring life safety compliance, operational continuity, and stakeholder satisfaction throughout. The projects described in the previous pages - including the Thurgood Marshall Federal Judiciary Building Elevators, USDA APHIS Headquarters Elevators, Baltimore City Police Headquarters Elevators, National Gallery of Art West Building Elevators, and the MSHA Elevator SHA 211 Building - best characterize Nichols Contracting’s capabilities. These projects exemplify our ability to manage large-scale elevator upgrades and repairs in occupied and mission-critical environments, and demonstrate our skill in delivering turn-key solutions that integrate vertical transportation systems with emergency power, HVAC, and fire protection infrastructure. The project summaries and references reflect Nichols Contracting’s extensive experience delivering elevator modernization projects of similar scope, scale, and complexity to the work contemplated by the City of Clearwater. These examples demonstrate our firm’s proven ability to execute turn-key upgrades that integrate elevator modernization with mechanical, electrical, life safety, and architectural systems - often in occupied and operational government buildings. While these projects highlight the capabilities and track record of our company as a whole, they serve as strong evidence of our capacity to manage complex, code-driven elevator modernizations with precision, coordination, and high client satisfaction. Past Performance Questionnaires follow this page. PBS Past Performance Questionnaire July 2014 PBS PAST PERFORMANCE QUESTIONNAIRE CONTRACT INFORMATION (Contractor/Offeror to complete Blocks 1-4) 1. CONTRACTOR/OFFEROR INFORMATION Firm Name: Nichols Contracting, Inc. Address: 9190 Red Branch Road, Suite 200, Columbia, MD 21045 Phone Number: 301-924-5258 DUNs Number: 18-766-1467 Contact Name Fred A. Nichols Email Address: : sales@nicholscontracting.com Contact Phone Number: 301-924-5258 2. GENERAL WORK INFORMATION Work performed as: Prime Contractor Sub Contractor Joint Venture Other (Please explain): Percent (%) of project work performed: 40% If a subcontractor, who was the prime (Name/Phone #): N/A 3. CONTRACT INFORMATION Contract Number: AOC19C2000 Delivery/Task Order Number (if applicable): N/A Contract Type: Firm Fixed Price Cost Reimbursement Other (Please explain) Contract Title: Thurgood Marshall Judiciary Building Elevator Controller Replacement Contract Location: 1 Columbus Circle Northeast, Washington, DC 20002 Award Date (mm/dd/yy): 06/19/19 Contract Completion Date (mm/dd/yy): 12/17/20 Actual Completion Date (mm/dd/yy): 02/15/21 Explain Differences: COVID-19 was an unforeseen condition for all team members including Contractor and AOC representatives over the project. Covid-19 also affected material lead times as manufacturers were experiencing delays beyond their control. There were several delays caused by COVID-19 and to overcome, Nichols worked with our client to revise the scheduling sequence so that the project substantial completion date would not have to be extended. To overcome the COVID-19 delays, Nichols suggested removing the tie-in schedule to complete phase 2 prior to starting phase 3. By removing this constraint, Nichols was able to make up the 2-month delay by COVID-19 and not extend out the schedule. There were other material delays that Nichols was able to overcome by sourcing a temporary replacement, such as flooring, to replace later while not impacting the schedule. Original Contract Price (Award Amount): $6,010,830.00 Final Contract Price (to include all modifications, if applicable): $11,283,536.00 Explain Differences: For both Cost and Schedule growth, the government initially awarded only Phase 1 to Nichols. After award and during construction, the Architect of the Capitol added options 2, 3, 4 and 5 to the contract (Phase 2A and 2B, Phase 3 and Elevator Maintenance). 4. PROJECT DESCRIPTION Complexity of Work: High Med Routine How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.) Nichols Contracting modernized and commissioned a total of eighteen (18) elevators, including twelve (12) traction passenger elevators, one (1) traction freight elevator and five (5) hydraulic elevators over 3,500lbs that serve the adjacent parking garage. The project included modernizations to the elevators in both the Thurgood Marshall Judiciary Building, and the neighboring parking garage facility at the same site/installation. PBS Past Performance Questionnaire July 2014 This project was a major renovation that involved the renovation of critical mechanical systems, electrical systems, and plumbing systems across the facility as a part of the elevator/life safety upgrades as specified within the contract requirements. With the elevators being one of the facility’s most critical systems, the MEP systems associated with the elevators were also completely modernized as a part of the work. Nichols Contracting and its elevator subcontractor, Action Elevator, installed the remote monitoring system for the modernized elevators throughout the facility as a part of the scope of work for security measures and monitoring measures. Nichols teamed with A/E firm Alphatec PC for the delegated design on the structural work required for the movement and access of the elevator machines and various other large equipment components throughout the facility as required for construction. The project was performed in the Thurgood Marshall Federal Judiciary building which was occupied daily by staff supporting the United States Supreme Court and retired Supreme Court Justices. Nichols was tasked with an expedited schedule which broke the project into three (3) phases. Phase 1 consists of elevator modernization of passenger elevators (PE 4 PE 6 and PE 7 PE 9), service elevator (SE 1), and garage elevators (GPE 1 - GPE 3). Phase 2 work consists of modernization of passenger elevators (PE 1 PE 3 and PE 10 PE12), garage elevators (GPE 2 GPE 5), along rough-ins and finishes in elevator machine rooms LB 22, LB 61, LB 28, and LB 87. Phase 3 work consists of elevator modernization of garage elevator GPE 5 and rough-ins and finishes in elevator machine room LB 89. The third phase included one (1) elevator which was the retired Supreme Court Justice elevator that required extra security measures for all staff entering and exiting the work area. All fire alarm work was coordinated with the AOC Fire Marshall and commissioned during off hours to eliminate any interruptions to the building. INSTRUCTIONS FOR CLIENTS COMPLETING THIS QUESTIONNAIRE: PBS requests that the client completes this questionnaire and submits it directly back to the offeror. The offeror will submit the completed questionnaire to PBS with their proposal, and may duplicate this questionnaire for future submission on PBS solicitations. Clients are highly encouraged to submit questionnaires directly to the offeror. However, questionnaires may be submitted directly to PBS. Please contact the offeror for PBS POC information. The government reserves the right to verify any and all information on this form. PBS Past Performance Questionnaire July 2014 Use the following adjective ratings and definitions in your evaluation of the Contractor’s performance. RATING DEFINITION NOTE (E) Exceptional Performance meets contractual requirements and exceeds many to the Government/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective. An Exceptional rating is appropriate when the Contractor successfully performed multiple significant events that were of benefit to the Government/Owner. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified. (VG) Very Good Performance meets contractual requirements and exceeds some to the Government’s/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. A Very Good rating is appropriate when the Contractor successfully performed a significant event that was a benefit to the Government/Owner. There should have been no significant weaknesses identified. (S) Satisfactory Performance meets minimum contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. A Satisfactory rating is appropriate when there were only minor problems, or major problems that the contractor recovered from without impact to the contract. There should have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract. (M) Marginal Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented. A Marginal is appropriate when a significant event occurred that the contractor had trouble overcoming which impacted the Government/Owner. (U) Unsatisfactory Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective. An Unsatisfactory rating is appropriate when multiple significant events occurred that the contractor had trouble overcoming and which impacted the Government/Owner. A singular problem, however, could be of such serious magnitude that it alone constitutes an unsatisfactory rating. (N) Not Applicable No information or did not apply to your contract Rating will be neither positive nor negative. PBS Past Performance Questionnaire July 2014 TO BE COMPLETED BY CLIENT CLIENT INFORMATION Client Point of Contact Information Name:Christopher Hillegas Title:Architect/Project Manager Phone Number:202-579-8141 Email Address:christopher.hillegas@gmail.com Project Information Contract Type:Full and Open, Contract Title:Thurgood Marshall Judiciary Building Elevator Controller Replacement Contract Location:Washington, D.C. Describe your role in the project:Project Manager, Date Completed (10/18/2022), Date Questionnaire was completed (mm/dd/yy): Client’s Signature: Instructions: Please select the adjective rating that best reflects your evaluation of the contractor’s performance. 1. QUALITY: E VG S M U N (a) Quality of technical data/report preparation efforts. (b) Ability to meet quality standards specified for technical performance. (c) Timeliness/effectiveness of contract problem resolution without extensive customer guidance. (d) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance). 2. SCHEDULE/TIMELINESS OF PERFORMANCE: E VG S M U N (a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below.) (b) Rate the contractor’s use of available resources to accomplish tasks identified in the contract. 3. CUSTOMER SATISFACTION: E VG S M U N (a) To what extent were the end users satisfied with the project? (b) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication). (c) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer? (d) Overall customer satisfaction. 4. MANAGEMENT/ PERSONNEL/LABOR E VG S M U N (a) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force? (b) Ability to hire, apply, and retain a qualified workforce to this effort. PBS Past Performance Questionnaire July 2014 4. MANAGEMENT/ PERSONNEL/LABOR - Continued E VG S M U N (c) Government Property Control. (d) Knowledge/expertise demonstrated by contractor personnel. (e) Utilization of Small Business concerns. (f) Ability to simultaneously manage multiple projects with multiple disciplines. (g) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changes. (h) Effectiveness of overall management (including ability to effectively lead, manage and control the program). 5. COST/FINANCIAL MANAGEMENT E VG S M U N (a) Ability to meet the terms and conditions within the contractually agreed price(s)? (b) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the client. (c) If this is/was a Government cost type contract, or a CMc/CMc at Risk Contract, please rate the Contractor’s timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns). (d) Is the Contractor’s accounting system adequate for management and tracking of costs? (If no, please explain in comment section below.) Yes No (e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? (Indicate if show cause or cure notices were issued, or any default action in comment section below.) Yes No (f) Have there been any indications that the contractor has had any financial problems? (If yes, please explain in the comment section below.) Yes No 6. SAFETY/SECURITY E VG S M U N (a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.). (b) Contractor complied with all security requirements for the project and personnel security requirements. 7. GENERAL E VG S M U N (a) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues). (b) Compliance with contractual terms/provisions (If there were specific issues, please explain in the comments sections below (c) In summary, provide an overall rating for the work performed by this contractor. PBS Past Performance Questionnaire July 2014 8. SUSTAINABILITY Did this project include sustainable methods, materials, processes or certifications? (See Whole Building Design Guide for acceptable requirements. Link to guide WBDG Green Building Standards and Certification Systems.) (If yes, please explain in the comments section below.) Yes No 9. SUMMARY Would you hire or work with this firm again? (If no, please explain in the comments section below.) Yes No COMMENTS SECTION Please provide additional information below, and attach additional pages if necessary. Please provide responses to the above questions (if applicable) and/or additional remarks. Also please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary): ATTACHMENT 1 CONSTRUCTION EXPERIENCE PROJECT DATA SHEET – OFFEROR This form is to be completed by the Offeror. Submit (one per project) in order to provide supporting project information for Factor 1, Corporate Experience. Only projects that are within the project description parameters of the solicitation will be considered relevant. Submit five (5) projects. All other projects will not be considered. Project No. (check one): - 1 - 2 - 3 - 4 - 5 Contractor: 1. Offeror Name: Impyrian Firm who performed the work: Nichols Contracting, Inc. Performed this work as: Prime Contractor Subcontractor Joint Venture Other (explain): If subcontractor, name of prime: Phone #: If the firm who performed this project differs from the Offeror proposing on this contract, identify the firm’s relationship to the Offeror: Joint Venture Partner Partner Subcontractor Parent Company Subsidiary Satellite Office Predecessor Company Other: Explain how this firm will have meaningful involvement in the performance of the contract: Nichols Contracting Inc, as teaming partner of Impyrian, will make available its 31 years of construction experience, vast in-house construction capabilities, and all its resources to complete the various task orders associated with this solicitation. Construction Contract: 2. Contract/Project No.: 47PM0518C0010 Delivery/Task Order Number: N/A Title: USDA/APHIS Design-Build Elevator Modernization Location: 4700 River Road, Riverdale, Maryland 20860 3. Award Date (mm/dd/yy): 04/17/2018 Award Amount: $ 2,930,742 Completion Date (mm/dd/yy): 05/02/2020 Final Price: $ 2,930,742 This is the: total project subcontract price 4. Type of Contract: Design-Build. If D-B, design firm was: Alphatec PC (check one) Design-Bid-Build Customer: 5. Name: GSA Office of Acquisitions, USDA Point of Contact Name/Title: Rufus Frazier, Project Manager POC Phone Number: 202-213-5606 POC Email Address: Rufus.Frazier@gsa.gov Project Description: 6. Type of Work (check all that apply): New Construction Renovation Repair 7. Provide a detailed description of the project and the relevancy to the project requirements of this RFP: Nichols Contracting was awarded a design build contract to modernize six elevators for the General Services Administration at the USDA Facility, an occupied office building, in Riverdale MD. This project included mechanical, electrical, fire protection and architectural upgrades. Fire Protection included coordination with GSA P100 code specialists while design and installing a standalone fire alarm system. Nichols installed VRF HVAC systems in both machine rooms providing an efficient system that would save on energy usage. Project also included significant architectural barricading so that building occupants were not disturbed during the project. Nichols provided a streamlined design phase which helped expedite the schedule. The facility was not originally constructed by GSA so there were several code requirements around the elevator that had to be incorporated to bring the building to GSA standards. 8. If project is design-build, provide a detailed description of the design effort: Nichols contracted Alphatec PC, a well-established design firm located within the Washington DC region, to assess and complete the design documents for the full modernization of the six (6) elevators and the auxiliary building systems such as fire alarm, electrical, HVAC, architectural finishes, etc. Nichols alongside Alphatec PC identified the various code deficiencies of the exiting facility and designed the project in a way to address all code deficiencies while keeping the project ahead of schedule. 9. Percentage of work your firm self-performed (see definition): 60% Provide a detailed description of the work your firm self-performed on this project. Once the design drawings were developed and approved, Nichols Contracting mobilized its in-house field crews to complete all work that was not elevator specific. The work included critical building systems upgrades to the existing emergency power configuration, elevator machine room HVAC replacements, new stand-alone fire alarm system for elevator recall, extensive barricading of construction areas, metals, and other miscellaneous architectural finishes. Note: Form may be expanded. 6 PAST PERFORMANCE QUESTIONNAIRE The contractor you are receiving this document from intends to offer a bid to the Federal Bureau of Prisons for an upcoming project. As a potential bidder who may receive the contract, it is required by law that Past Performance be examined. The intention of this request is to ensure contractor responsibility prior to expending your tax payer dollars and awarding a federal contract. It is imperative before we award tax dollars to firms, they are deemed capable and responsible. A brief one (1) page survey is attached with a second page for comments. Please ensure you provide your professional opinion in the comments section so that I may combine your rating and comments into a fair rating. The deadline for response is no later than Wednesday, August 14, 2024, at 1:00 p.m. CST, as this is the day of the bid opening. Please scan and email back, and don’t forget to print your name and sign the signature block. This document, once completed, must be emailed to knjohnson@bop.gov. Do not return this document to the Contractor who forwarded you this document. Please provide the following information regarding YOUR Company/Government Agency in case I have questions: a. Name of Company/Government Agency: b. Telephone Number: c. Name/Title of Contact Person: d. Contact Person E-Mail Address: e. Description of Work Performed: f. Amount of Contract: g. Contract Status: Active or Complete (circle one) h. List Month/Year of Completion (if applicable): i. Name of company you are submitting this questionnaire for: _______________________ If you have any questions, please do not hesitate to contact me, Kimberly Johnson, Contracting Officer, at 202-598-6059. Your assistance is greatly appreciated! 15BFA024B00000017 FMC LEXINGTON – PROJECT 24Z1AV6 ELEVATOR MODERNIZATION Baltimore City Department of General Services 410-396-4600 Deputy Chief, Capital Projects Division Nichols Contracting, Inc. christopher.hepler@baltimorecity.gov Baltimore Police HQ - Elevator Modernizations $3,060,134.29 November 2021 Chris Hepler 7 RESPONSIBILITY QUESTIONNAIRE Contractor Name: RATING 1 5/6 10 Poor Average Best 1 2 3 4 5 6 7 8 9 1 0 PERFORMANCE & WORKLOAD How would you rate their overall performance to date? How would you rate the contractor’s adherence to contract delivery and/or performance schedule? How would you rate the contractor’s quality control? How would you rate the contractor’s efforts in fostering good business relations? How would you rate the contractor’s meeting all the contract requirements? Has the contractor required changes to the contract due to contractor problems? Yes No Comments BUSINESS ETHICS Based on your observations, do you believe the contractor to be ethical in their business relationship with your organization? Are you aware of any ethics problems being experienced by the contractor? ORGANIZATION Does the contractor demonstrate good organizational structure? Do you have recourse within the company if you are not satisfied with the on/off- site supervision? (Please explain under comments) Are you aware of any organizational deficiencies with the contractor? (If yes, please explain under comments) RESOURCES Did the contractor demonstrate themselves to have sufficient financial resources? Did the contractor demonstrate themselves to have sufficient qualified personnel resources? LEGAL Are you aware of any legal problems being experienced by the contractor? GENERAL If the work is complete would you have the contractor come back for another contract if this contract were completed? Do you have anything else you would like to add? Please attach any notes you may have in reference to this contractor, either positive or negative. Print Name:_________________________________________________________________ Signature:___________________________________________________________________ Government Agency/Company Name:____________________________________________ Nichols Contracting, Inc. Chris Hepler 8 PLEASE PROVIDE ANY COMMENTS EITHER POSITIVE OR NEGATIVE THAT YOU BELIEVE COULD IMPACT THE GOVERNMENTS’ ABILITY TO DO BUSINESS WITH THIS FIRM: AOC PAST PERFORMANCE QUESTIONNAIRE AOCACB25R0006 (SOP 9-1, October 22, 2008) MULTI-AWARD CONSTRUCTION CONTRACT IDIQ The company listed below is preparing an offer on the above project for the Architect of the Capitol, Washington, DC. Your name has been provided as a customer reference regarding performance under a past contract with your agency/company. Your comments are considered Source Selection Sensitive, therefore, you are advised that your response will be safeguarded to the extent cited in the Federal Acquisition Regulation (FAR) 42.1503. FAR prohibits the release of past performance evaluations to other than other Government personnel and the company whose performance is being evaluated during the period the information may be used to provide source selection information. This past performance questionnaire is being submitted by the contractor and you are requested complete it and return it to the Architect of the Capitol in via email to John Lingamfelter at john.lingamfelter@aoc.gov, and copy Matthew Hutcherson at matthew.hutcherson@aoc.gov, on or before the proposal submission due date stated in the RFP. While all elements below may not apply, please complete as much as possible. Company Requesting Past Project Information: Company Name: Past Project Title On Which The Company Is Being Evaluated Project Title : Contract Number: Brief Description of Contract Scope: Evaluator POC (for verification purposes) Name: Agency/Company, POC Date: Phone No.: Fax No. E-mail Address: Address: Nichols Contracting, Inc. National Gallery of Art, Wade Brightwell 12/26/2024 202-631-2333 N/A W-Brightwell@NGA.GOV Constitution Ave. NW, Washington, DC 20565 NGA West Building Life Safety Upgrades & Freight Elevator Modernizations 333011-19-RRP-0030LS & 333011-20-RRP-0031GS Nichols Contracting successfully worked with the National Gallery of Art (NGA) to complete Design-Build historic life safety and elevator modernizations at the NGA Campus in Washington DC. The phased project, in an occupied public building, included the modernization of three (3) traction passenger elevators and four (4) freight elevators. The elevator systems were upgraded to install new microprocessor control systems, motor drive units, landing systems, wiring, hoist cables, sheaves, door equipment, hall and car fixtures, and cab enclosures (historic). The project also included refurbishment of elevator related structural components such as guide rails, pit buffers, counterweights, car slings and platforms. Related systems included electrical upgrades, mechanical system replacements, plumbing and sprinkler systems, and fire alarm modifications. For the electrical upgrades, Nichols’ scope included emergency power upgrades such as disconnect switches, transfer switch, lighting, and distribution wiring replacements. The mechanical scope included new elevator machine room HVAC system replacement and BAS tie-in for each unit. New sump pumps were installed in elevator pits and sprinkler coverage was modified to meet code. Architectural work included barricading at lobby areas to conceal all work areas from the public view, misc. metals, refinishing, painting, and historic elevator cab and lobby restoration/renovation activities. Hazmat abatement and demolition activities were completed as required, to government standards. AOC PAST PERFORMANCE QUESTIONNAIRE AOCACB25R0006 (SOP 9-1, October 22, 2008) Position held or function in relation to project: Ratings: Please evaluate the contractor’s performance using the following ratings: “O” Outstanding The contractor’s performance clearly exceeded the contract requirements. “S” Satisfactory The contractor’s performance met the contract requirements. Deputy Head - Facilities Engineering / Project Manager AOC PAST PERFORMANCE QUESTIONNAIRE AOCACB25R0006 (SOP 9-1, October 22, 2008) “M” Marginal The contractor’s performance met the minimum contract requirements but with difficulty. “U” Unsatisfactory The contractor’s performance was poor and/or did not satisfy contract requirements. Please rate and provide supporting information for the following. If the rating is Outstanding or Unsatisfactory, please provide specific contract/job performance areas which were exceeded or not performed in accordance with the contract’s minimum requirements. (Use additional sheets as needed) 1. Performance in meeting delivery/completion schedules: _____________________________ Rating: 2. What did the contractor do to improve or resolve schedule problems, if any? Rating: 3.The contractor’s quality control (CQC). Rating: 4. The contractor’s performance in delivering quality work in accordance with the contract: ________________________________________________________________________ Rating: 5. The contractor’s ability to provide the required work at a reasonable total price. Rating: 6. The contractor’s compliance with labor standards, if applicable. Rating: 7. The contractor’s compliance with safety standards. Rating: Contractor was able to keep project on schedule and completed on time even through design delays.O When delays occurred during design the contractor team found ways to accelerate construction maintaining quality. O Quality was at the forefront of each project. The contractor was able to complete a modernization that exceeded the Gallery expectations.O Contractor had no issues delivering code/safety, and aesthetically pleasing product. Milestones and end state were met with ease and exceeded contract requirements.O Work was determined to be fair and reasonable with only owner initiated change orders.O The contractor provided certified payrolls and documentation as required with zero issues.S The contractor successfully completed all work with zero mishaps or incidents, as well as little public operational impact.O AOC PAST PERFORMANCE QUESTIONNAIRE AOCACB25R0006 (SOP 9-1, October 22, 2008) 8. Has the contractor been given any of the following: Cure notice, show cause, letters of reprimand, suspension of payments, termination? If yes, please explain. Rating: 9. Would you award another contract to this contractor? If no, please state reasons for not recommending this contractor additional work. Rating: 10. Was the customer satisfied with the end product? Rating: 11.The relationship between the contractor and owner’s contract team/Contracting Officer/COR/COTR? Rating: 12.The contractor’s on-site management and coordination of subcontractors. ______________________________________________________________________________ Rating: 13. The contractor’s overall corporate management, integrity, reasonableness and cooperative conduct. ______________________________________________________________________________ Rating: 14. Has the contractor filed any modifications?________ How many? And to what extent? 15. Has the contractor been provided an opportunity to discuss any negative performance ratings? If so, what were the results? None S Additional projects have already been awarded to contractorO Highly satisfied. Again the contractors performance lead to additional large modernization projects to implement safety and code standards.O Communication was clear and concise, no relationship issues present.S Contractor managed subs effectively and effciently. Quality standards were passed down at all levels and the entire team understood the end state.O No issues with business operations or corporate management. S Yes Four Owner initiated or latent issues. Adding additional security elements or changing aesthetic elements. N/a AOC PAST PERFORMANCE QUESTIONNAIRE AOCACB25R0006 (SOP 9-1, October 22, 2008) 16. Has the contractor demonstrated the ability to professionally handle unusual and adverse circumstances of the project as they arise? If so, please describe and what were the results? ____________________________________ __________________________ ______________________________________________________________________________ ______________________________________________________________________________ 17.OVERALL RATING Rating: 18. Please provide any additional comments: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Contractor was very successful in adapting to the museum environment and found new strategic ways to complete work throughout with little to no public or operational impact. Contractor was effective at all levels in the project schedule, practices clear and effective communications, and ensures quality and customer satisfaction. Performance and quality led to selection of two additional design build modernization efforts. Outstanding Contractor has been transperant and was able to identify issues or scheduling conflicts in advance allowing time to alter direction or work through efficiently. Contractor adapted to the museum environment and standard quickly, exceeding expectations. OOC041 rev. 1-14-2025 MARYLAND STATE HIGHWAY ADMINISTRATION SHA RATING OF CONTRACTOR/ SUBCONTRACTOR *Rating Type: *Cal. Year: (Nearest $10,000) NICHOLS CONTRACTING, INCon Rate all criteria on a scale from 0.0 to 5.0 . Leave criteria blank if it is not applicable. 1. Contractor Administration, Personnel, Equipment, Partnering, and Public Relations (25%) a.)5.0 b.)4.0 c.)4.0 d.) 4.5 e.)5.0 f.)5.0 g.)5.0 h.)5.0 i.)5.0 j.)4.0 k.)4.0 l.) 4.0 **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. 4.5 **Average Score 12 of 12 criteria graded 2. MBE/DBE/WBE Compliance - [Prime Contractor Only] (5%) a.) b.) c.) e.) f.) - The Prime Contractor ensured D/MBE Subcontractors complied with certified payroll requirements. **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. 0 ELEVATOR RENOVATION IN SHA 211 BUILDING IN BALTIMORE COUNTY of 6 criteria graded ** Average Score *Contract No.:Annual - The Prime Contractor provided proper guidance to the D/MBE Subcontractors in order to complete the items of work. - Scheduling and management of subcontractors - Prompt payment made to all D/MBE Subcontractors (No payment issues reported) - The Prime Contractor invited all D/MBE Subcontractors to the MBE meeting within 2 weeks of the work starting - The Prime Contractor ensured the D/MBE Subcontractors performed their items of work independently - Review Daily Construction logs to insure and verify payment quantities and to ensure not delaying the monthly progress estimate. 9190 RED BRANCH ROAD SUITE 200 COLUMBIA, MD 21045 - Proactive issue resolution Contractor Type:Prime - Communication and tactful interaction with MDOT Employees *District:District 4AZ7075B29 - Timeliness of decision-making and willingness to communicate in a timely manner - Dispute/Claim resolution follows Contract and Partnering Process. $594,717 *Contractor Name: *Street Address: *City, State, Zip - Ability to be flexible to changing project requirements 2024 *Project Description: YES - Sufficient amount of equipment and in good working condition *Dollar Amt. of Work: NICHOLS CONTRACTING, INC Rating Criteria Worksheet for Contractor Evaluations (Based on Scale from 0 to 5, where 5 = Excellent) - Personnel are competent. - Submittals (shop drawings, source of supply, payrolls, subcontractor approvals request, material clearance, etc.) submitted on time and approved d.) - Communication, responsiveness, and tactful interaction with public/property owners *Partnering Contract?: - The Prime Contractor ensured the D/MBE Subcontractors completed and submitted weekly MBE trucking reports, when the MBE had 3 or more trucks hauling on site - Prompt payment to subcontractors 4.0 - 5.0 A 3.0 - 3.9 B 2.0 - 2.9 C 1.0 - 1.9 D 0.0 - 0.9 F Grading Scale Print Date:3/4/2025 Page 1 of 5 RATING_District 4_AZ7075B29_NICHOLS_CONT.INC._Annual_2024 OOC041 rev. 1-14-2025 MARYLAND STATE HIGHWAY ADMINISTRATION SHA RATING OF CONTRACTOR/ SUBCONTRACTOR *Rating Type: *Cal. Year: (Nearest $10,000) ELEVATOR RENOVATION IN SHA 211 BUILDING IN BALTIMORE COUNTY *Contract No.:Annual 9190 RED BRANCH ROAD SUITE 200 COLUMBIA, MD 21045 Contractor Type:Prime *District:District 4AZ7075B29 $594,717 *Contractor Name: *Street Address: *City, State, Zip 2024 *Project Description: YES *Dollar Amt. of Work: NICHOLS CONTRACTING, INC *Partnering Contract?: 3. Quality of Work (30%)THIS CATEGORY MUST BE GRADED! a.) b.) c.) d.) e.) f.) 4.5 g.)5.0 h.)4.5 i.)5 4.8 4 4. Safety (5%) a.)5.0 b.)4.0 c.) 5.0 d.)4.0 e.) **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. 4.5 - **Average Score 4 of 5 criteria graded ** Average Score - Compressive strength of concrete cylinders achieved.  4 (99% - 85% compliant)  3 (84% to 75% compliant) - No reoccurring problems/issues. - Does the HMA Ride Spec meet or exceed the contract requirement. Score of 2 = (3 occurrences) Any type of safety violations and/or daily lane closure or MOT violations. Score of 1 = (4 or more occurrences) Any type of safety violations and/or daily lane closure or MOT violations.  2 Common (8-12 times) - Does the Contractors personnel understand the contract specifications and standards? - Does the Contractor consistently maintain the project thru the entire duration and proactively identifies any Safety, MOT and or ESC through the daily inspection and corrects any defects proactively.  0 (anything less than 58%) - Does the Contractor have a high regard for public and employee safety? Is the project site well maintained? (No issues with proper signing, striping, drainage, proper shoring, protecting the site and work from traffic and pedestrians and provides proper lighting at night). - Pavement Marking QC requirements achieved and meets contract requirements. - ADA Field Verification 1st time.  5 (100% compliant) - Concerns are promptly addressed and resolved.  5 Never  4 Rarely (1-3 times)  3 Frequently (4-7 times)  2 (74% to 65% compliant)  1 (64% to 58% compliant) - How often does the Contractor need to correct work that doesn’t meet specifications?  1 Always (over 12) - All materials incorporated into the project have been approved and the required information submitted to the PE. **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. Score of 5 = (0 occurrences) Any type of safety violations and/or daily lane closure or MOT violations. Score of 4 = (1 occurrences) Any type of safety violation and/or daily lane closure or MOT violations. of 9 criteria graded - Work complies with safety standards. (OSHA, MOSH, etc.) - Usage of proper protective attire (i.e. hard hats, safety vest, hard soled shoes, etc.) Score of 3 = (2 occurrences) Any type of safety violations and/or daily lane closure or MOT violations. - Accident Prevention (Do not include accidents outside of contractor’s control) 4.0 - 5.0 A 3.0 - 3.9 B 2.0 - 2.9 C 1.0 - 1.9 D 0.0 - 0.9 F Grading Scale 4.0 - 5.0 A 3.0 - 3.9 B 2.0 - 2.9 C 1.0 - 1.9 D 0.0 - 0.9 F Grading Scale Print Date:3/4/2025 Page 2 of 5 RATING_District 4_AZ7075B29_NICHOLS_CONT.INC._Annual_2024 OOC041 rev. 1-14-2025 MARYLAND STATE HIGHWAY ADMINISTRATION SHA RATING OF CONTRACTOR/ SUBCONTRACTOR *Rating Type: *Cal. Year: (Nearest $10,000) ELEVATOR RENOVATION IN SHA 211 BUILDING IN BALTIMORE COUNTY *Contract No.:Annual 9190 RED BRANCH ROAD SUITE 200 COLUMBIA, MD 21045 Contractor Type:Prime *District:District 4AZ7075B29 $594,717 *Contractor Name: *Street Address: *City, State, Zip 2024 *Project Description: YES *Dollar Amt. of Work: NICHOLS CONTRACTING, INC *Partnering Contract?: a.)5.0 b.) 4.0 c.)5.0 d.) 4.0 e.)5.0 f.) 5.0 g.)5.0 h.) 5.0 i.)4.0 j.)4.0 k.) **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. 4.6 - **Average Score 10 of 11 criteria graded 6. Erosion & Sediment (Environmental Stewardship) (5%) a.) b.) - **Average Score 0 of 2 criteria graded 7. Maintenance of Traffic (5%) a.) b.) - **Average Score 0 of 2 criteria graded - Average score from the E&S rating forms/timely submittals of QC Reports. - Did the Contractor start work on the NTP? - Monthly Updates submitted in a timely manner and the dates reviewed by the PE before submitting. - Does the Contractor coordinate their work with Utilities Companies? - Contractor proactively pursues environmental compliance. (Timeliness in reporting, submission of tool kit modifications, and environmental partnering) - Timely submittal of complete Initial Project Schedule. - Updates are submitted with Narrative and address all comments. - Did the Contractor consider Subcontractors when preparing schedule and updates? - All required submittals such as Shop Drawing, Material Clearance, Subcontractor Approvals, etc are submitted on time to the Department for review. - Is the Contractor being proactive in attempting to meet schedule? (Extended MOT, Saturday hours, etc.) - If the contractor is behind schedule is he adjusting his crews and working longer hours and or weekends to make up for time lost. - Changes in schedule are documented within 30 days. - In the schedule does the contractor address the duration for proper inspections and restrictions noted in the contractdocuments. - Contractor proactively pursues MOT compliance (Timely pothole repair, lane closures reported to SOC and done within approved time frame, devices maintained). - Average score from the MOT rating forms/timely submittals of QC Reports. 5. Project Schedule (25%) **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. **If any scores above are not applicable please leave blank. Average score is calculated based on criteria used. 4.0 - 5.0 A 3.0 - 3.9 B 2.0 - 2.9 C 1.0 - 1.9 D 0.0 - 0.9 F Grading Scale 4.0 - 5.0 A 3.0 - 3.9 B 2.0 - 2.9 C 1.0 - 1.9 D 0.0 - 0.9 F Grading Scale Print Date:3/4/2025 Page 3 of 5 RATING_District 4_AZ7075B29_NICHOLS_CONT.INC._Annual_2024 OOC041 rev. 1-14-2025 MARYLAND STATE HIGHWAY ADMINISTRATION SHA RATING OF CONTRACTOR/ SUBCONTRACTOR *Rating Type: *Cal. Year: (Nearest $10,000) ELEVATOR RENOVATION IN SHA 211 BUILDING IN BALTIMORE COUNTY *Contract No.:Annual 9190 RED BRANCH ROAD SUITE 200 COLUMBIA, MD 21045 Contractor Type:Prime *District:District 4AZ7075B29 $594,717 *Contractor Name: *Street Address: *City, State, Zip 2024 *Project Description: YES *Dollar Amt. of Work: NICHOLS CONTRACTING, INC *Partnering Contract?: Comments: Score x Wgt =Grade 4.5 25%1.14 A 4.8 30% 1.43 A 4.5 5%0.23 A 4.6 25%1.15 A 85% 3.94 4.63 A An appeal may be filed by the contractor / sub-contractor (guidelines are available through the District Office) Title: Date / Rated Contractor / Sub-Contractor Rep. SIGNATURE 2. MBE/DBE/WBE Compliance - [Prime Contractor Only] (5%) 1. Contractor Administration, Personnel, Equipment, Partnering, and Public Relations Asst. DE or DE SIGNATURE 3. Quality of Work (30%) --- This criteria MUST be rated! 6. Erosion & Sediment QA (Environmental Stewardship) (5%) 7. Maintenance of Traffic QA (5%) 4. Safety (5%) 5. Project Schedule (25%) Asst. DE or DE: After obtaining all required signatures, please send all PDF & excel copies via e-mail to: Engineering Support Division (ESD), OOC - Hanover [4.0 to 5.0 = A] [3.0 to 3.99 = B] [2.0 to 2.99 = C] [1.0 to 1.99 = D] [0.0 to 0.99 = F] Letter Grade: RATING_District 4_AZ7075B29_NICHOLS CONT_Annual_2024.XLSX Total Scores Total Weight of Criteria Used: Rated Contractor / Sub-Contractor Rep. (Please Print) Worksheet Completed By: (Please Print or Type Name) UMAR TARIQ (PROJECT ENGINEER) Sum of Grades = Raw Score: Sum of Grades / Total Weight of Criteria Used = Final Adj. Score: Signature /2/26/2025 Date Date All Contractors / Subcontractors must return the signed original to the above named District Office. Do not send a hardcopy to the Office of Construction. Print Date:3/4/2025 Page 4 of 5 RATING_District 4_AZ7075B29_NICHOLS_CONT.INC._Annual_2024 OOC041 rev. 1-14-2025 MARYLAND STATE HIGHWAY ADMINISTRATION SHA RATING OF CONTRACTOR/ SUBCONTRACTOR *Rating Type: *Cal. Year: (Nearest $10,000) ELEVATOR RENOVATION IN SHA 211 BUILDING IN BALTIMORE COUNTY *Contract No.:Annual 9190 RED BRANCH ROAD SUITE 200 COLUMBIA, MD 21045 Contractor Type:Prime *District:District 4AZ7075B29 $594,717 *Contractor Name: *Street Address: *City, State, Zip 2024 *Project Description: YES *Dollar Amt. of Work: NICHOLS CONTRACTING, INC *Partnering Contract?: Please save this file as: USE THIS AS FILENAME FOR THIS RATING!!! ---> * RATING_District 4_AZ7075B29_NICHOLS CONT_Annual_2024.XLSX RATING_[District]_[Contract No]_[1st 12 Char. Of Contr. Name]_[Type]_[CAL. YR].XLSX Print Date:3/4/2025 Page 5 of 5 RATING_District 4_AZ7075B29_NICHOLS_CONT.INC._Annual_2024 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 TECHNICAL APPROACH AND WORK PLAN 3 City of Clearwater Elevator Repair and/or Replacement RFP No. 28-25 TAB 3 - Technical Approach and Work Plan Nichols Contracting, Inc. (NCI) brings over three decades of proven experience in elevator modernization, repair, and replacement. Our approach integrates deep technical knowledge with a practical, phased delivery strategy designed to meet the City of Clearwater’s specific needs, particularly working in occupied municipal buildings with a focus on safety, ADA compliance, and operational continuity. Understanding of Project Requirements NCI understands that this project involves the inspection, repair, and/or full modernization of the elevators affected by storm-related damage at six separate municipal locations, each of which sustained damage from Hurricanes Helene and Milton. Each unit will be evaluated and, if warranted, replaced to meet the latest ASME A17.1 and Florida Building Code (Chapter 399) standards. NCI’s approach includes a thorough field investigation, phased replacement, and full systems integration - including fire alarm, emergency power, and mechanical modifications - to deliver turnkey, code-compliant solutions with minimal disruption. Methodology for Performing Repairs or Replacements NCI’s approach is grounded in our turnkey delivery model, adapted for a distributed worksite program. Each location will be treated as a standalone project, while being centrally managed for consistency, coordination, and efficiency. 1. Initial Site Assessments & Condition Reports ■ Conduct independent inspections at each of the six locations. ■ Document condition of elevator systems and building integration points. ■ Identify scope of repair vs. full replacement needed per site. 2. Project Planning & Design Coordination ■ Submit equipment and scope-specific submittals for each site. ■ Coordinate design review and pre-construction phasing with City staff. ■ Establish Interim Life Safety Measures (ILSM) based on site occupancy and risk. 3. Procurement & Equipment Delivery ■ Order non-proprietary elevator equipment and required materials per site scope. ■ Stagger material deliveries to match field readiness and reduce congestion. 4. Site Mobilization & Phased Execution ■ Deploy mobile field crews and local elevator technicians by site. ■ Execute targeted elevator repair or full modernization tasks (as needed) • Controller and drive replacement • Hydraulic jack replacements • Elevator hoistway and door equipment upgrades • Cab repairs or upgrades • Electrical/fire alarm/HVAC integration • Pit remediation, lighting, GFCIs, etc. City of Clearwater Elevator Repair and/or Replacement RFP No. 28-25 5. Testing, Final Commissioning & Turnover ■ Conduct inspection and acceptance testing per Florida requirements. ■ Provide warranty documentation and operational training for City staff. Minimizing Service Interruptions to Building Occupants Performing elevator repairs at multiple public buildings requires surgical phasing and strict safety planning. NCI will implement: ■ Site-Specific Phasing Plans to keep at least one elevator or alternate vertical access available at all times. ■ Off-Hours and Weekend Work for power shutdowns and system cutovers. ■ Architectural Barricades and Signage to ensure clear wayfinding, dust control, and secure separation. ■ Interim Life Safety Measures (ILSM) tailored to each location, with pre-task risk assessments and compliance walkthroughs ■ Real-Time Communication via daily huddles with facility staff to coordinate schedules, disruptions, and logistics per building. These measures were successfully deployed on similar multi-site elevator modernization programs by Nichols Contracting including the USDA APHIS, Baltimore City Police HQ, and multiple federal courthouses. Proposed Schedule with Key Milestones Nichols Contracting proposes a three-phased execution plan beginning in August 2025, with multiple field crews mobilizing at two locations at a time. Our approach enables us to maintain quality control and minimize disruption, while completing all required repairs and modernizations in an expedited manner. Note that phasing can be adjusted based on owner preference. Milestone Targeted Timeline Notice to Proceed / Project Kickoff August 5, 2025 Site Evaluations & Condition Assessments (All Sites) August 6–12, 2025 Engineering, Submittals & Owner Approvals, Material Fabrication August 13 – September 17, 2025 Construction Phase Mobilization March 4, 2026 Phase 1: Clearwater Police Substation & Seminole Boat Ramp March 4 – April 7, 2026 Phase 2: Marshall Street Wastewater Plant & FDOT April 8 – May 12, 2025 Phase 3: Clearwater Fire Station #44 & Clearwater Fire Station #46 May 13 – June 30, 2025 Final Documentation & Final Project Closeout By July 14, 2026 (or sooner) Average elevator downtime per site: ~5 weeks Total estimated project duration: 329 calendar days (Aug 2025 to late June 2026). Please note the following Preliminary Schedule for the Clearwater Elevator Repair/Replacement Project. ID Task Name Duration Start 0 City of Clearwater Elevator Repair And/Or Replacement - Preliminary Project Schedule 236 days Tue 8/5/25 1 Notice to Proceed (Assumed)1 day Tue 8/5/25 2 Preconstruction Phase 150 days Wed 8/6/25 3 Engineering Surveys 1 wk Wed 8/6/25 4 Equipment Submittals and Approvals 5 wks Wed 8/13/25 5 Elevator Material Fabrication and Delivery To Site 24 wks Wed 9/17/25 6 Construction Phase 85 days Wed 3/4/26 7 Phase 1: Clearwater Police Beach Substation & Seminole Boat Ramp 25 days Wed 3/4/26 8 Demo Existing Equipment 0.5 wks Wed 3/4/26 9 Replace/Refurbish Major Elevator Components 3.5 wks Fri 3/6/26 10 Building Related Work: Architectural, Mechanical, & Electrical 20 days Wed 3/4/26 11 Elevator Related Electrical, Fire Alarm, HVAC, and Architectural Work 4 wks Wed 3/4/26 12 Testing, Inspections, & Closeout 1 wk Wed 4/1/26 13 Completion and Turnover Phase 1 Elevators for Use 0 days Tue 4/7/26 14 Phase 2: Marshall Street Wastewater Plant & Florida Department of Transportation (FDOT) 60 days Wed 4/8/26 15 Demo Existing Equipment 0.5 wks Wed 4/8/26 16 Replace/Refurbish Major Elevator Components 3.5 wks Fri 4/10/26 17 Building Related Work: Architectural, Mechanical, & Electrical 20 days Wed 4/8/26 18 Elevator Related Electrical, Fire Alarm, HVAC, and Architectural Work 4 wks Wed 4/8/26 19 Testing, Inspections, & Closeout 1 wk Wed 5/6/26 20 Completion and Turnover Phase 2 Elevators for Use 0 days Tue 5/12/26 21 Phase 3: Clearwater Fire Station #44 & Clearwater Fire Station #46 35 days Wed 5/13/26 22 Demo Existing Equipment 1 wk Wed 5/13/26 23 Replace/Refurbish Major Elevator Components 5 wks Wed 5/20/26 24 Building Related Work: Architectural, Mechanical, & Electrical 20 days Wed 5/13/26 25 Elevator Related Electrical, Fire Alarm, HVAC, and Architectural Work 4 wks Wed 5/13/26 26 Testing, Inspections, & Closeout 1 wk Wed 6/24/26 27 Completion and Turnover Phase 3 Elevators for Use 0 days Tue 6/30/26 Notice to Proceed (Assumed) Preconstruction Phase Engineering Surveys Equipment Submittals and Approvals Elevator Material Fabrication and Delivery To Site Construction Phase Phase 1: Clearwater Police Beach Substation & Seminole Boat Ramp Demo Existing Equipment Replace/Refurbish Major Elevator Components Elevator Related Electrical, Fire Alarm, HVAC, and Architectural Work Testing, Inspections, & Closeout Completion and Turnover Phase 1 Elevators for Use Phase 2: Marshall Street Wastewater Plant & Florida Department of Transportation (FDOT) Demo Existing Equipment Replace/Refurbish Major Elevator Components Elevator Related Electrical, Fire Alarm, HVAC, and Architectural Work Testing, Inspections, & Closeout Completion and Turnover Phase 2 Elevators for Use Phase 3: Clearwater Fire Station #44 & Clearwater Fire Station #46 Demo Existing Equipment Replace/Refurbish Major Elevator Components Elevator Related Electrical, Fire Alarm, HVAC, and Architectural Work Testing, Inspections, & Closeout Completion and Turnover Phase 3 Elevators for Use Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb MarQtr 3, 2025 Qtr 4, 2025 Qtr 1, 2026 Qtr 2, 2026 Qtr 3, 2026 Qtr 4, 2026 Qtr 1, 2027 Qtr 2, 2027 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1 Project: City of Clearwater Eleva Date: Tue 6/17/25 City of Clearwater Elevator Repair and/or Replacement RFP No. 28-25 Equipment and Materials to Be Used All major systems will be non-proprietary, modern, and aligned with current safety and ADA standards. The Supporting MEP Systems will be modernized up to current code as required. On the following pages, please see the attached detailed Elevator-Specific and associated Building-Related Scopes of Work. These selections are based on NCI’s proven performance and allow any licensed contractor to service the systems, ensuring long-term maintainability for the City. Conclusion With deep expertise in occupied government facility elevator programs, a proven team, and the ability to manage a multi-location modernization effort with minimal disruption, Nichols Contracting is fully equipped to meet the technical and logistical challenges of this project. Our approach ensures a safe, timely, and code-compliant outcome for the City of Clearwater and its facility users. Clearwater Fire Station #44 950 Gulf Blvd. Clearwater, Florida 33767 State Serial #: 62156 As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose to provide all the necessary labor and material to perform the following work on the elevator at the above referenced building. Scope: Replace “obsolete” equipment in like kind and quality, damaged beyond repair by water intrusion due to hurricane Helene as follows: -Remove and scrap existing damaged unit. (New system is sold as a full elevator package) -Furnish and Install NEW Canton Elevator LU/LA holeless roped hydraulic “FULL” elevator package. -MCE Microprocessor Controller (non-proprietary) *DLM Compliant* -LU/LA Roped Cantilever Jack w/ Side Spring Buffers -Switches and Wiring in hoist way including cartop inspection station, pit stop switch and duct. -Sling and platform w/ guide shoes, deflector sheave, ropes, remote trip governor/ropes, and safeties. -Elevator Cab w/ 2 speed doors #4 SS finish. Wood core walls w/ flash laminate finish, sill, aluminum tee frame ceiling w/ LED strip lighting, ½ speed fan, and #4 SS handrail. Cab to be 6’ 8” is height -Innovation Fixtures to include 2019 Code Camera/Display, access switch, auto dial phone, emergency light, digital PI, nudging buzzer, Fire Service phase I & II instructions engraved, handicap markings, independent service -GAL MOVFR door equipment package w/ clutch, hatch door hangars, and proximity edge. -Submersible Pumping Unit 10 HP – 1 Ph Motor w/ Maxton Valve, muffler, oil level switch, temp sensing device, low pressure switch, hand pump and slack rope. New oil will be used to fill tank. Installation time approximately 6 working weeks. Lead time approximately 24-36 weeks 260 BUSINESS PARK WAY A | ROYAL PALM BEACH, FL 33411 | PH (561)812-2862 | FAX (561)812-3286 Subject: Clearwater Fire Station #44 (Sand Key) 950 Gulf Blvd., Clearwater, Florida 33767 Modernization of one (1) 3-stop elevator Nichols Contracting, Inc. is pleased to quote the building work associated with the modernization of one (1) 3-stop elevator at Clearwater Fire Station #44 in Clearwater (Sand Key), Florida. Our scope of work is pursuant to our site visit and includes only the following: ▪ The permits required by the Local AHJ, City of Clearwater for our work specified below. o Mechanical o Fire Alarm o Electrical ▪ Our proposal includes General Conditions and Supervision. ELEVATOR MACHINE ROOMS, HOISTWAYS AND PIT AREAS 1. Furnish and install fire rated patches and fire stopping by a certified installer any existing holes or voids in the elevator machine room, hoistway and pit to meet code. 2. Provide to replace the existing Red sprinkler head with a code compliant Green sprinkler head in the elevator machine room. 3. Furnish and install one (1) new 1 ½ hour fire rated, hollow metal, exterior machine room door assembly with door, frame, closer, storeroom type handle, threshold and weather- stripping. AIR CONDITIONING 1. Furnish and install one (1) new thermostatically controlled fan over the supply vent for the building ac in the elevator machine room. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 240V single phase main line disconnect lockable in the OFF position only with electrical interlock switch with auxiliary contacts for battery lowering device and RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. a. Note: Existing main line disconnect is rated for 100A and fused at 80A. b. Note: Existing main line feed is size 3 AWG, good for 100A. Assumption is the existing installation is per code. c. Note: Existing main feed circuit breaker size is 60A. d. Note: Maximum machine size is 5 HP. e. Note: Auxiliary contacts requirement to be confirmed by elevator contractor. 3. Furnish and install one (1) new TPS TransTrack 2 065 Series surge protector on the line side of the main line disconnect. 4. Furnish and install one (1) new heavy duty, fused disconnect for cab lighting and fan exhaust, lockable in the OFF position only. 5. Furnish and install all necessary load side conduit and wire from the main line and cab light disconnects to the new elevator controller. Final connection by the elevator contractor. 6. Furnish and install guarded LED light fixtures as needed to reach 19ftc in the elevator machine room. 7. Furnish and install one (1) new GFCI duplex receptacle in the machine room. 8. Furnish and install a new conduit and CAT6 cable in the machine room for elevator 2- way video communication service from the existing junction box. Internet service to machine room by owner. Final connection to elevator controller by elevator contractor. 9. Furnish and install one (1) new 120v dedicated circuit to the new thermostatically controlled fan in the elevator machine room. 10. Furnish and install vaporproof LED light fixtures with switch in the elevator pit to achieve 10ftc. 11. Furnish and install one (1) GFCI duplex receptacle in the elevator pit. Isolate pit GFCI from lighting per code. 12. Furnish and install one (1) new set of emergency power signal wires from the automatic transfer switch to the elevator machine room. Final connection to elevator equipment by elevator contractor. 13. Support emergency power testing for elevator inspections. 14. Provide labels on all disconnects showing the source of power. FIRE ALARM 1. NCI will require 4 hours to support for Fire Alarm final inspection with the AHJ. 2. Replace the existing heat detector in the pit and mount the new one on the wall next to the existing sprinkler head. 3. Furnish and install one (1) new smoke detector in the elevator machine room. 4. Furnish and install three (3) new relay modules in the elevator machine room for primary recall, alternate recall and fire hat. 5. Furnish and install new conduit and wire from the relay modules to the elevator controller. Final connection to controller by elevator contractor. 6. Provide for engineering, programming, pre-test and final elevator inspections. HYDRAULIC ELEVATOR MODERNIZATION Clearwater Police Beach Substation 700 Bayway Blvd. #24 Clearwater, Florida 33767 GENERAL ELEVATOR SOLUTIONS, LLC SCOPE OF WORK One (1) Hydraulic Passenger Elevator As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose the following elevator modernization for the elevator(s) at Clearwater Police Beach Substation. HYDRAULIC ELEVATOR MODERNIZATION SPECIFICATIONS GENERAL: This section covers the fabrication, furnishing and installation of related items covered by specifications hereinafter for the elevator and complies with the ASME A17.1 Code for which it was installed. Remove the existing obsolete Controls and install new Microcomputer Solid State Controls. Installation includes new hoistway, machine room and car wiring. ENGINEERING DESIGN: All new material furnished will be specifically designated to operate with the original equipment being retained, thus assuring maximum performance and eliminating any divided responsibility NEW ELEVATOR CONTROL SYSTEM: We will provide new microprocessor elevator controller enclosed in a metal box with a hinged or screw cover and protected against dirt and all of the functions of safe elevator motion and elevator door control. The controller cabinet containing memory equipment shall be properly shielded from line pollution. Microcomputer system shall be designed to accept reprogramming with minimum system down time. This shall include all of the hardware required to connect, transfer and interrupt power, and protect the motor against overloading. Model: Third party non-proprietary hydraulic controller. • Control parameter stored permanently on erasable programmable read-only memories (EPROM) • Fire Service Phase I and II features • Field replacement computer output devices • Motor/Valve protection • Hoistway Landing System for accurate positioning and leveling of elevator • Solid State Starter • Battery Lowering EMERGENCY FIRE SERVICE OPERATION: The elevator contractor shall provide contacts on the elevator controller to receive signals from the Fire recall system. Special Emergency Service Phase I to return the elevator non-stop to a designated floor shall be initiated by a fire alarm initiating device system or a key switch provided in a lobby fixture. Special Emergency Service Phase II key switch in the car shall be provided for in-car control of each elevator. Capacity: 2100 Pounds Speed: 125 Feet Per Minute Landings: 2 Front Openings: 2 Rear Openings: 0 Travel: 10 In Feet Power Supply 208 volts, 3 phase State Serial Number(s): 62658 GENERAL ELEVATOR SOLUTIONS, LLC CAB INTERIOR: New seven (7) panel raised design with stainless steel reveals, new hand rails, stainless steel pan ceiling with LED downlighting, waterproof LVT flooring and new protective pads with hooks. Customer will choose color scheme and final design. CAB DOOR: Furnish and install one (1) new #4 stainless steel. CAR OPERATING STATION: Remove existing car operating panel and install with new panel located at handicap height, which complies with all current code requirements. The new panel will contain all necessary pushbuttons and key switches. EMERGENCY VIDEO MONITORING: A camera will be integrated into the car operating station. When the emergency button is pressed video will actuate allowing emergency response visual of the elevator cab interior and passengers. EMERGENCY CAR LIGHTING: Backup emergency power, by a 12-volt sealed rechargeable battery will be provided that shall illuminate the elevator car station and provide current to the alarm bell in the event of a normal power failure. CAR POSITION INDICATOR: A car position indicator shall be installed. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. AUDIBLE SIGNAL (INDICATED PASSING OR STOPPING AT LANDING): An audible signal shall sound in the car to tell passengers that the car is either stopping or passing a landing served by the elevator. HANDICAPPED MARKINGS (BRAILLE): Raised markings shall be furnished for the car buttons and car controls in compliance with the latest revision of the ANSI/ASME Handicapped requirements. Braille plates will also be installed on hoist way entrance jambs. “IN CAR” DIRECTION LANTERNS: Install a new in car direction indicator lantern system in the cab visible for hall pushbuttons CAR TOP INSPECTION STATION: Install new car top inspection station, which contains the new code required control functions. HALL STATIONS: New first floor hall pushbutton fixture at handicap code height will contain the new fireman’s service key switch. When a call is registered by momentary pressure on a landing button, that button shall become illuminated and remain illuminated until the car is answered. A light, buzzer and key switch to monitor the elevator phone line. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. PHONE LINE MONITOR: Electronic monitoring system that will test the phone line at least once daily and give notification upon line failure. DOOR EQUIPMENT: Furnish and install on the elevator, a new heavy duty door operator package complete with heavy duty motorized door operator, car door zone lock clutch, new double roller pick-up assemblies, reel closure and interlocks. This new door operator package will increase door efficiency and durability. DOOR SCAN: The system features a unique beam array and separate receiver array with a very narrow depth that allows it to fit every door configuration...including jambs of side opening doors. The curtain consists of 64 invisible light beams rising to a height of 64 inches. Thus, full protection “to obstructions of a size relating to body dimensions, or those appliances relating to impaired mobility in the path of the closing door(s)” will be detected by the Micro-Scan Curtain Unit and in turn the door(s) will either reopen or remain open until the beams are clear. HALL DOORS: Furnish and install one (1) new #4 stainless steel door on 1st floor. GENERAL ELEVATOR SOLUTIONS, LLC PUMP UNIT: Furnish and install new submersible type hydraulic pump unit assembly in the elevator machine room. A new hydraulic control valve will be mounted above the new pump/motor assembly, which will be submerged in a heavy-duty oil reservoir. New oil line piping as needed and fully replace hydraulic oil. ROLLER GUIDES: Furnish and install new ELSCO model B. HYDRAULIC JACK: Replace existing jack (casing, cylinder, cylinder head, and piston) with new in ground jack. Pit channels and buffers will also be replaced. *Replacement of hydraulic jack involves drilling underground sight unseen. Additional work may be necessary to remove foreign material and plumb jack. If necessary, a separate proposal for additional time and material will be presented* MISCELLANIOUS: Scrape and paint pit metal. Paint pit floor. Install cartop ventilation fan. PERMITS AND INSPECTIONS: The elevator contractor shall furnish all licenses and permits and shall arrange for and make all inspections and test required thereby. If re-inspection(s) is/are required due to non-functioning of fire alarm initiating device(s), work by others, violations that are the responsibility of the owner, or any factor not caused by, or outside of the responsibility of G.E.S. as outlined in this agreement, such inspection(s) shall be the sole responsibility of the building owner and/or its representative, and will be billed separately from this agreement. WORK BY OTHERS: Electrician: To add an auxiliary contact to the disconnect for interface to the battery lowering device and to check for correct main line fuses for 3 phase power at the disconnect switch. To install 110vac disconnect for elevator cab/fan lighting. Fire Alarm: This will include, but is not limited to, installing one (1) smoke detector or fire alarm initiating device at all lobby landings and one (1) smoke detector in the machine room for phase one recall (per ANSI A17.1 Section 2.27) Lead Time: Approximately 16-24 weeks after the signed approval are received back in our office. Estimated Installation Time: Twenty (20) business days. 260 BUSINESS PARK WAY A | ROYAL PALM BEACH, FL 33411 | PH (561)812-2862 | FAX (561)812-3286 Subject: Clearwater Police Beach Substation 700 Bayway Blvd. #24, Clearwater, Florida 33767 Modernization of one (1) 2-stop elevator Nichols Contracting, Inc. is pleased to quote the building work associated with the modernization of one (1) 2-stop elevator at Clearwater Police Beach Substation in Clearwater, Florida. Our scope of work is pursuant to our site visit and includes only the following: ▪ The permits required by the Local AHJ, City of Clearwater for our work specified below. o Mechanical o Fire Alarm o Electrical ▪ Our proposal includes General Conditions and Supervision. ELEVATOR MACHINE ROOMS, HOISTWAYS AND PIT AREAS 1. Furnish and install fire rated patches and fire stopping by a certified installer any existing holes or voids in the elevator machine room, hoistway and pit to meet code. AIR CONDITIONING 1. Furnish and install one (1) 1-ton, duct-free, mini split system air conditioner with programmable thermostat and with anti-corrosion coating in the elevator machine room. Location of outdoor unit to be approved by owner. Assumed to be wall mount bracket at ground level. 2. Note: If the property is in a flood zone, an elevation certificate will be required. Owner to provide elevation certificate as available. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 240V main line disconnect lockable in the OFF position only with electrical interlock switch with auxiliary contacts for battery lowering device and RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. a. Note: Existing main line disconnect is rated for 100A and fused at 90A. b. Note: Existing main line feed is size 3 AWG, good for 100A. Assumption is the existing installation is per code. c. Note: Existing main feed circuit breaker size is 100A. d. Note: Maximum machine size is 25 HP. e. Note: Auxiliary contacts requirement to be confirmed by elevator contractor. 3. Furnish and install one (1) new TPS TransTrack 2 065 Series surge protector on the line side of the main line disconnect. 4. Furnish and install one (1) new heavy duty, fused disconnect for cab lighting and fan exhaust, lockable in the OFF position only. 5. Furnish and install all necessary load side conduit and wire from the main line and cab light disconnects to the new elevator controller. Final connection by the elevator contractor. 6. Furnish and install guarded LED light fixtures as needed to reach 19ftc in the elevator machine room. 7. Furnish and install one (1) new GFCI duplex receptacle in the machine room. 8. Furnish and install a new conduit and CAT6 cable in the machine room for elevator 2- way video communication service from the existing junction box. Internet service to machine room by owner. Final connection to elevator controller by elevator contractor. 9. Furnish and install one (1) new circuit with heavy duty disconnects, lockable in the closed position, Ditek DTK-120/240CM+ surge protector and all necessary conduit and power wire to provide power to the new AC unit from an emergency power source. 10. Furnish and install vaporproof LED light fixtures with switch in the elevator pit to achieve 10ftc. 11. Furnish and install one (1) GFCI duplex receptacle in the elevator pit. Isolate pit GFCI from lighting per code. 12. Furnish and install one (1) new set of emergency power signal wires from the automatic transfer switch to the elevator machine room. Final connection to elevator equipment by elevator contractor. 13. Support emergency power testing for elevator inspections. 14. Provide labels on all disconnects showing the source of power. FIRE ALARM 1. NCI will require 4 hours to support for Fire Alarm final inspection with the AHJ. 2. Furnish and install one (1) new smoke detector in the elevator machine room. 3. Furnish and install three (3) new relay modules in the elevator machine room for primary recall, alternate recall and fire hat. 4. Furnish and install new conduit and wire from the relay modules to the elevator controller. Final connection to controller by elevator contractor. 5. Furnish and install one (1) new weatherproof heat detector with minimon on the first- floor exterior elevator landing. 6. Provide for engineering, programming, pre-test and final elevator inspections. Clearwater Fire Station #46 534 Mandalay Ave. Clearwater, Florida 33767 State Serial #: 114062 As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose to provide all the necessary labor and material to perform the following work on the elevator at the above referenced building. Scope: Replace equipment in like kind and quality, damaged beyond repair by water intrusion due to hurricane Helene as follows: -Furnish and Install NEW Savaria V-1504 vertical inclined wheelchair lift -Remove and scrap existing damaged unit. Permit, Inspection and testing included Installation time approximately 5 working days. Lead time approximately 10-12 weeks after approved drawings are signed. 2300 Tall Pines Drive Suite 125 Largo FL 33771 Office (727) 509-0557 ~ Fax (239) 260-4855 ~ Email: Don.Cassell@GeneralElevatorFL.com 534 Mandalay Ave., Clearwater, Fl, USA, 33767 3 Customer initials Your Configuration Cab operation (cpfs or auto) constant pressure Model Type V-1504 Shaftway or Decklift Number of Stops 2 Stop Pit Depth 3 Total Travel {inches} 136.75 Capacity 750 lbs (340 kg) Speed 20 fpm (0.102 m/s) Battery Backup No, 120V Electrical Frequency 60hz Electrical Phases Single Phase Cab Type Type 1 On/Off Same Side Cab Size Custom Size Hoistway Cab Height (Wall) 42-1/8" - 1070mm Std Height Color of the Unit Standard Color - Almond Beige Custom Color n Cab Panel Selection Steel W Paint Encloser insert Not Applicable Automatic Door Opener Open to choose at each landing Door Type Lev.1 Dr.1 Fire Rated Pro Door Door Type Lev.2 Dr.1 Fire Rated Pro Door Door Type Lev.3 No Door/Gate Door Type Lev.4 No Door/Gate Door Insert Lev.1 Dr.1 Not Applicable Door Insert Lev.2 Not Applicable Door Insert Lev.3 Not Applicable Door Insert Lev.4 Not Applicable Phone No Phone,Plug Incl Daily Cycles: Recommended use per day: 30 Heavy use per day: 75 Excessive use per day: 100 Maximum hourly starts: 12 260 BUSINESS PARK WAY A | ROYAL PALM BEACH, FL 33411 | PH (561)812-2862 | FAX (561)812-3286 Subject: Clearwater Fire Station #46 534 Mandalay Ave., Clearwater, Florida 33767 Ripout and Replace one (1) 2-stop Vertical Wheelchair Lift Nichols Contracting, Inc. is pleased to quote the building work associated with the rip and replace one (1) 2-stop wheelchair lift at Clearwater Fire Station#46 in Clearwater, Florida. Our scope of work is pursuant to our site visit and includes only the following: ▪ The permits required by the Local AHJ, City of Clearwater for our work specified below. o Electrical ▪ Our proposal includes General Conditions and Supervision. DEMOLITION 1. Demo the existing chairlift already in place and prep the current lift shaft for the new chairlift to be installed. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 30 main line disconnect lockable in the OFF position only with electrical RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. 3. Provide labels on all disconnects showing the source of power. HYDRAULIC ELEVATOR MODERNIZATION Seminole Boat Ramp 201 Seminole St. Clearwater, Florida 33755 GENERAL ELEVATOR SOLUTIONS, LLC SCOPE OF WORK One (1) Hydraulic Passenger Elevator As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose the following elevator modernization for the elevator(s) at the Seminole Boat Ramp. HYDRAULIC ELEVATOR MODERNIZATION SPECIFICATIONS GENERAL: This section covers the fabrication, furnishing and installation of related items covered by specifications hereinafter for the elevator and complies with the ASME A17.1 Code for which it was installed. Remove the existing proprietary Controls and install new Microcomputer Solid State Controls. Installation includes new hoistway, machine room and car wiring. ENGINEERING DESIGN: All new material furnished will be specifically designated to operate with the original equipment being retained, thus assuring maximum performance and eliminating any divided responsibility NEW ELEVATOR CONTROL SYSTEM: We will provide new microprocessor elevator controller enclosed in a metal box with a hinged or screw cover and protected against dirt and all of the functions of safe elevator motion and elevator door control. The controller cabinet containing memory equipment shall be properly shielded from line pollution. Microcomputer system shall be designed to accept reprogramming with minimum system down time. This shall include all of the hardware required to connect, transfer and interrupt power, and protect the motor against overloading. Model: Third party non-proprietary hydraulic controller. • Control parameter stored permanently on erasable programmable read-only memories (EPROM) • Fire Service Phase I and II features • Field replacement computer output devices • Motor/Valve protection • Hoistway Landing System for accurate positioning and leveling of elevator • Solid State Starter • Battery Lowering EMERGENCY FIRE SERVICE OPERATION: The elevator contractor shall provide contacts on the elevator controller to receive signals from the Fire recall system. Special Emergency Service Phase I to return the elevator non-stop to a designated floor shall be initiated by a fire alarm initiating device system or a key switch provided in a lobby fixture. Special Emergency Service Phase II key switch in the car shall be provided for in-car control of each elevator. Capacity: 2100 Pounds Speed: 55 Feet Per Minute Landings: 2 Front Openings: 2 Rear Openings: 0 Travel: 13 In Feet Power Supply 208 volts, 3 phase State Serial Number(s): 110991 GENERAL ELEVATOR SOLUTIONS, LLC CAB SHELL / INTERIOR: Replace entire cab shell. New cab interior will have seven (7) panel raised design with stainless steel reveals, new handrails, stainless steel pan ceiling with LED downlighting, waterproof LVT flooring and new protective pads with hooks. Customer will choose color scheme and final design. CAB DOOR: Furnish and install one (1) new #4 stainless steel. CAR OPERATING STATION: Remove existing car operating panel and install with new panel located at handicap height, which complies with all current code requirements. The new panel will contain all necessary pushbuttons and key switches. EMERGENCY VIDEO MONITORING: A camera will be integrated into the car operating station. When the emergency button is pressed video will actuate allowing emergency response visual of the elevator cab interior and passengers. EMERGENCY CAR LIGHTING: Backup emergency power, by a 12-volt sealed rechargeable battery will be provided that shall illuminate the elevator car station and provide current to the alarm bell in the event of a normal power failure. CAR POSITION INDICATOR: A car position indicator shall be installed. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. AUDIBLE SIGNAL (INDICATED PASSING OR STOPPING AT LANDING): An audible signal shall sound in the car to tell passengers that the car is either stopping or passing a landing served by the elevator. HANDICAPPED MARKINGS (BRAILLE): Raised markings shall be furnished for the car buttons and car controls in compliance with the latest revision of the ANSI/ASME Handicapped requirements. Braille plates will also be installed on hoist way entrance jambs. “IN CAR” DIRECTION LANTERNS: Install a new in car direction indicator lantern system in the cab visible for hall pushbuttons CAR TOP INSPECTION STATION: Install new car top inspection station, which contains the new code required control functions. HALL STATIONS: New first floor hall pushbutton fixture at handicap code height will contain the new fireman’s service key switch. When a call is registered by momentary pressure on a landing button, that button shall become illuminated and remain illuminated until the car is answered. A light, buzzer and key switch to monitor the elevator phone line. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. PHONE LINE MONITOR: Electronic monitoring system that will test the phone line at least once daily and give notification upon line failure. DOOR EQUIPMENT: Furnish and install on the elevator, a new heavy duty door operator package complete with heavy duty motorized door operator, car door zone lock clutch, new double roller pick-up assemblies, reel closure and interlocks. This new door operator package will increase door efficiency and durability. DOOR SCAN: The system features a unique beam array and separate receiver array with a very narrow depth that allows it to fit every door configuration...including jambs of side opening doors. The curtain consists of 64 invisible light beams rising to a height of 64 inches. Thus, full protection “to obstructions of a size relating to body dimensions, or those appliances relating to impaired mobility in the path of the closing door(s)” will be detected by the Micro-Scan Curtain Unit and in turn the door(s) will either reopen or remain open until the beams are clear. HALL DOORS: Furnish and install one (1) new #4 stainless steel door on 1st floor. GENERAL ELEVATOR SOLUTIONS, LLC PUMP UNIT: Furnish and install new submersible type hydraulic pump unit assembly in the elevator machine room. A new hydraulic control valve will be mounted above the new pump/motor assembly, which will be submerged in a heavy-duty oil reservoir. New oil line piping as needed and fully replace hydraulic oil. HYDRAULIC JACK: Replace existing twin post jack (casing, cylinder, cylinder head, and piston) with new in ground jack. Pit channels and buffers will also be replaced. *Replacement of hydraulic jack involves drilling underground sight unseen. Additional work may be necessary to remove foreign material and plumb jack. If necessary, a separate proposal for additional time and material will be presented* MISCELLANIOUS: Scrape and paint pit metal. Paint pit floor. Install cartop ventilation fan. PERMITS AND INSPECTIONS: The elevator contractor shall furnish all licenses and permits and shall arrange for and make all inspections and test required thereby. If re-inspection(s) is/are required due to non-functioning of fire alarm initiating device(s), work by others, violations that are the responsibility of the owner, or any factor not caused by, or outside of the responsibility of G.E.S. as outlined in this agreement, such inspection(s) shall be the sole responsibility of the building owner and/or its representative, and will be billed separately from this agreement. WORK BY OTHERS: Electrician: To add an auxiliary contact to the disconnect for interface to the battery lowering device and to check for correct main line fuses for 3 phase power at the disconnect switch. To install 110vac disconnect for elevator cab/fan lighting. Fire Alarm: This will include, but is not limited to, installing one (1) smoke detector or fire alarm initiating device at all lobby landings and one (1) smoke detector in the machine room for phase one recall (per ANSI A17.1 Section 2.27) Lead Time: Approximately 16-24 weeks after the signed approval are received back in our office. Estimated Installation Time: Twenty (20) business days. 260 BUSINESS PARK WAY A | ROYAL PALM BEACH, FL 33411 | PH (561)812-2862 | FAX (561)812-3286 Subject: Seminole Boat Ramp 198 Seminole St., Clearwater, Florida 33755 Modernization of one (1) 2-stop elevator Nichols Contracting, Inc. is pleased to quote the building work associated with the modernization of one (1) 2-stop elevator at Seminole Boat Ramp in Clearwater, Florida. Our scope of work is pursuant to our site visit and includes only the following: ▪ The permits required by the Local AHJ, City of Clearwater for our work specified below. o Mechanical o Fire Alarm o Electrical ▪ Our proposal includes General Conditions and Supervision. ELEVATOR MACHINE ROOMS, HOISTWAYS AND PIT AREAS 1. Furnish and install fire rated patches and fire stopping by a certified installer any existing holes or voids in the elevator machine room, hoistway and pit to meet code. 2. Note: The car was out of service and the car parked on the first floor, no access was available at the time of the site visit. The pit was filled with water at the time of the site visit. AIR CONDITIONING 1. Furnish and install one (1) 2-ton, duct-free, mini split system air conditioner with programmable thermostat and with anti-corrosion coating in the elevator machine room. Location of outdoor unit to be approved by owner. Assumed to be wall mount bracket at 2nd level. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 240V single phase main line disconnect lockable in the OFF position only with electrical interlock switch with auxiliary contacts for battery lowering device and RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. a. Note: Existing main line disconnect is rated for 100A and fused at 100A. b. Note: Existing main line feed is size 3 AWG, good for 100A. Assumption is the existing installation is per code. c. Note: Existing main feed circuit breaker cabinet was locked. d. Note: Auxiliary contacts requirement to be confirmed by elevator contractor. 3. Furnish and install one (1) new heavy duty, fused disconnect for cab lighting and fan exhaust, lockable in the OFF position only. 4. Furnish and install all necessary load side conduit and wire from the main line and cab light disconnects to the new elevator controller. Final connection by the elevator contractor. 5. Furnish and install guarded LED light fixtures as needed to reach 19ftc in the elevator machine room. 6. Furnish and install one (1) new GFCI duplex receptacle in the machine room. 7. Furnish and install a new conduit and CAT6 cable in the machine room for elevator 2- way video communication service from the existing junction box. Internet service to machine room by owner. Final connection to elevator controller by elevator contractor. 8. Furnish and install one (1) new circuit with heavy duty disconnects, lockable in the closed position, Ditek DTK-120/240CM+ surge protector and all necessary conduit and power wire to provide power to the new AC unit. 9. Furnish and install vaporproof LED light fixtures with switch in the elevator pit to achieve 10ftc. 10. Furnish and install one (1) GFCI duplex receptacle in the elevator pit. Isolate pit GFCI from lighting per code. 11. Provide labels on all disconnects showing the source of power. FIRE ALARM 1. NCI will require 4 hours to support for Fire Alarm final inspection with the AHJ. 2. Furnish and install three (3) new relay modules in the elevator machine room for primary recall, alternate recall and fire hat. 3. Furnish and install new conduit and wire from the relay modules to the elevator controller. Final connection to controller by elevator contractor. 4. Furnish and install one (1) new weatherproof heat detector with minimon on each elevator landing (2-total). 5. Provide for engineering, programming, pre-test and final elevator inspections. Seminole Boat Ramp 201 Seminole St. Clearwater, Florida 33755 State Serial #: 110991 As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose to provide all the necessary labor and material to perform the following work on the elevator at the above referenced building. Scope: Replace equipment in like kind and quality, damaged beyond repair by water intrusion due to hurricane Helene as follows: -Remove and replace cab shell / and cab interior. New cab interior will have seven (7) panel raised design with stainless steel reveals, new handrails, stainless steel pan ceiling with LED downlighting, waterproof LVT flooring and new protective pads with hooks. Customer will choose color scheme and final design. -Remove and replace top of car exhaust fan. -Remove and replace all wiring from elevator to the machine room. -Remove and replace 1st floor fixtures and control operating panel. -Remove and replace top of car inspection station. -Remove and replace oil line to jack in pit. -Remove and replace 1st floor hall door. -Remove & replace twin post jack (casing, cylinder, cylinder head, piston) with new in ground jack. *Replacement of hydraulic jack involves drilling underground sight unseen. Additional work may be necessary to remove foreign material and plumb jack. If necessary, a separate proposal for additional time and material will be presented* -Remove and replace pit ladder (if present) *could not confirm as elevator was in pit -Remove and replace existing pit channels and buffer springs. -Clean and treat remainder of pit. Installation time approximately 20 working days. Lead time approximately 16-24 weeks. REPAIR HYDRAULIC ELEVATOR MODERNIZATION Marshall Street Wastewater Plant 1605 Harbor Dr. Clearwater, Florida 33755 GENERAL ELEVATOR SOLUTIONS, LLC SCOPE OF WORK One (1) Hydraulic Passenger Elevator As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose the following elevator modernization for the elevator(s) at Marshall Street Wastewater Plant. HYDRAULIC ELEVATOR MODERNIZATION SPECIFICATIONS GENERAL: This section covers the fabrication, furnishing and installation of related items covered by specifications hereinafter for the elevator and complies with the ASME A17.1 Code for which it was installed. Remove the existing Controls and install new Microcomputer Solid State Controls. Installation includes new hoistway, machine room and car wiring. ENGINEERING DESIGN: All new material furnished will be specifically designated to operate with the original equipment being retained, thus assuring maximum performance and eliminating any divided responsibility NEW ELEVATOR CONTROL SYSTEM: We will provide new microprocessor elevator controller enclosed in a metal box with a hinged or screw cover and protected against dirt and all of the functions of safe elevator motion and elevator door control. The controller cabinet containing memory equipment shall be properly shielded from line pollution. Microcomputer system shall be designed to accept reprogramming with minimum system down time. This shall include all of the hardware required to connect, transfer and interrupt power, and protect the motor against overloading. Model: Third party non-proprietary hydraulic controller. • Control parameter stored permanently on erasable programmable read-only memories (EPROM) • Fire Service Phase I and II features • Field replacement computer output devices • Motor/Valve protection • Hoistway Landing System for accurate positioning and leveling of elevator • Solid State Starter • Battery Lowering EMERGENCY FIRE SERVICE OPERATION: The elevator contractor shall provide contacts on the elevator controller to receive signals from the Fire recall system. Special Emergency Service Phase I to return the elevator non-stop to a designated floor shall be initiated by a fire alarm initiating device system or a key switch provided in a lobby fixture. Special Emergency Service Phase II key switch in the car shall be provided for in-car control of each elevator. Capacity: 1500 Pounds Speed: 100 Feet Per Minute Landings: 2 Front Openings: 2 Rear Openings: 0 Travel: 12 In Feet Power Supply 208 volts, 3 phase State Serial Number(s): 24150 GENERAL ELEVATOR SOLUTIONS, LLC CAB INTERIOR: Retain existing CAB DOOR: Furnish and install one (1) new #4 stainless steel. CAR OPERATING STATION: Remove existing car operating panel and install with new panel located at handicap height, which complies with all current code requirements. The new panel will contain all necessary pushbuttons and key switches. EMERGENCY VIDEO MONITORING: A camera will be integrated into the car operating station. When the emergency button is pressed video will actuate allowing emergency response visual of the elevator cab interior and passengers. EMERGENCY CAR LIGHTING: Backup emergency power, by a 12-volt sealed rechargeable battery will be provided that shall illuminate the elevator car station and provide current to the alarm bell in the event of a normal power failure. CAR POSITION INDICATOR: A car position indicator shall be installed. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. AUDIBLE SIGNAL (INDICATED PASSING OR STOPPING AT LANDING): An audible signal shall sound in the car to tell passengers that the car is either stopping or passing a landing served by the elevator. HANDICAPPED MARKINGS (BRAILLE): Raised markings shall be furnished for the car buttons and car controls in compliance with the latest revision of the ANSI/ASME Handicapped requirements. Braille plates will also be installed on hoist way entrance jambs. “IN CAR” DIRECTION LANTERNS: Install a new in car direction indicator lantern system in the cab visible for hall pushbuttons CAR TOP INSPECTION STATION: Install new car top inspection station, which contains the new code required control functions. HALL STATIONS: New first floor hall pushbutton fixture at handicap code height will contain the new fireman’s service key switch. When a call is registered by momentary pressure on a landing button, that button shall become illuminated and remain illuminated until the car is answered. A light, buzzer and key switch to monitor the elevator phone line. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. PHONE LINE MONITOR: Electronic monitoring system that will test the phone line at least once daily and give notification upon line failure. DOOR EQUIPMENT: Furnish and install on the elevator, a new heavy duty door operator package complete with heavy duty motorized door operator, car door zone lock clutch, new double roller pick-up assemblies, reel closure and interlocks. This new door operator package will increase door efficiency and durability. DOOR SCAN: The system features a unique beam array and separate receiver array with a very narrow depth that allows it to fit every door configuration...including jambs of side opening doors. The curtain consists of 64 invisible light beams rising to a height of 64 inches. Thus, full protection “to obstructions of a size relating to body dimensions, or those appliances relating to impaired mobility in the path of the closing door(s)” will be detected by the Micro-Scan Curtain Unit and in turn the door(s) will either reopen or remain open until the beams are clear. HALL DOORS: Furnish and install one (1) new #4 stainless steel door on 1st floor. PUMP UNIT: Furnish and install new submersible type hydraulic pump unit assembly in the elevator machine room. A new hydraulic control valve will be mounted above the new pump/motor assembly, which will be submerged in a heavy-duty oil reservoir. New oil line piping as needed and fully replace hydraulic oil. ROLLER GUIDES: Furnish and install new ELSCO model B. HYDRAULIC JACK: Retain existing jack. Change hydraulic packing, and clean jack head. MISCELLANIOUS: Scrape and paint pit metal, and bottom of cab. Paint pit floor. Install cartop ventilation fan. PERMITS AND INSPECTIONS: The elevator contractor shall furnish all licenses and permits and shall arrange for and make all inspections and test required thereby. If re-inspection(s) is/are required due to non-functioning of fire alarm initiating device(s), work by others, violations that are the responsibility of the owner, or any factor not caused by, or outside of the responsibility of G.E.S. as outlined in this agreement, such inspection(s) shall be the sole responsibility of the building owner and/or its representative, and will be billed separately from this agreement. WORK BY OTHERS: Electrician: To add an auxiliary contact to the disconnect for interface to the battery lowering device and to check for correct main line fuses for 3 phase power at the disconnect switch. To install 110vac disconnect for elevator cab/fan lighting. Fire Alarm: This will include, but is not limited to, installing one (1) smoke detector or fire alarm initiating device at all lobby landings and one (1) smoke detector in the machine room for phase one recall (per ANSI A17.1 Section 2.27) Lead Time: Approximately 16-24 weeks after the signed approval are received back in our office. Estimated Installation Time: Twelve (12) business days. 260 BUSINESS PARK WAY A | ROYAL PALM BEACH, FL 33411 | PH (561)812-2862 | FAX (561)812-3286 Subject: Marshall Street Wastewater Plant 1605 Harbor Dr., Clearwater, Florida 33755 Modernization of one (1) 2-stop elevator Nichols Contracting, Inc. is pleased to quote the building work associated with the modernization of one (1) 2-stop elevator at Marshall Street Wastewater Plant in Clearwater, Florida. Our scope of work is pursuant to our site visit and includes only the following: ▪ The permits required by the Local AHJ, City of Clearwater for our work specified below. o Mechanical o Fire Alarm o Electrical ▪ Our proposal includes General Conditions and Supervision. ELEVATOR MACHINE ROOMS, HOISTWAYS AND PIT AREAS 1. Furnish and install fire rated patches and fire stopping by a certified installer any existing holes or voids in the elevator machine room, hoistway and pit to meet code. AIR CONDITIONING 1. Furnish and install one (1) 1-ton, duct-free, mini split system air conditioner with programmable thermostat in the elevator machine room. Location of outdoor unit to be approved by owner. Assumed to be wall mount bracket at ground level. Additional costs will be incurred for a roof mounted rack. 2. Note: If the property is in a flood zone, an elevation certificate will be required. Owner to provide elevation certificate as available. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 600V main line disconnect lockable in the OFF position only with electrical interlock switch with auxiliary contacts for battery lowering device and RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. a. Note: Existing main line disconnect is rated for 60A and fused at 35A. b. Note: Existing main line feed is size 6 AWG, good for 65A. Assumption is the existing installation is per code. c. Note: Auxiliary contacts requirement to be confirmed by elevator contractor. 3. Furnish and install one (1) new TPS TransTrack 2 065 Series surge protector on the line side of the main line disconnect. 4. Furnish and install new earth ground for main line power to an existing building ground. 5. Furnish and install one (1) new heavy duty, fused disconnect for cab lighting and fan exhaust, lockable in the OFF position only. 6. Furnish and install all necessary load side conduit and wire from the main line and cab light disconnects to the new elevator controller. Final connection by the elevator contractor. 7. Furnish and install guarded LED light fixtures as needed to reach 19ftc in the elevator machine room. 8. Furnish and install one (1) new GFCI duplex receptacle in the machine room. 9. Furnish and install a new conduit and CAT6 cable in the machine room for elevator 2- way video communication service from the existing junction box. Internet service to machine room by owner. Final connection to elevator controller by elevator contractor. 10. Furnish and install one (1) new circuit with heavy duty disconnects, lockable in the closed position, Ditek DTK-120/240CM+ surge protector and all necessary conduit and power wire to provide power to the new AC unit from an emergency power source. 11. Furnish and install vaporproof LED light fixtures with switch in the elevator pit to achieve 10ftc. 12. Furnish and install one (1) GFCI duplex receptacle in the elevator pit. Isolate pit GFCI from lighting per code. 13. Furnish and install one (1) new set of emergency power signal wires from the automatic transfer switch to the elevator machine room. Final connection to elevator equipment by elevator contractor. 14. Support emergency power testing for elevator inspections. 15. Provide labels on all disconnects showing the source of power. FIRE ALARM 1. NCI will require 4 hours to support for Fire Alarm final inspection with the AHJ. 2. Furnish and install three (3) new relay modules in the elevator machine room for primary recall, alternate recall and fire hat. 3. Furnish and install new conduit and wire from the relay modules to the elevator controller. Final connection to controller by elevator contractor. 4. Provide for engineering, programming, pre-test and final elevator inspections. Marshall Street Wastewater Plant 1605 Harbor Dr. Clearwater, Florida 33755 State Serial #: 24150 As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose to provide all the necessary labor and material to perform the following work on the elevator at the above referenced building. Scope: Replace equipment in like kind and quality, damaged beyond repair by water intrusion due to hurricane Helene as follows: -Remove and replace all wiring from elevator to the machine room. -Remove and replace oil line to jack in pit. -Remove and replace 1st floor hall & cab door. -Remove and replace door proximity edge. -Replace hydraulic packing and clean existing jack head -Perform rust remediation on existing pit channels and buffer springs. -Remove and replace pit stop switch and pit limit switches -Install new set of Elsco roller guides. Installation time approximately 12 working days. Lead time approximately 16-24 weeks. REPAIR HYDRAULIC ELEVATOR MODERNIZATION Florida Department of Transportation (FDOT) 3204 Gulf to Bay Blvd. Clearwater, Florida 33759 GENERAL ELEVATOR SOLUTIONS, LLC SCOPE OF WORK One (1) Hydraulic Passenger Elevator As requested, GENERAL ELEVATOR SOLUTIONS, LLC (hereinafter G.E.S.) propose the following elevator modernization for the elevator(s) at the Florida Department of Transportation (FDOT). HYDRAULIC ELEVATOR MODERNIZATION SPECIFICATIONS GENERAL: This section covers the fabrication, furnishing and installation of related items covered by specifications hereinafter for the elevator and complies with the ASME A17.1 Code for which it was installed. Remove the existing obsolete Controls and install new Microcomputer Solid State Controls. Installation includes new hoistway, machine room and car wiring. ENGINEERING DESIGN: All new material furnished will be specifically designated to operate with the original equipment being retained, thus assuring maximum performance and eliminating any divided responsibility NEW ELEVATOR CONTROL SYSTEM: We will provide new microprocessor elevator controller enclosed in a metal box with a hinged or screw cover and protected against dirt and all of the functions of safe elevator motion and elevator door control. The controller cabinet containing memory equipment shall be properly shielded from line pollution. Microcomputer system shall be designed to accept reprogramming with minimum system down time. This shall include all of the hardware required to connect, transfer and interrupt power, and protect the motor against overloading. Model: Third party non-proprietary hydraulic controller. • Control parameter stored permanently on erasable programmable read-only memories (EPROM) • Fire Service Phase I and II features • Field replacement computer output devices • Motor/Valve protection • Hoistway Landing System for accurate positioning and leveling of elevator • Solid State Starter • Battery Lowering EMERGENCY FIRE SERVICE OPERATION: The elevator contractor shall provide contacts on the elevator controller to receive signals from the Fire recall system. Special Emergency Service Phase I to return the elevator non-stop to a designated floor shall be initiated by a fire alarm initiating device system or a key switch provided in a lobby fixture. Special Emergency Service Phase II key switch in the car shall be provided for in-car control of each elevator. Capacity: 2100 Pounds Speed: 109 Feet Per Minute Landings: 2 Front Openings: 2 Rear Openings: 0 Travel: 11 In Feet Power Supply 208 volts, 3 phase State Serial Number(s): 50192 GENERAL ELEVATOR SOLUTIONS, LLC CAB SHELL / INTERIOR: Replace existing cab shell. New interior will have seven (7) panel raised design with stainless steel reveals, new handrails, stainless steel pan ceiling with LED downlighting, waterproof LVT flooring and new protective pads with hooks. Customer will choose color scheme and final design. CAB DOOR: Furnish and install one (1) new #4 stainless steel. CAR OPERATING STATION: Remove existing car operating panel and install with new panel located at handicap height, which complies with all current code requirements. The new panel will contain all necessary pushbuttons and key switches. EMERGENCY VIDEO MONITORING: A camera will be integrated into the car operating station. When the emergency button is pressed video will actuate allowing emergency response visual of the elevator cab interior and passengers. EMERGENCY CAR LIGHTING: Backup emergency power, by a 12-volt sealed rechargeable battery will be provided that shall illuminate the elevator car station and provide current to the alarm bell in the event of a normal power failure. CAR POSITION INDICATOR: A car position indicator shall be installed. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. AUDIBLE SIGNAL (INDICATED PASSING OR STOPPING AT LANDING): An audible signal shall sound in the car to tell passengers that the car is either stopping or passing a landing served by the elevator. HANDICAPPED MARKINGS (BRAILLE): Raised markings shall be furnished for the car buttons and car controls in compliance with the latest revision of the ANSI/ASME Handicapped requirements. Braille plates will also be installed on hoist way entrance jambs. “IN CAR” DIRECTION LANTERNS: Install a new in car direction indicator lantern system in the cab visible for hall pushbuttons CAR TOP INSPECTION STATION: Install new car top inspection station, which contains the new code required control functions. HALL STATIONS: New first floor hall pushbutton fixture at handicap code height will contain the new fireman’s service key switch. When a call is registered by momentary pressure on a landing button, that button shall become illuminated and remain illuminated until the car is answered. A light, buzzer and key switch to monitor the elevator phone line. The position of the car in the hoist way shall be shown by illumination of the indication corresponding to the landing at which the car is stopped or passing. PHONE LINE MONITOR: Electronic monitoring system that will test the phone line at least once daily and give notification upon line failure. DOOR EQUIPMENT: Furnish and install on the elevator, a new heavy duty door operator package complete with heavy duty motorized door operator, car door zone lock clutch, new double roller pick-up assemblies, reel closure and interlocks. This new door operator package will increase door efficiency and durability. DOOR SCAN: The system features a unique beam array and separate receiver array with a very narrow depth that allows it to fit every door configuration...including jambs of side opening doors. The curtain consists of 64 invisible light beams rising to a height of 64 inches. Thus, full protection “to obstructions of a size relating to body dimensions, or those appliances relating to impaired mobility in the path of the closing door(s)” will be detected by the Micro-Scan Curtain Unit and in turn the door(s) will either reopen or remain open until the beams are clear. HALL DOORS: Furnish and install two (2) new #4 stainless steel door on 1st and 2nd floor. GENERAL ELEVATOR SOLUTIONS, LLC PUMP UNIT: Furnish and install new submersible type hydraulic pump unit assembly in the elevator machine room. A new hydraulic control valve will be mounted above the new pump/motor assembly, which will be submerged in a heavy-duty oil reservoir. New oil line piping as needed and fully replace hydraulic oil. HYDRAULIC JACK: Replace existing twin post jack (casing, cylinder, cylinder head, and piston) with new in ground jack. Pit channels and buffers will also be replaced. *Replacement of hydraulic jack involves drilling underground sight unseen. Additional work may be necessary to remove foreign material and plumb jack. If necessary, a separate proposal for additional time and material will be presented* MISCELLANIOUS: Scrape and paint pit metal. Paint pit floor. Install cartop ventilation fan. PERMITS AND INSPECTIONS: The elevator contractor shall furnish all licenses and permits and shall arrange for and make all inspections and test required thereby. If re-inspection(s) is/are required due to non-functioning of fire alarm initiating device(s), work by others, violations that are the responsibility of the owner, or any factor not caused by, or outside of the responsibility of G.E.S. as outlined in this agreement, such inspection(s) shall be the sole responsibility of the building owner and/or its representative, and will be billed separately from this agreement. WORK BY OTHERS: Electrician: To add an auxiliary contact to the disconnect for interface to the battery lowering device and to check for correct main line fuses for 3 phase power at the disconnect switch. To install 110vac disconnect for elevator cab/fan lighting. Fire Alarm: This will include, but is not limited to, installing one (1) smoke detector or fire alarm initiating device at all lobby landings and one (1) smoke detector in the machine room for phase one recall (per ANSI A17.1 Section 2.27) Lead Time: Approximately 16-24 weeks after the signed approval are received back in our office. Estimated Installation Time: Twenty (20) business days. 260 BUSINESS PARK WAY A | ROYAL PALM BEACH, FL 33411 | PH (561)812-2862 | FAX (561)812-3286 Subject: Florida Dept. of Transportation 3204 Gulf to Bay Blvd., Clearwater, FL 33759 Modernization of one (1) 2-stop elevator Nichols Contracting, Inc. is pleased to quote the building work associated with the modernization of one (1) 2-stop elevator at Florida Dept of Transportation in Clearwater, Florida. Our scope of work is pursuant to our site visit and includes only the following: ▪ The permits required by the Local AHJ, City of Clearwater for our work specified below. o Mechanical o Fire Alarm o Electrical ▪ Our proposal includes General Conditions and Supervision. ELEVATOR MACHINE ROOMS, HOISTWAYS AND PIT AREAS 1. Furnish and install fire rated patches and fire stopping by a certified installer any existing holes or voids in the elevator machine room, hoistway and pit to meet code. 2. Furnish and install one (1) new 1 ½ hour fire rated, hollow metal, exterior machine room door assembly with door, frame, closer, storeroom type handle, threshold and weather- stripping. 3. Furnish and install one (1) new 3000GPH sump pump with an oil sensing system and a new discharge line to the outside of the elevator pit. AIR CONDITIONING 1. Furnish and install one (1) 1-ton, duct-free, mini split system air conditioner with programmable thermostat in the elevator machine room. Location of outdoor unit to be approved by owner. Assumed to be wall mount bracket at ground level. 2. Note: If the property is in a flood zone, an elevation certificate will be required. Owner to provide elevation certificate as available. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 240V main line disconnect lockable in the OFF position only with electrical interlock switch with auxiliary contacts for battery lowering device and RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. a. Note: Existing main line disconnect is rated for 200A and fused at 150A. b. Note: Existing main line feed is size 1/0 AWG, good for 150A. Assumption is the existing installation is per code. c. Note: Auxiliary contacts requirement to be confirmed by elevator contractor. 3. Furnish and install one (1) new heavy duty, fused disconnect for cab lighting and fan exhaust, lockable in the OFF position only. 4. Furnish and install all necessary load side conduit and wire from the main line and cab light disconnects to the new elevator controller. Final connection by the elevator contractor. 5. Furnish and install guarded LED light fixtures as needed to reach 19ftc in the elevator machine room. 6. Furnish and install one (1) new GFCI duplex receptacle in the machine room. 7. Furnish and install a new conduit and CAT6 cable in the machine room for elevator 2- way video communication service from the existing junction box. Internet service to machine room by owner. Final connection to elevator controller by elevator contractor. 8. Furnish and install one (1) new circuit with heavy duty disconnects, lockable in the closed position, Ditek DTK-120/240CM+ surge protector and all necessary conduit and power wire to provide power to the new AC unit. 9. Furnish and install vaporproof LED light fixtures with switch in the elevator pit to achieve 10ftc. 10. Furnish and install one (1) GFCI duplex receptacle in the elevator pit. Isolate pit GFCI from lighting per code. 11. Provide labels on all disconnects showing the source of power. FIRE ALARM 1. No access was provided to the main building at the time of the site walk. We were told there is no FACP at this facility at the time of the mandatory walk. The provided scope of work will only cover all elevator recall devices. No other building fire alarm work is covered as part of this proposal. 2. NCI will require 4 hours to support for Fire Alarm final inspection with the AHJ. 3. Furnish and install One (1) new SK addressable panel to cover all the needed devices for elevator recall and machine room smoke. 4. Demo the existing 120v smoke detector located in the elevator machine room. 5. Furnish and install one (1) new smoke detector in the elevator machine room. 6. Furnish and install three (3) new relay modules in the elevator machine room for primary recall, alternate recall and fire hat. 7. Furnish and install new conduit and wire from the relay modules to the elevator controller. Final connection to controller by elevator contractor. 8. Furnish and install one (1) new weatherproof heat detector with minimon on each elevator landing (2-total). 9. Provide for engineering, programming, pre-test and final elevator inspections. City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 PRICING SHEET AND ADDITIONAL SERVICES 4 Line Item Description Unit of Measure Repair/Refurbish Full Modification 1 Clearwater Fire Station #44 Each N/A 263,867.00$ 2 Clearwater Police Beach Substation Each N/A 269,000.00$ 3 Clearwater Fire Station #46 Each N/A 118,000.00$ 4 Seminole Boat Ramp Each 221,000.00$ 286,000.00$ 5 Marshall Street Wastewater Plant Each 95,000.00$ 184,000.00$ 6 Florida Department of Transportation (FDOT) Each N/A 323,000.00$ PRICING SHEET v. 7.2024 26 PRICING SHEET Line Item Description Unit of Measure Unit Cost 1 Clearwater Fire Station #44 Each 2 Clearwater Police Beach Substation Each 3 Clearwater Fire Station #46 Each 4 Seminole Boat Ramp Each 5 Marshall Street Wastewater Plant Each 6 Florida Department of Transportation (FDOT) Each ADDITIONAL SERVICES Disregard Markup (%) under Line 1, Per Hour Line Item Description Unit of Measure Unit Cost Markup (%) 1 Standard Hourly Rates (M-F 8:00am – 5:00pm) Per Hour 2 Parts markup as a percentage (%) Cost + N/A SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ☐Yes ☐No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. PLEASE REFER TO THE REVISED PRICING SHEET ON PREVIOUS PAGE x $276.00 15% v. 7.2024 27 *Response required 2 Additional Materials* Have you included any additional materials? ☐Yes ☐No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐Yes ☐No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐Certified Small Business ☐Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A.It is under no legal prohibition on contracting with the City of Clearwater. B.It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. x 1. Additional Elevator Labor Rates (for reference) 2. Bonding Capacity Letter Both Attached at the end of this section v. 7.2024 28 C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. v. 7.2024 29 D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 28-25 Elevator Repair and/or Replacement. *Response required 7 Contractor Licensing * Upload of copy of registration with Bureau of Elevator Safety and any other business licenses. *Response required 8 Staff Certifications/Licensing * Upload any staff State-issued certifications and/or licenses. *Response required 9 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 10 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 11 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required General Elevator Solutions 2620 NE 9th Avenue Cape Coral, FL. 33909 LABOR RATES Single Labor Regular Rate: $276.00 / Hour Single Labor Overtime Rate: $414.00 / Hour Single Labor Overtime Differential Rate: $138.00 / Hour Team Labor Regular Rate: $496.80 / Hour Team Labor Overtime Rate: $745.20 / Hour Team Labor Overtime Differential Rate: $248.40 / Hour Single Labor Holiday Rate: $552.00 / Hour Single Labor Holiday Overtime Differential Rate: $276.00 / Hour Team Labor Holiday Rate: $993.60 / Hour Team Labor Holiday Overtime Differential Rate: $496.80 / Hour Marsh McLennan Agency One Church Street, Suite 500 Rockville, MD 20850 T +1 301 838 9400 | F +1 301 838 9095 www.MarshMMA.com A business of Marsh McLennan Marsh & McLennan Agency LLC February 24, 2025 RE:Nichols Contracting, Inc. To Whom It May Concern: Western Surety Company has the continuing privilege to provide surety bonds for Nichols Contracting, Inc. since 2016. Nichols has a bonding capacity on individual projects of over $20,000,000, and a total program capacity of over $80,000,000. We believe that Nichols is one of the finest, best managed construction companies. The firm is well financed and capably staffed. Nichols has handled each of its projects in a professional manner and has completed all of them satisfactorily. We hope this demonstrates our utmost confidence in Nichols Contracting, Inc. We are prepared to provide the necessary performance and payment bonds for any project, provided the contract terms, specifications and bond forms are mutually acceptable. If this letter is being used as part of the application process for a Subcontractor Default Insurance Program, Marsh & McLennan Agency Known locally as Insurance Associates and Western Insurance Company assume no responsibility for the approval or enrollment of Nichols Contracting, Inc. in such a program. Western Surety Company is listed on the U.S. Treasury Department’s Listing of Approved Sureties (Department Circular 570), and is rated A (Excellent), Financial Size XV ($1.5 Billion or greater) by A.M. Best Company Sincerely, MARSH & MCLENNAN AGENCY Knownlocally as INSURANCE ASSOCIATES, INC. _____________________________________Ryan Hays Account Executive bsf City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 COMPLIANCE AND SAFETY RECORD 5 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Nichols Contracting, Inc. (NCI) is committed to maintaining a world-class safety culture grounded in accountability, proactive training, and strict compliance with local, state, and federal safety regulations. Our Corporate Safety Program emphasizes prevention, education, and enforcement—ensuring that every project site protects the wellbeing of workers, building occupants, and the public. Safety Program and Training Procedures NCI employs a comprehensive Safety Management System (SMS) overseen by a full-time Corporate Safety Director and supported by a dedicated team of safety professionals, including site-specific Safety Managers and roving inspectors. Our program includes: ƒCorporate Safety Orientation: Required for all new hires and subcontractor employees before arriving on site. ƒJobsite-Specific Safety Training: Tailored to the unique hazards and operational constraints of each location. ƒActivity Hazard Analyses (AHAs): Developed and reviewed with all site personnel prior to starting each definable work feature. ƒBi-weekly management training and ongoing toolbox talks for all supervisors and tradespeople. ƒEmpowered Safety Culture: All personnel are authorized to stop work immediately if an unsafe condition is observed. We also incorporate third-party engineering reviews for temporary supports, platforms, and hoists, and perform daily and weekly safety audits to ensure compliance, documentation, and continuous improvement. OSHA Record and Safety Performance MetricsNichols Contracting has historically maintained a strong OSHA safety record. Our DART (Days Away, Restricted Duty, or Job Transfer) rates for the last few years are provided below. DAYS AWAY FROM WORK, RESTRICTED DUTY, OR JOB TRANSFER (DART) RATE YEAR (CY)DART CASES EMPLOYEE LABOR HOURS WORKED DART RATE 2025 0 0 2024 2 370124.00 1.08 2023 4 339398.00 2.36 2022 6 299647.00 4.00 2021 3 253054.00 2.37 Although 2022 reflected a spike due to the expansion of our self-performed workforce, corrective actions were immediately implemented, including: ƒHiring a full-time Corporate Safety Director ƒInstituting mandatory cut-resistant glove policies TAB 5 - Compliance & Safety Record 185,212.00 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 ƒEnhancing incident tracking and root cause analysis ƒConducting targeted training on hazard prevention and jobsite risk awareness As a result, our DART rate significantly improved by 2024, returning to a level well below the industry average.’ OSHA Citation History Please see the OSHA Citation History letter provided in this section. Compliance with Industry Regulations and Local Safety Standards NCI rigorously adheres to: ƒOSHA 1926 Construction Standards ƒASME A17.1 for elevator safety ƒNFPA, NEC, and ADA codes for life safety and electrical integration ƒFlorida Building Code Chapter 399 All field supervisors are OSHA 30-hour certified, with additional certifications in First Aid, CPR, Bloodborne Pathogens, and fall protection. We evaluate all subcontractors’ safety credentials - reviewing OSHA 300 logs, EMR ratings, training programs, and prior performance - before engagement. To ensure compliance, we incorporate all safety requirements into our subcontracts, conduct orientation for all on site personnel, and issue weekly safety summaries and compliance reports. All non-compliant conditions are immediately corrected and tracked to resolution, with data trends used to inform continuous improvement efforts. Recognition and Awards Nichols Contracting’s safety performance has been recognized with the Associated Builders and Contractors (ABC) STEP Award, reflecting our high standards in training, safety systems, and incident prevention. Safety Narrative Nichols Contracting, Inc. (NCI) is fully committed to protecting the safety of all personnel, building occupants, and visitors at every job site. We recognize that safety hazards, unsafe conditions, and incidents not only endanger lives but also threaten project continuity. To mitigate these risks, we have developed and institutionalized a comprehensive Safety Management System (SMS) led by a dedicated Safety Department and supported at the highest levels of corporate leadership. Our Safety Department includes a full-time Corporate Safety Program Manager, Davin Banks, who oversees all field safety personnel, including Project Safety Managers and roving inspectors. He reports directly to a Safety Committee composed of senior leadership, including the Vice President of Operations, Head of Human Resources, and the COO. This team provides governance, oversight, and resource support across all active projects. Key components of our safety program include: ƒPre-Planning and Hazard Prevention: Safety planning begins in preconstruction, with the development of job-specific safety plans, Activity Hazard Analyses (AHAs), and site-specific procedures tailored to the unique risks of each project. ƒTraining and Orientation: Every employee and subcontractor receives a corporate safety orientation, followed by project-specific safety training prior to mobilization. Field supervisors are OSHA 30 certified, and many craft workers have OSHA 10 certification. Supervisors and managers also attend rotating bi-weekly safety training sessions. ƒSite Safety Oversight: Daily site audits are conducted by the Site Superintendent, and bi-weekly inspections City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 are performed by the Safety Department. All non-compliance issues are documented, tracked, and resolved with immediate corrective action. In serious cases, work is halted until hazards are mitigated. ƒSubcontractor Compliance: Subcontractors are rigorously vetted using a review of EMR ratings, OSHA 300 logs, past safety performance, and safety plan quality. Safety requirements are embedded in all subcontract agreements, and all trade partners are held to the same safety standards as NCI employees. ƒContinuous Improvement: Safety performance data—such as audit findings, incident rates, and training compliance—is analyzed to identify trends and shared regularly with project teams to promote learning and proactive adjustments. Nichols also requires that temporary supports, work platforms, scaffolds, and hoists be engineered and reviewed by a licensed third-party engineer, and inspected by a competent person before use. Additionally, daily housekeeping is mandated to reduce dust and maintain safe working environments. Conclusion Our robust safety culture, detailed compliance framework, and proven training program demonstrate Nichols Contracting’s unwavering commitment to executing the City of Clearwater’s elevator repairs safely, compliantly, and responsibly. Safety is not just a goal at NCI - it is an expectation shared by every team member, every day. June 3, 2025 Lori Vogel, CPPBProcurement ManagerCity of ClearwaterP.O. Box 4748Clearwater, FL 33758-4748 Nichols Contracting Incorporated (Nichols Contracting) OSHA History RFP No. 28-25Elevator Repair and/or Replacement To Whom it may concern, Please allow this correspondence to serve as Nichols Contracting’s response to the technical offer criteria. Thank you in advance for your time and attention to this matter, and for this opportunity to provide detailed facts, defenses, and findings related to the company’s OSHA history. OSHA History As an initial matter, please note Nichols Contracting was founded in 1991, presently employs 136 workers engaged on construction projects throughout the Mid-Atlantic and South East United States. During our thirty-four (34) years of business in the elevator and escalator modernization industry, we have completed thousands upon thousands of commercial renovations, remodels, and additions. Throughout that time, we experienced only a single OSHA inspection. OSHA Inspection No. 1486301 On July 31, 2020, two Nichols Contracting employees were engaged in an elevator modernization project on a worksite in Clearwater, Florida. These employees were trained and educated on the hazards associated with elevator modernization work, these employees were subjected to random and unannounced audits of their worksites, and these employees knew they were liable for disciplinary action should a supervisor/manager discover a non-compliant worksite. Despite these efforts, an accident occurred which resulted in a loss of life. CONTRACT NO. T-1536-1450 14 CONTRACT NO. T-1536-1450 15 CONTRACT NO. T-1536-1450 16 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 WARRANTY AND POST- PROJECT SUPPORT 6 Other Forms: A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. W-9 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Nichols Contracting, Inc. (NCI) is committed to ensuring that every elevator repair or modernization project we deliver performs safely, reliably, and to the highest standard of quality - well beyond final acceptance. Our warranty coverage and post-project services are structured to align with the City of Clearwater’s requirements while providing additional value through responsive, hands-on support. Warranty Coverage NCI offers a standard one (1) year warranty on all materials, equipment, and workmanship beginning upon final acceptance by the City. This warranty fully conforms to and exceeds the provisions outlined in the RFP: ƒAll equipment and work will meet or exceed the performance, quality, and durability requirements of the specifications and project documents ƒThe following conditions will be fully covered under warranty at no cost to the City: Ղ Failure of operational or control systems Ղ Abnormal noise, vibration, or ride quality issues Ղ Material degradation or finish deterioration Ղ Safety device malfunction Ղ Improper performance or leveling Ղ Excessive wear on any major or minor component ƒShould any defect or performance issue arise, NCI will respond within 24 hours of notification, or on a mutually agreed schedule, to: Ղ Diagnose and document the issue Ղ Perform all necessary modifications, calibrations, or component replacements Ղ Re-inspect and retest the system to confirm full compliance with ASME A17.1 and ADA standards This warranty is backed by our non-proprietary equipment selections, which ensure long-term serviceability and spare parts availability through multiple qualified providers, not just the OEM. Post-Project Support and Maintenance Options Nichols Contracting provides a structured post-project support plan that includes: 1. Closeout and Turnover Services ƒOnsite training for City facilities and maintenance staff ƒFinal inspection reports, test logs, and commissioning documentation ƒO&M manuals for all systems and components ƒOne-on-one walk throughs of equipment locations, access points, and shutoffs 2. Scheduled Follow-Up Inspections ƒ30-day and 11-month follow-up site visits to review performance and verify that no latent issues have developed ƒPreventive inspections and adjustment of doors, controls, and safety devices 3. Optional Extended Maintenance and Support While not required under the base warranty, NCI can coordinate optional maintenance contracts through the elevator equipment manufacturer or third-party service providers. These extended service options may include: TAB 6 - Warranty and Post-Project Support City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 ƒPreventive monthly maintenance inspections ƒEmergency on-call support ƒReal-time elevator health monitoring systems (if supported by the installed equipment) ƒSpare parts inventory planning for critical systems Emergency Services While the standard warranty covers response within 24 hours, NCI also offers an on-call escalation path through our Project Manager and subcontractor. Emergency support includes: ƒ24/7 response line access ƒFast dispatch to evaluate and stabilize critical system failures ƒImmediate safety assessments for any reported hazard Conclusion Nichols Contracting’s warranty and support program is designed to meet the City’s needs for fast, thorough, and cost-free resolution of any defects or performance issues. Combined with our collaborative closeout, training, and inspection process, the City can expect a complete and well-supported transition from construction to operation, with ongoing access to our team for guidance and assistance. PLEASE SEE THE ATTACHED EXAMPLE ELEVATOR CONTRACTOR MAINTENANCE AGREEMENT *The Elevator Maintenance Agreement shall be between the Owner and the Elevator Company* PREVENTIVE ELEVATOR MAINTENANCE AGREEMENT OF Fort Myers Office Tampa Office 2620 Northeast Ninth Avenue 2300 Tall Pines Drive, Suite 125 Cape Coral, FL 33909 Largo, FL 33771 Phone: 239-257-0074 Phone: 727-509-0557 Fax: 239-260-4855 Fax: 239-260-4855 Email: Sales@GeneralElevatorFL.com Email: Sales@GeneralElevatorFL.com We GENERAL ELEVATOR SOLUTIONS, LLC. (hereinafter G.E.S.) propose to furnish MONTHLY Preventive Maintenance service which includes examination, adjustment and lubrication as required and if conditions necessitate, repairing of the following equipment located at: City of Clearwater Various Locations Clearwater, FL DESCRIPTION STATE # CAPACITY LANDINGS Roped Hydraulic LU/LA 62156 1400 3 Hydraulic Passenger 62658 2100 2 Hydraulic Wheelchair Lift 114062 750 2 Hydraulic Passenger 110991 2100 2 Hydraulic Passenger 24150 1500 2 Hydraulic Passenger 50192 2100 2 Hydraulic: Elevator pumping unit, packing, drive motor, pumps, valves, starters, contacts, relays, magnet frames, hydraulic fluid and limit switches, resistors, timer, fuses, overloads, drive belts, strainers, rollers, interlocks, door closers, door operators and signal lamp bulbs. Traction: Elevator machine, motor, and controller parts including gears, worms, bearings, thrusts, brake magnet coils or stators, brake shoes and lining, brushes, windings, contacts, magnet frames, coils, and resistance for motor and operating circuits, resistors, timer, fuses, overloads, drive belts, strainers, rollers, interlocks, door closers, door operators and signal lamp bulbs Among the services we agree to render are the following: -Examine all safety devices and governors periodically. -Check tension of all hoisting ropes and equalize same. -Renew all travel cable when necessary to insure maintenance of adequate safety factor. -Examine and adjust door and gate operating equipment and replace gate switch when necessary. -Maintain proper lubrication of guide rails at all times. -Renew guide shoe gibs as necessary. -Furnish special lubricants, which are compounded for elevator equipment. Page - 2 - of 4 GENERAL ELEVATOR SOLUTIONS, LLC Under the terms and conditions of this contract we will maintain the entire elevator equipment as herein described, using a minimum of one skilled elevator maintenance technician under our direct employment and supervision. They will employ all reasonable care to see that the elevator equipment is maintained in proper and safe operating condition It is agreed that all repairs and replacements covered by this agreement are limited to those caused by ordinary wear and tear and that G.E.S. will not be required to repair or replace equipment by reason of negligence or misuse or for any other cause beyond their control. Also, G.E.S. will not be required to alter existing equipment or make replacements with parts of changed design when recommended or directed by insurance or governing authorities or due to obsolescence of equipment. The schedule below lists items; which are considerably worn and will require replacement soon. G.E.S. accepts them in their present state in order to provide the maximum service from these items with the understanding that, in addition to the base amount of this contract, you agree to pay an additional amount at the time the listed items are first replaced. The additional charge for this replacement will be determined by pro-rating the total cost of replacing the individual items. You agree to pay for that portion of the items used prior to the date of this contract. SCHEDULE OF PARTS TO BE PRO-RATED: NONE The following items of elevator equipment are not included in this agreement: -Electrical power to elevator controls; including but not limited to main line switch and fuses. -Repair, replacement or refinishing of elevator car enclosures, car doors, hoistway enclosure, hoistway doors, hoist cables, frames or sills, car flooring or covering, car light fixtures and lamps. -Emergency light or battery, cab fans, car slide or roller guides assemblies. -In-car communication device(s) phone line(s) and monitoring. -Fire and smoke sensors and related control equipment not specifically part of elevator control. -Proprietary solid-state boards, software and door operators. -Piston, cylinder contain piston any type of underground piping. HOURS OF SERVICE ( X ) All work is to be performed during regular working hours and days of the elevator trade. 8 a.m. – 4:30 p.m. Monday - Friday. ( ) On the following days or hours: ________________________. CALL BACK SERVICE: G.E.S. will furnish emergency minor adjustment call back service. ( X ) During regular working hours and days of the elevator trade. 8 a.m. – 4:30 p.m. Monday - Friday If purchaser requests callback service included in this agreement to be performed other than within the hours listed above, G.E.S. will bill the purchaser an additional amount equal only to the difference between the company's normal straight time billing rates and overtime billings rates in effect at the time of service. In addition, the premium rate for Sundays and Holidays will also be applicable on Holidays regardless of the day of the week upon which they fall. Holidays observed by G.E.S. are New Year’s Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving [including both Thursday and Friday], and Christmas. It is expressly understood, in consideration of the performance of the service enumerated at the price stated, that nothing in this agreement will be construed to mean that G.E.S. assumes any liability on account of accidents to persons or property, except those directly due to the negligent acts or omissions of G.E.S. or its employees; and that your own responsibility for accidents to persons or property while riding or being in or about the equipment referred to is no way affected by this agreement. G.E.S. will not be held responsible or liable for any loss, damage, detention or delay caused by strikes, lockouts, fire, explosion, theft, lightning, windstorm, earthquake, floods, storms, riots, civil commotion, malicious mischief, Act of God, or any cause beyond its reasonable control, whether or not the same is herein specified, and in any event, it will not be liable for consequential damages. In the event a third party is retained to enforce, construe or defend any of the terms and conditions of this agreement or to collect any monies due hereunder, either with or without litigation, the prevailing party shall be entitled to recover all cost and GENERAL ELEVATOR SOLUTIONS, LLC Page - 3 - of 4 reasonable attorney’s fees. No work, service or liability on the part of G.E.S. other than that specifically mentioned herein, is included or intended. MAINTENANCE SERVICE SHALL COMMENCE on the day of , 2025, (the "Commencement Date") and shall continue until terminated as provided herein. Either party may terminate this agreement at the end of the first Five ( 5 ) year period or at the end of any subsequent Five ( 5 ) year period by giving the other party (90) days prior written notice. Payable monthly in advance upon presentation of invoice, plus sales tax, if applicable. A late payment penalty of five percent (5%) of any payment due will be added to such payment should any payment not be received by G.E.S. within five (5) days of the due date. MONTHLY CONTRACT PRICE …………………………………………………….……………. $720.00 Seven Hundred Twenty Dollars and 00/One Hundreds PRICE ADJUSTMENT: The contract price shall be subject to review and adjustment one year from the Commencement Date and yearly thereafter but shall not exceed 5%. SPECIAL TERMS OR CONDITIONS: The following state required tests are included; per ASME/ANSI A17.1 Codes: Rule 8.11.2 - Annual no-load safety test of electric traction elevators. Rule 8.11.3 - Annual no-load pressure test of hydraulic elevators. G.E.S. will not be responsible for any damage caused by, or as a result of performing these tests. *State Elevator Inspection Service Option: G.E.S. will provide an Independent/Third Party Elevator Inspection Service for the respective building owner’s property(s) including all necessary administration, insurance, examinations and overhead costs required by the Bureau of Elevator Safety State Statutes pursuant to ANSI A17.1 / Florida Chapter 399.13 Elevator Safety Codes. The fee service for the annual Elevator Inspection Service and Reports will be prorated at a monthly invoice cost of twenty-one dollars per elevator unit [$23.00/elevator/month]. Test witnessing included. If a re-inspection or re-inspections by the third-party inspector are required for items that are the responsibility of the building owner, there will be an additional charge which will be billed separately from this agreement. The Bureau of Elevator Safety will not issue a current Certificate of Operation until they receive a violation-free inspection report. Current Florida statutes require the building owner to have any necessary repairs to correct inspection violations completed within ninety (90) days from the date of initial inspection. Any fines or judgments arising from non-compliance are the responsibility of the building owner. Acceptance of the State Elevator Inspection Service Option constitutes an agreement that is separate from the "Elevator Preventative Maintenance Agreement" offered by G.E.S. The fee for this agreement shall be adjusted annually on the 1st day of each calendar year, or at anytime during the year if so dictated by change in state law and/or regulation. The annual adjustment is subject to G.E.S.’s actual cost to perform this service and is not subject to the term of the "Price Adjustment" clause of the Elevator Preventative Maintenance Agreement. *STATE INSPECTION PRICE…………………………………………………………………. $138.00/monthly One Hundred Thirty-Eight Dollars and 00/One Hundreds Declined: _____ Initial Accepted: _____ Initial INSURANCE: In consideration of G.E.S. performing the services herein specified, you expressly agree to indemnify, defend, hold harmless, discharge, release and forever acquit G.E.S., our officers, agents and employees from and against any and all claims, demands, suits, and proceedings brought against G.E.S. or our employees, including but not limited to loss, damage, injury or death that are alleged to have arisen from the negligence of Purchaser or any others in connection with the presence, use, misuse, maintenance, installation, removal, manufacture, design operation or condition of the equipment covered by this agreement, or the associated areas surrounding such equipment. Your duty to indemnify does not apply to claims or losses determined to be caused by or resulting from the negligence of G.E.S. or our employees. You recognize that your obligation to G.E.S. under this clause includes payment of all attorney’s fees, court costs judgments, settlements, interest and any other expenses of litigation arising out of such claims or lawsuits. GENERAL ELEVATOR SOLUTIONS, LLC Page - 4 - of 4 Building owner or building owner’s representative must notify G.E.S. directly and in writing within seventy-two (72) hours of any elevator related accident. Failure to do so relieves General Elevator Solutions of any liability in this matter in regard to the “Additional Insured” portion of the Certificate of Liability Insurance. OTHER: You agree to accept our judgment as to the means and methods to be employed for any corrective work under this agreement, including if G.E.S. inspection of a piece of equipment serviced under this Agreement reveals an operational problem which jeopardized the safety of the riding public. G.E.S. shut down the equipment until such time as the operational problem is resolved. G.E.S. will immediately advise you in writing of such action, the reason for such action, and whether the proposed solution is covered by the terms of the agreement. You agree to notify us in writing of any change in ownership, lessor, Management Company, billing email addresses, or operation of the premises at least ninety (90) days prior to such change. Should you fail to do so you will remain responsible for payment of all further charges incurred. Any ancillary fees associated with management of this contract not here in specified will be billed to the customer. All invoices will be electronically mailed (emailed). There will be a $5.00 monthly fee if the customer requires invoices to be sent via USPS mail. In the event of any default of the payment provisions herein, purchaser agrees to pay, in addition to any defaulted amount, all attorney fees, collection costs or court costs in connection therewith. The purchaser does hereby waive trial by jury and further hereby consents to venue in Lee County, Florida. G.E.S. reserves the right to discontinue this contract at any time by notification in writing should payments not be made in accordance with the terms of this agreement. G.E.S. reserves the right to match the lowest legitimate comparable bid received for all future modernization and/or repair work with G.E.S. being awarded the bid. In the event of the sale, or lease or other transfer of the elevator(s) or equipment described herein it is understood and agreed that this proposal and your acceptance thereof shall constitute, exclusively and entirely, the agreement for the service herein described between the undersigned parties through their respective representatives or agents, with proper legal capacity to contract, and shall be inuring to all respective successors and assigns and agrees to be bound by the terms hereof for the balance of the agreement this agreement and its provision being assignable under customary provisions of applicable common law and authority that all other prior representations or agreement, whether written or verbal, shall be deemed to be merged herein and that no other changes in or additions to this agreement shall be recognized unless made in writing and signed by both parties. If G.E.S. shall default in its service performance, a written notice reasonably describing the default shall be sent. If G.E.S. does not commence to take reasonable actions to rectify the complaint within thirty (30) days, a further thirty (30) days written notice shall terminate this agreement CUSTOMER ACCEPTANCE: The foregoing proposal and contract is hereby accepted and signed in duplicate. Approved on , 2025 Firm By Signature Accepted for: GENERAL ELEVATOR SOLUTIONS By Title Date Tyler Nichols,Vice President salesfl@nicholscontracting.com 561-812-2862 Royal Palm Beach Florida 33411 260-A Broken Park Way Tyler Nichols,Vice President 52-1746672 Nichols Contracting Incorporated Docusign Envelope ID: 4A700591-CF70-4A2E-B80E-FE34B59C659E 5/29/2025 Vice President Nichols Contracting Incorporated Tyler Nichols Nichols Contracting Incorporated Docusign Envelope ID: 4A700591-CF70-4A2E-B80E-FE34B59C659E 5/29/2025 State of Florida Department of State I certify from the records of this office that NICHOLS CONTRACTING, INCORPORATED is a Maryland corporation authorized to transact business in the State of Florida,qualified on April 22,2014. The document number of this corporation is F14000001791. I further certify that said corporation has paid all fees due this office through December 31,2025,that its most recent annual report/uniform business report was filed on January 3,2025,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-seventh day of February,2025 Tracking Number:7943197551CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESNICHOLS, FREDERICKDo not alter this document in any form.NICHOLS CONTRACTING, INCORPORATEDLICENSE NUMBER: CGC1522915EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.260 BUSINESS PARK WAY AROYAL PALM BEACH FL 33411Always verify licenses online at MyFloridaLicense.comISSUED: 06/05/2024 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE CLASS B AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGRESETH, GREGORY JOHNDo not alter this document in any form.NICHOLS CONTRACTING, INCORPORATEDLICENSE NUMBER: CAC1820514EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.260 BUSINESS PARK WAY AROYAL PALM BEACH FL 33411Always verify licenses online at MyFloridaLicense.comISSUED: 08/12/2024 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS' LICENSING BOARDTHE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGRESETH, GREGORY JOHNDo not alter this document in any form.NICHOLS LIFE SAFETYLICENSE NUMBER: EC13009689EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.260 BUSINESS PARK WAY AROYAL PALM BEACH FL 33411Always verify licenses online at MyFloridaLicense.comISSUED: 08/20/2024 City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Please see the licenses below and certifications attached for General Elevator Solutions, LLC. Licensure for additional staff as needed will be provided upon award. General Elevator Solutions, LLC2300 Tall Pines Drive Suite 125Largo, Fl 33771 As far as licensed workers, all of General Elevator Solutions’ employees are certified, and any subs would be certified as well. Florida license for Don Cassell III: Florida CC - CC3467 CET ID# 18-00162 General Elevator Solutions, LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 5/9/2025 Sihle Insurance Group Inc.1021 Douglas Ave.Altamonte Springs FL 32714 Certificate Department 407-869-5490 407-389-3580 Certificates@sihle.com Great American Insurance Company 16691 GENEELE-03 Incline Casualty Company 11090GeneralElevatorSolutionsLLC2620NE9thAvenueCapeCoralFL33909-2933 Rock Ridge Insurance Company 11089 433770822 A X 1,000,000 X 300,000 10,000 1,000,000 4,000,000 X GLP132472908 5/10/2025 5/10/2026 4,000,000 C 1,000,000 X X X BW92-STR-2500475-00 5/10/2025 5/10/2026 A X X 9,000,000TUU5070020-02 5/10/2025 5/10/2026 9,000,000 X 10,000 B X N SWB00115005 5/10/2025 5/10/2026 1,000,000 1,000,000 1,000,000 For Information Purposes Only City of Clearwater Elevator Repair and/or ReplacementRFP No. 28-25 Please see the licenses below and certifications attached for General Elevator Solutions, LLC. Licensure for additional staff as needed will be provided upon award. General Elevator Solutions, LLC2300 Tall Pines Drive Suite 125Largo, Fl 33771 As far as licensed workers, all of General Elevator Solutions’ employees are certified, and any subs would be certified as well. Florida license for Don Cassell III: Florida CC - CC3467 CET ID# 18-00162 General Elevator Solutions, LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 5/9/2025 Sihle Insurance Group Inc.1021 Douglas Ave.Altamonte Springs FL 32714 Certificate Department 407-869-5490 407-389-3580 Certificates@sihle.com Great American Insurance Company 16691 GENEELE-03 Incline Casualty Company 11090GeneralElevatorSolutionsLLC2620NE9thAvenueCapeCoralFL33909-2933 Rock Ridge Insurance Company 11089 433770822 A X 1,000,000 X 300,000 10,000 1,000,000 4,000,000 X GLP132472908 5/10/2025 5/10/2026 4,000,000 C 1,000,000 X X X BW92-STR-2500475-00 5/10/2025 5/10/2026 A X X 9,000,000TUU5070020-02 5/10/2025 5/10/2026 9,000,000 X 10,000 B X N SWB00115005 5/10/2025 5/10/2026 1,000,000 1,000,000 1,000,000 For Information Purposes Only State of Florida Department of State I certify from the records of this office that NICHOLS CONTRACTING, INCORPORATED is a Maryland corporation authorized to transact business in the State of Florida,qualified on April 22,2014. The document number of this corporation is F14000001791. I further certify that said corporation has paid all fees due this office through December 31,2025,that its most recent annual report/uniform business report was filed on January 3,2025,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-seventh day of February,2025 Tracking Number:7943197551CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESNICHOLS, FREDERICKDo not alter this document in any form.NICHOLS CONTRACTING, INCORPORATEDLICENSE NUMBER: CGC1522915EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.260 BUSINESS PARK WAY AROYAL PALM BEACH FL 33411Always verify licenses online at MyFloridaLicense.comISSUED: 06/05/2024 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE CLASS B AIR CONDITIONING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGRESETH, GREGORY JOHNDo not alter this document in any form.NICHOLS CONTRACTING, INCORPORATEDLICENSE NUMBER: CAC1820514EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.260 BUSINESS PARK WAY AROYAL PALM BEACH FL 33411Always verify licenses online at MyFloridaLicense.comISSUED: 08/12/2024 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS' LICENSING BOARDTHE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGRESETH, GREGORY JOHNDo not alter this document in any form.NICHOLS LIFE SAFETYLICENSE NUMBER: EC13009689EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.260 BUSINESS PARK WAY AROYAL PALM BEACH FL 33411Always verify licenses online at MyFloridaLicense.comISSUED: 08/20/2024 Tyler Nichols,Vice President salesfl@nicholscontracting.com 561-812-2862 Royal Palm Beach Florida 33411 260-A Broken Park Way Tyler Nichols,Vice President 52-1746672 Nichols Contracting Incorporated Docusign Envelope ID: 4A700591-CF70-4A2E-B80E-FE34B59C659E 5/29/2025 Vice President Nichols Contracting Incorporated Tyler Nichols Nichols Contracting Incorporated Docusign Envelope ID: 4A700591-CF70-4A2E-B80E-FE34B59C659E 5/29/2025 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [TK ELEVATOR] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement RESPONSE DEADLINE: June 18, 2025 at 10:00 am Report Generated: Tuesday, June 24, 2025 TK Elevator Response CONTACT INFORMATION Company: TK Elevator Email: brooklyn.utter@tkelevator.com Contact: Brooklyn Utter Address: 4710 Eisenhower Blvd Suite B5 Tampa, FL 33606 Phone: (850) 426-6282 Website: N/A Submission Date: Jun 18, 2025 9:46 AM (Eastern Time) [TK ELEVATOR] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [TK ELEVATOR] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? No 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 4. Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. [TK ELEVATOR] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [TK ELEVATOR] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 3 B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed [TK ELEVATOR] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [TK ELEVATOR] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 4 5. E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 28-25 Elevator Repair and/or Replacement. City_of_Clearwater_-_RFP_TK_Elevator_Repsonse.pdf Letter_for_EMR_v.10-01-2024_(2).pdf [TK ELEVATOR] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [TK ELEVATOR] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 5 PO-TKE-OSH-0003-V01-EN_OSH_Policy.pdf 7. Contractor Licensing * Upload of copy of registration with Bureau of Elevator Safety and any other business licenses. TKE_TAMPA_LICENSE_FL_STATE_-_TAMPA_TK_ELEVATOR_CORP_12-31-2025.pdf 8. Staff Certifications/Licensing * Upload any staff State-issued certifications and/or licenses. John_Jones_CC_Card.pdf Richard_Comstock_CC_Card.pdf 9. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scanned_from_a_Lexmark_Multifunction_Product06-16-2025-114142.pdf Scanned_from_a_Lexmark_Multifunction_Product06-16-2025-114132.pdf 10. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Compliance_with_787.06_form__(2).pdf 11. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) [TK ELEVATOR] RESPONSE DOCUMENT REPORT RFP No. 28-25 Elevator Repair and/or Replacement [TK ELEVATOR] RESPONSE DOCUMENT REPORT Request For Proposal - Elevator Repair and/or Replacement Page 6 1_1S_2024_TK_Elevator_Corporation_W-9_Signed_-_BHQ_Atlanta_GA_-_01-03-24.pdf PRICE TABLES PRICING SHEET Line Item Description Unit of Measure Repair/Refurbish Full Modification 1 Clearwater Fire Station #44 Each $104,842.28 $104,842.28 2 Clearwater Police Beach Substation Each $159,827.80 $159,827.80 3 Clearwater Fire Station #46 Each $93,937.57 4 Seminole Boat Ramp Each $91,055.00 5 Marshall Street Wastewater Plant Each $54,376.00 6 Florida Department of Transportation (FDOT) Each $35,918.00 ADDITIONAL SERVICES Disregard Markup (%) under Line 1, Per Hour Line Item Description Unit of Measure Unit Cost Markup (%) 1 Standard Hourly Rates (M-F 8:00am – 5:00pm) Per Hour $625.50 2 Parts markup as a percentage (%) Cost + N/A 20% TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 CITY OF CLEARWATER - RFP RESPONSE #28-25 Elevator Repair and/or Replacement Prepared by: TK Elevator 4710 Eisenhower Blvd Suite B5 Tampa, FL 33634 TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 TAB 1 - Letter of Transmittal Included in this document you will find a bid response to CITY OF CLEARWATER REQUEST FOR PROPOSAL #28- 25 – ELEVATOR REPAIR AND/OR REPLACEMENT. We would like to thank you for your continued business over the years and the opportunity to provide a response to the RFP. A.TK Elevator has thoroughly reviewed the RFP #28-25 and fully understand the work to be performed for the elevator hurricane remediations. We have read through the scope and understand the criteria including qualifications, technical approach, pricing, compliance, warranty/post work support, etc, and are committed to provide quality elevator repair and/or replacement for the City. Being the incumbent service provider, TK has the background and knowledge on the existing elevator equipment which allows us to provide the City with the best approach toward the elevator repairs/replacements. B.As the incumbent service provider for the City, we are confident in providing quality elevator repair/replacement. We believe the combination between our extensive knowledge of the existing equipment and being the largest service provider in the Tampa Bay area, will allow us to perform this work within the time period specified. C.Key contacts involved during the repair/replacement project are as follows: Name Title Phone Number Email Address John Bosley (20+ years of experience) Repair Manager 813-478-1612 John.Bosley@tkelevator.com Zach Mikell (10 years of experience, all with TKE) Repair Project Manager 813-546-7986 Zachary.Mikell@tkelevator.com Jeff Wilt (20+ years of experience) Modernization Superintendent 813-334-8492 Jeffrey.Wilt@tkelevator.com Brooklyn Utter (3 years of experience, all with TKE) Account Manager 850-426-6282 Brooklyn.Utter@tkelevator.com Mike Martelli (28 years of experience, all with TKE) General District Manager 813-918-2740 Mike.Martelli@tkelevator.com TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 TAB 2 – Experience and Qualifications of Firm and Personnel; References A. TK is the largest service provider with well over 40+ years of experience in all lines of business including service, repair, modernization, and new installation in North America. At our local Tampa office we have a deep understanding of requirements and expertise when it comes to all lines of business. We have worked with various municipalities such as City of Tampa, City of Largo, and City of St Petersburg, as well as some of the largest hospital facilities including Tampa General, Advent Health, and Baycare to provide all lines of business. Being the largest service provider in North America, we employ the most repair teams and floating foremen. Our wide reach and density of technicians and field support helps us achieve quality repair and modernizations. B.All TK technicians and repair teams are IUEC-Certified, widely considered to be the “gold standard” of qualification with regard to elevators. Being union certified is a process of completed 5 years of continuing education within the elevator industry. Our service, repair, and modernization technicians have extensive training on all OEM and all major 3rd party equipment. Office personnel will be there to provide updates and expertise throughout the repair/replacement process for the City. Key office personnel will include: o John Bosley (Repair Manager) – John leads all large repairs that require a team, he has 25 years of experience in the elevator industry. Before taking on the management role, John was a field technician who has a deep knowledge of the trade. o Zach Mikell (Repair Project Manager) – Zach has been with TKE for an entire decade working across multiple lines of business. He understands all areas of the industry and is there to assist John with day-to- day operations of each repair project. o Jeff Wilt (Modernization Superintendent and PM) – Jeff has been in the elevator industry for 40 years. He oversees each and every modernization project from start to finish to ensure the process goes smoothly and timely. C.References -City of Northport – Dawn Swauger – Ph: 941.302.5697 / Email: dswauger@northportfl.gov -Tampa General Hospital – Thomas Aulisio – Ph: 863-944-3148 / Email: tom.aulisio@mylrh.org -440 West Condominium – Ted Boesen – Ph: 515.778.7063 / Email: ted.boesen@outlook.com - Moffit Canter Center – John Raisch – Ph: 847-421-2288 / Email: john.raisch@moffitt.org -Vinoy Place Condominium – Jill Silverman – Ph: 727-896-8077 / Email: vinoyplace@gmail.com TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 TAB 3 – Technical Approach and Work Plan Methodology for performing repairs/replacements TK office personnel will contact the City to provide ample notice of commencement date to ensure timing aligns with the Cities plans/preferred start date(s). TK will be responsible for pulling permits for all elevators within this bid to meet proper ASME A17.1/CSA B44 and local codes. TK will evaluate each site to ensure there is a safe work environment and all repair teams will have proper PPE (personal protective equipment) upon commencement. The repair teams will be replacing and/or remediating components affected by Hurricane Helene/Milton. Throughout each project, clear communication will be kept between TK office personnel and the City’s preferred point of contact. Upon each job completion, final testing and inspection will be performed before turning the unit(s) back over to public use. Equipment and materials to be used All major components affected by water/power damage will be replaced and/or remediated. Reference Tab 4 below for material(s) to be used for Marhsall Street, Seminole Boat Ramp, and the DOT building. Reference the individual Work Orders for the Fire 44 and Beach Police Station for the full material breakdown related to modernization. Material for Fire 46 will include new lift with direct replacement from its OEM. Strategy to minimize service interruptions TK will notify the City in advance to provide a tentative start date to ensure timing aligns for each location within the City. TK is committed to using our top A-rated repair teams with ample experience in dozens of previous hurricane- related repairs/replacements to ensure we utilize optimal efficiency. TKE will dedicate multiple teams to shorten the duration of the repair/replacement project(s) if needed to expedite the overall project timeline. TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 TAB 4 – Pricing Sheet and Additional Services Individual Work Orders per location as part of this RFP are provided as additional attachments. All labor & material(s) for Fire Station 44 and Clearwater Beach Police are listed on their individual Work Order(s).*All units are currently under abeyance to suspend maintenance billing – billing will resume once unit(s) are returned to service for public use. Marshal Street Bldg – Repair Seminole Boat Ramp - Repair Marshal Street - Repair TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 TAB 5 – Compliance and Safety Record Safety program and training procedures Safety is our number one priority at TK Elevator. All TK technicians and office personnel go through quarterly safety training to ensure all safety measures are properly understood and taken. Each month TK Operations undergoes safety audits to ensure our technicians and field support are using proper methods for safety. Routine safety visits help us reduce risk, identify hazards, and make sure our mechanics make it home safe. We keep an internal file of all safety procedures and protocols that can be shared upon request. Additional safety records and citations can be found within this RFP under additional documents. Please find additional documentation related to safety under additional attachments. *TKE complies with all industry regulations and local safety standards TK ELEVATOR | 4710 Eisenhower Blvd Suite B5 | Tampa, FL 33634 | United States of America | P +1 813 287-1744 | www.tkelevator.com/us City of Clearwater RFP Response #28-25 TK Elevator Corporation 6.10.2025 TAB 6 – Warranty and Post-Project Support Warranty As the current service provider for the City, all post-repair work is covered throughout the TERM of the contract with TKE. The Modernization(s) (elevator replacements) include a one (1) year factory warranty, followed by an additional warranty throughout the TERM of the contract with TKE. *Damage from power/water, vandalism, misuse, etc, excluded. Post-Project Support With TKE employing local technicians, repair teams, and floating foreman, we provide swift response times to any trouble calls post-repair/replacements. If a service call is placed before 12pm, our mechanics typically respond same day. Any call placed after 12pm will be responded to next day. As the incumbent service provider for the City, any service request to make adjustments or corrections made post-repair/replacement will be covered at NO COST to the City if damage is within our control, even after the 12-month factory warranty is expired. TKE provides an additional layer of support including two regional engineers to assist with advanced troubleshooting, a team of ITS (international technical services) engineers to assist with technical support, and team of factory engineers. Forms and Submittal Requirements Scrutinized Companies Form(s) provided herein this bid. Compliance with Anti-Human Tracking Laws Form provided herein this bid. W-9 Form provided herein this bid. SEMINOLE BOAT RAMP RESTROOM 198    June 17, 2025   Purchaser:City of Clearwater Location:SEMINOLE BOAT RAMP RESTROOM 198   Address:  PO Box 4748 Address:  198 Seminole St  Clearwater, FL 33758-4748 Clearwater, FL  33755-3853   Purchaser authorizes TK Elevator Corporation (referred to as "TK Elevator" hereafter) to perform the following work on the equipment and at the location described above, in exchange for the sum of Ninety One Thousand Fifty Five Dollars ($91,055.00) inclusive of all applicable sales and use taxes pursuant to the terms and conditions contained in this Work Order (the "Work Order"). If not accepted with (30) thirty calendar days of the date presented to Purchaser, this Work Order shall automatically be revoked and shall be null and void.  Summary: Elevator TKE ID Description Repair category  1 US833039 Spring Buffers Operational  1 US833039 Door Edge Safety  1 US833039 Oil Line Replacement - Pit Section and HydraulicOil  Operational  1 US833039 Car Guides (bottom) Safety  1 US833039 Cab Subfiooring Operational  1 US833039 Selector Tape Operational  1 US833039 Traveling Cable Operational  1 US833039 Car Operating Panel - Removal and Replacement Operational  1 US833039 Rust Remediation and Removal - Pit Section Rust  1 US833039 Pit Stop Switch Operational  1 US833039 Evacuate oil, fiush and clean tank -PackingReplacment  Operational  For further information, please see a detailed Scope of Work on the pages that follow.  Recommended by Service Technician: Wayne Gmeiner    Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  1  In the event you have any questions regarding the content of this Work Order please contact me at +1. We appreciate your consideration. Regards, Brooklyn Utter  TK Elevator Corporation  4710 Eisenhower Blvd, Ste B5  Tampa  FL 33634  brooklyn.utter@tkelevator.com |+1  Notice:No permits or inspections by others are included in this work, unless otherwise indicated herein. Delivery andshipping is included. All work is to be performed during regular working days and hours as deflned in this WorkOrder unless otherwise indicated herein.   Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  2  Scope of Work HURRICANE HELENE - REPAIR ORDER - ONLY ELEVATOR TK Elevator will provide labor and material to restore the elevator(s) back to their pre-hurricane condition.  The elevator(s) at the site referenced above were compromised due to hurricane damage that occurred 9/26, 2024 byHelene. Salt-water entered the elevator pit(s) and intruded the elevator components, compromising their integrity.  Toprevent intermittent issues and future shutdowns, TK Operations suggest replacing these items to ensure safe andproper elevator operation.Standard PERMIT AND INSPECTION IS INCLUDED IN THIS WORK ORDER Please note that due to the inherent-nature of power damage and/or water damage, TK may discover that additionalwork is necessary, which in that event a separate Work Order will follow. Buffers Replacement TK Elevator will provide labor and material to install new buffers for the elevator referenced above. The buffers areinstalled in the elevator pit and are designed speciflcally for the operating speed and capacity of the elevator.   Thebuffers will require replacement to prevent rust formation and deterioration, and to remain in compliance with Statecode. Traveling CableTK Elevator will provide labor and material to install a new pit travel cable on the elevator(s) referenced above. Onceinstalled, all connections will be made and the elevator will be adjusted for proper operation. The travel cable containsall wiring for the elevator car, linking it to the elevator controller, phone lines, security systems, and more. The travelerwill require replacement to prevent rust formation and deterioration, and to remain in compliance with State code. Pit Stop Switch TK Elevator will furnish and install a pit stop switch on the elevator referenced above. The pit stop switch will provide ameans for the elevator operation to be stopped by authorized personnel in the elevator pit. The pit switch will be apush/pull style. This safety modiflcation will provide extra liability protection for the building owner while improvingthe safety features and performance of the elevator by eliminating the risk of unauthorized control of the elevator bythe riding public. Door Edge TK Elevator will furnish and install new electronic door edge on the elevator(s) referenced above. This electronic edgesenses the presence of an obstruction in the door opening with a screen of infrared beams. If obstructions aredetected in this area, the doors will reopen. This new electronic door edge will reduce the chance of a closing elevatordoor injuring passengers. Bottom Guide AssemblyTK Elevator will furnish the necessary labor and materials to remove and install new a slide/roller guide assembly tothe elevator mentioned above. Slide/roller guide inserts flt between the slide/roller guide and the rails inside thehoistway to guide the elevator car as it travels. When worn, metal-on-metal noises occur and new inserts are required. Car Operating PanelTK Elevator will furnish and install a new car operating station in the elevator cab(s) referenced above to replace theexisting car station(s). The new car station (car operating panel) will include components to meet current elevatorcode requirements and ensure reliability as the existing COP was exposed to salt-water. Because buttons on the caroperating panel are used when riding the elevator, ensuring proper continued operation and satisfactory componentsare critical.   Rust Remediation / Removal TK Elevator will furnish the necessary labor and materials to perform a complete pit rust remediation of the elevatormentioned above. This repair order is designed to inhibit the spread of rust and extend the useful life of your existingelevator equipment. This work order also ensures your elevator pit equipment remains code compliant. TK cannotprevent rust from re-occurring in the future. Cab Subfloor  Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  3  TK Elevator will remove existing subfioor and install new subfioor to support the elevator cab platform.  TKELEVATOR IS NOT RESPONSIBLE FOR THE FLOORING - ONLY SUBFLOOR - Purchaser is solely responsible forinstalling new fiooring once the subfioor is put in and the cab shell is bolted back together. Selector Tape TK Elevator will furnish the necessary labor and materials to remove and install new selector tape on the elevatormentioned above. Selector tape allows the elevator to know where it is at while it travels as it ascends/descends alongthe hoistway.The cost of this scope of work includes, at TK Elevator’s election, the installation of a remote-monitoring device (a“Device”) to those elevators at the location listed above (“Units”) and connection of the Device to TK Elevator’s cloud-based Internet of Things platform known as “MAX.”   With the installation of the Device and its connection to MAX,information obtained via machine learning may be sent to TK Elevator’s technicians in connection with any servicecontract Purchaser has with TK Elevator that covers the Units to promote early diagnosis, faster flxes and reduceddowntime at no additional charge. Payment Terms 50% of the price set forth in this Work Order will be due and payable as an initial progress payment within 10 days from TK Elevator's receipt of a fully executed copy of this Work Order. This initial progress payment will be applied to any applicable project management, permits, engineering, drawings and material procurement. Material will be ordered once this payment is received and the parties have both executed this Work Order. The remaining 50% of the price set forth in this Work Order and any fully executed change orders shall be due and payable at the time TK Elevator commences the work described in the Work Order. TK Elevator's receipt of this flnal payment is a condition precedent to TK Elevator's return of the equipment described in this Work Order to the full operation and use and Purchaser agrees to waive any and all claims to such operation and use until such time as that payment is made in full.   All value added taxes, tariffs, duties, and similar charges imposed upon TK Elevator as of the date of the execution of this Proposal are included in the price of the Proposal.  After the date of acceptance of this Proposal and in addition to the Proposal price, Purchaser is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable value added taxes, tariffs, duties, and/or other charges imposed by applicable governmental authorities; (2) charges from its suppliers for any of the applicable materials and/or components due to (a) supply chain issues, (b) the imposition of applicable value added taxes, tariffs, duties or other charges by applicable governmental authorities; and/or (c) if the completion of work called for in this Proposal occurs after the milestone mentioned earlier in this Proposal; and/or (3) charges from TK Elevator's shippers and/or freight forwarders, all along with proflt and overhead associated with those amounts set forth in (1), (2) and/or (3).  In addition to the Agreement price, when the materials and/or components called for in this Proposal are ready to ship, TK Elevator will provide Purchaser with a change order that includes such value added taxes, tariffs, duties and/or similar charges imposed upon TK Elevator and/or such charges from its suppliers and freight forwarders for any of the applicable materials and/or components as set forth above, along with proflt and overhead associated with those amounts, which must be executed and fully paid for prior to and as a condition precedent to delivery of the material to the jobsite or providing labor on the project. Purchaser agrees that TK Elevator shall have no obligation to complete any steps necessary to provide Purchaser with full use and operation of the affected elevator(s) until such time as TK Elevator has been paid 100% both of the price refiected in this Work Order and for any other work performed by TK Elevator or its subcontractors in furtherance of this Work Order. Purchaser agrees to waive any and all claims to the turnover and/or use of that equipment until such time as those amounts are paid in full. TK Elevator reserves the right to assign payments owed to TK Elevator under this Work Order. Work order price:   $91,055.00  Initial progress payment:   (50%)   $45,527.50  Total due upon completion:   (50%)   $45,527.50  Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  4  Terms and Conditions  TK Elevator does not assume any responsibility for any part of the vertical transportation equipment other than the speciflc components that are described in this Work Order and then only to the extent TK Elevator has performed the work described above. No work, service, examination or liability on the part of  TK Elevator is intended, implied or included other than the work speciflcally described above. It is agreed that TK Elevator does not assume possession or control of any part of the vertical transportation equipment and that such remains Purchaser’s exclusively as the owner, lessor, lessee,possessor, or manager thereof. Unless otherwise stated herein, TK Elevator’s performance of this Work Order is expressly contingent upon Purchaser securing permission or priority as required by all applicable governmental agencies and paying for any and all applicable permits or other similar documents. It is agreed that TK Elevator’s personnel shall be given a safe place inwhich to work. TK Elevator reserves the right to discontinue its work in the location above whenever, in its sole opinion, TK Elevator believes that any aspect of the location is in any way unsafe until such time asPurchaser has demonstrated, at its sole expense, that it hasappropriately remedied the unsafe condition to TK Elevator’ssatisfaction. Unless otherwise agreed, it is understood that the work described above will be performed during regular working days and hours which are deflned as Monday through Friday, 8:00 AM to 4:30PM (except scheduled union holidays). If overtime is mutually agreedupon, an additional charge at TK Elevator’s usual rates for such workshall be added to the price of this Work Order. In consideration of TK Elevator performing the work described above Purchaser, to the fullest extent permitted by law, expressly agrees toindemnify, defend, save harmless, discharge, release and forever acquitTK Elevator, its employees, oiffcers, agents, aiffliates, and subsidiaries from and against any and all claims, demands, suits, and proceedings made or brought against TK Elevator, its employees, oiffcers, agents,aiffliates and subsidiaries for loss, property damage (including damageto the equipment which is the subject matter of this Work Order), personal injury or death that are alleged to have been caused by Purchaser or any others in connection with the presence, use, misuse, maintenance, installation, removal, manufacture, design, operation orcondition of the vertical transportation equipment that is the subject ofthis Work Order, or the associated areas surrounding such equipment. Purchaser's duty to indemnify does not apply to the extent that the loss, property damage (including damage to the equipment which is the subject matter of this Work Order), personal injury or death isdetermined to be caused by or resulting from the negligence ofTK Elevator and/or its employees. Purchaser recognizes, however, thatits obligation to defend TK Elevator and its employees, oiffcers, agents, aiffliates and subsidiaries under this clause is broader and distinct from its duty to indemnify and speciflcally includes payment of all attorney’sfees, court costs, interest and any other expenses of litigation arisingout of such claims or lawsuits. Purchaser expressly agrees to name TK Elevator along with its oiffcers, agents, aiffliates and subsidiaries as additional insureds in Purchaser's liability and any excess (umbrella) liability insurance policy(ies). Suchinsurance must insure TK Elevator, along with its oiffcers, agents,aiffliates and subsidiaries for those claims and/or losses referenced in the above paragraph, and for claims and/or or losses arising from the negligence or legal responsibility of TK Elevator and/or its oiffcers, agents, aiffliates and subsidiaries. Such insurance must specify that itscoverage is primary and non-contributory. Purchaser hereby waives theright of subrogation.  TK Elevator shall not be liable for any loss, damage or delay caused by acts of government, labor, troubles, strikes, lockouts, flre, explosions, theft, riot, civil commotion, war, malicious mischief, acts of God, or any cause beyond its control. TK Elevator Corporation shall automatically receive an extension of time commensurate with any delay regardingthe work called for in this Work Order. Purchaser consents and authorizes TK Elevator (1) to accessPurchaser’s premises to install and connect a Device to the Units and(2) to collect, store, maintain, own, use, delete, and/or destroy any or allof the data generated by the Device(s) as well as all data collected bythe Device(s) and all data sent by the Device(s) to TK Elevator (all suchdata generated , collected, and/or sent shall be collectively referred toherein as the “MAX Data”).  Purchaser agrees that all MAX Data is, andshall be, owned by TK Elevator and agrees to assign and hereby doesassign any right, title or interest it may have in such MAX Data to TKElevator.  Any Device, once installed, is not intended, nor should it beconsidered, as a flxture.  Instead, TK Elevator shall retain the right toremove the Device from any Unit(s) and/or cease any data collectionand/or analysis at any time at its sole discretion.  Moreover, TK Elevatorshall retain the exclusive right and ability to, at its sole discretion,remove, delete and/or destroy all associated data generated from theDevice(s).  Because the Device and the MAX Data contain trade secretsbelonging to TK Elevator and because the Device is being installed forthe sole use and beneflt of TK Elevator’s personnel, Purchaser agreesnot to permit Purchaser’s own personnel or any third parties to use,access, tamper with, relocate, copy, alter, destroy, disassemble orreverse engineer the Device or the MAX Data and shall treat the MAXData as confldential information of TK Elevator, including by using noless than reasonable care to protect the confldentiality of such MAXData.  The installation of any Device on a Unit shall not confer anyrights or operate as an assignment or license to you of any patents,copyrights or trade secrets with respect to the Device and/or anysoftware contained or embedded therein or that it utilizes/utilized inconnection with the collection, monitoring and/or analysis of data. Should loss of or damage to TK Elevator’s material, tools or work occur at the location that is the subject of this Work Order, Purchaser shall compensate TK Elevator therefor, unless such loss or damage results solely from TK Elevator’s own acts or omissions. If any drawings, illustrations or descriptive matter are furnished withthis Work Order, they are approximate and are submitted only to show the general style and arrangement of equipment being offered. Work Order. Purchaser shall bear all cost(s) for any reinspection of  TK Elevator’swork due to items outside the scope of this Work Order or for any inspection arising from the work of other trades requiring the assistance of  TK Elevator. Purchaser expressly agrees to waive any and all claims forconsequential, special or indirect damages arising out of theperformance of this Work Order and speciflcally releases TK Elevatorfrom any and all such claims. A service charge of 1.5% per month, or the highest legal rate, whichever is less, shall apply to delinquent accounts. In the event of any default ofany of the payment provisions herein, Purchaser agrees to pay, inaddition to any defaulted amount, any attorney fees, court costs and all other expenses, fees and costs incurred by TK Elevator in connection with the collection of that defaulted amount. Purchaser agrees that this Work Order shall be construed and enforcedin accordance with the laws of the state where the verticaltransportation equipment that is the subject of this Work Order is located and consents to jurisdiction of the courts, both state and Federal, of that as to all matters and disputes arising out of this Work Order. Purchaser further agrees to waive trial by jury for all suchmatters and disputes.The rights of  TK Elevator under this Work Order shall be cumulativeand the failure on the part of the TK Elevator to exercise any rights given hereunder shall not operate to forfeit or waive any of said rights Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  5  and any extension, indulgence or change by TK Elevator in the method, mode or manner of payment or any of its other rights shall not be construed as a waiver of any of its rights under this Work Order. In the event any portion of this Work Order is deemed invalid orunenforceable by a court of law, such flnding shall not affect thevalidity or enforceability of any other portion of this Work Order. This Work Order shall be considered as having been drafted jointly by Purchaser and TK Elevator and shall not be construed or interpreted against either Purchaser or TK Elevator by reason of either Purchaser or TK Elevator’s role in drafting same.In the event Purchaser’s acceptance of the work called for in this WorkOrder is in the form of a purchase order or other kind of document, the provisions, terms and conditions of this Work Order shall exclusively govern the relationship between TK Elevator and Purchaser with respect to the work described herein. Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  6  Acceptance Purchaser’s acceptance of this Work Order will constitute exclusively and entirely the agreement for the work herein described. All prior representations or agreements regarding this work, whether written or verbal, will be deemed to be merged herein, and no other changes in or additions to this Work Order will be recognized unless made in writing and properly executed by both parties. No agent or employee of TK Elevator shall have the authority to waive or modify any of the terms of this Work Order without the written approval of an authorized TK Elevator manager. This Work Order speciflcally contemplates work outside the scope of any other contract currently in effect between the parties; any such contract shall be unaffected by this Work Order. To indicate acceptance of this work order, please sign and return one (1) original of this agreement to the branch address shown below. Upon receipt of your written authorization and required materials and/or supplies, we shall implement the work called for in this Work Order. City of Clearwater (Purchaser):  TK Elevator Corporation Management Approval By: \s1 By: \s2 (Signature of Authorized Individual)Travis Jones  (Print or Type Name) (Print or Type Title) (Signature of Branch Representative) Kelly Schafer  Sales Manager  \d1\\d2\ (Date of Acceptance)(Date of Execution) Please contact  _______________________________________ to schedule work at the following phone number  __________________________  Repair Work Order  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025  7  REPAIR DOWN PAYMENT REQUEST  Attn:   Travis Jones   City of Clearwater PO Box 4748   Clearwater FL, 33758-4748    Date   Terms   Reference ID   Customer Reference # / PO June 17, 2025 Immediate   ACIA-29OCTOJ    Total Contract Price:   $91,055.00    Down Payment:   (50% )$45,527.50   For inquiries regarding your contract or services provided by TK Elevator, please contact your local account manager at +1. To make a payment by phone, please call 678-497-0603 with the reference information provided below. Current and former service customers can now pay online at: https://secure.billtrust.com/tkelevator/ig/one-time-payment Thank you for choosing TK Elevator. We appreciate your business. Please detach the below section and provide along with payment. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Customer Name:     City of Clearwater Remit To:   Location Name:     SEMINOLE BOAT RAMP RESTROOM198    TK ElevatorPO Box 3796Carol Stream, IL60132-3796 For overnight checks,please send to: DeluxeTK Elevator 37965450 N. Cumberland Ave.Chicago, IL 60656   Customer Number: Quote Number:     114784   2025-2-1930798  Reference ID:     ACIA-29OCTOJ  RemittanceAmount:     $45,527.50   2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025   Repair Completion Notice  to be signed at job completion Date:   Building Name:    SEMINOLE BOAT RAMP RESTROOM 198    Repair Job #:  Street Address:    198 Seminole St    City State, Zip:   Clearwater, FL 33755-3853   Dear Travis Jones, Thank you for allowing us the opportunity to perform the repair job listed above. We have completed the work as outlined in job # and the unit is now up and running. You will receive a flnal bill for this work shortly. We hope your experience was exceptional and look forward to serving you in the future. If you have any questions about the repair work or your service agreement, please check one of the boxes under “Follow-Up Request” and the appropriate person will contact you soon. Customer Representative TK Elevator Representative Customer Name: Travis Jones  Print or Type Name Name: Brooklyn Utter  Print or Type Name CustomerSignature:   Signature of Authorized Individual Signature:  Signature of Authorized Individual Title: Print or Type Title Title: Account Manager  Print or Type Title Date:Date of acceptance Date: Customer Email: travis.jones@myclearwater.com  Customer Email Follow Up Request   If you would like a manager or department representative to contact you, please check one of the following: Sales Department       Service Department       Branch Manager    Repair Department    Phone Number   Comments:  2025-2-1930798 | ACIA-29OCTOJ | June 17, 2025   City Of Clwr Wpc Ms    June 17, 2025   Purchaser:   City of Clearwater Location:   City Of Clwr Wpc Ms   Address:  PO Box 4748 Address:  1605 Harbor Dr  Clearwater, FL 33758-4748 Clearwater, FL  33755-1824   Purchaser authorizes TK Elevator Corporation (referred to as "TK Elevator" hereafter) to perform the following work on the equipment and at the location described above, in exchange for the sum of Fifty Four Thousand Three Hundred Seventy Six Dollars ($54,376.00) inclusive of all applicable sales and use taxes pursuant to the terms and conditions contained in this Work Order (the "Work Order"). If not accepted with (30) thirty calendar days of the date presented to Purchaser, this Work Order shall automatically be revoked and shall be null and void.  Summary: Elevator TKE ID Description Repair category  1 US198753 Spring Buffers Operational  1 US198753 Evacuate Hydraulic Oil, Flush and clean tank,packin  Energy Savings  1 US198753 Oil Line Removal and Replacement (pit section) Operational  1 US198753 Bottom Guide Assembly Safety  1 US198753 Limit Switch and Pit Stop Switch Operational  1 US198753 Traveling Cable Operational  1 US198753 Rust Remediation and Removal (Pit Section) Rust  For further information, please see a detailed Scope of Work on the pages that follow.  In the event you have any questions regarding the content of this Work Order please contact me at +1. We appreciate your consideration. Regards, Brooklyn Utter  TK Elevator Corporation  4710 Eisenhower Blvd, Ste B5  Tampa  FL 33634  brooklyn.utter@tkelevator.com |+1  Notice:No permits or inspections by others are included in this work, unless otherwise indicated herein. Delivery andshipping is included. All work is to be performed during regular working days and hours as deflned in this WorkOrder unless otherwise indicated herein.   Repair Work Order  2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025  1  Scope of Work HURRICANE HELENE - REPAIR ORDER - ELEVATOR ONLY The elevator(s) at the site referenced above were compromised due to hurricane damage that occurred 9/26, 2024 byHelene. Salt-water entered the elevator pit(s) and intruded the elevator components, compromising their integrity. inteTo prevent intermittent issues and future shutdowns, TK Operations suggest replacing these items to ensure safeand proper elevator operation.Standard PERMIT AND INSPECTION IS INCLUDED IN THIS WORK ORDER Please note that due to the inherent-nature of power damage and/or water damage, TK may discover that additionalwork is necessary, which in that event a separate Work Order will follow. Hydraulic Oil Replacement TK Elevator will provide fresh hydraulic oil on the elevator referenced above. This new oil will be installed after thehydraulic system is fiushed and the hydraulic tank is cleaned of all water, old oil, and debris. Oil line Removal and Replacement (Pit Section)TK Elevator will provide labor and material to install a new pit oil line on the elevator referenced above. The oil linecarries hydraulic oil from the power unit in the machine room into the hydraulic jack hookup in the elevator pit.Victaulic couplings use a gasket with tongue and groove design for quick connection of oil line. TK Elevator will testthe line, replace hydraulic fiuid and return the elevator to service.   As the elevator operates on high PSI, if thesecomponents rust in the future, we could see rupture of the oil line and loss of pressure in the future if not replaced. Hydraulic Oil Evacuation Flush & Clean TankTK Elevator will furnish the necessary materials and labor to remove all old oil and water from the hydraulic system forthe elevator referenced above. This includes the oil removal inside of the hydraulic tank and jack cylinder. The oil wascontaminated with water and requires replacement. Once the oil is removed, TK Elevator will clean the hydraulic tankand add new hydraulic oil for the system. Packing ReplacementTK Elevator will provide labor and materials to replace the hydraulic jack packing on the elevator(s) referencedabove.The exsiting packing was exposed to salt-water intrustion which will deteriote this seal.  This seal is the mainhydraulics and critical for the elevators operational as the piston moves. Buffers Replacement TK Elevator will provide labor and material to install new buffers for the elevator referenced above. The buffers areinstalled in the elevator pit and are designed speciflcally for the operating speed and capacity of the elevator.   Thebuffers will require replacement to prevent rust formation and deterioration, and to remain in compliance with Statecode. Traveling Cable TK Elevator will provide labor and material to install a new pit travel cable on the elevator(s) referenced above. Onceinstalled, all connections will be made and the elevator will be adjusted for proper operation. The travel cable containsall wiring for the elevator car, linking it to the elevator controller, phone lines, security systems, and more.  The Traveling cable was sitting in salt water from the Hurricane Helene storm surge. The traveler will requirereplacement to prevent rust formation and deterioration, and to remain in compliance with State code. Limit SwitchTK Elevator will furnish and install a new limit switch on the elevator referenced above. The limit switch communicateswith the elevator to ensure the elevator doesn't descend below the lowest level of travel during normal operation.The current limit switch for the elevator was submerged in salt water from the Hurricane Helene storm surge.Replacement of this limit switch will be required to return the elevator to pre-hurricane condition and keep reliableoperation into the future. Pit Stop Switch TK Elevator will furnish and install a pit stop switch on the elevator referenced above. The pit stop switch will provide ameans for the elevator operation to be stopped by authorized personnel in the elevator pit. The pit switch will be apush/pull style. This safety modiflcation will provide extra liability protection for the building owner while improving Repair Work Order  2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025  2  the safety features and performance of the elevator by eliminating the risk of unauthorized control of the elevator bythe riding public. Bottom Guide Assembly TK Elevator will furnish the necessary labor and materials to remove and install new a slide/roller guide assembly tothe elevator mentioned above. Slide/roller guide inserts flt between the slide/roller guide and the rails inside thehoistway to guide the elevator car as it travels. When worn, metal-on-metal noises occur and new inserts are required. Rust Remediation / Removal (Pit Section)TK Elevator will furnish the necessary labor and materials to perform a complete pit rust remediation of the elevatormentioned above. This repair order is designed to inhibit the spread of rust and extend the useful life of your existingelevator equipment. This work order also ensures your elevator pit equipment remains code compliant. TK cannotprevent rust from re-occurring in the future. Payment Terms 50% of the price set forth in this Work Order will be due and payable as an initial progress payment within 10 days from TK Elevator's receipt of a fully executed copy of this Work Order. This initial progress payment will be applied to any applicable project management, permits, engineering, drawings and material procurement. Material will be ordered once this payment is received and the parties have both executed this Work Order. The remaining 50% of the price set forth in this Work Order and any fully executed change orders shall be due and payable at the time TK Elevator commences the work described in the Work Order. TK Elevator's receipt of this flnal payment is a condition precedent to TK Elevator's return of the equipment described in this Work Order to the full operation and use and Purchaser agrees to waive any and all claims to such operation and use until such time as that payment is made in full.   All value added taxes, tariffs, duties, and similar charges imposed upon TK Elevator as of the date of the execution of this Proposal are included in the price of the Proposal.  After the date of acceptance of this Proposal and in addition to the Proposal price, Purchaser is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable value added taxes, tariffs, duties, and/or other charges imposed by applicable governmental authorities; (2) charges from its suppliers for any of the applicable materials and/or components due to (a) supply chain issues, (b) the imposition of applicable value added taxes, tariffs, duties or other charges by applicable governmental authorities; and/or (c) if the completion of work called for in this Proposal occurs after the milestone mentioned earlier in this Proposal; and/or (3) charges from TK Elevator's shippers and/or freight forwarders, all along with proflt and overhead associated with those amounts set forth in (1), (2) and/or (3).  In addition to the Agreement price, when the materials and/or components called for in this Proposal are ready to ship, TK Elevator will provide Purchaser with a change order that includes such value added taxes, tariffs, duties and/or similar charges imposed upon TK Elevator and/or such charges from its suppliers and freight forwarders for any of the applicable materials and/or components as set forth above, along with proflt and overhead associated with those amounts, which must be executed and fully paid for prior to and as a condition precedent to delivery of the material to the jobsite or providing labor on the project. Purchaser agrees that TK Elevator shall have no obligation to complete any steps necessary to provide Purchaser with full use and operation of the affected elevator(s) until such time as TK Elevator has been paid 100% both of the price refiected in this Work Order and for any other work performed by TK Elevator or its subcontractors in furtherance of this Work Order. Purchaser agrees to waive any and all claims to the turnover and/or use of that equipment until such time as those amounts are paid in full. TK Elevator reserves the right to assign payments owed to TK Elevator under this Work Order. Work order price:   $54,376.00  Initial progress payment:   (50%)   $27,188.00  Total due upon completion:   (50%)   $27,188.00  Repair Work Order  2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025  3  Terms and Conditions  TK Elevator does not assume any responsibility for any part of the vertical transportation equipment other than the speciflc components that are described in this Work Order and then only to the extent TK Elevator has performed the work described above. No work, service, examination or liability on the part of  TK Elevator is intended, implied or included other than the work speciflcally described above. It is agreed that TK Elevator does not assume possession or control of any part of the vertical transportation equipment and that such remains Purchaser’s exclusively as the owner, lessor, lessee,possessor, or manager thereof. Unless otherwise stated herein, TK Elevator’s performance of this Work Order is expressly contingent upon Purchaser securing permission or priority as required by all applicable governmental agencies and paying for any and all applicable permits or other similar documents. It is agreed that TK Elevator’s personnel shall be given a safe place inwhich to work. TK Elevator reserves the right to discontinue its work in the location above whenever, in its sole opinion, TK Elevator believes that any aspect of the location is in any way unsafe until such time asPurchaser has demonstrated, at its sole expense, that it hasappropriately remedied the unsafe condition to TK Elevator’ssatisfaction. Unless otherwise agreed, it is understood that the work described above will be performed during regular working days and hours which are deflned as Monday through Friday, 8:00 AM to 4:30PM (except scheduled union holidays). If overtime is mutually agreedupon, an additional charge at TK Elevator’s usual rates for such workshall be added to the price of this Work Order. In consideration of TK Elevator performing the work described above Purchaser, to the fullest extent permitted by law, expressly agrees toindemnify, defend, save harmless, discharge, release and forever acquitTK Elevator, its employees, oiffcers, agents, aiffliates, and subsidiaries from and against any and all claims, demands, suits, and proceedings made or brought against TK Elevator, its employees, oiffcers, agents,aiffliates and subsidiaries for loss, property damage (including damageto the equipment which is the subject matter of this Work Order), personal injury or death that are alleged to have been caused by Purchaser or any others in connection with the presence, use, misuse, maintenance, installation, removal, manufacture, design, operation orcondition of the vertical transportation equipment that is the subject ofthis Work Order, or the associated areas surrounding such equipment. Purchaser's duty to indemnify does not apply to the extent that the loss, property damage (including damage to the equipment which is the subject matter of this Work Order), personal injury or death isdetermined to be caused by or resulting from the negligence ofTK Elevator and/or its employees. Purchaser recognizes, however, thatits obligation to defend TK Elevator and its employees, oiffcers, agents, aiffliates and subsidiaries under this clause is broader and distinct from its duty to indemnify and speciflcally includes payment of all attorney’sfees, court costs, interest and any other expenses of litigation arisingout of such claims or lawsuits. Purchaser expressly agrees to name TK Elevator along with its oiffcers, agents, aiffliates and subsidiaries as additional insureds in Purchaser's liability and any excess (umbrella) liability insurance policy(ies). Suchinsurance must insure TK Elevator, along with its oiffcers, agents,aiffliates and subsidiaries for those claims and/or losses referenced in the above paragraph, and for claims and/or or losses arising from the negligence or legal responsibility of TK Elevator and/or its oiffcers, agents, aiffliates and subsidiaries. Such insurance must specify that itscoverage is primary and non-contributory. Purchaser hereby waives theright of subrogation.  TK Elevator shall not be liable for any loss, damage or delay caused by acts of government, labor, troubles, strikes, lockouts, flre, explosions, theft, riot, civil commotion, war, malicious mischief, acts of God, or any cause beyond its control. TK Elevator Corporation shall automatically receive an extension of time commensurate with any delay regardingthe work called for in this Work Order. Should loss of or damage to TK Elevator’s material, tools or work occur at the location that is the subject of this Work Order, Purchaser shall compensate TK Elevator therefor, unless such loss or damage results solely from TK Elevator’s own acts or omissions. If any drawings, illustrations or descriptive matter are furnished withthis Work Order, they are approximate and are submitted only to show the general style and arrangement of equipment being offered. Work Order. Purchaser shall bear all cost(s) for any reinspection of  TK Elevator’swork due to items outside the scope of this Work Order or for anyinspection arising from the work of other trades requiring the assistance of  TK Elevator. Purchaser expressly agrees to waive any and all claims for consequential, special or indirect damages arising out of theperformance of this Work Order and speciflcally releases TK Elevatorfrom any and all such claims. A service charge of 1.5% per month, or the highest legal rate, whichever is less, shall apply to delinquent accounts. In the event of any default ofany of the payment provisions herein, Purchaser agrees to pay, inaddition to any defaulted amount, any attorney fees, court costs and all other expenses, fees and costs incurred by TK Elevator in connection with the collection of that defaulted amount. Purchaser agrees that this Work Order shall be construed and enforcedin accordance with the laws of the state where the verticaltransportation equipment that is the subject of this Work Order is located and consents to jurisdiction of the courts, both state and Federal, of that as to all matters and disputes arising out of this Work Order. Purchaser further agrees to waive trial by jury for all suchmatters and disputes.The rights of  TK Elevator under this Work Order shall be cumulativeand the failure on the part of the TK Elevator to exercise any rights given hereunder shall not operate to forfeit or waive any of said rights and any extension, indulgence or change by TK Elevator in the method, mode or manner of payment or any of its other rights shall not beconstrued as a waiver of any of its rights under this Work Order. In the event any portion of this Work Order is deemed invalid or unenforceable by a court of law, such flnding shall not affect the validity or enforceability of any other portion of this Work Order.This Work Order shall be considered as having been drafted jointly byPurchaser and TK Elevator and shall not be construed or interpretedagainst either Purchaser or TK Elevator by reason of either Purchaser or TK Elevator’s role in drafting same. In the event Purchaser’s acceptance of the work called for in this WorkOrder is in the form of a purchase order or other kind of document, theprovisions, terms and conditions of this Work Order shall exclusively govern the relationship between TK Elevator and Purchaser with respect to the work described herein. Repair Work Order  2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025  4  Acceptance Purchaser’s acceptance of this Work Order will constitute exclusively and entirely the agreement for the work herein described. All prior representations or agreements regarding this work, whether written or verbal, will be deemed to be merged herein, and no other changes in or additions to this Work Order will be recognized unless made in writing and properly executed by both parties. No agent or employee of TK Elevator shall have the authority to waive or modify any of the terms of this Work Order without the written approval of an authorized TK Elevator manager. This Work Order speciflcally contemplates work outside the scope of any other contract currently in effect between the parties; any such contract shall be unaffected by this Work Order. To indicate acceptance of this work order, please sign and return one (1) original of this agreement to the branch address shown below. Upon receipt of your written authorization and required materials and/or supplies, we shall implement the work called for in this Work Order. City of Clearwater (Purchaser):  TK Elevator Corporation Management Approval By: \s1 By: \s2 (Signature of Authorized Individual)Sam Rosario  (Print or Type Name) (Print or Type Title) (Signature of Branch Representative) Kelly Schafer  Sales Manager  \d1\\d2\ (Date of Acceptance)(Date of Execution) Please contact  _______________________________________ to schedule work at the following phone number  __________________________  Repair Work Order  2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025  5  REPAIR DOWN PAYMENT REQUEST  Attn:   Sam Rosario   City of Clearwater PO Box 4748   Clearwater FL, 33758-4748    Date   Terms   Reference ID   Customer Reference # / PO June 17, 2025 Immediate   ACIA-2A5LGR4    Total Contract Price:   $54,376.00    Down Payment:   (50% )$27,188.00   For inquiries regarding your contract or services provided by TK Elevator, please contact your local account manager at +1. To make a payment by phone, please call 678-497-0603 with the reference information provided below. Current and former service customers can now pay online at: https://secure.billtrust.com/tkelevator/ig/one-time-payment Thank you for choosing TK Elevator. We appreciate your business. Please detach the below section and provide along with payment. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Customer Name:     City of Clearwater Remit To:   Location Name:     City Of Clwr Wpc Ms TK ElevatorPO Box 3796Carol Stream, IL60132-3796 For overnight checks,please send to: DeluxeTK Elevator 37965450 N. Cumberland Ave.Chicago, IL 60656   Customer Number: Quote Number:     114784   2025-2-1930793  Reference ID:     ACIA-2A5LGR4  RemittanceAmount:     $27,188.00   2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025   Repair Completion Notice  to be signed at job completion Date:   Building Name:    City Of Clwr Wpc Ms    Repair Job #:  Street Address:    1605 Harbor Dr    City State, Zip:   Clearwater, FL 33755-1824   Dear Sam Rosario, Thank you for allowing us the opportunity to perform the repair job listed above. We have completed the work as outlined in job # and the unit is now up and running. You will receive a flnal bill for this work shortly. We hope your experience was exceptional and look forward to serving you in the future. If you have any questions about the repair work or your service agreement, please check one of the boxes under “Follow-Up Request” and the appropriate person will contact you soon. Customer Representative TK Elevator Representative Customer Name: Sam Rosario  Print or Type Name Name: Brooklyn Utter  Print or Type Name CustomerSignature:   Signature of Authorized Individual Signature:  Signature of Authorized Individual Title: Print or Type Title Title: Account Manager  Print or Type Title Date:Date of acceptance Date: Customer Email: sam.rosario@cbre.com  Customer Email Follow Up Request   If you would like a manager or department representative to contact you, please check one of the following: Sales Department       Service Department       Branch Manager    Repair Department    Phone Number   Comments:  2025-2-1930793 | ACIA-2A5LGR4 | June 17, 2025   City Of Clearwater Dot    June 17, 2025   Purchaser:   City of Clearwater Location:   City Of Clearwater Dot   Address:  PO Box 4748 Address:  3204 Gulf To Bay Blvd  Clearwater, FL 33758-4748 Clearwater, FL  33759-4510   Purchaser authorizes TK Elevator Corporation (referred to as "TK Elevator" hereafter) to perform the following work on the equipment and at the location described above, in exchange for the sum of Thirty Five Thousand Nine Hundred and Eighteen Dollars ($35,918.00) inclusive of all applicable sales and use taxes pursuant to the terms and conditions contained in this Work Order (the "Work Order"). If not accepted with (30) thirty calendar days of the date presented to Purchaser, this Work Order shall automatically be revoked and shall be null and void.  Summary: Elevator TKE ID Description Repair category  1 US199467 Evacuate Oil, Flush and Clean Tank Operational  1 US199467 Rust Remediation / Removal (Pit Section) Rust  1 US199467 Bottom Slide Guides Safety  1 US199467 Traveling Cable with Junction Box Operational  For further information, please see a detailed Scope of Work on the pages that follow.  In the event you have any questions regarding the content of this Work Order please contact me at +1. We appreciate your consideration. Regards, Brooklyn Utter  TK Elevator Corporation  4710 Eisenhower Blvd, Ste B5  Tampa  FL 33634  brooklyn.utter@tkelevator.com |+1  Notice:No permits or inspections by others are included in this work, unless otherwise indicated herein. Delivery andshipping is included. All work is to be performed during regular working days and hours as deflned in this WorkOrder unless otherwise indicated herein.   Repair Work Order  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025  1  Scope of Work HURRICANE HELENE - REPAIR ORDER - ONLY ELEVATOR TK Elevator will provide labor and material to restore the elevator(s) back to its pre-hurricane condition.  The elevator(s) at the site referenced above were compromised due to hurricane damage that occurred 9/26, 2024 byHelene. Salt-water entered the elevator pit(s) and intruded the elevator components, compromising their integrity.  Toprevent intermittent issues and future shutdowns, TK Operations suggest replacing these items to ensure safe andproper elevator operation. Please note that due to the inherent-nature of power damage and/or water damage, TK may discover that additionalwork is necessary, which in that event a separate Work Order will follow. Traveling Cable TK Elevator will provide labor and material to install a new pit travel cable on the elevator(s) referenced above. Onceinstalled, all connections will be made and the elevator will be adjusted for proper operation. The travel cable containsall wiring for the elevator car, linking it to the elevator controller, phone lines, security systems, and more.  The Traveling cable was sitting in salt water from the Hurricane Helene storm surge. The traveler will requirereplacement to prevent rust formation and deterioration, and to remain in compliance with State code. Hydraulic Oil Evacuation Flush & Clean TankTK Elevator will furnish the necessary materials and labor to remove all old oil and water from the hydraulic system forthe elevator referenced above. This includes the oil removal inside of the hydraulic tank and jack cylinder. The oil wascontaminated with water and requires replacement. Once the oil is removed, TK Elevator will clean the hydraulic tankand add new hydraulic oil for the system. Hydraulic Oil Replacement TK Elevator will provide fresh hydraulic oil on the elevator referenced above. This new oil will be installed after thehydraulic system is fiushed and the hydraulic tank is cleaned of all water, old oil, and debris Bottom Slide GuidesTK Elevator will furnish the necessary labor and materials to remove and install new a slide/roller guide assembly tothe elevator mentioned above. Slide/roller guide inserts flt between the slide/roller guide and the rails inside thehoistway to guide the elevator car as it travels. When worn, metal-on-metal noises occur and new inserts are required. Rust Remediation / Removal TK Elevator will furnish the necessary labor and materials to perform a complete pit rust remediation of the elevatormentioned above. This repair order is designed to inhibit the spread of rust and extend the useful life of your existingelevator equipment. This work order also ensures your elevator pit equipment remains code compliant. TK cannotprevent rust from re-occurring in the future.The cost of this scope of work includes, at TK Elevator’s election, the installation of a remote-monitoring device (a“Device”) to those elevators at the location listed above (“Units”) and connection of the Device to TK Elevator’s cloud-based Internet of Things platform known as “MAX.”   With the installation of the Device and its connection to MAX,information obtained via machine learning may be sent to TK Elevator’s technicians in connection with any servicecontract Purchaser has with TK Elevator that covers the Units to promote early diagnosis, faster flxes and reduceddowntime at no additional charge. Payment Terms 50% of the price set forth in this Work Order will be due and payable as an initial progress payment within 10 days from TK Elevator's receipt of a fully executed copy of this Work Order. This initial progress payment will be applied to any applicable project management, permits, engineering, drawings and material procurement. Material will be ordered once this payment is received and the parties have both executed this Work Order. The remaining 50% of the price set forth in this Work Order and any fully executed change orders shall be due and payable at the time TK Elevator commences the work described in the Work Order. TK Elevator's receipt of this flnal payment is a condition precedent to TK Elevator's return of the equipment described in this Work Order to the full operation and use and Purchaser agrees to waive any and all claims to such operation and use until such time as that payment is made in full.   Repair Work Order  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025  2  All value added taxes, tariffs, duties, and similar charges imposed upon TK Elevator as of the date of the execution of this Proposal are included in the price of the Proposal.  After the date of acceptance of this Proposal and in addition to the Proposal price, Purchaser is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable value added taxes, tariffs, duties, and/or other charges imposed by applicable governmental authorities; (2) charges from its suppliers for any of the applicable materials and/or components due to (a) supply chain issues, (b) the imposition of applicable value added taxes, tariffs, duties or other charges by applicable governmental authorities; and/or (c) if the completion of work called for in this Proposal occurs after the milestone mentioned earlier in this Proposal; and/or (3) charges from TK Elevator's shippers and/or freight forwarders, all along with proflt and overhead associated with those amounts set forth in (1), (2) and/or (3).  In addition to the Agreement price, when the materials and/or components called for in this Proposal are ready to ship, TK Elevator will provide Purchaser with a change order that includes such value added taxes, tariffs, duties and/or similar charges imposed upon TK Elevator and/or such charges from its suppliers and freight forwarders for any of the applicable materials and/or components as set forth above, along with proflt and overhead associated with those amounts, which must be executed and fully paid for prior to and as a condition precedent to delivery of the material to the jobsite or providing labor on the project. Purchaser agrees that TK Elevator shall have no obligation to complete any steps necessary to provide Purchaser with full use and operation of the affected elevator(s) until such time as TK Elevator has been paid 100% both of the price refiected in this Work Order and for any other work performed by TK Elevator or its subcontractors in furtherance of this Work Order. Purchaser agrees to waive any and all claims to the turnover and/or use of that equipment until such time as those amounts are paid in full. TK Elevator reserves the right to assign payments owed to TK Elevator under this Work Order. Work order price:   $35,918.00 Initial progress payment:   (50%)   $17,959.00 Total due upon completion:   (50%)   $17,959.00 Repair Work Order  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025  3  Terms and Conditions  TK Elevator does not assume any responsibility for any part of the vertical transportation equipment other than the speciflc components that are described in this Work Order and then only to the extent TK Elevator has performed the work described above. No work, service, examination or liability on the part of  TK Elevator is intended, implied or included other than the work speciflcally described above. It is agreed that TK Elevator does not assume possession or control of any part of the vertical transportation equipment and that such remains Purchaser’s exclusively as the owner, lessor, lessee,possessor, or manager thereof. Unless otherwise stated herein, TK Elevator’s performance of this Work Order is expressly contingent upon Purchaser securing permission or priority as required by all applicable governmental agencies and paying for any and all applicable permits or other similar documents. It is agreed that TK Elevator’s personnel shall be given a safe place inwhich to work. TK Elevator reserves the right to discontinue its work in the location above whenever, in its sole opinion, TK Elevator believes that any aspect of the location is in any way unsafe until such time asPurchaser has demonstrated, at its sole expense, that it hasappropriately remedied the unsafe condition to TK Elevator’ssatisfaction. Unless otherwise agreed, it is understood that the work described above will be performed during regular working days and hours which are deflned as Monday through Friday, 8:00 AM to 4:30PM (except scheduled union holidays). If overtime is mutually agreedupon, an additional charge at TK Elevator’s usual rates for such workshall be added to the price of this Work Order. In consideration of TK Elevator performing the work described above Purchaser, to the fullest extent permitted by law, expressly agrees toindemnify, defend, save harmless, discharge, release and forever acquitTK Elevator, its employees, oiffcers, agents, aiffliates, and subsidiaries from and against any and all claims, demands, suits, and proceedings made or brought against TK Elevator, its employees, oiffcers, agents,aiffliates and subsidiaries for loss, property damage (including damageto the equipment which is the subject matter of this Work Order), personal injury or death that are alleged to have been caused by Purchaser or any others in connection with the presence, use, misuse, maintenance, installation, removal, manufacture, design, operation orcondition of the vertical transportation equipment that is the subject ofthis Work Order, or the associated areas surrounding such equipment. Purchaser's duty to indemnify does not apply to the extent that the loss, property damage (including damage to the equipment which is the subject matter of this Work Order), personal injury or death isdetermined to be caused by or resulting from the negligence ofTK Elevator and/or its employees. Purchaser recognizes, however, thatits obligation to defend TK Elevator and its employees, oiffcers, agents, aiffliates and subsidiaries under this clause is broader and distinct from its duty to indemnify and speciflcally includes payment of all attorney’sfees, court costs, interest and any other expenses of litigation arisingout of such claims or lawsuits. Purchaser expressly agrees to name TK Elevator along with its oiffcers, agents, aiffliates and subsidiaries as additional insureds in Purchaser's liability and any excess (umbrella) liability insurance policy(ies). Suchinsurance must insure TK Elevator, along with its oiffcers, agents,aiffliates and subsidiaries for those claims and/or losses referenced in the above paragraph, and for claims and/or or losses arising from the negligence or legal responsibility of TK Elevator and/or its oiffcers, agents, aiffliates and subsidiaries. Such insurance must specify that itscoverage is primary and non-contributory. Purchaser hereby waives theright of subrogation.  TK Elevator shall not be liable for any loss, damage or delay caused by acts of government, labor, troubles, strikes, lockouts, flre, explosions, theft, riot, civil commotion, war, malicious mischief, acts of God, or any cause beyond its control. TK Elevator Corporation shall automatically receive an extension of time commensurate with any delay regardingthe work called for in this Work Order. Purchaser consents and authorizes TK Elevator (1) to accessPurchaser’s premises to install and connect a Device to the Units and(2) to collect, store, maintain, own, use, delete, and/or destroy any or allof the data generated by the Device(s) as well as all data collected bythe Device(s) and all data sent by the Device(s) to TK Elevator (all suchdata generated , collected, and/or sent shall be collectively referred toherein as the “MAX Data”).  Purchaser agrees that all MAX Data is, andshall be, owned by TK Elevator and agrees to assign and hereby doesassign any right, title or interest it may have in such MAX Data to TKElevator.  Any Device, once installed, is not intended, nor should it beconsidered, as a flxture.  Instead, TK Elevator shall retain the right toremove the Device from any Unit(s) and/or cease any data collectionand/or analysis at any time at its sole discretion.  Moreover, TK Elevatorshall retain the exclusive right and ability to, at its sole discretion,remove, delete and/or destroy all associated data generated from theDevice(s).  Because the Device and the MAX Data contain trade secretsbelonging to TK Elevator and because the Device is being installed forthe sole use and beneflt of TK Elevator’s personnel, Purchaser agreesnot to permit Purchaser’s own personnel or any third parties to use,access, tamper with, relocate, copy, alter, destroy, disassemble orreverse engineer the Device or the MAX Data and shall treat the MAXData as confldential information of TK Elevator, including by using noless than reasonable care to protect the confldentiality of such MAXData.  The installation of any Device on a Unit shall not confer anyrights or operate as an assignment or license to you of any patents,copyrights or trade secrets with respect to the Device and/or anysoftware contained or embedded therein or that it utilizes/utilized inconnection with the collection, monitoring and/or analysis of data. Should loss of or damage to TK Elevator’s material, tools or work occur at the location that is the subject of this Work Order, Purchaser shall compensate TK Elevator therefor, unless such loss or damage results solely from TK Elevator’s own acts or omissions. If any drawings, illustrations or descriptive matter are furnished withthis Work Order, they are approximate and are submitted only to show the general style and arrangement of equipment being offered. Work Order. Purchaser shall bear all cost(s) for any reinspection of  TK Elevator’swork due to items outside the scope of this Work Order or for any inspection arising from the work of other trades requiring the assistance of  TK Elevator. Purchaser expressly agrees to waive any and all claims forconsequential, special or indirect damages arising out of theperformance of this Work Order and speciflcally releases TK Elevatorfrom any and all such claims. A service charge of 1.5% per month, or the highest legal rate, whichever is less, shall apply to delinquent accounts. In the event of any default ofany of the payment provisions herein, Purchaser agrees to pay, inaddition to any defaulted amount, any attorney fees, court costs and all other expenses, fees and costs incurred by TK Elevator in connection with the collection of that defaulted amount. Purchaser agrees that this Work Order shall be construed and enforcedin accordance with the laws of the state where the verticaltransportation equipment that is the subject of this Work Order is located and consents to jurisdiction of the courts, both state and Federal, of that as to all matters and disputes arising out of this Work Order. Purchaser further agrees to waive trial by jury for all suchmatters and disputes.The rights of  TK Elevator under this Work Order shall be cumulativeand the failure on the part of the TK Elevator to exercise any rights given hereunder shall not operate to forfeit or waive any of said rights Repair Work Order  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025  4  and any extension, indulgence or change by TK Elevator in the method, mode or manner of payment or any of its other rights shall not be construed as a waiver of any of its rights under this Work Order. In the event any portion of this Work Order is deemed invalid orunenforceable by a court of law, such flnding shall not affect thevalidity or enforceability of any other portion of this Work Order. This Work Order shall be considered as having been drafted jointly by Purchaser and TK Elevator and shall not be construed or interpreted against either Purchaser or TK Elevator by reason of either Purchaser or TK Elevator’s role in drafting same.In the event Purchaser’s acceptance of the work called for in this WorkOrder is in the form of a purchase order or other kind of document, the provisions, terms and conditions of this Work Order shall exclusively govern the relationship between TK Elevator and Purchaser with respect to the work described herein. Repair Work Order  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025  5  Acceptance Purchaser’s acceptance of this Work Order will constitute exclusively and entirely the agreement for the work herein described. All prior representations or agreements regarding this work, whether written or verbal, will be deemed to be merged herein, and no other changes in or additions to this Work Order will be recognized unless made in writing and properly executed by both parties. No agent or employee of TK Elevator shall have the authority to waive or modify any of the terms of this Work Order without the written approval of an authorized TK Elevator manager. This Work Order speciflcally contemplates work outside the scope of any other contract currently in effect between the parties; any such contract shall be unaffected by this Work Order. To indicate acceptance of this work order, please sign and return one (1) original of this agreement to the branch address shown below. Upon receipt of your written authorization and required materials and/or supplies, we shall implement the work called for in this Work Order. City of Clearwater (Purchaser):  TK Elevator Corporation Management Approval By: \s1 By: \s2 (Signature of Authorized Individual)Travis Jones  (Print or Type Name) (Print or Type Title) (Signature of Branch Representative) Mike Martelli  Branch Manager  \d1\\d2\ (Date of Acceptance)(Date of Execution) Please contact  _______________________________________ to schedule work at the following phone number  __________________________  Repair Work Order  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025  6  REPAIR DOWN PAYMENT REQUEST  Attn:   Travis Jones   City of Clearwater PO Box 4748   Clearwater FL, 33758-4748    Date   Terms   Reference ID   Customer Reference # / PO June 17, 2025 Immediate   ACIA-2AFKT2L    Total Contract Price:   $35,918.00 Down Payment:   (50% ) $17,959.00 For inquiries regarding your contract or services provided by TK Elevator, please contact your local account manager at +1. To make a payment by phone, please call 678-497-0603 with the reference information provided below. Current and former service customers can now pay online at: https://secure.billtrust.com/tkelevator/ig/one-time-payment Thank you for choosing TK Elevator. We appreciate your business. Please detach the below section and provide along with payment. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Customer Name:     City of Clearwater Remit To:   Location Name:     City Of Clearwater Dot TK ElevatorPO Box 3796Carol Stream, IL60132-3796 For overnight checks,please send to: DeluxeTK Elevator 37965450 N. Cumberland Ave.Chicago, IL 60656   Customer Number: Quote Number:     114784   2025-2-1930802  Reference ID:     ACIA-2AFKT2L  RemittanceAmount:   $17,959.00  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025   Repair Completion Notice  to be signed at job completion Date:   Building Name:    City Of Clearwater Dot    Repair Job #:  Street Address:    3204 Gulf To Bay Blvd    City State, Zip:   Clearwater, FL 33759-4510   Dear Travis Jones, Thank you for allowing us the opportunity to perform the repair job listed above. We have completed the work as outlined in job # and the unit is now up and running. You will receive a flnal bill for this work shortly. We hope your experience was exceptional and look forward to serving you in the future. If you have any questions about the repair work or your service agreement, please check one of the boxes under “Follow-Up Request” and the appropriate person will contact you soon. Customer Representative TK Elevator Representative Customer Name: Travis Jones  Print or Type Name Name: Brooklyn Utter  Print or Type Name CustomerSignature:   Signature of Authorized Individual Signature:  Signature of Authorized Individual Title: Print or Type Title Title: Account Manager  Print or Type Title Date:Date of acceptance Date: Customer Email: travis.jones@myclearwater.com  Customer Email Follow Up Request   If you would like a manager or department representative to contact you, please check one of the following: Sales Department       Service Department       Branch Manager    Repair Department    Phone Number   Comments:  2025-2-1930802 | ACIA-2AFKT2L | June 17, 2025   CITY OF CLRWR FIRE 46       June 18, 2025    Purchaser:   City of Clearwater     Location:   CITY OF CLRWR FIRE 46   Address:  PO Box 4748     Address:  534 Mandalay Ave    Clearwater, FL 33758-4748      Clearwater, FL  33767-1740         Purchaser authorizes TK Elevator Corporation (referred to as "TK Elevator" hereafter) to perform the following work on the equipment and at the location described above, in exchange for the sum of Ninety Three Thousand Nine Hundred Thirty Seven Dollars and Fifty Seven Cents ($93,937.57) inclusive of all applicable sales and use taxes pursuant to the terms and conditions contained in this Work Order (the "Work Order").   If not accepted with (30) thirty calendar days of the date presented to Purchaser, this Work Order shall automatically be revoked and shall be null and void.  Summary:       Elevator TKE ID Description Repair category   US1439329 Wheelchair Lift Replacement Aesthetic        For further information, please see a detailed Scope of Work on the pages that follow.       In the event you have any questions regarding the content of this Work Order please contact me at  +1. We appreciate your consideration. Regards,    Brooklyn Utter  TK Elevator Corporation  4710 Eisenhower Blvd, Ste B5  Tampa  FL 33634  brooklyn.utter@tkelevator.com |+1      Notice:No permits or inspections by others are included in this work, unless otherwise indicated herein. Delivery andshipping is included. All work is to be performed during regular working days and hours as deflned in this WorkOrder unless otherwise indicated herein.   Repair Work Order      2024-2-1815322 | ACIA-29VHKAF | June 18, 2025    1    Scope of Work HURRICANE HELENE - REPAIR ORDER - WHEELCHAIR LIFT (Only) TK Elevator will provide labor and material to replace the existing wheelchair lift that damaged due to HurricaneHelene/Milton around 9/26, 2024.  Salt-water entered the equipment and intruded the components, compromisingtheir integrity.  To prevent intermittent issues and future shutdowns, TK Operations suggest replacing these items toensure safe and proper operation. PERMIT AND INSPECTION IS INCLUDED IN THIS WORK ORDER TK Elevator will safely remove the existing lift, and replace it with a new, direct replacement. Payment Terms  50% of the price set forth in this Work Order will be due and payable as an initial progress payment within 10 days from TK Elevator's receipt of a fully executed copy of this Work Order. This initial progress payment will be applied to any applicable project management, permits, engineering, drawings and material procurement. Material will be ordered once this payment is received and the parties have both executed this Work Order.   The remaining 50% of the price set forth in this Work Order and any fully executed change orders shall be due and payable at the time TK Elevator commences the work described in the Work Order. TK Elevator's receipt of this flnal payment is a condition precedent to TK Elevator's return of the equipment described in this Work Order to the full operation and use and Purchaser agrees to waive any and all claims to such operation and use until such time as that payment is made in full.     All value added taxes, tariffs, duties, and similar charges imposed upon TK Elevator as of the date of the execution of this Proposal are included in the price of the Proposal.  After the date of acceptance of this Proposal and in addition to the Proposal price, Purchaser is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable value added taxes, tariffs, duties, and/or other charges imposed by applicable governmental authorities; (2) charges from its suppliers for any of the applicable materials and/or components due to (a) supply chain issues, (b) the imposition of applicable value added taxes, tariffs, duties or other charges by applicable governmental authorities; and/or (c) if the completion of work called for in this Proposal occurs after the milestone mentioned earlier in this Proposal; and/or (3) charges from TK Elevator's shippers and/or freight forwarders, all along with proflt and overhead associated with those amounts set forth in (1), (2) and/or (3).  In addition to the Agreement price, when the materials and/or components called for in this Proposal are ready to ship, TK Elevator will provide Purchaser with a change order that includes such value added taxes, tariffs, duties and/or similar charges imposed upon TK Elevator and/or such charges from its suppliers and freight forwarders for any of the applicable materials and/or components as set forth above, along with proflt and overhead associated with those amounts, which must be executed and fully paid for prior to and as a condition precedent to delivery of the material to the jobsite or providing labor on the project.   Purchaser agrees that TK Elevator shall have no obligation to complete any steps necessary to provide Purchaser with full use and operation of the affected elevator(s) until such time as TK Elevator has been paid 100% both of the price refiected in this Work Order and for any other work performed by TK Elevator or its subcontractors in furtherance of this Work Order. Purchaser agrees to waive any and all claims to the turnover and/or use of that equipment until such time as those amounts are paid in full. TK Elevator reserves the right to assign payments owed to TK Elevator under this Work Order.  Work order price:    $93,937.57     Initial progress payment:   (50%)   $46,968.79     Total due upon completion:   (50%)   $46,968.79    Repair Work Order      2024-2-1815322 | ACIA-29VHKAF | June 18, 2025    2    Terms and Conditions   TK Elevator does not assume any responsibility for any part of the vertical transportation equipment other than the speciflc components that are described in this Work Order and then only to the extent TK Elevator has performed the work described above. No work, service, examination or liability on the part of  TK Elevator isintended, implied or included other than the work speciflcally described above. It is agreed that TK Elevator does not assume possession or control of any part of the vertical transportation equipment and that such remains Purchaser’s exclusively as the owner, lessor, lessee,possessor, or manager thereof. Unless otherwise stated herein, TK Elevator’s performance of this Work Order is expressly contingent upon Purchaser securing permission or priority as required by all applicable governmental agencies and payingfor any and all applicable permits or other similar documents. It is agreed that TK Elevator’s personnel shall be given a safe place in which to work. TK Elevator reserves the right to discontinue its work in the location above whenever, in its sole opinion, TK Elevator believes that any aspect of the location is in any way unsafe until such time asPurchaser has demonstrated, at its sole expense, that it hasappropriately remedied the unsafe condition to TK Elevator’s satisfaction. Unless otherwise agreed, it is understood that the work described above will be performed during regular working days and hours which are deflned as Monday through Friday, 8:00 AM to 4:30PM (except scheduled union holidays). If overtime is mutually agreedupon, an additional charge at TK Elevator’s usual rates for such work shall be added to the price of this Work Order.  In consideration of TK Elevator performing the work described abovePurchaser, to the fullest extent permitted by law, expressly agrees toindemnify, defend, save harmless, discharge, release and forever acquit TK Elevator, its employees, oiffcers, agents, aiffliates, and subsidiaries from and against any and all claims, demands, suits, and proceedings made or brought against TK Elevator, its employees, oiffcers, agents,aiffliates and subsidiaries for loss, property damage (including damageto the equipment which is the subject matter of this Work Order), personal injury or death that are alleged to have been caused by Purchaser or any others in connection with the presence, use, misuse, maintenance, installation, removal, manufacture, design, operation orcondition of the vertical transportation equipment that is the subject ofthis Work Order, or the associated areas surrounding such equipment. Purchaser's duty to indemnify does not apply to the extent that the loss, property damage (including damage to the equipment which is the subject matter of this Work Order), personal injury or death isdetermined to be caused by or resulting from the negligence ofTK Elevator and/or its employees. Purchaser recognizes, however, that its obligation to defend TK Elevator and its employees, oiffcers, agents, aiffliates and subsidiaries under this clause is broader and distinct from its duty to indemnify and speciflcally includes payment of all attorney’sfees, court costs, interest and any other expenses of litigation arisingout of such claims or lawsuits. Purchaser expressly agrees to name TK Elevator along with its oiffcers, agents, aiffliates and subsidiaries as additional insureds in Purchaser's liability and any excess (umbrella) liability insurance policy(ies). Suchinsurance must insure TK Elevator, along with its oiffcers, agents,aiffliates and subsidiaries for those claims and/or losses referenced in the above paragraph, and for claims and/or or losses arising from the negligence or legal responsibility of TK Elevator and/or its oiffcers, agents, aiffliates and subsidiaries. Such insurance must specify that itscoverage is primary and non-contributory. Purchaser hereby waives theright of subrogation.   TK Elevator shall not be liable for any loss, damage or delay caused by acts of government, labor, troubles, strikes, lockouts, flre, explosions, theft, riot, civil commotion, war, malicious mischief, acts of God, or any cause beyond its control. TK Elevator Corporation shall automaticallyreceive an extension of time commensurate with any delay regardingthe work called for in this Work Order.  Should loss of or damage to TK Elevator’s material, tools or work occur at the location that is the subject of this Work Order, Purchaser shall compensate TK Elevator therefor, unless such loss or damage results solely from TK Elevator’s own acts or omissions. If any drawings, illustrations or descriptive matter are furnished withthis Work Order, they are approximate and are submitted only to show the general style and arrangement of equipment being offered. Work Order. Purchaser shall bear all cost(s) for any reinspection of  TK Elevator’swork due to items outside the scope of this Work Order or for any inspection arising from the work of other trades requiring the assistance of  TK Elevator. Purchaser expressly agrees to waive any and all claims forconsequential, special or indirect damages arising out of theperformance of this Work Order and speciflcally releases TK Elevator from any and all such claims. A service charge of 1.5% per month, or the highest legal rate, whichever is less, shall apply to delinquent accounts. In the event of any default ofany of the payment provisions herein, Purchaser agrees to pay, inaddition to any defaulted amount, any attorney fees, court costs and all other expenses, fees and costs incurred by TK Elevator in connection with the collection of that defaulted amount. Purchaser agrees that this Work Order shall be construed and enforcedin accordance with the laws of the state where the verticaltransportation equipment that is the subject of this Work Order is located and consents to jurisdiction of the courts, both state and Federal, of that as to all matters and disputes arising out of this Work Order. Purchaser further agrees to waive trial by jury for all suchmatters and disputes.The rights of  TK Elevator under this Work Order shall be cumulative and the failure on the part of the TK Elevator to exercise any rights given hereunder shall not operate to forfeit or waive any of said rights and any extension, indulgence or change by TK Elevator in the method,mode or manner of payment or any of its other rights shall not beconstrued as a waiver of any of its rights under this Work Order. In the event any portion of this Work Order is deemed invalid or unenforceable by a court of law, such flnding shall not affect the validity or enforceability of any other portion of this Work Order.This Work Order shall be considered as having been drafted jointly byPurchaser and TK Elevator and shall not be construed or interpreted against either Purchaser or TK Elevator by reason of either Purchaser or TK Elevator’s role in drafting same. In the event Purchaser’s acceptance of the work called for in this WorkOrder is in the form of a purchase order or other kind of document, theprovisions, terms and conditions of this Work Order shall exclusively govern the relationship between TK Elevator and Purchaser with respect to the work described herein.  Repair Work Order      2024-2-1815322 | ACIA-29VHKAF | June 18, 2025    3    Acceptance Purchaser’s acceptance of this Work Order will constitute exclusively and entirely the agreement for the work herein described. All prior representations or agreements regarding this work, whether written or verbal, will be deemed to be merged herein, and no other changes in or additions to this Work Order will be recognized unless made in writing and properly executed by both parties. No agent or employee of TK Elevator shall have the authority to waive or modify any of the terms of this Work Order without the written approval of an authorized TK Elevator manager.   This Work Order speciflcally contemplates work outside the scope of any other contract currently in effect between the parties; any such contract shall be unaffected by this Work Order.   To indicate acceptance of this work order, please sign and return one (1) original of this agreement to the branch address shown below. Upon receipt of your written authorization and required materials and/or supplies, we shall implement the work called for in this Work Order.     (Purchaser):  TK Elevator Corporation Management Approval  By: \s1   By: \s2  (Signature of Authorized Individual)    (Print or Type Name)   (Print or Type Title)   (Signature of Branch Representative) Kelly Schafer  Sales Manager   \d1\   \d2\   (Date of Acceptance)   (Date of Execution)          Please contact  _______________________________________ to schedule work at the following phone number  __________________________  Repair Work Order      2024-2-1815322 | ACIA-29VHKAF | June 18, 2025    4    REPAIR DOWN PAYMENT REQUEST             ,      Date   Terms   Reference ID   Customer Reference # / PO    June 18, 2025    Immediate   ACIA-29VHKAF         Total Contract Price:    $93,937.57     Down Payment:   (50% )   $46,968.79   For inquiries regarding your contract or services provided by TK Elevator, please contact your local account manager at +1. To make a payment by phone, please call 678-497-0603 with the reference information provided below. Current and former service customers can now pay online at: https://secure.billtrust.com/tkelevator/ig/one-time-payment   Thank you for choosing TK Elevator. We appreciate your business.   Please detach the below section and provide along with payment. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Customer Name:     City of Clearwater     Remit To:   Location Name:     CITY OF CLRWR FIRE 46     TK ElevatorPO Box 3796Carol Stream, IL60132-3796 For overnight checks,please send to: DeluxeTK Elevator 37965450 N. Cumberland Ave.Chicago, IL 60656   Customer Number: Quote Number:     114784   2024-2-1815322      Reference ID:     ACIA-29VHKAF      RemittanceAmount:     $46,968.79           2024-2-1815322 | ACIA-29VHKAF | June 18, 2025       Repair Completion Notice  to be signed at job completion Date:           Building Name:       CITY OF CLRWR FIRE 46    Repair Job #:       Street Address:       534 Mandalay Ave       City State, Zip:      Clearwater, FL 33767-1740   Dear  ,   Thank you for allowing us the opportunity to perform the repair job listed above. We have completed the work as outlined in job # and the unit is now up and running. You will receive a flnal bill for this work shortly.   We hope your experience was exceptional and look forward to serving you in the future. If you have any questions about the repair work or your service agreement, please check one of the boxes under “Follow-Up Request” and the appropriate person will contact you soon. Customer Representative    TK Elevator Representative   Customer Name:       Print or Type Name    Name:    Brooklyn Utter  Print or Type Name   CustomerSignature:     Signature of Authorized Individual    Signature:     Signature of Authorized Individual   Title:       Print or Type Title   Title:    Account Manager  Print or Type Title  Date:  Date of acceptance   Date:     Customer Email:      Customer Email       Follow Up Request     If you would like a manager or department representative to contact you, please check one of the following:    Sales Department       Service Department           Branch Manager       Repair Department         Phone Number      Comments:            2024-2-1815322 | ACIA-29VHKAF | June 18, 2025       Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 1 PROPOSAL TO REPAIR DAMAGE FROM HURRICANE HELENE • Water impacted equipment in the elevator equipment leading to the water intrusion in the traveling cable damaging the elevator controller and pumping unit. • New controller needed and necessitates new fixtures, travelling cable and other components for new controller to function, With a new controller elevator needs to be brought up to current day code and items needed for that are also included. • Salt water in elevator pits means rust remediation must occur for pit equipment and new buffers installed. • THIS PROPOSAL DOES NOT INCLUDE ANY ALLOWANCE FOR WORK BY OTHERS TO MEET CODE REQUIREMENTS. The City is responsible to hire these services through their preferred vendors, and TK Elevator will assist with the coordination of the completion of the work. o The City shall be responsible for paying the vendor for the completion of this work – this way the City can ensure to get the best possible deal financially. o TKE will help with coordination. ▪ One meeting will be held at each site upon award of the modernization project. ▪ One meeting will be held about one (1) month before starting. ▪ Progress meetings will be held every Wednesday or Thursday morning during engineering and installation to ensure continue communication and efficiency. TK Elevator Corporatfon (hereinafter "TK Elevator") is dedicated to delivering (hereinafter “Purchaser”) the safest, highest quality vertfcal transportatfon solutfons. I am pleased to present this customized Proposal (the “Proposal”) in the amount of $104,842.28 inclusive of all applicable sales and use taxes to work the elevator equipment described in the pages that follow at the above- referenced locatfon. This Proposal shall remain in effect for the next thirty (30) days unless it is revoked earlier by TK Elevator in writfng. The price above is subject to escalatfon - even after Purchaser’s acceptance of this Proposal – under certain circumstances including TK Elevator being subjected to increased charges by its suppliers for any of the applicable materials and/or components due to supply chain issues; the impositfon of new or increased taxes, tariffs, or other charges imposed by applicable governmental authoritfes; TK Elevator being subjected to increased charges from its shippers and/or freight forwarders; any material called for in this Proposal being released into productfon more than 6 months following the written acceptance of this Proposal; or any work described in this Proposal is not completed by December 31, 2025. In the event you have any questfons regarding the content of this Proposal, please do not hesitate to contact me. We appreciate your consideratfon. Sincerely, Adriana Cepeda Sr Sales Representatfve adriana.cepeda@tkelevator.com +1 813 4687483 City Of Clearwater Fire Station 44 June 16, 2025 Purchaser: City of Clearwater Locatfon: City Of Clearwater Fire Statfon 44 Address: 950 Gulf Blvd Address: 950 Gulf Blvd Clearwater, FL 33767-2700 Clearwater, FL 33767-2700 Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 2 SCOPE OF WORK Grouping Name: 1 Equipment Type: Rope Hydro Speed: 100 fpm 2 Stops (1 Front /2 Rear) Capacity: 1000 lbs. Units Included Building Address Nickname TKE Serial # 950 Gulf Blvd 1 US221894 Description of Work Controller - NEW - TAC 32 Controller (Includes Optfons listed below) • 24 VDC Signal Voltage • Auto Light and Fan Feature • Car Independent Service • Car Traveling Lantern Circuitry • Door Bypass Operatfon • Electronic Door Detector Interface • Hoistway Access and Enable • THY Board - eMax Monitoring Device Provisions - Solid State Starters (6 or 12 leads) 230 VAC - Battery Lowering in Controller - Tenant Security Optfon - Two-way Communicatfon Machine Room Equipment (Primary Box) Power Unit – NEW - NEW Oil - NEW Power Unit (Submersible) with new valve, motor, etc. Jack – retain jack and piston assembly - NEW Pipe Stands - NEW Packing Car - NEW Car Guides - NEW Toe Guard – front and rear opening - NEW Car Top Equipment - NEW Crosshead data tag (for existfng car slings) - NEW Two-way Communicatfon Camera (dome), Ethernet Extender (kit), & Battery Backup – 2019 CODE REQUIREMENT Note: 2019 code requires that 2-way video communication be monitored. TKE can provide this monitoring as an additional cost to our existing maintenance agreement - NEW Cab Wiring Material (200MK1) - NEW Car Exhaust Fan Hoistway Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 3 - NEW Base Wiring Package for 2019 Code - NEW TAC 32 Field Friendly Wiring Package: • Includes single traveling cable • hoistway wiring • interlock wiring • interlock connectors • serial wiring • FIBER OPTIC CABLE, HOISTWAY PIPING & DUCT ARE NOT INCLUDED. - NEW Steel Tape with Mountfng hardware, Selector and magnets (terminal limits included) Pit - NEW Buffers - NEW Pit Ladder - NEW Pit Stop Switch Cab – reuse existing cab shell and interiors Door Equipment - NEW Clutch - NEW GAL MOVFRII Door Operator - NEW Closers to replace existfng at all openings - NEW Interlocks to replace existfng at all openings - NEW Pick Up Rollers to replace existfng at all openings - NEW Micro Light 3D 2019 Door Edge (Front) - NEW Micro Light 3D 2019 Door Edge (Rear) - NEW 3D Cabsafe Components Package - The remaining hoistway and car side door equipment will be retained as is (including tracks, headers, car door, hoistway doors, hanger rollers) Car Fixtures – NEW - Main Car Statfon Includes Optfons Below - • Applied Panel • Stainless steel #4 finish • Braille Plates to meet code requirements • Standard Key Switch Package for code requirements • Locked Service Cabinet • Emergency Light in COP • Vandal Resistant Stainless Steel #4 Floor Buttons with LED halo (blue) • Emergency Light mounted in COP • 2004 and later Fire Service Phase II Features (includes instructfons signage) • Handicap Signal (Passing signal) • Two-way Communicatfon Positfon Indicator • ADA Phone System integral with COP (Rath) • Voice Annunciator (Standard features) - #4 Stainless Steel Finish (441) - Car Riding Lantern (Standard) #4 S/S (441) Hall Fixtures – NEW - Hall Statfons on all floors. • Surface mount in stainless steel #4 • Appendix O (Polycarbonate insert flame) Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 4 • Main Egress hall statfon will include fire service Phase I Key Switch and Engraved Instructfons. 2009 & 2010 communicatfons failure indicator - Hoistway Access Switch (Standalone) - Hoistway Jamb Braille (Pair of Standard) (# of Floors) - Car Identfficatfon Plate (Pair) Miscellaneous • INCLUDED – Elevators Permits & Inspectfon • INCLUDED – Adjustfng and Pre-testfng • INCLUDED – Standard Cleaning and Paintfng • NOTE - Building will need to coordinate with FIRE ALARM COMPANY for fire alarm work. BUILDING RELATED WORK – NOT INCLUDED • ELECTRICAL AND HVAC - NOT INCLUDED • FIRE ALARM – NOT INCLUDED • THIS PROPOSAL DOES NOT INCLUDE ANY ALLOWANCE FOR WORK BY OTHERS TO MEET CODE REQUIREMENTS. The City is responsible to hire these services through their preferred vendors, and TK Elevator will assist with the coordination of the completion of the work. o The City shall be responsible for paying the vendor for the completion of this work – this way the City can ensure to get the best possible deal financially. o TKE will help with coordination. ▪ One meeting will be held at each site upon award of the modernization project. ▪ One meeting will be held about one (1) month before starting. ▪ Progress meetings will be held every Wednesday or Thursday morning during engineering and installation to ensure continue communication and efficiency. 1. Key Tasks and Approximate Lead Times Key Tasks to be performed to be performed by Purchaser prior to equipment fabricatfon: a. Executfon of this Proposal b. Payment for pre-productfon and engineering c. Approval of layout (if applicable) d. Executfon of TK Elevator's Material Release Form Approximate Durations/Lead Times Time frame starts when a fully executed agreement and deposit are received. Initfal payment must be received within 45 days of executfon of the contract to hold pricing due to rapidly changing material pricing currently being seen. Contract executfon (can run concurrently with layout drawing package preparatfon and approval) Varies Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 5 Engineering, preproductfon and fabricatfon 4 – 6 months approx. Modernizatfon of elevator system (Per Unit): (Upon completfon of all required preparatory work by others) 4-5 Weeks The duratfons or lead tfmes listed above are strictly approximatfons that can vary due to factors both within and outside of TK Elevator's control, are subject to change without notfce to Purchaser and shall not be binding on TK Elevator. 2. Payment Terms 50% of the price set forth in this Proposal as modified by optfons selected from the sectfon entftled “Value Engineering Opportunitfes & Alternates” (if applicable) will be due and payable as an initfal progress payment within 30 days from TK Elevator's receipt of a fully executed copy of this Proposal. This initfal progress payment will be applied to project management, permits, engineering and shop drawings, submittals, and drilling mobilizatfons (if required). The material will not be ordered untfl this payment is received, and the partfes have both executed this Proposal and the Material Release Form. 25% of the price set forth in this Proposal as modified by optfons selected from the sectfon entftled “Value Engineering Opportunitfes & Alternates” (if applicable) shall be due and payable when the material described above has been furnished. Material is considered furnished when it has been received at the jobsite or TK Elevator staging facility. Supportfng documentatfon of materials stored shall be limited to stored materials certfficates of insurance and bills of lading. Receipt of this payment is required prior to mobilizatfon of labor. 25% of the price set forth in this Proposal shall be made as progress payments throughout the life of the project. In the event TK Elevator fails to receive payment within thirty (30) days of the date of a corresponding invoice, TK Elevator reserves the right to demobilize untfl such a tfme that the payments have been brought up to date, and TK Elevator has the available manpower. It is agreed that there will be no withholding of retainage from any billing and by the customer from any payment. The payment terms breakdown above shall be considered the Schedule of Values for the project as written. Billing shall be submitted on or before the 25th day of the month according to the payment schedule above and accompanied by a form of G702-703 pay applicatfon/schedule of values and a conditfonal waiver, the format of which is hereby acknowledged and accepted. The use of online Portals for the submission of billing shall follow the terms of the Proposal and Customer agrees to permit billing in accordance with the executed contract terms. Portal access and usage is to be provided free of additfonal charge to TK Elevator and any additfonal cost for such use is to be reimbursed to TK Elevator via a reimbursable change order immediately upon acceptance. Purchaser agrees that TK Elevator shall have no obligatfon to complete any steps necessary to provide Purchaser with full use and operatfon of the installed equipment untfl such tfme as TK Elevator has been paid 100% both of the price reflected in this Proposal and for any other work performed by TK Elevator or its subcontractors in furtherance of this Proposal. Purchaser agrees to waive any and all claims to the turnover and/or use of that equipment untfl such tfme as those amounts are paid in full. Proposal price: $104,842.28 Initfal progress payment: (50%) $52,421.14 Material furnished: (25%) $26,210.57 Total of remaining progress payments: (25%) $26,210.57 Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 6 Any work that Purchaser may require prior to turnover of the equipment that is outside of the scope described in this Proposal - other than Temporary Use as described below - will be performed only after the full executfon of a mutually agreeable change order and only at the following rates: Mechanic (Standard) per hour $285.00 Mechanic (OT) per hour $521.00 Team (Standard) per hour $513.00 Team (OT) per hour $938.00 Rates are not inclusive of any per diem, mileage or other expenses which may be dependent on jobsite locatfon. 3. Warranty TK Elevator warrants any equipment it installs as described in this Proposal against defects in material and workmanship for a period of one (1) year from the date of Purchaser’s executfon of TK Elevator's “Final Acceptance Form” on the express conditfons that all payments made under this Proposal and any mutually agreed-to change orders have been made in full and that such equipment is currently being serviced by TK Elevator. In the event that TK Elevator's work is delayed for a period greater than six (6) months, the warranty shall be reduced by the amount of the delay. This warranty is in lieu of any other warranty or liability for defects. TK Elevator makes no warranty of merchantability and no warrantfes which extend beyond the descriptfon in this Proposal, nor are there any other warrantfes, expressed or implied, by operatfon of law or otherwise. Like any piece of fine machinery, the equipment described in this Proposal should be periodically inspected, lubricated, and adjusted by competent personnel. This warranty is not intended to supplant normal maintenance service and shall not be construed to mean that TK Elevator will provide free service for periodic examinatfon, lubricatfon, or adjustment, nor will TK Elevator correct, without a charge, breakage, maladjustments, or other trouble arising from normal wear and tear or abuse, misuse, improper or inadequate maintenance, or any other causes other than defectfve material or workmanship. In order to make a warranty claim, Purchaser must give TK Elevator prompt written notfce at the address listed on the cover page of this Proposal and provided all payments due under the terms of this Proposal and any mutually agreed to written change orders have been made in full, TK Elevator shall, at its own expense, correct any proven defect by repair or replacement. TK Elevator will not, under any circumstances, reimburse Purchaser for cost of work done by others, nor shall TK Elevator be responsible for the performance of any equipment that has been the subject of service, repair, replacement, revisions or alteratfons by others. If there is more than one (1) unit which is the subject of work described in this Proposal, this sectfon shall apply separately to each unit as accepted. 4. Preventative Maintenance Program The existing maintenance agreement shall remain in full force and effect. This Proposal does not include any maintenance, service, repair or replacement of the equipment or any other work not expressly described herein. TK Elevator may submit a separate proposal to Purchaser covering the maintenance and repair of this equipment to be supplied to Purchaser at an additfonal cost. In the event the Purchaser and TK Elevator have a new or existfng maintenance Agreement in effect at the tfme of the acceptance of this proposal and/or during the scope of this work, the terms of the Agreement shall remain in full force and effect throughout the performance of this scope of work and contfnue throughout the duratfon of the stated term in that Agreement. 5. Work Not Included *** TKE has included an allowance of $20,000 for the building related work items to meet code requirements. There are certain items that are not included in this Proposal, many of which must be completed by Purchaser prior to and as a conditfon precedent to TK Elevator's performance of its work as described in this Proposal. In order to ensure a successful Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 7 completfon of this project, it shall be solely Purchaser’s responsibility to coordinate its own completfon of those items with TK Elevator. The following is a list of those items that are not included in this Proposal: A. Hoistways and Equipment Rooms 1. Purchaser shall provide the following: a. A dry legal hoistway, properly framed and enclosed, and including a pit of proper depth and overhead. This is to include steel safety beam, inspectfon or access platiorms, access doors, sump pump, lights, waterproofing and ventfng as required; dewatering of pit(s) and required permanent screening/ b. A dry legal machine/control room, with clear rollable access adequate for the elevator equipment, including floors, trap doors, properly sized legal machine room doors, gratfngs, machine room or roof access platiorms, roof/loading protectfon, ladders, railings, foundatfons, all hoist beams, lightfng, ventflatfon sized per the TK Elevator shop drawings and/or code requirements. Purchaser must maintain machine/control room (or machine/control space within the shaft for MRL equipment) temperature between 55 and 90 degrees Fahrenheit, with relatfve humidity less than 95% non-condensing at all tfmes. c. Adequate bracing of entrance frames to prevent distortfon during wall constructfon. d. All groutfng, fire caulking, cutting, x-ray and removal of walls and floors, patching, coring, setting of sleeves/knockouts, penetratfons and paintfng (except as specified) and removal of obstructfons required for elevator work; along with all proper trenching and backfilling for any underground piping and/or conduit. e. All labor and materials necessary to support the full width of the hoistway at each landing for anchoring or welding TK Elevator sill supports, steel angles, sill recesses; f. The furnishing, installing and maintaining of the required fire ratfng of elevator hoistway walls, including the penetratfon of firewall by elevator fixture boxes; g. Ensuring that the elevator hoistways and pits are dewatered, cleaned and properly waterproofed; B. Electrical and Life Safety: 1. Purchaser shall provide a dedicated, analog telephone or data line to the elevator telephone or communicatfon device; one additfonal data line per group of elevators for diagnostfc capability wired to designated controller; This Proposal includes the installatfon of an in-car emergency elevator communicatfon system for the benefit of the deaf, hard of hearing and speech impaired (the “Multfmedia Equipment”) in accordance with the current applicable requirements of both the Internatfonal Building Code and ASME A17.1. Purchaser shall provide one permanent 110V 20 amp circuit with all piping and wiring to controller for the emergency elevator communicatfon system. This Proposal does not, however, include the monitoring of any communicatfons to and from that Multfmedia Equipment and Purchaser (and any end user of the units) expressly acknowledge that it is solely their responsibility to ensure that any and all such communicatfons are appropriately monitored in accordance with all applicable rules, codes, statutes and/or laws as a conditfon precedent to turnover of the units including but not limited to a modem and internet connectfon and a minimum of four (4) hours of battery backup for all communicatfons. 2. Purchaser shall provide the following: a. suitable connectfons from the power main to each controller and signal equipment feeders as required, including necessary circuit breakers and fused mainline disconnect switches per N.E.C. prior to installatfon. Suitable power supply capable of operatfng the new elevator equipment under all conditfons; b. piping and wiring to controller for mainline power, car lightfng, and any other building systems that interface with the elevator controls per N.E.C. Artfcles 620-22 and 620-51; c. any required hoistway / wellway, machine room, pit lightfng and/or 110v service outlets; d. conduit and wiring for remote panels to the elevator machine room(s) and between panels. Remote panels required by local jurisdictfons are not included in this proposal; e. a bonded ground wire, properly sized, from the elevator controller(s) to the primary building ground; and all remote wiring to the outside alarm bell as requested by all applicable code provisions; f. installed sprinklers, smoke/heat detectors on each floor, machine room and hoistways / wellways, shunt trip devices (not self- resetting) and access panels as may be required as well as normally open dry contacts for smoke/heat sensors, which shall be terminated by Purchaser at a properly marked terminal in the elevator controller; Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 8 g. a means to automatfcally disconnect the main line and the emergency power supply to the elevator prior to the applicatfon of water in the elevator machine room that shall not be self-resetting; h. emergency power supply including automatfc tfme delay transfer switch and auxiliary contacts with wiring to the designated elevator controller and along with electrical cross connectfons between elevator machine rooms for emergency power purposes; i. the following emergency power provisions are not included: interface in controller, pre-testfng and testfng, emergency power keyswitches; j. emergency power operatfon is included as part of the design of the elevator control system and based on each car in the group only, to properly sequence, one at a tfme to the programmed landing, and park. The design requires that the generator, transfer switch, and related circuitry are sufficient to run this functfon or any other functfon for any building other system that is associated with this project. In the event that the generator, transfer switch, and related circuitry are not sufficient, TK Elevator will provide Purchaser with a written change order for Purchaser’s executfon. k. a dry set of contacts which close 20 seconds prior to the transfer from normal power to emergency power or from emergency power to normal power whether in test mode or normal operatfng conditfons in the event that an emergency power supply will be provided for the elevator; l. confirmatfon that the emergency standby power generator and/or building can accept the power generated to and from the elevator during both Hi-Speed and Deceleratfon. In cases where the generator and/or building load is not electrically sized to handle the power return from the regen drive, additfonal separate chopper and resistor units are available for purchase but not included in this proposal. The additfonal chopper and resistor units allow regenerated power to be dissipated in the resistor bank and not sent back into the building grid. C. Miscellaneous: 1. Purchaser shall provide all work relatfng to the finished cab flooring including, but not limited to, the provision of materials and its installatfon to comply with all applicable codes; 2. Hydraulic jack replacement: a. the excavatfon of the elevator cylinder well hole in the event drilling is necessary through soil that is not free from rock, sand, water, building constructfon members and obstructfons. Should obstructfons be encountered, TK Elevator will proceed only after written authorizatfon has been received from the Purchaser. The contract price shall be increased by the amount of additfonal labor at TK Elevator's standard labor rates as per the local office along with any additfonal expenses and materials required; b. adequate ingress and egress, including ramping, for rail-mounted or truck-mounted drill rig; c. Purchaser is responsible for pumping truck contractor to remove and dispose of spoils from the site. In the event that unforeseen and unfavorable below ground conditfons are encountered, including but not limited to concrete around the cylinder, constructfon debris, adverse water and/or soil conditfons, erosion, cavitatfons, oil contaminatfon, or circumstances necessitatfng increased hole depth, etc., which require the employment of specialized contractors, TK Elevator shall immediately advise the Purchaser and costs will be extra to the contract; d. in ground protectfon systems other than TK Elevator's standard HDPE or PVC protectfon system with bottomless corrugated steel casing; e. any required trenching and backfilling for underground piping or casings, and conduit as well as any compactfon, groutfng, and waterproofing of block-out; f. engineering, provision and installatfon of methane barriers or coordinatfon/access; g. access to 2" pressurized water supply within 100'-0" of the jack hole locatfon; h. a safe, accessible storage area for placement of D.O.T. 55 gallon containers for the purpose of spoils containment; obtaining of local environmental or disposal permits i. any spoils or water testfng; 6. Working Hours, Logistics and Mobilization a. All work described in this Proposal shall be performed during TK Elevator's regular working days – defined as Monday thru Friday and excluding IUEC recognized holidays – and regular working hours – defined as those hours regularly worked by TK Elevator modernizatfon mechanics at the TK Elevator branch office that will provide labor associated with the performance of the work described in this Proposal - unless otherwise specified and agreed to in writfng by both TK Elevator and Purchaser Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 9 (hereinafter TK Elevator's regular working days and regular working hours shall be collectfvely defined as “normal working hours”). TK Elevator shall be provided with uninterrupted access to the elevator hoistway and machine room areas to perform work during normal working hours. b. Purchaser shall provide on-site parking to all TK Elevator personnel at no additfonal cost to TK Elevator. c. Purchaser shall provide traffic control, lane closures, permits and flagmen to allow suitable access/unload of tractor trailer(s). d. Purchaser agrees to provide unobstructed tractor-trailer access and roll-able access from the unloading area to the elevator or escalator hoistways or wellways (as applicable). e. Purchaser will be required to sign off on the Material Release Form, which will indicate the requested delivery date of equipment to the site. If Purchaser is not ready to accept delivery of the equipment within ten (10) business days of the agreed upon date, Purchaser will immediately make payments due for equipment and designate an area adjacent to the elevator shaft where Purchaser will accept delivery. If Purchaser fails to provide this locatfon or a mutually agreeable alternatfve, TK Elevator is authorized to warehouse the equipment at the TK Elevator warehouse or designated distributfon facility at Purchaser's risk and expense. Purchaser shall reimburse TK Elevator for all costs due to extra handling and warehousing. Storage beyond ten (10) business days will be assessed at a rate of $100.00 per calendar day for each unit listed in this Proposal, which covers storage and insurance of the elevator equipment and is payable prior to delivery. f. Purchaser agrees to provide a dry and secure area adjacent to the hoistway(s) at the ground level for storage of the elevator equipment and tools within ten (10) business days from receipt at the local TK Elevator warehouse. Any warrantfes provided by TK Elevator for vertfcal transportatfon equipment will become null and void if equipment is stored in any manner other than a dry, enclosed building structure. Any relocatfon of the equipment as directed by Purchaser after initfal delivery will be at Purchaser's expense. g. TK Elevator includes one mobilizatfon to the jobsite. A mobilizatfon fee of $5,000.00 per crew per occurrence will be charged for pulling off the job or for any delays caused by others once material has been delivered and TK Elevator's work has commenced. h. Access for this project shall be free and clear of any obstructfons. A forklift for unloading and staging material shall also be provided by Purchaser at no additfonal cost. i. Purchaser shall provide an on-site dumpster. TK Elevator will be responsible for cleanup of elevator/ escalator packaging material; however, composite cleanup partfcipatfon is not included in this Proposal. j. The hiring of a disposal company which MUST be discussed prior to any material being ordered or work being scheduled. TK Elevator will provide environmental services ONLY if this is specifically included under the "Scope of Work" sectfon above. TK Elevator assumes no responsibility and/or liability in any way whatsoever for spoils or other contaminatfon that may be present as a result of the cylinder breach and/or other conditfons present on the work site. k. One or more of the units described in this Proposal will be out of service and unavailable to move passengers and/or property during entfre duratfon of the performance of the work described in this Proposal untfl re-certffied by the applicable authority(ies) having jurisdictfon and in good standing with payment schedules. l. If site specific rules and regulatfons classify the elevator pit as confined space, elevator pits will need to reclassify a permit- required space to a non-permit required space prior to mobilizatfon. 7. Temporary Use, Inspection and Turnover a. Unless required by specificatfon, TK Elevator will not provide for “temporary use” of the elevator(s) described in this Proposal prior to completfon and acceptance of the complete installatfon. Temporary use shall be agreed to via a change order to this Proposal which shall require Purchaser’s executfon of TK Elevator's standard Temporary Use Agreement. Cost for temporary use of an elevator shall be $200.00 per calendar day per hydraulic elevator and $250.00 per calendar day for each tractfon elevator for rental use only, excluding personnel to operate. All labor and parts, including callbacks required during the temporary use period will be billed at TK Elevator's standard local billing rates. In the event that an elevator must be provided for temporary use, TK Elevator will require 30 days to perform final adjustments and re-inspectfon after the elevator has been returned to TK Elevator with all protectfon, intercoms and temporary signage removed. This duratfon does not include any provisions for finish work or for repairs of same, which shall be addressed on a project-by-project basis. Cost for preparatfon of controls for temporary use, refurbishment due to normal wear and tear, readjustment and re-inspectfon is $5,000.00 per elevator up to 10 floors. For projects above 10 stops, an additfonal cost of $1,500.00 / 10 floors shall apply. These costs are based on work performed during normal working hours. Temporary use excludes vandalism or misuse. Any required signage, communicatfon Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 10 devices, elevator operators, and protectfon are not included while temporary use is being provided. All overtfme premiums for repairs during the temporary use period will be billed at TK Elevator's local service billing rates. b. The Proposal price set forth above includes one (1) inspectfon per unit by the applicable authority having jurisdictfon if required by the government of the locality where the equipment is located. In the event the equipment fails that inspectfon due to no fault of TK Elevator, TK Elevator will charge Purchaser for both the cost of each re-inspectfon which shall be $1,500.00 and a remobilizatfon fee which shall be $5,000.00 via change order prior to scheduling a re-inspectfon. c. Upon notfce from TK Elevator that the installatfon and/or modernizatfon of the equipment is complete, Purchaser will arrange to have present at the jobsite a person authorized to make the final inspectfon and to execute TK Elevator's “Final Acceptance Form.“ The date and tfme that such person will be present at the site shall be mutually agreed upon but shall not be more than ten (10) business days after the date of TK Elevator's notfce of completfon to Purchaser unless both TK Elevator and Purchaser agree to an extension of that ten (10) day period in writfng. Such final inspectfon and executfon of TK Elevator's “Final Acceptance Form” shall not be unreasonably delayed or withheld. d. Should the Purchaser or the local authority having jurisdictfon require TK Elevator's presence at the inspectfon of equipment installed by others in conjunctfon with the work described in this Proposal, Purchaser agrees to compensate TK Elevator for its tfme at TK Elevator's current billing rate as posted at its local office. e. At the conclusion of its work, TK Elevator will remove all equipment and unused or removed materials from the project site and leave its work area in a conditfon that, in TK Elevator's sole opinion, is neat and clean. f. Purchaser agrees to accept a live demonstratfon of equipment’s owner-controlled features in lieu of any maintenance training required in the bid specificatfons. g. Purchaser agrees to accept TK Elevator's standard owner’s manual in lieu of any maintenance, or any other, manual(s) required in the bid specificatfons. 8. MAX – remote monitoring MAX is a cloud based Internet of Things (IoT) platiorm that we, at our electfon, may connect to your elevators and escalators by means of installatfon of a remote-monitoring device or modem (each a “device”). MAX will analyze the unique signal output of your equipment 24/7 and when existfng or potentfal outages are identffied, MAX will automatfcally communicate with our dispatch centers. When appropriate, the dispatch center will alert our technicians during normal working hours. These MAX alerts provide the technician with precise diagnostfcs detail, which greatly enhances our ability to fix your equipment right the first tfme, MAXimizing the equipment uptfme. a. Purchaser authorizes TK Elevator and its employees to access purchaser’s premises to install, maintain and/or repair the devices and, upon terminatfon of the service agreement, to remove the same from the premises if we elect to remove. b. TK Elevator is and shall remain the sole owner of the devices and the data communicated to us by the devices. The devices shall not become fixtures and are intended to reside where they are installed. TK Elevator may remove the devices and cease all data collectfon and analysis at any tfme. c. If the service agreement between TK Elevator and Purchaser is terminated for any reason, TK Elevator will automatfcally deactfvate the data collectfon, terminate the device software and all raw data previously received from the device will be removed and/or expunged or destroyed. d. Purchaser consents to the installatfon of the devices in your elevators and to the collectfon, maintenance, use, expungement and destructfon of the daily elevator data as set forth in this agreement. e. The devices installed by TK Elevator contain trade secrets belonging to us and are installed for the use and benefit of our personnel only. f. Purchaser agrees not to permit purchaser personnel or any third partfes to use, access, tamper with, relocate, copy, disclose, alter, destroy, disassemble or reverse engineer the device while it is located on purchaser’s premises. g. The installatfon of this equipment shall not confer any rights or operate as an assignment or license to you of any patents, copyrights or trade secrets with respect to the equipment and/or any software contained or imbedded therein or utflized in connectfon with the collectfon, monitoring and/or analysis of data. 9. Additional Terms and Conditions Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 11 a. In no event shall TK Elevator be responsible for liquidated, consequentfal, indirect, incidental, exemplary, and special damages associated with the work described in this Proposal. b. This Proposal is made without regard to compliance with any special purchasing, manufacturing or constructfon/installatfon requirements including, but not limited to, any socio-economic programs, such as small business programs, minority or woman owned business enterprise programs, or local preferences, any restrictfve sourcing programs, such as Buy American Act, or any other similar local, state or federal procurement regulatfons or laws that would affect the cost of performance. Should any such requirements be applicable to the work described in this Proposal, TK Elevator reserves the right to modify this Proposal or rescind it altogether. c. TK Elevator is an equal opportunity employer. d. TK Elevator's performance of the work described in this Proposal is contfngent upon Purchaser furnishing TK Elevator with any and all necessary permission or priority required under the terms and conditfons of government regulatfons affectfng the acceptance of this Proposal or the manufacture, delivery or installatfon of the equipment. All applicable sales and use taxes, permit fees and licenses imposed upon TK Elevator as of the date of the Proposal are included in the price of the Proposal. Purchaser is responsible for any additfonal applicable sales and use taxes, permit fees and licenses imposed upon TK Elevator after the date of the Proposal or as a result of any law enacted after the date of the Proposal. e. All taxes, tariffs, dutfes, permit and/or license fees imposed upon TK Elevator as of the date of the executfon of this Proposal are included in the price of the Proposal. After the date of acceptance of this Proposal and in additfon to the Proposal price, Purchaser is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable taxes, tariffs, dutfes, permit and/or license fees; (2) charges from its suppliers for any of the applicable materials and/or components: (A) due to supply chain issues, the impositfon of new or increased taxes, tariffs, or other charges by applicable governmental authoritfes; (B) if the release of materials called for in this Proposal occurs after the milestone mentfoned earlier in this Proposal; and/or (C) if the completfon of work called for in this Proposal occurs after the milestone mentfoned earlier in this Proposal; and/or (3) charges from TK Elevator's shippers and/or freight forwarders. f. Purchaser agrees to provide TK Elevator's personnel with a safe place in which to work and TK Elevator reserves the right to discontfnue work at the jobsite whenever, in TK Elevator's sole opinion, this provision is being violated. g. The pricing set forth in this Proposal assumes that the elevator pits will not be classified as a confined space. TK Elevator will follow its standard safety policy and procedures. Any job specific safety requirements over and above TK Elevator's standard practfces and policies may require additfonal costs. h. TK Elevator will furnish and install all equipment in accordance with the terms, conditfons, scope and equipment nomenclature as noted herein. Requested changes or modificatfons to such provisions will require a written change order issued on the Purchaser’s letterhead and accepted by TK Elevator in writfng prior to the executfon of such work. This change order shall detail the current contract price, the amount of the change, and new contract value. i. This Proposal does not include a schedule for the work described and any such schedule shall be mutually agreed upon by an authorized representatfve of both TK Elevator and Purchaser in writfng before becoming effectfve. j. In the event asbestos material is knowingly or unknowingly removed or disturbed in any manner at the jobsite, Purchaser shall monitor TK Elevator's work place and prior to and during TK Elevator's manning of the job, Purchaser shall certffy that asbestos in the environment does not exceed .01 fibers per cc as tested by NIOSH 7400. In the event TK Elevator's employees or those of TK Elevator's subcontractors are exposed to an asbestos hazard, PCP’s, lead or other hazardous substances, Purchaser agrees, to the fullest extent permitted by law, to indemnify, defend, and hold TK Elevator harmless from all damages, claims, suits, expenses, and payments resultfng from such exposure. Identfficatfon, notfficatfon, removal and disposal of asbestos containing material, PCP’s lead or other hazardous substances are the responsibility of the Purchaser. k. TK Elevator retains tftle to and a security interest in all equipment it supplies – which TK Elevator and Purchaser agree can be removed without material injury to the real property – untfl all payments including deferred payments and any extensions thereof, are made. In the event of any default by Purchaser on any payment, or any other provision of this Proposal, TK Elevator may take immediate possession of the equipment and enter upon the premises where it is located – without legal process – and remove such equipment or portfons thereof, irrespectfve of the matter of its attachment to the real estate or the sale, mortgage or lease of the real estate. Pursuant to the Uniform Commercial Code, and at TK Elevator's request, Purchaser agrees to execute any financial or contfnuatfon statements which may be necessary for TK Elevator to file in public offices in order to perfect TK Elevator's security interest in such equipment. l. TK Elevator reserves the right to assign payments owed to TK Elevator under this Proposal. Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 12 m. TK Elevator shall not be liable for any loss, damage or delay caused by acts of government, labor troubles, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotfon, war, malicious mischief, acts of God or any cause beyond its control. n. The rights of TK Elevator under this Proposal shall be cumulatfve and the failure on the part of the TK Elevator to exercise any rights hereunder shall not operate to forfeit or waive any of said rights. Any extension, indulgence or change by TK Elevator in the method, mode or manner or payment or any of its other rights shall not be construed as a waiver of any of its rights under this Proposal. o. In the event TK Elevator engages a third party to enforce the terms of this Proposal, and/or to collect payment due hereunder, either with or without suit, Purchaser agrees to pay all costs thereof together with reasonable attorney’s fees. Purchaser does hereby waive trial by jury and does hereby consent to the venue of any proceeding or lawsuit under this Proposal to be in the county where the work covered by this Proposal is located. p. TK Elevator can furnish Certfficate of Workers’ Compensatfon, Bodily Injury and Property Damage Liability Insurance coverage to Purchaser upon written request. q. Should loss of or damage to TK Elevator's material, tools or work occur at the project site, Purchaser shall compensate TK Elevator for such loss, unless such loss or damage results from TK Elevator's own acts or omissions. r. Purchaser, in consideratfon of TK Elevator performing the services set forth in this Proposal, to the fullest extent permitted by law expressly agrees to indemnify, defend, save harmless, discharge, release and forever acquit TK Elevator Corporatfon, TK Elevator Manufacturing, Inc., their respectfve employees, officers, agents, insurers, affiliates, and subsidiaries (hereinafter singularly a “TK Elevator party“ and collectfvely the “TK Elevator partfes“) from and against any and all claims, demands, suits, and proceedings for loss, property damage (including damage to the equipment which is the subject matter of this Proposal), personal injury or death that are alleged to either have arisen out of or be connected with the sale, marketfng, presence, use, misuse, maintenance, installatfon, removal, modernizatfon, manufacture, design, operatfon or conditfon of the equipment that is the subject matter of this Proposal or the labor and materials furnished in connectfon with this Proposal. Purchaser’s duty to indemnify a TK Elevator party does not apply to the extent that the loss, property damage (including damage to the equipment which is the subject matter of this Proposal), personal injury or death is determined to be caused by or resultfng from the negligence of that TK Elevator party. Purchaser recognizes that its obligatfon to defend the TK Elevator partfes under this clause, which is separate and apart from its duty to indemnify the TK Elevator partfes, includes payment of all attorneys’ fees, court costs, judgments, settlements, interest and any other expenses of litfgatfon arising out of such claims, demands, suits or proceedings. s. Purchaser further expressly agrees to name Tk Elevator Corporatfon and TK Elevator Manufacturing, Inc. along with their respectfve officers, agents, affiliates and subsidiaries as additfonal insureds in Purchaser’s liability and any excess (umbrella) liability insurance policy(ies). Such insurance must insure TK Elevator Corporatfon and TK Elevator Manufacturing, Inc. for those claims and/or losses referenced in the above paragraph and those claims and/or or losses arising from the negligence of TK Elevator Corporatfon and TK Elevator Manufacturing, Inc. Such insurance must specify that its coverage is primary and non- contributory. Purchaser hereby waives its right of subrogatfon. t. TK Elevator's partfcipatfon in any controlled insurance program is expressly conditfoned upon review and approval of all controlled insurance program informatfon and documentatfon prior to enrollment. Any insurance credits if applicable, will be provided at that tfme. u. Unless so mutually agreed upon in a separate signed agreement, TK Elevator shall not be required to interact or correspond with any third party with whom Subcontractor is not in privity of contract concerning matters pertfnent to this Agreement. v. The Purchaser must inform TK Elevator if Purchaser is, or becomes, an individual or entfty that is - or that is majority owned or controlled by a party that is - included on any list of restricted partfes maintained by (i) the United States of America; (ii) the United Natfons; (iii) the European Union or any EU member state; (iv) the UK; or (v) any other natfonal authority binding the partfes of this contract. In case the Purchaser, or any other beneficiary of this transactfon, e.g. the end-user, is or becomes an individual or entfty that is - or that is majority owned or controlled by a party that is - included on any list of restricted partfes, TK Elevator reserves the right to cancel this Proposal immediately. If the goods subject to this Proposal would be exported, re-exported, resold, used, transferred or otherwise disposed of in violatfon of any sanctfons applicable to TK Elevator, TK Elevator also reserves the right to cancel this Proposal immediately. In this respect, the Purchaser shall be obliged to disclose the final delivery address, end-user and end-use of the goods upon request - insofar as legally permissible - and to notffy TK Elevator of all circumstances that indicate an aforementfoned infringement. Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 13 "Sanctfons" means here any economic, trade or financial sanctfons, laws, regulatfons, embargoes or restrictfve measures imposed, enacted, administered or enforced by any Sanctfons Authority. "Sanctfons Authority" means (i) the US;(ii) the UN Security Council;(iii) the EU and any EU member state;(iv) the UK; or(v) any governmental instftutfons of any of the foregoing which administer Sanctfons, including HM Treasury, OFAC, the US State Department and the US Department of the Treasury. Elevator Proposal 2025-2-1877033 | ACIA-2B6MHEI | June 16, 2025 14 Acceptance Purchaser's acceptance of this Proposal and its approval by an authorized manager of TK Elevator will constitute exclusively and entirely the agreement between the parties for the goods and services herein described and full payment of the sum of One Hundred Four Thousand Forty Two Dollars and Twenty Eight Cents ($104,842.28) inclusive of all applicable sales and use taxes. All other prior representatfons or regarding this work, whether written or verbal, will be deemed to be merged herein and no other changes in or additfons to this Proposal will be recognized unless made in writfng and properly executed by both partfes as a change order. Should Purchaser's acceptance be in the form of a purchase order or other similar document, the provisions of this Proposal will exclusively govern the relatfonship of the partfes with respect to this transactfon. No agent or employee shall have the authority to waive or modify any of the terms of this Proposal without the prior written approval of an authorized TK Elevator manager. City of Clearwater Fire Station 44 (Purchaser): TK Elevator Corporatfon Management Approval By: \s1 By: \s2 (Signature of Authorized Individual) ____________________________________________ (Print or Type Name) ____________________________________________ (Print or Type Title) (Signature of Branch Representatfve) Kelly Schafer Sales Manager \d1\ \d2\ (Date of Acceptance) (Date of Executfon) Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 1 City Of Clearwater Beach Police November 07, 2024 Revised – 6.17.2025 Purchaser: City Of Clearwater Beach Location: City Of Clearwater Beach Police Address: 700 Bayway Blvd Address: 700 Bayway Blvd Clearwater, FL 33767-2609 Clearwater, FL 33767-2609 IMPORTANT NOTE – The City of Clearwater awarded the modernization of this unit back on March 4th, 2025. The cancellation of that contract would incurred charges for engineering and restocking fees that will be owed to TK Elevator. A discount is offered and upon award of the project, this would process as a DEDUCT change order thanks to the Union/Corporate flnancial assistance allow based on the other involved vendors. PROPOSAL TO REPAIR DAMAGE FROM HURRICANE HELENE • Water impacted equipment in the elevator machine room with controller and pumping unit both receiving water damage • New controller needed and necessitates new flxtures, travelling cable and other components for new controller to function, With a new controller elevator needs to be brought up to current day code and items needed for that are also included. • Salt water in elevator pits means rust remediation must occur for pit equipment and new buffers and oil line installed. • Proposal includes electrical items needed in elevator machine room and pit for code compliance. See scope of work for full details • Fire alarm work will be needed as is not included – building should contact flre alarm vendor. TK Elevator Corporation (hereinafter "TK Elevator") is dedicated to delivering (hereinafter “Purchaser”) the safest, highest quality vertical transportation solutions. I am pleased to present this customized Proposal (the “Proposal”) in the amount of $159,827.80 inclusive of all applicable sales and use taxes to modernize the elevator equipment described in the pages that follow at the above-referenced location. This Proposal shall remain in effect for the next thirty (30) days unless it is revoked earlier by TK Elevator in writing. The price above is subject to escalation - even after Purchaser’s acceptance of this Proposal – under certain circumstances including TK Elevator being subjected to increased charges by its suppliers for any of the applicable materials and/or components due to supply chain issues; the imposition of new or increased taxes, tariffs, or other charges imposed by applicable governmental authorities; TK Elevator being subjected to increased charges from its shippers and/or freight forwarders; any material called for in this Proposal being released into production more than 6 months following the written acceptance of this Proposal; or any work described in this Proposal is not completed by December 31, 2025. In the event you have any questions regarding the content of this Proposal, please do not hesitate to contact me. We appreciate your consideration. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 2 Sincerely, Adriana Cepeda Sr Sales Representative adriana.cepeda@tkelevator.com +1 813 8987480 Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 3 SCOPE OF WORK Grouping Name: 1 Equipment Type: Hydraulic Speed: 125 fpm 2 Stops (2 Front /0 Rear) Capacity: 2100 lbs. Units Included Building Address Nickname State Serial # City Clearwater Beach POLICE – 700 Bayway Blvd, Clearwater 1 62658 Description of Work Controller (NEW) - Tenant Security Provisions 3-1 (Card Reader with override switch) - Two-way Communication Machine Room Equipment (Primary Box) - TAC 32 Controller (Includes Options listed below) • 24 VDC Signal Voltage • Auto Light and Fan Feature • Car Independent Service • Car Traveling Lantern Circuitry • Door Bypass Operation • Electronic Door Detector Interface • Hoistway Access and Enable • THY Board - Solid State Starters (6 or 12 leads) 208 VAC - Emergency power provisions - eMax Monitoring Device Provisions Power Unit (NEW) - NEW Oil Line Piping - NEW Biodegradable oil (Citgo NZ) -complete oil replacement required - NEW EP-80 Power Unit (Submersible) with new valve, motor etc - NEW 2" Shutoff Valve Kit (Pump) A $2000 Allowance has been including to provide a concrete block or metal framing to raise new pumping unit up off the fioor 1’ -2’ to help avoid future damage. If space allows the elevator controller will be mounted on the wall Jack - NEW JACK AND PISTON WILL BE INSTALLED (330A iverted piston design) NEW Pipe Stands NEW packing Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 4 Car - NEW Car Guides - NEW Crosshead da:ta tag (for existing car slings) - NEW Two-way Communication Camera (dome), Ethernet Extender (kit), & Battery Backup – 2019 code requirement. Note: 2019 code requires that 2-way video communication be monitored. TKE can provide this monitoring as an additional cost to our existing maintenance agreement - NEW Cab Wiring Material (200MK1) Hoistway - NEW Steel Tape with Mounting hardware, Selector and magnets (terminal limits included) - NEW Stainless Steel Tape add for Tape Selector - NEW TAC 32 Field Friendly Wiring Package Includes single traveling cable, hoistway wiring, interlock wiring, interlock connectors, and serial wiring. Pit - NEW Buffers - NEW 2" Shutoff Valve Kit (Pit) - NEW Pit Stop Switch - NEW Pit Ladder 12'' Wide Cab – reuse existing ab shell and interiors Door Equipment - NEW Micro Light 3D 2019 (Front) - NEW LD-16 Plus Drive Only (FRONT) • includes Car Top Inspection station (w/ alarm signal and Flooded Pit Jewel) - NEW 3D Cabsafe Components Package (Front) All existing hoistway door equipment will be retained as is. Car Fixtures (NEW) - Main Car Station Includes Options Below - • Applied Panel • Stainless steel #4 flnish • Braille Plates to meet code requirements • Standard Key Switch Package for code requirements • Locked Service Cabinet • Emergency Light in COP • Vandal Resistant Stainless Steel #4 Floor Buttons with LED halo (blue) • Emergency Light mounted in COP • 2004 and later Fire Service Phase II Features (includes instructions signage) • Handicap Signal (Passing signal) • Two-way Communication Position Indicator • ADA Phone System integral with COP (Rath) • Voice Annunciator (Standard features) - Car Riding Lantern (Standard) #4 S/S (441) - #4 Stainless Steel Finish (441) Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 5 Hall Fixtures (NEW) - Hall Stations on all fioors. • Surface mount in stainless steel #4 • Appendix O (Polycarbonate insert fiame) • Main Egress hall station will include flre service Phase I Key Switch and Engraved Instructions. 2009 & 2010 communications failure indicator - Hoistway Access Switch (in Hall Station) - Hoistway Jamb Braille (Pair of Standard) (# of Floors) - Car Identiflcation Plate (Pair) Miscellaneous • INCLUDED – Elevators Permits & Inspection • INCLUDED – Adjusting and Pre-testing • INCLUDED – Standard Cleaning and Painting • NOTE - Building will need to coordinate with FIRE ALARM COMPANY for flre alarm work. The following items will be completed by third party labor or suppliers through the coordination of TK: In addition to the Description of Work to modernize your elevator(s) as described above, TK Elevator will coordinate or perform the following activities included in our proposal: RELATED BUILIDNG WORK (included in proposal) ELEVATOR MACHINE ROOMS, HOISTWAYS AND PIT AREAS 1. Furnish and install fire rated patches and fire stopping by a certified installer any existing holes or voids in the elevator machine room, hoistway and pit to meet code. 2. Note: Dewatering and cleaning of the pit is not included. POWER AND LIGHTING FOR ELEVATOR 1. Demo any electrical equipment or conduits not scheduled for retention pertaining to the elevator machinery space. 2. Furnish and install one (1) new heavy duty, fused 240V main line disconnect lockable in the OFF position only with electrical interlock switch with auxiliary contacts for battery lowering device and RK fuses with rejection clips. Disconnect size and reuse of existing feed is based on full load amps of the existing machines. NCI has no work included to replace the main line power feeds to the machine room. a. Note: Existing main line disconnect is rated for 100A and fused at 90A. b. Note: Existing main line feed is size 3 AWG, good for 100A. Assumption is the existing installation is per code. c. Note: Existing main feed circuit breaker size is 90A. d. Note: Maximum machine size is 20 HP. e. Note: Auxiliary contacts requirement to be confirmed by elevator contractor. 3. Furnish and install one (1) new TPS TransTrack 2 065 Series surge protector on the line side of the main line disconnect. 4. Furnish and install one (1) new heavy duty, fused disconnect for cab lighting and fan exhaust, lockable in the OFF position only. 5. Furnish and install all necessary load side conduit and wire from the main line and cab light disconnects to the new elevator controller. Final connection by the elevator contractor. 6. Furnish and install guarded LED light fixtures as needed to reach 19ftc in the elevator machine room. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 6 7. Furnish and install one (1) new GFCI duplex receptacle in the machine room. 8. Furnish and install a new conduit and CAT6 cable in the machine room for elevator 2-way video communication service from the existing junction box. Internet service to machine room by owner. Final connection to elevator controller by elevator contractor. 9. Furnish and install vaporproof LED light fixtures with switch in the elevator pit to achieve 10ftc. 10. Furnish and install one (1) GFCI duplex receptacle in the elevator pit. Isolate pit GFCI from lighting per code. 11. Furnish and install one (1) new set of emergency power signal wires from the automatic transfer switch to the elevator machine room. Final connection to elevator equipment by elevator contractor. 12. Support emergency power testing for elevator inspection. 13. Provide labels on all disconnects showing source of power. HVAC – RETAIN EXISTING FIRE ALARM – Required, but Not Included. Building/Owner to work directly with own fire alarm vendor for this work. • The existing panel will not support code compliant flre service. A building flre alarm panel upgrade will be required. • The following will be required: One (1) new smoke detector in the elevator machine room. • One (1) new weatherproof heat detector with minimon on 1st fioor elevator landing. • One (1) new smoke detector on each elevator landing. • Three (3) new relay modules in the elevator machine room for primary recall, alternate recall and flre hat. • Signals wire from the relay modules to the elevator controller. • Support pre-test and flnal elevator inspection. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 7 1. Key Tasks and Approximate Lead Times Key Tasks to be performed to be performed by Purchaser prior to equipment fabrication: a. Execution of this Proposal b. Payment for pre-production and engineering c. Approval of layout (if applicable) d. Execution of TK Elevator's Material Release Form Approximate Durations/Lead Times Time frame starts when a fully executed agreement and deposit are received. Initial payment must be received within 30 days of execution of contract to hold pricing due to rapidly changing material pricing currently being seen. Contract execution (can run concurrently with layout drawing package preparation and approval) Varies Engineering, preproduction and fabrication 4 months approx. Modernization of elevator system (Per Unit): (Upon completion of all required preparatory work by others) 4-5 Weeks per elevator The durations or lead times listed above are strictly approximations that can vary due to factors both within and outside of TK Elevator's control, are subject to change without notice to Purchaser and shall not be binding on TK Elevator. 2. Payment Terms 40% of the price set forth in this Proposal as modifled by options selected from the section entitled “Value Engineering Opportunities & Alternates” (if applicable) will be due and payable as an initial progress payment within 30 days from TK Elevator's receipt of a fully executed copy of this Proposal. This initial progress payment will be applied to project management, permits, engineering and shop drawings, submittals, and drilling mobilizations (if required). The material will not be ordered until this payment is received, and the parties have both executed this Proposal and the Material Release Form. 30% of the price set forth in this Proposal as modifled by options selected from the section entitled “Value Engineering Opportunities & Alternates” (if applicable) shall be due and payable when the material described above has been furnished. Material is considered furnished when it has been received at the jobsite or TK Elevator staging facility. Supporting documentation of materials stored shall be limited to stored materials certiflcates of insurance and bills of lading. Receipt of this payment is required prior to mobilization of labor. 30% of the price set forth in this Proposal shall be made as progress payments throughout the life of the project. In the event TK Elevator fails to receive payment within thirty (30) days of the date of a corresponding invoice, TK Elevator reserves the right to demobilize until such a time that the payments have been brought up to date, and TK Elevator has the available manpower. It is agreed that there will be no withholding of retainage from any billing and by the customer from any payment. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 8 The payment terms breakdown above shall be considered the Schedule of Values for the project as written. Billing shall be submitted on or before the 25th day of the month according to the payment schedule above and accompanied by a form of G702-703 pay application/schedule of values and a conditional waiver, the format of which is hereby acknowledged and accepted. The use of online Portals for the submission of billing shall follow the terms of the Proposal and Customer agrees to permit billing in accordance with the executed contract terms. Portal access and usage is to be provided free of additional charge to TK Elevator and any additional cost for such use is to be reimbursed to TK Elevator via a reimbursable change order immediately upon acceptance. Purchaser agrees that TK Elevator shall have no obligation to complete any steps necessary to provide Purchaser with full use and operation of the installed equipment until such time as TK Elevator has been paid 100% both of the price refiected in this Proposal and for any other work performed by TK Elevator or its subcontractors in furtherance of this Proposal. Purchaser agrees to waive any and all claims to the turnover and/or use of that equipment until such time as those amounts are paid in full. Proposal price: $159,827.80 Initial progress payment: (40%) $79,913.90 Material furnished: (30%) $39,956.95 Total of remaining progress payments: (30%) $39,956.95 Any work that Purchaser may require prior to turnover of the equipment that is outside of the scope described in this Proposal - other than Temporary Use as described below - will be performed only after the full execution of a mutually agreeable change order and only at the following rates: Mechanic (Standard) per hour $285.00 Mechanic (OT) per hour $521.00 Team (Standard) per hour $513.00 Team (OT) per hour $938.00 Rates are not inclusive of any per diem, mileage or other expenses which may be dependent on jobsite location. 3. Warranty TK Elevator warrants any equipment it installs as described in this Proposal against defects in material and workmanship for a period of one (1) year from the date of Purchaser’s execution of TK Elevator's “Final Acceptance Form” on the express conditions that all payments made under this Proposal and any mutually agreed-to change orders have been made in full and that such equipment is currently being serviced by TK Elevator. In the event that TK Elevator's work is delayed for a period greater than six (6) months, the warranty shall be reduced by the amount of the delay. This warranty is in lieu of any other warranty or liability for defects. TK Elevator makes no warranty of merchantability and no warranties which extend beyond the description in this Proposal, nor are there any other Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 9 warranties, expressed or implied, by operation of law or otherwise. Like any piece of flne machinery, the equipment described in this Proposal should be periodically inspected, lubricated, and adjusted by competent personnel. This warranty is not intended to supplant normal maintenance service and shall not be construed to mean that TK Elevator will provide free service for periodic examination, lubrication, or adjustment, nor will TK Elevator correct, without a charge, breakage, maladjustments, or other trouble arising from normal wear and tear or abuse, misuse, improper or inadequate maintenance, or any other causes other than defective material or workmanship. In order to make a warranty claim, Purchaser must give TK Elevator prompt written notice at the address listed on the cover page of this Proposal and provided all payments due under the terms of this Proposal and any mutually agreed to written change orders have been made in full, TK Elevator shall, at its own expense, correct any proven defect by repair or replacement. TK Elevator will not, under any circumstances, reimburse Purchaser for cost of work done by others, nor shall TK Elevator be responsible for the performance of any equipment that has been the subject of service, repair, replacement, revisions or alterations by others. If there is more than one (1) unit which is the subject of work described in this Proposal, this section shall apply separately to each unit as accepted. 4. Preventative Maintenance Program The existing maintenance agreement shall remain in full force and effect. This Proposal does not include any maintenance, service, repair or replacement of the equipment or any other work not expressly described herein. TK Elevator may submit a separate proposal to Purchaser covering the maintenance and repair of this equipment to be supplied to Purchaser at an additional cost. In the event the Purchaser and TK Elevator have a new or existing maintenance Agreement in effect at the time of the acceptance of this proposal and/or during the scope of this work, the terms of the Agreement shall remain in full force and effect throughout the performance of this scope of work and continue throughout the duration of the stated term in that Agreement. 5. Work Not Included There are certain items that are not included in this Proposal, many of which must be completed by Purchaser prior to and as a condition precedent to TK Elevator's performance of its work as described in this Proposal. In order to ensure a successful completion of this project, it shall be solely Purchaser’s responsibility to coordinate its own completion of those items with TK Elevator. The following is a list of those items that are not included in this Proposal: A. Hoistways and Equipment Rooms 1. Purchaser shall provide the following: a. A dry legal hoistway, properly framed and enclosed, and including a pit of proper depth and overhead. This is to include steel safety beam, inspection or access platforms, access doors, sump pump, lights, waterprooflng and venting as required; dewatering of pit(s) and required permanent screening/ b. A dry legal machine/control room, with clear rollable access adequate for the elevator equipment, including fioors, trap doors, properly sized legal machine room doors, gratings, machine room or roof access platforms, roof/loading protection, ladders, railings, foundations, all hoist beams, lighting, ventilation sized per the TK Elevator shop drawings and/or code requirements. Purchaser must maintain machine/control room (or machine/control space within the shaft for MRL equipment) temperature between 55 and 90 degrees Fahrenheit, with relative humidity less than 95% non-condensing at all times. c. Adequate bracing of entrance frames to prevent distortion during wall construction. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 10 d. All grouting, flre caulking, cutting, x-ray and removal of walls and fioors, patching, coring, setting of sleeves/knockouts, penetrations and painting (except as specifled) and removal of obstructions required for elevator work; along with all proper trenching and backfllling for any underground piping and/or conduit. e. All labor and materials necessary to support the full width of the hoistway at each landing for anchoring or welding TK Elevator sill supports, steel angles, sill recesses; f. The furnishing, installing and maintaining of the required flre rating of elevator hoistway walls, including the penetration of flrewall by elevator flxture boxes; g. Ensuring that the elevator hoistways and pits are dewatered, cleaned and properly waterproofed; B. Electrical and Life Safety: 1. Purchaser shall provide a dedicated, analog telephone or data line to the elevator telephone or communication device; one additional data line per group of elevators for diagnostic capability wired to designated controller; This Proposal includes the installation of an in-car emergency elevator communication system for the beneflt of the deaf, hard of hearing and speech impaired (the “Multimedia Equipment”) in accordance with the current applicable requirements of both the International Building Code and ASME A17.1. Purchaser shall provide one permanent 110V 20 amp circuit with all piping and wiring to controller for the emergency elevator communication system. This Proposal does not, however, include the monitoring of any communications to and from that Multimedia Equipment and Purchaser (and any end user of the units) expressly acknowledge that it is solely their responsibility to ensure that any and all such communications are appropriately monitored in accordance with all applicable rules, codes, statutes and/or laws as a condition precedent to turnover of the units including but not limited to a modem and internet connection and a minimum of four (4) hours of battery backup for all communications. 2. Purchaser shall provide the following: a. suitable connections from the power main to each controller and signal equipment feeders as required, including necessary circuit breakers and fused mainline disconnect switches per N.E.C. prior to installation. Suitable power supply capable of operating the new elevator equipment under all conditions; b. piping and wiring to controller for mainline power, car lighting, and any other building systems that interface with the elevator controls per N.E.C. Articles 620-22 and 620-51; c. any required hoistway / wellway, machine room, pit lighting and/or 110v service outlets; d. conduit and wiring for remote panels to the elevator machine room(s) and between panels. Remote panels required by local jurisdictions are not included in this proposal; e. a bonded ground wire, properly sized, from the elevator controller(s) to the primary building ground; and all remote wiring to the outside alarm bell as requested by all applicable code provisions; f. installed sprinklers, smoke/heat detectors on each fioor, machine room and hoistways / wellways, shunt trip devices (not self-resetting) and access panels as may be required as well as normally open dry contacts for smoke/heat sensors, which shall be terminated by Purchaser at a properly marked terminal in the elevator controller; g. a means to automatically disconnect the main line and the emergency power supply to the elevator prior to the application of water in the elevator machine room that shall not be self-resetting; h. emergency power supply including automatic time delay transfer switch and auxiliary contacts with wiring to the designated elevator controller and along with electrical cross connections between elevator machine rooms for emergency power purposes; i. the following emergency power provisions are not included: interface in controller, pre-testing and testing, emergency power keyswitches; j. emergency power operation is included as part of the design of the elevator control system and based on each car in the group only, to properly sequence, one at a time to the programmed landing, and park. The design Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 11 requires that the generator, transfer switch, and related circuitry are suiffcient to run this function or any other function for any building other system that is associated with this project. In the event that the generator, transfer switch, and related circuitry are not suiffcient, TK Elevator will provide Purchaser with a written change order for Purchaser’s execution. k. a dry set of contacts which close 20 seconds prior to the transfer from normal power to emergency power or from emergency power to normal power whether in test mode or normal operating conditions in the event that an emergency power supply will be provided for the elevator; l. conflrmation that the emergency standby power generator and/or building can accept the power generated to and from the elevator during both Hi-Speed and Deceleration. In cases where the generator and/or building load is not electrically sized to handle the power return from the regen drive, additional separate chopper and resistor units are available for purchase but not included in this proposal. The additional chopper and resistor units allow regenerated power to be dissipated in the resistor bank and not sent back into the building grid. C. Miscellaneous: 1. Purchaser shall provide all work relating to the flnished cab fiooring including, but not limited to, the provision of materials and its installation to comply with all applicable codes; 2. Hydraulic jack replacement: a. the excavation of the elevator cylinder well hole in the event drilling is necessary through soil that is not free from rock, sand, water, building construction members and obstructions. Should obstructions be encountered, TK Elevator will proceed only after written authorization has been received from the Purchaser. The contract price shall be increased by the amount of additional labor at TK Elevator's standard labor rates as per the local oiffce along with any additional expenses and materials required; b. adequate ingress and egress, including ramping, for rail-mounted or truck-mounted drill rig; c. Purchaser is responsible for pumping truck contractor to remove and dispose of spoils from the site. In the event that unforeseen and unfavorable below ground conditions are encountered, including but not limited to concrete around the cylinder, construction debris, adverse water and/or soil conditions, erosion, cavitations, oil contamination, or circumstances necessitating increased hole depth, etc., which require the employment of specialized contractors, TK Elevator shall immediately advise the Purchaser and costs will be extra to the contract; d. in ground protection systems other than TK Elevator's standard HDPE or PVC protection system with bottomless corrugated steel casing; e. any required trenching and backfllling for underground piping or casings, and conduit as well as any compaction, grouting, and waterprooflng of block-out; f. engineering, provision and installation of methane barriers or coordination/access; g. access to 2" pressurized water supply within 100'-0" of the jack hole location; h. a safe, accessible storage area for placement of D.O.T. 55 gallon containers for the purpose of spoils containment; obtaining of local environmental or disposal permits i. any spoils or water testing; 6. Working Hours, Logistics and Mobilization a. All work described in this Proposal shall be performed during TK Elevator's regular working days – deflned as Monday thru Friday and excluding IUEC recognized holidays – and regular working hours – deflned as those hours regularly worked by TK Elevator modernization mechanics at the TK Elevator branch oiffce that will provide labor associated with the performance of the work described in this Proposal - unless otherwise specifled and agreed to in writing by both TK Elevator and Purchaser (hereinafter TK Elevator's regular working days and regular working hours shall be collectively deflned as “normal working hours”). TK Elevator shall be provided with Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 12 uninterrupted access to the elevator hoistway and machine room areas to perform work during normal working hours. b. Purchaser shall provide on-site parking to all TK Elevator personnel at no additional cost to TK Elevator. c. Purchaser shall provide traiffc control, lane closures, permits and fiagmen to allow suitable access/unload of tractor trailer(s). d. Purchaser agrees to provide unobstructed tractor-trailer access and roll-able access from the unloading area to the elevator or escalator hoistways or wellways (as applicable). e. Purchaser will be required to sign off on the Material Release Form, which will indicate the requested delivery date of equipment to the site. If Purchaser is not ready to accept delivery of the equipment within ten (10) business days of the agreed upon date, Purchaser will immediately make payments due for equipment and designate an area adjacent to the elevator shaft where Purchaser will accept delivery. If Purchaser fails to provide this location or a mutually agreeable alternative, TK Elevator is authorized to warehouse the equipment at the TK Elevator warehouse or designated distribution facility at Purchaser's risk and expense. Purchaser shall reimburse TK Elevator for all costs due to extra handling and warehousing. Storage beyond ten (10) business days will be assessed at a rate of $100.00 per calendar day for each unit listed in this Proposal, which covers storage and insurance of the elevator equipment and is payable prior to delivery. f. Purchaser agrees to provide a dry and secure area adjacent to the hoistway(s) at the ground level for storage of the elevator equipment and tools within ten (10) business days from receipt at the local TK Elevator warehouse. Any warranties provided by TK Elevator for vertical transportation equipment will become null and void if equipment is stored in any manner other than a dry, enclosed building structure. Any relocation of the equipment as directed by Purchaser after initial delivery will be at Purchaser's expense. g. TK Elevator includes one mobilization to the jobsite. A mobilization fee of $5,000.00 per crew per occurrence will be charged for pulling off the job or for any delays caused by others once material has been delivered and TK Elevator's work has commenced. h. Access for this project shall be free and clear of any obstructions. A forklift for unloading and staging material shall also be provided by Purchaser at no additional cost. i. Purchaser shall provide an on-site dumpster. TK Elevator will be responsible for cleanup of elevator/ escalator packaging material; however, composite cleanup participation is not included in this Proposal. j. The hiring of a disposal company which MUST be discussed prior to any material being ordered or work being scheduled. TK Elevator will provide environmental services ONLY if this is speciflcally included under the "Scope of Work" section above. TK Elevator assumes no responsibility and/or liability in any way whatsoever for spoils or other contamination that may be present as a result of the cylinder breach and/or other conditions present on the work site. k. One or more of the units described in this Proposal will be out of service and unavailable to move passengers and/or property during entire duration of the performance of the work described in this Proposal until re-certifled by the applicable authority(ies) having jurisdiction and in good standing with payment schedules. l. If site speciflc rules and regulations classify the elevator pit as conflned space, elevator pits will need to reclassify a permit-required space to a non-permit required space prior to mobilization. 7. Temporary Use, Inspection and Turnover a. Unless required by speciflcation, TK Elevator will not provide for “temporary use” of the elevator(s) described in this Proposal prior to completion and acceptance of the complete installation. Temporary use shall be agreed to via a change order to this Proposal which shall require Purchaser’s execution of TK Elevator's standard Temporary Use Agreement. Cost for temporary use of an elevator shall be $200.00 per calendar day per hydraulic elevator and $250.00 per calendar day for each traction elevator for rental use only, excluding personnel to operate. All labor and parts, including callbacks required during the temporary use period will be billed at TK Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 13 Elevator's standard local billing rates. In the event that an elevator must be provided for temporary use, TK Elevator will require 30 days to perform flnal adjustments and re-inspection after the elevator has been returned to TK Elevator with all protection, intercoms and temporary signage removed. This duration does not include any provisions for flnish work or for repairs of same, which shall be addressed on a project-by-project basis. Cost for preparation of controls for temporary use, refurbishment due to normal wear and tear, readjustment and re- inspection is $5,000.00 per elevator up to 10 fioors. For projects above 10 stops, an additional cost of $1,500.00 / 10 fioors shall apply. These costs are based on work performed during normal working hours. Temporary use excludes vandalism or misuse. Any required signage, communication devices, elevator operators, and protection are not included while temporary use is being provided. All overtime premiums for repairs during the temporary use period will be billed at TK Elevator's local service billing rates. b. The Proposal price set forth above includes one (1) inspection per unit by the applicable authority having jurisdiction if required by the government of the locality where the equipment is located. In the event the equipment fails that inspection due to no fault of TK Elevator, TK Elevator will charge Purchaser for both the cost of each re-inspection which shall be $1,500.00 and a remobilization fee which shall be $5,000.00 via change order prior to scheduling a re-inspection. c. Upon notice from TK Elevator that the installation and/or modernization of the equipment is complete, Purchaser will arrange to have present at the jobsite a person authorized to make the flnal inspection and to execute TK Elevator's “Final Acceptance Form.“ The date and time that such person will be present at the site shall be mutually agreed upon but shall not be more than ten (10) business days after the date of TK Elevator's notice of completion to Purchaser unless both TK Elevator and Purchaser agree to an extension of that ten (10) day period in writing. Such flnal inspection and execution of TK Elevator's “Final Acceptance Form” shall not be unreasonably delayed or withheld. d. Should the Purchaser or the local authority having jurisdiction require TK Elevator's presence at the inspection of equipment installed by others in conjunction with the work described in this Proposal, Purchaser agrees to compensate TK Elevator for its time at TK Elevator's current billing rate as posted at its local oiffce. e. At the conclusion of its work, TK Elevator will remove all equipment and unused or removed materials from the project site and leave its work area in a condition that, in TK Elevator's sole opinion, is neat and clean. f. Purchaser agrees to accept a live demonstration of equipment’s owner-controlled features in lieu of any maintenance training required in the bid speciflcations. g. Purchaser agrees to accept TK Elevator's standard owner’s manual in lieu of any maintenance, or any other, manual(s) required in the bid speciflcations. 8. MAX MAX is a cloud based Internet of Things (IoT) platform that we, at our election, may connect to your elevators and escalators by means of installation of a remote-monitoring device or modem (each a “device”). MAX will analyze the unique signal output of your equipment 24/7 and when existing or potential outages are identifled, MAX will automatically communicate with our dispatch centers. When appropriate, the dispatch center will alert our technicians during normal working hours. These MAX alerts provide the technician with precise diagnostics detail, which greatly enhances our ability to flx your equipment right the flrst time, MAXimizing the equipment uptime. a. Purchaser authorizes TK Elevator and its employees to access purchaser’s premises to install, maintain and/or repair the devices and, upon termination of the service agreement, to remove the same from the premises if we elect to remove. b. TK Elevator is and shall remain the sole owner of the devices and the data communicated to us by the devices. The devices shall not become flxtures and are intended to reside where they are installed. TK Elevator may remove the devices and cease all data collection and analysis at any time. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 14 c. If the service agreement between TK Elevator and Purchaser is terminated for any reason, TK Elevator will automatically deactivate the data collection, terminate the device software and all raw data previously received from the device will be removed and/or expunged or destroyed. d. Purchaser consents to the installation of the devices in your elevators and to the collection, maintenance, use, expungement and destruction of the daily elevator data as set forth in this agreement. e. The devices installed by TK Elevator contain trade secrets belonging to us and are installed for the use and beneflt of our personnel only. f. Purchaser agrees not to permit purchaser personnel or any third parties to use, access, tamper with, relocate, copy, disclose, alter, destroy, disassemble or reverse engineer the device while it is located on purchaser’s premises. g. The installation of this equipment shall not confer any rights or operate as an assignment or license to you of any patents, copyrights or trade secrets with respect to the equipment and/or any software contained or imbedded therein or utilized in connection with the collection, monitoring and/or analysis of data. 9. Additional Terms and Conditions a. In no event shall TK Elevator be responsible for liquidated, consequential, indirect, incidental, exemplary, and special damages associated with the work described in this Proposal. b. This Proposal is made without regard to compliance with any special purchasing, manufacturing or construction/installation requirements including, but not limited to, any socio-economic programs, such as small business programs, minority or woman owned business enterprise programs, or local preferences, any restrictive sourcing programs, such as Buy American Act, or any other similar local, state or federal procurement regulations or laws that would affect the cost of performance. Should any such requirements be applicable to the work described in this Proposal, TK Elevator reserves the right to modify this Proposal or rescind it altogether. c. TK Elevator is an equal opportunity employer. d. TK Elevator's performance of the work described in this Proposal is contingent upon Purchaser furnishing TK Elevator with any and all necessary permission or priority required under the terms and conditions of government regulations affecting the acceptance of this Proposal or the manufacture, delivery or installation of the equipment. All applicable sales and use taxes, permit fees and licenses imposed upon TK Elevator as of the date of the Proposal are included in the price of the Proposal. Purchaser is responsible for any additional applicable sales and use taxes, permit fees and licenses imposed upon TK Elevator after the date of the Proposal or as a result of any law enacted after the date of the Proposal. e. All taxes, tariffs, duties, permit and/or license fees imposed upon TK Elevator as of the date of the execution of this Proposal are included in the price of the Proposal. After the date of acceptance of this Proposal and in addition to the Proposal price, Purchaser is also responsible to pay TK Elevator for any new (or any increase in): (1) applicable taxes, tariffs, duties, permit and/or license fees; (2) charges from its suppliers for any of the applicable materials and/or components: (A) due to supply chain issues, the imposition of new or increased taxes, tariffs, or other charges by applicable governmental authorities; (B) if the release of materials called for in this Proposal occurs after the mileston mentioned earlier in this Proposal; and/or (C) if the completion of work called for in this Proposal occurs after the milestone mentioned earlier in this Proposal; and/or (3) charges from TK Elevator's shippers and/or freight forwarders. f. Purchaser agrees to provide TK Elevator's personnel with a safe place in which to work and TK Elevator reserves the right to discontinue work at the jobsite whenever, in TK Elevator's sole opinion, this provision is being violated. g. The pricing set forth in this Proposal assumes that the elevator pits will not be classifled as a conflned space. TK Elevator will follow its standard safety policy and procedures. Any job speciflc safety requirements over and above TK Elevator's standard practices and policies may require additional costs. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 15 h. TK Elevator will furnish and install all equipment in accordance with the terms, conditions, scope and equipment nomenclature as noted herein. Requested changes or modiflcations to such provisions will require a written change order issued on the Purchaser’s letterhead and accepted by TK Elevator in writing prior to the execution of such work. This change order shall detail the current contract price, the amount of the change, and new contract value. i. This Proposal does not include a schedule for the work described and any such schedule shall be mutually agreed upon by an authorized representative of both TK Elevator and Purchaser in writing before becoming effective. j. In the event asbestos material is knowingly or unknowingly removed or disturbed in any manner at the jobsite, Purchaser shall monitor TK Elevator's work place and prior to and during TK Elevator's manning of the job, Purchaser shall certify that asbestos in the environment does not exceed .01 flbers per cc as tested by NIOSH 7400. In the event TK Elevator's employees or those of TK Elevator's subcontractors are exposed to an asbestos hazard, PCP’s, lead or other hazardous substances, Purchaser agrees, to the fullest extent permitted by law, to indemnify, defend, and hold TK Elevator harmless from all damages, claims, suits, expenses, and payments resulting from such exposure. Identiflcation, notiflcation, removal and disposal of asbestos containing material, PCP’s lead or other hazardous substances are the responsibility of the Purchaser. k. TK Elevator retains title to and a security interest in all equipment it supplies – which TK Elevator and Purchaser agree can be removed without material injury to the real property – until all payments including deferred payments and any extensions thereof, are made. In the event of any default by Purchaser on any payment, or any other provision of this Proposal, TK Elevator may take immediate possession of the equipment and enter upon the premises where it is located – without legal process – and remove such equipment or portions thereof, irrespective of the matter of its attachment to the real estate or the sale, mortgage or lease of the real estate. Pursuant to the Uniform Commercial Code, and at TK Elevator's request, Purchaser agrees to execute any flnancial or continuation statements which may be necessary for TK Elevator to flle in public oiffces in order to perfect TK Elevator's security interest in such equipment. l. TK Elevator reserves the right to assign payments owed to TK Elevator under this Proposal. m. TK Elevator shall not be liable for any loss, damage or delay caused by acts of government, labor troubles, strikes, lockouts, flre, explosion, theft, fioods, riot, civil commotion, war, malicious mischief, acts of God or any cause beyond its control. n. The rights of TK Elevator under this Proposal shall be cumulative and the failure on the part of the TK Elevator to exercise any rights hereunder shall not operate to forfeit or waive any of said rights. Any extension, indulgence or change by TK Elevator in the method, mode or manner or payment or any of its other rights shall not be construed as a waiver of any of its rights under this Proposal. o. In the event TK Elevator engages a third party to enforce the terms of this Proposal, and/or to collect payment due hereunder, either with or without suit, Purchaser agrees to pay all costs thereof together with reasonable attorney’s fees. Purchaser does hereby waive trial by jury and does hereby consent to the venue of any proceeding or lawsuit under this Proposal to be in the county where the work covered by this Proposal is located. p. TK Elevator can furnish Certiflcate of Workers’ Compensation, Bodily Injury and Property Damage Liability Insurance coverage to Purchaser upon written request. q. Should loss of or damage to TK Elevator's material, tools or work occur at the project site, Purchaser shall compensate TK Elevator for such loss, unless such loss or damage results from TK Elevator's own acts or omissions. r. Purchaser, in consideration of TK Elevator performing the services set forth in this Proposal, to the fullest extent permitted by law expressly agrees to indemnify, defend, save harmless, discharge, release and forever acquit TK Elevator Corporation, TK Elevator Manufacturing, Inc., their respective employees, oiffcers, agents, insurers, aiffliates, and subsidiaries (hereinafter singularly a “TK Elevator party“ and collectively the “TK Elevator parties“) from and against any and all claims, demands, suits, and proceedings for loss, property damage (including Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 16 damage to the equipment which is the subject matter of this Proposal), personal injury or death that are alleged to either have arisen out of or be connected with the sale, marketing, presence, use, misuse, maintenance, installation, removal, modernization, manufacture, design, operation or condition of the equipment that is the subject matter of this Proposal or the labor and materials furnished in connection with this Proposal. Purchaser’s duty to indemnify a TK Elevator party does not apply to the extent that the loss, property damage (including damage to the equipment which is the subject matter of this Proposal), personal injury or death is determined to be caused by or resulting from the negligence of that TK Elevator party. Purchaser recognizes that its obligation to defend the TK Elevator parties under this clause, which is separate and apart from its duty to indemnify the TK Elevator parties, includes payment of all attorneys’ fees, court costs, judgments, settlements, interest and any other expenses of litigation arising out of such claims, demands, suits or proceedings. s. Purchaser further expressly agrees to name Tk Elevator Corporation and TK Elevator Manufacturing, Inc. along with their respective oiffcers, agents, aiffliates and subsidiaries as additional insureds in Purchaser’s liability and any excess (umbrella) liability insurance policy(ies). Such insurance must insure TK Elevator Corporation and TK Elevator Manufacturing, Inc. for those claims and/or losses referenced in the above paragraph and those claims and/or or losses arising from the negligence of TK Elevator Corporation and TK Elevator Manufacturing, Inc. Such insurance must specify that its coverage is primary and non-contributory. Purchaser hereby waives its right of subrogation. t. TK Elevator's participation in any controlled insurance program is expressly conditioned upon review and approval of all controlled insurance program information and documentation prior to enrollment. Any insurance credits if applicable, will be provided at that time. u. Unless so mutually agreed upon in a separate signed agreement, TK Elevator shall not be required to interact or correspond with any third party with whom Subcontractor is not in privity of contract concerning matters pertinent to this Agreement. v. The Purchaser must inform TK Elevator if Purchaser is, or becomes, an individual or entity that is - or that is majority owned or controlled by a party that is - included on any list of restricted parties maintained by (i) the United States of America; (ii) the United Nations; (iii) the European Union or any EU member state; (iv) the UK; or (v) any other national authority binding the parties of this contract. In case the Purchaser, or any other beneflciary of this transaction, e.g. the end-user, is or becomes an individual or entity that is - or that is majority owned or controlled by a party that is - included on any list of restricted parties, TK Elevator reserves the right to cancel this Proposal immediately. If the goods subject to this Proposal would be exported, re-exported, resold, used, transferred or otherwise disposed of in violation of any sanctions applicable to TK Elevator, TK Elevator also reserves the right to cancel this Proposal immediately. In this respect, the Purchaser shall be obliged to disclose the flnal delivery address, end-user and end-use of the goods upon request - insofar as legally permissible - and to notify TK Elevator of all circumstances that indicate an aforementioned infringement. "Sanctions" means here any economic, trade or flnancial sanctions, laws, regulations, embargoes or restrictive measures imposed, enacted, administered or enforced by any Sanctions Authority. "Sanctions Authority" means (i) the US;(ii) the UN Security Council;(iii) the EU and any EU member state;(iv) the UK; or(v) any governmental institutions of any of the foregoing which administer Sanctions, including HM Treasury, OFAC, the US State Department and the US Department of the Treasury. Elevator Proposal 2024-2-1792698 | ACIA-29HWH1K | June 17, 2025 17 Acceptance Purchaser's acceptance of this Proposal and its approval by an authorized manager of TK Elevator will constitute exclusively and entirely the agreement between the parties for the goods and services herein described and full payment of the sum of One Hundred Fifty Nine Thousand Eight Hundred Twenty Seven Dollars and Eighty Cents ($159,827.80) inclusive of all applicable sales and use taxes. All other prior representations or regarding this work, whether written or verbal, will be deemed to be merged herein and no other changes in or additions to this Proposal will be recognized unless made in writing and properly executed by both parties as a change order. Should Purchaser's acceptance be in the form of a purchase order or other similar document, the provisions of this Proposal will exclusively govern the relationship of the parties with respect to this transaction. No agent or employee shall have the authority to waive or modify any of the terms of this Proposal without the prior written approval of an authorized TK Elevator manager. (Purchaser): TK Elevator Corporation Management Approval By: \s1 By: \s2 (Signature of Authorized Individual) ____________________________________________ (Print or Type Name) ____________________________________________ (Print or Type Title) (Signature of Branch Representative) Kelly Schafer Sales Manager \d1\ \d2\ (Date of Acceptance) (Date of Execution) Helen Chen Senior Director, Senior Client Advocate Willis Towers Watson Midwest, Inc. 233 South Wacker Drive Suite 1800 Chicago, IL 60606 T +1 312 288 7700 D +1 312 288 7431 F +1 312 234 0640 E helen.chen@wtwco.com W wtwco.com Willis Towers Watson US LLC Page 1 of 1 October 1, 2024 Mr. Scott Silitsky TK Elevator Corporation 2801 SW 15th Street Pompano Beach, FL 33069 RE: TK Elevator USA Holding, Inc./TK Elevator Corporation Risk ID No. 910500503 Experience Modification Rate (EMR) Verification Dear Scott: This will serve to confirm the current experience modification rate (EMR) for TK Elevator Corporation: Effective Date EMR 10/1/2024 (as of 7/29/24) .71 Should you have any questions, please do not hesitate to call me. Thank you. Regards, Helen Chen Senior Director, Senior Client Advocate Willis Towers Watson Midwest, Inc. GROUP POLICY GLOBAL OCCUPATIONAL SAFETY & HEALTH POLICY Group Policy | Global Occupational Safety and Health Policy 1 PO-TKE-OSH-0003-V01 | Status: Active Classified: Internal Scope: TK Elevator Group Document owner: Global Occupational Safety and Health Responsible: Darren Anstee Agreed with: Uday Yadav Date of adoption of last update: May 15th, 2024 ID number: PO-TKE-OSH-0003-V01 Version: 1 Valid from: May 15th, 2024 Valid until: Indefinitely Mandatory Review Every 2 years Contact: Darren Anstee Contact details: darren.anstee@tkelevator.com Group Policy | Global Occupational Safety and Health Policy 2 PO-TKE-OSH-0003-V01 | Status: Active Classified: Internal 1. Objective ............................................................................................... 3 2. Addresses and scope ......................................................................... 3 3. OSH Policy ............................................................................................ 3 4. Validity period ...................................................................................... 4 List of annexes Annex Description Annex 1 Global OSH Policy – wall format Change History Version Changed content Valid from 01 Release 15.05.2024 Group Policy | Global Occupational Safety and Health Policy 3 PO-TKE-OSH-0003-V01 | Status: Active Classified: Internal 1. Objective TKE’s approach to safety is underpinned by our aim to ensure that every employee, contractor, and subcontractor returns home safely each and every day. We are focused on reducing risks and minimizing the potential impact of any incident. Our approach to safety is intrinsically linked to understanding and applying Human Performance principles, and our emphasis is on the most serious consequences for our workforce if something goes wrong. 2. Addresses and scope This Global OSH Policy applies to the entire TK Elevator Group. 3. OSH Policy At TK Elevator, we focus on people. We are dedicated to ensuring that everyone can perform their work safely and return home each and every day. We commit to: • providing safe and healthy working conditions so that physical and psychological stresses, accidents and work-related illnesses can be avoided. • promoting a culture in which we all take care of each other. • empowering our team members to work safely through our words and actions. • actively engaging our global workforce to contribute to and participate in our Occupational Safety & Health (OSH) program. • supporting our contractors and sub-contractors to perform their work safely. • fostering a culture of open communication in the workplace where everyone feels empowered to speak up. • providing consistent work standards and tools to identify and manage our OSH risks. • complying with applicable OSH laws and regulations in the jurisdictions in which we conduct our operations. • giving authority and support to any member of our team to stop unsafe work or behaviors. • promoting a culture of continuous improvement regarding all elements of our management system. Group Policy | Global Occupational Safety and Health Policy 4 PO-TKE-OSH-0003-V01 | Status: Active Classified: Internal 4. Validity period This version of the Global OSH Policy is valid indefinitely from May 15th, 2024, and replaces the previous version cited in the TKE OSH Manual ID OSHMS 20200806, published on August 2021. To comply with the requirements of certifications and a related review of this guideline: "This policy is reviewed every two years. The next mandatory review will take place on May 15th, 2026. Group Policy | Global Occupational Safety and Health Policy 5 PO-TKE-OSH-0003-V01 | Status: Active Classified: Internal Annex 1 – Global OSH Policy – wall format Compliance with Anti-Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Statutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below (“Entity”), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Date: ____________________, 20___ Signed: Entity: Name: Title: Docusign Envelope ID: AD1EF630-0514-438D-9CA6-6F6575C4A4D4 6/9/2025 Sales Represenatative Brooklyn UtterTK ELEVATOR CORPORATION TK Elevator Corporation x 5 3100 Interstate North Circle SE, Suite 500 Atlanta, GA 30339 David W. Turnage - Tax Officer 01/03/2024 N/A Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0727 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Approve a purchase order with Maire Company (Maire) for services provided under the lease agreement, as well as certain additional work outside of the lease in the amount of $193,316.00 for the fourth term beginning October 1, 2025, through September 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchases, and authorize the appropriate officials to execute same. (consent) SUMMARY: Since 1987, Maire has provided the city devices, instruments, appliances, cabinets, and wires/conduit throughout the city facilities with the addition of the maintenance and monitoring alarm services in accordance with Florida Fire Prevention Code 907 and NFPA 72 requirements. On October 6, 2022, Council approved a new 5-year lease agreement with Maire for continued services for one-year, with four, one-year renewal options. This item will be a renewal of the agreement leaving one, one-year renewal remaining. Work covered as part of the lease agreement totals $155,316.00 of the requested $193,316.00. Work done by Maire outside of the lease agreement is also being requested and this additional work will include full cell service for generators, the patron counts at all libraries within the city, fire drills for childcare facilities required by Pinellas County Licensing Board, fire alarm resets, and inspections of all city-owned fire alarm systems, among other items. These services outside of the lease agreement are estimated to cost $38,000.00. Seeking the services Maire provides from another potential vendor would be impractical to bid as it would require the removal of all the equipment currently provided by Maire in numerous city facilities. The cost of contracting with a new fire alarm contractor to purchase and install new systems citywide would create significant budgetary increases, as well. Furthermore, there would be separate additional costs ongoing for monthly fire alarm monitoring fees. APPROPRIATION CODES AND AMOUNTS: Funds for this purchase order are requested as part of the FY2025-FY2026 operating budget of the General Service department in cost code 5656531-530300, contractual services. The General Services Fund is an internal service fund of the City which supports city-wide building maintenance. STRATEGIC PRIORITY: These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service 3.2, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 8/19/2025 Account Number Building / Property Monthly Cost Annual Cost Security Fire Other Devices/ Services City of Clearwater - Active Alarms Maire Company Security October 1, 2025 - September 30, 2026 CONNECTED SERVICE THIS AGREEMENT made this 1St day of October 2022 MAIRECOMPANY INC., hereinafter called "MaireSecurity", and City of Clearwater hereinaftercalled "Subscriber'. between WITNESSETH: That for the considerations and covenants hereinafter specified, the parties hereto do, for themselves, theirsuccessors and assigns, mutually covenantandagreeasfollows: A. Macre Security agrees to install and maintain orcauseto be Installed and maintained, duringthe term ofthisagreement, in the premiseslocated at: Various City of Clearwater facilities as per the Annual Active Alarm Spreadsheet in the City of Clearwater State of Florida (hereinafter referredtoasSubscriber's premises) Connected Protective Signaling Systems asspecified In theSchedule ofprotection, and will, subjectto the terms and conditions hereof, duringthetermofthisagreement, make perlodk Inspections of the system and make such repairs and adjustments as may be necessary for the proper operation andmakrteaneofsuchsystemingoodworkingorder, theSubscriber agreeing, nevertheless, toexerciseall reasonable preIn handlingthereofandtoratifyMake SecuritypromptlyofanyconetIonrequkingMakeSecurity'sattention. WhenevertheConnected ProtectiveSignaling Systemsspecified intheSchedule ofProtection shallrequireattentionbyarepresentativeofMakeSecurity, whether forrepairs, maintenance, nonfunctioning, malfunctioning orany carne whatsoever, MakeSecurity shalt receivewrittennoticefrautheSubscriberoftheneedtogiveattentiontoslidsystem, inorderto dispatcharepresentativeof MakeSecurity to the premises ofthe Subscriber. flea sed the antiresystem, inckpgng all devices, instruments, appliancesand all cabinets, conduits, connections, foils, screens, springs, tubing, wires and other materialsassociatedtherewith, Is and shallbe and remain the personal property of Make Security. 8. s_ Subscriber herebyagreesto payMetre Security, Its agents'orassigns, an installation charge of Zero 0.00 1, and to payin addition the sum of Dollars Dollar Amount per the Annual Active Alarm Spreadsheet Dollars ($ annumannuelly In advance. 1 Year contractwith41Year Renewals. This agreement may be renewed by the Subscriber by providing 30 days written notice toleeCompanyofSubscribersIntenttorenewpriortotheendoftheterm. Subscriber shall pay any unpaid balance of to Installation charge accrued hereunder forservicerenderedpriortotheeffectivedateoftermkatlon. C. Subscriber agrees to pay, In addition to the charges above any false alarm assessments, amounts equal to al taws, fess and charges imposed by anygovernmentalauthority, on or relatingto thesystem orthe installation or service, orthe receipts therefrom, and al charges imposed bythe telephone company fortelephone !besettheSubscriber's premises. SCHEDULE OF PROTECTION Monthly monitoring, maintenance, repair & inspection of Leased Alarm Systems/Equipment as per the Annual Alarm Spreadsheet. Damage by lightning will be covered on all Leased Alarm Systems/Equipment. No installation costs for future alarms. Service personnel available and on-call 24 hours a day. Service personnel available for fire drills. Cell communication systems available as required. Long range wireless systems available as needed. Signal & Data Reports available upon request. D. it is understood that Male Security isnot an insurer, that insurance shall be obtained by Subscriber, Ifany is desired; thatthe sums payable hereunder toMacreSecuritybySubscriberarebaseduponthevalueofservicesofferedandthescopeofliabilityundertakenandsuchsumsarenotrelatedtothevalueofpropertybelongingtoSubscriberortootherslocatedonsubscriber's premises. Subscriber does not seekIndemnity bythis agreement from MakeSecurity against any damagesorlossescausedbyhazardstoSubscriber's property. Make Security makes nowarranty. expressed or implied, that thesystemsIt %stats orthe services itfurnishes wwiavertorpreventoccurrences, ortheconsequences therefrom, which the systems and services aredesigned todetect. MainSecurity Kneesthat Itshagbe gable foranyofSubscriberslossesordamages, to person orto property, caused by the sok negfgena of Male Security, Its agents or employees. Itisagreed that IfMake Securityshouldbefoundliableforanylossesordamagesattributabletoafailureofsystemsorservicesinanyrespect, itsliability shall not exceed the sum ofthe amount paidbySubscriberfortheservicesunderthetermoftheagreement, and Subscribers sole remedy at law orin equity shall bethe right to recover a sumwithin such link. ADDITIONAL TERMS AND CONDITIONS ON REVERSE SIDE MAIRE COMPANY INC. ay John R. Macre, Jr. Approved Pres! Sales Representative A City aig*+etures provided o?ePrint) Subscriber ret_ spage 3 ed resentative Title Date TERMS AND CONDITIONS 1. if SPRINKLER SUPERVISORY AND WATERFLOW ALARM SERVICE is furnished, the Subscriber hereby agrees that all alarm valves, gate valves, tanks, pumps, compressors, inspector testconnections, or otherelements of thesprinkler systemasnow Installed areor willbe corrected so astobeacceptabletothe insuranceand anyother authorityhavingjurisdictionwhenequippedwiththeMaireSecurity'ssignaling devices and to furnish any necessary water through theSubscribers meter and at the Subscriber'sownexpense. 2. ifAUTOMATICRRE ALARM SERVICE is fumshed, the Subscriberagrees to Install hoods or protection devices necessaryto prevent false alarmsat hisoritsexpense overallareaswhereweiding, open hearth, manufacturing processes oranyheatcondition exists or occurs which might actuate thefire detecting system. 3. If BURGIARALARM SERVICE Isfurnished, the Subscriber agrees: tofollow properoperating procedures andto usethe equipment properly; totestany ultrasonic, microwave, capadtance or other electronic equipment designated on the Schedule ofProtection according to the procedures prescribed by Mahe Security priorto setting the alarmsystemforclosedperiodsandtonotifyMacreSecuritypromptlyifsuchequipmentfagstorespondtothetestifMaireSecurity's representative Issent tothe SubscribersprembesinresponsetoaservicecaloralarmsignalcausedbytheSubscriberimproperlyfollowingoperatinginstructionsorfailingordoseorproperlysectreaprotectedpoint, thereshal beanadditional service chargetothe Subscriber; thatanyvaultto be protected hereunder bysoundorvibration detectorshasthe minimum charaeteristiapresabedbyUnderwritersLaboratories, Inc; that ailweb, doors, skylights, windows and otherelements of the premises as nowconstructed, ortobe constructed, areorwillbeplacedInsuchcondition, at Subscribers expense, asto permit proper installation and operation ofthe burglaralarmsystem whenequipped withMaire Securitydevices. 4. If AUTOMATIC SUPERVISORY SERVICE is furnished, Subscriber agrees to execute and deliver to Maire Security mitten instructions forthe settings at which automaticsignalingdevicesInstalledbyMaireSecuritysialoperate. Subscriber hereby authorizes and empowers Maire Security to perform or awe to be performed the work necessary to install, maintain, inspect, test, and repair thesystemshitspremises. Suchworkshal beperformed between the hours of &00A.M. and 500 P.M. on normalbusiness days, a dudlrg Saturdays, Sundays and holidays; anyadditIordl omeroeresultingfromthe performance ofsuch workduring excludedtimeperiods atSubscriber'srequest, orfrom useofoutside contractorsforany reasonfortheperformanceofanysuchworkthatbnorrnalyperformedbyMaireSecurity, shall be paid by Subscriber. Subscriberfurther authorizes Maire Security to make orsetabemede, atSubscribe'sexpense, anychangesInoralteratbrutoSaki systems requested bySubscrberor by the insuranceratil%organttytlon haulingjurisdiction, or Made twassaryby any changes In Subsalber'g premises, Including changes In Interiors, contents, environment and other changes affecting the performance ofspascontrolorothersystems; Subscribershall give Maire Security priorwritten notice of anysuch changes in Subscriber's premises. Theexpense ofail ordinary maintenanceandrepairofleasedsystemsduetonormalwearandtearshallbebornebyMaireSecurity; the expanse ofany extraordktary maintenance and repair ofsaldsystems dueLobs ribeestions S ofthe Subscriber's premises, damage to such premises or to the alarmsystemor to any other causebeyondthe control ofMahe Security, shall be borne bySuershallprovideelectricalpermits. Ifrequired, and current at pointsdesignated by Mabe Security through Subscribers own meterandetSubsalber'sownexpense. 6. Subscriber hereby authorizes Make Security, upon 30 days written notice to Subscriber, to remove or abandon said systems, in whole or in part, including alt device% Instruments, appliances, and all abinets, conduits, connections, foe, screens, springs, tubing, wires and anyothermaterials assodated therewith. upontermination ofthisagreementbylapseoftime, defaultin the payment ofany monies due hereunder, orotherwise, vv thout any obligation torepairorredecorate anyh of dcrb ypremises; andItiagreed that such abandonmentorremoval shalnotconstitute a waiverofthe rightsofMake to collect which accruedaccruehereunder. MaireSeartty agrees that itshall beresponsiblefor dby systems and assaclatedequipment, ifsuch bduetotheSOWnegggenaofMsirc ' damage caused the remomelofits Security, its agents oremployees Insaid removal, M an amount notto exceedthe price paid bySubscriberforthe term of the agreement. Upontermination for non-paymentofany auntsdue hereunder, in additiontofullcharges accrued forservices rendered, there shag immediately become due and payablefullchargesuntiltheendoftheternofthisagreement. If Maire Security engages theservices ofan attorney Inthe colectlon of overdue accounts, the payment ofreasonableattorneysfeesattributabletheretoshalbecomeanobligationoftheSubsaibmartoMaireSuwrirytotheextentpermittedbyhue. 7. Make Security reserves the fightto terminate this agreementatanytime on written notice, on the happening ofany ofthefollowing events. (a) Madre Security Is unabletestamreortoretaintheconnectionsorprivilegesnecessaryforthetransmissionofsignalsbetweentheSubscriber'spremisesandthemunicipal (ireorponce department% or other places; (b) the receiving equipment, conectlng wires or.systems within the Subsabers premises belo gta to Maire Securtty are destroyed byfire or othercatastrophe, or so substantially damaged that it Is impractical to imbue service; (c) if Subscriber does notfollow proper operating procedures or does not use theequipmentproperly. Any suchtermination shal not subject Make Securityto liability forany damages, Including but not limited toconsequential damages; however, anyadvancepaymentmadeforservicenotyetrenderedattheeffectivedateofsuchterminationshalberefundedtotheSubaaber, amcept for an amount equal to anyinstallationcostspreriouslyincurred. Tills agreement maylikevAse beterminatad by Subscrber !fits premesaresodestroyed ordamaged providedthat itpaysany unpaidbabncaoftheinstallationchargeandofthechargesaccruedhereunderforservicerenderedpriortotheeffectivedateoftermination. 8. MateSecurity stall not be gableforanydelays however caused in Installation ofthe systems, or Intsrr pdons ofservicecaused bystrikes. riots, floods, acts ofGod orbyanyeventbeyondthecontrolofMaireSecurity, and will not be required to furnlsh servicetoSubscriberwhileanywin interruption shal continue. 9. The obligation ofMakeSearnty to provide service relatesto the maintenance solely ofthe alarm systemspedfled intheSchsdhde ofProtection and Male Security is notobligatedtomaintain, repair, service, replace, operateorassurethe operationofanydevice, systemor property belongingto Subscriberontoanythirdpartyto which suchspecifiedareattached. inorderto protectSubscriberfromliabilityfordamage to, ordestructionof, Maire Security'ssystems, Subscribershag suchindudesusystemsinrageproddedinItslabilityandfireksurancepogda. 10. Make Security shall havethenett to increase or decrease the annualservice charge provided above at anytime, ortimes afterthe expiration ofone yearfrom the dateserviceisoperativeunderthisAgreement, upon givingSubsahber written notice 60 days len advance of the effective date ofsuch increase or decrease. If Subscriber 1survlltgtopaysuchincreasedchargeSubsabermayterminatethethenunexpiredtermofthisAgreementbynotifyigMaireSecurityInwriting30dayspriortotheotherIseeffectivedateoftheincrease, and by paying all accrued charges forservice rendered until such date. Any advance payments madeforserviceto be suppliedsubsequenttothedateofsuchterminationshallberefundedtoSubscriber. it This agreement Is not assignable by Subscriber except upon the priorwritten consent ofMaire Security. 12. Thio agreement is not binding unless approved In writing by an Authorized Representative of Maire Security. if such approval is not obtained, the only Nobility of MaireSecurityshallbetoreturntoSubscribertheamount, Ifany, paid to MetreSecurity upon the signingofthisagreement by ItsSales Representative. 13. Thiswriting (together with any individually signed separate serviategreanents and riders pertaining tothis agreement) is Intended by the parties asthe final expressionoftheiragreementwithrespecttothesubjectmattercontainedhereinandalsoasthecompleteandexdusivestatementofthetentsofsuchagreement, notesanyprior, contemporaneous or subsequent purchaseorder or otherdocument relatingtosaidsubject matter. There is no courseofdealing orusageofthetrade that wouldsupplementorconflictwithitsterms. This agreement may only beamended Inwritingsigned bybothparties. 14. Signals received hereunderwill be called to the municipal pollee and/or fire departments and the personnel ofsuch munidpal police and/orfire departments arenottheagentsofMaireSecuritynordoesMaireSecurityassumeanyresponsibilityforthemannerinwhichtheyrespondoractonthem. CITY OF CLEARWATER SIGNATURE PAGE Countersigned: Mayor By: Approved as to form: Attest: Matthew J. Mytyclx, Esq. Assistant City Attorney CITY OF CLEARWATER, FLORIDA, A Florida municipal corporation. e -p Jon P. Jennings City Manager Rosemarie Call City Clerk City of Clearwater - Active Alarms Maire Company Security October 1, 2022 - September 30, 2023 Account Number Building / Property Monthly Cost Annual Cost Security Fire Other Devices/ Services 15000132 City of Clearwater 580 Office 45. 00 540. 00 X X 15005003 City of Clearwater Armory/ Special Events 130. 00 1, 560. 00 X X Digital Back- up 15007009 City of Clearwater Beach Recreation Center & Library 110. 00 1, 320. 00 X Patron Counter Cell Back- up 15005056 City of Clearwater City Hall Downtown 60. 00 720. 00 X X 2 - Panic Buttons Digital Back- up 15005042 City of Clearwater Coachman Marina 45. 00 540. 00 X 1 - Panic Button Digital Back- up 15005541 City of Clearwater Countryside Library 295. 00 3, 540. 00 X X Patron Counter 1- Panic Button Full Data Cell 15000465 City of Clearwater Countryside Recreation Center 45. 00 540. 00 X 15005085 t City of Clearwater Countryside Sports Complex 130. 00 1, 560. 00 X ' X Digital Back- up 15005018 City of Clearwater Eddie C. Moore Field 110. 00 1, 320. 00 X X Elevator Recall 15005082 City of Clearwater FDOT Building 75. 00 900. 00 X Digital Back- up 15000486 City of Clearwater Fire Station # 44 155. 00 1, 860. 00 X 5 - CO2 Detectors Elevator Monitor Elevator Recall 15000406 City of Clearwater Fire Station # 45 325. 00 3, 900. 00 X Elevator Recall 5 - CO2 Detectors 15007423 City of Clearwater Fire Station # 46 Modular 225. 00 2, 700. 00 15000475 City of Clearwater Fire Station # 48 45. 00 540. 00 X 6 - CO2 Detectors 15000418 City of Clearwater Fire Station # 48 Training Center & EOC 95. 00 1, 140. 00 X 15007449 City of Clearwater Fire Station # 49 45. 00 540. 00 X StarLink Cell 15000434 City of Clearwater Fire Station # 50 175. 00 2, 100. 00 X X CO2 Detectors StarLink Cell 15005567 15007451 City of Clearwater Fire Station # 51 80. 00 45. 00 960. 00 540. 00 15000631 City of Clearwater Garden Avenue Parking Garage 45. 00 540. 00 X 15000401 City of Clearwater Garden Avenue Parking Garage 50. 00 600. 00 X 15005547 City of Clearwater Gas Complex Buiding A 395. 00 4, 740. 00 X X Full Data Cell 15005546 City of Clearwater Gas Complex Buiding C 80. 00 960. 00 X X Full Data Cell 15005510 City of Clearwater General Services 50. 00 600. 00 X Full Data Cell 1500551089 City of Clearwater General Services A/ C Shop 25. 00 300. 00 X Full Data Cell 1500551087 City of Clearwater General Services Electrical Shop N 25. 00 300. 00 X Full Data Cell 1500551083 City of Clearwater General Services Fire 50. 00 600. 00 X Covers all of GS Except Wood Shop 1500551081 City of Clearwater General Services Main Area 90. 00 1, 080. 00 X Digital Back- up Temperature Alarm in Server Room Full Data Cell 1500551088 City of Clearwater General Services North Storage 25. 00 300. 00 X Full Data Cell 1500551086 City of Clearwater General Services Police/ SWAT Area N 25. 00 300. 00 X Full Data Cell 1500551082 City of Clearwater General Services Radio Shop 25. 00 300. 00 X Full Data Cell 1500551084 City of Clearwater General Services Woodshop West 25. 00 300. 00 X Full Data Cell 15005543 City of Clearwater Health Center 75. 00 900. 00 1 - Panic Button 15000136 City of Clearwater Infrastructure - A Supervisor Building 40. 00 480. 00 X 15005057 City of Clearwater Infrastructure - B Administration Office 45. 00 540. 00 X Digital Back- up 15005079 City of Clearwater Infrastructure - C Meter Shop/ Offices 65. 00 780. 00 X Digital Back- up 15000139 City of Clearwater Infrastructure - D Storage 40. 00 480. 00 X 15005540 City of Clearwater Infrastructure - E Signal & Sign Shop 100. 00 1, 200. 00 X Full Data Cell 15000138 City of Clearwater Infrastructure - F Welding Shop 40. 00 480. 00 X 15000137 City of Clearwater Infrastructure - G Equipment/ Storage 50. 00 600. 00 X 15005571 City of Clearwater Jack Russell Stadium 135. 00 1, 620. 00 X Elevator Recall Elevator Monitor Full Data Cell 15000439 City of Clearwater Joe DiMaggio Complex 45. 00 540. 00 X Elevator Recall 15005549 City of Clearwater Kings Highway Recreation Center 80. 00 960. 00 X X Full Data Cell 15000407 City of Clearwater Main Library - Fire 45. 00 540. 00 X Leased Dialer 15005068 City of Clearwater Main Library - Security 150. 00 1, 800. 00 X 6 - Panic Buttons Patron Counter Digital Back- up Video Intercom Access 15000209 City of Clearwater Marina Fuel Dock 40. 00 480. 00 1 - Panic Button 15005074 City of Clearwater Marina Office 50. 00 600. 00 X X 1 - Panic Button Digital Back- up 15000416 City of Clearwater Marshall Street Treatment Plant 45. 00 540. 00 X Elevator Recall 15005078 City of Clearwater McMullen Tennis Center 85. 00 1, 020. 00 X Digital Back- up 15005011 City of Clearwater Moccasin Lake Classrooms 45. 00 540. 00 X Digital Back- up 15005081 City of Clearwater Moccasin Lake Welcome Center 45. 00 540. 00 X Digital Back- up 15005083 City of Clearwater Morningside Rec Center 285. 00 3, 420. 00 X X Digital Back- up 15000420 City of Clearwater MSB - Fire 65. 00 780. 00 X Leased Dialer Elevator Monitor 15005507 City of Clearwater MSB - Security 125. 00 1, 500. 00 X 5 - Panic Buttons Temperature Alarms In Server Room & UPS Room Full Data Cell 15005076 City of Clearwater N Greenwood Library 55. 00 660. 00 X X Patron Counter Digital Back- up 15005006 City of Clearwater N Greenwood Rec Center 60. 00 720. 00 X Digital Back- up 15000415 City of Clearwater N. E. Water Pollution Plant 45. 00 540. 00 X Elevator Recall 15000485 City of Clearwater North Greenwood Rec Center 45. 00 540. 00 X 15005525 City of Clearwater North Ward 80. 00 960. 00 X Full Data Cell 15005061 City of Clearwater Nursery 45. 00 540. 00 X Digital Back- up 15005545 City of Clearwater PBI - East Area 80. 00 960. 00 X Full Data Cell 15005548 City of Clearwater PBI - West Area 80. 00 960. 00 X Full Data Cell 15005002 City of Clearwater Pier 60 Bait House 50. 00 600. 00 X X 1 - Panic Button Digital Back- up 15005009 City of Clearwater Pier 60 Parking/ Lifeguard 130. 00 1, 560. 00 X X Digital Back- up 15000427 City of Clearwater Pierce Street Garage 50. 00 600. 00 X 15000403 City of Clearwater Police Department - Beach 50. 00 600. 00 X Elevator Monitor 15000451 City of Clearwater Police Department - Downtown 45. 00 540. 00 X Leased Dialer 15005004 City of Clearwater Police Department - MLK 95. 00 1, 140. 00 X X Full Data Cell 15005054 City of Clearwater Police Impound Lot Countryside 55. 00 660. 00 X X Digital Back- up 15005005 City of Clearwater R. O. # 2 ( U. S. 19) 285. 00 3, 420. 00 X X Elevator Recall Digital Back- up Knox Box Alarm 15005520 City of Clearwater R. O. # 1 - N Building ( Saturn) 80. 00 960. 00 X Full Data Cell 15005080 City of Clearwater Radio Tower - North 50. 00 600. 00 X X Temperature Alarm Smoke Detector Digital Back- up 15000240 City of Clearwater Radio Tower - South 45. 00 540. 00 X Temperature Alarm 15000404 City of Clearwater Rec West Area - Long Center 180. 00 2, 160. 00 X 15005521 City of Clearwater Reservoir # 1 ( Saturn) 80. 00 960. 00 X Full Data Cell 15005017 City of Clearwater Reservoir # 3 ( 580) 45. 00 540. 00 X Digital Back- up 15005053 City of Clearwater Ross Norton Rec Center 60. 00 720. 00 X Digital Back- up 15000433 City of Clearwater Ross Norton Rec Center 45. 00 540. 00 X Leased Dialer 15000408 City of Clearwater Seminole Boat Ramp 65. 00 780. 00 X Elevator Recall Elevator Monitoring 15005016 City of Clearwater Sid Lickton Field 140. 00 1, 680. 00 X X Elevator Recall Elevator Monitor Digital Back- up 15005513 City of Clearwater Solid Waste - Scale Building 110. 00 1, 320. 00 X X Full Data Cell 15005514 City of Clearwater Solid Waste - Tipping Building 295. 00 3, 540. 00 X X Full Data Cell 15005062 City of Clearwater Solid Waste Maintenance Building B 45. 00 540. 00 X Digital Back- up 15005012 City of Clearwater Solid Waste Office Building A 50. 00 600. 00 X Digital Back- up 15000409 City of Clearwater Union Street Station 45. 00 540. 00 X 15000476 City of Clearwater WPC Lab 100. 00 1, 200. 00 X 15005051 City of Clearwater WPC Lab 45. 00 540. 00 X Digital Back- up TOTAL 7, 570. 00 90, 840. 00 System Off - Line 12/ 2/ 2021 System Off - Line 4/ 20/ 2022 System Off - Line 6/ 2/ 2022 15005542 City of Clearwater Gas Office - New Port Richey 95. 00 1, 140. 00 15007446 City of Clearwater Fire Station # 46 40. 00 480. 00 15005008 City of Clearwater Police Department Pistol Range Trailer 60. 00 720. 00 2, 340. 00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0739 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Approve a purchase order to Oracle America, Inc. of Redwood Shores, CA for software maintenance in a not-to-exceed amount of $210,704.79 for a one-year term pursuant to Clearwater Code of Ordinances Section 2.563 (1)(a), Single Source, and authorize the appropriate officials to execute same. (consent) SUMMARY: This is an annual maintenance contract for Oracle software consisting of three components: 1.Oracle database licensing at $54,889.84 for the City’s utility billing (Cayenta) and asset management systems (OWAM) 2.Oracle OWAM maintenance (asset management system) at $127,861.64 for the City’s enterprise asset management application 3.Oracle Mobile Device at $27,953.31 for licenses supporting remote access to the asset management application This purchase is for the necessary maintenance of the Oracle software, which is only offered by Oracle, the software manufacturer. This maintenance cannot be acquired from any other source. The city has used the Oracle software since 2004 and will be sunsetting these applications in Fiscal Year 2027. This purchase order represents a $15,607.75 increase in real maintenance costs from a year ago. In addition, a one-year software update license and support renewal for WebLogic Suite in the estimated amount of $18,841.64 will be procured as a Small Purchase using one of Oracle’s authorized distributors on a separate purchase order. The WebLogic Suite is used for development and maintenance of web-based application viewers for the OWAM environment. The grand total for Oracle maintenance to include the WebLogic Suite from an authorized distributor for Oracle will not exceed $229,546.43. APPROPRIATION CODE AND AMOUNT: Funds are available in the Information Technology department, cost code 5559864-530500 - maintenance contracts, to fund this contract. The Information Technology department is funded by revenues from the Administrative Services Fund, an internal service fund of the city. STRATEGIC PRIORITY: This purchase will support all the objectives of a High-Performance Government, as well as Superior Public Service. Page 1 City of Clearwater Printed on 8/19/2025 Page 1 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 3-Jun-25 Dear Erica Powell Your technical support services are due for renewal. Support Service Number: P-95-301-00-000--22 Support Start Date: 1-Oct-25 Amount Due: USD 210,704.79 (excluding applicable tax) To avoid any interruption in these services, please complete your renewal by 1-Sep-25. Oracle would like to thank you for your continued business. Have a question about your renewal? Call 301-641-0727 or email Oracle at mavis.waters@oracle.com. Page 2 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Technical Support Services Renewal Order General Information Customer: CITY OF CLEARWATER Support Service Number: P-95-301-00-000--22 Offer Expires: 30-Sep-25 Oracle: Oracle America, Inc. Oracle Contact Information: Mavis Waters Call: 301-641-0727 Email: mavis.waters@oracle.com Online Renewals can be viewed and accepted on My Support Renewals Customer Quote To Erica Powell CITY OF CLEARWATER PO Box 4748 Information Technology Department CLEARWATER FL 33758 United States Erica.Powell@myclearwater.com Customer Bill To Kristina Cook CITY OF CLEARWATER Information Technology 100 S. Myrtle Ave 3rd Floor CLEARWATER FL 33756 United States 727-562-4656 kristina.cook@myclearwater.com "You" and "Your" as used in this renewal order, refer to the Customer listed above. Please ensure the Quote To and Bill To details above are correct, especially the email addresses, as Oracle will usually deliver communications, including Your invoice, to the respective email address. Page 3 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Service Details Program Technical Support Services Service Level:Software Update License & Support Product Description CSI #Qty License Metric License Level / Type Start Date End Date Price SPL Synergen Series Base Product: All Subsystems - Concurrent User Perpetual 15397410 200 CONCURRE NT DEVICE FULL USE 1-Oct-25 30-Sep-26 41,921.84 SPL Synergen Series Base Product: All Subsystems - Server Perpetual 15397410 1 FULL USE 1-Oct-25 30-Sep-26 33,537.48 SPL Synergen Series ESRI GIS Integration Extension - Server Perpetual 15397410 1 FULL USE 1-Oct-25 30-Sep-26 10,480.48 SPL Synergen Series Web Deployment - Concurrent User Perpetual 15397410 200 CONCURRE NT DEVICE FULL USE 1-Oct-25 30-Sep-26 41,921.84 Program Technical Support Fees:USD 127,861.64 Program Technical Support Services Service Level:Software Update License & Support Product Description CSI #Qty License Metric License Level / Type Start Date End Date Price Merant Net Express V3 Win/Nt 14501859 1 USER 1-Oct-25 30-Sep-26 3,960.12 Oracle Utilities Mobile Device Management Base - Customer Perpetual 16130816 1 FULL USE 1-Oct-25 30-Sep-26 12,320.63 Micro Focus Visual COBOL for Windows for 2 Named Users (Mfr is Microfocus; Third Party Program) 17885976 1 FULL USE 1-Oct-25 30-Sep-26 11,672.56 Program Technical Support Fees:USD 27,953.31 Program Technical Support Services Service Level:Software Update License & Support Product Description CSI #Qty License Metric License Level / Type Start Date End Date Price Oracle Database Enterprise Edition - Named User Plus Perpetual 18925318 225 FULL USE 1-Oct-25 30-Sep-26 13,921.45 Oracle Database Enterprise Edition - Named User Plus Perpetual 18925318 45 FULL USE 1-Oct-25 30-Sep-26 16,000.65 Oracle Database Enterprise Edition - Processor Perpetual 18925318 2 FULL USE 1-Oct-25 30-Sep-26 12,878.08 Oracle Database Standard Edition - Named User Plus Perpetual 18925318 75 FULL USE 1-Oct-25 30-Sep-26 2,964.24 Oracle Database Standard Edition - Named User Plus Perpetual 18925318 115 FULL USE 1-Oct-25 30-Sep-26 9,125.42 Program Technical Support Fees:USD 54,889.84 Page 4 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Total Price:USD 210,704.79 Excluding applicable tax Notes If Oracle accepts Your renewal order, the start date set forth in the Service Details table above shall serve as the commencement date of the technical support services and the technical support services ordered under this renewal order will be provided through the end date specified in the table for the applicable programs and/ or hardware ("Support Period"). If any of the fields listed in the Service Details table above are blank, then such fields do not apply to Your renewal. Page 5 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Technical Support Services Terms If the Customer and the Customer Quote To name identified in the General Information table above are not the same,CITY OF CLEARWATER represents that Customer has authorized CITY OF CLEARWATER to execute this renewal order on the Customer's behalf and to bind the Customer to the terms contained in this renewal order. CITY OF CLEARWATER agrees that the services ordered are for the sole benefit of Customer and shall only be used by Customer.CITY OF CLEARWATER agrees to advise Customer of the terms of this renewal order as well as any communications received from Oracle regarding the services. If the Customer and the Customer Bill To name identified in the General Information table above are not the same, Customer agrees that:a)Customer has the ultimate responsibility for payments under this renewal order;and b) any failure of CITY OF CLEARWATER to make timely payment per the terms of this renewal order shall be deemed a breach by Customer and,in addition to any other remedies available to Oracle,Oracle may terminate Customer's technical support service under this renewal order. Technical support is provided under Oracle's technical support policies in effect at the time the services are provided. The technical support policies are subject to change at Oracle's discretion; however, Oracle will not materially reduce the level of services provided for supported programs and/or hardware during the period for which fees for technical support have been paid, or for U.S. federal and public sector entities, the period for which services have been ordered. You should review the technical support policies prior to entering into this renewal order. The current version of the technical support policies may be accessed at http://www.oracle.com/us/support/policies/index.html. Regarding the inclusion of DFARS 252.204-7012, the parties agree that DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016), does not apply to the Commercial Off the Shelf (COTS) licenses or hardware, and does not apply to the associated technical support because Oracle will not process, collect, develop, receive, transmit, use, or store "covered defense information" on "covered contractor information systems" as defined in DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016), in performance of the associated technical support services ordered under this renewal quote, and the Government agrees that it will not provide "covered defense information" to Oracle in performance of the associated technical support services.. The technical support services renewed under this renewal order are governed by the terms and conditions of the SLSA-225665-01-OCT-1995 ("agreement"). Any use of the programs and/or hardware, which includes updates and other materials provided or made available by Oracle as a part of technical support services, is subject to the rights granted for the programs and/or hardware set forth in the order in which the programs and/or hardware were acquired. This renewal order incorporates the agreement by reference. In the event of inconsistencies between the terms contained in this renewal order and the agreement, this renewal order shall take precedence. Page 6 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Renewal Processing Details Your renewal order is subject to Oracle's acceptance. Your renewal is considered complete when You provide Oracle with payment details for the renewal as detailed below or an executed Oracle Financing contract. Once completed, Your renewal cannot be cancelled and Your payment is nonrefundable, except as provided in the agreement. Oracle will issue an invoice to You upon receipt of a purchase order or a form of payment acceptable to Oracle. If You are U.S. federal government or public sector entity, Oracle will issue You an invoice quarterly in arrears after the services are performed. Unless you are an U.S. federal government entity, Oracle's invoice includes applicable sales tax, GST, or VAT (collectively referred to as "tax"). If CITY OF CLEARWATER is a tax exempt organization and is not an U.S. federal government entity, a copy of CITY OF CLEARWATER's tax exemption certificate must be submitted with CITY OF CLEARWATER's purchase order, credit card, or other acceptable form of payment. Technical Support fees are invoiced Quarterly in Arrears. All fees payable to Oracle are due within 30 NET from date of invoice. You agree to pay any sales, value-added or other similar taxes imposed by applicable law, except for taxes based on Oracle's income. If CITY OF CLEARWATER is a tax exempt organization, a copy of CITY OF CLEARWATER's tax exemption certificate must be submitted with CITY OF CLEARWATER's purchase order, check, credit card or other acceptable form of payment. Payment Details Purchase Order If You are submitting a purchase order for the payment of the renewal of the technical support services on this renewal order, the purchase order must be in a non-editable format (e.g., PDF) and include the following information: -Support Service Number:P-95-301-00-000--22 -Total Price:USD 210,704.79 (excluding applicable tax) -Local Tax, if applicable In issuing a purchase order, CITY OF CLEARWATER agrees that the terms of this renewal order and the agreement supersede the terms in the purchase order or any other non-Oracle document, and no terms included in any such purchase order or other non-Oracle document shall apply to the technical support services ordered under this renewal order. Please contact Oracle per the General Information section above to issue Your purchase order. Credit Card If You wish to use a credit card to pay for the renewal of the technical support services on this renewal order, please contact Oracle per the General Information section above. Please note that Oracle is unable to process credit card transactions of USD $100,000 or greater or transactions that are not in USD. PayPal If You wish to use PayPal to pay for the renewal of the technical support services on this renewal order, please contact Oracle per the General Information section above. Please note that Oracle is unable to process PayPal transactions of USD $100,000 or greater or transactions that are not in USD. eCheck If You wish to use eCheck to pay for the renewal of the technical support services on this renewal order, please contact Oracle per the General Information section above. Please note that Oracle is unable to process eCheck transactions that are not in USD. Page 7 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Check If You are submitting a check for the payment of the renewal of the technical support services on this renewal order,the check must include the following information: -Support Service Number:P-95-301-00-000--22 -Total Price:USD 210,704.79 (excluding applicable tax) -Local Tax,if applicable In issuing a check,CITY OF CLEARWATER agrees that only the terms of this renewal order and the agreement shall apply to the technical support services ordered under this renewal order.No terms attached or submitted with the check shall apply. Checks for technical support services ordered under this renewal order should be sent to: AK,AZ,CA,HI,ID,NV,OR,UT,WA: Oracle America,Inc PO Box 884471 Los Angeles,CA 90088-4471 All Other States: Oracle America,Inc PO Box 203448 Dallas,TX 75320-3448 Payment Confirmation If You cannot pay using any of the payment methods described above, please complete this payment confirmation and submit it to Oracle. Please initial the following statement that best applies to You. ____ CITY OF CLEARWATER does not issue purchase orders. ____ CITY OF CLEARWATER does not require a purchase order for the services ordered hereto. CITY OF CLEARWATER certifies that the information provided above is accurate and complies with CITY OF CLEARWATER's business practices in entering into this renewal order, including obtaining all necessary approvals to release the funds for this renewal. In issuing this payment confirmation, CITY OF CLEARWATER agrees that the terms of this renewal order and the agreement shall apply to the technical support services ordered under this renewal order. No terms attached or submitted with the payment confirmation shall apply. The signature below affirms CITY OF CLEARWATER's commitment to pay for the services ordered in accordance with the terms of this renewal order. CITY OF CLEARWATER _______________________________________ Authorized Signature _______________________________________ Name _______________________________________ Title _______________________________________ Signature Date Page 8 of 8 Support Service Number: P-95-301-00-000--22 RL_Specified_Agreement_US_v012124 Please contact Oracle per the General Information section above to issue Your Payment Confirmation. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0729 Agenda Date: 8/21/2025 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve Architect of Record (AOR) Consulting Services Agreements, as listed, to provide architectural and related services under a continuing contract for a four-year term pursuant to Request for Qualifications (RFQ) 29-25 and authorize the appropriate officials to execute same. (consent) SUMMARY: In accordance with Florida Statute 287.005, Consultant Competitive Negotiations Act (CCNA), the City issued RFQ 29-25, Architect of Record Consulting Services on April 15, 2025. The solicitation was to establish a pool of qualified consulting firms to provide professional architectural services under a continuing services agreement, or Architect of Record (AOR) services. A selection committee composed of staff from the Public Works, General Services, Public Utilities and Parks and Recreation Departments evaluated 14 responses received. Based on qualifications, the committee selected all fourteen firms, retaining eight incumbent firms and awarding agreements to six new firms. The evaluation criteria included the firm’s municipal qualifications and experience; approach and methodology in understanding project requirements, scope and schedules/timelines; adherence to budget while providing quality and cost savings; project management and communication; and the firm’s familiarity with City ordinances, codes, procurement procedures, contract specifications and construction standards. The eight incumbent AOR firms retained are AECOM; CPH Consulting, LLC; Harvard Jolly, Inc. d/b/a Harvard Jolly/PBK; Klar and Klar Architects, Inc; Long & Associates Architects/Engineers, Inc; Robert P. Resch, III - Architect; Wannemacher Jensen Architects, Inc; Williamson Dacar Associates, Inc d/b/a Williamson Design Associates. AECOM will be removed from the AOR list if they do not agree to language in the Consultant Services Agreement as presented. The six newly selected AOR firms are ASD/SKY; Behar Peteranecz, Inc; Halflants & Pichette Architecture; InVision Advisors; Renker Eich Parks Architects; STORYN Studio for Architecture. The AOR Consulting Services Agreement will be for a four-year term, with the City reserving the right to initiate a mid-term solicitation based on future needs. STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including:  1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 1 City of Clearwater Printed on 8/19/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 REQUEST FOR QUALIFICATION 29-25 ARCHITECT OF RECORD CONSULTING SERVICES NOTICE Tuesday, April 15, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Wednesday, May 14, 2025 to provide: The City of Clearwater is seeking qualifications from professional architectural consulting firms (Firm) to serve as Architect of Record (AOR) under a four (4) year term contract. Multiple firms will be selected for continuing services agreements to provide architectural and related professional services on an as-needed basis. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Response packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/162404. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/162404. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Qualifications is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. 2.3 Due Date & Time for Submission and Opening Date: Wednesday, May 14, 2025 Time: 10:00 am The City will open all responses properly and timely submitted and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. 2.4 Response Submittals It is recommended that responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a response that is not properly addressed and identified. 2.5 Late Responses The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.6 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation v. 7.2024 3 From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.7 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. 2.8 Form and Content of Responses Responses, including modifications, must be certified by an authorized representative and submitted electronically. The City requires that an electronic copy of the response be submitted through the City's e- Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The respondent must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the response. 2.9 Modification/Withdrawal of Response For responses submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered responses, written requests to modify or withdraw the proposal response by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the response and marked as a MODIFICATION or WITHDRAWAL of the response. No oral requests will be allowed. 2.10 Debarment Disclosure If the vendor submitting a response has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the v. 7.2024 4 suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.11 Reservations The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. 2.12 Official Solicitation Document Changes to the solicitation document made by a respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.13 Contractor Ethics It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.14 Gifts The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. 2.15 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. v. 7.2024 5 ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.16 Evaluation Process Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.17 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. For this RFQ, see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.18 Short-Listing v. 7.2024 6 The City at its sole discretion may create a short-list of the highest ranked responses based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.19 Presentations/Interviews Presentations and/or interviews may be requested at the City’s discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.20 Contract Negotiations and Acceptance Respondent must be prepared for the City to accept the response as submitted. If respondent fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. 2.21 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/162404 to view the Procurement Division's Intent to Award postings. 2.22 RFQ Timeline Dates are tentative and subject to change. Release Project Date: April 15, 2025 Advertise Tampa Bay Times: April 16, 2025 Question Submission Deadline: May 4, 2025, 10:00am Due Date & Time for Submissions and Opening: May 14, 2025, 10:00am Review Responses: May 14, 2025-May 25, 2025 Presentations (if requested): Week of June 6, 2025 Award recommendation: Week of June 6, 2025 Council Authorization: July 2025 Contract Begins: August 1, 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. v. 7.2024 7 A. Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. For this RFQ, the criteria that will be evaluated and their relative weights are: No. Evaluation Criteria Scoring Method Weight (Points) 1. Qualifications and Experience Qualifications and Experience (diverse portfolio, team expertise) Points Based 5 (20% of Total) 2. Project Approach and Methodology Project Approach and Methodology (understanding requirements, schedules, innovation, resiliency) Points Based 5 (20% of Total) 3. Cost Estimate and Value Cost Estimate and Value (adherence to budget, transparency, value added services) Points Based 5 (20% of Total) 4. Project Management and Communication Project Management and Communication (team structure, staff availability, timeline management, stakeholder collaboration, client engagement) Points Based 5 (20% of Total) v. 7.2024 8 5. Familiarity of the Firm and Staff with City of Clearwater Ordinance, Community Devlopment Code, Procurement, Contract Specifications and Construction Standards Points Based 5 (20% of Total) STANDARD TERMS AND CONDITIONS 4.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 4.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. v. 7.2024 9 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration v. 7.2024 10 Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable v. 7.2024 11 time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 Audits and Records v. 7.2024 12 Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 4.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies v. 7.2024 13 The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 4.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. v. 7.2024 14 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work v. 7.2024 15 Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability v. 7.2024 16 of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. v. 7.2024 17 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 5.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community and is looking for vendors who share that dedication and will help the City meet that goal. 5.2 Project Mission The City of Clearwater is dedicated to providing superior services to its customers in order to improve the quality of life for Clearwater residents, businesses and visitors. The City of Clearwater is committed to ensuring that we have a sustainable city through green measures focusing on our economy, environment, and community and is looking for vendors who share that dedication and will help the City meet that goal. 5.3 Scope of Services The City of Clearwater (City) is seeking Statements of Qualifications from professional architectural consulting firms to provide Architect of Record (AOR) services. Selected firms must demonstrate proficiency in architecture and related disciplines, including, but not limited to planning, analysis, design, preparation of construction documents, regulatory permitting, development of technical specification, bid and contract documentation, and construction management for City projects. Scope of services includes: A. Facility improvements for Clearwater Fire & Rescue, Clearwater Police Department, General Services, Library, Marine and Aviation, Parks & Recreation, Parking, and Solid Waste & Recycling, encompassing expansions, renovations, and new construction. Services may also extend to other City departments as needed. v. 7.2024 18 B. Land and right-of-way surveying, including control surveys, mapping, parcel descriptions, and sketches. C. Assessment of design-build contract suitability for City projects. D. Preparation and development of grant applications. E. Support for public improvement programs, including the creation of presentation materials such as PowerPoint decks, slides, handouts, and graphics. F. Cost and budget estimating. G. Facility condition and post-storm damage assessments. The City has included a sample agreement with this solicitation; however, it is anticipated that the final agreement will be revised to incorporate a modified version of the ConsensusDocs Form 240. 5.4 Experience Responding firms must demonstrate sufficient and recent experience (within the past five [5] years) in providing comparable Architect of Record services for Florida municipalities and must have a project team located within the Tampa Bay Metropolitan area, including the counties of Pinellas, Hillsborough, Pasco, and Manatee. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Workers’ Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s v. 7.2024 19 Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 6.5 Architects & Engineers Liability/Professional Liability (E&O)/ Contractors Professional Liability (CPrL)/ Medical Malpractice Insurance Where the Agreement involves Florida-regulated professional services (e.g. architect, engineer, design- builder, CM, accountant, appraiser, investment banker medical professional) at any tier, whether employed or independent, vicarious design liability exposure (e.g. construction means & methods, design supervision), value engineering, constructability assessments/reviews, BIM process, and/or performance specifications. Limits of at least $1,000,000 (one million dollars); deletion of design/ build liability exclusions, as applicable, and maintained for at least 3 years after completion of work/services and City’s acceptance of same. 6.6 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.7 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, 29-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. v. 7.2024 20 The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from August 1, 2025 through July 31, 2029. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. RESPONSE ELEMENTS NOTE: Every response received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFQ. 8.1 Response Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Responsel Format RESPONSE FORMAT – All responses, whether submitted by mail, hand-delivered, or electronically, must not exceed nineteen (19) total pages, including typed text, graphics, charts, and photographs. Each tab below specifies the number of pages allowed. Page counts are based on standard 8½" x 11" paper, with a single sheet printed on both sides considered as two (2) pages. The total page count excludes documents submitted for Tab 7, the tabbed separator pages, the cover page, and the back page. TAB 1 – Letter of Interest (two [2] pages). A letter of interest outlining qualifications, relevant experience, capability to complete the work, and alignment with the selection criteria listed above. Include the name, address, contact person, and phone number. TAB 2 – Qualification and Experience (six [6] pages maximum) A. Provide a comprehensive summary of relevant and diverse experience and specific AOR services delivered for other Florida municipalities. Include the name of the entity, contact information, and the timeframe during which services were provided. B. Highlight the qualifications and relevant experience of professional staff and describe the anticipated role and necessity of any subconsultants. v. 7.2024 21 C. Specify the location of the office(s) responsible for performing the work. TAB 3 – Project Approach and Methodology (three [3] pages maximum) A. Describe project management process and methodology. B. Demonstrate firm’s ability to understand client needs and produce appropriate scopes of work. C. Outline the Firm’s approach to ensuring that individual projects are delivered within established design and construction schedules. D. Provide an overview of innovative approaches to improve and address project challenges and examples of resilient design. TAB 4 – Cost Estimate and Value (two [2] pages maximum) A. Demonstrate proven track record of delivering projects within budget without compromising quality. B. Describe firm’s ability to produce detailed and accurate construction cost estimates and conceptual budgets. C. Describe the firm’s experience applying value engineering techniques to ensure optimal cost savings while maintaining design integrity. D. Show appropriateness and clarity of fee structure for continuing contracts. TAB 5 - Project Management and Communication (four [4] pages maximum). A. Clearly demonstrate the Firm’s capacity to allocate sufficient time and personnel to complete assignments on schedule, as well as the availability of backup staffing to address unforeseen circumstances. Include staffing plan. B. Describe the firm’s Quality Assurance and Quality Control (QA/QC) policies and procedures. C. Describe client engagement and stakeholder collaboration processes, include examples that demonstrate these processes. D. Describe firm’s approach to identify, mitigate, and solve potential project risks (budget overruns, delays, unforeseen conditions etc.). TAB 6 – Familiarity of the Firm and Staff with City of Clearwater Ordinance, Code, Procurement, Contract Specifications and Contract Standards (two [2] pages maximum). Respondents should include: A. A Detailed description of the firm’s knowledge and understanding of the City of Clearwater’s permitting processes, local ordinances, Community Development Code, Downtown Design Guidelines, Stormwater Drainage Manual, Pinellas Gulf Beaches Coastal Construction Code, Florida Building Code, procurement procedures, construction specifications, and construction standards. B. Insight into the challenges associated with these processes and how the firm effectively navigates them. TAB 7 – Litigation. NOTE: this is not considered Confidential or Proprietary information – any response indicating such may be deemed non-responsive to the RFQ (not included in page count) v. 7.2024 22 A. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. B. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. C. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement; or (iii) any other matter before an administrative body.) D. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. Other Forms. Reference Submittal Requirements (not included in page count) A. Scrutinized Companies Form(s) B. Compliance with Anti-Human Trafficking Laws Form C. Truth In Negotiations Form D. Copy of the firm’s current Florida Department of Business and Professional Regulation’s License E. If the firm is a corporation, a copy of the current Florida Corporation Registration  F. W-9 Form. All responses should include a fully completed, most current W-9 form. Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) 8.3 Response Format All responses, whether submitted by mail, hand-delivered, or electronically, must not exceed nineteen (19) total pages, including typed text, graphics, charts, and photographs. Each tab below specifies the number of pages allowed. Page counts are based on standard 8½" x 11" paper, with a single sheet printed on both sides considered as two (2) pages. The total page count excludes documents submitted for Tab 7, the tabbed separator pages, the cover page, and the back page. SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? v. 7.2024 23 ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" v. 7.2024 24 Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ☐ Please confirm *Response required 5 E-Verify System Certification* v. 7.2024 25 PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 Vendor's Response* Upload a copy of your response with the information requested as detailed in the solicitation titled 29-25 Architect of Record Consulting Services. *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 Truth in Negotiations Certificate* Please download the below documents, complete, and upload. • Truth_In_Negotiation_Certif... *Response required v. 7.2024 26 10 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required RFQ # 29-25, Architect of Record Consulting Services Page 1 of 16 AGREEMENT BETWEEN CITY OF CLEARWATER AND DESIGN PROFESSIONAL TABLE OF ARTICLES 1. AGREEMENT 2. GENERAL PROVISIONS 3. DESIGN PROFESSIONAL’S RESPONSIBILITIES 4. OWNER’S RESPONSIBILITIES 5. TIME 6. COMPENSATION AND PAYMENTS 7. INDEMNITY AND INSURANCE 8. TERMINATION 9. MISCELLANEOUS ARTICLE 1 AGREEMENT This Agreement is made this [_____] Day of [_____] in the year [_____], by and between the OWNER, [_____] and the DESIGN PROFESSIONAL, [_____] Tax identification number (TIN) [_____] License Identification for the state of the Project [_____] for services in connection with the following PROJECT [_____] ARTICLE 2 GENERAL PROVISIONS 2.1 QUALIFICATIONS Design Professional warrants and represents that Design Professional and its consultants are duly qualified, licensed, registered, and authorized by law to perform the Services under this Agreement. 2.2 RELATIONSHIP OF THE PARTIES Design Professional will cooperate and exercise the skill and judgment required above in performing Services. Design Professional represents that it possesses the skill, expertise, and licensing to perform the Services. The Parties each agree to work together in good faith and fair dealings, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient, and economical manner. Neither Design Professional nor any of its agents or employees shall act on behalf of or in the name of Owner except as provided in this Agreement or authorized in writing by Owner. 2.3 STANDARD OF CARE Design Professional shall furnish or provide the architectural and engineering Services in accordance with Owner’s requirements, as outlined in Owner’s Program and other relevant data defining the Project, which are attached as Exhibit A. The Services shall include Basic Services plus any Additional Services, if any, authorized by Owner in this agreement. Services shall be performed in accordance with the standard of professional skill and care required for a project of similar size, location, scope, and complexity, during the time in which the Services are provided. RFQ # 29-25, Architect of Record Consulting Services Page 2 of 16 2.4 ETHICS The Parties shall each perform their obligations with integrity, so that, at a minimum each: (a) avoids conflicts of interest; and (b) promptly discloses to the other Party any conflicts of interest which may arise. Each party warrants to the other Party that it has not and shall not pay nor receive any contingent fees, gratuities, refunds, rebates, or other compensation to or from the other Party or any others to secure preferential treatment. 2.5 DEFINITIONS 2.5.1 “Agreement” means this “Agreement Between City of Clearwater and Design Professional,” which is referred to herein as the Master Agreement, as well as the exhibits and attachments, the Owner’s Program documents, and any subsequent Work Orders or other Amendments issued under this Master Agreement, all of which are made part of the Agreement upon execution. 2.5.1.1 The following exhibits are part of this Agreement: [_] EXHIBIT A: Owner’s Program; [_] EXHIBIT B: Hourly rates charged to the Owner and a list of Reimbursable Expenses (this Exhibit does not apply to lump sum agreements). Information regarding specific Project and Worksite information, Key Project Personnel, and Schedule of Worksite visits shall be detailed in Work Orders issued under this Agreement. 2.5.2 “Building Information Modeling” or “BIM” refers to an optional design technology that visualizes the Project or segments of the Project in at least three dimensions, and is intended to facilitate coordination among each of the Project stakeholders. 2.5.3 “Business Days” are all Days, except weekends and City holidays where the Project is located. 2.5.4 “Constructor” means the person or entity retained by Owner to perform Work for the Project. 2.5.5 “Consultant” is a person or entity that contracts with Design Professional to provide professional architectural, engineering, or other consulting services for this Project. 2.5.6 “Cost of Construction” means Owner’s total cost of Project components. In the event the Project is not completed, Cost of Construction shall mean the final approved estimated cost of Project components. 2.5.7 “Day” means a calendar day. 2.5.8 “Design Professional” is the person or entity identified in ARTICLE 1 and includes Design Professional’s representative. 2.5.9 “Environmental Site Assessment” or “ESA” includes any study performed for the purpose of identifying the probability, location, and extent of potential contamination or environmental hazards at the Worksite. 2.5.10 “Guaranteed maximum price” or “GMP” refers to a fixed dollar amount that limits the total possible costs of the Project encompassing both the Cost of Construction as well as any fees due to the Constructor. . 2.5.11 “Laws” mean federal, state, and local laws, ordinances, codes, rules, and regulations applicable to the Services and with which Design Professional must comply that are enacted as of the Agreement date. RFQ # 29-25, Architect of Record Consulting Services Page 3 of 16 2.5.12 “Not To Exceed” or “NTE” refers to the total maximum cost or amount that the Owner can be charged for Basic Services. Any time or expense relating to Basic Services that exceeds the NTE shall be paid or absorbed by the Design Professional or its Consultants at no additional cost to Owner, regardless of whether the Agreement is billed lump sum or hourly. 2.5.13 “Others” refer to contractors, suppliers, and persons at the Worksite who are not employed by Constructor or Subcontractors. 2.5.14 “Owner” refers to the City of Clearwater, and includes Owner’s Representative. In this agreement, “the City” can be used interchangeably with “the Owner.” 2.5.15 “Owner’s Program” refers to an initial description of Owner’s objectives that shall include budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, City codes and policies related to procurement and construction delivery, and any other documents included in the City’s solicitations for the Project. 2.5.16 “Owner’s Representative” refers to the consultant retained by the City to represent the City’s interests in the Project, or the designated City official who is responsible for overseeing the Project. 2.5.17 “Parties” mean Owner and Design Professional collectively. 2.5.18 “Project,” as identified in ARTICLE 1, is the building, facility, or other improvements to be designed by Design Professional for which Constructor is to perform Work under the agreement between Owner and Constructor. It may also include construction by Owner, or Others. 2.5.19 “Project Schedule” is the timeframe, measured in calendar Days, in which the Owner expects the Design Professional to complete all Construction Documents and ensure that any required building permits have been issued to the Owner or to the Constructor as well as the construction of the Work up to final completion and acceptance by the Owner, if applicable. 2.5.20 “Rough Order of Magnitude” or “ROM” refers to the Owner and Design Professional’s mutual and agreed understanding as to the acceptable range for the Cost of Construction. The Owner’s Program may propose a ROM, which will be reviewed and, if acceptable, confirmed by the Design Professional, in writing, prior to commencing Schematic Design. The parties recognize and intend that the ROM mandates that final Cost of Construction and all monetary obligations of the City related to the Project must fall within +/- 75% of the ROM unless the Owner requires otherwise in a specific Work Order. 2.5.21 “Services” mean the services provided by Design Professional or by consultants retained by Design Professional for the Project, including coordination of design services of subcontractors who may be procured by Constructor or Subcontractors. The Services include Basic Services and Additional Services as may be authorized by Owner. 2.5.22 “Substantial Completion” means the Work (or a specified part thereof) has progressed to the point where, in the opinion of the Design Professional, as evidenced by the Design Professional’s definitive certificate of Substantial Completion, is sufficiently complete, in accordance with the Agreement, so that the Work (or specified part) can be utilized for the purposes for which the City intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Design Professional's recommendation of final payment. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. RFQ # 29-25, Architect of Record Consulting Services Page 4 of 16 2.5.23 “Subcontractor” is a person or entity retained by Constructor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. 2.5.24 “Work” means the construction and services necessary or incidental to fulfill Constructor’s obligations for the Project in conformance with the agreement between Owner and Constructor. 2.5.25 “Work Order” means a written outline of specific project details and tasks to be performed as well as the method of payment for said tasks. In the event of conflict between a Work Order and the Master Agreement, the Master Agreement shall govern. A Work Order shall only act to amend the terms of the Master Agreement when specifically stated in said Work Order that the intent is to amend this Master Agreement. 2.5.26 “Worksite” means the geographical area of the Project location as identified in ARTICLE 1 where the Work is to be performed. ARTICLE 3 DESIGN PROFESSIONAL’S RESPONSIBILITIES 3.1 GENERAL RESPONSIBILITIES 3.1.1 PROJECT REQUIREMENTS Prior to commencing compensated work, Design Professional shall review and preliminarily evaluate the Owner’s Program described in Exhibit A. The Design Professional’s acceptance of this Agreement shall constitute its professional opinion that in the absence of unreasonable delay by the Owner, the Construction Documents can generally be completed within the time-frame described within the Owner’s Program, and that the Project is generally constructible within a ROM of the Owner’s budget. If the Project Schedule or ROM are not available as part of the Owner’s Program, the Design Professional shall prepare a Work Order that specifies a date for Substantial Completion and a ROM, which may be accepted or reject by the Owner. Once the Parties have agreed, the Design Professional shall ensure that design is constructible within the ROM. 3.1.2 COST ESTIMATES AND PROFESSIONAL ADVICE As further described in Section 3.2, the Design Professional shall update the estimated Cost of Construction at the completion of Schematic Design Documents, and update the estimated Cost of Construction again at the completion of Design Development Documents. The Design Professional shall also update the estimated Cost of Construction upon completing the Construction Documents, unless the Owner and Constructor have already agreed to a GMP or lump sum to construct the Project. If at any time Design Professional’s estimate exceeds Owner’s most recently approved estimate, Design Professional shall recommend to Owner a range of options allowing the Project to proceed within the budget estimate most recently approved by the Owner. This paragraph shall not relieve the Design Professional of the obligation to design within the ROM as agreed upon by the Parties. 3.1.3 PROJECT SCHEDULE The Design Professional shall use best efforts to adhere to the Project Schedule or if the Project Schedule is not yet developed, Design Professional will provide a mutually agreeable schedule prior to commencement of any compensable design work. Designer shall notify Owner of any deviation from the Project Schedule and provide a recovery plan that shall be subject to Owner’s written approval. The Project Schedule shall be updated for Owner’s review and approval at the completion of Schematic Design Documents, Design Development Documents, and Construction Documents, except when construction commences before the completion of such Documents. If Constructor has been retained to provide preconstruction services as part of the Work, Design Professional shall coordinate and update the Project Schedule with the Schedule of the Work prepared by Constructor. Design Professional shall make appropriate recommendations if any Project Schedule shows a deviation from previously approved Project Schedules. RFQ # 29-25, Architect of Record Consulting Services Page 5 of 16 3.1.4 ITERATIVE PROCESS Design Professional shall not proceed with the development of successive design documents until receiving written approval from Owner. Design Professional shall promptly revise without additional compensation: 3.1.4.1 those documents which have not been previously approved by Owner and which exceed the most recently approved ROM, unless the Owner agrees in writing to accept a higher Cost of Construction estimate; 3.1.4.2 those documents identified by Constructor as presenting constructability problems, regardless of whether the Owner has already accepted the design document(s); and 3.1.4.3 those documents needing revisions to reflect clarifications and assumptions and allowances on which a guaranteed maximum price is based. To the extent that any design documents approved by Owner deviate from the requirements of Owner’s Program, the approved design documents shall govern. 3.1.5 WORK SITE ACCESS The Owner shall ensure and provide the Design Professional with reasonable access to the Worksite at all times. 3.2 BASIC SERVICES Design Professional’s Basic Services include, at a minimum, the following: 3.2.1 SCHEMATIC DESIGN DOCUMENTS Based on Owner’s Program, including any mutually agreed refinements or clarifications, Design Professional shall prepare one or more Schematic Design Documents under the following terms and conditions: • Schematic Design Documents shall include drawings, outline specifications, and other documents illustrating the Project’s basic elements, scale, and their relationship to the Worksite, and if applicable, shall include presentation documents such as artistic or photorealistic renders as necessary to describe the design concept options to the City Council for approval when required by the Owner’s Program. • If Owner elects to require certain sole source products or the use of specific vendors in procurement, Designer shall include and maintain a list of sole source products and specific vendors as specified by Owner. • Schematic Design Documents shall include, as applicable, conceptual plans of the site and structures; preliminary sections and elevations; approximate areas, volumes, and dimensions; and preliminary selections of materials and systems. Designer shall confirm with Owner the level of detail required in said documents in the event that multiple concept options are required as part of the Owner’s Program. • One (1) reproducible set and one (1) electronic version (CAD files and PDF) of the Schematic Design Documents shall be provided to Owner. • When Design Professional submits the Schematic Design Documents, the Design Professional shall update the Project Schedule and provide a new cost estimate. The Design Professional shall promptly notify the City in writing of any changes to either the Project Schedule or expected Cost of Construction. • The Design Professional shall not proceed to Design Development unless and until the Owner, in its sole discretion, selects and confirms its approval of one or more Schematic Designs, including the new cost estimate and updated Project Schedule. • Design Professional shall respond to all owner document review comments in writing, including detail that the comment was incorporated/addressed or reasons why the requested change was not incorporated. Upon receipt of the Schematic Design Documents, new cost estimate, and updated Project Schedule, the City shall (1) approve the updates, or (2) end the Agreement or cancel the Work Order, in which case the Design Professional shall be RFQ # 29-25, Architect of Record Consulting Services Page 6 of 16 compensated for services rendered up to the point of termination or cancelation. If the compensation method is lump sum, the Owner shall pay a pro rata portion of the lump sum to compensate for Schematic Designs only.. If the Schematic Design Documents include no concept plans that are within the City’s budget, the City may either instruct the Design Professional to revise or create new Schematic Design Documents aligning with the Owner’s budget or end the Agreement or cancel the Work Order as applicable. If Owner elects to require a revision, the Design Professional shall revise or create a Schematic Design at no additional cost to the Owner in which the expected Cost of Construction conforms to the ROM. 3.2.2 DESIGN DEVELOPMENT DOCUMENTS If the Owner approves the Schematic Design Documents and updated estimate of the Cost of Construction and Project Schedule, the Design Professional shall prepare, for Owner’s review and approval, Design Development Documents under the following terms and conditions: • If the Owner has hired or retained a CMAR to provide preconstruction services, the Design Professional shall collaborate in good faith with the CMAR in all matters relating to Design Development, value engineering, cost estimating, and the Project Schedule. • The Design Development Documents shall further define the Project, including drawings and outline specifications fixing and describing the Project size, character, and site relationships, and other appropriate elements describing the structural, architectural, mechanical, and electrical systems. • Design Development Documents shall include, as applicable, plans, sections, and elevations; criteria and sizing of major components; equipment sizes and capacities and approximate layouts, including required spaces and clearances; typical details; materials selections and general quality levels. • Design Professional shall provide and maintain permit tracker software as specified by the Owner. • When Design Professional submits Design Development Documents, Design Professional shall identify in writing all material changes and deviations that have taken place from the Schematic Design Documents and the previously approved estimate of the Cost of Construction and Project Schedule. Designer must identify any material selections and specifications that require a specific manufacturer or sole source and may limit competitive bids consistent with City procurement procedures and applicable laws. A Minimum of three manufacturers should be listed unless a smaller list is approved by the Owner. • If requested by Owner, Design Professional shall prepare alternate bid documents. • Unless documents are required to be transmitted in electronic form, two printed sets and one reproducible set of Design Development Documents shall be provided to Owner. 3.2.3 CONSTRUCTION DOCUMENTS Based on the approved Design Development Documents and updated estimate of the Cost of Construction and Project Schedule, Design Professional shall prepare and submit Construction Documents for review and approval by the Owner and any other permitting authorities, under the following terms and conditions: • If the Owner has hired or retained a CMAR to provide preconstruction services, the Design Professional shall collaborate in good faith with the CMAR in all matters relating to the Construction Documents, cost estimating (if a GMP has not already been established), the Project Schedule, and permitting. • The Construction Documents shall consist of signed and sealed documents, setting forth in detail the quality levels of and the requirements for construction of the Project. The signed and sealed documents shall include all drawings and specifications required by law and ordinance prior to or as a condition of issuing building permits and any other required permits. • The Construction Documents shall describe all work necessary to bid and construct the Project. • When Design Professional submits the Construction Documents, Design Professional shall identify in writing for Owner’s approval all material changes and deviations that have taken RFQ # 29-25, Architect of Record Consulting Services Page 7 of 16 place from the Design Development Documents and the previously approved estimate of the Cost of Construction and Project Schedule. Designer shall include a list of all approved sole source materials and/or vendors included in design or shall specify the applicable requirements for alternative “as equal” proposals that may be accepted when presented by the Constructor. • Unless documents are required to be transmitted in electronic form, two printed sets and one reproducible set of the Construction Documents shall be provided to Owner. 3.2.4 BIDDING OR NEGOTIATION ASSISTANCE Design Professional shall assist Owner in obtaining bids or negotiated proposals from contractors by providing electronic documents including drawings, specifications, and any addendum, attending pre-bid and pre-award meetings, clarifying the scope and intent of the Construction Documents, and, if appropriate, evaluating proposed subcontractors and suppliers for portions of the Work. Design Professional shall issue any required addenda or clarifications promptly in writing. 3.2.4.1 If the lowest bona fide bid or negotiated Guaranteed Maximum Price (“GMP”) exceeds the Design Professional’s most recently prepared and approved estimate of the Cost of Construction as specified in the ROM, and the Owner elects to rebid or otherwise renegotiate the Project, then the Design Professional, without additional compensation, shall make the necessary modifications to the Construction Documents to reduce the Cost of Construction to an amount less than or equal to the sum of the most recently approved estimate of the Cost of Construction. 3.2.5 CONSTRUCTION PHASE SERVICES The Construction Phase will commence upon the issuance of a written Notice to Proceed from Owner to the Constructor to proceed with the Work, with contemporaneous notification to Design Professional. Design Professional shall (a) review and advise Owner as to the accuracy and sufficiency of the schedule of values submitted by Constructor for the Work, (b) coordinate the Project Schedule with the Schedule of the Work submitted by Constructor and approved by Owner, (c) prepare design documents in connection with change orders, (d) respond to Constructor requests for information, and (e) prepare alternate bid documents after completion of schematic design documents. Design Professional shall furnish to Owner and, if directed, to Constructor interpretations and clarifications of the drawings and specifications, by means of additional drawings, addenda, or otherwise, as are necessary for the proper execution and progress of the Work. All such interpretations and clarifications shall be consistent with the intent of the Construction Documents and reasonably inferable from them. 3.2.5.1 REQUESTS FOR INFORMATION (“RFI”) AND SUBMITTALS Design Professional shall respond to Constructor’s RFI’s and review Constructor’s submittals, including shop drawings, product data, and samples. Design Professional shall approve or make recommendations concerning such submittals to Owner within ten (10) Business Days of receiving the submittals from Constructor, unless mutually agreed otherwise by Design Professional, Constructor, and Owner. Design Professional shall check Constructor’s submittals for conformance with the design and the scope of the Project and for compliance with the Construction Documents, and shall notify Owner of any material discrepancy or incomplete submittal. Design Professional’s review shall not extend to Constructor’s means, methods, techniques, sequences, or procedures, unless such means, methods, techniques, sequences, or procedures have been specified by Owner or Design Professional. 3.2.5.2 Design Professional shall assist Owner in the evaluation and processing of Constructor’s request for changes in the Work. Based on its evaluation, Design Professional shall make appropriate recommendations to Owner. 3.2.5.3 If applicable, Design Professional shall visit the Worksite at appropriate intervals, as specified in the relevant exhibit or Work Order to become generally familiar with the quality of the Work and to determine in general if the Work is proceeding in RFQ # 29-25, Architect of Record Consulting Services Page 8 of 16 accordance with the Construction Documents. After each Worksite visit, Design Professional shall promptly provide Owner with a written report. If Design Professional becomes aware of any defects or deficiencies in the Work, or failure of the Work to progress in conformity with the Schedule of the Work, Design Professional shall provide prompt notice, followed by written confirmation, to Owner. If, in Design Professional’s opinion, special testing or inspection of the Work is needed, Design Professional shall recommend to Owner such testing or inspection procedures and appropriate consultants. Design Professional shall not be responsible for construction means, methods, techniques, sequences, and procedures, unless they are specified by Design Professional, or for ensuring that the Work is in accordance with the Construction Documents. 3.2.5.4 Design Professional shall attend meetings with Owner and Constructor upon reasonable request of Owner. The number of required meetings may be specified in the Owner’s Program or in a Work Order issued under this Agreement. 3.2.5.5 Design Professional shall assist Owner in conducting inspectionsto determine the date or dates of Constructor’s Substantial Completion of the Work. Such assistance shall include compiling a list of items to be completed or corrected so that Owner may occupy or utilize the Work or a designated portion for its intended use, without unscheduled disruption. 3.2.5.6 Design Professional shall assist Owner in conducting inspections to determine Constructor’s final completion of the Work. 3.2.5.7 If requested by Owner, Design Professional shall make up to two (2) visits to the Worksite during Constructor’s one-year correction period to assist Owner in evaluating the need for any corrective measures and/or as required by any applicable warranty. Design Professional shall review commissioning reports during this period to ensure equipment and any other work as applicable is performing to design specifications. 3.2.5.8 Design Professional shall prepare record drawings from marked-up prints, drawings, or other documents that incorporated changes made during the Construction Phase. 3.2.6 Except as otherwise provided in this Agreement, Design Professional hereby grants a license to use design and construction documents prepared by Design Professional to those retained by Owner or Constructor to perform construction services for the Project. 3.3 ADDITIONAL SERVICES The following Services, if and to the extent selected by an “x”, shall be provided by Design Professional and paid for as Additional Services: 3.3.1 ☐ Surveys and related matters involving the identification or examination of property boundaries, ownership, easements, or topography, e.g. legal descriptions, ALTA surveys, or aerial photographs; 3.3.2 ☐ Environmental site assessments required by law or requested by the Owner; 3.3.3 ☐ Geotechnical analysis of any kind, including soils or the exploration of subsurface utilities; 3.3.4 ☐ Preparing measured drawings of existing conditions in anticipation of renovating existing buildings or existing facilities; 3.3.5 ☐ Traffic study or studies required by ordinance or requested by the Owner; RFQ # 29-25, Architect of Record Consulting Services Page 9 of 16 3.3.6 ☐ Landscape architecture; 3.3.7 ☐ Photovoltaic (“PV”) design services and coordination of install, e.g. solar panels; and 3.3.8 ☐ BIM – which, if selected, will be governed by its own addendum and exhibit, or shall be specified with detail in the Work Order: 3.3.9 ☐ Artistic renderings, models, or mockups of the Project or any part of the Project; 3.3.10 ☐ Inventories of existing furniture, fixtures, furnishings, and equipment which might be under consideration for incorporation into the Project; 3.3.11 ☐ Interior design and related services, including procurement and placement of new furniture, new furnishings, new artwork, and new decorations; 3.3.12 ☐ Pursuing Leadership in Energy and Environmental Design “LEED” certification or recognition; 3.3.13 ☐ Attend, present, and answer questions at public meetings held by government agencies, homeowners associations, civic groups, or other community stakeholder meetings identified by the Owner; 3.3.14 ☐ Any material revisions to the Schematic Design, Design Development, or Construction Documents after the respective phase was approved by the Owner, unless the Design Professional’s actions, or negligence created the need for revisions, or the revisions constitute Basic Services under Section §3.2.4.14 of this Agreement, or the revisions are needed to provide clarification or supplemental details for Constructor such as an architect’s or engineer’s supplemental instruction 3.3.15 ☐ Design, coordination, management, expediting, and other services supporting the procurement of materials to be obtained or work to be performed by Owner, including but not limited to telephone systems, computer wiring networks, sound systems, alarms, security systems, and other specialty systems which are not otherwise required by this Agreement; 3.3.16 ☐ Consultations and representations before governmental authorities if the duration or extent of said service exceeds the ordinary and customary process(es) of securing permits required by law or ordinance; 3.3.17 ☐ Worksite visits in excess of the number of visits provided for in the Work Order or or the number of visits in a schedule established by attachment to this Agreement; 3.3.18 ☐ Evaluation of payment applications. If this box is selected, the Design Professional will assist Owner in evaluating Constructor’s applications for payment, including recommending approval or denial. If this Additional Service is selected, Design Professional shall certify to Owner the amounts due Constructor and that the Work has progressed to the point indicated in the payment application based on the schedule of values submitted by Constructor. The Design Professional shall use professional skill and care when evaluating the Constructor’s applications, but the certification for payment shall not by itself constitute a representation that the Design Professional has evaluated the quality or quantity of the Work, or the construction means, methods, techniques, sequences, or procedures used by the Constructor in furthering the Work; 3.3.19 ☐ Performing formal commissioning services; 3.3.20 ☐ Document reproduction exceeding the limits provided for under §3.2; RFQ # 29-25, Architect of Record Consulting Services Page 10 of 16 3.3.21 ☐ Estimates, proposals, appraisals, consultations, negotiations, and services in connection with the repair or replacement of an insured loss; 3.3.22 ☐ Serving or preparing to serve as an expert witness in connection with any legal proceeding in which the Design Professional is not a party. The manner of payment and total cost of all selected Additional Services shall be negotiated and documented as required by Article 6 of this Agreement. The lump sum cost of each line item, or its hourly rate and NTE, shall be documented in a Work Order or shall be consistent with the Schedule of Fees attached as Exhibit B. 3.4 CONSULTANTS Design Professional shall notify the Owner at least ten (10) days prior to engaging consultants. Said engagement shall not be deemed to create any contractual relationship between Owner and any such consultant, but the Owner shall be considered the intended third-party beneficiary of the performance of their services. Except for the waivers required under §Error! Reference source not found. and §Error! Reference source not found., Design Professional shall not include any limits of liability in its agreements with any Consultants without the prior written approval of Owner. Design Professional shall bind its Consultants in the same manner as Design Professional is bound to Owner under this Agreement. 3.5 DESIGN PROFESSIONAL’S REPRESENTATIVE Design Professional’s representative shall be specified in the Work Order as part of Key Project Personnel, who shall possess full authority to receive and act on instructions from Owner, in accordance with this Agreement. If Design Professional changes its representative or the representative’s authority, Design Professional shall immediately notify Owner in writing. 3.6 KEY PROJECT PERSONNEL The key Project personnel whom Design Professional shall assign and their anticipated time percentage each shall devote to Design Professional’s Services shall be set forth in a Work Order or provided in writing to the City for approval prior to commencing any compensable work. Such personnel shall not be changed without the written approval of Owner, which approval shall not be unreasonably withheld. 3.7 ROYALTIES, PENALTIES, AND COPYRIGHTS Design Professional shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Design Professional and incorporated in the design or construction documents prepared by Design Professional. Design Professional warrants that it possesses the copyright or permission to use the copyright of materials, methods, or systems selected by Design Professional and incorporated in the design or construction documents prepared by Design Professional. Design Professional shall defend, indemnify, and hold Owner, Constructor, and Subcontractors harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such selection. ARTICLE 4 OWNER’S RESPONSIBILITIES 4.1 FINANCIAL INFORMATION Prior to commencement of Services, and thereafter, Design Professional shall have the right, upon written request, to receive from Owner evidence of Owner’s financial ability to pay for Design Professional’s Services. Evidence of Owner’s financial ability to pay for Services shall be a condition precedent to Design Professional commencing or continuing Services. Design Professional shall be notified prior to any material change in Owner’s ability to pay for Services. 4.2 INFORMATION AND SERVICES PROVIDED BY OWNER The Owner is not required to obtain or possess any of the information or services described in this Section 4.2. However, to the extent the Owner has obtained or does obtain the information or services, the Owner shall provide them to Design Professional with reasonable promptness. Unless otherwise RFQ # 29-25, Architect of Record Consulting Services Page 11 of 16 limited by Owner in writing, Design Professional shall be entitled to rely on the accuracy of such information and services: 4.2.1 information describing the physical characteristics of the Worksite, including surveys, Worksite evaluations, legal descriptions, existing conditions, subsurface and environmental studies, reports, and investigations all in reasonable detail and as set forth in Exhibit A; 4.2.2 inspection reports and testing services conducted during construction as required by law or as mutually agreed; 4.2.3 unless otherwise provided in this Agreement, documentation evidencing any necessary approvals, site plan review, rezoning, easements and assessments, fees, and charges required for the construction, use, occupancy, or renovation of permanent structures. 4.2.4 Owner shall promptly report to Design Professional errors, inconsistencies, and omissions it discovers in the Construction Documents; however, nothing in this subsection shall relieve Design Professional of responsibility for its own errors, inconsistencies, and omissions. 4.2.5 Approvals by Owner shall not be deemed to be an assumption of responsibility by Owner for any error, inconsistency, or omission in the drawings and specifications or other documents prepared by Design Professional, its employees, agents, or consultants. Owner shall provide all approvals required under this Agreement in a timely manner. 4.3 OWNER’S REPRESENTATIVE Owner’s representative shall be the Director of the City Department that is managing the Project, or his or her designee, which may be an employee or a third-party Consultant. The Representative shall be fully acquainted with the Project; agrees to furnish the information and services required of Owner pursuant to §4.2 in a timely manner; and shall have authority to bind Owner in matters requiring Owner’s approval, authorization, or written notice, but may not change this Agreement Between City of Clearwater and Design Professional, as modified by the Parties. If Owner changes its representative or their authority, Owner shall immediately notify Design Professional in writing. ARTICLE 5 TIME 5.1 TIME FOR SERVICES Time is of the essence. Design Professional shall provide the Services required by this Agreement in a timely manner and in conformance with the Project Schedule.The Project Schedule can be modified with the Owner’s consent pursuant to the protocols described in Section 3.2 of this Agreement. However, the Owner’s approval of a delayed or modified Project Schedule shall not increase the compensation owed to the Design Professional, except as provided in Section 5.3 of this Agreement. 5.2 DELAYS BY DESIGN PROFESSIONAL If the progress or completion of the Project is delayed by reason of any error, inconsistency, or omission of Design Professional which violates its standard of care, Design Professional shall compensate Owner for and indemnify it against all damages that may accrue as a result of such delay. In addition, Design Professional shall provide Services at its own cost, including any overtime costs and expenses, required to make up time lost to Owner because of such delay. Owner shall provide prompt written notice to Design Professional of such delay after Owner first recognizes the delay. 5.3 DELAYS BY OWNER If Design Professional is delayed in the performance of its Services by any act or omission of Owner, or by changes ordered by Owner which are due to causes beyond Design Professional’s control, then the time allotted in the Project Schedule for Design Professional’s Services shall be extended for the period of such delay. In such instance(s), the Design Professional shall provide prompt written notice to Owner of such delay after Design Professional first recognizes such delay. The RFQ # 29-25, Architect of Record Consulting Services Page 12 of 16 Owner shall, upon request by the Design Professional, consider an equitable adjustment in compensation to the extent that said adjustment is attributable to the Owner’s delay as defined in this Section 5.3. ARTICLE 6 COMPENSATION AND PAYMENTS 6.1 COMPENSATION FOR BASIC SERVICES For Basic Services as described in §3.1 and §3.2, Owner shall compensate Design Professional on the following basis (designate only one of the following options): ☐ Stipulated or Lump Sum Fee. The amount of [_____] dollars ($[_____]). This amount equals [insert auto-calculation] percentage of the preliminary budget estimate. ☐ Hourly with NTE Fee. The actual cost of the sum of the following, up to a maximum of [insert NTE amount]: a. Design Professional’s personnel at the hourly rates listed in Exhibit B. b. Services of consultants and subcontractors at a multiple of [_____] ([_____]) times the amount billed to Design Professional for such services. c. Reimbursable Expenses incurred in connection with Basic Services. Regardless of which method is chosen, the lump sum or NTE shall not be modified for any reason except those recognized in Sections 5.3 or 6.3 of this Agreement. For the avoidance of doubt, neither an increase nor a decrease in the Owner’s project budget or expected Cost of Construction shall affect the amount owed, except as otherwise authorized by this Agreement. 6.2 COMPENSATION FOR ADDITIONAL SERVICES 6.2.1 In addition to the compensation described in Section 6.1 of this Agreement, the Design Professional shall be compensated for any Additional Services selected by the Owner pursuant to Section §3.3 of this Agreement. Each selected Additional Service shall be documented as a separate line item and paid as either a lump sum or Hourly with NTE. The amount of said compensation shall be documented by an exhibit or Work Order. The manner and timing of such compensation shall occur pursuant to Section 6.3 of this Agreement. 6.3 PAYMENTS 6.3.1 Design Professional shall submit to Owner for its approval monthly applications for payment for Basic and Additional Services and Reimbursable Expenses, if any, with reasonable supporting detail. Owner shall pay or deny payment applications in the manner and timing required by Florida’s Local Government Prompt Payment Act. 6.3.2 Prior to final payment to Design Professional, Design Professional shall furnish evidence satisfactory to Owner that there are no claims, obligations, or liens outstanding in connection with its Services. Acceptance of final payment shall constitute a waiver of all claims by Design Professional for compensation for its Services. 6.3.3 Design Professional’s expense records shall be maintained in accordance with generally accepted accounting principles and shall be available to Owner at mutually convenient times for all Services to be compensated on the basis of actual cost. RFQ # 29-25, Architect of Record Consulting Services Page 13 of 16 ARTICLE 7 INDEMNITY AND INSURANCE 7.1 INDEMNITY 7.1.1 To the fullest extent permitted by law, Design Professional shall indemnify and hold harmless the City, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of this Agreement. 7.1.2 Design Professional shall not be responsible for the acts or omissions of Owner, Constructor, and Subcontractors, and their respective agents or employees, or any other persons or entities performing work on the Project other than those included in Section 7.1.1. 7.2 INSURANCE 7.2.1 PROFESSIONAL LIABILITY INSURANCE Before commencing its Services and as a condition of payment, Design Professional shall maintain at its own cost and expense Professional Liability Insurance and other applicable insurance coverages through a company that is satisfactory to Owner, whose approval shall not be unreasonably withheld, for claims arising under this Agreement. Specific Policies and Coverage amounts shall be stated by the Owner as part of the Owner’s Program or as otherwise required by City code, practice and procedure. 7.2.2 Design Professional shall furnish to Owner certificates of insurance evidencing the required coverage listed in this section and a copy of its policy. No policy shall be cancelled or modified without thirty (30) Days’ prior written notice to Owner. ARTICLE 8 TERMINATION 8.1 TERMINATION BY EITHER PARTY Should either Party be in material breach of this Agreement, the other Party may give written notice to the breaching Party that it intends to terminate this Agreement for default absent appropriate corrective action upon seven (7) Days from receipt. Upon such time and absent appropriate corrective action, the non-breaching party may terminate this Agreement in writing. 8.2 TERMINATION BY OWNER FOR CONVENIENCE Upon ten (10) Days’ written notice, Owner may, without cause, terminate this Agreement with Design Professional. If this Agreement is terminated pursuant to this section, Design Professional may recover from Owner payment for Services performed up through the date on which the Design Professional receives the Owner’s notice of intent to terminate. To the extent that specific Basic Services or specific Additional Services were either partially performed or in progress as of the date on which the termination notice is delivered, the Owner shall compensate the Design Professional as if the in-progress Basic Service(s) or in-progress Additional Service(s) had been fully performed or shall compensate for actual services rendered, plus ten percent (10%) whichever is lower. The Design Professional shall identify in writing with reference to this Agreement or the applicable Work Order, which specific services were in progress in order to request this compensation, and provide the Owner the option of requesting the specific service be completed prior to requesting compensation pursuant to this paragraph. Additional compensation for partial performance pursuant to this paragraph shall be treated as liquidated damages, and in no event shall the Owner incur any further liability to the Design Professional after paying this sum. ARTICLE 9 MISCELLANEOUS 9.1 OWNERSHIP OF TANGIBLE DOCUMENTS Owner shall receive ownership of the property rights, including copyrights, of all documents, drawings, specifications, electronic data, and information RFQ # 29-25, Architect of Record Consulting Services Page 14 of 16 ("Documents") prepared, provided, or procured by Design Professional or by consultants retained by Design Professional and distributed to Owner for this Project, upon making the final payment to Design Professional or in the event of termination under ARTICLE 8, upon payment for all sums due to Design Professional under ARTICLE 8. Owner’s acquisition of the copyright shall be subject to Owner’s making of all payments required by this Agreement. 9.1.1 DESIGN PROFESSIONAL’S USE OF DOCUMENTS Notwithstanding Section 9.1 of this Agreement, Design Professional may reuse Documents prepared by it pursuant to this Agreement in its practice, but only upon written request to and written permission granted by the Owner. Said permission shall not be unreasonably withheld. 9.2 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM AND ISRAEL CERTIFICATION FORM Pursuant to Section 287.135, Florida Statutes, any vendor, company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for an amount equal to or greater than one million ($1,000,000.00) dollars. Any vendor, company, individual, principal, subsidiary, affiliate, or owner on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with the City of Clearwater for goods or services for ANY amount. Each entity submitting a bid, proposal, or response to a solicitation must certify to the City of Clearwater that it is not on the aforementioned lists, or engaged in business operations in Cuba or Syria, or engaged in a boycott of Israel at the time of submitting a bid, proposal or response, in accordance with Section 287.135, Florida Statutes. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce. Boycott Israel or boycott of Israel means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel. The certification forms (the Certification) are attached hereto, and must be submitted, along with all other relevant contract documents, at the time of submitting a bid, proposal, or response. Failure to provide the Certification may deem the entity’s submittal non-responsive. If the City of Clearwater determines that an entity has submitted a false certification form, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies that Boycott Israel List, or engaged in business operations in Cuba or Syria, or engaged in a boycott of Israel, then the contract may be terminated at the option of the City of Clearwater. Other than the submission of a false certification, the City of Clearwater, on a case-by-case basis and in its sole discretion, may allow a company to bid on, submit a proposal for, or enter into or renew a contract for goods or services, if the conditions set forth in Section 287.135, Florida Statutes, apply. The City retains the right to pursue civil penalties and any other applicable rights and remedies as provided by law for the false submission of the attached certification forms. 9.3 PUBLIC RECORDS The Design Professional will be required to comply with Chapter 119, Florida Statutes, regarding public records. IF THE DESIGN PROFESSIONAL HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: RFQ # 29-25, Architect of Record Consulting Services Page 15 of 16 Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. 9.4 EXTENT OF AGREEMENT Except to the extent expressly provided in this Agreement, this Agreement represents the entire and integrated agreement between Owner and Design Professional and supersedes all prior negotiations, representations, and agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of Owner and Design Professional and not for the benefit of any third party. 9.5 ASSIGNMENT Except as provided in this paragraph, neither Owner nor Design Professional shall assign its interest in this Agreement without the written consent of the other Party. However, the Owner may in its sole discretion assign the Agreement to another local government entity in Florida, and the Design Professional may in its sole discretion assign its right to receive its proceeds. 9.6 GOVERNING LAW AND VENUE The laws of the State of Florida and the ordinances of the City of Clearwater shall govern this Agreement. Venue for any dispute or claim involving this Agreement shall be found in Pinellas County or, in the event of a federal lawsuit, the Middle District of Florida. 9.7 NOTICE Unless changed in writing, a Party’s address indicated in Article 1 shall be used when delivering notice to a physical address. Except for agreement termination, notice is effective upon transmission by any effective means, including U.S. postal service and overnight delivery service. 9.8 NO WAIVER OF PERFORMANCE Either Party’s failure to insist upon any, in any one or more instances, on the performance of any of the terms, covenants, or conditions of this Agreement, or to exercise any of its rights, shall not be construed as a waiver or relinquishment of such term, covenant, condition, or right with respect to further performance. 9.9 TITLES The title given to the articles and sections are for ease of reference only and shall not be relied upon or cited for any other purpose. 9.10 JOINT DRAFTING The Parties expressly agree that this Agreement was negotiated by professionals and with the advice of, or opportunity to consult with, legal counsel. Therefore, this Agreement shall be construed neither against nor in favor of either Party, but shall be construed in a neutral manner. [Signature Page to Follow] RFQ # 29-25, Architect of Record Consulting Services Page 16 of 16 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the day and year first written above. CITY OF CLEARWATER, FLORIDA ATTEST: By:_______________________________ __________________________ Bruce Rector, as its Mayor Rosemarie Call, City Clerk (SEAL) Approved as to Form: _______________________________ Jerrod Simpson, Senior Assistant City Attorney DESIGN PROFESSIONAL: [_____] BY: __________________________ NAME: ______________________ TITLE: _________________ WITNESS: ____________________ NAME: ______________________ TITLE: _________________ END OF DOCUMENT. June 12, 2025 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division recommend award of RFQ 29-25, Architect of Record Consulting Services, to the following firms for a four (4) year term. Awarded Incumbent AOR Listing: AECOM; CPH Consulting, LLC; Harvard Jolly, Inc. d/b/a Harvard Jolly/PBK; Klar and Klar Architects, Inc; Long & Associates Architects/Engineers, Inc; Robert P. Resch, III – Architect; Wannemacher Jensen Architects, Inc; Williamson Dacar Associates, Inc d/b/a Williamson Design Associates Awarded Non-Incumbent AOR Listing: ASD/SKY; Behar Peteranecz, Inc; Halflants & Pichette Architecture; InVision Advisors; Renker Eich Parks Architects; STORYN Studio for Architecture Contract negotiations will commence shortly, and the finalized agreement will be subject to Council authorization. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 444-8524, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0747 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Appoint 10 members to the 2025 Affordable Housing Advisory Committee to include the appointment of a locally elected official and adopt Resolution 25-12. SUMMARY: Florida Statute Section 420.9076 states that counties and cities receiving State Housing Initiatives Partnership (SHIP) program funds are required to establish annually an Affordable Housing Advisory Committee (AHAC) and prepare a Local Housing Incentive Strategy (LHIS). The statute further provides that the committee be made up of eight to eleven members appointed by the City Council. The committee must consist of one locally elected official and one representative from at least six specific categories. The required categories and recommended individuals are listed below: •Banking industry/mortgage: Robyn Fiel •Area of labor engaged in home building: Frank Cornier •Advocate for low-income person: Christine Bond •Not-for-profit provider of affordable housing: Charessa Doty •Representative of employers: Kelly A Batsford •Clearwater resident: Linda Byers •Member of the local planning agency: Michelle Chenault •Essential Services representative: Cheri DeBlaere •Locally elected official: Mike Mannino •Area of residential home build with a connection to affordable housing: Rick Vail The duties of the Affordable Housing Advisory Committee shall include reviewing policies and procedures, ordinances, land development regulations and the City’s adopted comprehensive plan and shall recommend specific actions or initiatives to encourage or facilitate affordable housing while protecting the ability of the property to appreciate in value. The LHIS must be submitted to City Council by December 31, 2025, and will encompass the definition, vision, strategic focus areas, and action plan (including potential amendments to procedures and existing regulations) in order to facilitate the development of affordable housing in the City. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 8/19/2025 Resolution No. 25-11 RESOLUTION NO. 25-11 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA APPOINTING THE AFFORDABLE HOUSING ADVISORY COMMITTEE (“COMMITTEE”) IN ACCORDANCE WITH FLORIDA STATUTE SECTION 420.9076, AND REQUIRED FOR PURPOSES OF THE STATE HOUSING INITIATIVES PARTNERSHIP (“SHIP”) PROGRAM; PROVIDING THAT THE CITY’S NEIGHBORHOOD AND AFFORDABLE HOUSING ADVISORY BOARD (“NAHAB”) AMONG SEVERAL OTHER INDIVIDUALS SHALL SERVE AS SAID COMMITTEE; APPOINTING EXISTING NAHAB MEMBERS TO THE COMMITTEE; APPOINTING ADDITIONAL MEMBERS TO THE COMMITTEE IN ACCORDANCE WITH SECTION 2.228, CODE OF ORDINANCES OF THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida enacted the State Housing Initiatives Partnership Act (the “Act”) also known as the William E. Sadowski Affordable Housing Act, which allocates a portion of new and existing documentary stamp taxes on deeds to local governments for development of affordable housing through the SHIP Program; and WHEREAS, the Act requires that in order to receive SHIP funds, the local government shall appoint an Affordable Housing Advisory Committee to recommend monetary and non-monetary incentives for the Affordable Housing Incentive Plan and that its members be appointed by resolution; and it is desirable that the City Neighborhood and Affordable Housing Advisory Board (“NAHAB”) among several other individuals serve on the Affordable Housing Advisory Committee; now therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: That the following members of the Neighborhood and Affordable Housing Advisory Board are hereby appointed, for a term ending upon City Council adoption of the 2025 Local Housing Incentive Strategy (anticipated prior to December 31, 2025), as members of the Affordable Housing Advisory Committee:  Robyn Fiel representing the banking or mortgage industry in connection with affordable housing  Linda Byars as an advocate for low-income persons in connection with affordable housing  Christine Bond as an advocate for low-income persons in connection with affordable housing  Kelly A Batsford representing employers within the City of Clearwater  Charessa Doty representing a not-for-profit provider of affordable housing Resolution No. 25-11  Frank Cornier representing those areas of labor engaged in home building in connection with affordable housing SECTION 2: That the following persons are hereby appointed, for a term ending upon City Council adoption of the 2025 Local Housing Incentive Strategy, to the Affordable Housing Advisory Committee:  Michelle Chenault, who serves on the City of Clearwater’s local planning agency  Cheri DeBlaere, representing essential services personnel  Mike Mannino, as a locally elected official  Rick Vail, as actively engaged in residential home building with connection to affordable housing SECTION 3: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _____ day of August 2025. ____________________________ Bruce Rector Mayor Approved as to form: Attest: __________________________ ____________________________ Mathew J. Mytych. Esq. Rosemarie Call Assistant City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0748 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve the State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentive Certification for the closeout year 2022-2023 and interim year 2023-2024 and allow appropriate officials to execute same. SUMMARY: The Florida Legislature enacted the William E. Sadowski Affordable Housing Act (Act) in 1992. The Act created a dedicated revenue source for state and local housing trust funds including the State Housing Initiatives Partnership (SHIP) Program. Through the SHIP Program, the Economic Development and Housing Department has provided funding for the following housing activities: Purchase assistance in the form of down payment and closing costs assistance of existing structures; the construction of new dwellings; the rehabilitation of owner-occupied single-family dwellings; and the rehabilitation of rental properties. All local governments receiving SHIP funds must submit their annual report to the Florida Housing Finance Corporation by September 15 of each year. The annual report provides details of expended and encumbered funds. The report also provides information on the strategies funded, the number of households served, and demographic data such as income level, age, household size, race, and information on special needs populations which includes individuals experiencing homelessness, persons with disabilities, and the elderly. The report is submitted electronically to the State of Florida. SHIP is a unique funding program. Qualifying local governments (Grantees) are allocated formula-derived amounts annually from a dedicated funding source derived from document stamps charged on real estate transactions. The State encourages grantees to spend these funds in the form of loans, rather than grants, so future revenue from repayment of loans (Program Income) can be used in addition to annual allocations. Grantees are given three years to expend an annual allocation and Program Income received during the same program year. With each SHIP report, the closeout year must be fully expended. For closeout year 2022-2023, the City received $1,127,930 from the state annual distribution, $772,574 in program income and related interest, carryover of a negative balance of $6,653.72 from previous year funds for FY 2021-2022 total revenue of $1,855,891. The city expended a total of $1,855,891 to assist twenty-five (25) families utilizing its approved strategies. The city expended $579,525 on purchase assistance, $302,549 on owner-occupied rehabilitation, and $830,442 on construction of four new single-family homes. SHIP funding has a positive impact on the City’s economy, as evidenced by activities in closeout year 2022-2023, where the City expended $1,855,891 SHIP strategies in SHIP dollars to leverage approximately $1,974,559 in other funds. Additionally, the city spent $151,421 on program administration. The City’s SHIP program will carry a positive balance of $7,959 into FY 2023-24 which will be closed out this time next year. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 8/19/2025 File Number: ID#25-0748 Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 2 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0772 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Continue to September 18, 2025: Adopt ordinance 9840-25 on second reading, amending Clearwater Code of Ordinances Chapter 22, Article II, Sections 22.24(1) and 22.42(6) by authorizing the limited use of certain vehicles on public beaches by permit pursuant to amendments to F.S. 161.58. SUMMARY: Page 1 City of Clearwater Printed on 8/19/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0764 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Update council rules and adopt Resolution 25-12. SUMMARY: During the August 4 work session, the City Council discussed the City's policies and practices regarding proclamations. The Council reached consensus to reserve time during each work session for Councilmembers to make comments of their choosing. These comments may relate to upcoming proclamations, or they may relate to other topics. The City Attorney has drafted the attached update for Council's consideration. Please note that the rules as drafted do not explicitly require proclamation(s) to be attached to the work session agenda. However, this can be done administratively by staff. This practice can also be codified in the formal rules if needed." Page 1 City of Clearwater Printed on 8/19/2025 1 Resolution No. 25-12 RESOLUTION NO. 25-12 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, AMENDING COUNCIL RULES; PROVIDING AN EFFECTIVE DATE. WHEREAS, Section 2.08 of the Clearwater City Charter requires the City Council to determine its own rules and order of business; and WHEREAS, the City Council has determined that time should be reserved during each Council work session for members of the City Council to share their perspective on topics of their choosing relating to City business, such as upcoming proclamations; and WHEREAS, the City Council intends for these remarks to be brief, to ensure an orderly conclusion to the meeting; now therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Rule 6, Council Rules is hereby amended as follows: *** The order of business for a work session meeting shall ordinarily be: a. Call to Order b. Presentations c. Departmental Review of upcoming Council Agenda items d. City Manager Verbal Reports e. City Attorney Verbal Reports f. Council Discussion Items (requested at a prior public meeting or added between meetings via Councilmember request to the City Manager) g. New business (requests by Councilmembers to add discussion items to the next work session or, if agreed to by the majority of Council, at the upcoming Council meeting instead) h. Council Comments i. Closing Comments by Mayor j. Adjourn Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _______ day of _____________, 2025. 2 Resolution No. 25-12 ____________________________ Bruce Rector Mayor Approved as to form: Attest: __________________________ _____________________________ David Margolis Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9821-25 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Public Works Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Approve the vacation of the westerly 5-foot utility easement as platted, requested by landowners Sandra and Joseph Capper located at 1086 Eldorado Ave, Clearwater, FL 33767 as further defined a portion of Lot 10, Block 70, along with a portion of the south ½ of Lot 11, Block 70, Mandalay, a subdivision according to the plat thereof recorded in Plat Book 14, Page 32, Pubic Records of Pinellas County, Florida, and pass Ordinance 9821-25 on first reading. SUMMARY: The platted utility easement encumbers the parcel without purpose. There are no public or private utilities within this easement. Staff have reviewed and approved this request. STRATEGIC PRIORITY: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 1 City of Clearwater Printed on 8/19/2025 ! ! ! ! ! ! 1088 1091 1076 1078 1086 ELDORADO AVEDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\1086 Eldorado Easement VAC\1086 Eldorado Easement VAC.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2024 Utility Easement Vacation 1086 Eldorado Ave ² N.T.S.Scale:KFMap Gen By:TKReviewed By:7/30/2025Date: AERIAL MAP EASMENT VACATION ORDINANCE NO. 9821-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A PLATTED UTILITY EASEMENT PORTION THEREIN LOT 10, BLOCK 70, ALONG WITH A PORTION OF THE SOUTH 1/2 OF LOT 11, BLOCK 70, MANDALAY, A SUBDIVISION ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 14, PAGES 32, AS RECORDED IN THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, PROVIDING AN EFFECTIVE DATE. WHEREAS, Joseph Capper and Sandra Capper are the owners in fee simple title of real property located at 1086 Eldorado Ave, Clearwater, FL 33767, to which have requested the City to vacate said encumbering platted utility easement portion located therein; and WHEREAS, the City Council of the City of Clearwater, Florida finds this specific platted easement portion unnecessary for municipal use. Therefore, it is deemed to be in the best interest of the City and the general public that the defined easement portion be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: This easement portion is further described as follows: See Exhibits "A" & “B” Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL __________________________________ READING AND ADOPTED 1 Ordinance No. 9821-25 (Signature Page Follows) Bruce Rector Mayor Approved as to form: ______________________ Jerrod Simpson Senior Assistant City Attorney Attest: ___________________________________ Rosemarie Call City Clerk 2 THIS IS NQI A SURVEY. lHERE MAY BE ADDITIONAL RESTRICTIONS AFFECTING lHIS PROPERTY lHAT MAY BE FOUND IN lHE PUBLIC RECORDS OF lHIS COUNlY. N SEC. 05, TWP. 29 S., RNG. 15 E. \ \ NW CORNER SOUTH 1/2 LOT 11,BLOCK 70 \ \ \ .--�� 0 .-- co. co co o·NORTH 1/2 LOT 11 BLOCK 70 ---20' 20' N81 °46'53"E 5.00' - - -- SCALE: 1• = ---Of ii-IE soUil-l 1/2'-NORil-lERLY LINE co co � ---- SOUTH 1/2 LOT 11 BLOCK 70 ----- LOT 10 BLOCK 70 - -- -- PINEll.AS COUNlY, FLORIDA LEGEND (L) LB No. OR (P) (P1) PB PG POB POC PSM R/W RNG. SEC. TWP. LEGAL DESCRIPTION LICENSED BUSINESS NUMBER OFACIAL RECORD BOOK PLAT BOOK XX, PAGE XX PLAT BOOK XXX, PAGE XX PLAT BOOK PAGE/PAGES POINT OF BEGINNING POINT OF COMMENCEMENT PROFESSIONAL SURVEYOR & MAPPER RIGI-IT-OF-WAY RANGE SECTION TOWNSHIP --- � ffi vi w 3-LINE OF LOi 10 soUil-l'ERL'< NOTES; SW CORNER LOT 10, BLOCK 70 sa2°21 '25"w 5.00' LOT 9 BLOCK 70 POC SE CORNER LOT 10, BLOCK 70 \ \ \ C: -z. f1"\ 1. BEARINGS FOR THIS SKETCH OF DESCRIPTION ARE ASSUMED AND ROTATED TO THE E'ASTERLY BOUNDARY LINE OF LOT 10, BLOCK 70, MANDALAY, A SUBDMSION ACCORDING TO THE PLAT THEREOF RECORDED IN PLAT BOOK 14, PAGE 32, IN THE PUBIC RECORDS OF PINEUAS COUNTY, FLORIDA, Al.SO BEING THE WESTERLY RIGI-IT-OF-WAY LINE OF ELDORADO AVENUE. SAID ASSUMED BEARING IS SOS-48'309[. 2. ADDffiONS OR DELETIONS TO SURVEY MAPS OR REPORTS BY OTHER THAN THE SIGNING PAR1Y OR PARTIES IS PROHIBrm>. 3. THIS SKETCH OF DESCRIPTION IS BASED ON U.S. SURVEY FEET. 4. "THIS SKEJCH OF DESCRIPTION W� PREPARED WITHOlIT "THE BENEFIT OF AN ,BSlRACT OF 1TT1..E AND MAY BE SUBJECT TO EASEMENTS, RESTRICTIONS, RIGKTS-OF-WAY AND OTHER MATTERS OF RECORD. THE GEOMETRY � DESCRIBED ON THE RECORDED DOCUMENlS � NOTED HEREIN AND IS SUBJECT TO AN ACCURATE FIELD BOUNDARY SURVEY. I, FREDERJCI< S. BACHMANN, THE SURVEYOR IN RESPONSIBLE CHARGE, CERTIFY lHAT lHE SKETCH REPRESENTED HEREON, WAS MADE UNDER MY SUPERVISION AND MEETS 11iE Sf� Of PRHmCE SEf roRn\ B'f 'l'HE NlRIDI. BC».RO OF I.Nm SURVEYORS AND MAPPERS, PURSUANT TO SECTION 472.027 OF lHE FlDRIM STATUT£5 AS PRESCRIBED IN CHAPTER 5.J-17.052(6) DEPARTMENT Of' AGRICULTURE AND CONSUMER SERVICES. THIS DOCUMENT IS NOT VAi.JD Wl1HOUT lHE ORIGINAL SIGNATURE AND S£AL OF A FlDRIM LICENSED SURVEYOR AND MAPPER EXCEPT THOSE WITH El.£CTRONIC SIGNATURE AND EI.ECTRONIC SE'AI.. 565 SOUTH HERCULES AVENUE CLEARWATER, FL 33764 PHONE 727 .822.4 1 51 WWW.TRANSYSTEMS.COM l.lCENSED BUSINESS NUMBER B 103 THIS DOCUMENT IS NOT VALID WITHOUT THE SIGNATURE AND ORIGINAL RAISED SEAL OR THE DIGITAL SIGNATURE OF "THE FLORIDA LICENSED SURVEYOR AND MAPPER SHOWN HEREON. UTIIJTY EASEMENT 1086 ELDORADO A VENUE CLEARWATER, FL PRo.£CT NO. 14225700 DATE: 12/2/2024 DRAWN: YV SCALE: 1 • = 20 PINEUAS COUNTY FLORIDA SHEET NO. 2 OF 2 Exhibit "A" Exhibit "B" Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2025-05006 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Approve the annexation of 2201 Main Street, Dunedin, Florida, and pass Ordinance 9834-25 on first reading. (ANX2025-05006). SUMMARY: This voluntary annexation petition involves a 0.70-acre property consisting of one parcel of land occupied by a vacant lot. The property is located southeast corner of Main Street and Belcher Road. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is contiguous to existing city boundaries along the east and south. The parcel is part of a larger site, comprised of two lots, and the subject property is located outside of the city’s Planning Area, as depicted on Map I.1 in Clearwater 2045, the city’s Comprehensive Plan. The overall site is currently being redeveloped with a medical center (freestanding emergency room), and the primary structure has been permitted by the city of Clearwater. The subject property will provide surface parking for the new building, and certain utilities are located on the property. The parcel was previously located within the city of Dunedin city limits; however, Dunedin City Commission voted to contract its boundaries to remove this property, and the parcel is temporarily part of unincorporated Pinellas County. This process will allow the city of Clearwater to annex the property, and for the city to provide all utility services to the site. The applicant has also submitted applications to amend the property’s Future Land Use Map designation of undesignated (Pinellas County) to Institutional (I) (LUP2025-05001) and to rezone the property from undesignated (Pinellas County) to Institutional (I) (REZ2025-05001) upon annexation into the City of Clearwater. The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property currently receives water service from the city of Clearwater. The closest sanitary sewer line is located in the adjacent Main Street right-of-way. The applicant has paid the city's sewer impact and assessment fees and has been connected to the City's sewer system. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #49 located at 565 Sky Harbor Drive. Therefore, the proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective of Clearwater 2045: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Page 1 City of Clearwater Printed on 8/19/2025 File Number: ANX2025-05006 ·The property proposed for annexation is contiguous to existing City boundaries along the east and south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 8/19/2025 Ordinance No. 9834-25 ORDINANCE NO. 9834-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF MAIN STREET AND BELCHER ROAD, WHOSE POST OFFICE ADDRESS IS 2201 MAIN STREET, DUNEDIN, FLORIDA 34698 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “B” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for legal description. (ANX2025-05006) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9834-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk PROPOSED FUTURE LAND USE MAP Owner(s): Largo Medical Center Case: ANX2025-05006 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: Undesignated (Pinellas County) Undesignated (Pinellas County) To: Insitutional (I) Insitutional (I) Atlas Page: 221A LOCATION MAP Owner(s): Largo Medical Center Case: ANX2025-05006 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) AERIAL PHOTOGRAPH Owner(s): Largo Medical Center Case: ANX2025-05006 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) EXISTING SURROUNDING USES MAP Owner(s): Largo Medical Center Case: ANX2025-05006 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) ANX2025-05006 Largo Medical Center, Inc. Agent: Katie Cole 2201 Main Street Facing south at the subject property, 2201 Main Street Facing west of the subject property along Main/Belcher Facing north of the subject property along Main Street Facing east of the subject property along Belcher Facing west along Belcher Facing west along Main Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: LUP2025-05001 Agenda Date: 8/21/2025 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Approve a Future Land Use Map amendment from undesignated (Pinellas County) to the Institutional (I) category for 2201 Main Street, Dunedin, Florida, and pass Ordinance 9835-25 on first reading. (LUP2025-05001) SUMMARY: This Future Land Use Map amendment involves one parcel of land totaling 0.70-acres located on the southeast corner of Main Street and Belcher Road. The applicant, Largo Medical Center Inc., is requesting to amend the future land use category of the property from undesignated (Pinellas County) to Institutional (I). The applicant has indicated that the property will be used as additional parking for the medical center which has been permitted and is under construction on the abutting parcel to the east. A Zoning Atlas Amendment application (see REZ2025-05001) is being processed concurrently with this case. At the time of permitting, the subject property was located in the city of Dunedin. However, Dunedin contracted its city limits (6/5/2025) and the property is currently undesignated in Pinellas County. This coordinated process of annexation into the city of Clearwater (ANX2025-05006) and associated map amendments will create uniformity for the development site. It has been determined that the City of Clearwater is able to provide services to the site. The previous Retail & Services (R&S) category (Dunedin) has a maximum density of 42 dwelling units per acre and a maximum floor area ratio (FAR) of 0.55. The proposed Institutional (I) category has a maximum density of 12.5 dwelling units per acre and a maximum floor area ratio (FAR) of 0.65. The proposed amendment would allow the property to have a consistent future land use category of Institutional (I) with the surrounding area in addition to the rest of the site. The Planning and Development Department has determined that the proposed future land use amendment is consistent with the provisions of the Clearwater Community Development Code as specified below: ·The proposed amendment is consistent with the Comprehensive Plan and the Countywide Plan Rules. ·The proposed amendment is compatible with the surrounding properties and character of the neighborhood. ·Sufficient public facilities are available to serve the property. ·The proposed amendment will not have an adverse impact on the natural environment. ·The proposed amendment will not have an adverse impact on the use of property in the immediate area. The proposed City of Clearwater future land use category of Institutional (I) will necessitate an amendment of the Countywide Plan Map from the Retail & Sales (R&S) category to the Institutional (I) category. In accordance with the Countywide Plan Rules, the land use plan amendment is subject to the approval of Forward Pinellas, in its role as the Pinellas Planning Council, and the Board of County Commissioners acting as the Countywide Planning Authority. The application is a small-scale amendment so review and Page 1 City of Clearwater Printed on 8/19/2025 File Number: LUP2025-05001 approval by the Florida Department of Commerce (DOC), formerly known as the Florida DEO, is not required. The Community Development Board, in its capacity as the Local Planning Agency (LPA), reviewed the proposed amendment at its meeting on July 15, 2025, and unanimously recommended approval. STRATEGIC PRIORITY: This proposed amendment supports the Community Well-Being goal of the city’s Strategic Plan by providing for targeted revitalization through responsible development standards. Page 2 City of Clearwater Printed on 8/19/2025 Ordinance No. 9835-25 ORDINANCE NO. 9835-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO CHANGE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF MAIN STREET AND BELCHER ROAD, WHOSE POST OFFICE ADDRESS IS 2201 MAIN STREET, DUNEDIN, FLORIDA 34698 FROM UNDESIGNATED (PINELLAS COUNTY), TO INSTITUTIONAL (I) UPON ANNEXATION INTO THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City’s Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is changed by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category “See attached Exhibit “A” for Legal Description” From: undesignated (Pinellas County) (LUP2025-05001) To: Institutional (I) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect contingent upon and subject to the adoption of Ordinance No. 9834-25 (annexation ordinance), approval of the land use designation by the Pinellas County Board of Commissioners, where applicable, and thirty-one (31) days post-adoption. If this ordinance is appealed within thirty (30) days after adoption, then this ordinance will take effect only after approval of the land use designation by the Pinellas County Board of Commissioners and upon issuance of a final order determining this amendment to be in compliance either by the Department of Commerce or the Administration Commission, where applicable, pursuant to section 163.3187, Florida Statutes. The Community Development Coordinator is authorized to transmit to Forward Pinellas, in its role as the Pinellas Planning Council, an application to amend the Countywide Plan in order to achieve consistency with the Future Land Use Element of the City’s Comprehensive Plan as amended by this ordinance. Ordinance No. 9835-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk PROPOSED FUTURE LAND USE MAP Owner(s): Largo Medical Center Case: LUP2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) To: Insitutional (I) Insitutional (I) Atlas Page: 221A BACKGROUND & PROPOSAL This Future Land Use Map Amendment involves one parcel of land totaling 0.70-acres located on the southeast corner of Main Street and Belcher Road. The property is currently undesignated in Pinellas County and the applicant, Largo Medical Center Inc., is requesting to amend the future land use to Institutional (I). A Zoning Atlas Amendment application (see REZ2025-05001) is being processed concurrently with this case upon annexation. In previous years, this parcel was occupied by an auto and truck dealership. The Largo Medical Center will install a parking area for a new medical emergency facility at the corner of Main Street and Belcher Road. This parcel has already been contracted out of the City of Dunedin planning area, temporarily returning to unincorporated Pinellas County, and now is proposed to be annexed into the City of Clearwater to create uniformity between jurisdiction, future land use and zoning. It has been determined that the City of Clearwater is able to provide services to the site. The prior Retail & Services (R&S) category in Dunedin has a maximum density of 24.0 dwelling units per acre and a maximum floor area ratio (FAR) of 0.55. The proposed Institutional (I) category has a maximum density of 12.5 dwelling units per acre and a maximum floor area ratio (FAR) of 0.65. The proposed amendment would allow the property to have a consistent future land use category of Institutional (I) with the remaining block and surrounding area and allow for the development of the property with uses consistent in the area. PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: July 15, 2025 AGENDA ITEM: ID#25-0604 CASE: LUP2025-05001 REQUEST: Amendment to the city’s Future Land Use Map for the property located at 2201 Main Street, Dunedin, from undesignated (Pinellas County) to the Institutional (I) category. GENERAL DATA: Agent(s)........................... Owner(s).......................... Katherine E. Cole, Esq. Largo Medical Center Inc. Location .......................... 2201 Main Street, located on the southeast corner of Main Street and Belcher Road Property Size ................... 0.70 – acres Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 2 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The requested amendment to the Institutional (I) is consistent with the surrounding parcels and would allow for future development that is compatible with its surrounding uses and is appropriate to be located along Main Street/SR 580. An amendment to the Countywide Plan Map will also be required to bring consistency between the City’s Future Land Use Map and the Countywide Plan Map. The applicant understands all necessary approval and permits must be obtained before the completion of development on the subject site. VICINITY CHARACTERISTICS Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 1 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 3 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 2 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 4 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 3 shows the existing surrounding uses which are a mix of residential, commercial and institutional uses as is typical along this corridor. The properties to the north across Main Street consist of retail sales and services. These uses include a convenience or strip center, and other medical service clinics. Furthermore, properties across Main Street consist of commercial uses. West, across Belcher Road, are a mix of commercial, office space and detached dwellings units. Directly to the south of the subject parcel and containing the area behind and directly east of the subject parcel, are properties owned by the St. Michael the Archangel Catholic Church. Map 3 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 5 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown on Map 4, the future land use category just south of the amendment is the Residential Urban (RU) category. Parcels to the north across Main Steet/SR 580 are in unincorporated Pinellas County and designated Commercial General (CG). To the west across Belcher Road, parcels are within the Dunedin planning area and are designated Retail Services (R+S) and Office (O). As previously stated, this parcel will be utilized as a parking lot for the new medical center. Upon annexation the subject parcel will be combined with 2209 SR 580, thus continuing the Institutional (I) use along the entirety of the medical center and the church. Map 4 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 6 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION A comparison between the uses, densities, and intensities allowed by the existing and proposed Future Land Use Map (FLUM) designations appears in Table 1, along with the consistent zoning districts. Table 1. Uses, Densities and Intensities Allowed by Existing and Proposed Future Land Use Map Designations Prior FLUM Designation Retail & Services (R&S)(Dunedin) Proposed FLUM Designation Institutional (I) Primary Uses: Primary- Retail Commercial; Office; Personal Service; Commercial/ Business Service; Transient Accommodation; Restaurant; Financial Institution Secondary- Residential; Residential Equivalent; Institutional. Public/Private Schools; Churches; Public Offices; Hospitals; Residential Equivalent Maximum Density: 24.0 Dwelling Units per Acre 12.5 Dwelling Units per Acre Maximum Intensity: FAR 0.55; ISR 0.90 FAR 0.65; ISR 0.85 Consistent Zoning Districts: General Business (GB)(Dunedin) Institutional (I) REVIEW CRITERIA Consistency with the Clearwater Comprehensive Plan [Sections 4-603.F.1 and 4-603.F.2] Recommended Findings of Fact: Applicable goals, objectives and policies of Clearwater 2045, the Clearwater Comprehensive Plan, that support the proposed amendment include: Objective QP 5.1 Use Table QP 1. Future Land Use Categories and Map QP 3. Future Land Use to guide development in the city consistent with the Countywide Plan Map and implemented through the CDC. Policy QP 5.1.1 Recognize the consistency between the countywide future land use categories, the city’s future land use categories, and the city’s zoning district as shown in Table QP 1. Future Land Use Categories. Objective QP 5.2 Continue to review and evaluate amendments to the Future Land Use Map to ensure proposed uses and density or intensity are compatible with surrounding areas and consistent with the Countywide Rules. Policy QP 5.2.5 Direct amendments of higher density and intensity future land use categories to Multimodal Corridors or Future Transit Corridors as delineated by the Land Use Strategy Map in the Countywide Rules. Policy QP 5.2.6 Evaluate proposed amendments to ensure there are appropriate density and intensity transitions within neighborhoods. Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 7 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Policy QP 5.2.7 Ensure proposed amendments will not create uses, densities, or intensities that are incompatible with the surrounding neighborhood or any applicable special area or redevelopment plans. Policy QP 5.2.8 Continue to evaluate that sufficient public facilities are available to support proposed increases to density or intensity and require mitigation strategies if sufficient public facilities will not be available. Objective SS 1.1 Continue to maintain an adequate level of service (LOS) for existing and future populations. Goal PI 9 Coordinate the delivery of urban services and annexation of property in the Clearwater Planning Area to provide for coordination of land use and utility service demands and encourage an orderly pattern of urban growth and services. Recommended Conclusions of Law: The request is consistent with the goals, objectives, and policies of Clearwater 2045, the Clearwater Comprehensive Plan. The proposed Institutional (I) future land use category is compatible with the Institutional (I) future land use category that exists abutting to the east, encompassing the property owned and used by the St. Michaels the Archangel Catholic Church. The Institutional (I) category permits a higher density and FAR than the city’s Residential Urban (RU) to the south, which is appropriate at this major intersection while still compatible with those residential uses. Any future trips generated would be reviewed at the time of the site plan review in accordance with the Mobility Management System. In addition, the proposal does not degrade the level of service for public facilities below the adopted standards (a detailed public facilities analysis follows in this report). Consistency with the Countywide Rules Recommended Findings of Fact: The underlying Countywide Plan Map category on the proposed amendment area is Retail & Services (R&S). Section 2.3.3.11 of the Countywide Rules states that the current Retail & Services (R&S) category is intended to depict areas developed with, or appropriate to be developed with, a mix of businesses that provide for the shopping and personal service needs of the community or region, provide for employment opportunities and accommodate target employment uses, and may include residential uses as part of the mix of uses. The proposed City of Clearwater future land use designation of Institutional (I) will still necessitate a Countywide Plan Map amendment from Retail and Sales (R&S) category to the Public/ Semi Public (P/SP) category, in order to maintain consistency between the City’s Future Land Use Map and the Countywide Plan Map. The Public/Semi-Public (P/SP) category is intended to recognize institutional and transportation/utility uses that serve the community or region, especially larger facilities having acreage exceeding the thresholds established in other plan categories, which are consistent with the need, character, and scale of such uses Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 8 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION relative to the surrounding uses, transportation facilities, and natural resource features, and may include residential as part of the mix of uses. The Retail & Services (R&S) category currently exists on the properties across Main Street to the north of the subject property, as well as to the west across Belcher Road. Adjacent to the property to the south and west is the Public/ Semi Public (P/SP) category. Belcher Road is delineated as a “Primary” Scenic/Noncommercial Corridor with a Residential Classification according to Section 6.5.4.1.3.A of the Countywide Rules and as a Supporting Corridor on the Land Use Strategy Map. This Residential Classification extends approximately 500 feet to the west and east of the centerline of Belcher Road. The intersection of SR 580 (Main Street) and Belcher Road has a Mixed-Use Classification, which generally includes parcels fronting SR 580 and those that have a Countywide Plan Map category of Retail & Services (R&S). The subject property falls within the Mixed Use Classification corridor area. As detailed in Table 6-4 of the Countywide Rules, the proposed Public/Semi-Public (P/SP) category is consistent with the Mixed Use Classification. All Countywide Plan Map categories are consistent with the Mixed Use Classification, with the exception of the Retail & Services (R&S), Employment (E), and Industrial (I) categories. The Retail & Services (R&S) and Employment (E) categories are potentially consistent with the Mixed Use Classification subject to the following specific use restrictions: Manufacturing-Medium and Incinerator Facility uses are not permitted within the Mixed Use Classification. As the subject property fronts both SR 580 and Belcher Road and meets locational criteria for the Public/Semi-Public (P/SP) category in the Countywide Rules, no amendment to the Land Use Strategy Map is needed. Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 9 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Recommended Conclusions of Law: The proposed Future Land Use Map Amendment will require an amendment to the Countywide Plan Map. The proposed amendments are consistent with the purpose of the proposed Institutional (I) category in the Countywide Rules and with the criteria for Countywide Plan Map and Scenic/Noncommercial Corridor consistency. Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-603.F.3 and Section 4-603.F.6] Recommended Findings of Fact: The proposed amendment area is currently being redeveloped as a parking lot for the Largo Medical Center and is currently undesignated in Pinellas County; the subject parcel was previously designated as Retail Services (R&) in the city of Dunedin. Adjacent directly to the east, is property owned by St. Michael the Archangel Catholic Church, continuing the Institutional (I) designation along Main Street. The proposed Institutional (I) future land use category primarily permits nonresidential development at a floor area ratio (FAR) of 0.65. Sufficiency of Public Facilities [Section 4-603.F.4] Recommended Findings of Fact: To assess the sufficiency of public facilities needed to support potential development on the proposed amendment area, the maximum development potential of the property under the existing and proposed city Future Land Use Map designations were analyzed. Prior FLUM Designation “R&S” Proposed FLUM Designation “I” Net Change Site Area 0.70 AC (30,492 SF) 0.70 AC (30,492 SF) Maximum Development Potential 16,770 SF 0.55 FAR 19,819 SF 0.65 FAR +3,049 SF +0.10 FAR Notes: The Commercial General (CG) designation was used to calculate the values of this table. (CG) was used in this section as an equivalent to the Retail & Services designation that is found in Pinellas County. Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units SF – Square feet FAR – Floor Area Ratio Table 2. Development Potential for Existing & Proposed FLUM Designations Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 10 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As seen in the table above, there is an increase in both nonresidential development potential and the Floor Area Ratio. With the future development of a parking lot on this parcel there are expected increases. Potable Water The change in development potential from this amendment could result in an increase in potable water use of up to 304.9 gallons per day. Nonresidential uses utilize a percentage of the total square footage for potable water calculations, so the utilization would be the same for the parking lot to be used for the overall medical center site. Due to the proposed parking improvements having to meet zoning code requirements, it is very likely that the actual development would be less than the maximum development potential, meaning the increase in potable water would be less than the maximum potential. The city’s current potable water demand is 11.209 million gallons per day (MGD). The city’s adopted level of service (LOS) standard for potable water service is 100 gallons per capita per day, while the actual usage is estimated at 76.24 gallons per capita per day (2023 Public Supply Annual Report). The city’s 10-year Water Supply Facilities Work Plan (2022-2023 Planning Period), completed July 2022, indicates that based on the updated water demand projections and other factors, the city has adequate water supply and potable water capacity for the 10-year planning horizon. Wastewater (Sanitary Sewer) The change in development potential from this amendment could result in an increase in wastewater use of up to 244 gallons per day. Nonresidential uses utilize a percentage of the total square footage for wastewater calculations, so the utilization would be the same for the parking lot. Due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in wastewater would also be less than the maximum potential. The amendment area is served by the East Water Reclamation Facility, which presently operates around 2 million gallons per day. The city’s adopted LOS standard for wastewater service is 100 gallons per capita per day, and the current operational capacity is well within its permitted capacity of 5 million gallons per day. Therefore, there is excess wastewater capacity to serve the amendment area. Solid Waste The change in development potential from this amendment could result in a decrease of 36.4 tons per year of solid waste generated. As stated, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in solid waste would be less than the maximum potential of 36.4 tons per year as shown. The city’s adopted LOS standard for solid waste service is 1.3 tons per year, or 7.12 pounds per person per day; however, Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full- Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 11 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is excess solid waste capacity to serve the amendment area. Parkland No parklands have been located within the amendment area. The city’s Community Development Code requires that development is compliant with the city’s tree preservation, landscaping, and stormwater management requirements. Under both the existing and proposed future land use, the LOS citywide for parkland will remain the same. There are no park lands in association with this amendment. Amending a property’s future land use or zoning designation does not have an immediate impact on the city’s parks and recreation system and parkland requirements. Impacts are felt when development occurs. In this case, the proposed improvements and the Future Land Use Map Amendment will have no additional impact on parkland. Stormwater Site plan approval will assess stormwater before the amendment area can be redeveloped. At that time, the stormwater management system for the site will be required to meet all city and Southwest Florida Water Management District stormwater management criteria. Streets The amendment area is located South of State Road 580, approximately 31 feet east of North Belcher Road. To evaluate potential impacts to streets, the typical traffic impacts figures (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (existing and proposed) are compared. The current number of trips per day (67 trips) is calculated based on the traffic generation numbers for the Retail & Services (R&S) category (433 trips per day per acre), and the proposed number of trips under the Institutional (I) category would be 216 trips (89) trips per day per acre). This could result in a decrease of trips from the amendment area. The amendment property fronts Main Street, but access will be provided through multiple ingress and egress points along Main Street and Belcher Road. Main Street is a six-lane, divided principal arterial roadway and Belcher Road both two-lane undivided roadways. Since the numbers provided within the Countywide Rules for this review are aggregate trips per acre based on multiple commercial uses, the Public Works Department’s Traffic Engineering Division will review any future redevelopment and provide traffic-related comments as part of that review. The review would address code requirements, including but not limited to, parking and loading, vehicle stacking, ingress and egress, and the implementation of the city’s Mobility Management System. The Mobility Management System applies to both deficient and nondeficient roadways which are determined by operating LOS. Based on the number of net new trips created, either the multimodal impact fee would be paid or, depending on the traffic impacts identified by the city’s Traffic Engineering Division, a traffic impact study or transportation management plan could be required. Recommended Conclusions of Law: Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 12 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Based upon the findings of fact, the proposed amendment would increase the demand on several of the public facilities; however, it is determined that the proposed change will not result in the degradation of the existing levels of service for potable water, wastewater, solid waste, parkland, stormwater management, and streets. Impact on Natural Resources [Section 4-603.F.5] Recommended Findings of Fact: No wetlands have been located within the amendment area. The city’s Community Development Code requires that development is compliant with the city’s tree preservation, landscaping, and stormwater management requirements. Recommended Conclusions of Law: Amending any property’s future land use designation does not have an immediate impact on natural resources. Impacts on natural resources are felt when redevelopment occurs. Any future development would be required to meet the city’s Community Development Code, which includes protections for natural resources. Therefore, this proposed Future Land Use Map Amendment will not impact natural resources within the amendment area. SUMMARY & RECOMMENDATION No amendment to the Comprehensive Plan or Future Land Use Map shall be recommended for approval or receive a final action of approval unless it complies with the standards contained in Section 4-603.F, Community Development Code. Table 3 below depicts the consistency of the proposed amendment with the standards under to Section 4-603.F: CDC Section 4-603 Standard Consistent Inconsistent F.1 The amendment will further implementation of the Comprehensive Plan consistent with the goals, policies and objectives contained in the Plan. X F.2 The amendment is not inconsistent with other provisions of the Comprehensive Plan. X F.3 The available uses, if applicable, to which the properties may be put are appropriate to the properties in question and compatible with existing and planned uses in the area. X F.4 Sufficient public facilities are available to serve the properties. X F.5 The amendment will not adversely affect the natural environment. X F.6 The amendment will not adversely impact the use of properties in the immediate area. X Table 3. Consistency with Community Development Code Standards for Review Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 LUP2025-05001- Page 13 of 13 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Based on findings of facts and conclusions of law stated above, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Future Land Use Map Amendment from undesignated (Pinellas County) to Institutional (I). Prepared by Planning and Development Department Staff: ___ Adrian D. Young Planner I ATTACHMENTS: Resume, Photographs LOCATION MAP Owner(s): Largo Medical Center Case: LUP2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) AERIAL PHOTOGRAPH Owner(s): Largo Medical Center Case: LUP2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) EXISTING SURROUNDING USES MAP Owner(s): Largo Medical Center Case: LUP2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) LUP2025-05001 Largo Medical Center, Inc. Agent: Katie Cole 2201 Main Street Facing south at the subject property, 2201 Main Street Facing west of the subject property along Main/Belcher Facing north of the subject property along Main Street Facing east of the subject property along Belcher Facing west along Belcher Facing west along Main Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: REZ2025-05001 Agenda Date: 8/21/2025 Status: Quasi-JudicialVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve a Zoning Atlas Amendment from undesignated (Pinellas County) to the Institutional (I) District for 2201 Main Street, Dunedin, Florida and pass Ordinance 9836-25 on first reading. (REZ2025-05001). SUMMARY: This Zoning Atlas Amendment involves one parcel of land totaling .70-acres located on the southeast corner of Main Street and Belcher Road. The applicant, Largo Medical Center Inc., is requesting to amend the zoning designation of the property from undesignated (Pinellas County) to Institutional (I) District. The applicant has indicated that the property will be used as additional parking for the medical center, site plans have been submitted at this time. A Future Land Use Atlas Amendment application (see LUP2025-05001) is being processed concurrently with this case. In previous years, this parcel was occupied by an auto and truck dealership. The Largo Medical Center will install a parking area for the new medical emergency facility at the corner of Main Street and Belcher Road. This parcel has already been contracted out of the City of Dunedin planning area, temporarily returning to unincorporated Pinellas County, and now is proposed to be annexed into the City of Clearwater to create uniformity between jurisdiction, future land use and zoning. It has been determined that the City of Clearwater is able to provide services to the site The proposed amendment would allow the property to have a consistent zoning district of Institutional (I) with the remaining block and surrounding area and allow for the development of the property with uses consistent in the area. The Planning and Development Department has determined that the proposed Zoning Atlas Amendment is consistent with the provisions of the Community Development Code as specified below: ·The proposed amendment is consistent with the Comprehensive Plan and the Community Development Code. ·The proposed amendment is compatible with the surrounding properties and character of the neighborhood. ·The available uses in the Institutional (I) District are compatible with the surrounding area. ·The proposed amendment will not adversely impact or unreasonably affect the use of other property in the area. ·The proposed amendment will not adversely burden public facilities, including traffic carrying capabilities of streets in an unreasonably or disproportionate manner, and ·The proposed Institutional (I) District boundaries are appropriately drawn in regard to location and classification of street, ownership lines, existing improvements and the natural environment. The Community Development Board, in its capacity as the Local Planning Agency (LPA), reviewed the proposed amendment at its meeting on July 15, 2025, and unanimously recommended approval. STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 8/19/2025 File Number: REZ2025-05001 This proposed amendment supports the Community Well-Being goal of the city’s Strategic Plan by providing for targeted revitalization through responsible development standards. Page 2 City of Clearwater Printed on 8/19/2025 Ordinance No. 9836-25 ORDINANCE NO. 9836-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY REZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF MAIN STREET AND BELCHER ROAD, WHOSE POST OFFICE ADDRESS IS 2201 MAIN STREET, DUNEDIN, FLORIDA 34698 FROM UNDESIGNATED (PINELLAS COUNTY) TO INSITUTIONAL (I) UPON ANNEXATION INTO THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Zoning Atlas of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property in Clearwater, Florida, is hereby rezoned, and the Zoning Atlas of the City is amended as follows: Property Zoning District See attached Exhibit “A” for Legal Description From: undesignated (Pinellas County) (REZ2025-05001) To: Institutional (I) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect contingent upon and subject to the adoption of ordinance 9834-25 (annexation ordinance), subject to the approval of the land use designation set forth in Ordinance No.9835-25 by the Pinellas County Board of County Commissioners. Ordinance No. 9836-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew Mytych Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit B PROPOSED ZONING MAP Owner(s): Largo Medical Center Case: REZ2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) BACKGROUND & PROPOSAL This Zoning Atlas Amendment involves one parcel of land totaling 0.70-acres located on the southeast corner of Main Street/ SR 580 and Belcher Road. The property is currently undesignated in Pinellas County and the applicant, the applicant, Largo Medical Center Inc., is requesting to amend the zoning designation of the property from General Business to Institutional (I). A Future Land Use Map Amendment application (see LUP2025-05001) is being processed concurrently with this case upon annexation. In previous years, this parcel was occupied by an auto and truck dealership. The Largo Medical Center will install a parking area for the new medical emergency facility at the corner of Main Street and Belcher Road. This parcel has already been contracted out of the City of Dunedin planning area, temporarily returning to unincorporated Pinellas County, and now is proposed to be annexed into the City of Clearwater to create uniformity between jurisdiction, future land use and zoning. It has been determined that the City of Clearwater is able to provide services to the site. The prior Dunedin General Business (GB) District in Dunedin has a maximum density of 15.0 dwelling units per acre and a maximum floor area ration (FAR) of 0.65. The prior General Business (GB) District provides the opportunity for large-scale retail sales facilities, relatively intensive commercial uses and light business uses of the type allowed in less intensive commercial districts. High traffic generation is associated with commercial uses of this type, and the district should be served by an arterial road. PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: July 15, 2025 AGENDA ITEM: ID#25-0605 CASE: REZ2025-05001 REQUEST: Amendment to the city’s Zoning Atlas for the property located at 2201 Main Street, Dunedin, from undesignated (Pinellas County) to the Institutional (I) District. GENERAL DATA: Agent(s)........................... Owner(s).......................... Katherine E. Cole, Esq. Largo Medical Center Inc. Location .......................... 2201 Main Street, located on the southeast corner of Main Street and Belcher Road. Property Size ................... 0.70 – acres Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 2 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The requested amendment to the Institutional (I) is consistent with the surrounding parcels and would allow for future development that is compatible with its surrounding uses and is appropriate to be located along Main Street/ SR 580. The applicant understands all necessary approval and permits must be obtained before the completion of development on the subject site. VICINITY CHARACTERISTICS Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 1 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 3 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 2 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 4 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 3 shows the existing surrounding uses which are a mix of residential, commercial and institutional uses as is typical along this corridor. The properties to the north across Main Street consist of retail sales and services. These uses include a convenience or strip center, and other medical service clinics. Furthermore, properties across Main Street consist of commercial uses. West, across Belcher Road, are a mix of commercial, office space and detached dwellings units. Directly to the south of the subject parcel and containing the area behind and directly east of the subject parcel, are properties owned by the St. Michael the Archangel Catholic Church. Map 3 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 5 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown on Map 4, the zoning atlas designation just south of the amendment area is the Medium Density Residential (MDR) designation. Parcels to the north across Main Steet/ SR 580 are in unincorporated Pinellas County and are designated General Commercial and Services (C-2) and to the west across Belcher Road, those parcels are within the Dunedin planning area designated General Business (GB and General Office (GO). As previously stated, this parcel will be utilized as a parking lot for the new medical center. Upon annexation the subject parcel will be combined with 2209 SR 580, thus continuing the Institutional (I) use along the entirety of the medical center and the church. Map 4 Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 6 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION REVIEW CRITERIA Consistency with the Clearwater Comprehensive Plan and Community Development Code and Regulations [Section 4-602.F.1] Recommended Findings of Fact: Applicable objectives and policies of Clearwater 2045, the Clearwater Comprehensive Plan, that support the proposed amendment include: Policy QP 5.1.1 Recognize the consistency between the Countywide Future Land Use categories, the city’s Future Land Use categories, and the city’s zoning district as shown in Table QP 1. Future Land Use Categories. Policy QP 5.2.7 Ensure proposed amendments will not create uses, densities, or intensities that are incompatible with the surrounding neighborhood or any applicable special area or redevelopment plans. Policy M 1.1.5 Continue implementation of the current Mobility Management System, including the multimodal impact fee, through the Community Development Code (CDC) to generate funding for multimodal mobility improvements. Applicable section of the Community Development Code which is applicable to the proposed amendment: Division 12. Institutional (I) District, Section 2-1201. Intent and Purpose. The intent and purpose of the Institutional "I" District is to establish areas where public and private organizations can establish and operate institutions with a public interest in support of the quality of life of the citizens of the City of Clearwater without adversely impacting the integrity of adjacent residential neighborhoods, diminishing the scenic quality of the City of Clearwater or negatively impacting the safe and efficient movement of people and things within the City of Clearwater. Recommended Conclusions of Law: The request is consistent with the goals, objectives, and policies of Clearwater 2045, the Clearwater Comprehensive Plan and furthers said plan and the Community Development Code. The proposed Institutional (I) District is compatible with the existing Institutional (I) District to the east along Main Steet/ SR 580 and along Belcher Road to the south. As previously discussed, the properties located to the north and west are outside the Clearwater planning area. Any future trips generated would be reviewed at the time of site plan review in accordance with the Mobility Management System. In addition, the proposal does not degrade the level of service for public facilities below the adopted standards (a detailed public facilities analysis follows in this report). Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-603.F.3 and Section 4-603.F.6] Recommended Findings of Fact: Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 7 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The proposed amendment area currently in development to be utilized as parking for the Largo Medical Center and has a zoning designation of Institutional (I). Adjacent directly to the east, is property owned by St. Michael the Archangel Catholic Church, continuing the Institutional (I) designation along Main Street. To the west, across Belcher Road, and to the north, across Main Street, are retail shops and standalone retail sales and services. Recommended Conclusions of Law: The proposed Institutional (I) Zoning District, which primarily permits public and private development which operate institutions with a public interest, is consistent with the surrounding properties and character of the neighborhood. The existing multi-family dwelling units to the south provide a transition from the higher intensity uses to institutional uses along Main Street. Sufficiency of Public Facilities [Section 4-602.F.5] Recommended Findings of Fact: Even though this is a Zoning Atlas Amendment application, maximum development potential is based on the underlying future land use, so to assess the sufficiency of public facilities needed to support potential development on the amendment area, the maximum development potential under the existing County and proposed city Future Land Use Map designations were analyzed. Table 2. Development Potential for Existing & Proposed FLUM Designations Existing FLUM Designation “R&S” Proposed FLUM Designation “I” Net Change Site Area 0.70 AC (30,492 SF) 0.70 AC (30,492 SF) Maximum Development Potential 16,770 SF 0.55 FAR 19,819 SF 0.65 FAR +3,049 SF +0.10 FAR Note: Commercial General (CG) is comparable to Retail & Services used for calculation. Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units SF – Square feet FAR – Floor Area Ratio Table 1 As shown in the table, there is a slight increase in both nonresidential development potential, and the Floor Area Ratio. With the future development of a parking lot on this parcel the expected increases would likely be less than what is shown. Potable Water The change in development potential from this amendment could result in an increase in potable water use of up to 304.9 gallons per day. Nonresidential uses utilize a percentage of the total square footage for potable water calculations, so the utilization would be the same for the parking lot to be used for the overall medical center site. Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 8 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Due to the proposed parking improvements having to meet zoning code requirements, it is very likely that the actual development would be less than the maximum development potential, meaning the increase in potable water would be less than the maximum potential. The city’s current potable water demand is 11.209 million gallons per day (MGD). The city’s adopted level of service (LOS) standard for potable water service is 100 gallons per capita per day, while the actual usage is estimated at 76.24 gallons per capita per day (2023 Public Supply Annual Report). The city’s 10-year Water Supply Facilities Work Plan (2022-2023 Planning Period), completed July 2022, indicates that based on the updated water demand projections and other factors, the city has adequate water supply and potable water capacity for the 10-year planning horizon. Wastewater (Sanitary Sewer) The change in development potential from this amendment could result in an increase in wastewater use of up to 244 gallons per day. Nonresidential uses utilize a percentage of the total square footage for wastewater calculations, so the utilization would likely be far less for the parking lot. Due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in wastewater would also be less than the maximum potential. The amendment area is served by the East Water Reclamation Facility, which presently operates around 2 million gallons per day. The city’s adopted LOS standard for wastewater service is 100 gallons per capita per day, and the current operational capacity is well within its permitted capacity of 5 million gallons per day. Therefore, there is excess wastewater capacity to serve the amendment area. Solid Waste The change in development potential from this amendment could result in a decrease of 36.4 tons per year of solid waste generated. As stated, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in solid waste would be less than the maximum potential of 36.4 tons per year as shown. The city’s adopted LOS standard for solid waste service is 1.3 tons per year, or 7.12 pounds per person per day; however, Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is excess solid waste capacity to serve the amendment area. Parkland No parklands have been located within the amendment area. The city’s Community Development Code requires that development is compliant with the city’s tree preservation, landscaping, and stormwater management requirements. Under both the existing and proposed future land use, the LOS citywide for parkland will remain the same. There are no park lands in association with this amendment. Amending a property’s future land use or zoning designation does not have an immediate impact on the city’s parks and Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 9 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION recreation system and parkland requirements. Impacts are felt when development occurs. In this case, the proposed improvements and the Zoning Atlas Amendment will have no additional impact on parkland. Stormwater Any future new site plan approval will assess stormwater before the amendment area can be redeveloped. At that time, the stormwater management system for the site will be required to meet all city and Southwest Florida Water Management District stormwater management criteria. Streets The amendment area is located South of State Road 580, approximately 31 feet east of Belcher Road. To evaluate potential impacts to streets, the typical traffic impacts figures (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (existing and proposed) are compared. For the purpose of this section, the Retail & Services (R&S) category was used as a comparable category with similar traffic pattens and requirements as a Commercial General (CG) category. The current number of trips per day (67 trips) is calculated based on the traffic generation numbers for the Retail & Services (R&S) category (433 trips per day per acre), and the proposed number of trips under the Institutional (I) category would be 216 trips (89) trips per day per acre). This could result in a decrease of trips from the amendment area. The amendment property fronts Main Street, but access will be provided through multiple ingress and egress points along Main Street and Belcher Road. Main Street is a six-lane, divided principal arterial roadway and Belcher Road both two-lane undivided roadways. Since the numbers provided within the Countywide Rules for this review are aggregate trips per acre based on multiple commercial uses, the Public Works Department’s Traffic Engineering Division will review any future redevelopment and provide traffic-related comments as part of that review. The review would address code requirements, including but not limited to, parking and loading, vehicle stacking, ingress and egress, and implementation of the city’s Mobility Management System. The Mobility Management System applies to both deficient and non-deficient roadways which are determined by operating LOS. Based on the number of net new trips created, either the multimodal impact fee would be paid or, depending on the traffic impacts identified by the city’s Traffic Engineering Division, a traffic impact study or transportation management plan could be required. Recommended Conclusions of Law: Based upon the findings of fact, the proposed amendment would increase the demand on several of the public facilities; however, it is determined that the proposed change will not result in the degradation of the existing levels of service for potable water, wastewater, solid waste, parkland, stormwater management, and streets. Location of District Boundaries [Section 4-602.F.6] Recommended Findings of Fact: Community Development Board – July 15, 2025 Revised for City Council Meeting – September 4, 2025 REZ2025-05001- Page 10 of 10 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The location of the proposed Institutional (I) District boundaries are consistent with the legal descriptions provided and with the boundaries on the amendment area. Recommended Conclusions of Law: The Institutional (I) District boundaries are appropriately drawn in regard to location and classifications of streets, ownership lines, existing improvements, and the natural environment. SUMMARY & RECOMMENDATION No amendment to the Zoning Atlas shall be recommended for approval or receive a final action of approval unless it complies with the standards contained in Section 4-602.F, Community Development Code. Table 2 below depicts the consistency of the proposed amendment with the standards under to Section 4-603.F: CDC Section 4-603 Standard Consistent Inconsistent F.1 The amendment will further implementation of the Comprehensive Plan consistent with the goals, policies and objectives contained in the Plan. X F.2 The amendment is not inconsistent with other provisions of the Comprehensive Plan. X F.3 The available uses, if applicable, to which the properties may be put are appropriate to the properties in question and compatible with existing and planned uses in the area. X F.4 Sufficient public facilities are available to serve the properties. X F.5 The amendment will not adversely affect the natural environment. X F.6 The amendment will not adversely impact the use of properties in the immediate area. X Table 2. Consistency with Community Development Code Standards for Review Based on findings of facts and conclusions of law stated above, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Zoning Atlas Amendment from Undesignated (Pinellas County) to Institutional (I). Prepared by Planning and Development Department Staff: Adrian D. Young Planner I ATTACHMENTS: Resume, Photographs LOCATION MAP Owner(s): Largo Medical Center Case: REZ2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinelleas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) AERIAL PHOTOGRAPH Owner(s): Largo Medical Center Case: REZ2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) EXISTING SURROUNDING USES MAP Owner(s): Largo Medical Center Case: REZ2025-05001 Site: 2201 Main Street Property Size(Acres): .70 Acres Land Use Zoning PIN: 30-28-16-00000-320-0200 From: undesignated (Pinellas County) undesignated (Pinellas County) Atlas Page: 221A To: Insitutional (I) Insitutional (I) REZ2025-05001 Largo Medical Center, Inc. Agent: Katie Cole 2201 Main Street Facing south at the subject property, 2201 Main Street Facing west of the subject property along Main/Belcher Facing north of the subject property along Main Street Facing east of the subject property along Belcher Facing west along Belcher Facing west along Main Street