Loading...
4To: Via: From: Date: Subject: Background: Expense: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission Hector Mirabile, Ph.D., City Manager;(/ Maria E. Stout-Tate, Director South Miami ",e,., fOTP 2001 Parks & Recreation Department August 16,2011 Agenda Item No.: J..j A Resolution authorizing the City Manager to approve a purchase and installation of a gazebo in the amount of $24,658.35 through Leadex Corporation to be placed at Dison Park funded by the Safe Neighborhood Park (SNP grant). The City of South Miami has entered into an agreement with Safe Neighborhood Parks (SNP Grant) which will pay for the installation of a gazebo at Dison Park, as per the scope of services. Leadex Corporation is a company that holds an open bid with Miami-Dade County (Bid #4907-3-13-0TR), and has provided us with supporting documents to piggy back off this bid. The .proposed gazebo design fits the scope of services under "picnic facilities" as established in the Safe Neighborhood Parks grant. (Plans, drawings and installation information have been provided). Dison Park is one of the City's newer parks with a variety of native trees and established walking trail and picnic setting. Through survey information mailed to local residents, a gazebo would enhance the park's natural setting. $24,658.35 Fund & Account: Safe Neighborhood Park (SNP Grant) account 106-3000-572-3450, with the balance of $42,021.55. Attachments: • Proposed Resolution. • Bid proposal • Architectural Drawings • Miami-Dade County Bid # 4907-3-13-0TR I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 RESOLUTION NO. ___ _ A Resolution authorizing the City Manager to approve a purchase and installation of a gazebo in the amount of $24,658.35 through Leadex Corporation to be placed at Dison Park funded by the Safe Neighborhood Park (SNP Grant). WHEREAS, the City has entered into an agreement with Safe Neighborhood Parks also known as SNP Grant; and, WHEREAS, a gazebo would enhance the park and provide shelter from the weather; and, WHEREAS, Leadex Corporation holds an open bid with Miami-Dade County Bid # 4907-3-13- OTR; and, WHEREAS, the gazebo design fits into the scope of service under picnic facilities as established in the grant; and, WHEREAS, information of the plans, drawings, and installation are included for review; and, WHEREAS, the City of South Miami would piggy back off the Miami-Dade County Bid # 4907- 3-13-0TR; and, WHEREAS, other quotes have been acquired and Leadex Corporation is the lowest bidder. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. This resolution authorizes the City Manager to approve the purchase of a gazebo in the amount of $24,658.35, through Leadex Corporation. Section 2. That payment in the amount of $29,038.47 is charged to account 106-3000-572-3450, Safe Neighborhood Park (SNP Grant). Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this __ , day of, _____ , 2011. ATTEST: APPROVED: CITY CLERK MAYOR READ AND APPROVED AS TO FORM LANGUAGE, EXECUTION AND LEGALITY: CITY ATTORNEY COMMISSION VOTE: Mayor Stoddard: Vice Mayor Newman: Commissioner Beasley: Commissioner Palmer Commissioner Harris: ... "? c: e t~\_{:J e-;.I--:? R"'''Y'lei,ol-i'e -_'? - CGCOI0793 12391 SW 130 St, MIAMI, FLORIDA 33132 le~dex COlfpor~tion Telephone: 305-266-2028 Fax: 305-264-5350 To: Attn: Lec: IRe: 1 2 3 4 City of Selltl"n Miami Mw. DOllg Bakew Dison Park Picllic Sl"ne~tew PROPOSAL "SCOPE OF WORK" Signed and sealed drawings and engineering for permit. Supply one 16ft Steel Hexagonal Split-Top sheller. See attached drawing for specifics. Concrete slab and footings for the sheller. Includes all area underneath sheller and 5ft belond. Aproximalely 531 sq ft Installation of shelter to manufacturers specifications. Total price for above merltiorlelll work ................................................ . Alltl"norized Signatme & date :1<9-o,",:R fJi<Yn./.:veca" Accepted by Sigllatllre & date $1,1501l.IlO $115,IlIJO.OO $3,653.35 $4,1500.00 HI'.@' 1 " -I 0.1'.. ~1-----j. 'I---t-----i---~~~~~~~ I Pre-Fob Metal Roofing ~»'i \:~~panel(S) ~2'.~g. r ~if' U"-4)" IElive Dielgllt Roof Pitch 4: 12 4sm Coo©!'SteSililb Sq Tube Columns Snie 8. P<.ll I 13'-11 1• , 4 "I 0.1'.. Pre-Fob Metal Roofing Panel(s) Sit® IU'ol1i1 Amflnillee • 200 illdUWllilllU)r •• HiI~l® • MlmllJ3lll • 49242 • PI1# 1JOO.62!)'1'483 • Fm# 517-431-3146 • _.~OOp!im..OOM Site & P~rk 6·-31~· -I I" T'1fi" -- \ \ / /" / 00.0· \/ ( T'1fi" / I JI I_L_. ____ ll 7 12'4-/ \ 120.0· ill " / I / RlEF / \ \ /\ \ ~ / \ -- Sit'!) 11. PIllri\ Mllilutl'llll • 200 ijll!ilu!llijall:lr. • HIlIOO!!l@ • • ~:M2 • PIt# ~'1'4t13 • FaJ(# 5fl'-'IS'1'-314!l • WW1iII.$lI@@lli!lp$!k.oom ~ TITLE: l'~mI Piai'! it Connootim ~ ) Site & Plllik MODEL: 111' Steel S ~-i om! Amlii9m11!1tS_ SHEET: 3 : 3 DAile: 121111!J2i ~N!JTE: tNi!:lNRliWAl'IO:NCOKr'tWImWl1'HWl'iUS ~!alHePROFSilYCIf'sma4PARi<~Nrt ATi!S!nroCOPYCR~wrmourIliRli'reNCOimm RWMSi'rn!&IPAY<S(~SHAU.B£~~ -AWCAN BE e<lNt'ESlED lWA COIJm'CWlAW. DAA1MI IlY:IBSK HBl ffi~~ P3 Cl CB 0 ) /I Si~~ & Ptllik LJ Amlii9m11itmlii91lil CC Sit®&PamNnel1lti®l1 • 20()!i1!lI!!!IIl~l[jr •• HlllOOiiI@' M!©!1!!llIIil • 49242' PI1\i:!~()'14®3 • Fm#511=431-3146 • ljlftlWlf.ilI~pem.oom iBID NO,: 491(J7·3/BI·OTlR SilO""!! Bid Tog CiERK OF TIllE BOARD Stephen lP'. Clark Center 111 NW 1" SlR'e.a t7'h Jli1oor, SRIlle 21112 MiaMi, Jli1orii!llJ 33121l·1~g3 SECTION 4 )BID SUlBMITTAIL IWIF£M PLEASE QUOTE PRICES EO.B. DESTINATION, LESS TAXES, DEUVERlIID IN Ml!AMI-DADE COUNTY, FLORIDA NOTE: MiamitiDade COUilty is exempt from all WtCS (f-roCI1U, Stage. Luclll), Bid price should be Jess all ~Wies. Tax Exemption Ccttificafe furnished upon request. ' .... - Issued by: EM!' DPM Purchasing Division Date Issued: 07/1212007 This Bid Submillai Consists of Pages 21 through 26 oj. Affidavils Se;i'lc<l bids sUDject to the Terms and Conditions of ibis Invitation to ilid and the accompanying ilid SubnuUol. Such other contract provisions. specifications. drawings or other data l!S are attached or incorporated by reference in the Bid Submittal. will be rece.ived at the office of !he Clerk of Ibe Ilow 01 the .ddre,. shown above unm Ih. above stalc<llime and dale, and at !ha! tlme, publicly opened for furnishing the supplies or services described in the accompanying Bid Submiua! R.cquiremenl. il'LA YGROlJND ANJf.) PARK EQUIPMENT. FUR.NlSH. DELIVER ANDIOR INSTALL A ilid Deposit in Ihe amount erN/A orth.lotalamounl ofthe bid shall accompany all bids A Performance !Bond in Ibe amount orN/A "flhe lotalamoun! cfllle bid will be required upon .. ecution orllle contract b the su""",,sful bidder ..,d Miami·Dade County DO NOT wruTE IN 1fI!I!]§ SPACE ACCEl'TlID __ BIGHER 'mAN LOW __ II1ll1MNAMIE, lEADEX CORPORATION NON·RESPONSlVE_ NON-RIESPONSlllUl __ DATEB.C.C. ___ _ NOIBID __ ITEM NOS. ACCEPTED __________ _ COMMODITY CODE: 650.12 & 906·98 Sr. Procurement Contractiilg Agent Basia M. Pruna lREl'lllJRlll ONE ORIGINAL AND TWO COPIES OW BID §UBMfrTAL ;PAGES ONLY FAlJLVRE TO COMPLETE THE CERTIFllCA1l0N REGARDJING LOCAL PREFERENCE ON PAGE 26 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INEUGmLE FOR ILOCAL PREFERENCE FAILURE TO SIGN PAGE 26 OF SECTION 4, BID SUBMITTAL FORl'¥l, WILL RENDER YOUR 16m NON·RESPONSIVE •• 2l •• Rcvjsed ! f/91W PAGE 21.max BID NO.: 4907·JI13·:QTR i'l.A YGROUND Al'lD PARK EQUIPMENT, fURNISH, DELIVER AND/OR INSTALL FIRM NAME: LEADEX CORPORATION 1. Bidder(s) shaU be all authorized manufacilirer represen!ative. Bidder(s) shall include wilh Ihe bid a fetter on Ihe manufacturer letterhead, daied wilhin Ihe las! tweive mOil Ins. The Jeller shall stale that lhe bidder is an alXlhorized disirilmtor of the manufac!lJrer's produc!. A copy of Ihe latest cat.log for each manufaclnuer listed should accompany the bid. GWijP B -Qualification Criteria for Bidder(s) 10 be an autiJorized Installer Oroun B I: Commonly used manufaclurers Mnllulfuciamers lLoU.r C"lniog N • ."e! Dolo L DuMor 0 2. SafePlay 0 3. Seating COllslrUclioll USA 0 4. Shade SlrUclllfCS 0 5. Soft Surfaces 0 6. Superior Shade 0 7. TerraPil(1 0 -- Group 82: Addition.1 Manufacturers MamiDiadlllll"elrn "" !Lell •• Colol02 Nomoi Dnl. 1. SITE AND PARK AMENITES 'g SITE AND PARK AMENITIES 2011 2. DOG-ON-IT PARKS Q/ DOG-ON-IT PARKS 2011 3. NIRBO AQUATIC, INC. [g" NIRBO 2011 4. LEISURE CRAFT ~ LEISURE CJ'~AFT VOLUME 132011 "STEM "~ .. .-- 5. NO EQUAL DESIGN SHADE S NO EQUAL DESIGN SHADE 2011 6'XGRASS ARTIFICIAL TURF rr:r XGRASS ARTIFICI/\L TURF 2011 1----. 0 7. --·0 --". 8. . .. [] "-------..--~.-----.. -" 9. 10. D -- Notes If your company represel1{S more than 10 m!U1ufacturers plensc JlUlke another copy of this page arid at!!l:ch it to the bid 5ubmillal. Pfenrse du:;ck off tbf!£ y~H.3 have iIlll>1!h:Hd..e~ the miB1tmfJ2lc!Mt'Il;R" jcU~1r u » (,) m N N =l 0) )< MIAMMlADE COUNTY EID NO.: 491l1-Jf13-0TR PLAYGROUND AND PARK EQUIPMENT, FURNISH, DEUVER AND/OR INSTALL FIIRM NAME: LEADEX CORPORA r!ON Group A Purchase of Playground Equipment and Playground Equipment PaIts I l3ldder(s) shaH be a!1\ authorized manufaclUrer representative. Bidder(s) shall include with the bid a letter ou the manufacturer letterhead, daled within the last twelvemonths. The leiter shall state that the bidder is an authorized distributor of the manufacturer's product A copy of the latest cata~og for each manufacturer listed should accompany the bid. Bidder(s) sbalilist the discount from manufacturer list price. Group A -Qualification Criteria -Bidder(s) shall he an authorized manufacturer representative. 1 .... Iif-lLcit.,.-jM::Inwacliirer -----\Estimated "lsi". I P .... J!ll<ISoo Perc."tage Discouilt oIDfmal!1lwacmrelr's _J I catalog online. list L I O-~andscape Sh=llclures -I $i,5()O,OOO x 1 __ % '" $ deducted from estimated value '" TOt21 $ C.!alog Name! Dale 2. I OlPlayworJdSys!ems I $i,5oo,00!h 1--%=$ deduc!edfromestimaledvalue= $ 3. I 0 iPoligon $1,500,000 x __ % = :> deducted from estimated value ;" $ I 4. 0 ~hade Systems $\,500,000 X __ % '" $ deducted from estimated valu. = $ 5. I ug lBurke $250,000 x 16~% ;$-3?:SCO deducted from estim.ted valu. = $ zrz;,:scv. <'Jl BCLBURKE 2011 6. O~lGametime $250,000 x _% = $ deducted from estimated valu. '" $ 7. I 0 !BigToys $250,000 x %=$ deducted from estimated value = $ 8. o \,-;Itle Tykes $250,000 J( __ % '" $ deducted from estimated valu. '" $ 'l. o !Miracle $ I (I ) 0 IPlay & park SIrnC!ures I $250,000 x 1_% '" $_ 1.1 I U jKompan I $250,000 " 1_% = $_ 14 0 poric I $25{J,000" ! _%: $_ Formula: estimated value (x) discoum percent =:1; deducted from estimated value", the tolal amount for Illat manufacturer. ··22· . Revised I llW06 rvllAMlI·JI)ADJE COUNTY PLAYGROUND AND PARK EQUlPMENT.l'UIRN1SH. DELIVER AND/OR INSTALL lFKRI\1l NAMIE: LEAIDEX CORPORATION G1fI!1lllJ!) C· InstaHatiol1l and Infrastructure Services !, Ridders(s) must provide a leiter on manufacturer lelterhead slaling thai either their firm or Iheir listed subcontractor is authorized 10 do installations of playground smd parks "'luipmenl for each manufacturer that tile bidder lists under Section 4, Groups A & B of this solicitalion. Please check offiliat you have included a copy manufact~rer's leller. 2. Bidder(s) offering site and infrastructure work musl be a licensed general contractor in Miami Dade County 10 obtain penni!s for stich work. A copy of the license as well as Ihe manufacturer's approval Otl letlerhead shall accompany tile bid. The letter shall slate that the vendor is approved to perform infrnslruclure for Iheir company. Please check off thai you have included II copy of your Genera! Contractors License PAGE 2.4,max Revised I 119106 MlIAM1·Jl)ADE CDUNTY SIECTION4 IBID SUlIlIMl!TI AL FOR, PLAYGROUND AND PARK EQUlPMiElW, FURNISH, DELiVER ANDIOR INST ALi.. ACKNOWlLEDGEMENTDlFADDIENDA NNSTIUJCTI<I)NS, COMPLETE PART I OR PART II, WHICHEVER APPLIES PART!: LIST BElLOW A!RE THE DATES DF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS RID Ad«iloilldilllm ill, Daled FEBRUARY 9, 2011 Addendum #2, I):at.<ll ~A~P:..;.RI.;:.L:..;.13,:,,:'.;:.2.:..01:..;.1 ____ _ Ad«ilelll«ililllm #3, Dllle!ll_A_PR_I_L _15_, _20_1_1 ____ _ A«ild.mllilllm #4, D!ilI.d_A_P_RI_L_1_8,_2_01_1 ____ _ Addemlll!!!lrn #5, D.Illle<ll_M_A_Y_1_0,_2_0_11 ____ _ Aildell<llillll1l1l #fI, D!Illed ________ _ A<llde,,«ilillllllm #3, D!llle!l ________ _ PARTU: o NO ADDENDUM WAS !RECEIVlED IN CONNECTION WITH THIS BID FIRM NAME, LEAD EX CORPORA nON AUTHOruZEDSIGNATUlRE, _~f4:, )~'-.. ___ DATE: 4/20/201,1, TITLE OF O!B'Fl~~R#RESIDENT , ·25· Revised! 1/1)/06 F'I\GE 25.msx CERTIFICA TE OF LIABiLITY iNSURANCE THIS CERTIFICATE IS ISSUED AS A IIIlA ITER OF INFORIIilA TION ON!. Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE THUS CERTIFICATE DOES NOT AFFiRI'JIA TlVEL Y OR NEGATIVELY AMEND, EXTEND OR AI. TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S}, AUTHORIZED REPRESENTATIVE OR PRO"'''''''''' AND THE CERTIFICATE HOUlER . .... , ''''''''. Iflhh""",."c. ,h~~~~~ i:.:'~"~_u""M""'" .' the e -". -J must be .11 \ IIv1ll13' '. s.ubjecUo ~lld ~~rmsl holder in lieu of such ~:~.::~~ ""C'H,QUI. may reqUire an endorsement. A statement on thiS certificate does not confer rights to the PRODUCER ~~~LO~"l.~~~~~C~===J]i~~~~~~=~ Collinsworth, Alter, Lambert, LLC ~ (561)77' 1 iffc. N," (561) 23 Eganfuskee street ,'~,,~~~.n·"'~.com Suite 102 ;ID' .7, " FL "~A77 .. ",.,,"""''' INSURED Leadex Corporation 12391 SW 130 Street '""'" •• n INSURERE: Miami FL 33186-6208 INSURERF, Ins Co "~,,,#- 123396 (" ES (~H/'2 7048 & 7049 ~H~fc~T~g . T~T THE • ~~,v;;~..s~, , TERM ~~ t~~g~~~~F B~ ~~$r¥T~~~~ 6~EOTHER D~~:~~::i~ ~~;P~~~ ~gL~I;;~~~,~ CERTIFICATE 'MA~"~E 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 CvLA",liEMc=Si-' ______________ ---j I'rf~ lY~E0i" !=I~.':g pae,CVNUMBER ~~ LIM .. " , ~],~~H,~~~~I$==~1,~ooo3,o~oo lt I oeNe""LLIABllIlY •• _ ~ Is 300,000 A 1 ClAIMS-MADE [i] OCCUR GL2018049 ,/1/7011 ~/l/2012 f,M~ED);'EXP'~,"'"V~O""'~'~"'$O~n)~i $~j§I1.0}'~()O~0 JL Broad From Prop Dam ___ :In,da"ende"t Contractors .' $ 1, 000, 000 i!'21~.~X~C~U~'_~9~o~n~t~r.;c~t~u~~.~~.~;,;-_.. ,00, $ 2, 000, OOC ;!'"' ".. '\P~S PER , 'AGG. 2, 000, ()O~O I POLICY Ix l"''!:'Ri I Iwc $ . LIABILITY 1 (E~ ;;cid~nl)-~ ANY AUTO ! BODILY INJURY (ps' "."",,) 1 $ A , ...... 1 ALL OWNED AUroS CA1310472 ~/l/2011 '11/'01" I 1 ' $ 1,000,000 $ . -;;;:-' SCHEDULED AUroS I I :.!,~:=,~~~,~. '"' i.~~! HIRED AUTOS : V'W .. ~ .... tfll'} :K NON·OWNEDAUTOS " 'PIP·B"ic I' 10, 000 ! S 5, 000 ~ UMBRECLA UAB L!£j.' aCGUR ~E;:ACH~"~",,;".~,,,,"o=.Me=.=j:t '=± 1 "~ OO~OI~' " ' O~OO~I j--El'G"S'''B lie, CU2015497 1/01/2011 ,,/01,.012 Ie " 1,000,000 ~~I~:::~' 0: r~~~~cci~~;;~~·;;~"~~:r-r::::------r,:=-r:::-ll~X:~~1 ,I I~~ ,NY , "'~."'.. '"'''' YI N 1 E.L .C"" I $ li:r:!~E: 0 'NIA WC-2034207 1111/2011 11/7"g 1 E.L OISEASE.F'"'' .v.'1 S ",eo, d1 S';'b: ~~J" 3 below I E.L DISEASE· POLICY LIMIT I , O~SCRIPTJON OF OPERATIONS I LOCATIONS I veHICLES (Attach ACORD 101, AddifionalltemMks SChe-I.i\.I!li. Jfmore space Is requIred) Job: Playground 5. l?ark Equipment (Prequa1.ification) :Sid Nt). 4907-3/13-2 CANCELLA nON 1. 000.0001 1,000,000 1.000,000 SHOULD ANY OF THI!.ABOVE OESCRISED POLICIES 8E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL 8E DELIVERED IN ACCORDANCE wITH THE POLICY PROVISIONS. I CERTIFICATE HOLDER Miami-Dade County 111 NW 1st Street Suite 2340 Miami, FL 33128 .-.-~~~ ~~-,~.-, © H,),83,,20Q9ACOfUJ CORPOR}J,TION. AH righte reG0!'yzd, Ths-AC~)Rf) tr!~m<s, and ~ogo 8i"0 reglstered mar&::s of ACORD ·J!!iID SIJBMITIAL FORM .Illd TiUe, PLAlIGROUND ANI!) I'AIltK lEQ'UtI'MJEN'II', IFUIDiISH, DELfl'ER AND/OR INSTALL By signing lhis13id Suhmittal Form !1m Bidder cenifics thai i1 sntisfies IlJllegaJ requirements (as an entiay) (0 do business wid) the County, including on Contliel of Inlcresl nnd Code of Ethics provisioru in Section 2~1! of the Miami~DQdc County Code, Any County employee or member of his Or her immedinte family seeking 10 contract with the CounlY shull seck 11 conflict (If lnieresi opinion from the Minml.Dadc County Ethics Commission prior to submittal of a Bid tcsponse or appliculiofl of any type 10 conlnlC( wilh the County by the employee or his 01 bilr ammOOJlllc (omUy,\\ltd file D. copy of dUll requC$! for opinion nnr.! MY opinion or wnilier from tbe Board of County Commissioners wHh Ihc CIm of Ihe Boord. The affected employee shnJl fiJe wilh the Clerk of the Boord n Sb!!emcl'i! in a. fonn ~tisracl(Jf)110 Ihe Clcefc disclosing ihe cllIploye¢'s lOleres~ Of dle mterest of Jlis or her im~jnlefliUlu!y in the proposed co111.rtlc1 and the nnuhreof ihc intended coml1lcl.!ll IDe :I"<llllt' liml.' as Of before liubmiliing 11 Bid. response. or application of My ij~ to contmct with lhe County. Also n copy of (he l'Cquest (Of ta COllfliC!: ofintem;1 opinion fmtl1 thc Ethics Commission tlnd My oorrespondjng opinion, or any wlIivm' issued by Ihe 8~ of County Commissioners. mUS! be submitted with the response 10 {he soIicillltion. In accordance with Sec. 2w U. i(s) of the County Code tIS amcndod, prior to conducting any lobbyins Mlli'llilng @t4 M)ijclWtklll. WI;' IBfd4u mlin 01, the nl!lproprlBie rerm ~1th thp gl!rk of the Board §tailing PUd n IIWrtltular lobbyist fib S!.ItIrorip 16 nmrwni the EIMer. Failure ro fde !be appropriDlc form in relalion U) each solicitation may be considered as evidence that the Bidder is not n responsible con1mclor, 'The Bidder connoll!> loot Ihis Did is mnde without prior undcfliiandins. azrccment. ot coonection with nny t.'orporatlon. firm, or person submitting a Bid for (he-.'>fI1I1C goods andlor services nnd ill all rcspe-cls is without collusion, lind dlDI t1u~ Bidder will accept any resullant nward, Funhcr, the undcmigncd acknowledges thnt nward of IlICOntrncl is contingent upon vcnrlor TCgtslrntlon. F.r:tiJure '10 register.n.q: 11 vendor within We specified lime mny result in your firm not being considl.'~d for uwnrd. 'Pursuant to Miumi-Dade Count)! Ordirumcc 94-34.IlJlY iadividlUll. cotpOnltion. pannmhip.joim wnlUfC orolher leBul entity hlllving.an officer. directDr. orc"ccmive who hIlS bc:.!n convicted ()r a felony during the ~ ~en (lO) years shill! disclose allis information pri()f 10 entering into 8: contrac! with Oll' receiving funding from lhc COUnlY· o Pflae¥ Ii c!le£k mark here only §fbHrildJer!has web AArnyfdEO!ll ~odJ§cl@5@ ~o cpmpir wUh ~Ilds rg:gRllbWl'b'wija. CO~"TI' USER ACCllSS PnlOOMM (IJAP): Jo",' P"~ .od .nWy ... ""' •• ""'riIlg p_ For the County's infonnntiOTl,lne bidder is requested 10 indicate. at 'N 2nd ':e' R1dow, its genernI inlerest in paniciptlling in me Joint Pul'dlasc IPrngrnm of the CouniY User A~ Progmm (UM) d~cribed in Section 2.2j of this tOntmcl ItOliciuuiou.lftlwt se:ctiOI1 8S present in this soliciun!.ioo ilfo<:umelii. Vendor pal1idpatioll in the Joint Purchnse ponion oflhc UAP is \'oilm!arY, Md Uu;! bidder's Impression of general in!cresl.nt 'A' I.Uld 'S' beloW is for the County's information only and $ball n9i be nrindfng on &he bidder. A. If awarded 1his Count)' conU'nCI, would 'you be interest in par1ieipllling in 11m Joial P'atrchlaSC pofiion of Ihe UA? with .respect 10 other govcmmcntuJ. quasi· govcmmcntul or nol..for-prorit entities 1000aled 1f.'JhJ.n. ilhe gcogmphlcaJ ooundaries ofMinmi·Dm.lc Counl)'? Yes JO(JOC--No..,. ___ _ iI!ll! 8. If awarded Ihis County eonU'nei, would you be §nlcro.stcd in participating in Ib~ Joint Purehase portion of «he UJ\P with rcspel:ll to olhcr govemmenmf. qUlISj~govcmmei'lta1 ornol-fof;p.tol1llmtltles Jacnledl ~ the geog:rophiCl!I boundnrics or Minmi·Oadc County? Yes XXXJ\ N. LOCAL lPREFEUNCE CJERTmCATlON: The responding vendor hereby a'~"'-:~-."'by-cli-:-«k!="$"'(lll!l!' of Ute foRowJng biocks. dUll it is~. or is nOlO. n loclil business, f-or thff purpose of!tJis certification, a"lOt::w business" is a bUllii.lw J~ within abc limits of MiDmj·t)adc Counsy {or IBrowanf County in l)CConhlflCC wilh the InlcrJocnJ Agreemenl between the two counties} aha! conforms wjlh the provisions of5ectioll J.IO of ihc Gcncml Terms and Condition5 of~his 5oticitnuon and contribulcs to the economic dcvclopmem ofllle community in n verifiable noo m.e.asumbie WOly. This mny include, but noi: 00 iimitcdl10. the retention !lfld cJl;pnnsion of cmploymenl opponllnitics nnd the Stlppo41 !ll1:d incre3.$C to the County's I.nx iKlse, IF'ai!UK''ll! W oomp1reUo aJUs ~cB!ion ai «hIs 8hne (by m~kln3l the appropriaie buS" nbo~) ~hnJl fI'tImdell' ahe 'lfe.ndOll' mcliglbfll' for i..otsi Prlefe5'W8!C¢:. Firm Name: lEADIEX CORPORATiON Street Address: 12391 S. W. 13() STREET Mailing Addre" (if different): SAME Telephone No. 305-266-2028 Fax No. 305·21J4·53501 Email Address:frai1k@ieadexcorp.COm FEIN No. ~.:9.!7..99J_!~LLL PAGE 26.rnax rill ,AM ,'1"11"":'" Small Bu§ines5 DtE~:dnpw,e,\ry~ 1; i, '.\\, iq 1...!;',":1 " \"1:, j )(1,)' I\lianli, I'IlJlid,l J ~),l;i III(HI IW;·'i7:i-llI1 F'W~;· ::";·llf,(J January 10, 20'11 Me. Frank Fonseca LEADEX CORPORATION 12391 8W 1,,08\ Mii""i, FL 33186,0000 Dear Mr, Fonseca; CERT, NO; 1439 APPROVAL DATE(s): 0'110712011, eSSE level 2 E)(PIRAT!ON DATE: 0113112012 miJmid,,1dl-'.gm The Department of Small Business Develcpmunl (S8D) has complated the reView of your appliealion and altachments submitted for certification, Your firm is offiCially cerlified as a Community Small 8us l ness Enlerrrise (eSSE) in Ihe categories listed below. This certification is valid lor twelve (12) montl1s. which will e)(pirc on January 31. 2012. This cerfificmion affords your company the opportunity to benefit from participation in county contracts with smal,! b:;lsiness measures, Please note the trade categories listed below. These are the only sheltered market areas that your company is eligible to bid or participate in under your curren! certification. If any changes occur within your company dudng the cerMication period (such as ownership. 6.d(irB55, telephone number, trade category, licensing. technical certification. bonding capacity, or jf the business c<'ases to exist) you are required to notify this department within 30 days In writing. It is 01. critical importance that current informa!lon regarding your company be maintained. All inquiries or clianges mlated to this certification should be directed to Rosa!ine Morales at in Ihe Cer!i1icaUon Unil. An application for re-certificalion must be submitted and fOrt/arded to tilis office four (4) woeks prior to the referenced expiration date, Should your firm lail to re-certify, or lose Its certiflcation lor any reason, the ability to work on contracts with measures will be affected. Thanl, you for doing business with Miami, Dade County. Sincerely, \/' (.L;.wf,-[-;( ll' Penelope Tmvnsley Director CATEGORIt;S; (Your firm may bid or partiCipate on contrncls only under these r:alegories) l,ttCHANICA\, (eSSE! NFW SINGLE F/V.lll.Y HOUSING CONS! nUCTIOf\ ((XCEPT OPEf'/1 rIvE BL1!!.Df.RSr (CSnF\ NEW MULTII·i\MH. Y HOUSING CONSTRUCIION (EXCrYT OPEnA liVE BurLOEI'~) (CSBE) NEil\' HOUSING OPERATIVE AU/I,DERS (eSSE) RESIDENTIAL REMODElERS (CSBE) n,IDUSTRJAl BUILDING CONSTRUC110N (eSSE) , CO;.j~~lERCIAL AND lNsTrruTIQNAl BUJUJING CONSIRUCTlor~ (eSSE) \!V,'Uf:R AND SEWER LINE rIND RELA1!:TJ STRUCTUHt:.S CONSTRUCTION ICS!)f.} POLIRED CONCRETE FOUNDATION AND STRUCTUI<E CONTI1AC rORS (CS8F) STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTOWl (CSSE) Pl U~:S!NG, HEATING, AND AlR-CONDiTJONING CON fRACTORS (c';SBE) SITE PREPARATION CONlR.AcrORS (CSAE) Small !lIPs;ne" D,,,.doI'ITIent !11 ,'\!\V I~: ~IH·(.'I::> 11l!1f HO!I! \LlnH, f].lrid" ; i] ~;,·l"lill, \(J.",-I':";·\jlf f· l!)~,·r-·, ~\Id" January 31, 2011 Mr. Frank Fonseca LEADEX CORPORATION 12391 SW 130 81 Miami, FL 33186-0000 Dear Mr. Fonseca: CERT. NO: 4002 ANNIVERSARY DATE: 0112~IZ012 The Deparlment of Sffi911 Business De\eiopment (SSD) has col1'pieled Ihe ""jew of ;cur application and tile attachments subl1'iited for certification. Your firm Is omcially cerlified as a DisadlJantaged Business Entorpris? (D8E) in a~r()rdance "'tiM lile State of Flrynda Unified Certificalioo Program (UCP) apprm.,d by the U,S. Department of Transportation (FDOT) in the categories listed below. This certification affords }vur company Ills cpportunilyto participate in cenllse\s Ihroughcut the Sialo of Florida with DBE msasures. Yeur DIlE cerlifieation requires ,CIl 10 complete a Continuing Eligibilityaffidallil annually. To ensure limely processing the Continuing Eligibility affidB\jj is accessible al h!!P:llw;vw.miamidade.govlsbanibrary/conlinlJing_eligibiliiy.Jlael<age.pdl. A hard copy Is available upon reqllesl and rroybs sent 10 y~u ,ia mail or facsimile. Failum to cmrplete and sub".!1 the required sffios,it v.j th Ihe req tl,roo supporting documents on or before )vur annilRlrsary date may result in ths remolf'al of jtJur companyfrem the Florida DIlE UnifIed Cerliiiest/en Prcgram. If any ehcngesoccur "Hhin jtJur company during the certified period (such as ovmership, address, telephone number. trade category, licensing. technical certification. ~onding capacity, or if tr.s business ceases to eJost) jtJI. are required 10 mtily Ihis department within 3() days in writing. It is 01 critical importance that tile curren! information regarding your company be maintained. All inquiries or changes related to Ihis cerlification should be directed to Jeanise Cummings-Labossiere In the Certification Uni!. Should jtJu na", questions regarding your firm's certification. Ms. Cummings-Labossiere 'liII be pl!?.8sed to assist IOU. We look forward to jtJur participation and success in Miami-Dade Count)ls disad\l!lnlaged business enterprise progral1'S. ""'-'''',\ C,r;(ncerl~t 'rl#r ¥=:e Tm",nsisy CATEGORIES: (Your li,m may bid or participate on conlrac!s only under these calegories) NEWSINGLE·PAI,11LY HOUSING CONSTRUC1101\: (EXCEPT OFERATIVE BUILDERS) (OBE) NEW MULTIPAMILY HOllSING CONSTRUCTION (El(CEPT OPEF(ATIVE BUILDERS) (DBE) NEW HOUSING OPERATIVE BUILDERS (OBE) RESIOEI,rrlAU'\EMODELERS (DBE) lNDUS1R!Al Bl)rLDlNG COf>JSTRUCT10N (OSE) COMMERCIAL AND INSTITUTIONAL BUILDING CONsmUCTION (DEE) WATER AND SEVTcR LINE AND RELATED STRUCTURES CONSTRUCTION (D8E) POURED CONCRETE FOUNDATION AND STRUCTURE CONl'RAClORS (OBE) STRUCTURAL STEE1.MJO PRECAST CCNCRE-l'E CONTRft..CTORS (OBE) PLUMBING, IIE.~TING, AND AIR·CONDITIONING CONTRA.CTORS (DBE) mi;l rnirtafle.g(lt Mr.Fomooa liEI'\Dl:)( CORI"ClII"tA'fION JmlE!ll'jl31. 2011 eM Nil; 4002 ~g@2©W2 CATEGOR~E~: f\rOOf firm m!!llf bid a 1lll1'!i©IPlll@m c:ooIrilltj!$ @Iil)f~ hl®e ©_M$$) Ilme I'R\a','\MTIOlli C©NTM©T~S (1CJ1i!!i;) PA'1ll&Em~ ~commri.rut oot.U1~: @'!UilU2®U iI~®UlliT8Il!ll ~!I@U!l.®® !l~" ml'I~ijl illllJl!i 1 •• 11, ,.Ii, ... III,.!" In ... ll." .l. m." 1., ),1.1 •• ".1IMl,1 0".a,.t , . ana.\ ~ecreation and let it be known that Park ASSOCill.tioll JOSE R FONSECA has met the requirements of the standards set forth by the National Certificlltion Board and National Playground Safety Institute EXfcutilJt Committee and is hereby granted certification as C!I rtified Playground Safety Inspector 12/4/2008 Date Certified ~ 13302~(J11l2 Certification Number 11112012 NlIPA ollterim !Executive Director lE~pijrilltion Date /. .... ii"~, '$-~" ,ii ~~. Nati<lllM1<111 Ifh~;;;r®<ilti(ijtre --I' and Park ASlIll!lJdatHorrn . , .;~. -.- ;ecreation and Park As so(:. " let it be lmcmm that PABLO A MORALES has met the requirements of the standards set forth by the NatioMI Certification Board and National PlaYSfOul'ld Safety Institute ExecutiLie Committi!!£ and is hereby sranted certification as a Certified Playground Safety Inspector -~ ~ N~I"A Interim Elll!!cutillil i:l!rrect@r Natiol1llill Recreation and Park A!l:s@ciatiolfl 121412003 Date Certified 13336-0112 Certifk®ti@n b'<illmber "ili/2012 ft:l!pir<lti@n D®te March 25, 2011 To Whom It May Concern, Please consider ihls letter as verification tOOt tile 1,eadex Corporatioll, located at 12391 SW 130 Street, Miami, Florida is an Autnorizoo Representative and Instalier of piaygro1IDrli, pal1k and recreation eqmpment mmllufacturoo by ECM Eurke Compooy, L1,C. Sincerely, 1Mlark SOlldiergaro Presidellt / Owner EeI Burke Company, LLC JBln BUl'ke CO!llllJ!l~llY, 1,1,C 660 Van Dyne Road' P.O. Box 549 ' Fond du Lac, W! 54936·0549' (nO) 921 ·9220 ' (920) 921·9566 ,vww.bciburke.cOIl1 Reiln'l'~ntftfl~ l?lal'Y" Site & Park IIn~nHII1B$l, Inc, ____ , __ _ info@SiteandPark.com wW'N.SiteandPark.com May 2, 2011 TO WHOM IT MA Y CONCERN: 200 Industrial Drive, PO. Box 765, Hillsdals, MI49242 Phone 866,620-7483 Fax 517-437-3146 This letter is to confirm that Leadex Corporation is an authorized seller and installer of the Site & Park Amenities, Inc. products, Regards, Bryan Worden President May 2, 201! To Whom II May Concern, This letter is to confinu that Lea!le~m'l!oraHolill is an authorized dealer for Dog.ON·l\· Parks ill the state of Florida. For pricing and other information, please contact Leadex al (305)266·2028. Sincerely, 7~ Gary Max, VP, Product Development and Sales May 2, 201 I To Whom It May Concern, This letter is to confirm that lLeadex Corporatioll is an authorized installer for Do@"ON"k i'lirks products and equipment in the state of Flol'ida. Sincerely, Gary Max, VP, Product Development Ilnd Sales , , . 'I;j '-i·! . " t, 1 ! ", , " ):, ;. ~ .. ,':' , ~ ';' I"~ 'i.::. "'1 " i [\ () ,"\,c: :;., ~ , ,OJ: .,1-[( '1'> ~ " -',J ': \int «':lY!~lu. ;' , . , ' .' , " "-, ",''./ ;;i :'i May 2, 2011 Leadex Corporation Jose Fonseca 12391 SW l30th Street Miami, FJL 33186 Dear Mr. Fonseca: 1':0. Box 1700 ' Hendersonville, NC 28793 Phone: (828) 693-8241 j (800) 633-8241 • Fax: (828) 693-87"/7 www.leisurecraftinc.com·sales@leisurecraftinc.com Leadex is an authorized installer for Leisure Craft products p.o, Box 1'700 • Hendersonville, NC 28793 Phone: (828) 693-8241 / (800) 633·8241 ' Fax: (828) 693-8777 www.leiaurecraftinc.com·sales@leisurecraftinc.com --------~------------------~--------~-- May 2, 2011 Leadex Corporation Jose Fonseca 12391 SW Both Street Miami, FL 33186 Dear Mr, Fonseca: Leadex is an authorized distributor for Leisure Craft products lfincere , (1)7' viti, RJc I'd J, Herman President Leadex Corporation 12391 SW 130lh St Miami, FI33186 To whom it may concern, Leadex Corporation is an authorized installer of our products. Please feel free to contact us with questions or concerns. NielOtto NO Equal Design Company 14021 SW 143 Court #8 Miami, FL, 33186 Phone: 305-971-5177/8 Fax: 305-971-5179 Leadex Corporation 12391 SW 130th St Miami, FI 33186 To whom it may concem, Leadex Corporation is an authorized distributor of our products. Please feel free to contact us with questions or concerns. NielOtto NO Equal Design Company 14021 SW 143 Court #8 Miami, FL, 33186 Phone: 305-971-5177/8 Fax: 305-971-5179 To Whom II May Concern: Leadex Corporation is an authorized distributor ofXGrass synthetic turf products. Please feel free to contact me with any questions. Ron Bennett President .303 Callahan Cavender Road SE' Dalton, GA· .30721 Telephone: (706) 272·0140'877·881·8477 Fax: (706) 529-0849 Email: custorrlerservice@xgrass.com vvvvw,xgrass.com· www.softrakgreens.com.w\ivw.sofgrass.com 5·2-2011 5-2-201 ] To Wbom It May Concern: LeadEx has been verified by XGrass to be a knowledgeable installations company regarding synthetic turf. XGl'ass is a separate company and offers no warranties for LeadEx's work. Please feel free to contact me with any questions. Ron Bennett President 303 Callahan Cavender Road SE . Dalton, GA· 30721 Telephone: (706) 272·0140' 877·881·8477 .Fax: (706) 529-0849 Email.:customerservice@xgl.llss.com WWW.Xg,Tl!Ss.com . ,vww.softrakgreens.com· www.sofgrass.com :;Bm NO.: 49G7·3/13·0TR MHAMI-iDAiD]E COUNTY nm AFFlDA vm;; " DISAIBIL1TY NONDISCRIMINATION AFFlDA Vl1f (Resolution R~38S-9S) I, being duly first sworn, state that this fmn, corporation, or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this contract complies with ail applicable requirements of tJle laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new cons/ruction. The Americans with Disabilities Act of 1990 (ADA), Pub, L. 1 OJ ·336, J 04 Stat 327, 42 V.S.c. Sections 225 and 611 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private Entitles; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Rehabilitatio~ Ac! of 1973,29 U.S.C. Section 794 l The Federal Transit Act, as amended 49 U.S.c. Section 1612 nH~ Fair Housing Act as amended, 42 U.S.c. Section 3601·3631 MIAMI·DADE COUNTY DEBARMENT DISCLOSURE AFFIDA vrr (Ordinance 93-129) See Section 1 (1.3H) 1, being duly first sworn, upon oath deposes and says that the bidder of this contract or bis agents, officers, principals, stockholders, subcontractors or their affiliates are not debarred by Miami-Dade County. MIAMI-DADE COUNTY COLLECTION OF TAXES, FEES AND PARKING TICKETS AFFIDAVK1f (Ordinance 95-178) Seclion 1 (l.31E) r, being first duly sworn state that in compliance with the procedures contained in Section 2-8.1(c) of the Code of Miami-Dade County) and as amended by Ordinance 95-178, this finn hereby certifies that the foregoing statements are true and correct. That all delinquent and currently due fees or fa~es (including, but not limited to, real and personal property taxel'!, convention and tourist development taxes, utility taxes, and occupational license taxes) caIleeled in the nonnal course by the Miami~Dade Counry Tax CoHector and County issued parking tickets for vehicles registered in the name of the above fIrm, have been paid. AFFlIDAVIT RELATING TO KNDIVlIDUAILS AND ENTITIES ATTESTING BEING CURRENT iN THEIR OBLIGATiONS TO MIAJlfI.·DADE COUNTY (Ordinance 99-162) See Section I (1.3 N) T, being first duly swom state that in compliance with County OrdinaJJce 99-J62, the bidder is not in arrears in [lny payment under a contract, promissOiY note or other loan document with the County, or any of itfi agencies or instrume.ntalities, including [he Public Health Trust (hereinafter referred !o as "Coun!y"), either directly or indirectly through a firm, corporation, partnership or join! venture in which the individual or entity has a controlling financial interest as that telm i~ defilled in Section 2-11. J (b)(8) oj' the County Code. Page J of 8 Revised j0/2410! MIAMi·DADE COUNTY mil) NO.: 49!li·3!13·0TR " MHAMK·l)AIDE COUNTY DOMESTIC VlOlLiENCE lLEAVE ArrUDA vn (Ordl.,.co 99·5 /I; R.,.I"tlon R·18S·0@) That in compliance with Ordinance No 99~S .. Resol11tion No. R-J85-00 and the Code ofMinmi~Dilde County, Florida, !he following infonnalion is provided and! is iT! compliance whh aU iicms in ihc afbremenllonca legislation. As an employer having, in the regular course of business, fifty (50) or more employees working in Miami-Dade County for each working day during each of twenty (20) or more calendar work weeks in the currcnf or preceding calendar year, do hereby certify 10 be in compliance \Viih the Domestic Leave Ordjnance, codified ilt l1A~60 et. Seq., orlne Miami~ Dadc~County Code, and ihat rhe obligation lo provide domestic violence leave 10 employees shall be a contractual obligation, BY SIGNING AND NOTARiZING THIS PAGE YOU ARE ATTESTING TO AFFIDAVITS ON PAGES 1 AND 2 By: 1i1';.';r,;··.~~':i3C~').'!:~~~~,>:m;;n.':"~!;'::t::::"~~J.~·'lCt::m."::,-", ..... ~..:m:D"~;::alJ.~~r;;'/l:\.'1i.t:t;!~~~,':"~:n:-".1:;.::s-~i::,...";..,ttt~~..2'.-.r=:;l:~:~:;-"' !! lVllAMI-DADE COUNTY AFFIDAVITS SIGNATURE PAGE : ~f~;;~ .. :"f=~":¢"I'~"';:">l:-=~:.l.'-:"";:=;:l!:~Jl1're'I""~'~J:::SI'~. "h_ (/lJ-.;\ature of Affiant ;<~I? hI If 20 Date FRA~J FONSECA, P.E. PRESIDENT Prinled Name of Aman! and Title 6 /5 • 0 /1 /7 /0 / 9 /5 /0 / Federn) Employer !dentifi~n Number LEAD EX CORPORATION Primed Name of Finn 12391 SW 130 ST MIAMI, FL 33186 Address or Firm 'C If; .' SIlJI!l§CRmIED AND SWORN TO (or affirmed) before me Ihis I'if day of I),Pfid,ZO!! 9 HeiShe is personally known to Ille or has presented personally known Type ofidentificatioll .' .... ,. Sigllaturi~bfrotary/'" I.) I If .,,-t./ ;~ real2t) \j __ cC?(jmt% Print or Stamp Name of NOlary Nolary Public -Siale of FLORIDA Page 2 or 8 as identification. I'JID NO.: 4!)()7·S/1 S·2 !:liD uTflE; PlAYGiROUND ~ PARK EQUIPMENT (?RIEQUAlIFICAT!ON) COl.l.li~iON AffiDAViT !{:©Ii® ©if MiillmHlill'!!@ {:©MIilIty gJid©1l :!'@.U iIllliil ~@·33.1} 1©l'dililiillil©@ iM@. 11)1)1-'113) I, being duly firs! sworn, h@rwby $\"I® IhElII~a bidder of !I1ls ©oniracl: I5;jI !s 0101 related !@ any of the O!~@F parties bidding i11 !he oompelili'!® solicilaiion. or o i(j@I1Ii11@s Iha following F®laled parti®!l which bltllrt !h® sollcilillion And ~ iiilrld !h!l!! !11® ool1lllilclor:;; proPO$$! iw !l®l1l!if1!~ !llnd 1101 $I!iilm Of OOilll1lilill @r made ill !he int@r@st or on b@nall 01 Ilny person no! !herein named, and that the oontraclOF has nol, dlrac!ly or incllracUy, Induced or solicited any olher proposer !o pili in a sham propo$a~, or any o!l1er j'.l®FSon, firm, or corporaii()11 II) refrain from proposing, and Ih!!! Ihe proposer has /lot In anll mannar sough! Ily ooilus!on 10 secure 10 Ihe pfl)pOO@r all advanlage ilV@r anl! ililler pfopoo®r. Nol",: Any parson @f @ntlty IhOlI falls 10 5ubmllll1l$ @x@cu!@d allidllllll! shall !J@ ineligible fur conlro!ll award. Sy: ~~-<-- \-/ gl1a!llr® of Affiant FRANK J FMIisECA. P.E. PRESIDENT I"rinled Name of Affiant and nUe LEADEX CORPORATION I"'Ill1led iIlOlme @f Firm 12391 S W130 ST MIAMI, FL 33186 Addr®s$ of Firm 1iiijlO"'{:I'1~.,Il<[) AiIIi) i:WIPOI'1N "1'0 (or ~ffirmOld) b@fora me Ihis 20J..1 Signalu 01 No!ei'f C PEDRO J GOMEZ NIl!1ilry Public -Sial® III FLORIDA Type@fld@I10000ijllll E£ 0070 L/;'? MIAMI·DADE COUNTY UVllNG WAGlE MllFIDAVIT (c ••• gy 1),<100."" jI<)-44) I, 00;"8 l'l1'>1 dlilly $W.'" ~.,cl:'lI ZMlte ""iii ",,11fu!'y iln&t !ruJ 00!Illp~ wi~i Scl:!i •• 2·8.9 "if ili. MillIDllli·!)a<!o CO""iJ coo., by """"llfi"l! awaro of Ibi. "".im~ lb. i>iddor or II''''!'OOO< 8jJ:reOl! 10, "'" flle lMng wag. ""llBAmi i>y Co"",,, O!:t!lli:wnw 99-44 UO all omployOOllllilSi.!lJilOO j@ Ih!s 00liIl1t1Wt. The biddll!' or projIOSI',!' fuIIh., 1Ul~ Uhai lb. ~ H!Wug Wl!lge !Jl'llU~ uo Ibi. OOS!riIC! i3 $9.8! pc;' hoW' plliS h~ oonoliiJl .. d...:!ibed iIn flle~, ()f $1 !.:!:! !lei' lIoU!' wiillOUt hoollln beileliiJl. 'r." Living W.gc reqlBAmi i>y ~ 99<44 i. 5!l1!ioct III ilKle%ing .. 5O!-fol1ll "' Scl:!io~ "c" (lndCldng). Ey: ~ ~gru,turo of Aff"_t . .£BANK.I FONSECA P.E. PRESIDENT I'rilxIOO Name of Affirulll 2I!!d Tille LEADEX CORPORATION 12391 S W 130 ST MII\,ML .FL 33186 A~"fFiEm d 17VJi Jr-20 LL lD~re f) " §IJIBISCruJllllElJ> AND §WOIRN TO (or aiIIlm>ed) bef.re me !his /J day of f};2;<;j, 2011 "","\ . /) 1~~<Al.,tl /~ f-"yJ.-'z4 ~"..-1 -L ~~~tA"" ,'" "'". ,If' /' __ f Si/l!lll~A@ oil, ,"'''_'''. • If _j'~ (In oJ', C"; 0 f'YI f 1- U'm! or SiamI' Nam. of Nolary NoUlJiy i'~bllc -. Sml£ o~ FLORIDA 8/IS/.0:' fl!HAMI·[)A[)E COUNTY JEm NO.: 4907·3!13·0TR AJFlFmMATIVE ACTION PlLAN!l!'ROCIJru!:MEN'f lPOUCY AFFIDAVIT (Code or MJ ... ;-lIl>~~. C.M~iy §""I;.~ 2-3.1.5) (OMi~""O)!; No. 98-30) I, being dilly Xi"" sworn, ~.rel>y "'.ale !lwt ilie Ibi<ldor of il!is """lme:: o hru;. (.wre~l AiflKl11lluve Actio. Plan Illld Pre""''''''''''''l Poiicy, lIS ""ll!ire!i by Section 2·8.l.5 of Il,. Cod. of lvii.mi·O.d. CoWlIy, procesSO<! lllIld aIPP'ove<i for filing wit!> (00 MilJmi·Dad. CoMly Dopartmo~l of 13"sinoss Development (DBD) oocte, 11 •• Ill. No. and tl •• o"Pimoo" dale of _________ _ By: "",,-.-0'''''''''' tc~I~"' ...... '. FRAfjl(J .FONSECA P.E PRESIQE;.t,IT legal Nnane and TiUe TIle foregoing illl51mmool was .clknowlodged befoll'il me thls __ day "f ______ -'. 20 !FOR AN fiNJJ)JIfVIDVAL AttlING liN I!IlY§ OWN rumrf, By: FOR A COru>OIl<A1rllON, ll'AlFI.TNEIl<§lBIJllP> OlFl. JOKN'fWM'fl}lFI.l!:, -I a/?~~-.-By: _ "'77"::::: . lmvillg ill. 1i~. of -'Po8;oJE"'§2JIJ"iD:.;EJ.)!fj..LT _____ . witll...h£612EX CORPORATION ( IJll a FLORIDA S<dum 2-iIJ.4(4)M of ,1M GJIk .f i1f1",n/..il!&k c"ud.i' (Ol'dI:;_ N.. 82-J7) ",qub .. IhlJI dl plopmy /ic .. "ed I!1!J'dtitrml~ erl~ri.n& &!?n.dscape «Zl!t,'-MeefimroJ, t8tUl kmd ~rr$ ~~tnJl3 (]Mt ajfu1P.LJ:J!w& ooilfj)~t ;pl<m ,GJ'J flU wJffh uke GJ~. . Section U!.S 01 Cite c.de of M~JI)mde Co.wy F"'leWes Iltllll f""" t/tllll ff<1We ""m"d v'" ~"" m ex<"" of five (5) m!lliOfe dofMln haw &It ~ive tUium jFiaM ami p~ntmJ paPky@MJik ooJ!J the Coml.i£p. Firms d?wt ikfZIJe t! lIoani iJ;j DiFt!!dot'$ dfltlJl f2F& 1r!pi't13entltffiw. ~t!~e pupW$$Mm ~f.P oftlu? wr.Ji1ll8 may be txtmnpt. Fo, quGti.,,, ?"IJtWmg these ?eq~ pkose """""" the MitE",U).de c.~ il!~ olllwslJr."., Dev<!opmem m J,O$.J7SoJIll. Pngc 4 uf 8 Hcvbcc J JlBIO,! MIAMI·DADE COUNTY CODlE OF BUSINESS ETHHC§ Code cf Miami-Dade COlilliy St'cUon 2-8.1{i) !, being duly sworn, hereby s~a!e and certifY that this finn has adopted n Cooe of Business Ethics ~hat is fully complain! with the requ.irements of Section 2~~.L1 (i) of tho Code of Miami~Dade County as amended. r further acknowledge tha! failure to comply with the adopted Code of Business Ethics shall render any conarac! with Miami-Dade CoUnty voidable, and subject this firm to debarment from County work pursuanl ~o Section JOu38(h)(2) of the Code ()fMiamJ~Dade County <'15 amended.l further acknowledge that failure to submit this affidavit shall render this firm ineligible for contract award . By: ... @/J l:",''- -~~- ":Yignature of Affiant FRANK J FONSECA, P.E PRESIDENT Printed Name of Affiant and Title LEADEX CORPORATION Printed Name of Firm 12391 S W 130 ST., MIAMI, FL 33186 Address of Firm c J1 / §lIBSCR!lflIED AND §WOIRN ')f0 (or affirmed) before me thi, ~ day of J)P/t.i ,20; I " ' lIe/She is personally known to me or has presented personally known as identification. Signatur<\)ofNotarp/ I~ -j) /. ·1·· r'c)l' ry'''' ". -J __ .!~ e ,qt /'u-'\ . _ v ~ I ~_"-_ Print or Stamp Name of Notary NotUl), Public -State of FLORIDA Type ofidemification GOMEZ MY COMMISSION # EE 007042 E)(PIRES: July 7, 2014 Bonded Thru NO!a1)' Public Underwriters Expiration Date ~evlsecl 08fi31O I MIAMI·DADE COUNTY FAHiR §UECONTAACHNG lPiRACHCE§ (Ordi"",,c.97-35) in <ompli""co wilb Mh1l!>li·iJ)ado C®llml), Or~in •••• 97·35, In.e i1iddor dr."!, s.b"",it with th. bid ~mpo,.! • aetrunerli §~atement of Us poHde§ al.!f!:d jpI1'Oct'{hllreS {uasc :\SepIU"a~c srrnectr if rncces§rog"y) ~O!r m\'1{ard~ng SUbCOil1l~K".w('t(Dr5 Rltll acc:orrd:ll!ffllcre: wWln SeC!lDlfJln n ~ P~ngll'.mlPh 1.15 SEE ATTACHED -------,,--------- Fuge 6 afg Reviseo {} I (( SlOe! LEADEX CORPORA nON CGC010793· ClViC008212 FAIR SUBCONTRA ' ING PRACTICES In compliance with Miam' Dade County Ordinance 97-35: 12391 S W 130 ST, MIAMI FL 33186 PHONE: 305·266·2028 FAX: 305·264-5350 / 1. Notifies the broadest nmber ofloeal snbcontr tors of the opportunity to be awarded a subcontract; 2. Invites local subcontracto to submit bi in a practical and expedient way; 3. Provides local subcontracto access 0 infonnation necessary to prepare and formulate a subcontract bid 4. Allows subcontractors to meet ifu appropriate personnel of the bidder to discuss the bidder's requirements; and ._\\ 5. Awards subcontract bas~ on full and 2romplete consideration of all subm itted proposals "0' ;. ~"illm7 fu, bWd,,', ~bj,",,". _, --L~~:.: ,-<~-i \ ~, ' , / \ \c FraiiJl), Fons,eca" P P J' . '\J'b \c~ \ President i \ C) \ Date: ~;7/; pi ! \ '\ !~/ \. . ~,)01~1' /J~i:, \ /" ! \" \ i\ \ ;( 4 " \' llV!.. \ \\ \.) \-~ '\ h .-~\'i,'\ \ \t",·,\ (\ " \' '; \ I • '\. \ fl \ \f //\ v MilAM][-DADE COUNTY BlI!) NO.: 4907.3f13.0TR 5UllCONTltACTOlll§UI'i'LlER LISTING (Or<l'HIlu<c 97-i@4) lFim,l'!a>1lllo of !'Time C.,"'rncl"wmesp,mdcnl: -hLsEA"",D,-,E;,:X~C"""Ou:R"P:.;O",R",,,Au.T.J>\O.d.NLL _____________________ _ Eid No.: 4907-3/13-0TR Title: PLAYGROUND & PARK EQUIPMENT FURNISH DEliVER AND OR INSTALL This f9rms, or a compsralble listing meeting the TeqUiill't"1M~!Il!ts of Ordina!llce No. 91-n 04 MUST be ~nmpleted~ signed and s\QbmtUca by 31U !bid.ders :lllild respond~nas 'I· O!fi County CGntrscts for pUB'eha.§e5 of suppraes~ maQeK'Bals or sl'l'rvic~$~ inchtdi81g pmfe$s101if1aU st:n8ces WhRCh ;iIIvo!ve expenditil.lres of $100j OOO 0);'" morc~ ann <;iIi Mdders smd rcspomlJel!!'i:s IDiIl Covmty or Pll.!blic HCllIUb Trust con5truc~i®n e®n~racts which Hn:VGSVe e%pendiQures ofSIOO.@iD@®rmDre. A bid~er or rrcspondent WR® is 21wsroC!d the l!!<DiUmd shan not change or 5ubsdtMte first i~c-Ir §ublcll:m,nn,u:tors or diH"'l!Ct §~ppHers Gil" ine p0Ttaons of the con~r.aci worrk t$ be perfo!rmeei or ! rntIaterials t@ be §1Upp§ied from those identified~ except illpon 'wr6tten a&lpr4)v.d ofthe Cotnnty. I This form, Oll" 2l comparaible iis£ing meeting the requirements of Ordinsnc6:' N@. 97-1049 Ml&I !be completed, signed and submiHed even ahu1ligh the biddler or proposer wfiB not utmzc soocon8ractors or suppliers on the conir-deL The bidder orr proposer siumld enier the word "'NONE'" Und€!li the appropriate hc~ding of I sub form HiD sn trW!;'/! gi1stsnces where no SlJIbcm1l&!r:llll:tors OE' suppUelrs win be M$ed on the cOilliracQ. j lIB".;" ••• Namc ",",<II Address "r Fin! Tier PlriillcDpsi Owner Sc"pc "fWork [0 b. Performed by (PriadpaJ O'w:llt'r) Gender Race , S",bC""~T"ctO,./S"bca",."it'ml 5Mbconl1rmctoJi/Suh~ol!1sMlt~l!1lt /1) U",,7 f , S"si"cs§ ]IJ"mc ",,<II Addre .. of liJlirec! Princip~1 Ot'tlner S"Pl'iiCS/i\ialcr;aisIServicc§ !o be (h"rindpmt (}~'nl{'r) Supplier !'rovided bv SUIl!>li.r G~ni!llet" Race /-/c'PJc' /2)0(';.1' t?:17~ ~-'J i~.r~-1/) --~vj /1..1 ,/5L C'C'7":?:"""'- 8-.. /? ulir(:: /;' t' {j} i.s;-I /:J!.../)'yc..-yo(,? nd /J}/) '"1 vi -I/;C:-!V,YI~/ 41 -. (. ,::-yn jJ-'j n i . -~ ~, ljjJ?, K C; ,"! otr-y. ~1 f\ y' ct () , :: !::.~_,A/};F X -\.' (; /V{~-i( i /-'< l;VYI(f<;"{'-i '-~ ok: r'·e. -1 V /J;e/(/{.1f -VA n 0'14)-;?A/f 11: £·Pfi)F .;f jI H?{'!'? lJ"§? -1i/" -.-i '- ] ccr'l:ify that the r-cpa-eseniaQiollls {:oJl~ained in dnis SubcontracaorJSuppUer UsS:!llt;g sre-to ~he best of my kuow:lcdgt' [rue and aCil'!'~m~~c /J/ .., ./,,-, ./~C;'C>}-~ .LElID..E.X CORPORATION PRESlDENT /Jr}Y)[ .{}_ /"11 ?ri:n,~{2'ail£.t~7ffiiSp(ln(jeilt·$SigG1I1Uu·.e POtit NIlIMe Prin! Ticl£ Du.~c ,; -"/ (tiuplicah:.> ifnddiUotl2! SPllC(' is needed) 'FORM WO / Page 7 ot S RC\'j~l:d {)1I1510-t MIAMI·iDAiDE COUNTY iBiD NO.: 4911l1·3113·0TR c-- MiAMI.DADE COIIJNTY ,lfl.fW1i' CERTKFHCA THaN OF RECYClLED f:) ENVKlRONMENTAlLlL Y ACCEPTABLE IPACIIV\GiNG ,""- PRODUCT CONTENT RESOLUTION (R-733-92) .. . ,.,..,,,""""""'" - MINIMUM CERTIFIED CONTENT Bid hem RECYCLED PRODUCTS RECOVERED MATERIALS RECYCABLE I'RODUCTS Number \ , i J \" % Type of % Type of % Composilion Maleria! Composition Material Composition /(),:.,I7~ Ap ,';/1 q(,J,: -,(; ;D Vc' c/ VI "'"J'f: /1/Wh/(H.lr Iv) Ii, .n"" .8 \ I I \ DEFINiTiONS .- "Recycled ,\inlcrinl" shall bt! defined liS lilly wuste mlllcrillll1f by-pnnluctl; thaI ha ..... heell tl.'C(I\,crd lit di\'crs~'d from solid v.'Ule, "'RI.,tytlro ?r(lOlucl" shall be tltBlnl'rl /il$ Ilflr producl whkb 15 ill wholf." IIIr 111 pan «lmpo~cd of ret"G"{'red mnh.'rlals. "'Hh: .. rclnhlc a)nldl.lr~" sllnll be dcllnro n~ Ihe nblUl~' of .n pnuiul:t Clnc. lis plldmg!u~ 10 h(> r~med, nl!tHltlilionct! for tut', or r~>ded 1hrotls,:h <!.lhtlflR r«ydlflg l:olI«lIon programs. "'W&!$le lncdueinR i'roducl" shaRI b(' dc(JnlNl1l5 any produt'l whkh will resuj( In Jf9$ VlU!le ~('flernttd due 10 hg lille r:uhcl" Ihl!.fl t!nolh~t" PNldUCi c('$lgncd 10 ~(ln~ dl1~ sam!;' (uuu:i1on wl!h B grenlcr '~luli: gellenllion rolc. Tn/I/. \Iholf Include, bu~ .nol Jjmli('d to 11105(' prollnels Ihn! ,811 !J~ rt'u,~~d, rdlileli or 111m.' n hmjJ!11r 11Ii(> ellp~liln~y nnd ~o!llnln n }<'$$('r nmoun! ()fiox!r: ron,lIIucnl$. d """'" ! kwvr. illt' 1~II1Gn-!cd~~ to ccrHfy IHlU dij-SO by -I'crtny ihpt du.' MinlmulYi M.(!I~rlllls Co"fHenf In O!~r P!i'{JQtH:f(g) "l!"''e 8li ll!)l€cilfld!o en dlis r~rm !Ina (,'onfonrm wllh tht: dcfinjli(ll'is tl!'i 1ihOWil abo'j,'c. Type Df Material r-=c~C--'-------------"-' ---------, NAMIl LEADEX CORPORATION AJ)lJ)llESS 12391 SW130ST STA 1f'E /ZHIP FL 33186 TITL~E:-, .----~~~----.. - CRTY MIAMI ~ /1 ------, // ( PRESIDENT Pi!lgc (l of 8 Rcviscd OSr.!:lIOl AWARD SHEET TO: All Departments FROM: Pablo Martinez for Thelma Rodriguez Procurement Contracting Officer DATIE: BID NO.: TiTlE: 4907-3/1 3-2 Playground and Park Equipment, Furnish, Deliver and/or Install (Prequalification) TIlI$ i\dOlle~lOllllm Is <illli'l does become a part off Une above m®ntioneol contwact rill$; ad©1enOllum is IS!llu®Oll to modify the !llubJ<!J>d cOl1ltract ~s follow®: The following vendors have complied with lhe insurance requirements, in Section 2, Paragraph 2.11, of the subject contract, and have been added to the contract. V®ndow lIIam® FEIN • ~Illffix REP Services, Inc. 592978507 -01 Shade Systems, Inc. 421571783 -01 Ail term$, covenants ;lJni'l cOllditic!lIlS of tine ()wigiYliOll C!)Il~nllct 1lli'!i'l <lily adrlell'ldii flslllUed ~lnerl#~o ililniOlll rem;IJ!1l ill filii ffl:lW!le iOllld @ffIlCt, IIXC41I:iJ'1 to till! ®:dent rnew<!lin am@llded. D~ p( " J I,.! I , i i~ Ii f~WARD S!"IGET ADDENDUhi R{>v, 11fnr,o A WARD SHEET ADDlENDUM NO. 02 -_ ...•.. _----_. TO: To All Users DATlE: 411312011 FROM: Thelma L. Rodriguez 13IDNO.: 4907-3/13-2 Sf. Procurement Contracting Agent TITLlE: PhlygJl"()uudi aud Park lEquipment (PreqmllificatioJlJl) Tlus Addiemlum is and does become a pari of tbe above menlim,ed contract Tills addiendum is issued to modify Ibe subject coutract as. folllows: Tbe following funds were loaned froID Ibe folliowing department: Community Action Agency Public HOllsing Agency Cnnent Allocalion $460,720.98 $ 0 Transferred Allocation (-$20,000.00) +$20,000.00 Modified Allocation $440,720.98 $ 20,000.00 AU terms, covemmls mull conditions of the original contmct and :my addenda issued Ibere!o shall remah] in fulR force aml effcct., except to the edent hereilll amended. C: Community Action Agency Public Housing Agency Vendor Assistance File AWARD SHIEET ADDENDUM NO. 03 TO: To All Users FROM: Thelma L. Rodriguez Procurement Contracting Officer 1 DATE: 8i1Cl NO.: TiTLE: April is, 2011 4907-3/13-2 Playgwoum:l and Park Equipment (Prequaiifica!!on) This Addendum is and does become a part of Ihe aibove mentioned contract Tllis addendum is issued 10 modify the subject conlract as fonows: The following vendors have complied with the insurance reqUirements as per Section 2, Paragraph 2.11 of the above-captioned contract and thus, have been added to the contract: VENDOR: FEIN NUMBER AND SUFFIX: COOLSHADES USA, INC 262110383-01 SPOHN RANCH, INC. 954670208-01 E L C I CONSTRUCTION GROUP, INC. 651l34265-0 1 Aillerms, covemmls alid conditiclils of Ihe orngirual contract am] aruy adderuda issued thereto shall remaim im luii 'Iorce and effect, eJ(cepllolhe eJ(lenlllereim almeruded. C: Community Action Agency Fire Rescue GSA Public Housing Agency I--Iuman Services Park & Recreation Vizcaya Vendor Assistance File (,WAI~O SHEET ADDENOUM Rev, 1 \/23/10 JWif ARID SHiEET AOOEN[)UM NO. 04 TO: To All Users DATE: April 18, 20-11 FROM: Thelma L. Rodriguez Procurement Contracting Officer 1 BID NO.: 4907 ~3/13-2 TiTLE: Playground and Park Equipmellt (I'requaiification) This Addendum is and does Mcome a plllri 01 the above mentiolled contract. This addendum is issued 10 modilylhe subject c(mlract as follows: I The followillg vendor has mel aU Ihe crileria and is llldded to Ihe pool of vei'ldows under ] Ihe abi:we·~tiOllel! cOlrllra~_~_____ __ -593"136444-01 MllllrlufactIJrer's Re[!resented: -- ------ : Plav Sl)lllce Services, inc. GirauD A - 3125 Skyway Circle Shade Systems ITE/ZIP: Melbourne, Flmida _ 32934 __ lPark Pets 8< iBoulders RMS: Destirlation Point Kraus Cran, Bnc. 'TERMS: iI!Iea·30 Days Berliner Seiifabrik Play IEquipmernt Corp., Berlirler Seiifabrjk ,& Urbarn Design Berlin, A$ Reauired -Berliner Seilfabrik GmbH & C:om~anll lEairtl'lsca2es Piall Structures -- PHOI·tEJL jass) \lISN!355 SportsPlalllEgU!2menl, Bnc. i (866) 951-2355 Rockwerx/Crealek Stone • (866) 951·2356 Cedars forresl Products Com[lany tOlliz@playspacesetvices.Qg..!!L. t--\I)Isbcoat, inc. - liSON: Tammy Or1i:< Group B -- 'OUP5: Groups A, B & C SU[lerior SI'I!loe, Brlc. -Rainbow Turf Products ---- --------Ameriturf Systems Zeager HardWOOd CompaEL-~------ -irvine Woo!! Recovery ---f----- ---I---Game 8< s/;l0rls --------- ---f---- . Bison, inc . --Paris Outdoor fitness ---------- --Paris EgulRment MamlfacturiJlg L TO --I------Ramparts §katepark SysJem ____ ~~ Kay Park Recreation CorP. --- -t-Ultra ~ay Systems 8< Ultra PII!Y PrQdl!~ - --J---Freenotes H,umony Park, «mc. USA Shade & Fabric Structures, inc., Sum Porls, Sl'ladll Structure", lit 'liPS I8raOids ----~--~-- J'!§iI fabrics, Hne. ~----~-COllerworx Recre2iikmaI1.1w,"'-'· I I I I I I I I I I I I ADDENDUM NO. 04 TO: To All Users FROM: Thelma L, Rodriguez Procurement Contracting Officer i DATE: BID NO.: TitlE: April 18,2011 4907-3/13-2 l"laygron,md IIInd Park Equipment (Prequaliticalion) This Addendum is 111001 does become a part of the aoove melltiolled contract This addelldllm is isslled to modify the slloject cOlllrlllclas follows: The followillg vemlor has mel a!! the criteria IIIml is added to the pool of vendors under Ihe aoove-ca tionedl cOlltract F.E.U.J.: 59313644'l-In Mallufacturer's Aepweserated: VENDOR: Play Space Services, inc. Grolll:) A STREET: 31:25 Sklflilfav Circle Shade Systems CITY/STATE/ZiP: Melbourne, Florida 32934 Park Pels &. Boulders I".O.B. TERMS: DeslillaUolI Poi III Kraus Craft, illc. PAVMENT TERMS: Net-30 Days Berliner Seilfabrik Play Equipmerat Corp., Berliller Seiiffabrik &. Urball'l Desigll'l Berlill, Berlill'lew Sellfallrik GmbH 8. CompallY DELIVERY: As Reguired Eartliscapes Play Structures TOll fREE PHONE # (888) 957-2355 SportsPlallEQuipmellt, IlI'Ic. ---PHONE: ,(866) 957-2355 Fiiockwefx/Crea!ek Stolle fAX: (866) 957-2356 Cedars forrest Products CompallY E-MAil: torllz@l:llalfso<lcesewvices.com Webcoal, Il'Ic. CONTACT PIERSON: TammyOrliz GroupB AWARDED GROUPS: Groups A, 13 II< C SUllerior Shade, Il'Ic. --Raill'lbow Tllrf Prodllcts - Ameriturf Systems ---- Zeager Hardwood Company Irvil'le Wood Recovery Game & sporls Bison, inc. Paris Outdoor filMSS Paris Equipment Manufacturing l TO Ramparts Skatepark System Kay Park Recreation Corp. Ullra Play Systems & Ultra PlayProducts Freenotes Harmony Park, Inc. USA Shade & fabriC Structures, iIlC., SIlII'I Ports, Shade Structures & VPS Brallds -Ball fabrics, Il1c. __ Coverllllorx Recreational Architecture -, AWARD SllfET ADDENDUM Rev. 11/23 10 litchfield landscape Elements Cedar Fores! Products Company Waler splash, Inc. RaindropProducts llC barkman concrete Kirby Buill Qualily Products Webcoat, inc. GroU!! C -inslallaticm &infrastwciure Services Shade Systems Park Pets & Boulders Kraus Craft, inc. B.erliner Seilfabrik Play Equipment Corp., Berliner Seilfabrik & Urban /Design Berlin, Berliner SeilfaMk GmbH & Comparw Earthscapes Play Structures RockwerxiCreaiek Slone Superior Shade, Inc. Rainbow Turf Products Ameriturf Systems Zeager Hardwood Company Games .& Sports Paris OMtdoor fitness Paris Equipment Manufacturing l TO Ramparts Skalepark System Kay Park Recreation Corp. Ultra Play Systems .& Ultra PiayProducls Freenoles HarmonJ[Park, Inc. IJSA Shade .& fabric Structures, inc., Sun Ports, Shade 3tnlclures 8< liPS Brands Ball FabriCS, Illc. Coverwowx i'lecreatirrmai Architecture lilchfieldlandscape Elements Water splash, Inc. RCP Shelters, Inc. Raindrop Products llC -barkman concrete -Kirby Built Qualily Products All terms, covenants ,md comliiiolls of the original conlract and "my addenda issued thereto shall remain in lull 10";:11 and 11lIeel, excliPt to tile eXillnll1erein ameanded. C: Community Action Agency Fire Rescue GSA Public Housing Agency Human Services Park & Recreation Vizcaya Vendor Assistance File AWARD SHEET ADDENDUM f~€v, 11/23/10 AWARD SHIEET ADDENDUM NO. 05 TO: To All Users FROM: Thelma L. Rodriguez Procurement Contracting Officer 1 DATE: May 10, 2011 BID NO.: 4907-3/13-2 TiTlE: Playgrouoo and Pari; Equipment (Prequalificaticm) This Addendum is and does become a pari of the above mentioned contract This addendum is issued 10 modify Ihe subject conlraclas follows: The foilowing vendor has metal! the criteria and is added 10 Ihe pool of vendors under I Ihe above·ca iioned contract. F.EJ.N.: 111731581 ·01 Manufacturer's Represemled: VENDOR: Cybex inlemational, inc. GroU!lIEl: STREET: 10 Troller iClrive CJlbeX imlemalicmal llmc. CiUY/STATE/Zip: Medway, MA 02053 1'.0.13. TERMS: Destination Poiml GrouD C: PI!. 1I'MIENT TERMS: Nel-30 Days Cvbex inlematlonai, llmc. .. - DELIVERy: As Required TO!..!.. fREIE PHONIE # 800 677-1;544 PHONIE: (800 671-(;;544 .- fAX: (800 584-5521 E·MAll: ddarcangelo@cxbexintl.com CONTACT PERSON: Dominick [)arcamqelll AWARDED GROUPS: Groups 18 & C Alilerms, cOl/enanls amd condilOoi'ls of tile original contracl and any addenda issued thereto shall remain in IIJ!I force and effecI, except to the exleni herein amcndecL c: Community Action ,6,gGncy Fire Rescue GSA Public Housing Agency Human Services Park 8, Recreation Vizcaya Vendor Assistance File AWARD SHEET ADDEi\lDUM R(!v. 11/23110 1445 SW 21 AVENUE FT. LAUDERDALE, FL. 33312 954-270-2110 CITY OF SOUTH MiAMI PARKS 8. RECREATION DEPARTMENT 6130 SUNSET DRiVE SOUTH MiAMi, FL. 33143 QUOTE #-11742 MAR. 16, 2011 PURCHASE OFF PAUVi BEACH COUNTY SCHOOL BOARD CONTRACT #1 OC-54B RECREATION CREATIONS PARK 8. SITE AMENITiES 1 EACH 12' HEXAGONAL STEEL SPLIT LEVEL POWDER COATED PARK SHELTER $15,296.00 CONTRACT DISCOUNT $764.80 DISCOUNTED PRICE $14,531.20 ENGINEERING, SEALS, FOOTINGS & CALCULATIONS $1,650.00 INSTALLATION $9,445.28 FREIGHT $1,959.00 13' DIAMETER 4" CONCRETE SLAB FOR SHELTER FLOORING $1,453.00 COST FOR APPLICABLE PERMIT FEES NOT INCLUDED. INSTALLATION 4-6 WEEKS AFTER RECEIPT OF PURCHASE ORDER. SEVERAL STANDARD POWDER COAT COLORS AVAILABLE FOR FRAME & ROOF. ATTACHED DRAWINGS, SPECIFICATIONS, COLOR CHART & PALM BEACH COUNTY SCHOOL BOARD CONTRACT TOTAL $29,038.48 Stout-Tate, Maria From: Fred T. Hill [fred@rcpshelters.comj Sent: Thursday, August 04,2011 3:14 PM To: Stout-Tate, Maria Subject: RCP Shelters Proposal #14819; Community Park; South Miami, FL Attachments: RCP Shelters AS Proposal # 14819.pdf Maria, noted that installation shall be by others. Thanks, Fred T. Hill fred@rcpshelters.com Rep Shelters, Inc. 2100 Rays Way, Stuart, FL 34994 Phone: 800-525-0207x211 Local: 772-288-3600x211 Fax: 772-288-0207 http://www.rcpshelters.com 8/4/2011 Page 1 of 1 PROPOSAL/ORDER FORM Rep SHELTERS, INC. City of South Miami Attn: Maria Phone: Fax: 2100SE Rays Way· Stuart, FL 34994 TF: 800-525-0207 • 772-288-3600 Fax: 772-288-0207 info@rcpshelters.com • http://www.rcpshelters.com Proposal #: Date: 14819 08/04/2011 E-mail: mstouttate@southmiamifl.gov Prepared by: Fred T. Hill' fred@rcpshelters.com Community Park -South Miami, Fl Model #: AS-GLX16-12-MG 16' DIA. ALL STEEL TWD-TIERED HEXAGON SHELTER A Please circle & add in the price column if required: OPTIONS 1. Add +$525 for FL certified engineer's seal on drawings. 2. Add +$600 per side for powder coated rails. 3. Add +$900 for overhead ornamentation. $16,170.00 FREIGHT Delivery to an accessible site. Refer to notes on page 2 for more details. Included SALES TAX Add only for FL or CA sales tax, or provide tax exempt certificate TOTAL Delivered Cost INCLUDED NOT INCLUDED • FL certified Drawings: includes standard RCP foundation • Unloading design • Concrete • Frame: powder coated tube steel • Concrete embedment (anchor bolts, wire mesh, rebar, etc.) • Roof Deck: 24 gauge exposed fastener metal roofing • Hardware: all required fasteners /I) Delivery: to an accessible site PRICING NOTES • Prices valid 30 days. • Prices subject to change if shipment not taken within 180 days. • Orders are not subject to cancellation. • Electrical or other cutouts (priced upon request) • Rails/ornamentation (see options) • Installation • Anything not specifically listed as "Included" • Maximum snow load for this quote is 40 psf. If local code requires higher snow load, RCP reserves the right to re-quote. • Local code may require extra materials that are not included with the proposal and are the responsibility of others to provide (example: Miami-Dade NOA requires fire barrier board over wood roof deck). • Local building officials whose interpretations differ from our state certified engineer may require extra materials that are not included in proposal and are the responsibility of others to provide. (Signature) (PrInt/Title) Signature confirms acceptance of all pages of this proposal. IDate) Page 1/3 PROPOSAL/ORDER FORM (CONTINUED) Proposal #: Date: Prepared by: 14819 08/04/2011 Fred T. Hill Rep SHELTERS, INC. 2100SE Rays Way· Stuart, FL 34994 TF: 800-525-0207 ·772-288-3600 Fax: 772-288-0207 info@rcpshelters.com • http://www.rcpshelters.com Community Park -South Miami, FL TERMS & CONDITIONS • Deposits o Minimum 10% due with order PROPOSAL NOTES & DETAilS o Minimum 20% due with customer approved drawings and color selections • Balance o Due prior to shipment o Net 30 available by check or money order with approved credit or bank letter of credit • Discounts o 3% for payments with order o 2% for payments after order but prior to shipping o No discounts for payments by MC/VISA/AMEX • Government agencies -Net 30; 1% discount net 10 DESIGN / ENGINEERING • Proposal based on design by RCP Shelters, not necessarily as exact match to bid or architectural drawings. • Please allow 2-3 weeks for engineered drawings after receipt of order and other pertinent design requirements. • Design requirements not disclosed prior to proposal, or required revisions resulting from information not disclosed at time of order are subject to additional charge. Common examples: o All pertinent foundation information, including but not limited to geotechnical report, maximum depth for water table, minimum depth for frost, or connections to other structures, installations near other structures, or any other site specific request/requirement must be provided with order. Proposal includes standard foundation based on assumed soil values (minimum 2' diameter & 4' deep -can be much larger depending on loading conditions and size of structure). Foundations may be designed by others with RCP provided column base reactions. Custom foundation designs may be available for additional charge. o Electrical or other custom cutouts not specifically included in the proposal are subject to additional engineering, drafting, and fabrication charges. • Local code may have requirements that are not the responsibility of RCP (example: NJ architectural stamp). • Each project is designed for its specific location after receipt of order. Occasionally, engineering determines that materials not included in the proposal are required. Such materials shall be provided by others (example: OSB diaphragm is sometimes required on larger LW-G and bandshell models). e Owner can pre-purchase engineered drawings, which detail the project specific foundation design and material requirements, with no obligation to purchase the entire structure. FABRICATION I SHIPPING DETAILS • Please allow 8 weeks for fabrication after receipt of approved drawings, color selections, and fabrication deposit. • Proposal price is based on pooled loads. • Shipping dates are not guaranteed. RCP does not accept orders with penalties or contingent liability. • Upgrade to dedicated truck is available for an additional charge. e Upgrade for split shipments available for an additional charge (example: shipping columns or base shoes prior to main shipment). • Trucking will call at least 24 hours prior to delivery to make arrangements. • Unloading by others. RCP recommends non-marring padded slings and padded forks for offloading. Block all materials off ground and cover with moisture resistant paper until installation. (Signature) (Print/Title) Signature confirms acceptance of all pages oj this proposal. (Date) Page 2/3 TECHNICAL SPECIFICATIONS Quote # 14819 Date: 08/04/2011 I. DESIGN CRITERIA Structure shall be designed to be free standing, open air pavilion in conformance with all applicable building code. Manufactured by RCP Shelters: 2100 SE Rays Way, Stuart, FL 34994 • Toll-free: 800-525-0207 • Fax: 772-288-0207 • http://www.rcpshelters.com·info@rcpshelters.com. II. SCOPE Structure shall be an all steel pavilion over a 4" minimum thickness reinforced concrete slab. Shelter shall have a clear space, without a center column or open knee bracing. Structure shall be designed by professional engineers. The owner or contractor shall be responsible for unloading, temporary storage, soil testing (if necessary), site preparation, concrete slab, and erection of structures. Owner or contractor is responsible for protection of materials after arrival. III. COLUMNS The shelter shall be set on prepared footings. Foundation shall be engineered to manufacturer's design and constructed to local code and good construction practices for the specific site conditions. The structure shall have tube steel corner columns. The columns shall be attached to the top olthe concrete foundation by use of anchor bolts, hidden when possible. Anchor bolts shall be provided by owner or contractor. IV. FRAME All structural framing of the pavilion shall be structural tube steel with end caps to form a clean, neat appearance with no place for birds to nest or small animals to roost. The compression ring shall be structural steel plate. Since all connections will bolt together, field welding shall not be required. Bolts shall be concealed within the tubing when possible. V. POWDER COAT The columns and frame shall be degreased, sandblasted to near-white condition, three stage phosphate washed, sealed, epoxy primed, then top coated with TGIC powder. The columns and frame shall be packaged in foam, cardboard, and stretch wrap to protect the finish during transit. The color shall be selected from manufacturer's standard color chart. Field touch up painting shall be required by owner or contractor. VI. EAVE & PITCH Eave height shall be minimum 7'-6". Roof pitch shall be 12:12. VII. ROOFING The roof system shall be structural 24-gauge exposed fastener Galvalume® panels with 1)1," high ribs, 7.2" on center. Ribs shall run with the pitch of the roof for proper drainage. Roof panels shall be 3' wide and precut by the length from the eave to the ridge. Angles shall be factory precut. Matching roof trim & fasteners shall be supplied. Hip and ridge beams shall have cap plates for metal deck bearing, as metal deck cannot structurally bear on beam corner only. Panels and trim shall be pre-painted with the Kynar 500· paint system. Color shall be chosen by owner from the standard color chart, provided upon request. VIII. RAILINGS (OPTIONAL) Railings shall be)l," plate steel pickets attached to 2" x 2" tube steel bottom rail and 4" x 2" tube steel top rail between columns. Intermediate tube steel posts shall be included and sized as structurally necessary. Railings may be added on all but one side for entry and exit. Owner shall choose design: lip" (picket), "Oil, or "X", IX. OVERHEAD ORNAMENTATION (OPTIONAL) Overhead ornamentation shall be y," plate steel attached to 2" x 2" tube steel bottom and tube steel frame on all sides between the columns. Intermediate tube steel posts shall be included and sized as structurally necessary. Owner shall choose design: up" (picketL "Oil J or "XII. Rep Shelters, Inc, • 2100 SE Rays Way, Stuart, Fl34994 Toll Free 800-525-0207 -local 772-288-3600 • Fax 772-288-0207· info@rcpshelters,com· http://www,rcpshelters,com Page 3/3 ~!I ""'S,ij "NIJ ~NI~"" QJNI~~:<I,a ~e 0) S!I3Em1N;!IJ oo-':"<I's at{>' Sl(OS wO··"&II~'l.d'JOOI"1 11°"'3 W~~"~J&II·~.d'J"I"'''' "~~V01 NiH$,O ""on ONIO>$<BO "!>fA <.~ S"lS""" »me""" LOZO-lIn-Ul .. , lOtO-~~g-OO~ .UO~d I'll Slnoono. S,!3113H5-'NI~ • Sll3'fSONV8. SYjOOlliS3<J • 8>1801>1. SNOISS3:)NO:) • SNOIlII\Vd. SI;l::1l13HS. " I ~~OO-~~G+t 1J "mvrus .~ "on Od !-MII: "U "l11VruS A'IM S~~~ ,S 001' "'l Z l-9lXlCl-SV 'JNI 'Si:nll:JHS dJd lll! .~~-.-----. I , ~ , t;l ; ~ WI" z ~ Z z a u '" " '" <L X ~ ~ ~ i X ~ "' y ~ ~ h 3 ~