Loading...
Res No 073-15-14412RESOLUTION NO. 073 15 14412 A Resolutiou authorizing the City Mauager to uegotiate aud to enter into an agreement with D.W. Recreation Services, Inc. for new playground structures at four (4) city parks. WHEREAS, Parks and Recreation staff conducted an assessment at Dante Fascell Park, Murray Park, Fuchs Park and Brewer Park, and discovered that the existing playground structures need to be replaced; and WHEREAS, the City submitted a Request for Proposal (RFP) #PR2015-04 on Friday, March 20, 2015 for "Playground Demolition and New Installation at Four (4) City Parks"; and WHEREAS, the City received three (3) proposals that were evaluated, ranked and scored by a Selection Committee comprised of Shari Kamali, Assistant City Manager, Quentin Pough, Director of Parks and Recreation, Doug Baker, Parks Maintenance and Landscape Supervisor; and WHEREAS, D.W. Recreation Services, Inc. was the highest ranked respondent and is recommended for project #PR2015-04. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. The City Manager is authorized to negotiate and to enter into an agreement with D. W. Recreation Services, Inc. for new playground structures at four (4) city parks for an amount not to exceed $257,177. The City Manager is authorized to expend an additional amount not to exceed $5,000 in the event that any unknown conditions arise that would warrant a change order. The total expenditure shall be charged to the Parks and Recreation Capital Improvement account number 301-2000-572-6450, which has a balance of $30 I ,418 before this request was made. A copy of the proposed contract and copies of all backup documentation are attached. Section 2. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date. This resolution shall become effective immediately upon adoption by vote of the City Commission. . PASSED AND ENACTED this 5 th day of-.eM""a..,y'--__ , 2015. APPROVED: J2tfjf{#JM COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: 4-0 Yea Yea Yea Yea absent ~ South rMiami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF 'PLEASANT LIVING n To: FROM: Via: DATE: SUBJECT: BACKGROUND: C) ) The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Quentin Pough, Director of Parks & Recreation Agenda Item No.:b May 5,2015 A Resolution authorizing the City Manager to negotiate and to enter into an agreement with D.W. Recreation Services, Inc. for new playground structures at four (4) city parks. Parks and Recreation staff conducted an assessment at Dante Fascell Park, Murray Park, Fuchs Park and Brewer Park, and discovered that the existing playground structures require replacement. The playground structures are antiquated and faulty. Historically, Park Maintenance and Landscaping staff has been taking a piecemeal approach to maintaining the aging equipment which is no longer cost effective nor safe for our children. Therefore, the existing playground structures require replacement. Our goal in completing this project is to offer the public a safe and exciting place to play and to enhance the City's presence while providing new updated play equipment. A snap~shot summary of the scope of work is listed below: Brewer Park '* Demolish and dispose of existing playground structure, swing set structure, and independent slide; "" Furnish and install new playground structure with 12' X 12' shade canopy and new swing set structure; '* 14 total play elements; '* 9 of 12 total play types; '* Playground includes wheelchair accessible transfer station and is ADA compliant. Dante Fascell Park 4 Demolish and dispose of 2 existing playground wood structures and 2 swing sets; ... Furnish and install 2 new playground structures and 1 swing set structure; ... 35 total play elements; ... 11 of 12 total play types each; (1) SouthfMiami THE CITY OF-PLEASANT liVING VENDORS & BID AMOUNT: FUND & ACCOUNT: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM .u.. Playground includes wheelchair accessible transfer station and is ADA compliant. Fuchs Park ... Demolish and dispose of existing playground structure, frisbee golf receptacle, PIP rubber surface and wood borders; ... Furnish and install new playground and swing set structures; .u.. Furnish and install two 18' X 18' full canopy sails; .u.. 22 total play elements; .u.. 10 of 12 total play types; ... Installation of concrete sidewalk from playground to parking lot; .u.. Playground includes wheelchair accessible transfer station and is ADA compliant. Murray Park ... Demolish and dispose of existing playground and swing set structures; .u.. Furnish and install new playground structure and swing set structure; .u.. Furnish and install two 18' X 18' full canopy sails; 4< 21 total play elements; ... 11 of 12 total play types; .u.. Playground includes wheelchair accessible transfer station and is ADA compliant. The City submitted a Request for Proposal (RFP) #PR2015-04 on Friday, March 20, 2015 for "Playground Demolition and New Installation at Four (4) City Parks." The City received three (3) proposals that were evaluated, ranked and scored by a Selection Committee on Monday, April 27, 2015. The committee was comprised of Shari Kamali, Assistant City Manager, Quentin Pough, Director of Parks and Recreation, and Doug Baker, Parks Maintenance and landscape Supervisor. D.W. Recreation Services was the highest ranked respondent and is recommended for project #PR2015-04. Please find below a breakdown of all submitted proposals. VENDORS AMOUNT D.W. RECREATION SERVICES, INC. (RECOMMENDED VENDOR) $252,177 PLAYMORE RECREATIONAL PRODUCTS $266,645.40 ADVANCED RECREATIONAL CONCEPTS $274,589 Amount not to exceed $257,177. To account for any unknown factors that may arise, a $5,000 contingency over the proposal of $252,177 is requested. C) ) THE CITY OF'PLEASANT UYING . ATTACHMENTS: o CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The total expenditure shall be charged to the Parks and Recreation Capital Improvement account number 301-2000-572-6450, which has a balance of $301,418 before this request was made. Resolution for approval Pre-Bid Conference Sign-In Sheet Bid Opening Report Proposal Summary Selection Committee Evaluation Score Sheets SunBiz -D.w. Recreation Services Demand Star Results RFP Advertisement Proposal Analysis D.W. RecreationServices Proposal \ Exhibit 4 4-' Sf 'KF'?~:PR 2oIS-() p- CONTRACT "Playground De~olition and New Installation at Four (4) City Parks" THIS CON RACT was m¥'e an ~ntered into on this ~ . day of 'Jlt nz , 20 Ir, by and between ~:e.c er.c; en c. . (hereafter referred to as "Contractor"), and the City of South Miami (hereafter referred to as "Owner"), through its City Manager (hereafter referred to as "City"). WITNESETH: That, the Contractor, for the consideration hereinafter fUlly set out, hereby agrees with the Owner as follows: I. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, transportation and any other items necessary to perform all of the work shown on and described in the Contract Documents and shall do everything required by this Contract and the other Contract Documents, and hereinafter referred to as the Work. 2. The Contract Documents shall include this Contract, the General Conditions to the Contract, if any, the drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other documents referring to this contract and signed by the parties, the solicitation documents ("hereinafter referred to as "Bid Documents") and any documents to which those documents refer and that are used by the Owner as ,,:,ell ~s anl attachments or exhibits that are made a part 9f any of the ~ocuments A described herein. ~ 'R I"'p Me PR 2..015 -04 m .<;;c.qp.R ~ ~V}Cul Cthd b.Cl f'>l)(,t>5&<-\: 3. The Contractor shall commence the Work to be performed under this Contract on a date to be specified in a Notice to Proceed and shall tomplete all Work hereunder within the length of time set forth in the Contract Documents. 4. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subject to additions and deductions as provided in the Contract Documents and any properly approved, written change or~e,:", 1 in lawful money of the United States, the amount of: I we hvndrW .fif±tJ f,Jo-/h<JM\Y!A' l!1\e h~ 'BY rn seyen Dollars ($ ,;lS'.;?, 117 .00 -.-J, Lump Sum ("Contract Price")~ (Spell Dcdlar Amounton line above) 5. The expenses of performing Work after regular working hours, and on Sunday and legal holidays shall be included in the Contract Price. The City may demand, at any point in time, that any part, or all, of the Work be performed after regular working hours. In such event, the Respondent shall have no right to additional compensation for such work. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City. 6. If the Work is expected to require more than One month, the Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved schedule of values for the Work performed during each calendar month by the Contractor, less the retainage (all as provided for in the Contract Documents), which is to be withheld by the Owner until completion and acceptance of the complete project in accordance with this Contract and the other Contract Documents and until such Work has been accepted by the City. 7. Upon submission by the Contractor of evidence satisfactory to the Owner that all labor, material, and other costs incurred by the Contractor in connection with the construction of the Work have been paid in full, and after compliance with the terms for payment provided for in the Contract Documents, final payment on account of this Contract shall be made within sixty (60) calendar days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner. S. In the event that the Contractor shall fail to complete the Work within the time limit stipulated in the Contract Documents, or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid by the Contractor at the rate of $2,800 dollars per day, plus any monies paid by the Owner to the Consultant, if any, for additional engineering and inspection services, if any, associated with such delay. Thomas F. Pepe 11·5·14 62 9. It is further mutually agreed between the parties hereto that if a Payment andlor Performance Bond ("Bond") is required and if, at any time after the execution of this Contract and the Bond for its faithful performance and payment, the City shall deem the Surety or Sureties upon' such bond(s) to be unsatisfactory, or if, for any reason such bond ceases to be adequate to cover the performance of the Work or payment to subcontractors and suppliers, the Contractor shall, at its expense within five (5) business days after the receipt of notice from the City so to do, fumish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security for the faithful perfomnance of the Work is furnished in the manner and in the form satisfactory to the City. 10. No additional Work or extras shall be done unless the same is duly authorized in writing and in advance of the work by appropriate action by the City and in accordance with the Contract Documents. II. The date that this contract was "made and entered into" is the date that the last party signs thiS contract. The Effective Date of this contract is the date it was made and entered into or, if the contract is required to be approved by resolution of the City Commission, then the Effective Date is the date of the resolution. 12. The date that this contract was "made and entered into" and its effective date is the date that the contract is the signed by the City. 'IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date set forth next to their name below and may be signed in one or more counterparts, each of which shall, without proof or accounting for the other counterpart, be deemed an original Contract. CONTRACTOR: ~=f@OO ~.,. iceS, .l .. J'\('. Signature: .&....-=!;! . Name: ?W\ID(_ Title: _~.L:..f' ___ _ AUTHENTICATION: OWNER: Signature:~~#~i'~~-'--__ ~~ City Clerk Thomas F. Pepe 12-5-14 63 ~ f'. '. , ~/ I~ W Kec,ecft.:Y( Exhibit) PROPOSAL ANALYSIS; RFP #PRlOIS-G4 Brewer Part 2-5 Dante Parle 2-5 Dante.arIe 5-12 J'uchs Part 5-12 Murray Parle 5-12 User capacity &2 &0 (Aesthetics a Des"" 90 9'7 9f Confonnityto Allocated Space) Total # of Play Types q /l I I jO ) I Total # of Play '::'IN'V -'if 14 6i'P1k'l:I '8 It; Gn:.rrd 13 ;2{ &~ 'i ;;,)~ Gro.;rr:/ J3 d 1 Elements elev~d-it> E.levrued Ie €Ievu.ro II €JelO:k.d r- Shade Canopy SIze j.;2.')< 12' 1;;1.' to. 12' r.9) 1~'Xl\?' ~) If)C IS I and MaterIal (Le. 10' 5~ . a~i#:ah~ y)O()e. H-PPE sq., plastic, saD, ftOPe-~~~~ ik-M't=: canopy) canoP\4" g m.or» C::otbPJt:l ~h SO-i I Sa.i I ----- Instructions: User Capacity: Per the manufacturer, list the user capacity for each playground site. Include the swing set structure in your calculation. Total# of Play Types: There are 12 recognized types of pIav. Per the manufacturer, list the total number of play types for each site. Do not count a plav type twice, for example: ABC Pork has Q playground camposed of 1 talk tube, 1 musical ponel, 2 slides, 1 balance beam, 1 mini pod structure and 1 rack wan. Therefore. ABC Park has 4 0'12 regmnized tvpes olP/av. PlavTvpe Auditory/Sound: Sliding: Balancing: Rocking: Equipment talk tube & musical panel slides baiance beam & mini pod rockwall #ofPlayType 1 total type of play 1 total type of play 1 total type of play 1 total type of pIav Total # of Play Elements: Per the manufacturer,list the total number of G!ll!l!l!! and elevated level of play elements for each site. Shade canopy SIze .. M_I: Specify the~, type and material of all cover shade structures at each site. 61 ,,--, Pia '! /Pi, ,-<-- Exhibit 3 PROPOSAL ANALYSIS; RFP #PR20 I 5-04 Brewer Park 2-5 Dante Park 2-5 Dante Park 5-12 Fuchs Park 5-12 MuiTay Park 5-12 User Capacity (Aesthetics & Design f.j() 0 Q 1. I () 1[0 110 Conformity to . Allocated Space) Total #. of Play Types q ~ 'i C1 q Total # of Play 'l-L "2-2-"50 7'-/ 7.0 Elements ·Shade Canopy Size /(')0 SF :s LfoSF ·zcc S;:: and Material (i.e. 10' sq., plastic, sail. /OX-IO (i) lb'm:x (-z-) lOX /D canopy) ------- Instructions: User capacity: P~r the mantJfa,cturer, list the user cC;lpacity for each playground site. Include the swing set structure'in_your calculation. Total # of Play Types: There are 12 recognized types of-play. Per' the manufacturer, listthe total number of play types for each site. Do not count a pla'y type twice, for example: ABC Park has a_playground composed of 1 talk tube~ 1 musical panel; 2 slides~ l' balance beam, 1 mini pod structure and 1 'rock wall. Therefore. ABC Park has 4 0{12 recognized types,orDlav. plavType Auditory/Sound: Sliding: Balancing: Rocking: Equipment talk tube & musical panel slides balance beam & mini pod rock wall # of Play Type 1 total type of play 1 total type of play 1 total type of play 1 total type of play Total # of Play Elements: Per the manuf"cturer"list the total number of ground and elevated level of play elements-for each site. Shade Canopy Size & Material: Specify the size, type and material of all cover-shade structures at each site. 61 ~ ", ': .~ ,~ o I I I f I Dute: RF~"T'tle: .. ,Ii, l ... , .. 11 BIDOPB.NINGREPO~T . ." .' 2o'pJ,A~b~,ImC~:r,IPN:AL PROPI,lCJS& $~YIOP:~· 3, ·l),W, ltl3CMAtIQJ\t$SRVlc;:!l$ I I I RFP PR2015-04 Playground Demo and Install at Four (4) City Parks RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER ------ $252.177 I X I X I X I X I X I X I X I X I X I X I X I X X X X landscape structures $266,645 X X X X X X X X X X X X X X X Playworld $274,589 X X X X X X X X X X X X X X X Playcraft Concepts (1) Condition of Award , \ ...... .,/ o :J n C) RPPtltle! ftfif?Jlto,.: ) ~. Ev:.alu.tl'Oi), ~eodns$hII~t 'iiJ ..... ; '., • ' .. ~Cl.,. ;,) ::-4/---. t1 Rl?P titre': RFPNQ;r \, .~ .... ~ ... " ~;.;; .""'> .... ' .... ......,. ~.~ ¢5 •..•. ···.',0 ,,:~, .,-~ , n RFPTitle: ~FpNo~:. C) i.) 2. ~. ....... Ev~d1ia"'j<),fi ··~g~rifig.SI1!1~~ , Proposal Submittal Checklist Form This checklist indicates the forms and documents required to be submitted for thili'sQlicitation and to be presented by ,the deadline set for within the solicitation. Fulfillment of all solicitation requir'l"'ents listed is mandatory for consideration, of response to the soilcitation. Additionaldocumentsma~ be required and, if so, theL'~iII be ,,-' "identified'iii'aii"adoeiiifuiii' to'tliis Rfi';:''1'Iie:re'Spons'':-shalliiidude'the follOwing ltems:-, ' ,,' ,:-::,~," ,-,-'Tc----.:~-'.~-::' ":'_':""':'~',,:'.,·:":"\:'':'\c:.::,',.·; ",:.," ,-,:;;,;.":,"'",_,~':,, "_:\,_~-' ... ,::,;" 1":","--'-. " '-. . . ' .. ' ," ,-. .. .. ,. ' .. '.. ','-. . ,.'.. '". -.~ " -... ".:/'. -'.<,;,;".-:>.::,.~.';' .... ~.. ";"-,_ " -''0,-:, ", ,,,. "'> "', <.:;.: :"~.:;:\ ,;>~;~:.'" "\,' .::::,":"...', ~"::::.'.-:'.;,,-': Checle Attachments and Other Documents to be Completed: C I d omp ete . .... :, . . ,1 '," Bid form x -,...-- ....... N_/A __ Proposal/Bid BoJid NfA X ·Performance Bond (As a,Condition of Award; Not ___ Required With the Submittal) ,/ ,/ / X Respondents Qualification Statement . ~ --X--Non·Coliusion Affidavit (t:;f)© ~ X ____ Public Entity Crimes and Conflicts of Interest __ X __ Drug Free Workplace ;/ X ____ Acknowledgement of Conformance with OSHA Standards / __ X __ List of Proposed Subcontractors and Principal Suppliers / __ X __ Related Party Transaction Verification Form / X Indemnification and Insurance Documents / --- __ X __ Proposal Analysis Exhlbit,3 v/ X Signed Contract Documents (AlI-including General Conditions ____ and Supplementary Conditions) Exhibit 4 / • Performance Bond: Required as a Condition of Award and Prior to the Contractor Receiving a Notice to Proce",d. Not Required with Submittal. Submit this checklist along with your proposal indicaerng the completion and submission of each required forms andlor documents. Thomas F. Pepe 12·5·14 END OF SECTION 10 C) () I -~ In ! " ' i I 1 C) BID FORM THIS PROPOSAL IS SUBMITTED TO: -_ ... -_ ... -.-.------.--.-.~.--.-' .. -.... _"-_._---._."_ .. --.-.,-~ ... .. '----_._,. SteVli!n (\I~nder City MaJ)ager City of South, Miami 6130 Sunset Drive South Miami, FL 331,43 I, If this Proposal is aa;epted, the undersigned Respondent agrees to enter into a Contract with the City of South Miaml!/l the form included in this RFP Package, and to perform and furnish all work as specified or indicated In this RFP for the Proposed price, within the Contract Time and In accordance with the other terms a~d condi~ions of the RFP Package. '" 2. Respondent accepts aU of the terms arid conditions of the RFP, Invitation for Proposals and Instructions to Respondents, including without limitation those dealiog with the disposition of Proposal/Bid Bond. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. Respondent agrees to sign and submit, the Contract. if not already submitted, the Bonds, required insurance documentS. and other documents required by the RFP, within ten (10) calendar days, after the date of the City's Nodce of Award. ' 3. In submittiog this Proposal, Respondent represents that: a. Respondent has examined copies of all the RFP Documents and of the followiog Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. t Dated: +19 lIS'" Addendum No. 2... Dated: ' 4jlolw Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work. Site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. Subsurface conditions: If applicable to this RFP, the Respondent represents that: Thomas F. Pepe 12-5-14 i. Respondent has studied carefully all reports and drawiogs, if applicable, of subsurface conditions and drawings of physical conditions. ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in this paragraph which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The Respondent hereby' acknowledges that no additionalexarninations, investigations, explorations, tests, reports or similar information or data are, or will, be required by Respondent for any reason in connection with the Proposal. The failure of the Respondent to request a pre.bid marking of the construction site by any or all utility companies shall II \ I I create an irrefutable presumption that the Respondent's bid, or proposal price, has taken into consideration all possible underground. conditions and Respondent, if awarded the contract, shall not be entitled to a change order for any such condition discovered thereafter. . . .' iii. Respondent has correlated the results of all such observations, examinations, investigations, cc .c:~·,·"c.c •••. cc··..., •. ~t>I.~ti,~n.s".: ti'~~~~ttS-and-studies-with-the,.terms-and_ conditions . .oLthtkContract_ ... . . , .', P-9.~~T~~.~\, .. ,' .. ;-',: .. :~:, :.:: :,,' ~.": ~:~::_::'_;~~:,~~,: :,., ....... ~: :~.~, ~?-~~-7~,~'-~~:, -.-:;~.~_:-,:=:~~:.:'~~~~~~-~~.:-,-.~:.~:~. ",:, :;,-. ::~: ~~~-i~ iv. Responderit has reviewed and checked all information and data shown' Or indicated. in the RFPPackag~ orin theCont!r.ic~ DocumeritSwith ?~sp~ct iO'~xis\ing linder-ground Facilities or conditi"ns at or contiguous to the site and assumes responsibility. for the accur'!t. location of all Undergro~nc! Facilities and conditions that may. affect' the ,VVor~ No additional exa,minatlons. inve:stiga,tioI1S. explorations, ~sts, repor:ts or similar information ot data,in respect to any Underground Facilities or conditic>hsar~, or will be, required by Respondent in order to perform and furnish the W"rk. at the .ContractPri~e,·within the. Contract Time and in accordance with the other terins and conditions of the Contract Documents unless the Proposal spe<:ificilliy States tliat the contract price is 'subject ,to adjustment for future discovery of underground facilities andlor conpitions that ai'fe.;c the cost of the Work and unless the respondent makes a written request to the City for additional information prior to submitting the bid or proposal as required in subsection ii above, .' d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any confliCts, errors .or discrepancies have been found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received suffi,cjent notice of the resolution thereof from the City, that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflictS, errors or. discrepancies. e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not .subinitted pursuant to any agreement or rules of any group, association, organization, or corporation; Respordent has not directly or indirectly induced or o solicited any Ot/:ler Respondent to submit a false or sham Proposal; Respondent has not solicited ( ) or induced any person, firm or corporation to refrain from responding; and Respondent has not "- sought by collusion or otherwise to obtai.n for itself any advantage over any other Respondent or over the CITY. . 4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if reqUired, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place, Project for the Proposal Price of: LUMP SUM BASE PRICE: -fWD Iy.mjred 11£+& 1wo -thoumrd DOC h urdr~ 'dollars and Alternates: Thomas F. Pepe 12-5-14 nO cents $ cPSd-. 177. aD • #1 ----------------~-------------------- #2 _____________ #6 #3 __________ #7 __________ _ 12 () ,,---- , ). "--- #4_,--____ -'-_#8 _____ -,-___ _ A fee breakqown, if applicable, for each task must be completed in the table shown above. Failure to ,-",f,(1IT'PJe,t~Jhis.i])f(!l:~1:io!t~\I~II,end.er,!h"'l""'potaJ,l1.cm.[e§p_o'lsl~e.-,,=c _ .... __ . -. ,'.-." .. ' . -.' " ' . . , :',:\ -_:'. ':;,\ .... -, ',,,.,, . : .. -.:' ,,\:,..;' .. S. TIT\! ENTIRE WOR-I<: shall be.corppletl'<\,ln fuU, ",ithin jlo dm from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entirewotk during the described time period shaU result in the assessment of liqUidated damages as set forth in the Contract. . 6. Communiqtions. concerning this Proposal shall be addressed to: . . ".: " .. ", '.. RESPONDENT: . Address:. ' Telephone: Facsimile: Attention: 7. The terms used in this Proposal which are defined in the Contract shaU ltive the same meaning .. is assigned to them in the Contract Documents, unless specifocally defined in this RFP Package. 8. By submitting this proposal, I, on behalf of the business 'that I represent, hereby agrees to the terms of the form of contract contained in the RFP' package and I agree to be bo~nd by those terms, with any appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information contained In the Solicitation Documents and this Proposal, or such information that the City and I have agreed upon in the course of contract negotiations and which have been confirmed by the City in writing, including any e-man confirmation, if any. SUBMmED THIS ---!.I-,,-~_ DAY OF PROPOSAL SUBMITTED BY: ow ((ecreoJillV1 S-er<i"tr J,!h(i_ Company Name of Person Authorized to Submit propos~ _ .... Signature if Title END OF SECTION Thomas F. Pepe 12-5-14 Telephone Number Fax Number dtJJcS+edw{ee.r l!adiCJY1 .CI'VI'1 Email Address 13 I I I I ; RESPONDENT QUALIFICATION STATEMENT The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection .. a)· In the ·past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule 2. List the last three (3) completed similar projects. n a) Project Name: Owner Name: AreNa MfuJ--(I\~Jt"~S-loJlcdidV fDiaaU, OodD fl~ b) Thomas F. Pepe 12-5-14 Owner Address: c91r-NuJ .2~dS+. m'IruV..£ 33121 • Owner Telephone: Original Contract Completion Time (Days): _4:~r-~~:::.:. :....4=-------- Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: Project Name: Owner Name: Owner Address: 20 r-;tJy .1, 2 011 • Dee. S. 201-4 C) (J \ \ ) . c) Thomas F. Pepe 12-5-14 Original Con~ract Completion Date: Actual Date: Final Contract Completion ~riginal Contract Price: .. $,.10-9, OeD -DO ,-,j . Actual Final Contract Price Project Name: Owner Name: Owner Address: ~ t 2-4 I COl.) ,()O Cl~Df @a&m BC-Qch Gan:1J.n~ 44-D4-6l)f()S ~,fG-l4, fL;3 34-10 Owner Teiephone: I ~5aI~ LP30 ~ IlIr ~!~~~I Contract Completion Time .... ,"'3:.lr!)"-"~==I, "'r!..-_______ _ Original Contract Completion Date: Actual. Final Contract Completion-. Date:., An Z.3, 201 r Original Contract Price: 11; _b--,4j.;(K:...),-O-'.--_0_0 _______ _ Actual Final Contract Price: $_3~tl,L9.&'...!.I_=O:....:,..::UO~ ______ _ 21 l I 4. The following information shall be att<lched to the proposal. a) RESPONDENTs home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, induding on-site Superintendent S. List and describe any: t<\6'fl e.. a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contractS or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 6. Government References: List other Govemment Agencies or Quasi-government Agencies for which you have done business within the past five (S) years. . Name of Agency: m!C!rr=t ilide C &}.f\1F Thomas F. Pepe 12-5-14 22 (J f \.J ! ! () CJ Address: Contact Person: CeSOf fcre.L~ Co.3+onedo.. Type of Project: Plo:Jj <)(Rnck,' pay" li!lY)S I SlXlde c eICY'CSde. worL NameofAgency:C)~ P± COlai &0..1 leJ' Address: ~gOD SW '12fld Ate. mia.rN,FL 33 \ ~:::.- Telephone No.: 1-3 uS--Y lJ 0 -';0/ g Contact Person: CU g()J'dro Guvl ~"Z... Type of Project: flq'W~t:~ S'cQd.gr G,m~e.61lf+ Name of Agency: J:'he:TrdJt-10, ~b\ic La.nd .~ . }{JJ,;:':-. . -',~: :." :,' Address: 'l4UD «.ed ~OQd 41: 2lb '8:)U#1 mlG.YY0./ fL 33143 Telephone No.: I:::. 3D> -LoLD 1-040Q Contact Person: br~ rnc.( \ lj m ~d.s Type of Project: 5+nc£s 7®e..:! os-hUlcth'cnf Thomas F. Pepe 12-5-14 END OF SECTION 23 , EVALUATION CRITERIA & SELECTION OF CONTftACTOR ~! ., '.. ,'., Evaluation Criteria: () Proposals shal,1 be evaluated by an Evaluation/Selecti,on Committee which shall evaluate and rank ··ptQPosa~n"Cnt.erra:-·lrstecrli~low:·TI1~critfrla-are::it~miz~a-witll--tfjeir"respectlve-welglit'wr-' :a~maximum: : " .. -.. ------~ .. totaleftineHlJridred (IOOlpeinUper, Evalu~tlenlSelecti6ntommitteemember. per Respondent.' 'i," , , < .' ..". 'y'. " • .. , I. Aesth~tics & DeSign Conformity to Allbtted Space: MlIXimumlOPoints ' 2. Number of Play Eleirien~' & 'Play Value: , Maximum Z$ Points " . 3. Creativity of Design/Total Number of Play Types: Mp:imum n Points 4. Durability & Warranty: Maximum 20 Points S. Proposed Cost: Maximum 20 Points Selection Process and Competitive Negotiations; Proposals will be evaluated by a Selection Committee. A ranking of all respondents or short-listed respondent;; will be determined by the Selection Committee. The Selection Committee may schedule interviews and/or presentations with the "short-list" respondents or. any respondents., A final ranking of all firms or short-listed firms will be submitted to the City Manager for review and approval. Once the City Manager has approved the final rankings. negotiations with the first ranked firm will be ini~iated. If those negotiations are unsuccessful. negotiations will be opened with the next ranked firm. etc .• until the successful completion, of negotiations and execution of contracts. C) The City reserves the right to reject any or all proposals. to further negotiate any proposals. to request clarification of information submitted in any proposal. to request additional information from any proposer. and to waive any irregularities in any proposal. Thomas F. Pope 12·5·14 END OF SECTION 24 ) l ~ j Ii· () '-. -_/ C) LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Sodding and Turf Work Electrical Irrigation Paving Park Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Signs within five (5) business days after Bid Opening. Thomas F. Pepe 12-5-14 ~.. .. ... . . .. END OF SECTION 25 j ~ I I ! ! i " ! , ~ 1 , NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) ) ..... ·"'COUNTY·OFMIAMI'DADE~-::=--CF _-I.C..Ja.~nJl.d",ru"""(,,,e=,--..>l...,tU",C£=,"-?J--,--_. _______ being first duly sworn, deposes and states that: (I) H~hey is/are the --:,...pL.!..ce.s~~id=!:O':::.-"-lt-!.:---:-;-__________ _ (Owner, Partner, Officer, Representative or Agent) of (2) (3) (4) (5) D ...... III¥-IJf4"'eJ?e..:.I"""'e""afj"'-"dO"-'--tJery~. :o..L..:..:...i .... { el';=..j,,-,Jd,,,,,,,CI=C,-,.__ the Respondent that has submitted the attached Proposal; . HeJShelThey islare fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; Such Prop!"sal is genuine and is not a collusive or sham Proposal; Neither the said Respondent nor any of its officers, partners. owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, dlrecdy or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indireci:Jy,. sought by agreement or collusion, or communication, or conference with· ·any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person Interested in the proposed Work; The price or prices quoted In the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of. f& Itness Thomas F. Pepe 12-5-14 By:---:!c1~(}JI~~: .......... 712'-""-'-IAf __ SignitUre C anOOxe..lA.]eSr -. fr"Q fd:fl"1/- Print Name and Title -4 !Is-k- Date I 26 C) (J ) I I , ,1 , ] I 'n , • I, _ .. z " ACKNOWLEDGEMENT STATE OF FLORIDA } } CbUNTY OF MIAMI-DADE ) \ ... ··~t~~~iI:):~,.I·fu.~'§;;~s:r:::=~: (J ) within instrument, and h~she/they ~cknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Thomas F. Pepe 12-5-1~ K~ISHA HOTALING S NOTARYF'UBLIC STATE OF FLORIDA Comm# FF021704 • • Elcplres 9/2212017 (N~~~SZJ~:~l~lfc: Print, Stamp or type as commissioned.) t/"-Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. 27 ! I . PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133. Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to.proVide any goods or services to a public entity. may not submit a·Bid or .....•. ~···~··~·'Proposar·loFa·eoiitiictwitli· a pu6liC'eijtity·fOi"t~ecqn.strUCtion orreparr· Qfapub.lfeDui.laingo;'pUljli~.worl<i'ma'i· .... . no~ ~~bmlt!lids or prOp?~al.s on I~.ase~ .~.V~lprop~tQ apublic!,iltity. ",ar nQ~ ~ea~~~~ .. ~p~~r!" WQrk asa. Il,ESeONPENT •. Sub-contractor, supplier;Sub~consulta,rit, or c;:onsultantupcJer aCC)~tract wit/:l any pUblic entity. and may not transact business with any pu!llic entity in excess of the threshold amount Category Two of Section 287.017. Florida Statu~~s, for.thirty six (36) tr)onths from the date of being placed on the convicted vendor list". '. .," ': : .. ,.",.: -.. ," : ..' . The award of any COntract hereunder is subject to the provisions of Chapter. I 12, Florida State Statutes. Respondents must disclose with their Proposals. the name of any officer. director. partner. associate or agent who is also an Officer or emplqyee of the City qfSouth Miami or its agencies. . ',-l' . "I :', .".,!,", .; :_ ". ',' " . . SWORN Sl:"ATEHENT PURSUANT TO SECTION 287.133 (3) (a). FLORIDA SJATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to C. i fu 0 fSboH1 rn I a.Jv\.i., .. . [print name of the public entity] by canda.c.e I;.tb+-PreSident- print In\ljvldual's na'l'~ and title] •. . for [{.eUeQ.1\«\ etYlceS (print name of entity submitting sworn· statement] whose business address is asno NW '79 1h f1,.e. ~dSO . DoreA ,n.. 3'3 12;2-- and (if applicable) its Federal Employer Identification Number (FEIN) is an. 4Lt14a~ 1 (If the entity has no FEIN. include the Social Security Number of the individual signing this sworn statement: _______________________________________ ,J 2. I understand that a "public entity crime" as deflned in ~ragraph 287.133 (I )00. Borida Statutes. means a Violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States. Including. but not limited to • any bid. proposal or contract for goods or services to be provided to any.public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud. theft, bribery. collusion. racketeering. conspiracy. or material misrepresentation. . 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b). E!9rida Statutes. means a finding of guilt or a conviction of a public entity crime. with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or Information after July I. 1989. as a result of a jury verdict, non-jury trial. or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a). Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who Is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, Thomas F. Pepe '2·5·'4 28 o I ,,-) I t C) s. 6. direCtors • .;xecutiveS; partners. shareholders. employees; m~mbers. ~d agents who ~e acti~ in the management of an '!-ffiliate. The ownership by one person of shares constituting a controlling Interest in any person. o.r a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shan be a prima facie case that one person cOntrols another person. A person who' knowingly enters into a joint venture with a person ... ~.-. -~wfto.h .... -b~enconvicted.ofa.public-entit)"crlni ... irt.Florida-during-th'"preceding-·36cmonthHhall··- ,beconsider~ an afilliauo. ,.', ",,' . ";" . . : ,,"'''',"_ '. ::,. ", "-". ,:;.,'_,::. '-1.'.,' _,:: -c '"", _ ',' ', .•. ' '. _.; -'. . ," . _ . .>,., ;-,.: ,,~,' .' " ,_ I understand that a "person" as de,fined in Paragraph 287.133 (I) (e). Florida SmUtes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a. binding contract ancl which bi.ds or proposal or applies to bid or proposal on contracts for the provision 'of goods or services I"" by a public entity. or which otherwise transacts or applies to transact business with a public entitY. The term "person" includes those. officers. dlrectors. executives. partners, shareholders,' employees. members. and agents who are active in management of an entity. . , '" . . . , .' .. . . . '. -''-:" . ,:" , Based on Information and belJef. the statement which I have marked below is true In relation to the entity submitting this sworn statement. [Indicate which statement applies.] /' Neither the entity submitting this swom sta~ment, nor any of its officers. directors. executives. partners. shareholders. employees. members. or agenu who are active in the management .of the entity. nor any affiliate of the entity haS been charged with and convicted' of a public entity crime subsequent to July 1.1989. ' __ The entity submitting this sworn statement, or one or more .of its officers. directors. executives. partners. shareholders. employees, members. or agents who are active in the management of the entity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1.1989. _ The entity submitting this sworn statement, or one or more of its officers. directors. executives. partners. shareholders. employees. members •. or agents who are active in the management of the entity. or an affiliate of the entlty has been charged with and convicted of a public entlty crime subsequent of July I. 1989. However. there has been a subsequent proceeding before a, Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVe IS FOR THAt PUBLIC ENTITY ONLY. AND THAT THIS FORM IS VAliD THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017. FO CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this I 5 day of~,+,,--'-'-_____ ---' 20 IS-. OR Produced identification _______ _ (Type of identification) Form PUR 7068 (Rev.06/11192) Thomas F. Pepe 12-5-14 Notary Public-State of F(Orid,I My commission expires 9 ( 'Z z.lzOJ J (Printed. typed or stamped commissioned name of notary public) -:\J~1-UrtO Q'YI.!P I) . KEISHA HOTAlINS'l' ' , "'---~ NOTARY PUBLIC STATE OF FLORIDA • • Comrn# FF021704 ExpIres 9/2212017 29 \ I I I DRUG FREE WORKPLACE Whenever two or more Bids or Proposals which are equal with respect to price. quality and service are received by the State or by any political subdivls.ions for the procurement of commodjtiesor contractual services. a Bid or Proposal received from a business that certifi"s that It has implemented a drUg-free workplace progr3ITI shall be ,,'C'giVjjnprjjferericjjIiFtlie-awar.cr-pro~ess;:'EStablfshedJirClC.dlirliffbY)jFocenil1g:tiij: Bi.~scol':F'roposalnhaltbc~~.~···· follo~~if none of.the ti~yerd~r~h~ve a dr4g-free workplace prOgr3ITI. I~ .ord.er ~,~avea drug-fr~eworkplace program. a b~sl_nes$ ,s,hall:,.:,· '. " .. ': ,';: .. . '. : .. , ' ... I) Publish a sia~meni: notifying employee. that the unlawful manufacture. distribution. dispensing. possession. or use of a controlled subStance Is pn;>hibited in the Workplace and specifying the actions that shall be takenagalrist employees for viol.ations of such prohibition. 2) InfOrm employees about the dangers of drug abuse in ,the workplace. the business' policy of maintaining a druifree workplace. any available dr.,g counseling, rehabilitation. and employee assistance 'programs. and. the penalties that may be imposed upon employees .for drug abuse . violatIons. ", ";'. ": :"". ,". ". ," .,' .' ,.... " •. ',. ': .' 3) Give each employee engaged in providing the commodities or contractual services that are under Bida copy of the statement specified In Subsection (I). . , 4) In the statemeMt specified in Subsection, (I). notify the employees. tha~ as a condition of working of the commoditi~s or contractual services that are under Bid. he employee shall abide by the terms of the statement and shall notify the employee ohny conviction of. or plea of guilty or nolo contenclere to. any violation of Chapter 893 or of any controlled substance law' of the United States ,or aily state, for a violation occurring in the workplace no later than five (5) business days after such cC).nvlction. 5) Impose a sanction on. C)r require the satisfactory participation in a drug abuse assistance or rehabilitation program. If such is available in the employee's community. by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. . As the person authorized to sign 'the statement, I certify that this firm complies fully with the above requirements. RESPONDENT's Signature: tr~,u~ Print Name: Cgnia.ce \PJO't Date: __ Y-'-I-'b.o..r".L.:11_S-' ________ _ TIIomas F. Pepe 12-5-14 30 C) ~ () ) C) C) ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS' TO THE CITY OF SOUTH MIAMI "·;.-7:·"';":':==-':-7~.:·:7~_,_".:.::':"::"::;:::-=--:=.::::';:':-_~-:-':::::::-_·-.r::-"-";. -==:-_-=-.~,=:,:::'.:.:::=,-==:,~ __ ........ -.--~----,-..-.--.--... --,-----~--., "-_ .. ,---- We, '\)\jIj @C reaJi dY) S'eriW ,1«; (Narn~of CONTRActOR), 'h::;~~~:~I~g::~-~:e that as CONTRACTOR for the "PlaygrOund Dem,olition and,New Installation at Fou.r (4) City Parks", project , as specified have the sole responsibility for compliance wi,th 'all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to Indemnify and hold harmless the City of South Miami and t!lA(Consultant) against any and all liability, claims, damages, losses and expenses they may Incur due to ~he failure',of (Sub-con,tract9r's names): ' to comply with such act or regulation. CONTRACTO~ .. BY:' moo.! d Wr$ Name if Title Thomas F. Pepe 12-5-14 END OF SECTION 31 Witness RELATED PARTY TRANSACTION VERIFICATION FORM I c.o..noac e Wesr-, individually and on behalf of Ow f\e.c.rec01()1') Ser'<'lce s: J Thr . (,~,,) ("Firm")have Nome of Representative CompanyNendorlEnIity read the City of South Miami ("City")'s Code of Ethics, Section SA: I of the City's,Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my -"knowledge;'iniOrmation andbeller'=-'-:"='-:=::;:::c-=... _ .. '., . -~." . :--:', ... " _::=-:-::c::~ .. __ .-__ =:=-::-:.:.::,·- .', .. -, (I) neither I nor the firm have any conflict of inter~st (as defined in sectlon SA-I) with regard to the contract or business that I, andlor the Firm, am(are) about to perform for, or to transact vvith, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a flnanciai interest greater than 5% in the Firm, has any relative(s), as defined in section SA-I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(ar~) a member of any public body created by the City CommiSsion, i.e., a board or committee of the City, [while the ethics code ,still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and . (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted vvith the city, or with any person or agency acting for the city, other than as follows: _(use (if necessary, use a separate sheet to supply additional information that vvill not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form Is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected andlor appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you andlor your Firm and the City other than the following individuals whose interest is set forth follOWing their use a separate names: :--:-;::-:--:-:-::-_:--;-_-:::_--:-_-:-;-::-~ ___ _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected andlor appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: (if necessary, use a separate sheet to supply additional Information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement In this section (4) shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial Interest in the Firm of city employees. appointed officials or the immediate family members of elected andlor appointed official or employee.] (5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of truSt, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves. or others. We agree that we may not disdose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. Thomas F. Pepe 12-5-14 32 (J R ¥P:l:k-? R lor 5 -of- GENERAL CONDITIONS ARTICLE I -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms shall have the meaning indicated. These definitions shall always apply when the section of the Contract specifically refers to this Article for the purpose of interpreting a word or group of words in that section of the Contract Document. However, when the section of the Contract. where the word to be defined is used, does not specifically refers to this Article to define the word or group of words, the definitions contained in this Article shall not apply unless the word or group of words, in the context of it or their use in the Contract Document in question, is/are ambiguous and open for interpretation. In addition, these definitions shall also not apply to interpret terms in a specific provision of a Contract Document if that specific provision contains a definition of these terms: Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletions, clarifications or correction. ARplication for Payment A form approved by the CONSULTANT which is to be used by the CONTRACTOR in requesting progress payments. Bill; The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. Bidder: Any person, firm or corporation submitting a response to the City'S solicitation for proposals or bids for Work Bid Documents: The solicitation for bids or proposals and all documents that make up the solicitation including the instructions, form of documents and affidavits. Bonds: Bid bond, performance and payment bonds and other instruments of security, furnished by the CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida. Change Order: A written order to the CONTRACTOR signed by the City authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Contract. CITY: The City Manager for the City of South Miami, 6130 Sunset Drive, South Miami, FL 33143. Construction Observer; An authorized representative of the CONSULTANT assigned to observe the Work performed and materials furnished by the CONTRACTOR or such other person as may be appointed by the CITY as his representative. The CONTRACTOR shall be notified in writing of the identity of this representative. Contract Documents: The Contract Documents shall include the Contract between the Owner and the Contractor, other documents listed in the Contract and modifications issued after execution of the Contract as well as all Bid Documents including but not limited to the solicitation for Bid, CONTRACTOR'S Bid, the Bonds, Insurance endorsements, Insurance Certificates and policies, the Notice of Award, the Notice to Proceed, the General Conditions, Special Conditions, if any, any Supplementary Conditions, the Technical Specifications, DraWings, including any incorporated specifications, addenda to the drawings issued prior to execution of the Contract. Change Orders, Construction Change Directives and any written order for a minor change in the Work, and written modifications to any of the Contract Documents. Contract Price: The total moneys payable to the CONTRACTOR pursuant to the terms of the Contract Documents. Contract Time; The number of calendar days stated in the Contract for the completion of the Work. Contracting Officer: The individual who is authorized to sign the contract documents on behalf of the CITY'S governing body. . CONTRACTOR; The person, firm or corporation with whom the CITY has executed the Contract. CONSULTANT: The person identified as the CONSULTANT in the Supplementary Conditions or as designated by the CITY in writing and delivered to the CONTRACTOR. Day: A period of twenty-four hours measured from the beginning of the day at 12:0 I a.m. and it shall be presumed to be a calendar day unless specifically designated as a business day. ~ The number of twenty-four (24) hour periods following the event to which the word "days" refers commencing at 12:0 I a.m. at the start of the next day. Therefore, in computing any period of time prescribed or allowed by the Contract Documents, the day of the act. event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Thomas F. Pepe 12-5·14 64 Saturday. Sunday or legal holiday. in which event the period shall run until the end of the next business day that is not a Saturday. Sunday or legal holiday. Defectiye Work: Work that is unsatisfactory. faulty. or deficient in that it does not conform to the Contract Documents. or does not meet the requirements of any applicable inspection. reference standard. test, or approval referred to in the Contract Documents. or has been damaged prior to the CONSULTANT'S recommendation of final payment (unless responsibility for the protection thereof has been delegated to the City); substitutions that are not properly approved and authorized. any deficiency in the Work. materials and equipment; materials and equipment furnished under the Contract that are not good quality and new unless otherwise required or permitted by the Contract Documents. Drawin~: The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by the CONSULTANT and are referred to in the Contract Documents. Fjeld Order: A written order issued by the CONSULTANT which clarifies or interprets the Contract Documents in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2 .. Modification: (a> A written amendment of the Contract Documents signed by both parties. (b) a Change Order signed by both parties. (c ) a written clarification or interpretation if issued by the CONSULTANT in accordance with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by the CONSULTANT pursuant to Paragraph 10.2. A modification may only be issued after execution of the Contract, it must be in writing and signed by the party against whom the modification is sought to be enforced. Notice of Award: The written notice by CITY to the apparent successful Bidder Stating that upon compliance with the conditions precedent to be fulfilled by it within the time speCified. CITY will execute and deliver the Contract to him. Notice to Proceed: A written notice given by CITY to CONTRACTOR (with copy to CONSULTANT) fixing the date on which the Contract Time: shall commence to run and on which CONTRACTOR shall start to perform its obligations under the Contract Documents. Person: An individual or legal entity. ~ The entire construction operation being performed as delineated in the Contract Documents. Shop Drawines: All drawings. diagrams. illustrations. brochures. schedules and other data which are prepared by the CONTRACTOR. a Subcontractor. manufacturer. supplier. or distributor. and which illustrate the equipment, material or some portion of the work and as required by the Contract Documents. Samples: Physical examples which illustrate materials. equipment or workmanship and establish standards by which the Work will be judged. Specifications: Those portions of the Contract Documents consisting of written technical descriptions of materials. equipment, construction systems. standards and workmanship as applied to the Work. Subcontractor: An indiVidual. firm or corporation having a direct Contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the construction site. Substantial Completion: The date. as certified by the CONSULTANT. when the construction of the Project or a certified part thereof is sufficientiy completed. in accordance with the Contract Documents. so that the Project, or a substantial part, can be utilized for the purposes for which it was intended without restriction or limitation to any degree, other than for the repair of minor "punch list" items; or if there be no such certification, the date when final payment is due in accordance with paragraph 14.9. However. in no event shall the project or portion thereof. be deemed to be substantially completed until a certificate of occupancy or certificate of use is lawfully issued by the applicable governmental agency. A certificate of Substantial Completion. issued by the CONSULTANT. shall be null and void if it is based on false. misleading or inaccurate information. from any source. or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to a degree greater than that which would normally to be considered by the City to be minor "punch list" work. Supplier: Any person or organization who supplies materials or equipment for the Work, including the fabrication of an item. but who does not perform labor at the site of the Work. ~ The individual or entity who is an obligor on a Bond and who is bound with the CONTRACTOR for the full and faithful performance of the Contract and for the payment of all labor. services and materials used on the project. Work: . Any and all obligations. duties and responsibilities necessary for the successful performance and completion of the Contract. ~ The term "Notice" as used herein shall mean and include all written notices, demands. instructions. claims. approvals and disapprovals required to obtain compliance with Contract requirements. Thomas F. Pepe 12-5-14 6S Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or to an authorized representative of such individual, firm, or corporation, or if delivered at or sent by registered mail to the last known business address. Unless otherwise stated in writing, any notice to or demand upon the CITY under this Contract shall be delivered to the CITY's Manager and the CONSULTANT. ARTICLE 2 -PRELIMINARY MATTERS ~ 2.1 The CITY reserves the right to reject any and all Bids, at its sole discretion. Bids shall be awarded by the CITY to the lowest responsive and responsible Bidder. No Notice of Award shall be given until the CITY has concluded its investigation, as it deems necessary, to establish, to the satisfaction of the CITY, which Bidder is the most responsive and responsible of all the Bidders to complete the Work within the time prescribed and in accordance with the Contract Documents. The CITY reserves the right to reject the Bid of any Bidder who is not believed to be, in the sole discretion and satisfaction of the City, to be sufficiently responsible, qualified and financial able to perform the work. In analyzing a Bid, the CITY may also take into consideration alternate and unit prices, if requested by the Bid forms. If the Contract is awarded, the CITY shall issue the Notice of Award and give the successful Bidder a Contract for execution within one hundred eighty (180) calendar day after opening of Bids. Execution of Contract: 2.2 At least four counterparts of the Contract, the Performance and Payment Bond, the Certificates of Insurance, the written notice of designated supervisor or superintendent as provided in Section 6.1 of the General Conditions and such other Documents as required by the Contract Documents shall be executed and delivered by CONTRACTOR to the CITY within ten (10) calendar days of receipt of the Notice of Award. A Contract Document that requires the signature of a party may be executed in counterparts separately by each of the parties and, in such event, each counterpart separately executed shall, without proof or accounting for the other counterpart be deemed an original Contract Document. Forfeiture of Bid Securi!;yIPerformance and Payment Bond: 2.3 Within ten (10) calendar days of being notified of the Award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to CITY the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this Project. Each Bond shall be with a Surety company whose qualifications meet the requirements of Sections 2.3.4, 2.3.5, and 2.3.6. 2.3.2 Each Bond shall continue in effect for five year after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. The Performance Bond shall be conditioned that CONTRACTOR shall, upon notification by CITY, correct any patent defective or faulty Work or materials which appear within one year after final completion of the Contract and shall, upon notification by CITY, correct any latent defective or faulty Work or materials which appear within fIVe year after final completion of the Contract. 2.3.3 Pursuant to the requirements of Section 255.05( I), Florida Statutes, CONTRACTOR shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami·Dade County and provide CITY with evidence of such recording. 2.3.4 Each Bond must be executed by a surety company authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for a least five (5) years. 2.3.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds ih accordance with the United States Department of Treasury Circular 570, current revi$ions~ 2.3.6 The CITY will accept a surety bond from a company with a rating A. VII or better. 2.3.7 Failure of the successful Bidder to execute and deliver the Contract and deliver the reqUired bonds and Insurance Certificates as stipulated in Paragraph 2.2 shall be cause for the CITY to annul the Notice of Award and declare the Bid and any security therefore forfeited. Thomas F. Pepe 12·5.14 66 Contractor's Pre-Start Representation: 2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for haVing familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinance. rules and regulations that may in any manner affect performance of the Work. and represents that it has correlated its study and observations with the requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys and investigations, reports of subsurface and latent physical conditions referred to in the specifications and made such additional surveys and investigations as it deems necessary for the performance of the Work reflected in the Contract Documents and that he has correlated the results of all such data with the requirements of the Contract Documents. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project 2.6 CONTRACTOR shall start to perform its obligations under the Contract Documents on the date the Contract Time commences to run. No Work shall be done at the site (as defined in Article I), prior to the date on which the Contract Time commences to run, except with the written consent of the CITY Before Starting Construction: 2.7 Before undertaking each part of the Work. CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions. It shall at once report in writing to CONSULTANT any conflict, error, or discrepancy which it may discover. Neither the CITY nor the CONSULTANT shall be liable for any harm, damage or loss suffered by CONTRACTOR as a result of its failure to discover any conflict, error, or discrepancy in the Drawings or Specifications nor shall the CONTRACTOR be entide to any compensation for any harm, damage or loss suffered by the CONTRACTOR due to any conflict, error, or discrepancy in the Contract Documents. Schedule of Completion: 2.8 Within Five (5) business days after delivery of the Notice to Proceed by CITY to CONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval, an estimated construction schedule indicating the starting and completion dates of the various stages of the Work. and a preliminary schedule of Shop Drawing submissions. The CONSULTANT shall approve this schedule or require revisions thereto within seven (7) calendar days of its submittal. If there is more than one CONTRACTOR involved in the Project, the responsibility for coordinating the Work of all CONTRACTORS shall be provided in the Special Conditions. . 2.9 Within five (5) business days after delivery of the executed Contract by CITY to CONTRACTOR, but before starting the Work at the site, a pre-construction conference shall be held to review the above schedules, to establish procedures for handling Shop Drawings and other submissions, and for processing Applications for Payment, and to establish a working understanding between the parties as to the Project. Present at the conference will be the CITY'S representative, CONSULTANT, Resident Project Representatives, CONTRACTOR and its Superintendent. Qualifications of Subcontractors. Material men and SUj;)pliers: 2.10 Within five (5) business days after bid opening, the apparent lowest responsive and responsible Bidder shall submit to the CITY and the CONSULTANT for acceptance a list of the names of Subcontractors and such other persons and organizations (including those who are to furnish principal items of materials or eqUipment) proposed for those portions of the Work as to which the identity of Subcontractors .and other persons and organizations must be submitted as specified in the Contract Documents. Within thirty (30) calendar days after receiving the list, the CONSULTANT will notify the CONTRACTOR in writing if either the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person, or organization on such list. The failure of the CITY or the CONSULTANT to make objection to any Subcontractor, person, or organization on the list within thirty (30) calendar days of the receipt shall constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right of the CITY or the CONSULTANT to reject defective Work. material or equipment, or any Work, material or equipment not in conformance with the requirements of the Contract Documents. Thomas F. Pepe 12-5-1~ 67 2.11 If, prior to the Notice of Award, the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person or organization listed, the apparent low Bidder may, prior to Notice of Award, submit an acceptable substitute without an increase in its bid price. ARTICLE 3-CORRELATION. INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in . accordance with the Contract Documents. The Contract Documents comprise the entire Contract between the CITY and the CONTRACTOR. They may be altered only by a modification as defined in Article I. 3.2 The Contract Documents are complementary; what is called for by one is as binding as if called for by all the documents. If CONTRACTOR finds a conflic~ error or discrepancy in the Contract Documents, it shall, before proceeding with the Work affected thereby, immediately call it to the CONSULTANT's attention in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy, the more stringent interpretation and requirement that shall provide the maximum benefit to the City shall apply 3.3 The words "furnish" and "furnish and install", "install", and "provide" or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". 3.4 Miscellaneous items and accessories which are not specifically mentioned, but which are essential to produce a complete and properly operating installation, or usable structure, providing the indicated functions, shall be furnished and installed without change in the Contract Price. Such miscellaneous items and accessories shall be of the same quality standards, Including material, style, finish, strength, class, weight and other applicable characteristics, as specified for the major component of which the miscellaneous item or accessory is an essential pa~ and shall be approved by the CONSULTANT before installation. The above requirement is not intended to include major components not covered by or inferable from the Drawings and Specifications. 3.5 The Work of all trades under this Contract shall be coordinated by the CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Projec~ and all components of the Work shall be installed or erected in accordance with the best practices of the particular trade. 3.6 The CONTRACTOR shall be responsible for making the construction of habitable structures under this Contract rain proof, and for making equipment and utility installations properly perform the specified function. If he is prevented from so doing by any limitations of the Drawings or Specifications, the CONTRACTOR shall immediately notify the CONSULTANT in writing of such limitations before proceeding with construction in the area where the problem limitation exists. 3.7 Manufacturer's literature, when referenced, shall be dated and numbered and is intended to establish the minimum requirements acceptable. Whenever reference is given to codes, or standard specifica.tions or other data published by regulating agencies or accepted organizatiOns, including but not limited to National Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, ASTM Specifications, various institute specifications, and the like. it shall be understood that such reference is to the latest edition including addenda in effect on the date of the Bid. 3.8 Brand names where used in the technical speCifications, are intended to denote the standard or quality required for the partlcular material or product. The term "equal'.' or II equivalent", when used in connection with brand names, shall be interpreted to mean a material or product that is similar and equal in type, quality, size, capacity, composition, finish, color and other applicable characteristics to the material or product specified by trade name, and that is suitable for the same use capable of performing the same function, in the opinion of the CONSULTANT, as the material or product so specified. Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the Work. (When a brand name, catalog number, model number, or other identification, is used without the phrase "or equal", the CONTRACTOR shall use the brand, make and model specified). 3.9 Throughout this agreement the male pronoun may be substituted for female and neuter and vice versa and the singular words substituted for plural and plural words substituted for singular wherever applicable. 3.10 All technical interpretations sliall be made by the CONSULTANT as set forth in Section 9.3 below. Thomas F. Pepe 12·5·14 68 3.11 The CONTRACTOR shall advised the CONSULTANT, prior to performing any work involving a conflict in the Contract Documents and the CONSULTANT shall make the final decision as to which of the documents shall take precedence. In the event that there is a conflict between or among the Contract Documents, only the latest version shall apply and the latest version of the Contract Documents. The CONSULTANT shall use the following list of Contract Documents as a guide. These documents are set forth below in the order of their precedence so that all the documents listed above a given document should have precedence over all the documents listed below it. (a) Amendmentsladdenda and Change Orders (b) Supplementary Conditions (c) Contract with all Exhibits thereto (d) General Conditions (e) Written or figured dimensions (f) Scaled dimensions Drawings of a larger scale Drawings of a smaller scale (g) (h) (i) Drawings and Specifications are to be considered complementary to each other ARTICLE 4 -AVAILABILITY Of LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 The CITY shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights-of-way for access thereto, and such other lands which are designed for the use of the CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the CITY, unless otherwise specified in the Contract Documents. Other access to such lands or rights-of-way for the CONTRACTOR'S convenience shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of material and equipment. 4.2 The CITY will, upon request, furnish to· the Bidders, copies of all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the CITYI CONSULTANT on the site or any contiguous site, as well as from information presented by the Drawings and Specifications made part of this ContraCt, or any other information made available to it prior to receipt of bids. Any failure by the CONTRACTOR to acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing Work The CITY assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the CITY! CONSULTANT. Differinr Site Conditions; 4.4 The CONTRACTOR shall within forty eight (48) hours of its discovery, and before such conditions are disturbed, notify the CITY in writing, of: 4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents, and 4.4.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally inherent in Work of the character provided for in this Contract. The CITY shall promptly investigate the conditions, and if it finds that such conditions do materially differ to the extent as to cause an increase or decrease in the CONTRACTOR'S Thomas F. Pepe 12-5-14 69 cost of, or the time required for, performance of any part of the Work under this Contract. an equitable adjustment shall be made and the Contract modified in writing accordingly. 4.5 No claim of the CONTRACTOR under this clause shall be allowed unless the CONTRACTOR has given the notice required in 4.4 above; provided, however, the time prescribed therefore may be extended by the CITY, but only if done in writing signed by the City Manager or the CONSULTANT. ARTICLE 5 -INSURANCE AND INDEMNIFICATION 5.0 Insurance A Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract. insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. B. No insurance required by. the CITY shall be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by ~nyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (I) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. 5.1 Firm's Insurance Generally The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: 5.1.1 Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. 5.1.2 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; • Automobile Liability: $1,000,000 each accidentloccurrence. • Umbrella: $1,000,000 per claim 5,1 3 Umbrella Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: Thomas F. Pepe 12-5-14 70 (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (1) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 5.1.4 Busjness Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional one million dollar ($ 1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as med by with the state of Florida, and must include: <a) Owned Vehicles. (b) Hired and Non·Owned Vehicles (c) Employers' Non·Ownership 5.2 SUBCONTRACTS' The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in section 5.1 above and 5.4 below and substituting the word SUBCONTRACTOR for the word FIRM and substituting the word FIRM for CITY where applicable. 5.3 Fire and Extended CoveraGe Insurance (Builders' Risk), IF APPLICABLE: A In the event that this contract involves the construction of a structure by the FIRM, the FIRM shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Property Insurance on buildings and structures, while in the course of construction, including foundations, additions, attachments and all permanent fixtures belonging to and constituting a part of said buildings or structures. The policy or policies shall also cover machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least equal to the replacement value of the insured property. The policy shall be in the name of the CITY and the FIRM, as their interest may appear, and shall also cover the interests of all Subcontractors performing Work. B. All of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. 5.4 Mjscellaneous: A If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. The CITY shall have the option, but not the duty, to pay any unpaid premium and the right to terminate or cancel the policy thereafter without notice to FIRM or liability on the part of the CITY to the FIRM for such cancellation. B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY. D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State Thomas F. Pepe 12·5·14 71 of Florida by an insurance carrier that is not issuing the policy as a surplus lines carrier and tlhe policy must remain in full force and effect for the duration of the contract period with the CITY. The FIRM must provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements if such provision is not already contained in the policy: (a) an endorsement to the policy in substantially the follOWing form: "The City of South Miami is an additional named insured with the right but not the obligation to pay any unpaid premium and providing that the city does not have any duty or obligation to provide first notice of claim for any liability it incurs and that arises out of the acts, omissions or operations of the named insured. The insurer will pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' , or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage Bn; (b) an endorsement to the policy in substantially the following form: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami 10 days advanced written notice of the intent to materially mOdify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." If the policy does not have a provision or endorsement that provides the City with advanced notice of cancellation as required by the City, the contractor may still comply with the City's insurance requirement if the contractor provides the City with proof that the polity premium has been paid in full and provided the contractor makes arrangements with its insurance company to allow the City to confIrm, monthly, that the policy is in full force and effect. In addition, the Contractor must pay the City a monthly monitoring fee, currently set at $25 per month, or have the amount deducted from the Contractor's draws/payments. 5.5 Indemnification 5.5.1 The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. 5.5.2 The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses. claims, demands. suits. fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees. successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduCt, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers,. directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, incident to It, or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. 5.5.3 The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attorney's fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Contractor, its Sub- Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to. this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. 5.504 The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successorS and assigns shall be held liable or responsible for any claims, including the costs and Thomas F. Pepe 12-5-14 72 expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns. or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives. employees, or assigns. or anyone acting through or on behalf of them. 5.5.5 The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. 5.5.6 The obligations of the CONTRACTOR under paragraph 5.5 shall not extend to the liability of the CONSULTANT, its agents or employees arising out of (a) the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications or (b) the giving of or the failure to give directions or instructions by the CONSULTANT. its agents or employees provided such act or omission is the primary cause of injury or damage. 5.5.7 All of the forgoing indemnification provisions shall survive the term of the Contract to which these General Conditions are a part. ARTICLE 6 -CONTRACTOR'S RESPONSIBILlIIES Supervision and Superintendence: . 6.1 The CONTRACTOR shall supervise and direct the Work. It shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall employ and maintain a qualified supervisor or superintendent (hereinafter referred to as "Supervisor" at the Work site who shall be designated In writing by the CONTRACTOR, before the CONTRACTOR commences the Work and within the time required by the Contract, as the CONTRACTOR'S representative at the site. The Supervisor or so designated shall have full authority to act on behalf of the CONTRACTOR and all communications given to the Supervisor shall be as binding as if given to the CONTRACTOR. The Supervisor(s) shall be present at each site at all times as required to perform adequate supervision and coordination of the Work. (Copies of written communications given to the Supervisor shall be mailed to the CONTRACTOR'S home office). 6.1.1 The CONTRACTOR shall keep one record copy of all Specifications, DraWings, Addenda, Modifications and Shop Drawings at the site at all times and in good order and annotated to show all changes made during the construction process. These shall be available to the CONSULTANT and any CITY Representative at all reasonable times. A set of "As-Built" drawings, as well as the original Specifications. Drawings. Addenda. Modifications and Shop Drawings with annotations, shall be made available to the City at all times and it shall be delivered to the CITY upon completion of the Project. Labor, MaterialS and EQuipment: 6.2 The CONTRACTOR shall provide competent, suitably qualified personnel to layout the Work and perform construction as required by the Contract Documents. It shall at all times maintain good discipline and order at the site. 6.3 Tlie CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel. power, light, heat, local telephone. water and sanitary facilities and all other facilities and incidentals necessary for the execution. testing, initial operation and completion of the Work. 6.4 All materials and equipment shall be new, except as otherwise provided in the Contract Documents. When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or approved, such materials shall be delivered to the site in their original packages or containers with seals unbroken and labels intact. 6.5 All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, or processors, except as otherwise provided in the Contract Documents. Materials, EQuipment. Products and Substitutions: 6.6 Materials, equipment and products incorporated in the Work must be approved for use before being purchased by the CONTRACTOR; The CONTRACTOR shall submit to the CONSULTANT a list of proposed materials, equipment or products, together with such samples as may be necessary for them to Thomas F. Pepe 12·5·14 73 determine their acceptability and obtain their approval, within one hundred eighty (180) calendar days after award of Contract unless otherwise stipulated in the Special Conditions. No request for payment for "or equal" equipment will be approved until this list has been received and approved by the CONSULTANT. 6.6.1 Whenever a material, article or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalog number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The CONTRACTOR may recommend the substitution of a material, article, or piece of eqUipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalog number, and if, in the opinion of the CONSULTANT, such material, article, or piece of equipment is of equal substance and function to that specified, the CONSULTANT may approve its substitution and use by the CONTRACTOR. Incidental changes or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without a change in the Contract Price or the Contract Time. 6.6.2 No substitute shall be ordered or installed without the written approval of the CONSULTANT who shall be the judge of quality. 6.6.3 Delay caused by obtaining approvals for substitute materials shall not be considered justifiable grounds for an extension of construction time. 6.6.4 Should any Work or materials, equipment or products not conform to requirements of the Drawings and Specifications or become damaged during the progress of the Work, such Work or materials shall be removed and replaced, together with any Work disarranged by such alterations, at any time before completion and acceptance of the Project. All such Work shall be done at the expense of the CONTRACTOR. 6.6.5 No materials or supplies for the Work shall be purchased by the CONTRACTOR or any Subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the Seller. The CONTRACTOR warrants that they have good title to all materials and supplies used by them in the Work. Concemine SubContractors: 6.7 The CONTRACTOR shall not employ any Subcontractor, against whom the CITY or the CONSULTANT may have reasonable objection, nor will the CONTRACTOR be required to employ any Subcontractor who has been accepted by the CITY and the CONSULTANT, unless the CONSULTANT determines that there is good cause for doing so. 6.8 The CONTRACTOR shall be fully responsible for all acts and omissions of Its Subcontractors and of persons and organizations directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that they are responsible for the acts and omissions of persons directly employed by them. Nothing in the Contract Documents shall create any contractual relationship between CITY or CONSULTANT and any Subcontractor or other person or organization having a direct contract with CONTRACTOR, nor shall it create any obligation on the part of CITY or CONSULTANT to payor to see to payment of any persons due subcontractor or other person or organization, except as may otherwise be required by law. CITY or CONSULTANT may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to the CONTRACTOR on account of specified Work done in accordance with the schedule values. 6.9 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing the Work among Subcontractors or delineating the Work performed by any specific trade. 6.10 The CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the CITY. 6.11 All Work performed for the CONTRACTOR by a Subcontractor shall be pursuant to an appropriate agreement between the CONTRACTOR and the Subcontractor. 6.12 The CONTRACTOR shall be responsible for the coordination of the trades, Subcontractors material and men engaged upon their Work, 6.12.1 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the CONTRACTOR by the terms of these Thomas F. Pepe 12·$·14 74 General Conditions and other Contract Documents insofar as applicable to the Work of SubcontractOrs. and give the CONTRACTOR the same power as regards to terminating any subcontract that the CITY may exercise over the CONTRACTOR under any provisions of the Contract Documents. 6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the CONTRACTOR and their Subcontractors or between Subcontractors. 6.12.3 If in the opinion of the CONSULTANT. any Subcontractor on the Project proves to be incompetent or otherwise unsatisfactory. they shall be promptly replaced by the CONTRACTOR if and when directed by the CONSULTANT in writing. Patent Fees and Royalties: 6.13 The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use of any invention. design. process or device which is the subject of patent rights or copyrights held by others. He shall indemnify and hold harmless the CITY and the CONSULTANT and anyone directly or indirectly employed by either of them from against all claims. damages •. losses and expenses (including attorney's fees) arising out of any infringement of such rights during or after the completion of the Work, and shall defend all such claims in connection with any alleged infringement of such rights. 6.14 The CONTRACTOR shall be responsible for determining the application of patent rights and royalties materials. appliances. articles or systems prior to bidding. However. he shall not be responsible for such determination on systems which do not involve purchase by them of materials. appliances and articles. Permits: 6.1 S The CONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of his Bid. When such charges are normally made by the CITY and when so stated in the Special Conditions, there will be no charges to the CONTRACTOR. The CITY shall assist the CONTRACTOR. when necessary, in obtaining such permits and licenses. The CONTRACTOR shall also pay all public utility charges. Electrical Power and Liihting; 6.16 Electrical power required during construction shall be provided by each prime CONTRACTOR as required by it. This service shall be installed by a qualified electrical Contractor approved by the CONSULTANT. Lighting shall be provided by the CONTRACTOR in all spaces at all times where necessary for good and proper workmanship, for inspection or for safety. No temporary power shall be used off temporary lighting lines without specific approval of the CONTRACTOR. taws and ReiY1atjoos; 6.17 The CONTRACTOR shall comply with all notices. laws, ordinances. rules and regulations applicable to the Work.· If the CONTRACTOR observes that the Specifications or Drawings are at variance therewith. it shall give the CONSULTANT prompt written notice thereof. and any necessary changes shall be adjusted by an appropriate modification. If the CONTRACTOR performs any Work knowing it to be contrary to such laws, ordinances, rules and regulations. and without such notice to the CONSULTANT. it shall bear all costs arising there from; however. it shall not be its primary responsibility to make certain that the Drawings and Specifications are in accordance with such laws, ordinances. rules and regulations. Ii=; 6.18· Cost of all applicable sales, consumer use. and other taxes for which the CONTRACTOR is liable under the Contract shall be included in the Contract Price stated by the CONTRACTOR. Safe1;y and Protection: 6.19 The CONTRACTOR shall be responsible for initiating. maintaining and supervising all safety precautions and programs in connection with the Work. They shall take all necessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: 6.19.1 All employees and other persons. who may be affected thereby. 6.19.2 All the Work and all materials or equipment to be incorporated therein. whether in storage on or off the site, and 6.19.3 Other property at the site or adjacent thereto. including trees. shrubs, lawns, walks, pavements. roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Thomas F. Pepe 12-5-14 75 6.20 The CONTRACTOR shall designate a responsible member of their organization at the site whose duty shall be the prevention of accidents. This person shall be the CONTRACTOR'S Superintendent unless otherwise designated in writing by the CONTRACTOR to the CITY. Emergencies: 6.21 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the CONSULTANT or CITY, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He shall give the CONSULTANT prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. If the CONTRACTOR believes that additional Work done by him in an emergency which arose from causes beyond his control entitles him to an increase in the Contract Price or an extension of the Contract Time, he may make a claim therefore as provided in Articles Ii and 12. ShOD Drawings and Samples: 6.22 After checking and verifying all field measurements, the CONTRACTOR shall submit to the CONSULTANT for review, in accordance with the accepted schedule of shop drawing submissions, six (6) copies (or at the CONSULTANT option, one reproducible copy) of all Shop Drawings, which shall have been checked by and stamped with the approval of the CONTRACTOR. The Shop Drawings shall be numbered and identified as the CONSULTANT may require. The data shown on the Shop Drawings shall be complete with respect to dimensions, design criteria, materials of construction and the like to enable the CONSULTANT to review the information without any unnecessary investigation. 6.23 The CONTRACTOR shall also submit to the CONSULT ANT for review, with such promptness as to cause no delay in Work, all samples required by the Contract Documents. All samples shall have been checked by and stamped with the approval of the CONTRACTOR, identified clearly as to material. manufacturer. any pertinent catalog numbers and the use for which intended. 6.24 At the time of each submission. the CONTRACTOR shall notify the CONSULTANT. in writing. of any deviations between the Shop Drawings or samples and the requirements of the Contract Documents. 6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples. but his review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The review of a separate item as such will not indicate review of the assembly in which the items functions. The CONTRACTOR shall make any corrections required by the CONSULTANT and shall return the required number of corrected copies of Shop Drawings and resubmit new samples until the review is satisfactory to the CONSULTANT. The CONTRACTOR shall notify the CONSULTANT. in writing. of any prior Shop Drawing or revisions to Shop Drawings that are in conflict with each submission or re-submission. The CONTRACTOR'S stamp of approval on any Shop Drawings or sample shall constitute representation to the CITY and the CONSULTANT that the CONTRACTOR has either determined andlor verified all quantities. dimension, field construction criteria. materials. catalog numbers and similar data or they assume filII responsibility for doing so, and that they have reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 6.26 No Work requiring a submittal of a Shop Drawing or sample shall be commenced until the submission has been reviewed and approved in writing by the CONSULTANT. A copy of each Shop Drawing and each approved sample shall be kept in good order. in a book or binder, in chronological order or in such other order required by the CONSULTANT in writing. by the CONTRACTOR at the site and shall be available to the CONSULTANT. 6.27 The CONSULTANT's review of Shop Drawings or samples shall not relieve the CONTRACTOR from his responsibility for any c:leviations from the requirements of the Contract Documents unless the CONTRACTOR has informed the CONSULTANT. in writing, to each deviation at the time of submission and the CONSULTANT has given written approval to the specific deviation. nor shall any review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or samples. 6.271 The CONTRACTOR shall be liable to the CITY for any additional cost or delay that is caused by its failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due to errors in the Shop Drawings or samples. Thomas F. Pepe 12-5-14 76 I ..... '. Cleanin, Up: r 6.28 The CONTRACTOR shall clean up bllhind the Work as l11uch as is reasonably possible as the Work . \ ) progresses. Upon completion of the Work, and before acceptance of final payment for the Project by the . . CITY, the CONTRACTOR shall r~move all his surplus and discarded materials, excavated material and rubbish as weil as all. other material and equipment that does not form apart of the Work, from the .. "--' .... --.'~-... '.,'~:~.~ .. property, ,!"C)aiiWaYs, slcleWilKS; :parking areas, •. Iawn anaall .aajacent . propertr"--:lir1l<lditii:!lr,"'che"'" () ) • c:ONT!\ACTq~'~liall cle~ryhis P!)rt!cl~.;oiilV!)rkinvolx.~iry:any~ui!ding under. this Contract,s~tha~ no furthercl~ningby the. CITY is. '1ecessai'y pdor toJts, occupantyand he shall restore all. property, both public aryd private, whichhasbeen"distuibed or, dainagedduring~he prosecution ohhe Work so as to leaye tIle)l(h!)le Work andvvork Site in a neat and presentable concjition. 6.29 If the SRN,TRACT9R does not clean tile Work ,site, the ~ITY may clean the Work Site of the materials ref~fred t~ln paragraph 6.28 and cha!;ge the OOSt to the CONTRACTOR. ' "'. PubllcCpnyei1lence ang Safet;y: . . .....• .,',' . . 6.30 The CONTRACTqR shall, at all ti(ries, conduct the Work .in suc~ a manner as .to insure the .least p~pcabl~ ob~uc~ion t.O public travel. The convenience of the general public arid of the. re.sidents. along and adjacent to. the area of Work shall be provided for in. a satisfactory manlier, conSistent with the operation and local conditions. "Street Closed" signs shall be placed immediately adjacent to the Work, .in a conspicuous positlon~ at such locations as traffic demands. At any time that streets are required to be closed, the CONTRACTOR shall notify law enforcement agencies and in partiCular; the Ci~ of South Miami Pollee Departinenc, before the street is closed and again as soon' as it is opened. Access to fire hydrants and other fir. extinguishing equipment shall be pr,?vided and maintained at all times. Sanitary Provis)ons; 6.31 The CONTRACTOR shall provide on·site office, and necessary toilet facilities, secluded from public observation, for use of all personnel on the Work Site, whether or not in his employ. They shall be kept in a clean and sanitary conditio.n arid shall comply with the reqUirements and regulations of the Public Authorities having jurisdiction. They shall commit no public nuisance. Temporary field office and sanitary facilities Shall be removed upon completion of the Work and the premises shall be left clean. 6.32 through 6.3:4 have been deleted. Responsibility for Connection to Existjnr Work: 6.35 Itshall be the responsibili~ of the CONTRACTOR to connect its Work to each part of the exi~ting Work, existing building or structure or Work preViously installed as req~ired by the Drawings and Specifications to provide a compl"te instal'ation. . 6,36 Excavations, grading, fill, storm drainage, paving and any other construction or rnstaUations in rights.of- ways of streets, highways, public carrier lines, utility lines, either aerial, surface or subsurface, etc., shall be done in accordance with requirements of the special conditions. The CITY will be responsible for obtaining all permits necessary for the Work described In this paragraph 6.36. Upon completion of the Work, CONTRACTOR shall present to CONSULTANT certificates, in triplicate, from the proper authorities, stating that the Work has been done in accordance with their requirements. 6.36.1 The CITY will cooperate with the CONTRACTOR In obtaining action wom any utilities or public authorities involved in the above requirements. 6,36.2 The CONSULTANT shall be responsible for obtaining elevations of curbs and gutters, pavement, storm drainage struceures, and other items which must be established by governmental departments as soon as grading operations are begun on the site and, in any case, sufficiently early in the construction period to prevent any adverse effect on the Project. CoQperation with Governmental Oepartmenq. PUb"c Utilities, Etc.; 6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental departments, public utilities, public carriers, service companies and corporations (hereinafter referred to as "third parties") owning or controlling roadways, railways, water, sewer, gas, electrical conduits, and telephone facilities such as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc., Including incidental structures connected thereWith, that are encountered in the Work in order that such items are property shored, supported and protected, that their location is identified and to obtain authorl~ from these third parties for relocation if the CONTRACTOR desires to relocate the item. The CONTRACTOR shall give all proPer notices, shall comply with all requirements of such third parties in the performance of his Work, shall permit entrance of such third parties on the. Project in order that they Thoma F. Pepe 12·5.14 77 I I ; ~ I may perfor~ their necessary work, and shall pay all charges and fees made by such third parties for their I work.' I 6.37.1 The CONTRACTOR'S attention Is called to the fact that there may be delays on the Project due I to work,to be done by governmental departments, public utilities, and others In repairing or ~I' -~'''----:'-. ----. __ .;,~;~y~:~~%;~;~~~~~:c~~;~~r:;,T~~Q~~lle~::Fne~:,e:!tp!:b~::~~e~a~I~~:~ .'~ .. 6.37,2 TheCOIIITRACT0it,shaUhave. mag!, ,1p;!,lfJarnlliar withal! cC)de~,'a'NS,ordln~nces, .. and . ~~Ia~qn~\vhl~hl;' ~iiyrn~~neralf~ thos~ ~r~ed or e!liplWed I~. the Work, or l1)atei'lals and . equipment use in or upon the Work, or in ~ny way affect the conduct of the Work, and no plea of misunderstanding will be considered on account of damage or delay cau'!'d by his Ignorance thereof.' '."'. ' .. " . , . '. . . '.' , . . -' , -" . Use Premises; ..' _ . , . . . :' :--. 6.38 CONTRACTOR shall confine Its apparatus, storage of materials, and operations of its workmen to the liml~ indicated by law, ordinances, permits and directions of CONSULTANT and CITY, and shall not unnecessarily encumber any part of the site Or any areas,q.fi~lte. '. ..'.... 6.38.1 CONTRACTOR shall nllt overload or permit any liart of any structure to be loaded with such weigh~ as will endanger its safety, nor ~hall it subject any work to stresses or pressures that will endanger it. . " ',' . . 6.38.2 CONTRACTOR shall enforce the rules and regulation promulgated by the CONSULTANT and cn'Y as well as their InstruCtions with regard to signs, advertisements, fires and smoking. 6.38.3 CONTRACTOR shall arrange and cooperate with CITY in routing and parking of automobiles of its employees, subcontractors and other personnel, as well as that of the material delivery trucks and other vehicles that come to the Project site. 6.38.4 The aty will designate specific areas on' the site for storage, parking, etc. and the job site shall be fenced to protect the Job site and the geoeral public. . 6.38.5 The CONTRACtOR shall furnish, install and maintain adequate construction office facilities for all workers employed by It or by its Subcontractors. Temporary oillces shall be provided and located where directed and approved by the CONSULTANT. All' such facilities shall be furnished In strict accordance with existing governing regulations. Field offices shall include telephone facilities. . Protection of ExistiOe PropertY Imgroyerpents; 6.39 Any existing surface or subsurface Improvements, such as pavements, curbs, sidewalks, pipes or utilities, footings, or structures (Including pOrtions thereof), trees and shrubbery, not indicated on the Drawings or' noted In the Specifications as being removed or altered shall be protected from damage during construction of the Project. Any such Improvements dam~d during construction of the Project shall be restored at the expense of the CONTRACTOR to a condition equal to that existing at the time of award of Contract. ARTICLE 7 -WORK BY OTHERS . 7.1 The CITY may ,perfOrm additional Work related to the Project or may let other direct contracts therefore which shall contain General Conditions similar to these. The CONTRACTOR shall afford the other contractors who are parties to such direct contracts (or the CITY, if it Is performing the additional Work Itselij, reasonable opportunity for the Introduction and storage of materials and eqUipment and the execution of Work, and shall properly connect and coordinate its Work with theirs. 7.2 If any part of the CONTRACTOR'S Work depends upon proper execution or results of the Work of any other contractor or the CITY, the CONTRACTOR shall promptly report to the CONSULTANT In writing any defects or deficiencies In such Work that render It unsuitable for the CONTRACTOR's Work. 7.3 The CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make Its several parts come together properly and fit to receive or be received by such other Work. The CONTRACTOR shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and shall only cut or alter their Work with the written consent of the CONSULTANT and of the other contractor whose work will be affected. 7.4 If the performance of additional Work by other contractors or the CITY Is not noted In the Contract Documents prior to the execution of the Contnict, written notice thereof shall be given to the Thomas F. Pepe 11·5-14 78 () (). \. ) (\.' \, ) C) CONTRACTOR prior to stai-tlng any such' additional Work. If the CONTRACTOR believes that the performance of such additional Work by the CITY or others will cause the CONTRACTOR additional expense or entides him to an extension of the Contract Time, he may make a claim therefore as provided in Articles II and 12. . . . . .• . 7.S Where practicable, the CONTRACTOR shall bui.ld around the work of other separate contractors or .. ~ .. ~,. -, '--shall-leave-chases,slots"and' holesease r~quired,tO"receive' andctooconceal,withinot;,ecgeneral: construction , . \'V()rk. the work of such. euner separateconm.cio~. itS !lireciell by1:l)e""VVhere:su~hch~es, ,jots, etc., 7.6 7.7 7.8 7.9 ar~ i,",pra~tlcilllle,t;,eW9r~ shaIJr~iJiresp~iftc appr()Y~9f.theC:9f'1SU~ T N'lT .. '., • .•.. ..' . ' .... ,. Necessary chases, slots, and holes not built o.r left by the CONTP.ACTdR sh~1I be cut by the separate contractor requiring such alterations after approval of .the CONTRACTOR~ . The CONTRACTOR shall do ail patching and finishi.ng of th.e work of other contfactors where it is cut by them and such patching and finishing shall be at'the expense of CONTRACTOR· ". . . Cooperation is required in' the' use of site facilities and in the detailed execution of the Work. Each contractor shall coordinate their "peration ",iththose of the. other C()ntractors for the best interest of the Work In order to prevent del!y inth,e execution thereof. " "" . Each of several contractors working on the ProjeCt Site shall keep themselves informed of the progress of the work of other contractors. Should lack of progress or defective workmanship on the part of other contractors interfere with the CONTRACTOR's operations, the CONTRACTOR shall notify the CONSULTANT immediately and in writing. Lack of such notice to the CONSULTANT shall be construed as acceptance by the CONTRACTOR of the status of the work of other contractors as being satisfactory for proper coordination of CONTRACTOR's own Work. The cost of extra Work resulting from lack of notice, untimely noticl>, failure to respond to nOtice, Defective Work or lack of coordination shall be the CONTRACTOR's cost. . ARTICLE 8 CITY'S RESPONSIBILITIES S.I The CITY will issue all communications to the CONTRACTOR through the CONSULTANT. S.2 In cases of termination of employment of the CONSULTANT; the CITY will appoint a CONSULTANT whose status under the Contract Documents shall be that of the former CONSULTANT. S.3 The CITY shall promptly furnish the data required of them under the Contract Documents. S.4 The CITY'S duties in respect to providing lands and e.sements are set forth in Paragraphs 4.1 and 4.2. S.S The CITY shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding the fact that the time for completing the entire Work or any portion thereof may not have expired; but such taking possession and use shall not be deemed an acceptance of any Work not completed in accordance with the Contract Documents. ARTICLE 9 -CONSULTANTS' STATUS DURING CONSTRUCTION City's Representative: 9.1 The CONSULTANT shall be the CITY'S representative during the construction period. The duties and responsibilities and the limitations of authority of the CONSULTANT as the CITY'S representative during construction are set forth in Articles I through 16 of these General Conditions andohall not be extended without wrlcten consent of the CITY and the CONSULTANT. 9.1.1 The CONSULTANrs decision, in matters relating to aesthetics, shall be final, if within the terms of the Contract Documents. 9.1.2 Except as may be otherwise provided in this contract, all claims, counterclaims, disputes and other matters In question between the CITY and the CONSULTANT arising out of or relating to this Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the State of Florida. Visits to Site; 9.2 The CONSULTANT shall provide an inspector to make periodic visits to the site at each phase of construction to observe the progress and quality of the executed Work and to determine if the Work is proceeding in accordance with the Contract Documents. His efforts shall be directed toward providing assurance for the CITY and all applicable regulatory agencles that construction is in compliance with the Construction Documents and applicable laws, rules and regulations. On the basis of these on site- observations as an experienced and qualified design profeSSional, he shall' keep the CITY informed of the Thomas F. Pepe 12·5·14 79 progress of the Work and shall guard the CITY against defects and deficiencies in the Work of CONTMCTOR. . Clarifications and lru;erpretatiQns; 9.3 The CONSULTANT shall issue. with reasonable promptness. such written clarifications or interpretations of the Contract. Documents <in the form of [)rawi~gs or otherWise) as it may determine necessary. which '"·,shall"be"'~Cli'lSisten~wlth;-orre.sonably-inferablefro!",thEl"overail' intent-of the,CQntra¢ Documents", If... .. • the, CqNTMgqR se~ltsanincreaseJn#1~,qintract.P~ic"ore>¢ensiq.n "fCc;>ntra.ct Tim~.basedona. wri~'1n c!.rmcaW;," and/or. interpretation ,it shan~e requiredt9 .submit a timely cI.a.im. as, provided in Articles II and 12.' ...., . '. .. . . '. . ... . Measurement of Quantities: 9.4 All Work completed under the Contract shall be measured by the CONSULTANT according to the Unl~ States ,Sqndard Measures. All linear surface measurements shall be made horizon~ly or.yertically as required b}d:h" item measured. . . .' Rejectjni Defective Work: ' .' . '.' '. . . '.,. .' '. ..' . 9.5 TheCONSULT~NT *.11 have authority to disapprove or ,rejec~ Work that is "Defective Work" as defined in. An;icle:l. It shall. also. have authority to, require. special inspection or testing of the \iVork including Work fabricated on or off site, installed or completed as prOvided. In the. eve~t that the . CONSULTANT requires testing of completed Work, the cost of such Inspections andlor,testing shall be approved in writing by the CITY. All consequential cost of such Inspections and testing. including but not limited to the cost 6f testing and inspection. the cost of repairing any of the Work, or the work of Others. the cost to move furniture and equipme,nt anc!/or .the cost to provide alternative facilities u.ntil the repair work can be completed. shall paid by the CONTMCTOR if the Work is found to be Defective Work. Shop Drawinp. Chan", Orders and Payments: . 9.6 In connection with the CONSULTANT responsibility as to Shop Drawings and samples. see paragraphs 6.25 throug;, 6.28. incl.usive: ' . . .... , , . 9.7 In conneCtion with the CONSULTANT's responsibility for Change Orders see Articles 10;'11. and. 12. 9.8 In. connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc .• see Article 14. . . '. . Decisions on Disl\veeine:nts; 9.10 The CONSULTANT shall be the initial interpreter of the Construction Documents. C'J- Limitations' on 'Consuitant's Responsibilities;' - 9.11 The CONSULTANT will not be responSible for the construction means. methods. techniques. sequences '. or procedures. or the safety precautions and programs incident thereto. 9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or any Subcontractors. or any of their agent, servants or employ~es. or any other person performing any of the, Work under or through them. ARTICLE 10 -CHANGES IN THE WORK 10.1 Without Invalidating the Contract, the CITY may. at any time or from time to time. order additions. deletions or revisions in or to the Work which shall only be authorized by a written Change Orders. Upon receipt of a Change Order. the CONTRACTOR shall proceed with the Work involved. All such Work shall be performed under the applicable conditions of the Contract Documents. If any authorized written Change Order causes an increase or decreaSe in the Contract Price or an extension or shortening of the Contract TIme. an equitable adjustment will be made as provided in Article II or Article 12. A written Change Order signed by the CITY MANAGER and the CONTRACTOR indicates their agreement to the terms of the Change Order. All Change Orders shall' be certified by the CONSULTANT as to the appropriateness and value of the change in the Work as well as to any change in the time to complete the' Work under the circumstances. The failure to include a time extension in the Change Order or in the request for a change order shall result in a waiver of any extension of time due to the change in the ~rk as reflected In the Change Order. 10.2 The CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost and not inconsistent with the overall Intent of the Contract Documents without the need for a formal written Change Order provided the CONTRACTOR does not request additional time or additional compensation. These may be accomplished by a written Field Order. If the CONTRACTOR believes that any change or alteration authorized 'by the CONSULTANrs Field Order would entides the Thomas F. Pepe 12-5-14 80 () \ .. Q 10.3 CONTRACTOR to an increa~e in the Co~tract Price or exte~~i~n of Contract Time, it must ~ubmit a written notice of intent to demand a Change Order within twenty four (24) hou~ of the i~suance of the Field Order and submit a written proposal for Change Order within four (4) days thereafter, otherwise the CONtRACTOR shall be deemed to have waived. such claim.' . , Additional. Work performed by the CONTRAC;:TOR without authorization of a written Change Order . _____ .. _ . " __ ,, ,... __ W.NLr1Q1;_e.Qtitle •. iL(Q,'!I'"I'lcreas~l'1cth..,..fSl~eri.c!'c.or,.an,extension,of. the..Co';tl'act-Time"ex~ept in ... th~cas~ .,of .~.~merg~~9:as. p"ovided. i?p~grap~,6,~~~nd.~~ept ~.pr(;vi~ed~iiliiaragraphT~:r .• ' .• -.c.,·.~ .. Tlie CITYwiUeXe<ititeapprop~iate Change Orders prepared by the CONSULTANT ~~vering changes in the Wor~ tObeperformeif asproyided in p~i:agraph4A, and ""<irk perfornied in an emergency as (J lOA 10.5 provided in paragraph 612 and any other daim of the CONTRACTOR fora change in the Contract time or the' Contract Price which is approved by the CONSULTANT. . . .... ..... , It is the. CONTRACTOR'S responsibility to notify its Suro!ty of any changes affecting the general scope.of the. Work or change in the Contract Price or Contract Time and the amount of the applicable bonds shall be 'adjusted accordingly. The CONTRACTOR shall furnish proof of such an adjustment to the CITY befortl c9mmencenie~t of the Change Order Work. . The Work shall be stopped until the CONTRACTOR' provides such proof Of adjustment in the Bond amount and' any such delay shall be charged to the CONTRAc::rOR. . ARTICLE II -CHANGE OF CQNTMCT PRI~E 11.1 The Contract Price constitutes the total compensation payable to the CONTRACTOR for Performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the CONTRACTOR shall be at Its expense without changing the Contract Price. 11.2 The CITY may, at any time, without written notice to the sureties, by written order designated or indicated to be a Change Order, make any change in the Work within the general scope of the Contract, including but not limited to changes to or in: 11.2.1 SpeCifications (including drawings and designs); .' 11.2.2 Method or manner of performance of the Work. 11.2.3 CITY-furnished facilities, equipment, materials, services, or site; or 11.2.'1 Acceleration in the performance of the Work. 11.3 Except as provided in this section, or sections referred. to in this section, no order, statement, or conduct of the CITY shall be treated as a Change Order or entitle the CONTRACTOR to an equitable adjustment unless and until the change in the Work Is specifically and expressly provided for in a written Change Order, or as otherwise provided in another section of the Contract DocumentS. 11.'1 When a Change Order is issued by the CONSULTANT and signed by the CITY or issued by the CITY in writing, the CONTRACTOR shall perform the Work even If the CONTRACTOR does not agree with the dollar amount of the Change Order. If any Change Order causes an increase or decrease in the CONTRACTOR'S cost of, or the time required for, the performance of any part of the Work under this Contract, for which the CITY and the CONTRACTOR cannot reach a timely agreement, an equitable adjustment based on the cost of the Work shall be made and the Contract modified accordingly. 11.5 If the CONTRACTOR intends to assert a claim for an equitable adjustment or contest the eqUitable adjustment made by the CONSULTANT, it shall, within ten (10) calendar days after receipt of a written Change Order, submit to the CITY and CONSULTANT a written notice including a statement setting forth the general nature and monetary extent Of such claim for equitable adjustment, time extension requested and supporting data. In determining the cost of the Change Order, the costS shall be limited to those listed in section 11.7 and 11.8. . 11.6 No claim by the CONTRACTOR for an equitable adjustment hereunder shall b. allowed if not submitted in accordance with this section or if asserted after final payment under this Contract. 11.7 The value of.any Work covered by a Change Order or of any claim for an increase Or decrease in the Contract Price shall be determined in one of the follOwing ways: I 1.7.1 By negotiated lump sum. 11.7.2 On the basis of the reasonable cost and savings that results from the change in the Work plus a mutually agreed upon fee to the CONTRACTOR to cover overhead and profit not to exceed 15%. If the CONTRACTOR disagrees with the CONSULTANTs determination of reasonable costs, the CONTRACT shall provide a list of all costs together with backup documentation Thomas F. Pepe 11-5-14 81 11.8 The term cOst of the Work means the, sum of all direct extra costs necessarily incurred and paid by the CONTRACTOR in the proper performance of the Change Order. Except as otherwise may be agreed to in writing by CITY, such costs shall be in amounts no higher than those prevailing in Miami-Dade County and shall include only the following items: ' 11.8.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the ---------' .. ----" --·-Wotlrdesctibed'ii'fthe·elfange'O'Fder1Jijdei'·scneduli!FO~lo/jcl"sificlitionsagreed:Upoli IlY'Crry: ' and <:0!'lTRACTOIt·Payroll costs for employees not employed full time,on,the Work shaJl be apportioned ,on, the ba,sis of t~eir, time, spent on the Work. ,Payroll costs shall be limited to: salaries and wages, plus the costs of fringe benefits which shall include social security contributions, unemploymen~ excise and payroll taxes, workers' compensation, health and retirement benefits, sick leave, vacation and hqliday pay applicable thereto.' Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on 'Sunday or legal holidays shall be included in the above only if authorized by CITY and provided it was not in any way, whether in whole or in part the result of the fault of the, CONTRACTOR due to negligence of the CONTRACTOR or those acting by or through him or due in whole ,?rin part to Defective Work of the CONTRACTOR. 11.8.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transpqrtation and storage. ani:! manufacturers' field services required in connection thereWith. The CONTRACTOR shall notify the CITY of 'all cash discounts that are available and offer the CITY the opportunity to deposit funds with the CONTRACTOR for the payment for items that offer a discount. Cash discounts shall accrue to CONTRACTOR unless the CONTRACTOR fails to timely notify the CITY of the discounts or if the CITY deposits funds with CONTRACTOR with which to make payments in which cases the cash discounts shall accrue to the CITY. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and eqUipment shall accrue to CITY, and CONTRACTOR shall make provisions so that they may be obtained. II .83 'Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to him and shall deliver such bids to CITY who will then determine, with the advice of the CONSULTANT, which Bids will be accepted. No subcontract shall be a cost plus contract unless approved in writing by the CITY. If a Subcontract provides that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the cost of the Work shall be determined in accordance this section 11.8 and in such case the word "Subcontractor" shall be substituted for the word "CONTRACTOR". 11.8,4 Rentals of all construction equipment and machinery, except hand tools, and the partS thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by CITY with the advice of CONSULTANT, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof -all In accordance with terms of said rental agreements. The rental of any such equipme~ machinery or parts shall cease when the use thereof Is no longer necessary for the Work. 11.8.5 Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. 11.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a separate item. I 1.8.7 The cost of utilities, fuel and sanitary facilities at the site. II.S.8 Minor expenses such as telegrams, long distance' telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes in the Work, not to exceed two percent (2%) of the increase in the Cost of the Work. 11.9 The term Cost of the Work shall NOT include any of the following: 11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, agents, expediters, timekeepers, derks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general Thomas F. Pepe 12-5-14 8l (~ \_) ) C) .. J administration 61 the Worl<and not specifi~'lIy Included in the s~hedule referred to in Subparagraph 11.5. 11.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site. 11.9.3 Any part of CONTRACTOR'S capital expenses,. including interest on CONTRACTOR'S capitill employed for the Work and charges agains~ CONTRACTOR for delinquent payments. --H;9A-~¢t-Of'prert1iums1or-aU-lronds-and-f6ra!l-ifi~~politiesVilfetifor orn-exc;oNTIfACTOlt is ,. . requifedby the.C::,?ntractpocumen~ t<?purchas" ~nd maintain the same.( except as .9t~erwise pr"vi~e~i)1Supp;u:ag,""hl) .~,9) .. "" ..,',.' . .... . ....... ....> . 11.9.5 Cos4 fju~ to then~gli~n~eofCONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of diem or. for whose acts any of them may be liable, induding but not limited to, the torrection of defective work. disposal of materials or eqUipment wrongly supplied and ma~i.ig<gOod anYdal1)agetopropeCo/.· . . 11.9:6 Other overhead Or general expense costs of any kind and the costs of any item not specifically and expressly Indud.ed in Paragraph II.a· . . 11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be determined a;follows; .,. .. . 'i .. ' . . " . '. '. . . I 1'.10.1 A mutually acceptable firm fixed price; or if none can be agreed upon. 11.10.2 A mutually acceptable fixed percentage (not to exceed. 15%). 11.11 The amount of credit to be allowed by CONTRACTOR.to !;;,I.TY for any such change which results in a net decrease in (:cst will be the amount of the actual net decrease in costs calculated in the same manner as provided in 11.8. When bOth. ~dditions and credits are involved in anyone change, the net shall be computed to include overhead and . profit, identified separately, for both additions and credit, provided however, the CONTRACTOR shall not be entitled to claim lOst profits for any Work not performed. ARTICLE 12· TIME FOR COMPLETION. L10UIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME 12.1 Time is of the essence to this contract and the date of beginning and the time for completion' of the Work are essential conditions of the Contract. Therefore. the Work shall be commenced on the date specified in the Notice to Proceed and completed within the time specified for completion of the work. 12.2 The CONTRACTOR shall proceed with the Work at such rate of progress to ensure full completion within the Contract Time. It is expressly understood. and agreed, by and between the CONTRACTOR and the CITY, that the Contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average ,:limatic and economic conditions and other factors prevailing in the localio/ of the Work. No extension of time shall be granted due conditions that the Contractor knew of or should have known of before bidding on the project .or due to inclement weather, except as provided in section 12.7. 123 If the CONTRACTOR shall fail to complete the Work within the Contract Time, or extension of time granted by the CITY, then the CONTRACTOR shall pay to the CITY the amount of liqUidated damages as specified in the Contract Documents for each calendar day after the scheduled date for completion as adjusted by written Change Orders that extended the completion date. 12.3.1 These amounts are not penalties but are liquidated damages incurred by the CITY for its inabilio/ to obtain full use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibllio/ of precisely ascercaining the amount of damages that will be sustained as a consequence of such delay, and both parties desiring to obviate any question or dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract' on time. The above-stated liquidated damages shall apply separately to each phase of the Project for which a time for completion is given. 123.2 CITY is authorized to deduct the liqUidated damages from monies due to CONTRACTOR for the Work under this Contract. 12.4 The Contract nme may only be changed by a written Change Order. Any claim for an extension in the CONTRACT TIME shall be based on written notice delivered to the CITY and CONSULTANT within five (5) business days of the occurrence of the event giving rise to the claim and stating the general nature of the claim including supporting data. All claims for adjustment in the Contract Time shall be evaluated and recommended by the CONSULTANT, with final approval by the crrrs representative. Any change in the Contract Time resulting from any such claim shall be incorporated in a written Change Order. 12.S All time limits stated in the Contract Documents are of the essence of the Contract. Thomas F. Pepe 12.5·14 83 12.6 No d~m for delay shall be allowed because of failur~tofumish Drawings before the expiration of fourteen (14) calendar days after demand has been made in writing to the CONSULTANT for such Drawings. Furthermore, there shall. be . no monetary compensati.on for such delay and the CONTRACTOR's sole remedy shall. be an extension of time for the period of delay. . 12.7 Extensions to' the Contract Time for delays caused' by the effeetsof inclement weather shall not be ·~-······~·--'·-gffi,t"-d~ilnli!lnli,r·.Wl!~tl;'ir was unuSiJaUorSou!h-'-Floriaa anaco~la not liave 6een antfci~;tII~···-···· .... '. a~l'~rl)ial,jYeatheris ~()curriente~,bYI'''r0;.~ .• fro,"l:he!latipiial~e.tI)er~ei-yice alld .!:he·.abn"r;;'al wea~h~tJ~docuinented toh~ve h.ad asubsi:lln~aI,~ffe,cted pq th~~O,n~1;t:Uction s~hedule. .' ,...., ,'.': 12.8' No i)ainages for Delay:· Th.e CONTiV\.CTOR agrees' that he .shall not. have any claim for damages due to delay unl.iS.the delay exc:eeds 6 inonttis, Whether individu~lIy "rcumulatively, and then the damages shall be limited to increased cost of materials thatwe"e unanticipated and that would not have been incurred but fi;lr the delay. Oth~rth~,;'.s s.et forth, above, the,only remedy for any delay sliaUbelirllitedtoan extension of time as provided for in Section 12.4 which shall be the sole and exclusive remedy for such resulting delay. Other than as set fOrth above, CONTRACTOR shall not b'e entitled to an increase in'the coni-tct Pric,; or payment: or comp~hs~~iC)n .of any kind from CITY for di~ect, indirect, cons~uen~.I, impact 'or other costS. 'expenses or damages, including but not limited to, costs of acceieration or inefficiency. overhead or lost profits, arising because'of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay. disruption. interference or' hindrance be reasonable or unreasonable, foreseeabie or unforeseeable. or avoidable or unavoidable. 12.9 The CONTRACTOR waives all claims that are not presented to the City in writing on or before the 21" . day following the date of the event upon which the claim is based. ARTICLE 13 • GUARANTEE 13.1 The CONTRACTOR shall guarantee and unconditionally warrant through either the manufacturer or the CONTRACTOR directly.' all materials and equipment furnished and Work performed for patent Defective Work for a period of one (I) year from die date of Final Acceptance as Indicated in the CONSULTANT Letter of Recommendation of Acceptance or from the date when the defect wa. first observable, whichever is later. The same guarantee and unconditional warranty shall be eXtend for five (5) years from the date of Final Acceptanc\! as indicated in the CONSULTANT Letter of Recommendation of Acceptance for ·Iatent Defective Work. The CITY will give notice of observed defects with reasonable promptness; In the event that the CONTRACTOR should fail to commence to correct such Defective Work within ten (10) calendar days after having received written notice of the defect, or should the CONTRACTOR commence the corrective work, but fail to prosecute the corrective work continuousiy and diligently and in accordance with the Contract Documents, applicable law. rules and regulations, the CITY may declare an event of default, terminate the Contract in whole or in part and cause the Defective Work to be removed or corrected and to complete the Word at the CONTRACTOR's expense. and the CITY shall charge the CONTRACTOR the cost there~ incurred. The Performance Bond shall remain in full force and effect thrOUgh the guarantee period. 13.2 The specific warranty periods listed in the Contract Documents, if different from the period of time listed in Section 13.1, shall take precedence over Section 13.1. ARTICLE 14· PAYMENTS AND COMPLETION Payments to Contractor 14.1 The ContractOr shall not be entitled to any money for any, work pl!rformed before the issuance of a Notice to Proceed on the form described in the Contract Documents and the issuance by the City of a "purchase order", or any other document, does not and shall not authorize the commencement of the Work. At least ten (10) calendar days before each progress payment falls due (but not more often than once a month), the CONTRACTOR shall submit to the CONSULTANT a partial payment estimate filled out and signed by the CONTRACTOR covering the Work performed during the period covered by the partial payment estimate and supported by such data as 'the CONSULTANT may reasonably require. All progress payment applications aftl!r the first progress payment shall be accompanied by partial releases of lien executed ~ all persons. firms and corporations who have furnished labor. services or materials incorporated into the work during the period of time for which the previous progress payment was made, releasing such claims and lien rights, if any. of those persons. Thomas F. Pepe 12,5·14 C) .". ) C) ) If payment is requested on the basis Cif mat';':i'als and equipment not incorporated in the Work but delivered and SUitably stored at or near site. the partial payment estimate shall also be accompanied by such supporting data, satisfactOry to the CITY. Which establishes the CITY'S tide to the material and equipment as well as certificates of insurance providing coverage for 100% of the value of said material and. equipment covering the material and equipment from all casualties as well as theft, vandalism. fire and ' .. ,. ···-fl"o~:;-Thl!'CONl'RAcrOR-slfalt1"epla1:e-:aritS"I!lipe".s-nny-ruire-domterlal~d-wr:-Whld9D·I"E!1tlrer-------- damaged .or~tolen .. befofeinstaliation .. Th" . COI\ISULTANT,\Viliwithin . ten .( I 0) cale~dar.days .. after·· ,;.,cei';t Jlf ~a.ch·pi0:t.OJPaymeni. es~!r:iiate.· ei~her.·c~ciifYing in 'writi~ ii$ .approVol.pf payment and·· pre;e';~ thepama; payiiieht estimate1:c:Uhe CITY. or return the partialpaymerit estimate to the CONTRACTOR •. indicating in writing his reas"os for refusing to approve payment. In the latter case. the CONTRACTOR may make the necessa.ry corrections ,and resubmit the partial payment estimate. Tlie CITY. will within thirty (30) c.alendar· days of presentation to it of any approved partial payment estimate. pay the CONTAACTOR a progress payment on' the basis of the. approved partial payment estimate. The CITY shall retain ten (i 0%) percent of the a(!lount of each payment until Final Completion and Acceptance of all Wo~k covered by the Contract PClc~ments. Any Interest ea~ned on the retainage shall accrue. to t~e benefit of the CITY. ". . ." . .' . 14.2 The CONTRACTOR, before It shall receive flnal payment, shall lIeliver to the CITY a Contractor'. Final Payment Affidavit as set forth in the Florida Construction Lien Statute as well as final releases of lien executed by all persons who have performed or furnished labor. services or materials. directly or indirectiy. which was incorporated into the Work. If any person refuses to provide suCh a re.lease .or provides a conditional release. the CITY shall have the right to issue a joint check made payable to the CONTRACTOR and such person. Contractor's Warran1¥ of Title 14.3 The CONTRACTOI!. warrants and guarantee. that tide to all Work, materials and equipment covered by an Application for Payment whether the Work, material or equipment·is Incorporated in the Project. or not, shall have passell to the CITY prior to the making of the Application for Payment, free and clear of all liens. claims. security interest and encumbrances (hereafter in these General Conditions referred to as "Uens"); and that no Work, materials or equipment, covered by an Application for Payment, will have been acquired by the CONTRACTOR Or by any other person performing the Work at the site or furnishing materials and equipment for the Project, under or pursuant to an agreement under which' an interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR or such other person. Approya! of Payment . . 14.4 The CONSULTNT's approval ofany payment requested in an Application for Payment shall constitute a representation by him to the CITY. based on the CONSULTANTs on site observations of the Work in progress as an experienced and qualified design professional and on his review of the Application for Payment and supporting data, chat the Work has progressed to the point indicated in the Application for Payment; that, to the best his knowledge. information and belief, the quality of the Work is In accordance with che Contract Documents (subject to ail evaluation of the Work as a functioning Project upon substantial completion as defined in Article I. to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in his approval); and that the CONTRACTOR is entitled to payment of the amount approved. However. by approving. any such payment the CONSULTANT shall not thereby be deemed to have represented that he made exhaustive or continuous on-site observations to check the quality or the quantity of the Work, or that he has reviewed the mean •• methods. techniques. sequences and procedures of construction or that he had made any examination to ascertain how or for what purpose che CONTRACTOR has used the moneys paid or to be paid to him on account of the Contract Price, or that title to any Work, materials. or equipment has passed to the CITY free and clear of any liens. 14.5 The CONTRACTOR shall make the following certification on each request for payment: "I hereby certify that the labor and materials listed on this request for payment have been used in the construction of this Work and that all materials included in this request for payment and not yet Incorporated into the construction are now on the site or stored at an approved location. and payment received from the last request for payment has been used to make payments to all his Subcontractors and suppliers. excePt for the amounts listed below beside the names of che persons who performed work or supplied materials". Thomas F. Pepe 12-5-14 85 f I I l In the event. ti,atti,e CONTRACTOR withholds PaYment from ~ Subcontractor or Supplier, the same amoun~of money shall be withheld from the CONTRACTOR's payment until the issue is resol.ve<! by written agreement between them and t~en a joint check shall be made payable to the person. in que~tion and the cqNTRAcroR in accordance with the settiement agreement. otherwise the money shall be held by the C,ITY until a judgment is entered in fa1(or of ~e 'CONTRACTOR or the person, In Which case , '" -,--.the-inoney-.shall~be-pai~-according-withcsaid:judgn\ent:::-Nothing-conu.ined-hereilFshall~lnQlcate'an"intent··· - .. tQ!>,en~l)t,~ny;t~I(~i>e~oris.W~o aren"tsign.atories.,to.the.<:;Clntr:act;. .' .........• ......••. ". ,( y •...... . . • .••. 14.6 T~~.C,ClN~UFANT'mayrElfu~e to..pproy~,th~.",hi:>le or.~riypart pI any payment if, i~its ophiion, it is unilbie tOmai<e such representations to the CITY as required this Section 14. It may also refuse to approve any payment, Of it may void ~ny prior payment application certification because of subsequently discovered evi~ence or the results of subs.equ~nt inspection ()r testS t() such ext~nt as may be nece~sary in its opinion to protect the CITY from los. because: ", 14.6.1. of Def~ve W"rk, or completed WClrk has been d~maged requiring correction or replacement, 14.6.2 the V\I()rk for which payment is requested can.notbe'verifl~d, . 14.6.3 claims. of Liens' have beenfile<l or 'received, or'there'isreasonable eVI.dence indicating the probable filing or receipt thereof, . '. . ." .' •. • . . 14.6.4 the Contract Price has been reduced because of modifications, 14.6.5 the CITY has correct Defective Work or completed the .Work in accordance with Article 13. 14.6.6 of unsatisfactory prosecution' of the Work, including failure to clean up as required by paragraphs 6.29 and 6.30, .'. ." .',' .'. "'. 14.6.7 of persistent failure to cooperate with .other contractors on the Project and persistent failure to carry out the Work in accordance with the Contract Documents, 14.6.8 of liquidated damages payabl~ by the CONTRACTOR. or· 14.6.9 . of any other violation of, or failure to comply with provisions of the Contract Documents. 14.7 Prior to Final Acceptance the CITY,·with the approval of the CONSULTANT, may use any completed or substantially completed portions of the Work provided such use does not interfere with the CONTRACTOR's completion of the Work. Such use shall not constitute an acceptance of such portions of the Work. . 14.8 The CITY shall have the right to enter the premises for the purpose of doing Work not covered by the Contract Documents. This provision shall not be construed as relieving the CONTRACTOR of the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may be caused by agents or employees of the CITY. 14.9 Upon completion and acceptance of the Work the CONSULTANT shall issue a Certiflcate attached to the Final Application for Payment that the Work has been accepted by it under the conditions of the Contract Documents. The entire balance found to be due the CONTRACTOR, including the retained percentages, but except· such sums as may be lawfully retained by the CITY, shall be paid to the CONTRACTOR within thirty (30) calendar days of completion and acceptance of the Work. 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Vendor with the City. The Bank of America ePayables Solution is an automated card payment process that shifts accounts payable disbursements to corporate purchasing cards. ePayables, streamline the process of making payments to your organization gO.ing forward, the City will provide the CONTRACTOR with a' credit card account number to keep on file. This card has unique security features, with $0 of available funds until an invoice is approved for payment. After an invoice has received proper and complete approval, an electronic remittance advice will be sent via .... mail, or fax, which notifies the CONTRACTOR that the funds have been transferred in to the account linked to the card fllr the amount listed on the invoice andlor remittance email. Please refer to the ePayables Questions & Answers Form contained in this RFP or contact the CITY's Finance department at (305) 663·6343 with any questions. Acceptance of Final Payment i$ Release 14.11 The Acceptance by the CONTRACTOR of Final Payment shall be and shall operate as a release to the CITY and a waiver of all claims and all liability to the CONTRACTOR other than claims preViously filed and unresolved .. The waiver shall include all things done or furnished in connecdon with the Work and for every act and neglect of the CITY and others relating to or ariSing out of this Work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. Thomas F. Pepe 12·5·14 86 Cj C) · . -. . . 14.12 The CONSUI.TANT may void any certification of SubstaJitial CompletlO~ or Final Co~pletion of the Work as may be'necessary in his opinion to protect,the CITY from loss if he determines, because of subsequently discovered evidence or the results of subsequent inspection or tests, that 14.12.1 the Work Is defective, or that the completed Work has been damaged due to the fault of the CONTRACTOR or any Individual or: entity operating under or through it requiring correttlon ------or-replacemenno-the-exteni--that-the-projeCC--is-no-longer-Substantially-Completed; or-in the --case (ifFiiial Completion c!ii:tlflcadon,-is no Tonger ~liiiIry-CompefJ -:----------, --, 14.12.~ theWc,,·k' ne~~s~aryto~ec()';'pletedf?r thfpurp()s~ofcer'tifying thework~s being, Substantially Completed or Finally C,,,ripleted cannot be verified, I, " 14.12.3 claiins or Liens have ,been filed or received, or there is reasonable evidence indicating the probable filing or receipt thereof that, If valid and paid, would reduce the amount owing to the CONTRACTOR, BY 20% in ,the case of Substantial Completion and 5% in the case of Final Completion. " , 14.12.5 there is Defettlve Work the value of which, if deducted from the contract price would reduce the amount owing to th,e, CONTRACTOR BY 20% Inth," case of Substantial Completion and 5% in the case of Final Completion. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION 15.1 The CITY may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than one hundred eighty (180) calendar days by notice in' writing to the CONTRACTOR and the CONSUI,.TANT, which ' shall fix the date on which Work shall be resumed. The CONTRACTOR shall beailowei:i an 'increase in the, Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension and if a claim is timely made and if it is allowed under the terms of Articles II or Article 12. ' CitY Mi!)ITerminate ' I S.2 If the CONTRACTOR is adjudged bankrupt or insolvent, or,if he makes a general assignment for the benefit of Its creditors, or if a trustee or receiver is appointed for the CONTRACTOR or for any its property, or if he flies a petition to take advantage of any debtor's act, or to reorganize under bankruptcy or similar laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to Subcontracto.rs or for labor, materials or equipment or he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, or if he disregards the authority of the CONSULTANT, or if he otherwise violates any provision of, the Contract Documents, then the CITY may, without prejudice to any other right or remedy and after giving the CONTRACTOR and the Surety seven (7) calendar days written notice, terminate the services of the CONTRACTOR and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the Work by whatever method it may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the dire,ct and indirect costs of completing the Project, Including compensation for additional professional services, such excess shall be paid to the CONTRACTOR. If such costs exceed such unpaid balance, the CONTRACTOR or the Surety on the Performance Bond shall pay the difference to the CITY. Such costs incurred by the CITY shall be determined by the CONSULTANT and incorporated in a Change Order. If after termination of the CONTRACTOR under this Section, it is determined by a court of competent jurisdittlon for any reason that th'e CONTRACTOR was not in default, the rights and obligations of the CITY and the CONTRACTOR shall be the same as if the termination had been Issued pursuant to Section 15.5 15.3 Where the CONTRACTOR'S services have been so terminated by the CITY said termination shall not affect any rights of die 'CITY against the CONTRACTOR then existing or which may thereafter accrue. kly retention or payment of moneys by the CITY due the CONTRACTOR shall not release the CONTRACTOR from liability. 15.4 Upon seven (7) calendar days written notice to the CONTRACTOR and the CONSULTANT, the CITY may, without cause and without prejudice to any other right or remedy, elect to terminate the Contract for the conV8(1ience of the CITY. In such case, the CONTRACTOR shall be paid for all Work executed Thomas F. Pepa 12·5·14 87 I t I j , I I 1 " i ~ l I and' accepted by the CITY as of the date of the termination, minus any deduction for damage or Defective Work. No payment shall be made for profit for Work which has not been performed. Removal of Equipment 155 In 'the case of termination of this Contract before completion for any cause whatever, the CONTRACTOR, if notified to do so by the CITY, shan promptly remove any part or all of its equipment ", -'::~nd-sujipli!'s:.fr<l_nrtlr!~J>r:op~~ the ,<:11:";:" Should the CONTRAGTOR-not-remove-such-equipment-" , andsuppli~$, the c,rrv shall have the right tci-removetlierii"attfieexpeiiie Oftlii!"CONTAACT9R'ahCl' ' th.CO/'lTi\ACTORagrees that the CI,TY sha,lI not be liable for loss c;>r damage to such equipment or suppftes; 'Equipment and supplies shall not be construed to, include such items for which the CONTRACTOR has been paid in whole or in, part. Contractor .May Stqp Work or Terminate ' 15.6 If, through no act or fault of the CONTRACTOR, the Work Is suspended for a period of more than one hundred eighty (180) calendar days by the CITY or by ,order of other public authority, or under an order of cOUrt or the CONSU,L TANT fails to act on any Application for Payment within thirty (30) calendar days after it is submitted, or the CITY fails to pay the CONTRACTOR any sum approved by the CONSULTANT, within thirty (30) calendar days of its, approval, and presentation, then the CONTRACTOR may, upon twenty (20) calendar days written notice to the CITY and the CONSULTANT, terminate the Contract. The CITY may remedy the delay or neglect within the tw,enty (20) calendar day time frame. If timely remedied by the CITY the Contract shall not be considered terminated. In lieu of terminating the Contract, if the CONSULTANT has failed to act on an Application for Payment or the CITY has failed to make any payment as afore said, the CONTRACTOR may upon ten (10) calendar days' notice to the CITY and the CONSULTANT stop the Work until it has been paid all amounts then due. Indemnification of Consultant. 15.7, The CONTRACTOR and the CITY hereby acknowledges that the CONSULTANT may be reluctant to rule on any disputes concerning the Contract Documents or on the performance of the CONTRACTOR or the ::CITY pursuant to the terms of the Contract Documents. Therefore, the CITY or the CONTl\ACTOR, at the CONSULTANT's request, agree to provide the CONSULTANT with a written indemni~cation and hold harmless agreement to indemnify and hold the CONSULTANT harmless before the CONSULTANT makes an interpretation, de-certifies a payment application, decertifies Substantial Completion, decertifies Final Completion, certifies an event of default, or approves any action which requires the approval of the CONSULTANT. ARTICLE 16 -MISCELLANEOUS 16.1' Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last known business address. 16.2 The Contract Documents shall remain the property of the CITY. The CONTRACTOR and the CONSULTANT shall have the right to keep one record set of the Contract Documents upon completion of the Project. 16.3 The duties and obligations Imposed by these Genn Conditions, Special Conditions and Supplemental Conditions, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CON~CTOR by the Contract Documents and the rights and remedies available to the CITY and CONSULTANT thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available by law, by special guarantee or by other provisions of the Contract Documents. 16.4 Should the CITY or the CONTRACTOR suffer injury or damage to its person or property because of any error, omiSSion, or act of the other or of any of their employees or agents or others for whose acts they are legally liable, claim shall be made in writing to the other party within twenty one (21) calendar days of the first observance of such injury or damage. Thomas: F. Pepe 12-5-14 88 o ) f f ' ARTICLE 17 -WAIVER OF IURY TRIAL 17.1 CITY and CONTRACTOR knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. ARTICLE IB -ATTORNEYS FEES IURISDICTION! VENUE! GOVERNING LAW lB. I The Contract shall be construed in accordance with and governed by the law of the State of Florida. IB.2 The parties submit to the jurisdiction of any court of competent jurisdiction in Florida regarding any claim or action arising out of or relating to the Contract or Contract Documents. Venue of any action to enforce the Contract shall be in Miami-Dade County, Florida. IB.3 If either the CITY or CONTRACTOR seeks to enforce the terms of the ContraCt by court proceedings, the prevailing party shall be entitled to recover all such costs and expenses, including, but not limited to, court costs, and reasonable attorney's fees. IB.4 Except as may be otherwise provided in the Contract Documents, all claims, counterclaims, disputes and other matters in question between the CITY and the CONTRACTOR arising out of or relating to this . Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the State of Rorida. ARTICLE 19 -PROIECT RECORDS 19.1 The CITY shall have right to inspect and copy during regular business hours at CITY'S expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project. and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project. CONTRACTOR shall retain and make available to CITY all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following final completion of the Project. During the Project and the three (3) year period following final completion of the Project, CONTRACTOR shall provide CITY access to its books and records upon five (5) business day's written notice. 19.2 ACCESS TO PUBLIC RECORDS. CONTRACTOR and all of its subcontractors are required to comply with public records laws (s.119.0701) and the CONTRACTOR agrees to incorporate this paragraph in all of its subcontracts for this Project. CONTRACTOR and its subcontractors are specifically required to: a: Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. b. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. d. Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. e. If CONTRACCTOR or its subcontractor does not comply with a public records request, the CITY shall have the right to enforce this contract proVision by specific performance and the person who violates this provision shall be liable to CITY for its costs of enforcing this provision, including attorney fees incurred in all proceedings, whether administrative or civil court and in all appellate proceedings. The City shall also have the right to immediately terminate this Agreement for the refusal by the Contractor to comply with Chapter 119, Florida Statutes. f. The Contractor shall retain all records associated with this Agreement for a period of three (3) years from the date of Termination or as otherwise required by Chapter 119. Thomas F. Pepe 12-5-14 89 ARTICLE 20 -SEVERABILITY 20.1 If any provision of the Contract or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of the Contract, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. ARTICLE 21 -INDEPENDENT CONTRACTOR 2 I. I The CONTRACTOR is an independent CONTRACTOR under the Contract. Services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the. CONTRACTOR. IN WITNESS WHEREOF, the parties hereto have 'l'I'ecuted the General Conditions !9 acknowledge their inclusion as part of the Contract Documents on this at:. day of0LAOZ ' 20~, CONTRACTOsa~gco.jJ·dYl rU'liCe1, L'1.~. 1iYno...ct,.., Signature: N:-am-e-: -=1Po7'. '-'. :C=;@l~rd::r·TiWT.eA:;:;C;;1--=- AUTHENTICATION: Thomas F. Pepe 12-5-14 Title: Vf 90 KF''PdJ: 'P R 20 15-D4-~ Supplementary Conditions A Consultant: The CONSULTANT is defined as set forth in ARTICLE I of the General Conditions; however, if no consultant is listed below, all references in the General Conditions to the CONSULTANT shall mean the City's designee. The name, address, telephone number and facsimile number of the Consultant, if any, and the City's designee are as follows: Consultant N/A B. Supplemental Definition: Work that is unsatisfactory, faulty, or deficient shall mean work that does not conform to the Contract Documents, or does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing by CITY). C. Termination or Substitution; Nothing herein shall prevent the CITY from terminating the services of the CONSULTANT or from substituting another "person" as defined in Article I. D. Disputes: If any dispute concerning a question of fact arises under the ContraCt, other than termination for default or convenience, the CONTRACTOR and the City department responsible for the administration of the Contract shall make a good faith effort to resolve the dispute. If the dispute cannot be resolved by agreement, then the department with the advice of the City Attorney shall rule on the disputed issue and send a written copy of its decision to the CONTRACTOR, which shall be binding on both parties. E. Non-conformance to Contract: The City of South Miami may withhold acceptance of, or reject items which are found upon examination, not to meet the specification requirements. Upon written notification of rejection, items shall be removed within five (5) business days by the CONTRACTOR at his own expense and redelivered at his expense. Rejected goods left longer than thirty (30) calendar days shall be regarded as abandoned and the City shall have the right to dispose of them as its own property and the CONTRACTOR thereby waives any claim to the good or to compensation of any kind. Rejection for non-conformance or failure to meet delivery schedules may result in the Contract being found in default F. Default Provision: In case of default by the CONTRACTOR, the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby G. Secondao:ylOther Contractors: The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a timely manner as requested, to obtain the good andlor services from other sources and deducting the cost from the Contract Price without violating the intent of the Contract. . H. Assi&nment: The CONTRACTOR shall not transfer or assign the performance required by the Contract without prior written consent of the City Manager. CONTRACTOR shall not assign or transfer its rights under this Agreement without the express written consent of the City. The CONTRACTOR shall not assign any of its duties, obligations and responsibilities. The City will not unreasonably withhold and/or delay its consent to the assignment of the CONTRACTOR's rights. The City may, in its sole discretion, allow the CONTRACTOR to assign its duties, obligations and responsibilities provided the assignee meets all of the City's requirements to the City's sole satisfaction, executes all of the Contract Documents that were required to be executed by the CONTRACTOR and provided the CONTRACTOR remains jointly and severally liable for any breach of the Agreement by the assignee. Thomas F. Pepe 12-5·14 91 I. Plans for Construction: The successful Bidder will be furnished four sets of Contract Documents without charge. Any additio~al copies required will be furnished to the Bidder ata cost to the Bidder equal to th~ ~ reproduction cost. W01.k: S~~ CSrtfb-t W> .. ~ ~ 4lr~d sc~ "1. ~ .. ~ ~ OI>V\.d ~ ~~ P 11:> Pb5-<?d 'P [<>'1 d 0,no1 ;X'-wt-*'! B'.b~ "'1 C-o-n'Jv-.e:trrL $ J. Warranty/Guarantee: CONTRACTOR shall act as agent, on a limited basis for the City, solely for the follow.up concerning warranty compliance for all items under manufacturer's Warranty/Guarantee and for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract. IN WITNESS WHEREOF, the parties hereto have executed the Supplementary .s;:onditions to acknowledge their inclusion as part of the Contract on this.:) tiday of CflA"-!L , 20.J5...., Ser:!ICeJ',lnC. p £ ~ !I)'ll<it-. CON!RACTOR: DtJ6<eU'e.J:tim~-~ a../ ... S,gnature: ~ Name: -jO))(j(jjd IAlert- Title: V Thomas F. Pepe 12·5·14 ignature: .... Sfeven Alexander City Manager END OF DOCUMENT 92 EXHIBIT I SCOPE OF SERVICES The purpose of this RFP is to select a contractor to perform demolition of existine Rlayground, design and furnish new Rlayground equiRment and to install new Rlayground equiRment at Brewer Park, Dante Fascell Park, Fuchs Park and Murray Park; all four (4) parks are located within the City of South Miami. Work is to be completed withinJ20Days from issuance of a Notice to Proceed. The work specified in this RFP consists of furnishing all labor (including subcontractors), disposal of materials, machinery, tools, means of transportation, supplies, equipment, materials, permits and services necessary to perform the following work described in this RFP. Prior to any digging or site preparation at each City park location, Respondents must contact Sunshine 811 to coordinate the process between excavators and member utilities in Florida so that they can mark the approximate location of underground lines, pipes and cables on construction site. Permit fees are waived for permits issued directly by the City of South Miami. Permit fees will apply for those permits issued by other entities or governmental agencies. Respondents must apply and secure all permits associated for this project. The work associated with this project should be reflected in the Respondents Lump Sum Quote, Respondents shall provide detailed documentation defining the work performed for each City park location. Such documentation shall include, but not limited to, a detailed scope of work, manufacturer catalog andlor cut sheets, general data sheets,. drawings and sketches or speCification and warranty information. Respondents shall include the manufacturer and 3-dimensional drawings of all proposed playground equipment. 3-dimensional drawings shall be identified and organized by Park Location. and clearly tabbed in the Respondents proposal. The drawings must identify the Name and the Type of "Play Elements" and clearly identified in the 3-dimensinonal drawings provided. PARK LOCATIONS: NOTE: INTERESTEOPARTIES ARE ENCOURAGED TO INSPECT EACH "PARK LOCATION" Brewer Park 6300 SW 56 Street South Miami, FL 33 143 I. Remove and demolish existing playground structure, swing set structure, and independent slide; 2. Furnish and install new 2-5 playground structure, including age appropriate signage; 3. Playground structure shall be made up of both steel (wi powder coating) and composite material; 4. Playground structure shall include a minimum of 8 total play elements; 5. Furnish and install a fabric shade canopy for playground structure (minimum 12' X 12'); 6. Furnish and install new single post swing set structure; (2 bays: 2 tots & 2 belt seats); 7. Playgrounds shall be wheelchair accessible and ADA compliant; 8. Certified blow-on mulch -ADA Certified ASTM F951. Playground mulch must meet head impact criteria (HIC) and application depth of at least 12". Contractor may salvage and 41 reuse the existing mulch at site; however, the contractor shall be responsible for any additional mulch if needed to ensure an application depth of at least 12" to be fully effective in its safeness and wheelchair accessible; 9. Include geotextile fabric if necessary; 10. Contractor may reuse the existing borders at site and shall include additional composite border if necessary to complete playground site. I I. There are 12 recognized types of play; it's suggested that Respondents incorporate as many of these types of playas space allows to ensure the play environment encourages and develops a wide range of skills and developmental opportunities for kids. Dante Fascell Park 8700 Red Road South Miami, FL 33143 I. Remove and demolish 2 existing playground structures and 2 swing set structures; 2. Furnish and install new 2-5 playground structure and 5-12 playground structure, including age appropriate signage for both structures; 3. Playground structure shall be made up of both steel (wi powder coating) and composite material; 4. Playground structures combined shall include a minimum of 24 total play elements; 5. Furnish and install new single post swing set structure; (2 bays: 2 tots & 2 belt seats); 6. Furnish and install an independent play structure (the city does not have a specified type of freestanding play equipment); 7. Playgrounds shall be wheelchair accessible and ADA compliant; 8. Certified blow-on mulch -ADA Certified ASTM F951. Playground mulch must meet head impact criteria (HIC) and application depth ofat least 12" to be fully effective in its safeness and wheelchair accessible; 9. Include geotextile fabric if necessary; 10. Shade is not an issue at this park; therefore, no shade canopy nor roofs are required at this site; I I. Contractor is responsible for removing and disposing of existing wood borders and installing new composite borders. The contractor shall conduct any necessary pruning as reqUired and shall raise and elevate the new composite border, as necessary, when installing. 12. There are 12 recognized types of play; it's suggested that Respondents incorporate as many of these types of playas space allows to ensure the play environment encourages and develops a wide range of skills and developmental opportunities for kids. Fuchs Park 6445 SW 81" Street South Miami, FL 33143 I. Remove and demolish existing playground structure, frisbee golf receptacle, rubber surface, swing set structure and wood borders; 2. Furnish and install new 5-12 playground structure; 3. Playground structure shall be made up of both steel (wi powder coating) and composite material; 4. Furnish and install new single post swing set structure; (2 bays: 2 tots & 2 belt seats); 5. Playground structure shall contain a total of 15 total play elements; 42 6. Furnish and install two (2) integrated quad-sail canopies shall be a minimum of 144 Sq. Ft. 7. Installation of concrete sidewalk from playground to parking lot; 8. Playgrounds shall be wheelchair accessible and ADA compliant; 9. Certified blow-on mulch -ADA Certified ASTM F951. Playground mulch must meet head impact criteria (HIC) and application depth of at least 12". Contractor may salvage and reuse the existing mulch at site; however, the contractor shall be responsible for any additional mulch if needed to ensure an application depth of at least 12" to be fully effective in its safeness and wheelchair accessible; 10. Include geotextile fabric if necessary; I I. Contractor may reuse the existing borders at site and shall include additional composite border if necessary to compl~te playground site; 12. Contractor shall prOVide composite border and install wood mulch safety surfaCing for swing set structure to be placed swing set structure. 13. There are 12 recognized types of play; it's suggested that Respondents incorporate as many of these types of playas space allows to ensure the play environment encourages and develops a wide range of skills and developmental opportunities for kids. Murray Park 5800 SW 66th Street South Miami, FL 33143 I. Remove and demolish existing playground and swing set structures; 2. Furnish and install new 5-12 playground structure; 3. Furnish and install new single post swing set structure; (2 bays: 2 tots & 2 belt seats) 4. Playground structure shall be made up of both steel (wi powder coating) and composite material; 5. Playground structure shall be contain a total of 16 total play elements; 6. Playgrounds shall be wheelchair accessible and ADA compliant; 7. Furnish and install two (2) integrated quad-sail canopies-shall be a minimum of 144 Sq. Ft. 8. The swing set at Murray Park is to be installed outside the existing concrete curbing. The Contractor is to leave the curbing in as-is condition; 9. Certified blow-on mulch -ADA Certified ASTM F951. Playground mulch must meet head impact criteria (HIC) and application depth of at least 12". Contractor may salvage and reuse the existing mulch at site; however, the contractor shall be responsible for any additional mulch if needed to ensure an application depth of at least 12" to be fully effective in its safeness and wheelchair accessible; 10. Include geotextile fabric if necessary; II. Contractor shall provide composite border and install wood mulch safety surfacing for swing set structure to be placed swing set structure. 12. There are 12 recognized types of play; it's suggested that Respondents incorporate as many of these types of playas space allows to ensure the play environment encourages and develops a wide range of skills and developmental opportunities for kids. 43 I. Site Sl!ecifications: Site Area (al!l!roximately) Brewer Park 30' x 30' Dante Fascell Park 40' x 50' (ages 5-12) I 30' x 30' (ages 2-5) Fuchs Park 40' x 50' Murra)! Park 45' x 50' The above measurements are approximate and are provided for planning purposes. Respondents are responsible for conducting exact measurements. II. Frequentl)! Asked Questions (FAQ): Question # I: What is the overall budget? Answer to Question #1: There has not been an overall budget established for this project. The City of South Miami is requesting proposals for the lowest and most responsive price for the project; however, the City reserves the right to award the Respondent whose proposal is found to be in the best interest of the City. Question #2: Is an ADA walkway required from the parking lots to playground sites? Answer to Question #2: Yes, Fuchs Park requires an accessible asphalt path. Contractor is to follow the Miami Dade County Design and Construction Standards for asphalt pavement. Please refer to Section 5 I - Limerock Base, Section 100 -Prime and Tack Coats, and Section 133 -Type S-I Asphaltic Concrete Surface Course. The proposed section for asphalt pavement shall be 8" (inches) thick limerock base with I" (inch) thick asphaltic concrete surface course. Question #3: What type of Freestanding play equipment does the City desire? Answer to Question #3: The City has not specified any type of freestanding play equipment. Question #4: Is the Contractor responsible for removing the existing concrete curbing at Murray Park? Answer to Question #4: No. Question #5: May the Contractor change the shape of the playground? Answer to Question #5: Yes, respondents may change the shape of existing playground footprints at each park location. Question #6: Is the contractor responsible to replace sod that may be disturbed outside of the project areas when construction equipment is moved to reach the project sites? Answer to Question #6: No, the City will replace sod that is disturbed to and from the project sites. The Contractor is to work closely with the City's Project Manager to minimize sod damages of this type. III. Border Material/Site Locations: I. Sufficient border is required to encompass the use zone of the composite structure. At several parks, the swings are placed separately from the playgrounds. Wood mulch safety surfacing with composite borders are to be installed around the swing structures where they are located separately from the playground. 2. All locations currently include playground equipment. The awarded contractor will be required to remove and dispose of the existing playground structures and prepare the areas for the new playground equipment. 3. Manufacturer of the equipment prOVided shall be ISO 900 I certified and the designer and factory installer must be certified by the National Playground Safety Institute. All equipment provided must, at a minimum, meet the following standards: a. ADA· American with Disabilities Act b. ASTM -The American Society for Testing Materials c. IPEMA The International Playground Equipment Manufacturers Association. The awarded contractor is respo~sible to prep the site locations for the installation of the proposed playground equipment and provide concrete, mulch or any type of safety surface reqUired. 45 IV. Additional Requirements: The contractor IS responsible to provide the following: • installation of temporary plastic construction fencing, orange in color, to secure the job site, and; , • disposal container for construction debris at each park location, The City will provide the contractor a location for a construction staging area at each park and, the Project Manager and/or a Parks and Recreation representative will coordinate the placement of the construction debris container and location of the temporary fencing, V, Warranty: The standard manufacturer's warranty information must be provided in writing for all equipment being proposed, including installation by an authorized dealer. VI. Park Site Sketch: A sketch depicting each park is included with the RFP. Refer to "Exhibit 2" for all four (4) park locations. VII. Proposal Analysis: Respondents must complete Exhibit #3, "Proposals Analysis" and include as a part of the submittal. Your proposal may be rejected if the "Proposal Analysis" is not submitted. END OF SECTION 46 DWRECRE-0r-1'--::cc::-:=",K,::D:,:-A:-:-H:::,L ACORD-I DATE(MMIDDfYYYY) ~ CERTIFICATE OF LIABILITY INSURANCE 5/2112015 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, tho policy(les) must be endorsed. If SUBROGATION IS WAIVED, subjectto 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)-. PRODUCER Celedinas Insurance Group 4400 PGA Blvd, Suite 1000 Palm Beach Gardens, FL 33410 INSURED o W Recreation Services Inc 2500 N.W. 791h Avenue, #258 Doral, FL 33122 CONTACT NAME: rJ1g NJo E"",(561) 622-2550 I r,e~ No,: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Burlington Insurance Company 23620 INSURER.: The Progressive Corporation INSURERc,Bridgefield Employers Insurance Company 10701 INSURERD: INSURERE: INSURERF: THIS IS TO CERTIFY THAT THE POLlCIE~_ OF I 9.ELlSTED BELOWHAVEBEENISSUED~~THE '!9l<THEPOLICYPE~IO[) INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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 ~~. liN\\, TYPEOFI on"nV""UR." ~~ LIMITS I A X LIABILITY ::1ilD!AMA~O!E!'2~RE!N!1!ED~~]r '~~~i~i I--!---,I CLAIMS-MADE 0 OCCUR 10/14/2014 10/14/2015 I • 100,00C MED EXP $ ~,50C ~ --------L .. n,,," ",ov • 1. ---------~A-~~~--, . ;K POLICY D ~~8T D LOC "\!'II I $ I OTHER, i' r--tAu-~~'"~"L1~A.~ILU,ITY~----------r--r--r-------------------r------1-------t~L1MIT I' B ~ • ~".-""' '-------ANY AUTO 07/07/2014 07107/2015 ,,"00", 1'_ 1 ALL OWNED rv SCHEDULED I pnn" v I"" 10Y'00 .. _'","" I • AUTOS I A AUTOS 1---'.-' "':--:-"' __ 1: ~~_~'""'''''''''/I''' rv-t-v-NON-OWNED ,I(PoMf'l13C I q: ~ HIRED AUTOS ~ AUTOS I .. I' 1, UMBRELLA LIAS U OCCUR I EACH ""'~ I $ ~~~ I~ 1$ ~="------r+--r-------------+----+-----+'~--'-mrrl$------~ ~ X I ~!f~TLJTE I I ~~M' C 1~~~PR~r..';1~1~iLIA.'LlTY ,"(..'-'!., NJA 1011412014 10114120151E.L "An, ~~~:~~~l. U I El. DISEASE ·EA I I $ I. if y';, ;"" I "elow El. DISEASE -POLICY LIMIT I $ I-",,,,~u"'.r I~V_I'f_ OF OPERATIONS J LOCATIONS J VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space 18 required) I~:~::~!i RFP-PR2015.()4 PlaY9round Demolilion and new installallon al four (4) City Parks. City of Soulh Miami Is included as AddlUonallnsured regarding Ie liability as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of South Miami THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 6130 Sunset Drive ACCORDANCE WITH THE POLICY PROVISIONS. South Miami, FL 33143 AUTHORIZED REPRESENTATIVE .~ © 1988·2014 ACORD CORPORATION. All roghts reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD I '0 C) ("j .. ·RFP 'c .. PtaygJQYnd ... DemQI,itiJiI:Lilnd~e"'I(ln~t~!tatton.:: ... ... .._--". ..... . ····c-·-·::~~.·it.-____ :--~. - 4 City Parks RFP #PR2015.04 April 17. 2015 10:00 a.m. Prepared For: City of South Miami 6139 Sunset Dr South Miami, FL 33143 Submitted By: D.W. RECREATION -.'.i ...... __ D.W. Recreation Services, Inc. 2500 N.w. 79th Ave. #258 Doral, FL 33122 DONALD WEST 561-818.4819. ... ~.' • » • • • Our Vision imd I~t~';t The City of South Miami is embarkh;g on an exciting project to provide an updated look at four City Parks. This project will enhance,thE) City's presence while providing ,new updated play eqUipment and Park Amenities to It's cijizens. D.W. Recreation Service_~, Inc. and REP Services, Inc. are very enthusiastic and capable of providing services for this project. Our Accomplishments - D.W. Recreation Services, Inc. was founded in Palm Beach CountY'in 2006. We are a successful DBE and provide work for all of the major municipalities in the tri county area. We provide general construc- tion , cO,nstruction management and partner with others to provide design-build services to our clients. We recently completed two design build projects with $500,000 in contracts for the City of Tamarac and The City of Coral Gables. We are proud to say that our company has continued to grow in annual reve- nues over the past 8 years. -- Our staff of highly trained and experienced professionals has a track record of delivering all our projects on time, within budgE!t, and as specified. This proven track record has added to our success as one of South Florida's leading playground installers. Our Experience and Personal Approach D.W. Recreation Services, Inc. specializes in the installation of playgrounds, shade structures and pavilions. --We have partnered with REP Services, Inc. on hundreds of pleasing public projects. We have successfully completed a variety of public projects throughout the tri county area and the State of Florida. - We believe our expansive range 'of experiences and sensitivity to providing this type of project, makes us the ideal design! build contractor for this project. As with every project, our managing principals are personally involved at every phase of the project and guarantee their success. ,: 0-"--" ••• -_" D.W. Recreation Services, Inc. does not have any outstanding Ittigations against us that would threaten the viability of our firm. If given the opportunity to work with the City of South Miami to provide new play eqUipment to the four city parks, we could begin right away. We look forward to working with your Ctty on this project. Respectfully Submitted, Donald WesWice President D.W. Recreation Services, Inc. and REP Services, Inc. Letter of Commitment , D. SERVICES n D.W.REcREAnON SERVICES 1. Profile of Proposer • Description of Firm I, SERVICES D.W. Recreati~nServices, Inc .. 2500 N.W. 79th Ave. #258 Doral, FL 33122 561-818-48191.561-433-0175 (fax) Dwrecreation@bellsouth.net Orgariization D.W. Recreation Services, Inc. has been in business since 2006 and continues to grow each year. Officers: Candace West President, Qualifier, Secretary, Treasurer Donald West, Vice President, Qualifier Below is a list of registrationsllicenses numbers, which qualifies D.W. Recreation Services" Inc. To practice construction in the State of Florida. License and Certification Info LBTR Number: 200704514 and 7447364 Donald West-State of Florida Certified General Contractor -CGC1520829 Donald West National CPS I #15964-0513 Candace West-State of Florida Building Contractor-CBC1260050 Work normally performed with our own forces: Demo Site Work All Installations C) o C) Banking············· .... ' .. ,'. '. Cl1as.··.· . -~.: 6350 Lantana Road Lake Worth, FL 33463 SERVICES Contact: 561·964·9934 Donna Bonding' Bonding Capacity: $500,000 Agent: . Collinsworth, Alter, Lambert, Inc. 23 Eganfuskee Street, Suite 102 Jupifer, FL 33477 Contact; D. Michael Stevens, Surety Bond Manager (561) 776·9001 Insurance Celedinas Insurance Group 4283 Northlake Blvd. Palm Beach Gardens, FI.. 33410 Contact: Karen Dahl, Commercial Acct. Manager (561) 514·5639 Statement of Qualifications D.W. Recreation Services, Inc. offers full construction services, specializing in installing playgrounds, shade structures and pavilions. Under the leadership of Donald West, the firm strives to achieve quali· ty work through the highest level of Service, Design and Value for each project. We are dedicated to excellence in construction and personal service to our clients. This is achieved through an intensive collaboration with clients, consultants and careful investigation into the best way to accommodate the customers needs, the schedule and the budget malchin.ery to perform 95% With . Recreation Services, Inc. as your installer you wiD receive the excellent customer service you deserve when purchasing your product. We offer quality workmanship and can assure you that you will be more than satisfied from start to finish. PROPOSER'SQUALIFICATIONf).~~~~!fuj D.W. Recreation Insural1ce SERVICES TIII ___ ............... _ .. _ ) o 11. Propose~s Qualifications FIRM'S QUALIFICATIONS SERVICES o 3. PERSONNEL: • Organizational Chart C) "J D I Firms Qualifications " .. ,"; Do .. '" w .... \,.. .... " ... , CPSI15H4-05U CCC IS103%1 CaDda~e West D. SERVICES " lIGeN.W,;. ... ~ J15. D.~.I;fL.UI:~ Pi",-Sfl.aIf.4ll' Fa 5fl-43~l1S \ ' CandateWest, PresideDt aID.W. Reaeation Ses'rices,.rae. She is ~ible forthe aa:~1iJlg, pa:~u.pmnitIiDg and o~lIIeo~ Cauclacehalds !lerCet1i1kd BuildiDg Cou/tlIctOr ticmse llI!4 is ~ (lfllle quaIi1ias for IIIe couipany. , ' DoDliJd "'est.,," Donal4 \Vestllas ~on expm __ fllrt!\e ~ 20 ytarS. Reruns IIIe datIy , aperalionsof[).W. ~ S~ Hefla$~opedstrong m'l'ionshipswilh most 9fflJeD.13jOr citieS and muDicipalilieS'~ S9uth FJoridl and islaloWilfor hi$ aceplioaalplS\Ollle(selVice.. Donatdholljsbi$ GaIaiI COJiIJactin Ii~aod is a NatioaaI Ptaygrquti4Sately~.1)ona14 is also il catifie6iD.st1l1er for many playground llI!4pavilionlll3ll1lf.lctiu dJat he imlalls, He ~ IIIe majority of1be bidding for !be' cOmpany andlltilll$~ :ilI't!\e projfd5 iIl"C coordinatedso lheyrua sm001bly. oYerlhepast 8 years, OWDiDgD.W. ~on Savicesc,Tac. Daoa1ctbas 9VdSMl over 140 diiJio:reDt jobs in IIIe iii CQIUIly:n;t., Most oftbese projfd5, were small parb which illcluded pJaY!JClUlld$. shade $UUdIlfts, pavilions,'concme wod::md gelml park amenities. Dooald is IIIe inifW cOllbct wilh IIIe CUSIoma' llI!4 wliiltlle bas some hands on lie always majnhjQi an 1lDiIersIandiDg ofwhat is going on wiIh rachjab dJat D.W. RfQ.ealioncompleles. Da .... Cjrj!lo-Sgoeri.gtendtgl DaveCirilla lias been In COIl51ructionfot t!\e past 10ye:us and has wodcedfor n W. RfQ.eatil!ll Sftvices. rae. for t!\e past S years. He is In charge afperfonDing iI1Id ovmedngt!\ejabsileoperations ofD.W. ~Senlices,:&E ... Henmsaurtle\\l'!l and ensuRS safety andjQb comptefioo to ultimate\y provide an elIcelleDt product with , supedt customer savice. Dave deals with liM woric,1ayou'I. cow:rete CUfbing. imt:ilIation ofpJaygmUllds, and pavilion and shade SInIctUres on OIIfprojecls. Dave is a certified instaI1er for sevml P~ and pavilil!lllll2llUflcturess. o C), SERVICES o ...... r __ ,. ______ .___ •••• _. ____ .,_._." ••• _____ .__ --.-. ___ • _, __ .. _. __ ~., ___ , ____ ••• ' •• _. _____ .' ••• -'-'~-'-' "'''----_ ... _----.. -, ., .. "" .-.......... --------, .. _ ....• . -. __ .-.. . .. C) D.W.' .. '.- SE.RVICES 3. References SERVICES South Pointe Park .. .. . ... CltK"fj',fI!lIJ1U?J~!lr;J!..J'lgricJl!oc,·" ... ~. cec","e .. c===",=;':-,,'''==='' .. ,-===.,=-.... -~ .. -· ... ,.c=.cc,.,'= ...... ,-_._. flr~j~~ti'nf~ .... ........ .. . .. . Ow.!)er I City of Miaini Beach Completion Date I June 2011 Workpenorriied with own forces I 95% Conta.ct I RhClnda Gracie . 1-786-229-4817 Completed on timel Yes Chang~ Orders I. No Jobs done for City of Miami Beach I 5 Services Provided Construction Management General Construction Services Project Description .... . . ... .. ... South Pointe Park was a demo of an existing playground and installa- tion of a new playground. o C) n CJ ) FIRM'S QUALIFICATIONS D.~~Qru~[QN, SERVICES Oak Lake Park HollyWood,' Florida . ~ '. . . , ProJ~Ct 10toi " " Pr()ie~t[)escl'ipiiql1 Own~r 'I City of Hollywood Project included building a playground with shade structure over it. Completion Date I, May 2010 WO,rk perr.;l'!l1~d wlth~wn forces 1 95% Contact I Terriulce Comiskey "i, 1-954-921-3900 Completed ()n time I Yes ChangeOfdel'$1 No Jobs dorie for City Qf Hollywood I 7 . ;", --. Services Provided Site Work Concrete, Carpentry Construction Management o 1 3. References Wild Lime Park ... JiJi<!",/, F!Qrld@. -••. ~---'--.•••.• +----~.----;-~- ProjecthlfQ Owner 1 Miami Dade County Completion Date 1 DecembEir2012 WOrl! perfonn~d with own forces 195% Contact 1 Cesar Perez 1-305-755-7922 Completed on time I Yes Change Orders I No Jobs Done for Miami Dade ely I 14 Site Features Playground Shade Structure Concrete Curbing Sidewalk Minor Modification to Existing Park Services Provided Concrete Carpentry Site Work Construction Management -----,,---.-------------.-~.--. -~--~--------------.. ~ --- D. SERVICES Project Description ThiS project was done lor Miami Dade County and included the installation of a playground and shade structure. It also included concrete curbing around the playground and sidewalk work at the park. . . . c) C) n c) ) Coral Bay Park Coral Gables, Florida projectClnfir~··C .. C'CC .. " .... C Owner I City of Coral Gables Completion O~te I October 2014 Contact I Alejandro Gonzalez Pagan 1-305-460-5018 Completed on time I Yes Change Orders I No Jobs done for City of Coral Gables I 2 Site Features Playground Basketball Court Services Provided Concrete Construction Management General Construction Site Work Playground Installation Playground Surfacing Basket Ball court Installation D. SERVICES =, .• SERVICES Tamarac Sports Complei Tamarac, .F/or/da . . . '. . . _._'. __ ~ ____ -~-"--P'rojecftnfcf"----'=cc----:'-~,;,-,-,~,'----.--c ., .'-: .. ,' ~-__ "_~_._"CC_~_=_===~--.C~'~=·-;07=;"",'=' _.-_'.7--·'-' .. OWneri City ofTamai'aC . .··..Pr~ject DeSCfript'on. . .. ', .... ..' . .,.... ' ... CompletlollDat9 JOctober 2014 Th.'~W1ls~d~sI9t1 p)liljlproject thal.wec91i1 pleted 95% of work with. our Contact I MaltheWWest . ~wn forces. _. We mstalled playgrounds, shade structures, safety sUrfac- . '.' 1-561-588-2027 'ng at .. .-tw0 diffe~nt sites within t the park. .',.' -. .' Completed on 'time I Yes . '. '. . ,'.' . . ". '. .--. Change ()rdersI Y~S Site Features Playground Shade Structure Surfacing SerVices Provided Concrete Construction Management General Construction Site Work Playground Installation Playground Surfacing Shade Structure Insallation (J (~) \,-- ) SERVICES Weston Christian Playgr()unc:l and Sl:lade Weston, Florida . .. . . Projectlnfo.. .. Owner I WeSIOn Christian Acad~iny Completion Date I Augusf2011 Work performell with own forces I 95% Contact I JoeGuyne~ . ..' (954) 389-4555 Completed on tim" I Yes Change Orders I No Jobs done with Weston Christian I 2 Services Provided Concrete Carpentry Site Work Construction Management (J Project [)esc;ripJiol1 '., . Atvveston Christian Academy, we ins.tailed lwoplaygrounds and shade structures. Eden Lakes Park Miami, Florida Project/nfo " Ow"e~ I Miiln,i Dade County Completion Date I August 2011 Work performed with own forces I 95% Contact I Cesar Perez , , "(305) 755-7853' Completed on time I Yes' Change Orders I No Jobs done with Miami Dacle I 16 Services Provided Concrete Carpentry Site Work Construction Management SERVICES --:-:;-...::::-.:==::....:::::::--~---:':;::-~:::=:-----.-.. -:-.:'-::'~-.-'::'-,--.---.-:....-:~.:"--":-.-'::.:.=-~:.;.----...::-~.::. ::.:, :-::::: .. :~ Project Pes"ripti~n ',,' " ' ' ' At Eden Lakes ark , we instaUeda playground, shade pavilions and biher park amenities. I ' structures three o .. :. C) ) () C) \) D. SERVICES Understanding the Project Requirements D.W. Recreation Services, Inc. and REP Services, Inc. believe our design build approach is quite com- patible~and~wE!llos(Jitedot(j' thif ~oalsonnjt'CitY'of'SolltIrMil\if)i~'W~-afeC~cciistoiifed!o.aesrg!illig-play" ••.. gri;>iJndslhatareuser.iriendly, taking full advantage oflhe space and landscaping. ..,' :.'. • e .. -. -" "', _; of • -. "': -':' ".:' ,'.' ':-',> ..... -... ',' ," . _;'" ",-' . .-: ".:,-.. .-.. ".:,':,'-,-".' ,'.,. __ . Good c6mm~nicatioriis the key toa'successfulp·roleC:t.The design team gaills a better understanding of . tlie User .and Owner's requirements, while the Users E!.nd Owner gain a better. understanding of what the playground will bE!. A better ~ndElrstanding, On bolh sides, makes a bElUer Pro~uct forille Owner and this is achieved through meeting with the C;:~y Official$\ounderstarid their goals arid expec;tations. . : ' . . '. ~ '-.' .' -.' ,.':, .. ', . : . ~' .. ,:; " '. . ~, ." '.... . . -. '. -. .... y. -"; . :"'- In thatr~gard, D.W. Recreation Services, hic. and REP Services have review~d the Design Build Services of the Fo.ur New Pilrks ba¢kgroundand scope of serviges sections of the solicitation and . toured the existing site. For thi.s Project, we understand we designing fQur new playground areas. . ' ," . , . '. ", ., The follo~ingis a summary of O.w. Recreation'.s and REP Services apprQach to accomplish the design and construction of the Four New Parks.. . Schem,atic Design The. City has prOVided a set Of programmatiC requirements desired for this project. 'This was hEllpful dur- ing this phase as our team developed a plan and layout of the playground. As. part of this qualification package o.w. Recreation has developed Ii plan based o[ltha. material provided. Our intention, once awerded the project, is to meet with all involved parties and make any changes that th.e city desirli!s to the overall playground design. Our goal during this phase is to acquire a complete' and accurate under- standing of the City's intentions and projeCt requirement&. To .be certain that we clearly communicate our ideas, we have included a perspective,drawing for t.he playground asrequired. . Construction Once. the design has been finalized with the City then we will obtained engineered drawings of the playground and obtain a penmitfrom the building department. Once the permit Is obtained, we will then order the equipment from the manufacturer. We can expect the;equipment to be manufactured in ap- proximately 3 weeks. We would begin construction once penmits were obtained. Weekly meetings are scheduled with the City to ensure that project targets are being achieved. Also involved on the con- struction team is the Project superintendent who will provide oversight to the construction-related activi- ties on-sitEl. the project superintendent wil.lprovide a safe work environment and adhere to the project schedule. In Conclusion Why D.W. Recreation? In collaboration with the City of South Miami, we have assembled a team we are confident will go be- yond the expectations and deliver four new playgrounds that both the City of South Miami and its com- munity will be proud of. PROPOSER'SQUALIFICATIONS Sunset Point Park Renovations RFP # NO. 15-02R SERVICES n C) PROPOSER'SQUALIFICATIONS o C) ... J r' ' Sunset Point Park Renovations RFP # NO. 15-02R SERVICES 0, Z 0,. ~. « o ii: ;J.. :::J o !p. a: w o o £I.. ~. 0.. c ,/\, '0 ~--~--------~ . 10,"'" ..• ,·.~'{lecreatiOn·andPark A, ""'. . ... ',.; ....... ,~.1 0'(\'8 $SOC! . ....:..\:0'-' ,q~ . . V'" Let it be Imnv\"tl that 0;; Donald West . has.mellhe ieqllirements of the standards set forth by lhe National Certification Board and'.is hereby granted .certification as a OertifiedPlayground Safety Inspector ." i 1' ... ~_/)'2 -," ". ·'l./J.j"'Idc~.!£t.~!.t.;-j __ !~ ..... tu:o..;':",!.'tltOU-Xint:l!'\; .. ~.JI tt .. "IUt. ~-"'''3'f"i.' £k. .----c0d~ h.w ... ..;....·~ ~"F" ;F-"~D",-",:i~d (!£~ . Certified Playground Safety Inspector 9119.12013 ~v;n: ~:l;.I/'n-'_'I'f) t5964!>-1015 _C':llrl.'R;'\11t.'.'T Nl.MU6. 101112016 -:.:..-r:II~'J~\."lI:.l,T,," ~­-! / I J i!O:: l.q c:~ '0 • 1l.0 _z : .. . ell. ,,"-1IlII: n JM ... Z1 .. . ';-,-' .-, .' .", ',', :;" landscape . structures' -.--._._-.--".-. ---~--.. -.------."-~.-------,_ .. --~----.'-'-' .. --.-~--".,--.~.~..,..-----... '--'-.-. -_ ..... --. __ ...... -.'----._-----'-,-._-_._-_ .......... -~---' ._._., .. -.. -"--.-, ,- C) ,--, '-""-7_-;-"-'~'''''--'_~' ~.----.;-,-~-~ .---" ._ •• , ___ ~ • __ :" ______ .,_ • ...: __ •• __ .~_~ ___ .:..._".~ ______ ."_. , __ .-.C. __ ._ • __ • ____ •• _ •• __ •• ___ '._' ______ • _ • Tp W,hotiiItMa)' Coni:tli1l: ....... . " -,. , ~,. '. please accept this letter as a farnal statement verifyingthatDW ReCf!}ation Services Inc. has been certified, and is authorized, to install all equipmenrman,ufacfuI"ed by Landscape Structures Inc. . I can be contacted directly if any additional information is needed. Respectfu_·_lI.-., Jeff Addicks Installation Services Manager 763-972-54500 jeffaddicks@playlsi.com ". '.~ 20.15 Play Equlp'ment Wartanty You have our word. ~~ndscape str.uctures Inc. warrants that all playstructures and/or equipment sold will conform in kind and in quality to the spedficatlons manual for the products ld~ntifjed in the Acknowledgment of Order and will be free of defects in manufacturi'ng and material. Seifer further warrants: All the warrantIes commence on date of Seller's invoice. Should any failure to conform to the above express warranties appear within the applicable warranty period, Seller shall. upon being notifiet;l in writing promptly after. dIscovery of the defect and within the applicable warranty period, correct such nonconformity ~jther by repairing any defective part or parts, or by making available a replacement part within 60 days of written notification. Seller shall deliver the repaired or replacement part or parts to the site free of charge, but will not be responsible for providing labor or the cost of labor for the rem9vaJ of the defective part or parts and the installation of any replacement part or parts, Replacement parts will be warranted for the balance of the original warranty. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS . FOR A PARTICULAR PURPOSE. The remedies hereby provided shall be the exclusive and soJe remedies of the purchaser. Seller shall not be liable for any direct, indirect, special, incidental or consequential damages. Seller neither assumes nor authorizes any employee, representative or any other person to assume for Seller any other liability In connection with the sale or use of the structures sold, and there are no oral agreements or warranties collateral to or affecting this agreement. The warranty stated above is valid only If the structures and/or equipment are erected In conformance with Landscape Structures' installation instr'uctions and maintained according to the maintenance procedures furnished by Landscape Structures Inc,; have been subjected to normal use for the purpose for Which the goods were deSigned; have not been subject to misuse, negligence, vandalism, or acddent; have not been subjected to addition or substitution of parts; and have not been modified, altered, or repaired by persons other than Seller or Seller's designees'1n any respect Which, in the judgement of Seller, affects the condition or operation of the s,tructures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Inc, 601 7th Street South. Delano, Minnesota, 55328~e605. Sloned: iltf1t Ch.lnn." Date!_-,O",1",IO",1"12"O,,,lSL () \) () () PRICING: Landscape Structures' list prices do not include delivery and handling charges. Prices are subject to change without notice. TERMS: To tax-supported institutions and those with established credit: net 30 days from the date of the invoice. 1.5% per month' thereafter; freight charges are prepaid and applie~ to the invoice. TAXES: Landscape Structures' list prices do not include applicable taxes, if any. WEIGHTS! Weights are approximate and may vary, DELIVERY: If delivery of the equipment is by common carrie~, and there is damage or a shortage, notify the carrier at once and sign delivery documents provided by the carrier noting the damage or shortage. Most products are delivered on large pallets and w,1I require a forklift or similar equipment to unload as a unit on the site. INSTALLATION: All playstructures and/or equipment are delivered unassembled and packaged with recyclable materials. For a list of factory-certified installers in your area, please contact your Landscape Structures playground consultant. SERVICE: We have knowledgeable. qualified playground consultants throughout the world who are available to help you before, during and after the sale. Landscape Structures has exclusive design software that features all of our parts and pleces in pull-down menus, With this software, your playground consultant can design a playground layout that meets not only your needs, but ASTM and CPSC standards as well. In addition. we have a full staff of NPSI-certified designers. along with· 2-D and 3-D drawing capabilities and custom capabilities to assist you with your playground plans. RETURN POLICY: As an indication of our commitment to our customers, L~ndscape Structures will accept returns of new structures and/or new equipment purchased within 60 days of the original in,:,oice date. Advan.ce notififation is necessary tq ensure proper credit. Parts not induded in this return policy are custom parts (InCluding PlayShaper@ posts). as well as used or damaged parts. A 20% restock fee plus all return freight charges will apply to all product returns. NOTE: All parts are subject to inspection upon return. Parts returned damaged may not receive a full credit. For this reason, it is important that all returned parts are properly packaged to prevent damage while in transit. PRODUCT CHANGES: Because of our commitment to safety, innovation, and value, we reserve the right to change specifIcations at any time. PLEASE CONTACT US AT: Landscape Structures Inc. 601 7th 51. South Delano. MN 55328'8605 888.438.6574 (inside the U.S.A.) 763.972.5200 (outside the U.s.A) playlsi.com JiM landscape structures· 601 7th Street South' Delano, MN 55328·8605 • 888.438.6574 • 763,972.5200 • Fax 763.972,3185 • playlsi.com .201511.00 &;2015 Lan<l5capa Structures lno; Prillte-<l)/\ the-U.S.A. AU rIghts rasarv~d. #765-2078 .----.. -~~.---.. -.. ~ .. -~~~ .. ---.. --.--.~.-. -.. '---.. "-.. -.-.. -~-.. ---_ .... _. ---" , .. -~ .. ----", .. -., .-.. .. --.. -_ .. ---. • JUh landscape· structures' Setter piaIl9fo • .mds. Better world." ..... Eisit,;' playground •. Better world." Landscape Structures. the premier provider of innovative playground equipment, is committed to creating inspiring play experiences for children while honoring the environment. Artful. safe and most of all, made for years of fun. REP SEIRVI uperls tit CJ ~. Jlih landscape structures' /~ U Better playgrounds. Better world.® playlsLcom "\ V Proudly presented by: Debbie levine REP SERVICES, IN Experts at Play &-Outdoor Sptl Jlrh landscape structures· / '~ Better playgrounds. Better world.'" pl<'lylsi.c:om (\ '0 Proudly presented by: Debbie Levine -\ ~-,\ C' :,i !J~ 1111IIlIII~ I!l~l~ REP SERVICES, .!N Experts at Play &0 Outdoor Spc. ~\ J (~ ~-" u 41'-1"-------------1 PtOoySho.per® <2-5 years) ""--------..... ~ B"RlStlOClCPLAl£ '" ..... (tV.1) arr. (0 1 / ' ...... --cUsfoii"""--.. /_---_........ / ~OP~ ..... , 1/ ',I = NOtt:TI£~SINC1E " I \. f POLY SUOE POST IS NOT IPEINI ceRTlFlEl). I \ ) , \ / I / , I \ , , \ I , \ I I I I I I I I """ ~ .... I 1(0041 I I I ~ IENI \ I 1m11S I \ /-.:r~ \ \ I (Q CIWIE) \ ~ , 1 ...... "l1ll.", '--10../ '=' ( \ I 1 l;mn IIOOULE I \ , I _.. W I \ I I ~ / \. / TRI&£L / ,/ / ,..... // ___ .L_-. .... / --.-'-\ ------// \. ..... , r---- / ,," / . / ,,\. / 1132.11 / ,,\./ P~Ma:: I --__ ~-/ , \ I -ot-<>o I 01\ 101113 " ,... """"" 1EU:OItIES1G14 ., (RECPERII) / ~~ \. / , / """ ~ ~-" / ----------/ C--cobCtoPPER TOTAl. ELEVATED· PlAY COMPON£H1S 6 i TOTAl. EI..£VAlED·COUPONEHTS ACCESS1BLE. S'1 RWP O.REQ!.!!BED:' 0 Estimated manufacturing time: 4 weeks from the TOTAl. ELEVATED COIlPONENTS ICCESSI6lE ,BY TRANSFER 6 BElB.!IBEQ 3 row.. ACCESSIBt£ GROUHO I..EVEl... COt.IPONENTS SHOWN .(. .BEaWBED. 2 TOTAL DIfFERENT 1Yf'ES OF GROUND l£.VELj COMPONENTS.(. ~ 2 time of LSI order acceptance. \ \ I I I , i( 37'':'11" -.~ Brewer Park Rep Services, Inc. ~ ,i ; -----70' Debbie Levine ""'" """ PlayShaper -. 83489-1-2 .::J Jlih Ia_ ... --.~~ .. ~~\ ~ J'iiD! ~ ~Y' _ .... ~_,.WI .... ---(1).---b_ .... " ... _ ....... .. --_ .. ... _ .. ..,. ........ ---..... - /l"l5l11E~DI'II!II1\tQ' '!IGPlAI'NallO£SCOIRRVlO lI£AIIo\IICtt5SIIIIJITSPIIIOIIIJi, lI!ISIIIN:/illilClJ:S:SlU.l'RIJIIlrnIE lUIf/QIICI5-.II$IUI:iIIElt,OII _11£ OOW\E USE lOIE. ~~ (DtGIIm!£D WOOO FIBER SUIlG!SIEII) 1355 $I. DESIGNEllIl'l': , .. • : .. Quote Sheet Date:04/13/2015 By:nhall Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 83489-1-2 , Project Title: Brewer Park :I. :I. ·.Climbers,;·· :I. 132023A :I. 111364A " Iiridges~Ramp!l :I. 111348A Eii~IQ~l:!r~5.·:; .•. , :I. 11321lA :I. 127685A :I. 111290A ?··IiiI()r~fllh·:<:/'·.· . :I. 139272A Curved Poly Slide Double Poly Slide 32"Dk DB Cozy Climber Perm Handholds 32"Dk DB Arch Bridge ~.:-."" <~.""-,:<,:;. i"~'»_, \, .... ::,. Chimes Panel Ground Level Image Panel-176 Block Ground Level Tracing Panel Above Deck ,"{ >J-: ,-' ;:;' ,",---".->',:C:' <Y:c';'- Chinning Bar c:'O-.-:'''·'''k--'-"· .. :~.·.··.i.;;.~~:.·-,.·.-: -.\,<::'-<~~,~>,;-, ,',< -.-,.~.;-I" '.,." ~''',V ," .ec. 5 .. .. 0" ••••• /.,."' •• ;;. ••. ':0,,,.:,;' .:.. . '.' "., :I. 153020A Curved TransferModule :I. 111237A 2 117495A :I. 179362A 3 111397C 2 111397H 2 111397F 32"Dk Left DB Square Tenderdeck TriangularTenderdeck Tri-Deck Kick Plate 8"Rise 106"Post DB 69"Post DB. 82"Post DB :1 Mot()rcycle (Rec Permalene) DB Location: f;,:siJC)I1~·':~&~~fi~h;.-~~;:',,~ ',;:.)~,:':' _,'~: ~ \', -,:-c-;:~r~';', ,::<-;'~ ,{ l' ," ;" :.';-i·;;:)Y~:';· ::;-.".',) :i;':;(:::.':'~"-,:-· \~\ i<-; -,<~ ;_-•• ~", c~'~.~;),-~ .. t-\~;-':·" ":~:-"j"'<"?-;-~" -:>:; ·,t;:',-~,: 1i06041A'" Curved Beam DB 40 30" Gah,anized . -34 --119214A --Tuff-Timber4'··-·····- 1 130799A ;~iIlriS...;";·· . 1 182503A Welcome Sign (LSI Provided) lIges2-5 years Direct Bury i(ilQ~$i:I!~~af~}'riid4~·¢~~r$C!s»::;·:;i::i'J;·····"· . '., .. , ..........•. : ." ..... This quote was generated from PlayCAD. C) '(~\ ~. ) _/ Page lofZ C) C) ,. Date:04/13/2015 By:nhaU Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 83489-1-2 Project Title: Brewer Park Location: Post Cooltopper for 40" Deck to Attach to a PS Post • The Safety Zone was not specified. • Estimated Man-Hours do not in dude site preparation. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quote was generated from PlayCAD. Page zon / .. .. JlIh. landscape structur.s· Curved Poly Slide Image ~anel Beti:~t pla)igroilnd5. Better 'WOrl\:!. '" . play!si,ccmt Double Poly Slide Cozy ClimberTM () Arch BrIdge . Chimes Panel Chinning Bar () () JUh landscape structures· TuffTimbers TM Better ~laygroul1d$. Bettei' World.'" . playl$l.col)'i Spring Curved Balance Beam Galvanized Stake (30") TuffTimbersTM Access Wedge .. nil \),fJ-l/l landscape structures' Better playgrounds. Setter world.'· , plaYlsi.colli "" .... ' ........... Total p.roduct" Made in the U.S.A~ Calculations are fo(standardproducts. 'Our fabrication, rotornolding, welding and painting 6perations produce thevastrnajority of our play components which all take pla.ce in Delano, Minnesota, U.S.A. REP RFi~vu~~·f:t· INC. E~j;erts . Spates J .. o Jlat () landscape structures' Landscape Structures has partnered with the Global ReLeaf program of American Forests to purchase trees which will offset the CO2 generated in manufacturing this playstructure. These trees will not only sequester the CO 2 , they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO 2 : . 3.22 # of Trees: 10 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (C02), RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: w/Standard Permalene® w/Rec\(cled Permalene® Steel 372lbs. 372lbs. Aluminum 1711bs. 171 Ibs. Rubber o Ibs. o Ibs. Plastic o Ibs. lS7lbs. Total Recycled Content: 5431bs. 7001bs. Total Post-Consumer Recycled Content: 2591bs .. 4161bs. Total Recycled Content (%): 27% 34% Total Post-Consumer Recycled Content (%): 13% 20% Total Weight: 2,041 Ibs. 2,0411bs. Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end,users. This material can no longer be used for its original intended purposes. , ,; I, '--.. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the fOllo~ng Information with your LEED project manager. . . " . pO$t-Consumer Recycled Weight: liz Pre-Consumer Recycl~d Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: . fotafRecycfed Content Value:'-....... ~ Calculations are for standard product. w/Standard Permalene® 2591bs. liz x2841bs. 4011bsi 20% $4,043.60 w/Recycled Permalene® 4161bs. lIzx284lbs. 5581bs. 27% $5,458.86 601 7th SI. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsLcom •• Jlth landscape structures' ProShield'" Finish Posts/Arches Clamps/Bali Connectors Play Components 100041 132023 Polyethylene Slide Hoods/O-Zone'M 132155 Slides/Tunnels/Gliders/E-Pods'.M 123339 132155 Permalene® Primary Permalene Bettetplaygrollhds. Betteqvorlcl,'· . pi"yisl.cohi (j lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red,. Orange .. Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, C ) Black, Graphite, Cool Silver, Warm Bronze, light Blue, c' Purple, Maroon, Brick Curved Balance Beam DB Cozy Climber Perm Handholds 32"Dk DB . limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB Limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Curved Poly Slide 40"Dk DB Double Poly Slide 32"Dk DB ". -,' .': . R~CYcied Gray w/Black, Recycled Limon w/Black, Recycled REP SE.lRVI INC. Experts &(M~loDr' Spaces ) C) JUh landscape structures" 111348 111364 113211 123339 127685 132023 153020 Secondary Permalene 127685 Two-color Permalene 111290 Permalene Accent -'lIt~.; playgrounds, j~tter world,'" playjsf.con; Leaf w/Black, Recycled Green w/Black, Recycled Blue w/Black, Recycled Denim w/Black, Recycled Brick w/Black, Recycled Red w/Black, Recycled Tangerine w/Black, Recycled Yellow w/Black, Recycled Tan w/Black, Recycled Acorn w/Black, Green, Blue, Red, Yellow, Tan Arch Bridge Loop Ladder 40"Dk DB Chimes Panel Ground Level Curved Poly Slide 40"Dk DB Image Panel-176 Block Ground Level Cozy Climber Perm Handholds 32"Dk DB Curved Transfer M'odule 32"Dk left DB Recycled Gray w/Black, Recycled Limon w/Black, Recycled Leaf w/Black, Recycled Green w/Black, Recycled Blue w/Black, Recycled Denim w/Black, Recycled Brick w/Black, Recycled Red w/Black, Recycled Tangerine w/Black, Recycled Yellow w/Black, Recycled Tan w/Black, Recycled Acorn w/Black, Green, Blue, Red, Yellow, Tan Image Panel-176 Block Ground Level Recycled Gray/Black, Recycled Limon/Black, Recycled Leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black, Recycled Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/yellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Tracing Panel Above Deck Recycled Gray/Black, Recycled Limon/Black, Recycled Leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black,Recycied Red/Black, Recycled Tangerine/Black, Recycled Tall/Black, Recycled. REp1:!CiD\j, . INC. ExpertS &.tlUfa'(jor Spar:es n.· ... /J ....•............ -\J:V·llL landscape " structures· 113211 TenderTuff Barriers/ladders/Benches 111364 139272 153020, Wheels/Rings/Rollers 100041 Decks/Step ladders ""'ttl" play9t0uncts, htter world."" Illay(si.com 111237 111348 117495 132023 153020 Acorn/Black, Green/Tan, Blue/Yellow, Red/Yellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Chimes Panel Ground level Blue, Red, Tan, Brown, Gray loop ladder 40"Dk DB Chinning Bar Curved Transfer Module 32"Dk left DB Blue, Red, Tan, Brown, Gray Curved Balance Beam DB Brown, Gray Square Tenderdeck Arch Bridge Triangular Tenderdeck Cozy Climber Perm Handholds 32"Dk DB Curved Transfer Module 32"Dk left DB C) C) () C) " .Jkh ...•.............. " , , . --' I c:mdscape structureS" (J aetter pla),grounds. '. Better worlcl . .'" plaY!s!.coro Landscape Structures, the premier provider of innovative playground equipment, is committed to creating inspiring· play experiences for children while honoring the environment. Artful, safe and most of aI!, made for years offun. (j () ) '~ o o o \ (~ 10 35'-9" r----------------------, I I , , , I I I I I , I I I I ~----------------------! I . I I I I I I I I , I I , , I I I I , I /'_----J L ____ ", , , / , / , / , , , , , I 177333 \ / 177332 SINGlE -POST SWING \ II SINGLE POST SWING ADDITIONAL BAY \ DB ONLY DB ONLY , c , , I , I \ I \ , \ , , , , / , / " ,~ ""'S-, '----'----he ;----/' , , , I MINIMUM I 174018 174018 176036 176038 r REQUIRED : BELT SEAT BELT SEAT FULL BUCKET SEAT FUll BUCKET SEAT I USE ZONE I W!PROGUARD CHAINS W/PROGUAIID CHAINS W/PROGUARD CHAINS W!PROGUARD CHAINS : TYP' I S' BEAM HEIGHT 8' SEA!.! HEIGHT S' BEAM HEIGHT 8' BEAM HEIGHT I . I , I I : ,----------------------~ , I I I I , , I I I I , 10 I N "' L ______________________ J _________________________ + Brewer Park -Area South MiamI. FL SCALe 114"" l' .-, J ---1 " Date:03/25/2015 By:lP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10600-2-2 Project Title: Brewer Park Location: South Miami, FL 2 174018A Belt Seat ProGuard Chains for 8' Beam Height 2 176038A Full Bucket Seat ProGuard Chains for 8' Beam Height 1 177332A Single Post Swing Frame 8' Beam Height Only 1 177333A Single Post Swing Frame Additional Bay 8' Beam Height Only • Total Safety Zone Square Footage = 774 sq ft () • Square Footage calculation is approximate and for estimation purposes only. Landscape Structures shall not be held liable for any costs associated with surfacing by others. • Estimated Man-Hours do not include site preparation. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quote was generated from PlayCAD. Page lofl ,. oJ1lh C) landscape structures' Belt Seat w/Chains Single Post Swing Frame Additional Bay Better P'llygtol,lnlf$. Better Wor'd,'~ playi$tcon'l Full Bucket Seat w/Chalns Single Post Swing Frame !III 1111· ·Ii· ... . .. 'Ji'll~ . REP SERVICES, nile. £xpertsll! P/qy S-. .ou.fdoor SPliCes , . . 0 ..••.... 1 •.... ·.1 .......... . ll·lIVl landscape structures· . Better playgrOllndli, bett.r world .. " . . I>I,;ylsi.~<im Proauct Madeinttte . ',.', ': "" .. ' .". -:' . . . . Cal,;~lationsa;e for standard products. ·Our fabricatio~, ·rotomolding,Welding andPaintingOp~rations·pr~duc~ the. vast majority of our play components which ailtake place in Delano! Mi~nesota,U.S.A. ' . " JVh. landscape structureS" Landscape Structures has partnered with the Global ReLeaf program of American Forests to purchase trees which will offset the CO, generated in manufacturing this playstructure. These trees will not only sequester the CO" they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. AMERICiAN F()RE$~TS CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO,: 0.60 # of Trees: 2 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (CO,). RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: Steel Aluminum Rubber Plastic Total Recycled Content: Total Post-Consumer Recycled Content: Total Recycled Content (%): Total Post-Consumer Recycled Content (%): Total Weight: Total Recycled Content: Material that has been recovered or di\(erted from the solid waste stream. 1461bs. o Ibs. a Ibs. o Ibs. 1461bs. 901bs. 38% 23% 3861bs. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users, Thhs material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If Y,DU are,pursuing (~EO-certlflcation for y~ur project, please share the following Information' with your LEED project 'manager. Post-Consumer Recycled Weight: . % Pre-Consumer Recyc:led Weight: LEED Recycled Frac;tion Weight LEED Recycled Fraction %: Total Recycleq Contei~tValue: .. 601 7th SI. South. Detano. MN 55328 • Tet763.972.5200 • 888.438.6574 • Fax 763.972.3185 • ptaytsi.com 901bs. % x55lbs. 1181bs. 31% $812.20 " JUh . . landscape struc:tures· Swings Posts Beams Clamps Slitter plaY!iI,pund$. Better worlq,'- playlsl.eom 177332 177333 177332 177333 177332. lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, . Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Single Post Swing Frame 8' Beam Height Only Single Post Swing Frame Additional Bay 8' Beam Height Only lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Single Post Swing Frame 8' Beam Height Only Single Post Swing Frame Additional Bay 8' Beam Height Only lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Single Post Swing Frame 8' Beam Height Only R':P SEIR\iI ... ",.~.lNC; Exp¢ru SPQt:es £letter playgroUfid$. 'sett«, worlcj,'" ,,'----) ~::dl!~/!s:u::.:)rf: Landscape Structures. the premier provider of innovative playground equipment, is committed to creating inspiring play experiences fot children while honoring the environment Artful .• safe and most of ali, made for years of fun, REPS experts at J1Jh landscape structures' \.,~" Betterplaygrol.l!1ds. Better world.@) playlsi.com (' .'----./ ft to., Proudly presented by: tJrii lilllilm I~~ REP SERVICES,!N Experts at Play &0 Outdoor Spa :J /~-- ~ JUh landscape structures' /- Setter playgrounds. Better world.® playlsi.com ~ o Proudly presented by: REF' SERVICE!; IN Extie,..ts TOTAL ElEVATED PlAY COMPON£HTS B TOTAL ElEVATED COMPONENTS ACCESSIBlE BY RAMP 0 TOTAL ElEVATED COMPONENlS ACCESSIBlE BY TRANSFER 8 TOTAl ACCESSIBLE GROUND LEVEL COMPONENfS SHOWN 11 TOTAL DIFFERENT TYPES OF GROUND I.EVEI. COMPONENTS 5 SE~VICES. INC. I '-. ... ~/ MINIMUM REQUIRED USE ZONE. o 2 2 2 TYP. / , , , , , , , , , , I , , , , , , , 1725 SF / , 41'_S J" ,.,., ... -... -----------.... '----_ .................... ----.... , ", \ -.... --~--' , , , , , , , , , , , , I , , , , , ............ -------1 , OJ",,, DO"'" """'" ... " .... - / POLY SUIlf 115243 """"""'-~ BaoWD(ClI: 116249 YDIJ. lADDER I Om'~~ f """'" 11l27.3 £ND VfJmCAL , , , , , , 119541 MRE CRAWL _a • GRADE 127439 =roR ~.~ 111.351 CHIHNING BAR 1225.33 32" SPlIW. """" """'" ,,, .. _ow ~, "" ~::::::: .... ~~ .......... ---------........ " \ / / \ --------... I , . , , , , , \ ..... --... }...... .... ............ /-1 " , , , , , , , , , , , , 0' F~~~~I ~&~ POLY SlJDE 32 , , , / J \ ) 'i:z,t 9 rill 114ti65 42" ARCH ".ft. ' I / t6::.J I , , , , I , , , , ·,l I , , , \ , , ", """ '''''' ~ 72 STORE .fJlONT't; PANEL (oo.oW DECK) ~ n~~~~ b r I .... A d 1484.32 ''''''''''' , , , , , , , ' , \,/ 152179 / , \ SADDU: SPiNNER I ....... \ 12" SEAT HEIGHI' 1 , \ I. , , , , ' , I ',,-" I', ........ / ~--------..... , 158425 '"''''''' ,to,,,' oa ONLY 16 J...~ / /~ .. ;;;,."~. ,I ........ , .... , , , " " .............. - 152911 em """" ""'-' , ACru!i1!ll.E / ReUlE OF 1 ""'" / / ------------_ .............. ' TUFFTIMBER ACCESS RAMP TUF'FTfMBER BORDER Dante Fascell Park -5-12 Area ~ \"-..-/) ':! . \0 , ~' • I . I i PROJ; 1D801-2-4 --" .~ ~ " Date:04/13/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10601-2-4 CJproject Title: Dante FasceU Park Location: Miami, FL Double Poly Slide 1 130390A Double Swoosh Slide 72"Dk DB' cljm~~r$Wl~i!~il'1~l~rl~"fiaif~Ii~I#~"':'(;f; ..••. ' 1 148432A Corkscrew Perm Handholds 32"Dk DB 1 152907D 1 122533A 1 158425A Deck Link w/Barriers Steel infill panel 4 Steps Spiral Climber 32"Dk Right Handhold Starburst Climber DB Only 1 116249A Vertical Ladder 32"Dk DB •. O)ie~Ii~"dEWil.ts·;;·· ·· .. ,.;;i~{i;'%fi:;.,: ,(t.·. ,yo, i·."."'/·/··,··,C.·.y,';··.'·. iii; 1 142887A 2"Horizontal Ladder C"\ Attached One Deck .j 2 111273A End Vertical Ladder wI Alum Posts DB .. ·!iri(tg~$. 8; RlI!nP{ '. i' .".,",."' .... ,t~lrlriel~'t~~6~~, •. ~f~hj~i~~~ (42")., .. , .. 1 119641A Wire Crawl Tunnel Ground Level r:n~losllre$\6 .... 1 llS243A 1 1 1 115229A 127439A 115254A MQi'eF~i1 .'., > 1 111357A 1 120902A J)"E!ckS 1 152911A 3 111228A Pl;lsts 6 111404F 3 111404E Chimes Panel Ground Level Under 48"Dk Finger Maze Panel Above Deck Navigator Reach Panel Ground Level Storefront Panel Chinning Bar Alum DB Handhold Leg Lift Curved Transfer Module Left 32"Dk DB Squa~e Tenderdeck 108"Alum Post DB 116"Alum Post DB 4 111404A 148"Alum Post DB , ) 3 111404J 76"Alum Post DB '--~ This quote was generated from PlayCAD. Page 10f2 ,. Date:04/13/2015 By:LP Project Title: Dante Fascell Park, Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10601-2-4 Location: Miami, FL 1 SpiimerDB 12"Height ·:,;.:S·~If~_:t'lli!~.Ef:~W;~:'~H~~;~i ": -~-'~'":ifiT~:--~:':'i'~;~:~)r: """'~·,:,;\~t~;~t' ~-~W'/;~it~t~::~JL:~j;:'.'~~\~.]; i(:;:;~'\:.\:' }~.:: .. _ ',:~. " ';':.~.\'~' ;;;,,~'~-i'"\~;:-t;:;~-~:~: ~},).: ';>X~:;:~:~f<':::::~\!:'t<\;, :)??.',.: ~ .. ::,:·T·t; ',;~:" ;;:.r;;~::t~~·~;~:/2 46 100626A 30" Galvanized Stake 39 119214A Tuff-Timber 4' 1 130799A TuffTimbers 1 182503C Wel'COtTle Sign (LSI Provided) Ages 5-12 years Direct Bury • The Safety Zone was not specified. • Estimated Man-Hours do not include site preparation. • 1 This Quote has a total weight above 5,000 Ibs or product(s} that require a freight quote. Freight tables cannot be used -Please contact LSI for a freight quote. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quote was generated from PlayCAD. Page 20f2 C) .. ·Clni,.· .. ·· .. ,uR~ o structures· C) .. ," .. , '-;" -";-,. DO~!>le···POIY··$II<!e Deck Link w/Steel Barriers Handholds Better playgrounds. Better world." ( )'BYISi.com Horizontal Ladder REP Experts at Vertical Ladder INC. OUltda"r Spaces ·. Arch Bridge (42") w/Permalene® . Barriers Finger Maze Panel .... ChinninglTurning Bar Better playgrounds. Better world.'· playlsLcom Wire Crawl Tunnel Navigator Reach Panel Handhold Leg Lift Storefront Panel (Permalene®) Saddle Spinner !IF-till_ I~~ REP SERVICES, INC. experts at Play & O~tdoor Spaces () (J .. &vt., .' ::,' ... ",",.', ...• ,.' ... ,', (\ IQnds~ape \ -) structures· (J Galvanized Slake (30") Better playgrounds. Better World.'" \, .. J1aYISI,cClm TuffTimbers 1M TuffTlmbers 1M A.ccess Wedge !Iii Willi REP SERVICES, INC. Experts ,at Play i-Outdoor Spaces .. Better playgrounds. Better world.'" playl5i.coni Total Product Made in the U.S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. REP fxper1s at . (J (j .. .. 0 •.... · .. /1· .•.. · ...... . O·-·II,Vl landscape strudures .' ..:' . . ,-"'".. -', L~n~scape Structures has partnered wit~the Global ReL~af progra~ of American Forests to purchase trees which will offselthe C02 generated in manufacturing this playstructure. These trees will not only sequester the CO 2, they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. CAR130N FOOTPRINT OF. LANDSCAPE STRUCTURES PRODUCT: Tons of CO2: . 4.23 # ofTrf;les: 13 Carbon Footprint: A measurement of the effect onthe climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (C02), RECYCLED CONTENT OF LAII!DSCAPE STRUCTURES PRODUCT: w/Stlindard Permalene® w/Rec'lcled Permalene® Steel 6551bs. 6551bs. Aluminum 4551bs. 4551bs. Rubber o Ibs. o Ibs. Plastic o Ibs. 211 Ibs. () Total Recycled Content: 1,110Ibs. 1,321 Ibs. Total Post-Consumer Recycled Content: 4501bs. 6621bs. Total Recycled Content (%): 33% 39% Total Post-Consumer Recycled Content (%): 13% 20% Total Weight: 3,345Ibs. 3,345Ibs. Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the following Information w'dh your LEED project manager. Post-Consumer Recycled Weight: y. Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. ) w/Standard Permalene® w/Recycled Permalene® 450 Ibs. 662 Ibs. y. X 659 Ibs. Y. X 659 Ibs. 780 Ibs. 991 Ibs. 23% 30% $7,480.75 $9,757.50 601 7th SI. South, Delano, MN 55328 • TeI763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsi.com ~ ... "'-_ .• ' ...•... "~ .. 'i .• ·, •. ':.·.·· .. :: .. · .. landscape str..,cture$- ProShield'· Finish Posts/Arches Clamps/Ball Connectors Play Components 122533 142887 148432 152179 158425 Polyethylene Slide Hoods/O-Zone'" 123331 130390 Slides/Tunnels/Gliders/E-PodsT• 123331 Bett., playgrounds. Bett., world. T. playlsl.cotT! lagoon, Sky, Peacock, Grass; Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine,Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick n lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick (~) Spiral Climber 32"Dk Right Handhold 2"Horizontalladder Attached One Deck Corkscrew Perm Handholds 32"Dk DB Saddle Spinner DB 12"Height Starburst Climber DB Only limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB Double Swoosh Slide n"Dk DB limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB !IF. 1I.11~.­I~(~. REP SERVICES, INC. Experts at Play i-Outdoor Spaces ._. __ • "_~ • ________________ < ____ " _____ " ,_. __ • _, ___ ._.~ __ ~-__ ,_~.---.---,--_C---". _ ___,_.-"--. ______ .,...-.--------,-.--.------.. -,-_.---"'~-----~-~-------.. -.---.--"-" .. ".---------- " .Jlwt ........•................................. \ :-" -.--'. ". (-,ridsc:ape ·.t,"cturf,t$" 130390 . 1521.79 Permalene" Primary Permalene 114665 115243 115254 116249 119641 122533 148432 152911 158425 Two-color Permalene 115229 127439 Permalene Accent Better playgrounds. Better world." C)sLcOtn [)OlJble ~V\I';osh Slide 72"[)kDS . Saddle Spinner DB12"Heigh1: Recycled. Gray w/Black, Recycled Limon w/Black, Recycled Leaf w/Black,Rec\jcledGreen w/Black, Recycled Blue )N/Black, Recycled Denim w/Black, Recycled Brick w/Black, Recycled Red w/Black, Recyciebangerine w/Black, Recycled Yellow w/Black, Recycled Tan w/Black, Recycled Acorn w/Black, Green, Blue, Red, Yellow, Tan Arch Bridge .(42") Chimes Panel Ground Level Under 48"Dk Storefront Panel Vertical Ladder 32"Dk DB Wire Crawl Tunnel Ground Level Spiral Climber 32"Dk Right Handhold Corkscrew Perm Handholds 32"Dk DB Curved Transfer Module Left 32"Dk DB Starburst Climber DB Only Recycied Gray/Black, Recycled Limon/Black, Recycled. Leaf/Black, Recycled Yeliow/Black,Recycied Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black,Recycied Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/Yellow, Yellow/BlUe, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Finger Maze Panel Above Deck Navigator Reach Panel Ground Level Recycled Gray/Black, Recycled Limon/Black, Recycled Leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black, Recycled Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/yellow, REP SE!RVICES. INC. Experts Spaces , . . • { .•.... 1· ... ·./:J , .....•...•.....•....• \l-II'U"t landscape structures· 115243 TenderTuff Barriers/ladders/Benches 111273 111357 116249 119641 120902 122533 152907 152911 158425 Wheels/Rings/Rollers 127439 Decks/Step ladders 111228 114665 122533 152907 152911 Vibe'M /SteeIX® Primary Panels Betht.r playgrol,lnds. Better world.'" playlsl.com 152907 Y~ii~w/BiUe,Yei.iow/Red,.Tan/Green,·Tan/Biue, Tan/Red Chimes Panel. Ground level Under 4S"Dk Blue, Red, Tan, Brown, Gray End Vertical ladder iv/Alum Posts DB Chinning Bar Alum DB Vertical ladder 32"Dk DB Wire Crawl Tunnel Ground level Handhold leg lift Spiral Climber 32"Dk Right Handhold Deck link w/Barriers Steel infill panel 4 Steps Curved Transfer Module left 32"DkDB Starburst Climber DB Only Blue, Red, Tan, Brown, Gray Navigator Reach Panel Ground level Brown, Gray Square Tenderdeck Arch Bridge (42") Spiral Climber 32"Dk Right Handhold Deck link w/Barriers Steel infill panel 4 Steps Curved Transfer Module left 32"Dk DB lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Deck link w/Barriers Steel infill panel4 Steps REP ~FIAVIIr.I=~ INC. Experts at . Spl'tes o () (J C) C) .. J1th landscape structures' .Setter playgrourH:!s, Better world. '. Land~cape Structures, thepremi~r provider of innovative playground equipmen\,is committed to creating inspifingplay experiences for children while honoring the environment. Artful, safe and most of all, made for years of fun. PJF. d~I_.· Itl! Ifi REP SERVICES, INC. f.perts at Play & Outdoor Spac"" Jlih landscape structures" .--~' '(---' . Better playgrounds. Better world.® playlsi.com o Prouqly presented by: Debbie Levine !l1'ii iII_. II~~ REP SERVICES, !I>i "Experts at Play & Outdo'or S{JI ~ . ) "-'. /----.. L landscape structures" (J Better playgrounds. Better world.® playJsi.com Proudly presented by: Debble Levine .~ !If'ii IhllilllHB£l III~(~ REP SERVICES,INI Experts af Play &-Outdoor Spa, f-----------41'-1"-----------j Plo.ySho.per® <2'-5 yeo.rs) TOTAl lliVAtm PlAY CO"f'QNOOS 6 "...------............ ~ ff'RlSEI\ICIII'Vitt ./ , (r.K.P.IJ QIY. (II / / ',-_ -CUSTOM -..... ./ ...... / =~= ...... , /' ',I = HOT£: lHE :.::a~ SIN<li..£ '\ I \ J PDIl' SUDE ~ POST IS /(Of !PEllA CERI1flED.. I \...1 '"" /.l I ./Y- I / \ f /. \ I / \ J I I "." (J --L J. ff.:::ri f I IN£:7~.~1 LJj'(40~ I I I f 1fDl41 f I..... \ I """ r"'" "" .. , IWN«:E IIEMl \ I 116 !l4Ct ~ fWIfL .=. 1 \ \ f 't:f =-hlsWsJ ~ I ,f ~~~~ f \ 'j .... 139m I/COU.E I \ I -.,.-... ~ I \ / I ~ / \ / I -/ " .... ,:::.---r-...... .// , // \' // -----~/ \', r---- / " / / '\ /"'soJ..!.~ I ,...... \ "... -~R~ I --,-- 32 I ~ I \ I ..... nc---';\ 1521111 / ~II II \, ~s: // '-/ , / , ------=. Ccooiroppffi -] TOTAl £LEVA1£D OOWPOHOOS ACC£SSJBL£ BY RAMP 0 TOTAL £LEVA1£D COJ.IPONEHTS ACCfSSI9LE BY TlWf.iF£R 6 o , Estimated manufacturing time: 4 weeks from the rom. MX:fSSII3\£ GRtIUHO ILVEl. ~ ~ <4 TOTAL llIFfEROO lYPE5 or GROUNO LEVEl. COUPONENlS 4- 2 2 time of LSI order acceptance. \ \ I J I I 37'-:11" SCU: IN fEEl' .Dante Fascell Rep Services, Inc. & I so I~ .~ ~...,,-... -... _---- r-', 10 Debbie Levine __ ~_,_'''''''''''''''&.'' __ ].-'''''1 .. "",~"""~~"""""",~,,,,,,\.''''i"'''''''''~'>.'''-''J ""'" "'" PlaySbaP'l' .......,. 83075-1-2 .JVh ...-... .- • .:J " ~ Date:04/14/2015 (JBy:nhall \ . Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 83075-1-2 . Project Title: Dante Fascell location: 1 152432A . AIlC Climber 32"Dk DB 1 111290A 1 111237A 2 117495A 1 Pclsts', 3 111397C 2 2 5 111397H 111397F 1113970 Chimes Panel Ground level Image Panel -176 Block Ground level Tracing Panel Above Deck ... '''''''''T . "".~".,,,,,,.,, 'v . .,."'.,.:.',.,, ..... ,",\"".,',.: Y'::,:",",:,' ,i,":·., \' "':"",','.,':. ,'i:".~'_ .. ':;»' < -:'{(\:,</'<\l:-':"'_:'-:.,-y,:;~" :~<,,;'?".i: " Curved Transfer Module 32"Dk left DB Square Tenderdeck Triangular Tenderdeck ' Tri-Deck Plate 8"Rise 106"Post DB 69"Post DB 82"Post DB 98"Post DB F~l!est~nclin¢f!laY;T'> ." "" , : Ki~;~".ln~Ni~t~iQ"': '.:··,::.i·,;~·.-: .. , ' 1 152179A Saddle~pinner DB 12"Height , Spp~s&,,~it"e$S' 1 100041A s!lrf~dng\, 40 100626A 34 119214A 1 Signs 1 130799A 182503A Curved Balance Beam DB 30" Galvanized Stake Tuff-Timber 4' TuffTimbers Access Wedge . L,,' Welcome Sign (lSI Provided) Ages 2·5 years Direct Bury ; ~)onStan~arci prodi.dcl)arges·" '" This quote ~as generated from PlayCAD. Page lofZ , Date:04/14/2015 By:nhall Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 83075-1-2 Project Title:.Dante Fascell Location: Post Cooltopper for 40" Deck to Attach to a PS Post • The Safety Zone was not specified. • Estimated Man-Hours do not include site preparation. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quote was generated from PlayCAD. Page 2 of2 C) () () ... '.-,. ---. . . . -. . :. Jlfh .... OUlljdllea.,_ . . .... stry.ctulea~~ __ c- C) Loop Ladder Image Panel Bette, playg,ollnds. ) Better world.'" playlsLcom Double Poly Slide Arch Bridge Tracing Panel ABC Climber Chimes Panel Chinning Bar rlF- 1111· ~ .~~~ .. REP SERVICES. INC. Experts at Play e-Outdoor Spaces • " . TufITimbers 1M Better playgrolllids. Better world. '* pjayisl.com TufITimbers 1M Access Wedge . Galvanized Slake (3~'') !!IF. 1111" fIj-~ .~ ~~. REP SERVICES, INC. experts atPlay " Outdoor Spaces ("J Better playgrounds. Better world. ,. \ .... /DlaYlsl.com Total Product Made in the U.S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. !irai.· 1111-.~~. REP SERVICES, INC. Experts at Play w Outdoor Spaces /- .Jhh landscape .tro~tll~t4[t~ . Landscape Structures has partnered wHh the Global ReLeaf program of American Forests to purchase trees which will offset the CO2 generated in manufacturing this playstructure. These trees will not only sequester the CO 2 , they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO2 : 3.22 # ofTrees: 10 (j Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (C02 ), RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: w/Staodarg Perm!!lene® w/Rec¥cled Permaleoe® Steel 3551bs. 3551bs. Aluminum 171Ibs. 171lbs. Rubber Olbs. a Ibs. C) Plastic o Ibs. 1621bs. Totai Recycled Content: 5261bs. 6881bs. Total Post-Consumer Recycled Content: 2491bs. 4111bs. Total Recycled Content (%): 26% 34% Total Post-Consumer Recycled Content (%): 12% 20% Total Weight: 2,015Ibs. 2,015Ibs. Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing lEED certification for your project, please share the following Information with your LEED project manager. Post-Consumer Recycled Weight: Yo Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: w/Standard Permalene® 2491bs. %x277lbs. 3871bs. 19% $3,674.22 w/Recycled Permalene® 4111bs. %x277lbs. 5501bs. 27% $5,221.26 Calculations are for standard product. ul 601 7th 51. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl.com I ,. C) ProShield'" Finish Posts/Arches Clamps/Ball Connectors Play Components 100041 152179 152432 Polyethylene Slide Hoods/O-Zone'· 132155 Slides/Tunnels/Gliders/E-Pods'" 123339 132155 152179 Bettei' playgroUnds. "'1ttar world,'" C 11Sl.com . j lagoon. Sky, Pe~cock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Gree!,\, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn,Brown, .Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, lea(Green, Pine Gree·n, Blue, Denim, Plum, Cranberry Red, Red, Orange, . Tangerfne, Yellow, White, Vanilla, Tan, Acorn, Brown, Black; Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool. Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Curved Balance Beam DB Saddle Spinner DB 12"Height ABC Climber 32"Dk DB limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Curved Poly Slide 40"Dk DB Double Poly Slide 32"Dk DB Saddle Spinner DB 12"Height !I iii III •• .~(~ REP SERVICES, INC . Experfs (ltP/a, ~ Outdoor Spaces I I i I c· .. J1Ih ......................................... . '" -" -...: ,::-" . , , -' " , . IClI\dscClP. st!..,~ture_$· _ Pernialene~ . Primary Permalene 111348 111364 113211 123339 127685 152432 153020 Secondary Permalene 127685 Two-color Permalene 111290 Permalene Accent Better playgrounds. Better World.'" playl$l.com C) RecycledGray w/Black,Recycied Umonw/Black, Recycled leaf w/Black, Recycled Green iv/Black, Recycled Blue w/Black, Recycled Denim IN/Black, Recycled Brick w/Black, Recycled Red w/Black, Recycled Tangerine w/Black, Recycled Yell.ow w/Black, Recycled Tan w/Black, Recycled Acorn w/Black, Green, Blue, Red, Yellow, Tan Arch Bridge Loop ladder 40"Dk DB Chimes Panel Ground level Curved Poly Slide 40"Dk DB Image Panel-176 Block Ground level ABC Climber 32"Dk DB Curved Transfer Module 32"Dk left DB Recycled Gray w/Black, Recycled limon w/Black, Recycled leafw/Black, Recycled Green w/Black, Recycled Blue w/Black, Recycled Denim w/Black, Recycled Brick w/Black,.-) Recycled Red w/Black, Recycled Tangerine w/Black, . (, Recycled Yellow w/Black, Recycled Tan w/Black, Recycled ... Acorn w/Black, Green, Blue, Red, Yellow, Tan Image Panel-176 Block Ground level Recycled Gray/Black, Recycled limon/Black, Recycled leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black, Recycled Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/Yellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Tracing Panel Above Deck Recycled Gray/Black, Recycled limon/Black, Recycled leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled !IF. 111111· '~l~ REP SERVICES, INC. r'perfs alP/aye Outdoor Spaces c) , . .. ~ .... ' ..•.. ' ..........•........ ' ...•. ' ..... . . '--- . -' "':. (ltndscapt ··$trQ(tur.s· 113211 TenderTuff Barriers/ladders/Benches 111364 139272 153020 Wheels/Rings/Rollers 100041 Decks/Step ladders () Bettetplaygroutlds. Better world.'· ~.)Sl.com 111237 111348 117495 152432 153020 . -. , -'. ," . :.:. '. '. -' '. BrickiBlack,RecYCiedRed/Black, Recycled· Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/Yellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Chimes Panel Ground level Blue, Red, Tan, Brown, Gray loop ladder 40"Dk DB Chinning Bar Curved Transfer Module 32"Dk left DB Blue, Red, Tan, Brown, Gray Curved Balance Beam DB Brown, Gray Square Tenderdeck Arch Bridge Triangular Tenderdeck ABC Climber 32"Dk DB Curved Transfer Module 32"Dk left DB l'lr= ~Jra . REP SERVICES, INC. Experts pi Play & Outdoor Spam I ,_ OIJ ..• c.········ .. . \J·-,VVL la"d$c:ap$ .. $trll.etllr.s~ ... ~ Better playgrounds. Better world.';' playisl.com Landscape Structures, the premier provider of innovative playground equipment, is committed to creating inspiring play experiences for children while honoring the environment. Artful, safe and most of all, made for years offun. ~rri 1.11.1 E .. 1=: .. .~l~ REP SERVICES, INC. f~perts at Play" Outdoor Spaces o C) ( ) \ .. -··-m~ f&i~; !I%!.c'" .;,,;;1,1 IIi TOTAL ElEVATED PlAY COMPONENTS 0 TUFFTtMBER BORDER TUFFTIMBER ACCESS RAMP TOTAl ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAl ELEVATED COMPON£NTS ACCESSIBlE BY TRANSFER. 0 BEQ.lJIEED. 0 TOTAL ACCESSIBLE GROUND lEV£l COMPONENTS SHOWN 4 BmUIBEll 0 TOTAL DIFFERENT TYPES Of GROUND !.£VEL COMPONENTS' REQUIRED 1 /' i, ~' r-----___________ ~----_, MINJMUM~: ' REQUIRED J I USE ZONE, I I TYP. I I , , r----------------------~ I , , , , , I I I I I I I I I I , , I I I ........ __ ----J l ____ ........ , , , , , , , / , , \ ' I \ ; I 177333 \1 / ~_~ 1~ \ I ADOmONAL BAY SiNGlE POST SWING I I DB ONLY DB ONLY : I I c : 0 it II I " \ :1 \ ! \ , \ I : \ / ' , / , / , , , , , , 130799 TUFfT1MBER ACCESS RAMP ......... -___ I--IL--_ ..... br:::1 bri I r I I I ' I 175038 176038 174018 174018 J 1 fUll BUCKET SEAT FULL BUCKET SEAT BELT SEAT BELT SEAT : I WjPROGlJARD CHAiNS WjPROGUARD CHAINS W/PROGUARO CHAINS W/PROGlJARO CI-WNS I J 8' BEAM HEIGHT 8' BEAtoI HEIGHT 8' BEAM HEIGHT 8' BEAM HElGJiT I I I I I L ______________________ , : I , I I I I I I I I I I I I L ______________________ ~ 1200 SF I 37'-8"---------------+-+ Dante Fascell Park -Swings Area , () '---J 'T """ I "' ,., ~ J PRQJ~ 10601-+2 ~ ~ • , '0 Date:03/25/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote iIIo: 10601-4-2 (~roject TItle: Dante Fascell Park Location: South Miami, Fl 2 176038A 1 177332A 1 177333A ProGuard Chains for 8' Beam Height . Full BUcket Seat ProGuard Chains for 8' Beam Height Single Post Swing Frame 8' Beam Height Only Single Post Swing Frame Additional Bay 8' Beam Height o~9H~-t.l~g;t~.~:S<:t;q:/:;(::, .\:(i:\~;;;:~, ";~::_,_._,,, :Y" ">}";~-:,-",:,~. :',,)~~}_,.' 37 100626A 30" Galvanized Stake 32 119214A Tuff-TImber 4' 1 130799A TuffTimbers Access Wedge • Total Safety Zone Square Footage = 774 sq ft • Square Footage calculation is approximate and for estimation purposes only. landscape Structures shan not be held liable for any costs associated with surfacing by others. • Estimated Man-Hours do notindude site preparation. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. :'.)hiS quote was generated from PlayCAD. Page 10f1 ,. Belt Seat w/Chains , ; Single Post Swing Frame Additional Bay TuffTlmbers '" Access Wedge Better playgrounds. Better world.'" playl51.com Single Post Swing Frame CJ Galvanized Stake (30") TuffTimbers '" REP SER'IlCES. E'per!s at ~."' .. '.' ... "':.' .. ' ...•... ' •• '.' .. ' .. , '<' ,'" . '-': ,::. "--. CJ land$tape . .. ~ strQctures---~ Better playgrounds, I '13etterworld.'" ~jplaYlsi,com Total Product Made in the U.S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. !lJIi !III" I~'~ REP SERVICES. INC. Experts tit Play ~ Outdoor Spaces ,. J11h landscape structures· Landscape Structures has partnered with the Global ReLeaf program of American Forests to purchase trees which wiU offset the CO 2 generated in manufacturing this playstructure. These trees .wiU not only sequester the CO 2 , they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Toils of CO2 : . 1.21 # ofTrees: 4 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (C02), RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: . Steel Aluminum Rubber Plastic TotalRecycied Content: Total Post-Consumer RecyCled Content: Total Recycled Content (%): Total Post-Consumer Recycled Content (%): Total Weight: Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. 2D81bs . D Ibs. D Ibs. D Ibs. 2D81bs. 1291bs. 23% 14% 9121bs. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the following information with your LEE!:? project manager. Post-Consumer Recycled Weight: 14 Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. 601 7th 51. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsi.com 1291bs. 14x79Ibs. 1691bs. 19% $954.56 () o lJ , . () Swings Posts Beams Clamps Better plaY9rollnds. r 'fer 'world,'"' \ .Asl.com 177332 177333 177332 177333 177332 Lagoon, Sky, Peacock, Grass, Buttercqp, Paprika, Berry, · Carbon, Dune, Metallic Silver, Limon, Leaf, Green~ Pine . Greeri, Blue, Denim,Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, . Dladi, Graljhite~ Co.ol Silver, Warm Bronze, Light Blue, Purple, Maroon,Brick Single Post Swing Frame.S' Beam Height cinly Single PostSwingFrame Additional Bay 8' Beam Height Only Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, · Black, Graphite, Cool Silver, Warm Bronze, Light Blue, · Purple, Maroon, Brick . Single Post Swing Frame 8' Beam Height Only Single Post Swing Frame Additional Bay 8' Beam Height Only Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, Leaf,Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Single Post Swing Frame 8' Beam Height Only !i~ III •• .~,~ REP SeRVICES, INC. fxperts at Play i' OutdoorSpaccs , . Better playgroun~s. Better World,'" playlsl.cQrri Be(ter ·playgro~nds,. Bo;(ter World," play!sl.com Landscape Structures, the premier provider of innovative playground equipment, is committed to creating inspiring play experiences lor children while honoring the environment. Artful, sale and most 01 all, made lor.yearsol fun. e21'ii 111-•. .~~ REP SERVICES, INC. ( .. ) Experts at Play i'Outdoor Spaces '... landscape. structureS" Better playgrounds.· Better world.® playlsi.com Proudly presented b,y: I Of· Oii'"",",iii .• -"": '~frit~ ]ib'1i$ffi ~ ~;P \"o_l!~j.,-- Jlth landscape. stl'uctures' TOTAL ELEVA-TED PLAY COt.lPONENTS 0 TOTAl El.£VATED COMPONENTS ACCESSIBlE BY RA~P 0 REOUIRED 0 TOTAL ElEVATED CO~PONENTS ACCESSIBLE BY TRANSfER 0 .BEmJJBED. 0 TOTAl ACCESSIBlE GROUND L£VEl COMPDNENTS SHOWN 1 HEQWBfl2 0 TOTAl DIFFERENT TYPES OF GROUND LEVEL COWPONENl"S I R£OUIRED t ,~ '~ / "' ........ -, TUFFTIMBER ACCESS RAMP TUFFTIMBER BORDER ----------------------- II 11,/ 130799 I TUFFllMBER / ACCESS RAMP f I I MINIMUM -----. I REQUIRED " USE ZONE. \ TYP. \ \ SF \ \ \ '\ , " ' , [:::ot '3' w::] 148636 SEESAW 2-SEATS ~'-------------------------- 28'-6" .... ~ .... , , , '\ , ,/ -' / I \ \ \ \ \ \ I ) I I I I I I Dante Fascell Park -Seesaw Area (~ ''0 in I <0 . ! , .:J p ,. Date:01/22/2015 (jY:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10601-3-1 . Project Title: Dante Fascell Park Location: South Miami, FL 23 100626A 19 119214A Tuff-Timber 4' 1 130799A TuffTimbers Access Wedge C) . Total Safety Zone Square Footage = 257 sq ft • Square Footage calculation is approximate and for estimation purposes only. Landscape Structures shall not be held liable for any costs associated with surfacing by others. • Estimated Man-Hours do not include site preparation. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. () '.- This quote was generated from PlayCAD. Page 1 ofl ,. Seesaw, 2-Seals TuffTimbers TM Access Wedge Beuerplaygrounds. BeUer world.'· pil;ylsl.coni Galvanized.Stake (30") REPS £xperis ilt TuffTimbers™ c) S. INC. Outdo,., Spaces ( /1 '" () I.a ndsc:ap8 Better playgrounds. ;. )Bettet world •. '· '\ _. ptaylsi.ccmi Total Product Made in the U.S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. REP SEIRVICE:S. INC. Experts at Spaces' Jl{h landscape structureS" landscape Structures has partnered with the Global Heleaf program of American Forests to purchase trees which will offset the CO 2 generated in manufacturing this playstructure. These trees will not only sequester the C02, they help filter water, remove air pollution, provide wildlife habitat and improve.our natural envirQnmenl. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO 2: 0.60 # ofTrees: 2 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (CO,). RECYCLED CONTENT OF lANDSCAPE STRUCTURES PRODUCT: w/Standard Permalene® w/Rec~cled Penmalene® Steel . 1021bs. 1021bs . Aluminum o Ibs. o Ibs. Rubber o Ibs. o Ibs. Plastic o Ibs. 4lbs. Total Recycled Content: 1021bs. 1061bs. Total Post-Consumer Recycled Content: 631bs. 671bs. Total Recycled Content (%): 20% 21% Total Post-Consumer Recycled COntent (%): 13% 13% Total Weight: 4991bs. 4991bs. Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the following Information with your LEED project manager. C) C) Post-Consumer Recycled Weight: % Pre-Consumer Recycled Weight: lEED Recycled Fraction Weight: lEED Recycled Fraction %: w/Standard Permalene® 631bs. %x 391bs. 821bs. 16% w/Recvcled Permalene® 671bs. % x 391bs. 861bs. 17% Total Recycled Content Value: $630.72 $670.14 Calculations are for standard product. ( ) '-. 601 7th 51. South, Delano, MN 55328 • TeI763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsi.com " ,. ~.',.".".' •• , .... ,",,' •... , .. "'.""" .. .. . ., .... , ()ndscape "structUJ:,.$"~ ProShield'M' Finish Play Components (J BettlB' playgroundS. ,r-->tlBf world." "Jsl.com 148636 Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune; Metallic Silver, Limon, Leaf, Green, Pine Green, Blue, Denim, Plul1'1, Cranberry 'Red, Red, Orange, Tangerine, Y~lIow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Seesaw 2-Seats DB Ill: i111_, , I~~ REP SERVICES, INC. Experts at Play i' Outdoor Spaces ,.. Jlih IClnd$cQpe structures' Setter playground!i, Better world.'" Landscape Structures, the premier provider ofinnovative playground equipment, is committed to creating inspiring play experien""s for children while honoring the environment. Artful, safe and most of ali, made for years of fun. REP INC. Experts at Play ~ Outdoor 5ptlces C) C) J1Jh landscape structures' I! ~ Better playgrounds. Better world.® playlsi.com G .:J Proudly presented by: !'J ~ 1111IIIIl~ 1Il~[~ REP SERVICES,INC experts (It Play 5-O"tdoor Space Jl!h landscape structures' ( ',---, Setter playgrounds. Better world." playlsi.com o o Proudly presented by: ~ iii: liI.~ I~'~ REP SERVICES,tN( Experts at 'Play&-OufdtJor SP(lC ~\ J /- i ~. TOTAL ElEVATED PLAY COMPONENTS 8 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 TOTAl ElEVATED COI.IPONENTS ACCESSIBI.E BY TRANSFER 8 TOTAl ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 10 TOTAL DIfFERENT 1YP£S OF GROUND lEVEL COMPONENTS 6 136486 INTECAAlED COOL ""'" AID. '" IiO'llURY ON POST NOTE: tHE: COOLTDPPElI fULL SAIL IS NOT IPM CERTlFlCD REQUIRED 0 llEOUIllal 2 _2 REQUIRED 2 115254 STORE FRONT """'- '''''''' DOUBLE SWODSM POLY SI.Il£ / ...... ~ U MINIMUM REQUIRED USE ZO~E, TYP. -------------- 115228 123331 """" POLY SlJOE DRIVER PANEL r b . 127440 .d 1lIAlL TRACKER ~CH PANEl. . ""'" , ...... "'V'J "~,, b ! J W ./, ~, ... ~ '%: , 145624 VERT. ASCENT . 1760111 ""'" ""." 2015.&" "'" """" -) \ V Illi466 INIEG",,1[D COOL TOPPER fULL SAIL GO"IIURY ON POST NOT£: THE COOt10PPER FUU..SAI!. IS NOT PEllA C£RTIflED ~ , Date:04/14/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10602-1-3 Project Title: Fuchs Park Location: Miami, FL 1 1 123331A 130390A Double Poly Slide 32"Dk DB Double Swoosh Slide 72"DkDB'. ?¢lflij1;)~i~;:vi!lp~f(lj~i~~~Hiiia~9j~!:i;'ff;X,[ •. · ... \;.'.~~".;" .... \......., ..... ''' .• }~ ...•... ;;~ ... ;;.) .•.....••.. :;;; ..• ' ..•... ; •... j .•.•.•.• ; .. ;;, •.•..•...•. ,' •. (. ,'::<;\; 1 148432A Corkscrew Perm Handholds 32"Dk DB 1 152907D Deck Link w/Barriers Steel infill panel 4 Steps 1 122533A Spiral Climber 32"Dk Right Handhold 1 145624D Vertical Ascent 72"Dk ?¢i.ilii~~r~9t!1~~>· .• ·\(:;.: .· •. ···.:::f:;:T2~W·i;';·);:····.· ••.• ··;· •.•...•.. 1 176081A Canyon CI,imber Q;'~r~~~!(:~\I,~ht$':'i·.,;:}' .....~ .. :;.y, . 1 142887A 2"Horizontal Ladder Attached One Deck 1 111273A End Vertical Ladder ··.~ti~ges~~~!11~ . 1 111345A Bridge/Ramp Transition Bracket ·'thririeJ¥';::··F·'··· · .• ri'::'····,·.··?;,· ."":.' i'. 1 126204B ~r.~lc:i~ur~'i.·· •.• 1 115228A 2 116244A 1 164148B 1 115254A 1 127440A 1 115227A MqreFuii' 1 201546A 1 120902A 1 1U356A Roof$. 2 136488A D!i!c ks · 30"Dia Crawl Tunnel 64" wlo View Above Deck . ',-.: .'i: .;.,;,-:,\,::','-1"-'-"'<" • ,-,' -"";c·,,,: • ~ .--'X··"" -:< .;:.;;.:::::; \",:.:;" .;':<\-;'.' .... , Driver Panel Above Deck Pipe Barrier Above Deck Ring-A-Bell Reach Panel Ground Level Storefront Panel Trail Tracker Reach Panel Ground Level Zoo Panel Above Deck Gyro Twister DB' . Handhold Leg Lift Log Roll Alum DB CoolToppers Full Sail DB Only' 1 152911A Curved Transfer Module This quote was generated from PlayCAD. Page lof2 o \J ,. Quote Sheet Date:04j14j2015 Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10602-1-3 nBY : LP . . .... ProjectTitle: Fuchs Park Location: Miami, FL 111228A 111404F 4. 111404E 2 1114040 4 136689A 4 136689C 108" Alum Post DB 116"Alum Post 011 132"Steel Post DB 42" BURY 204"Steel Post For CoolToppers Full Sail DB 60" BURY 48"Dk 220"Steel Post For CoolToppers Full Sail DB 60" BURY 72"Dk C)l 182503C Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury . ~ ) • Total Safety Zone Square Footage = 1499 sq ft • Square Footage calculation is approximate and for estimation purposes only. Landscape Structures shall not be held liable for any costs associated with surfacing by others. • Estimated Man-Hours do not include site preparation. • 1 This Quote has a total weight above 5,000 Ibs or product(s) that require a freight quote. Freight tables cannot be used -Please contact LSI for a freight quote. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom fre'ight quotes are subject to changes . This quote was generated from PlayCAD. Page 2 of2 ,. ~ ... ' .................•. ' .... ,_' ".: :.;' ,C' , •• ",-, . . . ,'. :', ' . . IQr,d$C:ape $tr""tures· ... _._-. -.. ~ ... -.: .. -; Double Poly Slide Deck Link w/Steel Barriers Canyon Climber Better playgrounds, Better world. TO playISf.c.om o DoubleSwoo~h1MP~ly Slide C) Vertical Ascenl® Climber Horizontal Ladder Vertical Ladder RE.P) fxperts at JlIh ... . -" ... '- r\. ...•...••..•.•..•.•..••••..•...•....• \),andsc:ape struet ... res· Crawl Tunnel Straight (J Rlng-a-BeIl™ Reach Panel Zoo Panel Better playgrounds. ... Better world.'" ) playlsi.com . Driver Panel (Peni1alene®) Storefront Panel (Permalene®) Gyro Twlste~ Spinner Pipe Barrier Trail Tracke~ Reach Panel Handhold Leg Lift !eli 1111 Ii '~l~ REP SERVICES, INC. txper!s lit Pia)! e; Outdoor Spaces , , Log Roll Bett!!, playgrounds, Better world.'" playlsl,cQm CoolToppers® Full Sail !IF- Ill." '~l~ REP SERVICES, INC. Experts afP/iiy wOutdoor Spaces f •• Better playgrounds. . Better world.'" 1,-) p!ayisi.cOm . Total Product Made in the U;S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. REP S experts at I\jCi:2. INC. Oul,1oorSpaces , " Jkh landscape structures' Landscape Structures has partnered with the Global ReLeaf program of American Forests to purchase trees which will offset the CO, generated in manufacturing this playstructure. These trees will not only sequester the CO" they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO,: # of Trees: 6.65 20 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (CO,). RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: w/Standard Permalene® w/Recllcied Permalene® Steel 1,6421bs. 1,6421bs. Aluminum 2741bs. 2741bs. Rubber o Ibs. o Ibs. Plastic o Ibs. 2301bs. Total Recycled Content: 1,9161bs. 2,1461bs. Total Post-Consumer Recycled Content: 1,021 Ibs. 1,251 Ibs. Total Recycled Content (%): 37% 41% Total Post-Consumer Recycled Content (%): 19% 24% Total Weight: 5,2471bs. 5,2471bs. Total Recycled Content: Material that has been recovered or diverted .from the solid waste stream. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the following Information with your LEED project manager. () () Post-Consumer Recycled Weight: % Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: w/Standard Permalene® 1,021 Ibs. %x 8941bs. 1,4691bs. 28% w/Recllcled Permalene® 1,2511bs. %x 8941bs. 1 ,699 Ibs. 32% Total Recycled Content Value: $14,221.20 $16,252.80 Calculations are for standard product. 601 7th St. South. Delano, MN 55328 • TeI763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl.com ivt········ ; ........•..•.•..••...•............... : . --'.'-' "-' --' ... Q~::fu~:· ProShield'" Finish· . Posts/Arches Clamps/Ball Connectors Play Components 100041 122533 142887 148432 164148 176081 201546 Polyethylene Slide Hoods/O-Zone'· 123331 130390 Slides/Tunnels/GI.iders/E-Pods'· Bett!', playgrounds. Better world.'" !,,_)si.com . Lagoon, Sky, Peacock, Griiss, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, ()range, Tangerine, Yellow,White, Vanilla, Tan, Acorn, Brown; Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Lagoon, Sky, Peacock, Grass, Buttercup; Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, Leaf, Green, Pine Green, Blue,·Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carpon, Dune, Metallic Silver, Limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Curved Balance Beam DB Spiral Climber 32"Dk Right Handhold 2"Horizontal Ladder Attached One Deck Corkscrew Perm Handholds 32"Dk DB Ring-A~Bell Reach Panel Ground Level Canyon Climber Gyro Twister DB Limon, Leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB Double Swoosh Slide 72"Dk DB Limon, Leaf, Green, Blue, Denim, Brick, Red, Tangerine, REP Experts at , Jith '" '. •... . .•. -:; ...... :.' '. '.. -'~ ... ' .: . • -,' < " -. -'. . . -. . lorid$<:ppe structures· 123331 126204 130390 Permalene" Primary Permalene 115227 115254 122533 126204 145624 148432 152911 Two-color Permalene 115228 127440 164148 Permalene Accent Bett"t playgrounds. Better world.'" playlsteam. C) Tan, Acorn,Granite Double Poly Slide 32"Dk DB 30"Dia Crawl Tu"nneI64" w/o View Above Deck Double Swoosh Slide 72"Dk DB Recycled Gray w/Black, Recycled .Limon w/Black, Recycled leaf w/Black, Recycled Green w/Black, Recycled Blue w/Black, Recycled Denim w/Black, Recycled Brick w/Black, Recycled Red w/Black, Recycled Tangerine w/Black, Recycled Yellow w/Black, Recycled Tan w/Black, Recycled Acorn w/Black, Green, Blue, Red, Yellow, Tan Zoo Panel Above Deck Storefront Panel Spiral Climber 32"Dk Right Handhold 30"Dia Crawl Tunnel 64" w/o View Above Deck Vertical Ascent 72"Dk Corkscrew Perm Handholds 32"Dk DB Curved Transfer Module Left 32"Dk DB Recycled Gray/Black, Recycled Limon/Black, Recycled Leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black, Recycled Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/Yellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Driver Panel Above Deck Trail Tracker Reach Panel Ground Level Ring-A-Bell Reach Panel Ground Level Recycled Gray/Black, Recycled Limon/Black, Recycled Leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black, Recycled Red/Black, Recycled ~= lill' -.' 'I~~ REP SERViCeS, INC. Experfs at play eo Outdoor Spaces () ---~ ----------,-------~ ---------~ -----~--------------------~--.--------------.-----------------. -_ •... -.-----_._------ Jbvt" . ... : :"-.' ..•.. -:.' .... .':,': ., .. ' Ondscape strl.lctur"s· c _-,.' __ " _____ '--_ .-. 164148 TenderTuff Barriers/Ladders/Benches C) 111273 111356 116244 120902 122533 152907 152911 Wheels/Rings/Rollers 100041 115228 Decks/Step Ladders 111228 122533 152907 152911 Vibe'M / SteelXS Primary Panels 152907 Bettei' playgrounds. -"tter world.'· _./JYfs1.com Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/yellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Ring-A-Bell Reach Panel Ground Level Blue, Red, Tan, Brown, Gray End Vertical Ladder w/Alum Posts DB Log Roll Alum DB Pipe Barrier Above Deck Handhold Leg Lift Spiral Climber 32 n Dk Right Handhold Deck Link w/Barriers Steel infill panel 4 Steps Curved Transfer Module Left 32 n Dk DB Blue, Red, Tan, Brown, Gray Curved Balance Beam DB Driver Panel Above Deck Brown, Gray Square Tenderdeck Spiral Climber 32 n Dk Right Handhold Deck Link w/Barriers Steel infill panel 4 Steps Curved Transfer Module Left 32 n Dk DB Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Deck Link w/Barriers Steel infill panel 4 Steps !'IF. 1"-. .~~~ REP SERVICES, INC. Experfs at play & O~tdoor Spaces CoolToppers" . Upper Sails 136488 lower Sails Better playgrounds. Setter wor.ld.!· playlstcom 136488 . '. . . Rain Forest Green, N~VYBIUe,Ro~al Blue, Sunflower Yellow, Arizona Tan, Cafe Brown, Classic Silver CoolToppers Full Sail DB Only Rain Forest Green, Navy Blue, Royal Blue, Sunflower Yellow, Arizona Tan; Cate Brown, Classic Silver CoolToppers Full Sail DB Only REP SEIRVICES. INC, Experts at Spaces () () (J J1/&t ... " .... , -,,' . -". ". ~'.' .. '. ' ...... T ........ " ... ' .. ()Iaridscape structure~ Better playgrounds. . )Better world." '. _ playlSi.com Landscape Structures, the premier provider of innovative playground equipment, is committed to creating inspiring play experiences for children while honoring the environment. Artful, safe and most of all, made for years of fun. rlr:i III •• .~~ REP SERVICES, INC. f'perfs at /'loy" Out.cloor Spaces landscape structures' '~ Better playgrounds. Better world.® playlsi.com o U' """"" -"" "'" 11l!ijr ~-."",' ~,~ "" I ~ .•• ~ 'w.,'. '~_"'C_!'·"_ .!lr.i 111-.• 1~ln~ REP SERVICES, INC 'Experts Qt -Play-a.'Outdoor Spacl ,/\ '----') ! '----- /--, U ~ 1 , • f f , I , i I , ; i I \ \ • -;:;' 1,1., 'I .~:' I I ,-~---'-----.1.-]"--i·-----~-..... ,------\ 1----4.~,O':............-! """ •. i i . ~ "r-~ , I i : I· I ! i 17333 I i~ ! .177332. SGLE TSWq ) 51 GLE POST SWi G ADDmO ~,"" i ( ." _C,t\ ,DB ONLY) ~b _ .1 08 0 LY l rD-----£, >_ -'-----\:::V '-V' "'-V !J l/ '--I---' ./ I--f-'- '-...lL ~ 174018 174018 176038 176038 Bm SEI ELT SEAT FULL BUCKET EAT FUL BUCKET SEAT W/PROGllARD ~ys W/PR GUARD CHAJNS W/PROGUARD CfWNS w/p ~GUARD CHAINS 8' BEAM HE GHT 8' EAM HSGHT 8' BEAM HS T 8' BEAM HEIGHT ,~ ~ Date:04/14/201S By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10602-1-3 Swings Project Title: Fuchs Park Location: South Miami, FL 2 2 1 1 176038A 177332A 177333A Belt Seat ProGuard Chains for 8' Beam Height Full Bucket Seat ProGuard Chains for 8' Beam Height Single Post Swing Frame 8' Beam Height Only Single Post Swing Frame Additional Bay 8' Beam Height Only • The Safety Zone was not specified. • Estimated Man-Hours do not indude site preparation. • This quote is va'lid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quote was generated from PlayCAD. Page 1 ofl () o • Better playgrounds. Better world.'" \._) playlsi.col1\ Total Product Made in the U.S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.s.A. !lr.i 11'1· .• I~l~ REP SERVICES, INC. £xperts ilt Play i' Outdoor Spaces • Jltbt.'. : ..... : .......•.... ' ...................... : .. . --, '. .',: .' " :'. lorids.:~pe sfrueturl$" Belt Seat w/Chains Single Post Swing Frame Additional Bay Betterplaygi'ounds. Better worlC:l. T. playlsJ.tom Single Post Swing Frame REP txperts .' ... "", .... INC. Ou;tdol~r Spaces o ( ) . -, ---.JLrh landscape structureS" , ,", . . . . ':,,' .. -, :' .'-:.' , ',">-.. -'. "" "~-.:, '.-.<:. -.' ',' ': . -,: Landscape Structures has partnered with the GI~bal ~e~~af program of A~erican Forests to purcha~e trees which will offset the ¢02 generated in manufacturing this playstructure. These treeswill not only sequester the CO 2 ,..they help fflter water, remove air pollution, provide wildlife habitat and improve our natwal environment. . CARBON FOOTPRINT OF LANDSCAPE; STRUCTURES PRODUCT: Tensef CO2 : 0.60 # ofTrees: 2 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (C02), RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: C) . Steel Aluminum Rubber Plastic Total Recycled Content: Total Post-Consumer Recycled Content: Total Recycled Content (%): Total Post-Consumer Recycled Content (%): Total Weight: Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. 1461bs . a Ibs. a Ibs. a Ibs. 1461bs. 90 Ibs. 38% 23% 3861bs. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material.can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the following information with your LEED project man;3ger. Post-Consumer Recycled Weight: Yo Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. 601 7th SI. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl,com 90 Ibs. %x 551bs. 1181bs. 31% $812.20 , ~ . . ---, '. ' , . --. ,~.' -. -: . ,-;'. -,-,'" -, . lancJ~pe $t ...... cfure$· .-.. _-----_."-_ .. SiNings Posts Beams Clamps Bettet playgrounds. Better world. T. play\sLcom 177332 177333 177332 177333 177332 lagoon; Sky, Pe.acock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine . Green, Blue,Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronz.e, light Blue, . Pl,lrple, Maroon, Brick Single Post Swing Frame 8' Beam Height Only Single Post Swing Frame Additional Bay 8' Beam Height Only Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick n Single Post Swing Frame 8' Beam Height Only ( ... -.) Single Post Swing Frame Additional Bay 8' Beam Height \ Only Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Single Post Swing Frame 8' Beam Height Only experts Better playgrounds. , ) Setter world. ,. \,----p!CiylsLcGrn Landscape Structures, the premier provider ofinnovative playground equipment, is committed to creating inspiring play experiences for children while honoring the environment Artful. safe and most of all •. made for years of fun. ~rii = •• REP SERVICES, INC. Experts ut Play & Outdoor Spaces (j o Jl!h landscape structureS' ---------~,----.-.. ,~, Better playgrounds. Better world.'" playlsLcom o ------."""""" .. "''"''''., .. ,,-''-'''''-''''=''',,~,,''''', iJ ~ Proudly presented by: ~ Pi.: IIIR~ I!lIlU~ REP SERVICES,DNC. Experts ,,{PfaytY Outdoor Spaces TOTAL ElEVATEO PlAY COUPONENTS 8 TOTAl ELEVATED COMPONENTS ACCESSIBLE BY RMtP 0 TOTAL ElEVATED COMPONfNTS ACCESSIBlE BY TRANSFER 8 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 9 TOTAl DIFFERENT TYPES OF GROUND LEVEL COMPONOO"S 5 &.1IU.ts at Play iT" OlltdDCIr SpQcn r' :~ ------............... ", ........ ~---- .... --'\ "' .... /' \/ ' ~ , , \ / / ' -.............. " " , , , , , ///"' ......... - , I I I. ' , , MJNJMUM~ ----------............. : ]:t. 119641 I t REQUIRED '>---"J 'Il( "''', : USE ZONE, .-ruN.... , , TYP. • ._ , I .. . " I / i ""'_{ i / -: ,-: ----, , . -----, , , -----.. ---, : : -" -, , , . , , , \ , , \ , , , , , , , , , , \ , , , , , , , , , , , , I 201546 "" """" ''0'" DOIJBI..E SWOO!M-I POI..Y SLIlE -------- 32 ~------=-- 1225J3 t ;",s::'i I 201MB JIG.W; CUYBDI W/flREPDLE ---l----,-t Vl ! \/1 ! " , [ ! ./ 114565 ! 42" ARCH : IIRIOG£ J{2) 111276 i !!Aft. ASY. t 127953 iP£llIl~1lOUl 1162# "" ""'" """ '. ""'" \! ! ,," \1 ! ,/ 1" I _." \ l· ... -:.. ____ _ I J I I ! :1 136488cOQ. , , , , , 115229 . "'j,,,:',,''''' L /' "'\, t I I I b I ~ • --r .i.'f 152907 ./ 121)818 ft~""" , ... ~ b 'lA ~ I I INIEGAATED ~L ' I \ TOPPER ~:t posr 1 . . i 6O""IIORY FUll. ~L ·1 t . ·litE COOLTOPPER EO I I NOlE.~ NDT IP~ CEIUFI ; ",." ,. i I _ "'" BRiO"~ , , Iii <>0$0,,", " I ' , I '" 13648:' ........... !HlEGRAlEO COO\. -- W&u~l~~ """"""'" "" / , .. ORM ~. ,-" " :ISTHJa?~~~~~SAlLt/ ...................... ______ ..... "!IICDUl.E L ___ "_"_" ____ \,_ .. ______ "_"~ REOUIRED D -, -, REOUIRED 2 ................... _- o _ ........... 57'-5" i .. i I , I, .. i '"~,, .-i i ~~ ___ ~ ! ---j~~~---"----.--l.4',-___ .. _ «L-~"_" __ :J ... \0 I ~ Date:04/14/201S By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote No: 10603-1-3 (j Project Title: Murray Park location:. Miami, Fl 1 1 1 1 11l357A i01546A 120902A Rail Assembly Chinning Bar Alum DB Gyro Twister DB' Handhold leg lift 1 120818A Playstructure Seat L:.:$,I.i.~~$\~N;I~ltj:'{~:~~~" :;'::',:.>,,~~; {~;,~q5;::::-~~~:~){;~)C\ ~~i :}7;;';;,J/:;%h',: ,,' 1 123331A Double Poly Slide 32"Dk DB 1 130390A DouQle SwooshSnde n"Dk DB' ·ciiii1"~r$Wm.rrii.jel1~'Ha!~~ij9jd$':"'C;l';[.;<!'i···' : .... ,. 1 148432A Corkscrew Perm Handholds 1 1529070 122533A 1 116249A '. Clii\j\l~rs'oih,!1~; . 32" Ok DB Deck Link w/Barriers Steel infill panel 4 Steps Spiral Climber 32"Dk Right Handhold Vertical ladder 24" Ok DB 1 201888E JigJag Climber Single w/Firepole 24"Dk Aluminum Posts and DB Only" Qii~r~~~i:l.~~~;'l:s'.\·' ii<! .'. <;·!I;. !'" 1 111467B 2"Straight Ring Bridge ~ridg~~~~~mp$:; !I",';;.;, .1' ../" 1 11466SA Arch Bridge (42") .. Tulli!el$" ; . 1 119641A EJ1~19silr~$;; 1 164092B 1 115228A 1 115229A 1 127953A 2 116244A . Rbofs 2 136488A Deeks.·. 1 152911A '. ,.' :';" '!:'~:~;::-,~; Y;:;'-::.';:~' Wire Crawl Tunnel Ground level . . Bongo Panel Ground level Driver Panel Above Deck Finger Maze Panel Above Deck Handhold Panel Set Pipe Barrier Above Deck . ,'., Co~IT~ppers Full Sail~B Only' Curved Transfer Module left 32"Dk DB 4 111228A Square Tenderdeck 1\ )st$. . . .... .,....< .. ' .... .... .' . -This quote was generated from PlayCAD. ,--.:;: Page lof2 • Date:04/14/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10603-1-3 Project Title: Murray Park Location: Miami, FL 2 2 2 4 4 5 1 1 111404E 111404C 1114040· 136689B 136689C 111404J 182503C 116"Alum Post DB 132"Alum Post DB 132"Steel Post DB 42" BURY 212"Steel Post For CoolToppers FuJI Sail DB 60,i BURY 56"Dk 220"Steel Post For CoolToppers FuJI Sail DB 60" BURY n"Dk 76" Alum Post DB Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury • The Safety Zone was not specified. • Estimated Man-Hours do not include site preparation. • 1 This Quote has a total weight above 5,000 Ibs or product(s) that require a freight quote. Freight tables cannot be used -Please contact LSI for a freight quote. • This quote.is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quote was generated from PlayCAD. Page 2 of2 () () • ~ . ..... ' ..•. ' ••. ' ... ' .. ' ..... ' .... ' .. , i: -'_ '-,'-","." e' .'; nridS.'.¢f:1 pe 'str"ctures- C) ProShield'MFinish . Posts/Arches Clam ps/Ball Connectors Play Components 100041 111467· 122533 148432 201546 201888 Polyethylene Slide Hoods/O-Zone'M 123331 130390 Slides/Tunnels/Gliders/E-Pods'M BeH!Ji' playgrounds. Better world.'" ()c~rn .. ..: .... , ',' .... -.. '-'-" .. ' ,:.:" "::"".' ".' . lag~on: Sky, Peacock, Gras~, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine ~reen, Blue, Denim, Plum, Cranberry Red, Red, Orange, . Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black,'Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerin,e, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm/Bronze, light Bloe, Purple, Maroon, Brick lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, limon, leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Curved Balance Beam DB 2"Straight Ring Bridge Spiral Climber 32"Dk Right Handhold Corkscrew Perm Handholds 32"Dk DB Gyro Twister DB JigJag Climber Single w/Firepole 24"Dk Aluminum Posts and DB Only limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB Double Swoosh Slide 72"Dk DB limon, leaf, Green, Blue, Denim, Brick, Red, Tangerine, REP S~,~!~I:~u~:~~rINC. [xperts at Spaces Deck Link w/Steel Barriers JigJag Climber, Single Better playgrounds. Better World.'· playlsl.com Spiral Climber Ring Bridge Handholds Arch Bridge (42") w/Permalene® . Barriers !II: 1111' 'ap Ii'! ~, REP SERVICES, INc. Experts Qff/aj ~ Outdoor Sptlces C) j . -. ' .. '" .. ~ ........ . . ... -,': ..•..... -:.-.: .•... .';.-' .... :' ..... . () l(indscape . structures· -.. ---.~-... ---,---'---~--- Wire Crawl Tunnel C) Finger Maze Panel ChinninglTuming Bar Better playgrounds. jBatter world,'" \, /pfaylsi.<:om Bongo Panel® Driver pa~el (Permalene®) Handhold Panel Pipe Barrier Gyro Twlster® Spinner Handhold Leg Lift REP INC. Experts at Play ~ Outdoor Spaces " Playstlruc!ture Seat Curved Balance Beam Better playgrounds. Better world. t. playlSl.com Rail Assembly CoolToppers® Full Sail !'J1fi 1111' -.~,~ REP SERVICES, I,NC. Experts at Play &, Outdoor Spaces n CJ c) ~ . Better playgrollnd$, ,Better World. T. ~)iaYI$i.cOrri Total Product Made in the U.S.A. Calculations are for standard products. . 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. REP S (xperts at \ ·J1th ............................ . . . , . ',-' . landscape structureS" .' '.' '. Landscape Structures has partnered wlth the Global ReLeaf program of American Forests to purchase tre.es which will offset the CO2 generated in manufacturing this playstructure. These trees will not only sequester the CO2 , they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO2 : 6.65 # ofTrees: 20 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (C02). RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: w/Standard Perm£!len~ w/Recl1cled Permalene® Steel 1,6301bs. 1,6301bs. Aluminum 3071bs. 3071bs. Rubber o Ibs. o Ibs. Plastic o Ibs. 2131bs. Total Recycled Content 1,9371bs. 2,1501bs. Total Post-Consumer Recycled Content: 1,0211bs. 1,2341bs. Total Recycled Content (%): 36% 40% Total Post-Consumer Recycled Content (%): 19% 23% Total Weight: 5,3761bs. 5,3761bs. Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for your project, please share the following Information with your LEED project manager. n () w/Standard Permalene® w/Recycied Permalene® Post-Consumer Recycled Weight: y. Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. 1,021 Ibs. 1,234 Ibs. y. X 916 Ibs. Y. X 9161bs. 1,479Ibs. 1,6921bs. 28% 31% $14,484.40 $16,036.30 () 601 7th S1. South. Delano. MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl.com 123331 130390 164092 Permalene® Primary Permalene 114665 116249 119641 122533 127953 148432 152911 Two-color Permalene 115228 115229 164092 TenderTuff Barriers/ladders/Benches 111276 111357 B.U.t plaY9founds. ( 'her Vlorld. no \ ,. 'r--~-' ISL,(;,om . Tan, Acorn, Granite, bouble Poly Slide 32"Dk DB 'Double Swoosh Slide 72"Dk DB Bongo Panel Ground level Recycled Gray w/Black, Recycled limon w/Black, Recycled leaf w/Black, Recycled Green w/Black, Recycled Blue w/Black, Recytied Denim w/Black, Recycled Brick w/Black, Recycled Red w/Black, Recycled Tangerine w/Black, Recycled Yellow w/Black, Recycled Tan w/Black, Recycled Acorn w/Black, Green, Blue, Red, Yellow, Tan Arch Bridge (42") Vertical ladder 24"Dk DB Wire Crawl Tunnel Ground level Spiral Climber 32"Dk Right Handhold Handhold Panel Set Corkscrew Perm Handholds 32"Dk DB Curved Transfer Module left 32"Dk DB Recycled Gray/Black, Recycled limon/Black, Recycled leaf/Black, Recycled Yellow/Black, Recycled Blue/Black, Recycled Green/Black, Recycled Denim/Black, Recycled Brick/Black, Recycled Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled Acorn/Black, Green/Tan, Blue/Yellow, Red/Vellow, Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Driver Panel Above Deck Finger Maze Panel Above Deck Bongo Panel Ground level Blue, Red, Tan, Brown, Gray Rail Assembly Chinning Bar Alum DB !IF. IIIIIj .~.~~ REP SERVICES, INC. Experts II/Play '6-Outdoor Spaces • ~.i .••...... ::' ',',. : 166d$.~" strucfures· 116244 116249 119641 120902 122533 152907 1529i1 201888 Wheels/Rings/Rollers 100041 115228 Decks/Step Ladders 111228 114665 120818 122533 152907 152911 Vibe'M / SteelX" Primary Panels 152907 CoolToppers" Shade System Upper Sails Bettet playgrouhds. Better world. 'M playlsi.com 136488 Pipe Barrier Above .Deck Vertical Ladder 24"Dk DB Wire Crawl Tunnel Ground Level Handhold Leg Lift Spiral Climber 32"Dk Right Handhold Deck Link w/Barriers Steel infill panel 4 Steps Curved Transfer Module Left 32"Dk DB JlgJag Climber Single w/Firepole 24"Dk Aluminum Posts and DB Only Blue, Red, Tan, Brown, Gray Curved Balance Beam DB Driver Panel Above Deck Brown, Gray Square Tenderdeck Arch Bridge (42") Playstructure Seat Spiral Climber 32"Dk Right Handhold Deck Link w/Barriers Steel infill panel 4 Steps Curved Transfer Module Left 32"Dk DB Lagoon, Sky, Peacock, Grass, Buttercup, Paprika, Berry, Carbon, Dune, Metallic Silver, Limon, Leaf, Green, Pine Green, Blue, Denim, Plum, Cranberry Red, Red, Orange, Tangerine, Yellow, White, Vanilla, Tan, Acorn, Brown, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Deck Link w/Barriers Steel infill panel 4 Steps Rain Forest Green, Navy Blue, Royal Blue, Sunflower Yellow, Arizona Tan, Cafe Brown, Classic Silver CoolToppers Full Sail DB Only ·!l1i III-iii . .. ~~ REP SERVICES, INC. E.perts at Play So Outdoor Spaces C) C) l) Jl!vt .... i .•..••.....•..............•........ • -.'. -• --~ > Ondscclpe' str ... ~tures· Lower Sails C) Bettet playgrounds. (~e;' World.'" \ .. dYlsLcom 136488 Rain Forest Green, Navy Blue, Royal Blue, Sunflower Yellow, Arizona Tan, Cafe Brown; Classic Silver CoolToppers Full Sail DB Only REP S .. ' . CES, INC. E'perts at Play So Ourdoor Spaces Better playgrounds. Better world.'· playlsi.com · . B~tt~r playgrounds. B~tter world." playlsr.com Landscape Structures, the premier provider of innovative playground equipment, is committed to creating inspiring play expertences for children while honoring the environment. Artful, safe and most of all, made for years of fun. REP Experts at o u JlJh landscape structureS" Better playgrounds. Better world.® playlsi.com Proudly presented qy: Aml~ ~ ~ ~~) .. ,-,,~_ .. _ rJF- 1I11111J,§i. I~~ REP SERVICES, INC. E:(perts at Play & Outdoor Spaces TOTAL ElEVATED PLAY COMPONENTS 0 TOTAL ElEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ELEVATED COJ.IPONENTS ACCESSIBlE BY TRANSFER 0 ..BEIllllBfQ 0 TOTAL ACCfSSlBlE GROUND l.EVEI. COMPONENTS SHOWN 4 BfQllIBfll 0 TOTAL DiffERENT lYPES or GROUND lEVEl COMPONENTS t REOUIREO 1 I~" " ~ 1-----------------------1 [ MINIMUM,! [ REQUIRED "! I USE ZONE, I I r----------______ ~y~~ ___ J I [ , r [ r [ [ [ r [ [ [ I L __ _ _ J ,_ ...,.---.... ", --, -, ' , ' , ' \ ' \ ' \ ' \ ' [ ! .177331 I [ 177330 5· ARCH SWING ~ [ ! ~ i II 5" ARCH SWING n i ~ i ~DmONAl BA~ i . : \\" LJ' LJ U U // "........ ~/~ '----.., _ ......... I 176038 176038 174018 174018 r-- I FUll BUCKET SEAT FUll BUCKET SEAT BELT SEAT BELT SEAT I I W/pROGUARD CHAINS W/PROGUARD ctwNS W/PROGUARO CHAINS W/PROGUARD CHAINS i I 8' BEAM HEIGHT 8' BEllM HEiGHT 8' BEAM HEIGHT 8' BEAt.! HEIGHT I r [ [ r ~ ______________________ , i [ [ [ [ [ [ r [ [ [ [ r '" [ '" '" L _______________________ J -----'---'------1-----l- L----, ,f\, '~ 36·-0~·------------:-, '~ " '" Date:01/23/2015 OY:lP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote No: 10603-2-1 Project Titl.e: Murray Park location:South Miami, Fl 1 2 2 177331A 174018A 176038A Arch Swing Frame 8' Beam Height Only 5" Arch Swing Frame Additional Bay 8' Beam Height Only Belt Seat ProGuard Chains for 8' Beam Height Full Bucket Seat ProGuard Chains for 8' Beam Height • Total Safety Zone Square Footage = 830 sq ft • Square Footage calculation is approximate ilnd for estimation purposes only. landscape Structures shall not be ./ held Hable for any costs associated with surfacing by others. • . Estimated Man'Hours do not include site preparation. • This quote is valid for 9.0 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. This quotewas generated from PlayCAD. Page 10f1 Date:0l/23/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10603-2-1 TuffTimbers Project Title: Murray Park Location: South Miami, FL 17 119214A 1 130799A TuffTimber~ Access Wedge • The Safety Zone was not specified. • Estimated Man-Hours do not include site preparation. • This quote is valid for 90 days. Purchase orders submitted with an expired quote are subject to price changes. Custom freight quotes are valid for 30. Expired custom freight quotes are subject to changes. c) o This quote was generated from PlayCAD. Page 10f1 . --'," Jlth ...... . '.'.'.;'.,.: .•... ,,',.'.;:.-"'.,., .• , ..... --,:.,... ' o la'U"$captt strlJcfureJ" . ,.-..... ---,-... ~ 5" Arch Swing Frame (J Full Bucket Seat w/Chalns Better playgroUnd\;. ) Better world.'" , playlsJ.cpm 5" Arch Swing Frame Additional Bay Belt Seat w/Chalns !'IF- II' •• I~~ REP SERVICES, INC. fxperts at Play ilOuldoor Spaces Bettllt playgro\lnds. Bettllr world.'" playlsi.com Total Product Made in the U.S.A. Calculations are for standard products. 'Our fabrication, rotomolding, welding and painting operations produce the vast majority of our play components which all take place in Delano, Minnesota, U.S.A. !I Iii 1111' .II!; . . ~[~ REP SERVICES, INC. expertS at Play So Outdoor Spaces n JlIh landscape structures Landscape Structures h~s partnered with theGlobalReLeaf program ofAmer;can Forests to purchase trees which win offset theCa, generated in manufacturing thisplaystruciure. These trees will not only sequester the CO" they help filter water, remove a.ir pollution, provide wildlife habitat and improve our natural environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: TOils of.CO,: 0.60 # of Trees: 2 Carbon Footprint: A measurement of the effect on the climate in terms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (CO,). RECYCLED CONTENT OF LANDSCAPE STRUCTURES PRODUCT: () Steel Aluminum Rubber Plastic Total Recycled Content: Total Post-Consumer Recycled Content: Total Recycled Content (%): Total Post-Consumer Recycled Content (%): Total Weight: Total Recycled Content: Material that has been recovered or diverted from the solid waste stream. 101bs. 1941bs. o Ibs. o Ibs. 2041bs. 371bs. 55% 10% 3721bs. Total Post-Consumer Recycled Content: Material generated by households or commercial, industrial and institutional facilities in their role as end-users. This material can no longer be used for its original intended purposes. LEED INFORMATION FOR RECYCLED CONTENT: If you are pursuing LEED certification for YOl,Jr project, please share the following Information with your LEED project manager. Post-Consumer Recycled Weight: % Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. 601 7th 51. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl.com 371bs. % x 1671bs. 121 Ibs. 32% $1,499.20 ' .... '.'.a" ·FL33'122 IlPhl~qge:E}: ().3/~j)~QJ4 Ct1ahged: Q2f16t20J2 ·=~:~:i625 013120/2006 FL. AC'fJve () i,) Detarlqy Entity Name Filed ilate 02fW8/2013 Q3/2512Q1:4 a1l~~i4915 ~I)Q State-Qf floHt;la'. ~pa:ttment of State 2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENi# P06000039625 Entity Name: D.w. RECREATION SERVICES, INC. Current Principal Place of .Business: 2500 N.w. 79TH AVENUE #256 DORAL, FL 33122 Current Mailing Address: 2500 N.W. 79TH AVENUE #258 OORAl, FL 33122 US FEI Number: 20-4644237 Name and Address of Current Registered Agent: WEST, DONALD L 7728 GREAT OAK DRIVE LAKE WORTH, FL 33467 US FILED Jan 28, 2015 Secretary of State CC2240161827 Certificate of Status Desired: Yes The above named entlty submits this statement for the purpose of changing its registered office or reglsterad agent, or both, In the State of Florida. SIGNATURE: -E~I.-c~t~~ni-c~S~ig-na-tu-r-e-of~R~e-g~i~-e-roo--A-g-e-rn--------------------------------------------~D~m~e--- Offlcer/Director Detail : TItle Name Address P WEST, CANDACE N 7728 GREAT OAK DRIVE City-State-Zip: LAKE WORTH FL 33467 litle Name Address VP WEST, DONALD L 7726 GREAT OAK DRIVE City-State-Zlp: LAKE WORTH FL 33467 I hereby cerlify thet the Informs/len inr1fcs/ed on this report 01 supplamenlal report Is true, and aCClll8t& and that my electronic signature shall have the same legal effect as if made under oarfl; that 18m an offlCflrordir8cforafth! cotpOl8tlan or th9 receiverortrustee empowered to 9JCecutelhl$ report 8$ requlrea by Chepfer607, Florida StIJtllflls; andlha! my name appears above, oron an attachment wilh all alhltt lib empowered. SIGNATURE: CANDACE WEST PRESIDENT 01/28/2015 Electronic Signature of Signing Offlcer/Dlrector Detail Cate C) /"-, ~ Member Name Bid Number Bid Name 4 Document(s) found for this bid 601 Subscribers Notified; 16 Planholder(sJ-found. Supplier Name Anything in Fence Canyon Construction, Inc. Construction Journal, ltd. Construction Management Experts, Inc. Fibar Systems H.A. Contracting Corp. Lynx Construction Management, llC . miami remodeling @additions,inc mjds property solutions Napoles Irrigation Corp No Fault Sport group OAC Action Construction. com ' '. Playmore West, Inc. Recreational Design & Construction, Inc. Reed Construction Data VendorUnk llC o City of South Miami RFP-RFP #PR2015-04-0-2015/SK "Playground Demolition and New Installation at Four (4) City Parks" Address 1 1207 S. Swinton Avenue 6538 Collins Ave 400 SW 7th Street 3730 Coconut Creek Parkway 80 Business Park Drive 9500 N.W. 12th Street, Bay 1 45 Almeria Avenue 7786 sw 86 street (f2-111) po box 194 11300 SW 46 St 3112 Valley Creek Dr., Ste. C 12540 sw 130 st 10271 Deer Run Farms Road 3990 North Powerline Road 30 Technology Parkway South, Suite 100 12201 Research Parkway ".:] City State Zip Phone Attributes Delray Beach FL 33444 5612744300 1. Hispanic Owned 2. Small Business 3. Woman Owned Miami Beach FL 33141 3057638869 Stuart FL 34994 8007855165 Coconut Creek FL 33140 . 9546053233 Armonk NY 10504 9142738770 Miami FL 33172 3055919212 Coral Gables FL 33134 3055233656 miami FL 33143 7863466834 brookfield WI 53008 4145875521 Miami FL 33165 3057963058 Baton Rouge LA 70808 8666377678 Miami FL 33186 3052566655 Fort Myers FL 33966 2397912400 Fort lauderdale FL 33309 9545663885 Norcross GA 30092 8009018687 Orl'ando FL 32826 4074010031 1. Small Business i o i1l1lt~ ~~ . . ... G"tit1. w,i$ p"ljJl~fu@. in·~~~;i1eW~PAAtirii)Ui~;I$I'9~~qf o3Ji4!2015 2.4 " .;t.:~ .. ' (J J