Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
6
THE CITY OF PLEASANT LIVING To: FROM: Via: DATE: SUBJECT: BACKGROUND: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager May 5, 2015 Agenda Item No.:b Quentin Pough, Director of Parks & Recreation 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 '*-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; THE CITY OF PLEASANT LIVING VENDORS & BID AMOUNT: FUND & ACCOUNT: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM .Q. Playground includes wheelchair accessible transfer station and is ADA compliant. Fuchs Park .Q. Demolish and dispose of existing playground structure, frisbee golf receptacle, PIP rubber surface and wood borders; .Q. Furnish and install new playground and swing set structures; .Q. Furnish and install two 18' X 18' full canopy sails; .Q. 22 total play elements; .Q. 10 of 12 total play types; iIo Installation of concrete sidewalk from playground to parking lot; iIo Playground includes wheelchair accessible transfer station and is ADA compliant. Murray Park iIo Demolish and dispose of existing playground and swing set structures; .!,I. Furnish and install new playground structure and swing set structure; .!,I. Furnish and install two 18' X 18' full canopy sails; iIo 21 total play elements; iIo 11 of 12 total play types; .!,I. 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. THE CITY OF PLEASANT LIVING ATTACHMENTS: 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. Recreation Services Proposal 1 RESOLUTION NO .. ______ _ 2 3 A Resolutiou authorizing the City Manager to negotiate and to enter into an agreement with 4 D.W. Recreation Services, Inc. for new playgronnd structures at fonr (4) city parks. 5 6 WHEREAS, Parks and Recreation staff conducted an assessment at Dante Fascell Park, Murray 7 Park, Fuchs Park and Brewer Park, and discovered that the existing playground structures need to be replaced; 8 and 9 10 WHEREAS, the City submitted a Request for Proposal (RFP) #PR2015-04 on Friday, March 20, 11 2015 for "Playground Demolition and New Installation at Four (4) City Parks"; and 12 13 WHEREAS, the City received three (3) proposals that were evaluated, ranked and scored by a 14 Selection Committee comprised of Shari Kamali, Assistant City Manager, Quentin Pough, Director of Parks 15 and Recreation, Doug Baker, Parks Maintenance and Landscape Supervisor; and 16 17 WHEREAS, D.W. Recreation Services, Inc. was the highest ranked respondent and is recommended 18 for project #PR20 15-04. 19 20 NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF 21 THE CITY OF SOUTH MIAMI, FLORIDA THAT: 22 23 Section 1. The City Manager is authorized to negotiate and to enter into an agreement with D.W. 24 Recreation Services, Inc. for new playground structures at four (4) city parks for an amount not to exceed 25 $257,177. The City Manager is authorized to expend an additional amount not to exceed $5,000 in the event 26 that any unknown conditions arise that would warrant a change order. The total expenditure shall be charged to 27 the Parks and Recreation Capital Improvement account number 301-2000-572-6450, which has a balance of 28 $30 I ,418 before this request was made. A copy of the proposed contract and copies of all backup 29 documentation are attached. 30 31 Section 2. Severability. If any section clause, sentence, or phrase of this resolution is for any reason 32 held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of 33 the remaining portions of this resolution. 34 Section 3. Effective Date. This resolution shall become effective immediately upon adoption by vote 35 of the City Commission. 36 37 38 39 40 41 42 43 44 45 46 47 48 49 PASSED AND ENACTED this __ day of _____ , 2015. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Harris: Commissioner Edmond: Commissioner Liebman: Commissioner Welsh: I~ w P€c/ed.--R Exhibit 3 PROPOSAL ANALYSIS; RFP #PRlO 15-04 Brewer Part z-s Dante Part z-s Dante Part 5-U Fuchs Part 5-11 MUft'IIY Pari< 5-U User capacity uO (Aesthetics a De51gn &2 90 97 9f Confotmity to Allocated Spacel Total # of Play Types q /1 J I JD J I Total # of Play c:.,-",<v_1f' 14 &"oIn:I 'if Iy GrnwxI 13 .;2/ :~ ('; ;)d G'ovrd l3 JJ.l Elements 2.l evoJed -u> £lelWed w €levaJ::c/ g €:Je,o:kd ?" Shade canopy SIze j.;2.')< I 2' 1;;1' I< 12' .9) 1¥'Xl~' ~) Jf)C~J and Material (I.e. 10' 5~ . ~~ %q~~'Xfe.,h Ylone. I+PPE sq., pIastlc, saU, fIij Pc-P.t'drel;~ ~I)PC'" canopy) canop~ 'll>'k:~ Cor ""'flt SO-i I Seti I "-------------- Instructions: User Capacity: Perthe 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 play. Per the manufacturer, list the total number of play types for each site. Do not count a play type twice, for example: ABC Pork has Q pIoyground composed of 1 toile tube. 1 musical pone~ 2 slides, 1 balance beam, 1 mini pod structure and 1 rock woH. Therefore. ABC Park has 4 0{12 TrICOOniz£d types ofolQl/. PlayTvpe Auditory/Sound: Sliding: Balancing: Rocking: Equipment talk tube & musical panel slides balance beam & mini pod rockwall # of Play Type 1 total type of play 1 total type of plav 1 total type of plaV 1 total type of play Total # of Play Elements: Per the manufacturer, list the total number of Jl!!l!!!!!! and elevated level of plav elements for each site. Shade Canopy Size a Material: SpecifY the ~ize, type and material of all cover shade structures at each site. 61 . i P 10 'r /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 Murray Park 5-12 User Capacity 60 (Aesthetics & Design 6e [10 I ( C~ 110 Conformity to Allocated Space) Total # of Play Types 0( 0' ( ct C( cr Total # of Play "GL-"2-2.-"lo -ZL-I 2.0 Elements Shade Canopy Size /60 SF S 40 :SF zcc" :S;:;:- and Material (i.e.lO' sq., plastic, sail, /oXtO (Z.) t b -/,1 t.)< (~) lex Ie canopy) ----------- 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 play. Per the manufacturer, list the total number of play types for each site. Do not count a play type twice, for example: ABC Park has a playground composed oj 1 talk tube, 1 musical panel, 2 slides, 1 balance beam, 1 mini pod structure and 1 rock wall. Therefore. ABC Park has 4 of12 recognized types of play. Plav Type Auditory/Sound: Sliding: Balancing: Rocking: Equipment talk tube & musical panel slides balance beam & mini pod rockwall # 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 manufacturer. 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 .--,-----, -~-----------------_. J ~ '~ " :--... h \l') "'.1' { ... '.J 7·~~ '''":.s ~ ~., ,- :1 ,:1" ,~ .r:..J ,,..., i . , )l '~ \~ " " ~., ~~ " .,' ' •. " 1:- r~ " ~ (rt (!L ~ Ii . v.e '';; Ii r .'!!. '!}' L • Date: RFP Title: :ITQ No.:· u (,i) South'Miami THE qTY OF PLEASANT lIYlNq Pre-BidConfel'el1ce Sign-In Sheet April 8, 201~ PlaygrQundDem..olition &New Inst~natiot1M'f~~1"41CitY rarks C:IU~ers\skunck.CSMI\DocumentsISouth MiamilTemplateslPre.BidMeeting Sign-In Sheet.c!oc I I I l I BID OPENING REPORT Bids were opened on: .. Friday, Aprill? 2015 .... after: lO:OOam For:RFP# P&2015.04 -Playgroul1d Demolition and New instaDalion COMP ANlES TRAT Sl)Bl\1ItrED PROPOSALS: 1. ADVANCED RECREATIONAL CONCEPTS 2. PLA YMORERECREATIONAL PRODUCTS & SERVICES 3. D, W. RECREATION SERVICES AMot!:NTI . j :G'lJ{,tFfI.tt. .:: <l.1>/P, .~. tIJ~. IItJ A$./l., Ilt 7, ' tfi THE ABOVEBIDSHAVE NO'fBEEN eH)i:Cl(ED. THE BIDS AM SUBJECT TO CORREcTION AFTER THE BIDSHA V)tBEEN COMPLETELY REVIEWED, Maria M. Menendez City Glerk:.--=~:o:--'-______ _ Print Name U.A Witness: &i.;~ ~~ W\lness'_;:-;-,.-;-:-;-,-: _______ _ P(ititName I .. low $252,177 x x rsvcs ... ,' $266.645 x x $274,589 x x (l) Condition of Award RFP PR2015-04 Playground Demo and Install at Four (4) City Parks NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER ~ . ~~~l· ;'~",171<;?%;,r;·""lL;,.; x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x warm't,'ti'·, Attached landscape structures Playcraft (,jl South~iarni THE CITY.QFPiEA$ANT l!VIN<i RFP Tille: RFP No.: Evaluation Scoring Sheet 1. Space: '1. 'i 'Play Eilemetits & 2. b\ 3. CreathlityofOeslgn I Total NumllE1r of PlaY Types: b~ OurabiJi!y&. Warranty: f..,9 4, 5. Cost: 0 ?/ . . ~ \Q>. ~Z-. . 'tv '3:> ~ \ Qt.~ V D l 1 1 .lp sou~iami THF. CITY-'OF PLEASANT, LIVING RFPTltle: RFP NQ.: 1. 2. 3. 4. 6. Creativity ofOesign IT otal Number of Play Types: DurabilitY &,Warranty: Evalu;;atiQn Scoring.$t'!$et to Date: RFPTitle: RFP No.; 1. 2. 3. 4. 5. evaluation Scol'ingSheet ;72. \ Proposal Submittal Checklist Form This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline ,set for within the solicitation. Fulfillment of all s~licitati,on requirements listed is mandatory for consideration of response to th~ solicitation. Additional documents' may be required and, if so, theL will be '.' identified' iii an adClendum'to't!1lSCRFP;=Tlie: reiponse:Shalnncfilde-tlie~fOllowfnglteins:·-.=~.:.:: .,:--::: ,-: .... -- ., -' --.,-.",. ,.. ,1 , '/ Checl( Attachments and Other Documents to be Completed: C I d omp ete . x Bid Form -,...-- ...... N_/A __ Proposal/Bid Bo"d N/A X *Performance Bond (As lLCondltlon of Award; Not ___ Requirlld With the Submittal) / X Respondents Qualification Statement©, Q)' 0' ~ ~ Non-Collusion Affidavit \ \r ---X ./ Public Entity Crimes and Conflicts of Interest X -- __ X __ Drug Free Workplace ,/ X ____ Acknowledgement of Conformance with OSHA Standards / __ X__ List of Proposed Subcontractors and Principal Suppliers / Related Party Transaction Verification Form ---X X Indemnification and Insurance Documents / --- X ____ Proposal Analysis Exhibit,3 X Signed Contract Documents (All -including General Conditions ____ and Supplementary Conditions) Exhibit 4 * Performance Bond: Required as a Condition of Award and Prior to the Contractor RIlcelving a Notice to Procelld. Not Required with Submittal. Submit this checklist along with your proposal indicating the completion and submission of each requiredforms and/or documents. Thomas F. Pepe 12-5-14 END OF SECTION 10 BID FORM THIS PROPOSAl IS SUBMITTED TO: Steven Alexander City M.m3ger City of Sou~ Miami 6130 Sunset Drive South Miami, FL33143 I, If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of South Miami in the form included in this RFP Package, and to perform and furnish all work as specifled or indicated in this RFP for the Proposed Price, within the Contract Time and in accordance with the other terms and conditions of the RFP Package. 2. Respondent accepts all of the terms arid conditions of the RFP, Invitation for Proposals and Instructions to Respondents, including Without limitation those dealing 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 Notice of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent has examined copies of all the RFP Documents and of the following Addenda, if any (receipt of all which is· hereby acknowledged.) Addendum No. \ Dated: +lgllS"" Addendum No. Z. Dated: 4/Jo/lr-" 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. Pepa 12-5-14 i. Respondent has studied carefully all reports and drawings, 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 additional examinations, 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 iii. iv. 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 conditien discovered thereafter. . Respendent has correlated the results of all such observatiens, examinations, investigations, explerations,. tests.~repo<ts-and-studles-with .. the .. terms_and_ conditions .. oLthe._Contract_ .. DQcLlRleniS:-. . .... ........-.-....• ···.·, ___ -·:-:-c.-.... .. ...... .. .. .. ."-...••.•.. --...... ~ .... -.... .•... R"s~c>nde,;t has reviewed and checked ~n Information and . da...: shown· or Indicated in the RFPPack~ or in the CQntract DociJmentSwith respect to~isdng Underground Facilities or conditions at or contiguous to the site and assumes responsibility for the accurate locatien of all Underground Facilities and conditions that may affect the .Work. No additional examinations, investigations, explorations, ~sts, repor:u or similar infarmada" or data in respect to any Underground Facilities or conditiohs are, or will be, required by Respondent in order to perform and furnish .the W()rk at the Contract Price, within the Contract TIme and in accordance with the other terms and conditions of the Contract Documents unless the Proposal specifically states that the contract price is· subject.to adjustment for future discovery of underground facilities andlor conditions that a!feet the cost of the Work and unless the respondent makes a written request to the Oty for additional information prior to submitting the bid or proposal as reqUired in subsection Ii abeve, 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 sufficient notice of the resolution thereof from the Oty, that such reselution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. e. This Propesal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to. any agreement or rules of any group, asseciation, organization, or corporation; Respondent has not directly or indirectly induced or solicited any ether 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 obtain 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 cemplete 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 frem 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: 1"1.iJD hwxlred -Jiftt-61wD +hougJ,{1) One bl!()ck~ dollars and no cents $ r25r1, 177. DD , Alternates: #1 ----------------~ -------------------- #2 ---------------~------------------- ~ __________________ #7 ____________________ __ Thomas F. Pepe 12·5·14 12 #4_,--______ #8 _________ _ A fee brea~own. if applicable. for each task must be completed in the table shown above. Failure to clll)'lpletgcthi~ iIlfor11latlo~ shanre~c1!'r' the .. l'ropos~~on.re~~Qnsiye.. .c. __ -~----=~--. -.. ,-=cc·--=··' .5. Th~ ENTIRE WO!\K shall be completed. in full. within 120 days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in the Contract. 6. Communications concerning this Proposal shall be addressed to: RESPONDENT:· 4;~~~C:J;~~~,.p:~~~~!:LlL.."-'--------- Address: Telephone: Facsimile: Attention: 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents. unless specifically 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 bound 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·mall confirmation. if any. SUBMITTED THIS ---.LAfC-'f"-'·,CL.'----20~ PROPOSAL SUBMITTED BY: OW {(e('reoJil!l'1 Servic(J,lhr. Company 'bonaQd u.t:J+ Name of Person Authorized to Submit Proposal Signature {P Title END OF SECTION Thomas F. Pepe 11·5·14 Telephone Number Fax Number d/JJt:rt~dw(.ec.( e.afi(JYl .Ct'V1'l Email Address . 13 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 100 In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule 130 2. list the last three (3) completed similar projects. a) Project Name: Owner Name: Armjn »ndsfo .. d---"1~~r~w--d:JQs-hllcdidV miami. Ooili elMYUzj b) Thomas F. Pepe 12·5·14 Owner Address: c91S-N W .2"d fr. m'Ill:YU, £ 33121 , Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: Project Name: Owner Name: Owner Address: 20 Noy ,1. ZOJ1 • Dee. S, 20/-1 )4(,51[·00 c) Thomas F. Pepe 12-5-14 Owner Telephone: Original Con~ract Completion Date: 0 ct 11120 /4 Actual Final Contract Completion Date: Oc+. \ 1, 2..014- Original Contract Price: Actual Final Contract Price Project Name: Owner Name: Owner Address: Owner Telephone: , ~lo-9, 000-DO , Cl~Df q?oJUy, g~Qch Gardms 4404 J5Ufns 12J. fG-ft, FL :3 34-1 0 1~'57JI-LJ30 r /IIS:- Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion __ Date:,. jlJJ1 Z.5, 201 r , Original Contract Price: Actual Final Contract Price: dJ 3tg'Jo.ljO 21 3. Current workload 4. The following information shall be attached to the proposal. a) RESPONDENrs home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, inCluding on-site Superintendent. S. List and describe any: ~6Y1 e.. a) Bankruptcy petitions filed by or against the Respondent or any predecessor organi%ations, 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 Government Agendes or QuaSi-government Agendes for which you have done business within the past flve (5) years. Name of Agency: ffiiClfl\.t J)We C 61~ Thomas F. Pepe 12-5-14 22 Address: 8.1s" f\I uJ b)...d Sf-., , 4-~fk. m iam I Pc-33/2X , . Contact Person: CeSOf fc:.re.L~ Co..s+o.nedo... Type of Project: PIruj'1~., payilillY\\) , ShAdel Cl!Y'Cfe;le. vJO(~ Name of Agency: ti% '0£ COle&, Go...b leJ' Address: ~gOO SW '72Yld Atl!!.. miarN I FL 33\~::) Telephone No.: 1-3 o~-y lJ O. ';;01 g Contact Person: OJ C:J()J'ld(j) GuY) ~~. Type of Project: Pla.;!~~ I $\co.dg ( ~m ko-H:xJlSL t((llf + Name of Agency: =tbWrdJt-,fey fbb\ic La17d Address: 140\) i<-ed ~OQd * 2~ ,5)uth {)11arnJ l fL. 33143 Telephone No.: 1.:.. 3()S' ~ loLD 1-040Q Contact Person: J2:,cif'Cio... mc.c, \ b m \SY)d .s Type of Project: Emc?S 7®e;:( nS--hUlctntnr Thomas F. Pepe 12·5·14 END OF SECTION 23 EVALUATION CRITERIA & SELECTION OF CONTRACTOR ! --. , Evaluation Criteria: Proposals shall be evaluated by an Evaluation/Selecti.on Committee which shall evaluate and rank prciposarso-ii~cnterTa lisieil .oelow: Tne criteria are itemizecfwitfitfierrrespective welgnffOra maximum total of one hundred (I 00) points per Evaluation/Selection Committee member, per Res.pondento . . '. , I. Aesthetics & Design Conformity to Allotted Space: M;jXimum 10 Points 2. Number of Play Elements & Play Value: M;jXimum 2S Points 3. Creativity of Design / Total Number of Play Types: M;jXlmum 25 Points 4. Durability & Warranty: Maximum 20 Points 5. 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 respondents 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 initiated. 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. 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. END OF SECTION Thomas F. Pepe 12-5-14 24 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 NON COLLUSION AFFIDAVIT STATE OF FLORIDA ) ) COUNTYOFMIAMI'DADEc--) _--IC.JaL,!..Lnl1d~aJ",c",e","...llLlN",G9"",-;}-,--________ being first duly sworn. deposes and states that: (I) H~hey islare the Pres i dent- (Owner. Partner. Officer. Representative or Agent) of D ..... I tJ""-,r?J",~""",,,-(:-,=ea:/i=<..!l·dY7,,-,-... SR-:F-.... C!-,-,-i .... {e=.,.L...'L"""""",,,c:.;" __ the Respondent that has submitted the attached Proposal; (2) HelShelThey islare fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) 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. directly 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 indirectly. 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; " (5) 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: Thomas F. Pepe 12-5-14 By: ---ja'".w:}'II~(4=<....107I",-",1 L1f""---__ Sign.lture Candare.lAleSt--" f("e..sfd~ Print Name and Title Date' 26 ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI·DADE ) ) ) ........ -··~~~;~:~~::!E;ly~~~:ed'£i~!(S):fln~i~.i~~allsRh~~;;~~~~e~r:de~~~~ed N~;;~~I;~~:~~~~tate notary) . (l8.vJdac e IAlcrt . . and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/shelthey executed it. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Thomas F. Pepe 12·5·14 I)KEISHA HOT. ALING NOTARY PUBLIC STATE OF FLORIDA Comm# FF021704 • • Expires 9/2212017 (N~~~SSZ~~!~I~ffc: Print, Stamp or type as commissioned.) ~ .. Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. 27 PUBLIC ENTlTY CRIMES AND (:ONFLICTS 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 " .~ ... --·propositl fo,,-acContra:ctwithcapu6IlcentityfortnEFcoiisW.ctiojjofrepai~·ofap1iblicl5i.iillJing or-piJolieWorkjmay not submit bids or proposals on le.ases or real. property to a public!,ntity, may nllt be a\Mlr~e~ to, p~rforrn Work as a RESPONDENT, Sub.contractor, 'suppller.$ub.con~ultant, or c::onsultant under a Co~tract with any public entity, and may not transact business with any public entity· In excess of the threshold amount Category Two of Section 287.017, Florida Statut¢s, for, thirty six (36) months from the date of being placed on the convicted vendor . ,--,-' . . list". ' ., ',.,. , " . The award of any contract hereunder is subject to the provisions of Chapter 112, 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 of South Miami or its agencies. '-: \ ' SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, 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. j fy 0 f ,5b!JH? rn I <l.JvI..i., , [print name of the public entity] by _---=C=· OJ'Cl=,-:;":"dJ'-7t,,-:e~West-=,,,:-:-:=;;-<e--1c:-,"e ..... (-,-,,; d=eo:L.L.L-t-________ _ !print in\livldual's na'l'~ and title] I' , for_~(}~I~~~~e~eJ~e~Rn~on~S~erv~·~C~e~~~l7un~C~ ___ ~ _____ _ (print name of entity submitting sworn statement] whose business address is aSUQ NW '79 ih f/le. ~dSO Qorc& 1ft-3'312.2- and (if applicable) its Federal Employer Identification Number (FEIN) is @D -4{J14a~ 1 (If the entity has no FEIN, include the Social SecuritY Number of the individual signing this sworn statement: -----~---------.~ 2. I understand that a "public entity crime" as defined in Paragraph 287.133 (I)(g), Florida 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 statll 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), Elll!:ida 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. Pope 12·5·14 28 directors, eXecutives, partners, shareholders, employees, m~mbers, and agents who are acti~e in the management of an affiliate. The ownership by one person of shares constituting a controlling Interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person cOntrols another person. A person who -knowingly enters into a joint venture with a person -·-who· hasbeen--convicted'of "'-public entity.ccrlrnecincFlorida-dUring-the·precedinF36-months'shall'~-- b_e considered an affiliate. - 5. I understand that a"pe~s~n"as defined in Paragraph 287.133 (I) (e), f1oridaStatute~ 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 and which bi~s or propo~al or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which othervvise transacts or applies to transact business \\11th a public entitY. The term "person" Indudes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. - 6. Based on information and belief, 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 sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents 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 affillatj! of the entity has been charged with and convicted of a public entity crime subsequent of july I, 1989. Hovvever, 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, I Fa CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this I 5 day of -I-'-¥'-.l..l-_____ ---' 20L. OR Produced identification _______ _ (Type of identification) Form PUR 7068 (Rev.06l11192) Thomas F. Pepe 12-5-14 Notary Public -State of F( Or idol My commission expires '1 { ~ 2..1201 J (Printed, typed or stamped commissioned S name ::;::~~:~N;k~~ NOTARY PUBLIC STATE OF FLORIDA • • Camm# FF021704 expires 912212017 29 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 subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that It has implemented a drug-free workplace program shail be .. ··'glvenprefeferii:e r,Hlfecaward"pl'oeeiis;C· EstabllShed:procellures·.fol'processing:tie: BidscorProposalnhallblr:"==-- followed if none of .the tied vendors have. a drug-free workplace program. Ii, order to. have a drug-free workplace program, a business shall:·· . . ' , . . .. I) 2) 3) 4) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shail be taken against employees for violl'tions of such prohibition. Inform employees· about the dangers of drug abuse in .the workplace, the business' policy of maintaining a drug:free workplace, any available drug counseling, rehabilitation, and employee assl.stance 'programs, and the penalties that may be imposed upon employees for drug abuse violations. . '. , . . ", . Give each employee engaged in proViding the commodities or contractual services that are under Bid a copy of the statement speCified in Subsection (I). ' In the statement specified in Subsection (I), notify the employees, that, as a condition of working of the commoditi~s or contractual services that are under Bid, he employee shail abide by the terms of the statement and shail notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in, the workplace no later than five (5) business days after such conviction. S) Impose a sanction on, or 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: {f~t.71'J.MJ. Print Name: Mille uuot D_: __ ~y~I'~~h~--------------__ Thomas F. Pope 12-5-14 30 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS' TO THE CITY OF SOUTH MIAMI ----,-----,. ~.----.-.".----~.,.---.---. ---.. -.--~--.,--',----.-,-----.--- We, DIN @C raJi IJY) Ser'I,LeS ,IiL (Nam~ of CONTRACTOR), h~rebyacknowledge and agree that as CONTRACTOR for the "Playground De~olition and New Installation at Four (4) City Parks" project as specified have the sole responsibility for compliance with an the requirements of the Federal Occupational Safety and Health Act of 1970, and an State and local. safety and health regulations, and agree to indemnify and hold harmless the City of South M'aml and NlA (Consultant) against any and an nabmty, claims, damages, losses and expenses they may incur due to the failure of (Sub-contraCtor's names): to comply with such act or regulation. CONTRACTOR~. BY:· Lnoold WeJt Name Title Thomas F. Pepe 12-5-14 END OF SECTION 31 Witness RELATED PARTY TRANSACTION VERIFICATION FORM I C-o..noace We.sI-, individually and on behalf of Ow f{e,e.reo:hQ'l) Ser'('\(e~;:Dlr. ("Firm")have Name of Represenlativ~ CampanyNendorlEntity 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 , kii"6Wiiidge;infOrmatlonandbeilii;:------.--.-----------.. ---.--... , -.--'--, --.-,----' (I) neither I nor the Firm have any conmct of interest (as defined in section SA· I ) with regard to the contract or business that I, andlor the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined iri 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 Q.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 with 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 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 (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 disclose 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 11·5·14 32 CleanjnK Up: 6.28 The CONTRACTOR shall dean up behind the Work as much as Is reasonably possible as the Work progresses. Upon completion of the Work, and before acceptance of flnal payment for the Project by the CITY. the CONTRACTOR shall remove all his surplus and discarded materials. excavated material and rubbish as well as all other material and equipment that does nClt fOrm a Part' of the Work, from the ·~<~'~~properi:y. roacli,\ia-y$;siCieWilIiS-;-parking'areas-;-liIWh anaallaajacenrpropew.-'-Inllditiolr,~the· '" ·,CO~,.RACTORshall dean his portlCln,ofWork i,nvol~~ in,any~uilding under this Contraa.sothat no further cleaning by the CITY is necessary prior toJtsoccupancy"-'1d he shall restore all property. both public and private, which has been'disturbed or damaged during'the prosecution of the Work so as to leave the whole Work and WClrk Site in a neat and presentable condition. 6.29 If the ¢ON'TRACTOR does not dean the Worksite, the C;::ITY may clean the Work Site of the materials referred to In paragraph 6.28 and charge the cost to the CONTRACTOR. Public Conyenlence and Saf!l!;)': . " , 6.30 The CONTRACTOR shall, at all times, conduct the Work in such a manner as to insure the least pracpcable obstruction tCl public trave,l. The convenience of the general public arid of the reSidents. along and adjacent to, the area of Work shall be provided for in a satisfactory manner. consistent with the operation and local condition.. "Street Closed" signs shall be placed immediately adjacent to the Work, in a conspicuous positior!. 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 City of South Miami Police Department. before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire extinguishing eqUipment shall be provided and maintained at all times. Sanitary Provisions; 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 condition and 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 dean. 6.32 through 6.34 have been deleted. Besponsibility for Connection to Existing Work; 6.35 It shall be the responsibility of the CONTRACTOR to connect its Work to each part of the existing Work, existing building or structure or Work previously installed as required by the Drawings and Specifications to provide a complete installation. 6.36 Excavations, grading, fill. storm' drainage, paving and any other construction or installations In rights-of- way. 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 from 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 structures, 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. Cooperation with Governmental Departments. Public 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 properly shored, supported and protected. that their location is identified and to obtain authority 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 Thomas F. Pepe 12-5-14 77 may perfor~ their necessary work, and shall pay all charges and fees made by such third parties for their work. 6.37.1 The CONTRACTOR'S attention is called to the fact that there may be delays on the Project due to workto be done by governmental departments, public utilities, and others in repairing or mOving poles, conduits, etc. The CONTRACTOR shall cooperate with the above parties in ----,.----.------'-'c·,-----'everyway-posslble;-so-that-th"canstructii,"'can,-~"completedin-the-least' possible,time;c-,ccc, __ ,~,c· , ,6.37.2 The CONTRACTOR shall have made, itself ,familiar with all codes,!aws. ordinances, arid regulations which in any manneraffec~thoseengaged or employed in th~Work, or materials and equipment use In or upon the Work, or in any way affect the conduct of the Work, and no plea of misunderstanding will be considered on account of damage or delay caused by his ignorance thereof. ' ''', ' Use Premises; 6,38 CONTRACTOR shall confine its apparatus, storage of materials, and operations of its workmen to the limits indicated by law, ordinances, permits and directions of CONSULTANT and CITY, and shall not unnecessarily encumber any part of the site or any areas off site. 6.38.1 CONTRACTOR shall not overload or permit any part of any structure to be loaded with such weight as will endanger its safety, nor shall 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 CITY as well as their instruCtions with regard ta 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 City 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 general 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 offices shall be provided and iocated where directed and approved by the CONSULTANT. All such facilities shall be furnished in strict accordance with existing governing reguiations. Fieid offices shall include teiephone facilities. Protection of Existin, Property ImRcovements; 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 damaged 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 itself), 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, fotting 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 cansent 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 Contract. written notice thereof shall be given to the Thomas F. Pepe 11·5.14 78 CONTRACTOR prior to starting 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 c:>r entitles him to an extension of the Contract Time, he may make a claim therefore as provided In Articles II and 12. 7.5 Where practica~le, the CONTRACTOR shall build around the work of other separate contractors or e,', ,.' -shall-Ieave-chases,slots, and' hole~ .... required to· receive and·tO'conceal' withirtothecgeneraLconstruction VV"rkth~ work of such other separate, co~tractors as "'irected by th,em.Where, suchchi!Se5, slots, etc., are impractlc~ble, the W"rk shallrequiresp~cific appr"yal "f theC9f\jSULTAf\jT. , '" ' 7.6 Necessary chases, slots, and holes nat built or left by the CONTRACTOR shall be c,ut by the separate contractor requiring such alterations after approval of ,the CONTRACTOR. The CONTRACTOR shall do all patching and finishing of the work of other contractors where it is cut by them and such patching and finishing shali be at'the expense pf CONTRACTOR, , 7.7 Cooperation Is required in the use of site facilities and in the detailed execution of the Work. Each contractor shall coordinate their pperation with those of the, other C"ntractors for the best interest of the Work in order to prevent del~y in the execution thereof. , 7.8 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. 7.9 The cost of extra Work resulting from lack of notice, untimely notiCe, failure to respond to notice, Defective Work or lack of coordination shall be the CONTRACTOR's cost. ' ARTICLE 8 -CITY'S RESPONSIBIUTIES 8.1 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. 8.4 The CITY'S duties in respect to providing lands and easements 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 Cjty'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 and shall not be extended without written consent of the CITY and the CONSULTANT. 9.1.1 The CONSULTANTs decision, in matters relating to aesthetics, shall be flnai, 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 i. proceeding in accordance with the Contract Documents. His efforts shall be directed toward providing assurance for the CITY and all applicable regulatory agencies that construction is in compliance with the Construction Documents and applicable iaws, 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 CONTRACTOR. Clarifications and Interpretations: 9.3 The CONSULTANT shall issue, with reasonable promptness, such written clarifications or interpretations of the Contract Documents (in the form of !;lrawings or otherWise) as it may determine necessary, which ""', " ',", shall"'be~conSistent'wlth;-or-reasonabiT inferabIO"frorn.~'the<overall' Intent"of the· Contract Documents",lf ' the CqNTRAC'I'0R sflaks an increase In ,the CpntractPrice or, extensiqn of Contra~t Time ,based On,a, written, clarification andfor interpretation, it s~all .berequired t<,> ,submit' a timely claim, as prOVided in Articles II and 12. ' Measurement of Quantities; 9.4 All Work completed under the Contract shali be measured by the CONSULTANT according to the United StatesS\:andard Measures~ All linear surface measurements shall be made horizontally or vertically as required by'the item measured. RejectiOi pefective Work: 9.5 The CONSULTANT shall have authority to disapprove or reject Work that is "Defective Work" as defined In Article!. It shall, also have authority to require special inspection or testing of the Work inclUding Work fabricated on or off site, installed or completed as provided. In the, event that the CONSULTANT requires testing of completed Work, the cost of such inspections andfor,testing shall be approved in writing by the CITY. All consequential cost of such Inspections and testing. including but not limited to the cost of testing and inspection, the cost of repairing any of the Work, or the .work of others, the cost to move furniture and eqUipment and/or the cost to provide alternative facilities until the repair work can be completed, shall paid by the CONTRACTOR if the Work is found to be Defective Work. Shop Drawjngs, Chan", Orders and !'axments: 9.6 In connection with the CONSULTANT responsibility as to Shop Drawings and samples, see paragraph. 6.25 through 6.28, inclusive; 9.7 In connection with the CONSULTANT's responsibility for Change Orders see Article. 10; II, and'12. 9.8 In, connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc., see Article 14. Deci:!iions on Disa&reeme'nts; 9.10 The CONSULTANT shall be the initial interpreter of the Construction Documents. Limitations on Consultant'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 employees, 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 worn time to time, order addition., deletion. or revisions in or to the Work which .hall 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 term. 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 work as reflected in the Change Order. 10.2 The CONSULTANT may authorize minor changes or alterations in the Work not involving extra co.t 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 CONSULTANT's Field Order would entitles the Thomas F. Pepe 12-5-14 80 10.3 10.4 10.5 CONTRACTOR to an increa~e in the Contract Price or extension of Contract Time, it must submit a written notice of intent to demand a Change Order within tWenty four (24) hours of the issuance 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 CONTRACTOR without. authorization of a written Change Order ».s/ljl!Lnouo~ltte.it"tQ·an·inc~")'htj1"'f<>.ntra~E'.dcec()&~,~t:"nsion,<>f.:.t1t~C:on~cnme,=excePtin the case .ofan emergency as provided in.paragraP~~.22 and. ~cept as pr"vided .in paragraph.1 0.2, ... The CITY will. execute. appropriate Change Orders prepared by th~ CONSULTANT covering changes in the Work, to be performed as provided in pilragraph4.4, and Work performed In an emergency as provided in paragraph 6.22 and any other claim of the CONTRACTOR for. a change in the Contract Time or the Contract Price which is approved by the CONSULTANT. . It is the CONTRACTOR'S responsibility to notify its Surety 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 before commencement of the Change Order Work. The Work shall be stopped until the CONTRACTOR· prbvides such proof of adjustment in the Bond amount and· any such delay shall be charged to the CONTRACTOR. ARTICLE I I -CHANGE OF CONTRACT PRICE 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 11.2.4 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. 11.4 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 be 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: 11.7.1 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 11.9 The term cost of the Work means the sum of all direct extra costs necessarily incurred and paid by the CONTRACTOR in the proper perlormance 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 "·~WorKde ... cribedilrtl\e··CI\.nge·Ofder·(lildeFSCl1ediJlen)floDclasslfiCiitionhgreedupoh·bYCITY and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned .on the basis of their. 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, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of perlorming Work after regular working hours, on Sunday or legal holidaY. 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 or in 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 transportation and storage, and 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. 11.8.3 Payments made by CONTRACTOR to the Subcontractors for Work perlormed 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 equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.8.S Sales, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by any governmental authority. I 1.8.6 Payments and fees for permits and licenses. Costs for permits and licenses must be shown as a separate item. 11.8.7 The cost of utilities, fuel and sanitary facilities at the site. 11.8.8 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. 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 sale proprietorships), general managers, engineers, architects, estimators, lawyers, agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general Thomas F. Pepe 11-5-14 81 administration of the Work and not specifically included in the schedule rElferred to in Subparagraph II .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 capital employed for the Work and charges against CONTRACTOR for delinquent payments . . --------·-"-"-I·I'.9,4-eost-ofpremiumsior·all·b'ond!l'andforall·ifl~lirancTpblicienNnemeT6r11ofCONTRACTORis required by the Con,tractDocument:S t<>purchase and maintain the same (except as otherwise prbvi~ed in Subparagraph 11.8,9). . , 11.9.5 Costs due to the n"gligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, induding but not limited to,the correction of defective work, disposal of materials or equipment wrongly supplied and makinggi:iod any damage topropen;y. 11.9:6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph II.S. 11.10 The CONTRACTOR'S .lee which shall be allowed to CONTRACTOR for its overhead and, profit shall be determined as follows: . I LlO.1 A mutually acceptable firm fixed price; or if none can be agreed upon. II. I 0.2 A mutually acceptable fixed percentage (not to exceed 15%). ILl I The amount of credit to be allowed by CONTRACTOR to c:iTY for any such change which results in a net decrease in cost will be the amount of the actual net decrease in costs calculated in the same manner as provided in 11.8. When both, additions and credits are involved in anyone change, the net shall be computed to inclUde overhead andprofot, identified separately, for both additions and credit, provided however, the CONTRACTOR shall not be entitled to claim lo~t profits for any Work not performed. ARTICLE 12 -TIME FOR COMPLETION. lIOUIDATED DAMAGES AND CHANGE OF THE CONTRACT TIME 12. I 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 ,climatic and economic conditions and other factors prevailing in the locality 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. 12.3 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 inability to obtain full use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining 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. 12.3.2 CITY is authorized to deduct the liquidated damages from monies due to CONTRACTOR for the Work under this Contract. 12.4 The Contract Time 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 daim and stating the general nature of the claim induding supporting data. All claims for adjustment in the Contract Time shall be evaluated and recommended by the CONSULTANT, with flnal approval by the CITY'S representative. Any change in the Contract Time resulting from any such claim shall be incorporated in a written Change Order. 12.5 All time limits stated in the Contract Documents are of the essence of the Contract Thomas F. Pepe 12-5-14 83 12.6 12.7 12.8· 12.9 No claim for delay shall be allowed because of failure to furnish 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 compensation for such delay and the CONTRACTOR's sole remedy shall. be an extension of time for the period of delay. Extensions to the Contract Time for delays caused by the effectS of inclement weather shall not be . ·~PtEjlf-'ll1less-tne--WeatlienvasUnusilarfqr. South-Florilla ana coulanor~ave 5een antiCipatE!a;tlfe-- abnormal.:Weatheris· documented .. byr~~ords from }henatlona.l.weath.er ··service. and the abnormal weather.'s documented to have had a substantial affected .on the construction schedule. . No Damages for Delay: The CONTRACTOR agrees that he .shall not have any claim for damages due to delay unless the delay exceeds 6 months, whethe~ individually or cumulatively, and then the damages shall be limited to increased cost Clf materials that were unanticipated and that would not have been incurred but for the delay. Other than as set forth above, the. only remedy for any delay shall be limited to an extension .of time as provided for in Section 12.4 which shall be the sole and exclusive remedy for such resulting delay. Other tha~as set forth above, CONTRACTOR shall not be entitled to an increas.e in the Contract PriCe or paY!f1ent or compensa~ionof any kind. from CITY for direct, indirect, consequential, impactor other costs;" expenses or damages, including but not limited to, costs of acceleration or inefficiency, overhead or lost profit$, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable. The CONTRACTOR waives all claims that are not presented to the City in writing on or before the 21" day foilowing 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 the date of Final Acceptance as indicated in the CONSULTANT Letter of Recommendation of Acceptance or from the date when the defect was first observable, whichever is later. The same guarantee and unconditional warranty shall be extend for five (5) years from the date of Final Acceptance as indicated in the CONSULTANT Letter of Recommendation of Acceptance for latent 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 continuously 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 thereby 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 entided to any money for anx work performed 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 after the first progress payment shall be accompanied by partial releases of lien executed by 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 84 If payment is requested on the basis of materials 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 titie to the material and equipment as well as certificates of insurance providi",g coverage for 100% of the value of said material and. equipment covering the material and equipment from all casualties as well as theft, vandalism, flre and ·~flood;-·Th"CONTRACTOR-~hall·repla-.:e~ac-itn!l!!fense-anrstoredona:terialrpaid--ro-FwhtclraFe-either-~·--·-- damaged, or ~ole~ . before installation. The . CONSULTANT .. will. within ten (10) calendar·· days. a~r receipt. of ea,ch paftialpayment. estimate, either. certifying in Vffitingits approval pf payment and· present the partial payment estimate to the CITY, or retyrn the partial payment estimate to the CONTRACTOR, indicating in writing his reasons for refusing to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The CITY, will within thirty (30) calendar days of presentation to it of any approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis of the. approved partial payment estimate. The CITY shall retain ten (i 0%) percent of the amount of each payment until Final Completion and Acceptance of all Work covered by the Contract Documents. Any Interest earned on the retainage shall accrue to th.e benefit oftheCITY. - 14.2 The CONTRACTOR, before it shall receive final payment, shall deliver to the CITY a Contractor's 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 indirectly, which was incorporated into the Work. If any person refuses to provide such a release 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 Warranty of Title 14.3 The CONTRACTOR warrants and guarantees that titie 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 passed 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 "liens"); 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. Approval of Payment _ 14.4 The CONSULTNT's approval of any payment requested in an Application for Payment shall constitute a representation by him to the CITY, based on the CONSULTANT's 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, that 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 the Contract Documents (subject to an 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 means, methods, techniques, sequences and procedures of construction or that he had made any examination to ascertain how or for what purpose the 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 the persons who performed work or supplied materials". Thomas F. Pepe 12-5-14 85 14.6 14.7 14.S 14.9 In the event. that the CONTRACTOR withholds paymendrom a Subcontractor or Supplier, the same amount of money shall be withheld from the CONTRACTOR's payment until the issue is resolved by written agreement between them and then a joint check shall be made payable to the person. in que~tion and the CONTRACTOR in accordance with the settlement agreement, otherwise the money shail be held by the CITY until a judgment Is entered in favor of the CONTRACTOR or the person, in which case ........ the-inoney·shall· be-paid-according-with-said-judgment--:No1:hlngocontainedhereiIrshall-jndlcate ·an-intent·· to ben$/itany dllrd persons .who are not .signatoriesto theCon~act. The CONSULTANT may refus.e to .. approve .th~ whole or any part of any payment if, in its opinion, It. is unable to make such representations to the CITY as required this Section 14. It may also refuse to approve any payment, Or it may void any prior payment application certification because of subsequently discovered evidence or the results 01 SUbsequent Irspection or tests to such extent. as may be necessary in its opinion to protect the CITY from loss because: . 14.6.1 of Defective W'1rk, or completed Work has been damaged requiring correction or replacement, 14.6.2 the vvork for which payment is requested cannot be verifled, 14.6.3 claims of Liens have been file<!.or received, or there isreasonable evidence 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.S of liquidated da,mages payable by the CONTRACTOR, or 14.6.9 of any other violation of, or failure to comply with provisions of the Contract Documents. Prior to Final Acceptance the CITY,. with the approval of the CONSULTANT, may use any completed or substantially completed portions of the Work provide<! 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. 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. Upon completion and acceptance of the Work the CONSULTANT shall issue a Certificate 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 01 completion and acceptance of the Work. 14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Yendor with the City. The Bank of America ePayabies 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 going 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 approvai, an electronic remittance advice will be sent via e-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 3$ 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 connection 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 14.12 The CONSULTANT may void any certification of Substantial Completion or Final Completion 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 6r 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 correction ---oneplacemennothe exteni-thanhe-proJettir no longer-Substantially-Completed. or-in the . -case-iiHini!! Complei:ioncer;tlftcatilin, isn9liingerfiiliillyConipetea. . :---. ---- 14.12.2 the Work necessary to bei::ompleted for the purpose of certifying the work as being Substantially Completed or Finally Completed cannot be verified, \. . . 14.12.3 claims or Liens have been filed or received, or there is reasonable evidence indicating the probable finng 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 Defective Work the value of which, if deducted from the contra!'t price would reduce the amount owing to the. CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case of Final Completion. . ARTICLE IS -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 CONSULTANT, which shall fix the date on which Work shall be resumed. The CONTRACTOR shall be allowed an increase in the. Contract Price or an extension of the Contract Time, or both, directly attribl,ltable to any suspension and if a claim is timely made and if it is allowed under the terms of Articles II or Article 12 Ci1¥ Mil)' Term;nate 15.2 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 files 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 Subcontractors 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 direct 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 jurisdiction for any reason that tlie 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 I 5.5 I 5.3 Where the CONTRACTOR'S services have been so terminated by the CITY said termination shall not affect any rights of the CITY against the CONTRACTOR then existing or which may thereafter accrue. Any 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 convenience of the CITY. In such case, the CONTRACTOR shall be paid for all Work executed Thomas F. Pepa 12·5-14 87 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 I 5.5 In the case of termination of this Contract before completion for any cause whatever, the CONTRACTOR, if notified to do so by the CITY, shall promptly remove any part or all of its equipment --and~s~p;>li"~Jr,,ll)t~e-~property-of the CITY-; Should the-CONTRAGTOR-no~ remove-such equipment·- and supplies, the CITY shall havecIlerighi: ioremove-them-at-the-expenseof \:lieCONTRACTOf( and the· CONtRACTOR agrees that the CITY shall not be liable for loss or damage to such eqUipment or supplies; 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 Stop 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 CONSULTANT 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 i.ts 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 twenty (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 CoNyltant. 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 CONTRACTOR, at the CONSULTANT's request, agree to provide the CONSULTANT with a written indemnification 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 General 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 CONTRACTOR 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 ARTICLE 17 -WAIVER bf 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 ofth. Work thereunder. ARTICLE IS -AUORNEYS FEES IURISDICTIQN I VENUE-I GOYERNJ"'~ !J:XI:i--:-==:~~~~>--=--:~-::~ :-. i S.ITh~ Co~trattsh~llbeco~strue~-i~ ac~orda~~~i~h ~n<lgoverned by the law of the State of Florida. 18.2 The parties supmit tot~ejurisdicdon of an)' court of competent jurisdiction. in Florida regarding any claim or acdonarising out of or reladng to the Contract or Contract Documents. Venue of any action to enforce the Contract shall be in Miami-Dade Cou~ty, Florida. . . .. .. .. . I S.3 If either the. CITY .or CONtRACTOR s~eks 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, an~ reasonable attorney's fees. . . . .. IS.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 Cot,tract or the breach thereof. shall be detided in a court of competent jurisdiction within the State of Florida. . ARTICLE 19 -PROJECT RECQRPS 19. I 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 compensadon made by CONTRACTOR, and to conduct an audit of the finantial 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 compledon 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.1 19.0701) 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 confldential 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 spetiflc 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 I 19, 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 2Q • SEYERABIUTY 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.()r situati()ns other than th()se as t() 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 .• ~~-permi"ttei:l.bY law~~~~ ~--:c---c::------=~-:-"cc:._c-:-c_,--,,-~-=_-=c--= -------------c==c-=cc----------- ARTICLE 21 -INDEPENDENT CONTRACTOR 21.1 The ~()NTRACiOR 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 responslbUicles, soci_.1 security and health insurance, employee benefits, purchasing policies and other similar adminiStrative-procedures, applicable to services rendered under the Contract shall bEl those of the_ CONTRACTOR. IN WITNESS WHEREOF, t~e parties hereto have "';ecuted the -General Conditions to acknowledge their inclusion as part of the Contract Documents on this __ day of , 20--, CONTRACTORa~,¥&'ea.:hdY) ~ jeer I D\r . Signature: . N:-am-e:-.. --"--?PC-=-W5'1-:1anW":T":e:""yt;;--" Title: yr AUTHENTICATION: OWNER: CITY OF SOUTH MIAMI Signature: _:-:---:-:-:--_-:-___ _ Maria Menendez City Clerk Read and Approved as to Form, language, legality, and Execution Thereof. Signature: -::::--:-______ _ City Attorney Thomas F. Pepe 12·5·14 Signature: -:.,-_-:-_________ _ Steven Alexander. City Manager 90 Supplementary Conditions A ConsYltant: 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 ConsU:Ita:nt;ihr\Y'-'n~ theCity'sdesigrteeai'lrufollows~=='-· .-. ---.. o,"o.~_. ___ .. __ ._ .. --_._ .. _._... Consultant N/A B. Su~~lemental 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. Termjnation 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. Secondary/Other 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. AssillDment: 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 andlor 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 joindy and severally liable for any breach of the Agreement by the assignee. Thomas F. Pepe 11-5-14 91 I. Plans for Construction: The successful Bidder will be furnished four sets of Contract Documents without charge. Any additional copies required will be furnished to the Bidder at a cost to the Bidder equal to the reproduction cost. J. Warranty/Guarantee:· CONTRACTOR shall act as agent, on a limited basis for the City. solely for the . • ..•..•. : ~lIoyv.up-collcerlling.""'rra.n1:J' . c"mpliance fol' aUiter,!scu_~derll)anlJfaEtur...:.s:vv.arralltylC:;ulll'llnt:ee. and. for the purpose of cQmpleting all forms for Warranty/Guarantee cOYe'"le under this Contract. . . . -" , . .,'.', : -' '. -" , " ,-,-. IN WITNESS WHEREOF. the parties hereto have exeCuted .the Supplementary Conditions to acknowledie their Inclusion as part of the Contract on this _ day of • 20....-0 seri ice.l',17c. W~~ ... ~. 13 . ...-r. {~ CO~~:~~R: ON((e~ - __ Name: t11J''";!J~-....... """,!..IL:''''''-'-------- Tide: v f7 AUTHENTICATION: OWNER: CITY OF SOUTH MIAMI Signature: ---,-:--:--:-_.,-___ _ Maria Menendez City Clerk Read and Approved as to Form. language. legality and Execution Thereof: Signature: _-,-________ _ aty Attorney Signature: Steven Alexander City Manager END OF DOCUMENT Thomas F. Pepa 12·5·14 92 SERVICES RFP ...... PI.aY9JQl!nd DemQUtio.n~and~e~ .. ln~tallation •. ... ... . .... ... ... ... ····at-. 4 City·. Parks RFP #PR2015-04 April 17, 2015 10:00 a.m. Prepared For: City of South Miami 6130 Sunset Dr South Miami, FL 33143 Submitted By: D.W. RECREATION SERVICES D.W. Recreation Services, Inc. 2500 N.w. 79th Ave. #258 Doral, FL 33122 DONALD WEST 561-818-4819 Letter of Commitment SERVICES Dear City of SQuth Miami: Our Vision and Intent The City of South Miami is embarking 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 citizens. D~W. Recreation Services, 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 , construction 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 budget, 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 designl 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. D.W. Recreation Services, Inc. does not have any outstanding litigations 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 City on this project. Respectfully Submitted, Donald WesWice President D.W. Recreation Services, Inc. and REP Services, Inc. Letter of Commitment D.W.RECREATION SERVICES . -~ -_._-_ .. "--_ .. _... ----------~------~ - ---------------.. ---------"---. D.W. RECREATION SERVICES 1. Profile of Proposer Description of Firm Contacts __ \. SERVICES D.W. Recreation Services, Inc. 2500 N.W. 79th Ave. #258 Doral, FL 33122 561-818-4819/561-433-0175 (fax) Dwrecreation@bellsouth.net Organization 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 registrations/licenses 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 -CGC 1520829 Donald West National CPSI #15964-0513 Candace West-State of Florida Building Contractor-CBC1260050 Work normally performed with our own forces: Demo Site Work All Installations Banklna .. m· •••• __ . CHase- 6350 Lantana Road Lake Worth, FL 33463 D.W. RECREATION S~RVICES Contact: 561·964·9934 Donna Bondina· Bonding Capacity: $500,000 Agent: Collinsworth, Alter, Lambert, Inc. 23 Eganfuskee Street, Suite 102 Jupiter, FL 33477 Contact: D. Michael Stevens, Surety Bond Manager (561) 776·9001 Insurance Celedinas Insurance Group 4283 Northlake Blvd. Palm Beach Gardens, FL 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. , D.W. Recreation Services, Inc. is proud to have installed over 200 playgrounds and 75 shade structures ... In the South Florida area. We also hold a Certified Playground Safety Inspector license to ensure that \all of our installations meet the national safety standards. D.W. Recreation has the manpower and machinery to perform 95% of this project itself. With D.W. Recreation Services, Inc. as your installer you will receive the excellent customer serviee 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).W.RECREATION D.W. Recreation Insurance SERVICES -___ ............... _ .. ..:.0 D 11. Proposer's Qualifications FIRM'S QUALIFICATIONS D. SERVICES 3. PERSONNEL: • Organizational Chart D I Firms Qualifications lmulcl ~'.ot, \' ..... 0 ..... CPSll5HUm CCC15ZOl~ CaDda~e West SERVICES l5OtN.W. "",bo. ~U. D .... ~fLJJlll P._"l"l .. ~al'F .. "I4JUl1f Candace West. Pmidalt ofD.W. Re=atiOll Seivi-.lnc. She is responsible for tile accOllQIiIIg. pa~u. pemlitling and ovas«iDg the oftke. C~ holds /Ia" Calified BuiMing CO/IIflICtor Liceose and is one of the qualiJim for tile company. Doaald West-'''' DooaI4 West has c~on experit.DCe f()(tIle past 20 yms. . He nms !he daily opentiOllS ofD.W. ~ s~ces.. He lias devdopedsttotlg sdatiomIIips willi most of!he major cities and 1JIIIIiicipaJite!i1llioQghout South Fledda and is kDowu for his excepliooal customa: service. Dooaldholck his GatenI Contnctoss Ii~ and is a Natiooal Playgrouud Sately JiJspectot'. Dooald is also a catilied installer for mauy plaY!JVUDd and pavilion ~ that he iIIs1alIs. He doea the majority of the bidding for the cOmpaIly and makes sua:e aU tile projects are coordinated so theyIUll sm001hly. Over !he pastS yatS. OWDingD. W. ReaeatioD Smrices, rue. Dooaldhas OVeBftD over 140 dii'rermt jobs ill the iii countyaea. Most oflhese projects were smaU pam which iDchIded p\ayglouDd$, shade S1rudUres, pavilions, ~e WOJk and geom\ padc ~. Donald is the iDitlal cOlllacl willi the customa: and while he has some baDds on he ~ maiDIains an \lllde!:stauding of what is going on willi each job that D.W. Rfcn:ation completes. Pal" C!ri!!o-Sul!flinlfgdtnt Dave Cirillo has been ill construdioD. for the past 10 yeam and has worlcecI for D.W. Re=ation Savices, rue. for !he past S yeam.. He is ill charge ofperfumJiDg and ovmeeing tile jobsile operations ofD. W. Rfcn:alion S..vi-. Int... He nms our aI!WS and ensures safety and job completiOQ to ultimalely provide an acd!ent product willi supai! customer service. Dave deals willi sile work:, Jayout. concrete aubing. installation ofplaygrollDck, and pavilioIt and shade s1t\ICfutes on aurprojects. Dave is a certified insbller for sevmI playground and pavilion manut'.lcturess. SERVICES D.W .. RECREATION . SERVICES 3. References South Pointe Park .t;!ty~9fl.'!!"ml~li!!l!cl1.j=IC!rJdl! _ ... Project Info Owner I City of Miami Beach Completion Date I June 2011 Work perforllIed with own forces I 95% Contact I Rhonda Gracie 1-786-2294817 Completed on time I Yes Change' Orders I No Jobs done for City of Miami Beach I 5 Services Provided Construction Management General Construction Services SERVICES Project [)escription' . South Pointe Park was a demo of an existing playground and installa- tion of a new playground. FIRM'S QUALIFICATIONS SERVICES Oak Lake Park HollylNood, Florida ProJ,ct Info·: Project Description Owner I City of Hollywood Project included building a playground with shade structure over it. Completion Date I May 2010 Work perforined with .own forces I 95% Contact I Terrance Comiskey ... . 1-954-921-3900 Completed on time I Yes Change Orders I No Jobs dorie for City of Hollywood I 7 Services Provided Site Work Concrete Carpentry Construction Management o I 3. References Wild Lime Park l!!/~IJII,FIQricl@ Projectlnfo Owner 1 Miami Dade County Completion Date 1 December 2012 Work performed 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 Cty I 14 Site Features Playground Shade Structure Concrete Curbing Sidewalk Minor Modification to Existing Park Services Provided Concrete Carpentry Site Work Construction Management SERVICES .--_.------.----,. _. _._'"------------ Project Description This project was done for 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. . Coral Bay Park Coral Gables, Florida . Projectlnfcf-... Owner I City olCoral Gables Completion Date I October 2014 Contact I Alejandro Gonzalez Pagan 1-305-'160-5018 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 BasketBall court installation SERVICES ..-.-::--=-=-==-------=:::::::.::-::~...:-=--'-...:::-:-=---= ---_. -. Project Description . . ...-- A design buildforthe City of Coral G!lbles that included a playground with surfaCing and a Basket Ball Court installation. SERVICES Tamarac Sports Complex· Tamarac, Florida .. Projecllnfoo ... -~-. Owner I City ofTamarac Completion Date I October 2014 Contsct I Ma.tthew West 1-561-588-2027 Completed on time I Yes Change Orders I Yes Site Features Playground Shade Structure Surfacing Services Provided Concrete Construction Management Genera.1 Construction Site Work Playground Installation Playground SurfaCing Shade Structure Insallation Pr-oject Description .. ...... . . ., This was . a d~sig~ b.uUd project that we completed 95% of work with our own forces, We installed playgrounds, shade structures, safety surfac- Ing a\ two different sites within t the park, • SERVICES Weston Christian Playground and Shade Weston. Florida "" ••••••.• -:-: ",-.0--" .. Project Inf() Owner I Weston Christian Acadamy Completion Date I August2011 Work perfonmed with own forces I 95% Contact I Joe Guynes (954) 389-4555 Completed on .time I Yes Change Orders I No Jobs done with Weston Christian I 2 Services Provided Concrete Carpentry Site Work Construction Management Project Description At Weston Christian Academy, we installed two playgrounds and shade structures. Eden Lakes Park Miami, Florida Project Info OWner I Mial11i Dade County Completion Date I August 2011 Work performed with own forces I 95% Contact. I Cesar Perez . (305) 755-7853 Completed on tline I Yes Change Orders I No Jobs done with Miami Dade I 16 Services Provided Concrete Carpentry Site Work Construction M~nagement SERVICES Project Description At Eden Lakes ark , we installed a playground, shade structures three pavilions and other pall< amenities. SERVICES Understanding the Project Requirements D.W. Recreation Services, Inc. and REP Services, Inc. believe our design build approach is quite com- -patibleandowellcslJitedto-tIIe-goalsconne-City of-Solltli' Mieimi; -We~areacciistomedtcr-deiiigniiiiiplay" grounds that are user friendly, taking full adval)!age of the space and landscaping. Gc:iodco~municationis the key to asucces~fulpr~ject.Thed~sign team gains a better understanding of _ the User and Owner's requirements, while the Users and Owner gain a better understanding of what the playground will be. A better understanding, on both sides, makes a better product for the Owner and this is achieved through meeting with the City Official$ tounderstarid their goals and expectations. -. .' . . . " ' , . , , . . . '. In that regard,D.W. RecreationServices,h;c. and REP Services have reviewed the Design Build Services of the Four New parks background and scope of services sections of the solicitation and -toured t~eexisting site. For thi.s project, we understand we designing four new playground areas. . .' "/ The following is a summary of OW. Recreation's and REP Services approach to accomplish the design and construction of the Four New Parks. Schematic Design The City has provided a set of programmatic requirements desired for this project. This was helpful dur- ingthis phase as our team developed a plan and layout of the playground. As part of this qualification package D.W. Recreation has developed a plan based on the material provided. Our intention, once awarded the project, is to meet with all involved parties and make any changes that the city desires 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 requirements. To be certain that we clearly communicate our ideas, we have included a perspective drawing for the playground as required. Construction Once the design has been finalized with the City then we will obtained engineered drawings of the playground and obtain a penmit from 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 permits 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-site. ihe project superintendent will provide 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.Q2R SERVICES PROPOSER'SQUALIFICA TlONS Sunset Point Park Renovations RFP # NO. 15·02R D.W. :RECREATION SERVICES UJ. Z o !;( o iL ::::i <C => a UJ ir::: w ~ Il. ~ Il. ! -.-,------~--------- ""-~--.,~-~~ -~-~ .. -, ~.-----.--.--' --.. ~'___:r-~-~=-'-.~.-.. ~ ------,,~-... -' ... ~..,.~a' l\ecreatiO rl and Park ASsO('i~~. vo" Let it be known that Donald West . has met the requirements of the standards set forth by the National Certification Board and is hereby granted certification as a Certified Playground Safety Inspector " /·1 "'_ /-"y"; .. '. I • ,~I.r-.,[A4' -. ~ ·l..I"h,.U. .... '~· ,"""'-1),:,:,"_' . __ .;.1'1:\, .... "';. !lJt.lf~t.ifriQ:-; _~ll't .. ~U:. ~~'$rJ,' /f ----;--. ~.J~ / ... j~,.--'- ,""~ ,1;.,."101''-.1 • !.!'-r! (:F.~ Certified Playground Safety Inspector 9t1912D13 ~,.·.1T!:'~I'/"r't-··m 15964!>-1015 (; •. l! tI.-'r{:.\u·:·.'i Nt .iUI"", lOi1l2016 ";.:..T·I!! ... ·I(~\lI:,I;J'I:. ! ~ & t:D:: ~~ .e-o • ... 0 _z : .. ~~ J1ih landscape . structures' ---i-- T9 Whom It May Concern: Please accept this letter as a formal statement verifying that DW Recreation Services Inc. has been certified, and is authorized, to install all equipment manufactured by Landscape Structures Inc. I can be contacted directly if any additional information is needed. Respectfu_=U,",- Jeff Addicks Installation Services Manager 763-972-54500 . jeffaddicks@playlsi.com . 2015 Play Equipment Warranty You have our word. ~~ndscape Structures Inc. warrants that all playstructures and/or equipment sold will conform in kind and in quality to the specifications manual for the products Identified "In the Acknowledgment of Order and will be free of defects in manufacturing and material. SeUer 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 notifieq in writing promptly after discovery of the defect and withIn the applicable warranty period, correct such nonconformity ~ither 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 rempval 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 sale remedies of the purchaser, Seller shall not be liable for any direct, indirect, special, incidental or consequenflal 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 instructions 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 accident; 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 in any respect Which, in the judgement of Seiler, affects the condition or operation of the structures. To make a claim, send your written statement of claim, along with the original job number or invoice number to: Landscape Structures Jnc, 601 7th Street South, Delano, Minnesota, 55328-8605. Signed: *trif= Ch.km" Date: 01101/2015 Terms ofsi:\Ie 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 applied 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 carrier, 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 will require a forklift or similar equipment to unload as a unit on the site. INSTALLATION: All playstruetures and/or equipment are delivered unassembled and packaged with recyclable materials. For a list of factoryMcertified 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 pieces 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-eertified 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, Landscape Structures will accept returns of new structures and/or new equipment purchased within 60 days of the original invoice date. Advance notififati.on is necessary to ensure proper credit Parts not included In this return policy are custom parts (inCluding PlayShaper® pasts), as well as used ar 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 St. 50uth Delano, MN 55328-8605 888.438.6574 (inside the U.S.A.) 763.972.5200 (outSide the U.SA.) playlsi.com J1Ih landscape structures' 601 7th Street South· Delano. MN 55328-8605 • 888.438.6574 • 763.972.5200 • Fax 763.972.3185 • playlsi.com #2075BN)0 @201S Lam:l.cap. Slructure.l~c Printed Tn the U.S.A. All rights .... served. #765-2078 • Jlrh landscape structures' Better playgrounds, Setter world:" Better playgrounds. Better world.0 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, !IF. 1111-.~~ REP SERVICES, INC. E"perts at Play & Outdoor Spaces kmescope structures' Better playgrounds. Better world.'" playlsi.com \' Proudly presented by: Debbie Levine !J.r.i 1111 116 I~~ REP SERVICES, INC, Experts at Play &-Outdoor Space! PtaySho.per® (2-5 years) TOTAL ELEVAtm Pl.AY COMPONENTS 6 i 1-----------41'-1"-----------1 ..... -------........... ~ II"RlSEICJCI(fIL.\1E /' "- (t/tP.IJ lIlY. (I) ;/ ",-__ -CU$fu/.!---...... /' ..... I ~UOP~ ..... , /' "" I = HOlE: lHE ~ SWCI.£ '\. \ I \ I POll' litIIlE POST IS NOr IPEW. CERTIFIED. I \ ) 1\/ 1 /( I / \ / I 1 I I \ / I \ / I 1 """ I I ~ I 100041 [ : I ~ \ \ \ I """ ,n ... "'" --"'- 32 111348 ~ ~~=1&r;7 1 \/ \ ~ 1 """ 1..4l.-/...... ! 1 " CUIMD 1lWISFIR PWft 1 ~ _ -I \ I I """"'"' W I \ / I ~ I \ I TRRttl. / ,/ / ,,/ / ...... ,/ ___ 1...__ ...- -----//-',-..... , r----- / '\ '\. / I ...... \ ;113211 / ..... \ ./ SOUND CHiMES I ..... -__ l--_/ PmELATOIOOE I \ I .ooOI-<:l-I \ llm13 I """ r-i """"" I r~ \ (m:PERII) / H_ \ / , / """ """"" """ ... " / , --------- r-c()m.i()pp~ 1 TOTAl ELEVAlED C(Wf'ONENTS ACCESSIBlE BY RAMP 0 _0 Estimated manufacturing time: 4 weeks from the TOTAl mvATED COMPONENTS ACCESSIBLE BY TRANSFER 6 TOTAL ACC£SS\BLE GROUNO LEVEl. COt.IPClHENTS SJiOWN 4- TOTAL DrmROO 1YP£S Of GROUND l.EVEl.i ~ENTS ... "",""",' _ , -, time of LSI order acceptance. 37' ~11' .,... ow Brewer Park Rep Services, Inc. ~ir 5' -,~ Debbie Levine ""'" "'" PI ...... er -~. 83469-1-2 Jlrh === ~) 1355 s.f. or, •• ; .. 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 1 123339A 1 132155A Climbers 1 132023A 1 111364A Bridges & Ramps 1 111348A , Enclosures 1 113211A 1 127685A 1 111290A More Full 1 139272A Dec~s 1 153020A 1 111237A 2 117495A 1 179362A Posts 3 111397C 2 111397H 2 111397F 5 1113970 ···Free~tanlfingPlav . Kidslh .l\IIotillll .... 1 1000130 ·S~orts"fltness 1 100041A S"rfaCinlf: 40 100626A Curved Poly Slide 40"Dk DB Double Poly Slide 32"Dk DB Cozy Climber Perm Handholds 32"DkDB Loop Ladder 40"Dk DB . Arch Bridge Chimes Panel Ground Level Image Panel-176 Block Ground Level Tracing Panel Above Deck Chinning Bar Curved Transfer Module 32"Dk Left DB Square Tenderdeck Triangular Tenderdeck Tri-Deck Kick Plate 8"Rise 106"Post DB 69"Post DB 82"PostDB 98"Post DB Motorcycle (Rec Permalene) DB Curved Balance Beam DB 30" Galvanized Stake . 34 . 119214A .. . . Tuff-Timber 4' - 1 130799A Tufflimbers Access Wedge Sighs 1 Welcome Sign (LSI Provided) Ages 2-5 years Direct Bury ilion Standard Prqduct Charges 182503A This quote was generated from PlayCAD. Location: Page lof2 •• Quote Sheet Date:04/13/2015 By:nhali Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 83489-1-2 Project Title: Brewer Park 1 CL183490 Single 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. Location: • 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 / .. . Jlih landscape structures· Loop Ladder Image Panel Bett,r' playgrounds. Better World.'" playls1.com Double Poly Slide Arch Bridge Tracing Panel Cozy Climber'" Chimes Panel . . . ~. , ~ ~,f}' "', , ""~ Chinning Bar ,. JUh landscape structures' TuffTimbers 1M Bett.er playgrounds. Better world.'" playlsl.~om Spring Curved Balance Beam TuffTimbers 1M Access Wedge Galvanized Stake (30") !Jrii 1I1~ 111:1 l~ REP SERVICES, INC. Experts at Play 6-Outdoor Spaces " Jlih landscape structures' Better playgrounds. Better world." piaylsl.com Brewer Park Made in the U.S.A. Statement South Miami April 14, 2015 83489-1-2 PLAYSHAPERA<® (2-5 YEARS)' . Total Product Made in the U.S.A. Calculations are for standard products. ·Our fabrication, rotomolding, welding and painting operations produce the vastmajority of our play components which all take place in Delano, Minnesota, U,S.A, !IF. llll·.~ .~ l~ REP SERVICES, INC. txperts pI Play ~ Outdoor Spaces " JUh 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 CO2 , 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 : # of Trees: 3.22 10 AMERICAN FORESTS 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 Total Recycled Content: Total Post-Consumer Recycled Content: Total Recycled Content (%): Total Post-Consumer Recycled Content (%): Total Weight: w/Standard Permalene® 372lbs. 171 Ibs. o Ibs. o Ibs. 5431bs. 2591bs. 27% 13% 2,041Ibs. w/Recycled Permalene® 3721bs. 171 Ibs. o Ibs. 1571bs. 7001bs. 4161bs. 34% 20% 2,041Ibs. 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 %: Total Recycled Content Value: Calculations are for standard product. w/Standard Permalene® 2591bs. %x284Ibs. 4011bs. 20% $4,043.60 w/Recycled Permalene® 4161bs. %x284Ibs. 5581bs. 27% $5,458.86 601 7th S1. South, DolanD, MN 55328 • ToI763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl.com .. Jlih landscape structures· ProShield'· Finish Posts/Arches Clamps/Ball Connectors Play Components 100041 132023 Polyethylene Slide Hoods/O-Zone'· 132155 Slides/Tunnels/Gliders/E-Pods'· 123339 132155 Permalene® Primary Permalene Better playgrounds. Better Vlorld." playl~i.com 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, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, 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 Recycled Gray w/Black, Recycled Limon w/Black, Recycled REP SERVICES, INC. Experts at Play &-Outdoor Spaces , . . JUh. landscape structures' 111348 111364 113211 123339 127685 132023 153020 Secondary Permalene 127685 Two-color Permalene 111290 Perm alene Accent Bett!!, playgrounds. B!!tter world.'" playlsl.cQin 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 Module 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, Recycled Red/Black, Recycled Tangerine/Black, Recycled Tan/Black, Recycled ~r.i IIII~ .~~ REP SERVICES, INC. fxperts at Play &. Outdoor SpQ~es J1Ih landscape structures· 113211 TenderTuff Barriers/ladders/Benches 111364 139272 153020. Wheels/Rings/Rollers 100041 Decks/Step ladders BEltter playgrounds. Better world,'" plaYlsi.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 !lr.i lillIE .1iJ1II'~ REP SERVICES, INC. Experts at Play & Outdoor Spaces .. Jlih landscape structures' Better playgrounds. Bette; world. 'H piayisl.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. REPS INC. Experts ot Outdo,,, Spaces TOTAL ELEVATED PLAY -COMPONENTS 0 i TDTAL ELEVATED COMPONENTS ACCESSIBLE BY ;RAMF 0 REQUIRED 0 TDTAl ElEVATED COMPONENTS ACCESSIBlE BY iTRANSFER D HEllUIBf!): 0 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 4 HElllilBID 0 TOTAL DIFfERENT lYPES Of GROUND lEVEL COMPONENTS 1 ~ 1 ~ :REPSERVICES.I~C, • rt Ptav-ff Outdoor S""ces El:perls 4 35'-9" r-----------------------, ---------------------+-+ I I I I I I I I I I I I I I I ~----------------------l I I I I I I I I I I I I I I I I I I I I ,,_----J L _____ " / , / , / , / , , \ , \ , 1~ \ / 177332 SINGLE POST SWiNG \ II SlNG!.£ POST SWING AOOmONAL BAY \ DB ONLY DB ONLY : \\"" lJ lJ/// --S-l r- I I I I MINIMUM t 174018 174018 176OJ8 175038 I REQUIRED : BELT SEAT BELT SEAT FUll BUCKET SEAT FULL BUCKET SEAT 1 uSE ZONE I W/PROGUARD CHAINS W/PROGUARD CHAINS W/pROGUARO OWNS W/PROGUARO CHAINS : TYP' I 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT I . I I I I ~ , ______________________ J I I I I I I I I I I I I " I '" '" L ______________________ J _____________________________________ r Brewer Park -Swi Area South Miami, FL SCALE, 1/4"" l' - : ~ 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 Swillgs 2 174018A 2 176038A 1 177332A 1 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 • 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 J1Ih landscape structures' Belt Seat w/Chalns Single Post Swing Frame Additional Bay Better playg,oun!:ls. Better world,'" playls1.com Full Bucket Seat w/Chains , : . Single Post Swing Frame REP IICES.INC. fxperts at Outdol"r Spaces Jlih landscape structures· Better playgrounds. Better world.'" playlsl.cdm 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. !IF- 111 .• -.~~ REP SERVICES, INC. Experts at Ploy" Outdoor Spaces JVh Brewer Park . .',. Environmental Statement landscape structures' South. Miami April 14,2015 10600-2-2 FREESTANDINGPLAy(5'12 YEARS) . 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 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: 0.60 # ofTrees: 2 Carbon Footprint: A measurement of the effect on the climate in tenms of the amount of greenhouse gases produced in the Landscape Structures manufacturing process measured in units of carbon dioxide (COz). 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. 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. Thi.s 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 %: Total Recycled Content Value: _C~II;:~la_tiQns are_ for $'tandard.product.. ____ . __ 601 7th SI. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsi.com 90 Ibs. %x55Ibs. 1181bs. 31% $812.20 Jlih landscape structures· Swings Posts Beams Clamps BIIUllr pla)'grounds. Better world.'· playlsl.com 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 REP Experts at " Jlih landscape structures' Better playgrounds. 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 S E'perts ot JVh landscape structures' Better playgrounds. Better world.® playlsi.com o Proudly presented by: >~ ~ !Jr.i IU •• I~~ REP SERVICES, INC. Experts at Play & Outdoor Spaces Jl;h landscape structures Better playgrounds. Better world.® ptaylsLcom o Proudly presented by: REP SERVICES, INC. Experts at Play & Outdoor Spaces TOTAL ElEVATED PLAY COMPONENTS a TOTAL ElEVATED COMPONENTS ACCESSIBLE BY RAMP 0 TOTAL ElEVATED COMPONENTS ACCESSIBLE BY TRANSFER 6 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 11 TOTAL DIffERENT lYPES OF GROUND LEVEL COMPONENTS 5 MINIMUM REQUIRED USE ZONE, o 2 2 2 TYP. , , , , I I I I I I I I I I I ) , , , I I I I I I I I I I I I , , , , , , , , 41'_8 1" --------....... , '" "'''' ......... ------ 1725 SF -............. _--_ ........ , , , , I I I I I I I I ,/ " , , ,.. .......... _------J ,///------~ 111357 CHlNNWG BAlI 13OJ90 DOUBlE SIIKlOSH J'OLY SlJDE: 115243 SOUND CHIlIES PN4El "....--.."..-BELOW DECK 116249 V£RT. LADDER 122533 32" SPIRAL CUNBER a 32 AN~:~E~ ~ F~L-L-1~ '''R 115254 72 (:s:~t # 152~7 b d DECK LtIK H H 158425 """"" ",.'" DB ONLY ."",.", "'"" "'" 127439 ,.."."GATD!I ".,,,,,,,,-..... 111273 J ~ ENDLAIl~ ( \ 120902 """''''' '" '" ..,.' ... -:.:~' .. --------_// \ , , , , , , , , , I I I I I I I I I I , , , / / \ --------.... \....... ... .. }...... .... .... " / I " , I , , I , , I , , I , I 123331 F~~~1 P<l~U~DE 114665 42" ARCH '""'" 14!!4J2 '''''''''''' , I ' l I \ I I 1\ I I l {".J\ I , , I I , I I ' I \ / 152179 / )( SAVOIE SPINNER I ,./ \ 12" SEAT HEIGHT I , \ I I , , I ' , I', ...... I ........ .... ....... " ~--------, 1/ ' ... ' ....... "1 ,// , , , , , , , " '" '- " -...... --------~-,..,.. ........ '" TUFFTIMBER ACCESS RAMP TUFFTIMBER BORDER Dante Fascell Park -5-12 Area '" I .., PRO.!: 10601-2-4 Date:04/13/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10601-2-4 Project Title: Dante Fascell Park Location: Miami, FL 1 1 123331A 130390A Double Poly Slide 32"Dk DB Double Swoosh Slide 72"Dk DB' dlmber$W/Perm<llen,,·Hal1dholdS 1 148432A Corkscrew Perm Handholds 32"Dk DB 1 1 1 1 152907D 122533A 158425A 116249A . Overhead EIf~ntS Deck Link w/Barriers Steel infill panel 4 Steps Spiral Climber 32"Dk Right Handhold Starburst Climber DB Only Vertical Ladder 32"Dk DB 1 142887A 2"Horizontal Ladder Attached One Deck 2 111273A Bridges & Ramps End Vertical Ladder w/Alum Posts DB 1 114665A Arch Bridge (42") Tunnels 1 119641A Wire Crawl Tunnel Ground Level Enclosures 1 115243A Chimes Panel Ground Level Under48"Dk 1 1 1 115229A 127439A 115254A More fun. 1 111357A 1 120902A Decks. 1 152911A 3 111228A Posts 6 111404F 3 111404E 4 111404A 3 111404J 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 Square Tenderdeck 108"Alum Post DB 116"Alum Post DB 148"Alum Post DB 76" Alum Post DB This quote was generated from PlayCAD. Page lof2 Date:04/13/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10601-2-4 Project Title: Dante Fascell Park . Location: Miami, FL surfaci~g'i 46 100626A 39 119214A 1 130799A Signs 1 182503C 30" Galvanized Stake Tuff-Timber 4' TuffTimbers Access Wedge Welcome Sign (LSI Provided) Ages 5-12 years Direct Bury • The Safety Zone was not specified. • Estimated Man-Hours do not indude 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 " .J1Jh landscape structures' Double Poly Slide Deck Link w/Steel Barriers Handholds Better playgrounds. Better world." playlsLeom Double Swoosh TMpoly Slide Spiral Climber Horizontal Ladder Vertical Ladder !2F. IIIIE IlI1I. ~ REP SERVICES, INC. experts at Play 0-Outdoor Spaces .. J1th landscape structures· South Miami Arch Bridge (42") w/Permalene® Barriers Finger Maze Panel ChlnnlnglTurning Bar Better playgrounds, Better world.'" playlsLcom Dante FasceU Park Model Information April 14, 2015 10601-2-4 PLAYBOOSTER® (5-12 YEARS). Wire Crawl Tunnel Navigator Reach Panel Handhold Leg Lift Chimes Panel Storefront Panel (Permalene®) Saddle Spinner !IF. III.~ I~~~ REP SERVICES, INC. Experts at Play 0-Outdoor Spaces .. Jlih landscape structures· Galvanized Stake (30") Better playgrounds. Better world.'" playlsl.com TuffTimbers ™ TuffTimbers '" Access Wedge REP SERVICES, INC. £xpertsat Play oS-Outdoor Spaces .. O.· ...... n .......... · .... . ullvt landscape structures· Better playgrounds. Better World.'· playlsl.com Dante Fascell Park Made in the USA Statement South Miami April 14, 2015 . 10601-2-4 PLAYBOOSTER® (5-12 . YEARS) 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. !IF. 1111 llIrO'! REP SERV . ES, INC. [xperis at Play Ii' Outdoor Spaces • JUh 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 CO2 : # of Trees: 4.23 13 R AMERICAN FORESTS 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 6551bs. 6551bs. Aluminum 4551bs. 4551bs. Rubber o Ibs. o Ibe. Plastic o Ibs. 211 lbe. Total Recycled Content: 1,1101bs. 1,321 Ibs. Total Post-Consumer Recycled Content: 4501bs. 6621bs. Total Recycled Content (%): 33% 39% Total Post-Consumer Recycled Content (%): 13% 20% Total Weight: 3,3451bs. 3,3451bs. 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: y. Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. w/Standard Permalene® 4501bs. Y.x659Ibs. 7801bs. 23% $7,480.75 601 7th St. South. Detano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsl.com Ibs. y. x6591bs. 9911bs. 30% $9,757.50 " J1Ih. landscape structures· ProShield'" Finish Posts/Arches Clamps/Ball Connectors Play Components 122533 142887 148432 152179 158425 Polyethylene Slide Hoods/O-Zone'M 123331 130390 Slides/Tunnels/Gliders/E-Pods'M Better playgrounds. Better world:" playls1.com 123331 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, Black, Graphite, Cool Silver, Warm Bronze, Light Blue, Purple, Maroon, Brick Spiral Climber 32"Dk Right Handhold 2"Horizontal Ladder 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 72"Dk DB Limon, Leaf, Green, Blue, Denim, Brick, Red, Tangerine, Tan, Acorn, Granite Double Poly Slide 32"Dk DB ~F. 1II1~ IIJlI! l~ REP SERVICES, INC. Experts at Play e-Outdoor Spaces JlIh. landscape structures' 130390 152179· Permalene® Primary Permalene 114665 115243 115254 116249 119641 122533 148432 152911 158425 Two-color Permalene 115229 127439 Permalene Accent Better playgrounds. Better world.'" playlsLcom Double Swoosh Slide 72"Dk DB Saddle Spinner DB 12"Height 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, RecyciedTangerine 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 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 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, !2 ill-I~ REP SERVICES, INC. Experts at Play & Outdoor Spaces Jl;h 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 /SteelXS Primary Panels Better playgrounds. Better world.'" playlsi.com 152907 Yellow/Blue, Yellow/Red, Tan/Green, Tan/Blue, Tan/Red Chimes Panel Ground level Under 48"Dk Blue, Red, Tan, Brown, Gray End Vertical ladder w/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"Dk DB 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 panel 4 Steps ~F. lillIE 1\1111 ,~ REP SERVICES, INC. Experts at Play & Outdoor Spaces " Jlih landscape structures' Jl;h la'nID.-::ap-e $tr!J(:.fures Setter playgrounds, Eletter world. '" Better playground,. Better world:" Dante Fascell ~"'~I4 ""I), l!.ii.\",tj 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 se ces, INC. hperts at Play So Outdoor Spnces vi "tI C :l o@ ... . 0')"0 »;;: 1110 o.1S:: g ...... 22 , " ......... " GIG) • 0000 0. [----------41'-1"-----------1 PlaySho.per® (2-5 years) TOTAL Elf'IAl£D PlAY co.IPONENlS 6 ,... ..... ------., ~ trlilS£KICICJ'IAlI" ,/ ...... (r.KJ>.ljQTY./l) /' ' __ --eliSfoM'"--. _ _ _ __ / COOLTOPPffi ....... //-" / 132155 s~~~', / 'I' 0IXJ8l£ NOTe li£ COOLlOPPER SINGLE \ I \ I'IlIY SIJIF POST IS NOT I'ao. CERI1FIED. I \ .J I /Y- I / \ I I \ I / \ I I \ """ r \t::::b~ V ~ / I: 1S::7~_~r40 32 I I I I = \: I IifUltCfWM \ I "'''' 'u""' ........ .,- \ ,I ~~4./~ 1\ \ I I \ 1 .... -. 1:mn IIItilR£ I \ I ,_.. W I \ I J ~ / \ / I -/ " / --/' ...... /_-,-....... /' ...... _./ /' \' ------// \ '\ r---- / '\ / I '-\ / souM,~ES I ,...... \ .,/ PNS.ATIlIWf: I --r-- I 8 I \ I ,..., n---~\ 152179 I ~n 11\ ~~ / ",'" ~ , / , / , / , ------ rCOOUOPPERl TOTAL ElEVATED COMPONENTS ACCESSIBlE BY RAMP O.BEWllW! 0 TOTAl. fl..EVATEO ~ ~1Bl£ BY"TRHiSI'eR 6 BE.QIlIBEU J TOTAl ACCESSIBLE GROUND I.EVB. -COMPONENTS SHOWN .(. BEInIIBED 2 Estimated manufacturing time: 4 weeks from th e time of LSI order acceptance. TOTAL DIffiRENT l'tPES OF GROUND lEY'E\. COYPON£NfS -4 .BW!Q 2 \ \ I I I I I( 37''':'11'' sav.E: IN fEEr . Dante Fascell Rep Services, Inc . ~ " ~ ~ Debbie Levine ""'" "'" PlaySha.per IlRIV/INC I' 83075-1-2 J/Ih Ira-... -e-~ , ~ .. ~ ,if"..... fDli , ".~~ .1l1. :~~" 'h',,..,--,"~,,, ....... :-~at.."E::.::: ~...="..:~= DE5IGHED BY: "" •• I , ~ Quote Sheet Date:04/14/2015 By:nhall Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 83075-1-2 Project Title: Dante Fascell 1 123339A 1 132155A . ¢lim l1ers .• 1 152432A 1 111364A IIrlclges .11. Ramps··· 1 111348A Elldc)$ui'es 1 113211A 1 127685A 1 111290A More FLin 1 139272A Decks 1 153020A 1 111237A 2 117495A 1 179362A Posts· 3 111397C 2 111397H 2 111397F 5 111397D Freestanding Play· Kids In Motion Curved Poly Slide 40"Dk DB Double PolySlide 32"DkDB ABC Climber 32"Dk DB Loop Ladder 40"Dk DB Arch Bridge Chimes Panel Ground Level Image Panel-176 Block Ground Level Tracing Panel Above Deck Chinning Bar Curved Transfer Module 32"Dk Left DB Square Tenderdeck Triangular Tenderdeck Tri-Deck Kick Plate 8"Rise 106"Post DB 69"PostDB 82"Post DB 98"Post DB 1 152179A Saddle Spinner DB 12"Height Sports & Fitness 1 100041A Curved Balance Beam DB S!lrfacing 40 100626A 30" Galvanized Stake 34 119214A Tuff-Timber 4' 1 130799A TuffTimbers Access Wedge Signs 1 Welcome Sign (LSI Provided) Ages 2-5 years Direct Bury Non Standard Product Charges 182503A This quote was generated from PlayCAD. Location: Page lof2 f< Quote Sheet Date:04/14/2015 By:nhall Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote No: 8307S-1-2 Project Title:. Dante Fascell Single Post Cooltopper for Attach to a PS Post • The Safety Zone was not specified. • Estimated Man-Hours do not include site preparation. location: • 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 JVh landscape structures· <.;urvea Poly Slide Loop Ladder Image Panel Better playgrounds. Better world.'" playlsi.com South Miami Dante FasceH Park Model Information· April. 15,2015 83075-1-2 PLAYSHAPERA®(2-5 Double Poly Slide Arch Bridge Tracing Panel Y~R~ . . ABC Climber Chimes Panel I • ,: v' , ," ii' I" "",',,,-& .-' ~ ~ ,- Chinning Bar ~r.i IIII~.§E I~ ,~ REP SERVICES, INC. txperts at Play & Outdoor Spaces Saddle Spinner TuffTimbers Th! Better playgrounds. Better world,'" playlsl.com Curved Balance Beam TuffTlmbers 1M Access Wedge Galvanized Stake (30") !:iF. 11I11i .~l~ REP SERVICES, INC. experts at Play & Outdoor Spaces f' J1th landscape $tr~ctul"el* Better playgrounds. Better world. '" playlsi.com Oante FasceH Park Made in the U.SA Statement South Miami April 15, 2015. . 83075-1-2 PLAYSHAPERA®(2-5 YEARS) 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. rJF. IIIIIQ 1'1'1 ~. REP SERVICES, INC. Experts ilt Play & Outdoor Spaces J1rh Dante. FasceH Park Environmental Statement landscape structures' South Miami April 15, 2015 83075-1-2 PLAYSHAPERA® (2-5YEARS) Landscape Structures has partnered with the Global ReLeaf 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 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 : 3.22 # of Trees: 10 n AMERICAN FORESTS 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 3551bs. 3551bs. Aluminum 171 Ibs. 171 Ibs. Rubber o Ibs. o Ibs. Plastic o Ibs. 1621bs. Total Recycled Content: 5261bs, 6881bs. Total Post-Consumer Recycled Content: 2491bs. 411 Ibs, 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 LEEO project manager. 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, w/Standard Permalene® 2491bs. Yo x2771bs, 3871bs, 19% $3,674.22 w/Rec~cled Permalene® 4111bs. Yox 277lbs. 5501bs. 27% $5,221.26 601 7th st. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 -Fax 763.972.3185 • playlsLcom , . J1Jh. landscape .. structures" ... ProShield~ Finish Posts/Arches South Miami Clamps/Ball Connectors Play Components 100041 152179 152432 Polyethylene Slide Hoods/O-Zone'· 132155 Slides/Tunnels/Gliders/E-Pods'· Better playgrounds. Better world:" playlsl.com 123339 132155 152179 Dante FasceU Park Color Information April 15, 2015 83075-1-2 PLA YSHAPERA® ( YEARS) . 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 Sliver, 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 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 !IF. 111-116 .~~ REP SERVICES, INC. Experts at Play & Outdoor Spaces t' .JlJh landscape stryctYf9$· ... Permalene" South Miami Primary Permalene 111348 111364 113211 123339 127685 152432 153020 Secondary Permalene 127685 Two-color Permalene 111290 Permalene Accent Better playgrounds. Better world.'· play lsi. com Dante FasceH Park Color Information April 15, 2015 . 83075-1-2 PLAYSHAPERA® ( YEARS) 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 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 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 !IF. 111116."" .~~~ REP SERVICES, INC. t'perts at Play & Outdoor Spaces Jlih landscape structures· 113211 TenderTuff Barriers/ladders/Benches 111364 139272 153020 Wheels/Rings/Rollers 100041 Decks/Step ladders Better playgrOunds. Better world.'" playlsi.com 111237 111348 117495 152432 153020 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 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 !'IF. 1111-.~(~ REP SERVICES, INC. Experts at Play 6-Outdoor Spaces I' Jlih landscapfl _ structures· Better playgrounds. Better world.'" playlsl.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. ~F. IIII~ I~~~ REP SERVICES, INC. Experts at Play oS-Outdoor Spaces JUh landscape structures· Better playgrounds. Better world.® playlsi.com Proudly presented ~Y: ~ ~); .. Il:~ .. !JF. III_E .~(~ REP SERVICES, INC. Experts at Play i' Outdoor Spaces TOTAL El.£VATED PlAY COMPONENTS 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 TOTAL ELEVATED COMPONENTS ACCESSIBlE BY TRANSFER 0 TOTAL ACCESSIBLE GROUND \..£VEl COMPIlIIENTS SHOWN 4 TOTAL DIFFERENT TYPES OF GROUND lEVEL COMPONENTS I ""'" ;; REP SERVICES, IN 'C. TUFFTtMBER BORDER TUFFTIM8ER ACCESS RAMP REQUIRED a _0 B£ll\lIB£Il 0 REqUIRED 1 I I , , , , , I , \ \ \ , , I \ • • , • //",,-, ·----------------------1 MINJMUM~\ I REQUIRED I I USE ZONE, \ TYP. r I " 1 r----------------------: 1 , ' , I I ' , I I I I I 1 I I : l _____ _ J _, 177333 SINGLE POST SWING AODmONAL BAY DB ONLY 177332 SINGlE POST SWING DB ONLY C : D , ·,,------1 ~ L _I '----" '------ J ~ r- /' --' 130799 TUFFTIMBER ACCESS RAMP I I , 1 I 176038 176038 174018 174018 J I FULL BUCKET SEAT FUll BUCKET SEAT auT SEAT BELT StAT : ~ WjPRQGUARD CHAINS W/PROGUARD CHAINS WjPROGUARO CHAINS W/PROGUARO CHAINS r I 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT 8' BEAM HEIGHT I I 1 I 1 L ______________________ , : 1 , I 1 1 1 1 1 I 1 1 I I 1 L ______________________ ~ 1200 SF '. • \ I I , , \' \ \ 1 , " , , 1 'I " I I -t---------------37'-a·'--------------~ Dante Fascell Park -Swings Area """ 'I ;" '" - r' Date:03!25!2015 By:lP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote /110: 10601-4-2 Project TItle: Dante Fascell Park location: South Miami, Fl 2 176038A 1 177332A 1 177333A Suif;l~ing . 37 100626A 32 119214A 1 130799A 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 AdditionalBay8' Beam Height Only 30" Galvanized Stake Tuff-Timber 4' TuffTimbers Access Wedge • 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 1 ofl Jlih landscape structures· Belt Seat w/Chalns Single Post Swing Frame Additional Bay TuffTlmbers™ Access Wedge Beller playgrounds. Better world.'" playlsl.com Full Bucket Seat w/Chains Galvanized Stake (30") .. Single Post Swing Frame TuffTimbers™ !IF. III •• 11t"~ REP SERVICES, INC. fxper!s a! Play Ii-Outdoor Spaces I' J1rh landscape . structure,. ... Better playgrounds. Better world.'" playlsLcom Dante Fascell Park Made in the U.SA Statement South Miami April 14, 2015 10601-4-2 FREESTANDING PLAY (2-12 YEARS) 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. !Jr.i IIII~ I~~ REP SERVICES, INC. Experts at Play & Outdoor Spaces Jlih Dante FasceUPark Environmental Statement landscape structures' South Miami April 14, 2015 10601-4-2 FREESTANDING PLAY (2-12 YEARS) 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 CO2 , 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 : 1.21 # of Trees: 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 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. 2081bs. o Ibs. o Ibs. o Ibs. 2081bs. 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 LEED project manager. Post-Consumer Recycled Weight: % P re-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. 601 7th st. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsLcom 1291bs. %x79Ibs. 1691bs. 19% $954.56 , . J1Ih ...................... . ' , " ~'- landscape structure~ Swings Posts Beams Clamps Better playgrounds. Better world.'" playlsl.com 177332 177333 177332 177333 177332 South Miami Dante Fascell Park Color Information April 14,2015 .10601-4-2FREESTANDING PL (2-12YEARS) 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 FrameS' 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 !JF. IIII~ I~.~ REP SERVICES, INC. [xperts at Play & Outdoor Spaces ,. J1Ih landscape structures- Better playgrounds. Better world.'· playlsi.com Betterplaygrounds. Better world.~ pla~J$l.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 tor years. of fun. ~F. 111_. .~(~ REP SERVICES, INC. Experts at Play &-Outdoor Spaces landscape structureS' Better playgrounds.· Better world.® playlsi.com ------------- Proudly presented by: I ~~ kf}J~ e!:-'~'iP 'iO'U' Jlih landscape structures' TOTAL ELEVATED PLAY COMPONENTS 0 TOTAL ELEVATED COJ.fPDNENTS ACCESSIBLE BY RAMP 0 TOTAl ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 0 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 1 TOTAL DIFFERENT lYPES OF GROUND LE.VEL COMPONENTS 1 i .Experts at Play &-Outdoor Spaces o o o , , , II 11,/ 130799 I ruFFrIMBER " ACCESS RAMP I I I MINIMUM~ r REQUIRED 'i. USE ZONE, \ TYP. \ \ 430 SF \ , " , " TUFFTIMBER ACCESS RAMP TUFFTIMBER BORDER ". .... """ .... ----------------------'", D" '3' Ie] 148636 SEESAW 2-SEATS ',------------------------- 2B'-6" --""" .... , , " / , / Dante Fascell Park -Seesaw Area , , , \ \ , \ I I I I , I , I I I in I <0 , PROJ: 10001-3-1 , . Date:01/22/2015 By: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 1 148636A ·.$Lirfadn~; •. ·. 23 100626A 19 119214A 1 130799A Seesaw 2-Seats DB. 30" Galvanized Stake Tuff-Timber 4' TuffTimbers Access Wedge • 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 lofl , ,. Jlih lond$cope structures· . Seesaw, 2-Seats South Miami TuffTimbers™ Access Wedge Better playgrounds. Better world.'" playlsl.com Dante PasceU Park Model Information April 14, 2015 10601-3-1FREESTANDING PLAY (2~12YEARS) Galvanized Stake (30") TuffTimbers TM ~F. 1II.~.;;o ''''l~ REP SERVICES, INC. experts at Play S-Outdoor Spaces Jlrh landscape structu~ Better playgrounds. Better world. '" playlSi.com Dante FasceH Park Made in the U.SA Statement South Miami Apri1J4,2015 10601-3-1 FREESTANDING PLAY (2-12 YEARS) 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. ~F. III.~ .~~ REP SERVICES, INC. Experts at Ploy S-Outdoor Spaces J1Ih Dante FasceH Park. Environmental Statement landscape structures· , .South Miami April 14, 2015 10601-3-1 FREESTANDING PLAY (2-12 YEARS) 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 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 : # of Trees: 0.60 2 n AMERICANFQRESTS 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 (%J: Total Post-Consumer Recycled Content (%J: Total Weight: w/Standard Permalene® 1021bs. a Ibs. a Ibs. a Ibs. 1021bs. 631bs. 20% 13% 4991bs. w/Recycled Permalene® 1021bs. a Ibs. a Ibs. 4lbs. 1061bs. 671bs. 21% 13% 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. Post-Consumer Recycled Weight: Y.i Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. w/Standard Permalene® 631bs. Y.i x 39 Ibs. 821bs. 16% $630.72 w/Recycled Permalene® 671bs. Y.i x 391bs. 861bs. 17% $670.14 601 7th SI. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playloi.com {, J1Jh landscape structureS" . ProShield~' Finish Play Components Better playgrounds, Better world.'" playls1.com 148636 South Miami Dante Fascell Park Color Information April 14; 2015 10601-3"1 FREESTANDING PL (2-12 YEARS) 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 Seesaw 2-Seats DB !IF. III.~ .~(~~ REP SERVICES, INC. experts at Play &-Outdoor Spaces r ,'I Jl;h landscape structures' Better playgrounds. 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. !'JF. IfllE I~'~ REP SERVICES, INC. experts at Play I'; OutdOll' Space> JUh londs'Cope structures Better playgrounds. Better world.® playlsi.com o -------.,,- Fuchs Park South Mi8(i1i"'APriIH,.2015 <. Proudly presented by: REP SERVICES, INC. Experts at Play &-Outdoor Spaces landscape structures •" ...•..•.. '."'.'" -,,~ f," " Better playgrounds. Better world.® playls!.com \i ~---"---------- "~" Proudly presented by: 13&488 INJEGRATED COOL. TOPPER FULL ~l 6O"BURY ON POST NIlTE: tHE COOlTOPPER FUU. SAIL IS NOT IPDoIA CERNlED TOTAl ELEVATED PLAY COMPONENTS 8 TOTAl ElEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0 TOTAL ElEVATED COMPONENTS ACCESSIBLE BY TRANSFER 8 .BEllliIRED. 2 TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 10 B£llliIBEIl 2 TOTAl.. DIFFERENT TYPES OF GROUND I.fVEL COMPONENTS 6 .Rill!!!BEQ 2 """'I0\Il ,p SERVICES. INC. lJa390 MINIMUM REQUIRED USE ZONE, TYP. ------------, 123331 "oru POlY SUOE --,--, 1lO'JBL£ SWOOSH 11 5226 POLY SUOE DRIllER PANEl. r l 127440.6 6 TIM """" REACH I'ANEL .- zoIJ5~~L ";/----~~~9"'=j~;=fL..-lt 115254 I' STO~E FRONT ""a {BElOW OEaQJl::..:J!t~~t~b,,...,~1J"l::J[f 176r181 ""'" '""'" 116244 "FE """'" 201546 "'" """" """ INTEGRATED COOl TOPPER fULL SM.. OO"BUR'I' ON POST NOTE: THE COQtTOPPER fUlL SIa IS NOT IPE\IA CERllFIED ~ , , . Date:04/14/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10602-1-3 ProjectTitle: Fuchs Park Location: Miami, FL 1 1 123331A 130390A Double Poly Slide 32"Dk DB Double Swoosh Slide 72"Dk DB' ···dlnil;lersw/Permal~l1el-hlrilll'lOld~ 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 Climbers Other· 1 176081A Canyon Climber Overhead Events 1 142887A 2"Horizontal Ladder Attached One Deck 1 111273A End Vertical Ladder w/Alum Posts DB Sridges" Ramps 1 111345A Bridge/Ramp Transition Bracket Tunnels 1 126204B 30"Dia Crawl Tunnel 64" w/o View Above Deck Enclosures 1 115228A Driver Panel Above Deck 2 116244A Pipe Barrier Above Deck 1 164148B Ring-A-Bell Reach Panel Ground Level 1 115254A Storefront Panel 1 127440A Trail Tracker Reach Panel Ground Level 1 115227A 200 Panel Above Deck More Fun 1 201546A Gyro Twister DB' 1 120902A Handhold Leg Lift 1 111356A Log Roll Alum DB Roofs 2 136488A CoolToppers Full Sail DB Only' Decks 1 152911A Curved Transfer Module This quote was generated from PlayCAD. Page 10f2 , . Date:04/14/2015 By:lP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote No: 10602-1-3 ProjectTitle: Fuchs Park location: Miami, Fl 4 111228A PCl~~ 6 111404F 4 1l1404E 2 1114040 4 136689A 4 136689C ' .• freestandi.ngPlay 'SPOi1$& Fitness Square Tenderdeck 108"Alum Post DB 116"Alum Post DB 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 1 100041A Curved Balance Beam DB sign!i 1 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 freight quotes are subject to changes. This quote was generated from PlayCAD. Page 2 of2 , . J1Ih landscape str ... ctures· Double Poly Slide Deck Link w/Steel Barriers Canyon Climber Better playgrounds. Better world. 'M playlsf.c.om Double Swoosh TM Poly Slide Spiral Climber Horizontal Ladder Vertical Ascent® Climber Vertical Ladder !IF. III_E .~~ REP SERVICES, INC. Experts at Play & Outdoor Spaces JVh landscape structures· Crawl Tunnel Straight Rlng-a·BeIl™ Reach Panel Zoo Panel Better playgrounds. Better world.'" playlsLcom Driver Panel (Permalene®) Storefront Panel (Permalene®) Gyro Twlster® Spinner Pipe Barrier Trail Tracker® Reach Panel Handhold Leg Lift !JF. III •• .~~ REP SERVICES, INC. Experts at Play &-Outdoor Spaces ; , JVh landscape structures· Log Roll Better playgrounds. Better world.'" playlsl,com CoolToppers@ Full Sail Curved Balance Beam !'IF. 1111_ .~,~ REP SERVICES, INC. txperts at Play So Outdoor Spaces I • Jlth landscape structures· Better playgrounds. Better world.'" pl.aylsi.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 , " J1;h 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 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 : # 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 (C02 ). 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: w/Standard Permalene® 1,642Ibs. 2741bs. o Ibs. o Ibs. 1,916Ibs. 1,021 Ibs. 37% 19% 5,247Ibs. w/Recycled Permalene® 1,642Ibs. 2741bs. o Ibs. 2301bs. 2,146Ibs. 1,251 Ibs. 41% 24% 5,247Ibs. 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. w/Standard Permalene® w/Recycled Permalene® Post-Consumer Recycled Weight: 1,021 Ibs. 1,251Ibs. Yo Pre-Consumer Recycled Weight: Yo x 894 Ibs. Yo X 894 Ibs. LEED Recycled Fraction Weight: 1,469 Ibs. 1,699Ibs. LEED Recycled Fraction %: 28% 32% Total Recycled Content Value: $14,221.20 $16,252.80 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 Jlih ... '." ...... . . . , landscape structures· ProShield~ Finish Posts/Arches Clamps/Ball Connectors Play Components 100041 122533 142887 148432 164148 176081 201546 polyethylene Slide Hoods/O-Zone'M 123331 130390 Slides/Tunnels/Gliders/E-Pods'M Better playgrounds. Better world.'" playlsl.com 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, Black, Graphite, Cool Silver, Warm Bronze, light Blue, Purple, Maroon, Brick Curved Balance Beam DB Spiral Climber 32"Dk Right Handhold 2"Horizontalladder 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, ~F. 11'_1fi! .~~ REP SERVICES, INC. Experts at Play & Outdoor Spaces J1Jh. IQndscape structures· 123331 126204 130390 Permalene® Primary Permalene 115227 115254 122533 126204 145624 148432 152911 Two-color Permalene 115228 127440 164148 Permalene Accent Better playgrounds. Better world.'" play lSi. com 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 !IF. 111-116 I~~ REP SERVICES, INC. E'perts at Play 6-Outdoor Spaces Jlih landscape structures· 164148 TenderTuff Barriers/Ladders/Benches 111273 111356 116244 120902 122533 152907 152911 Wheels/Rings/Rollers 100041 115228 Decks/Step Ladders 111228 122533 152907 152911 Vibe'" / SteelX" Primary Panels Better playgrounds. Better world,'" playlsl.com 152907 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"Dk Right Handhold Deck Link w/Barriers Steel infill panel4 Steps Curved Transfer Module Left 32"Dk DB Blue, Red, Tan, Brown, Gray Curved Balance Beam DB Driver Panel Above Deck Brown, Gray Square Tenderdeck 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 !lrri III.~ .~r.:.~ REP SERVICES. INC. txperts at Play S' Outdoor Spaces Jlih landscape structures· CoolToppers® Shade System UpperSails 136488 Lower Sails Better playgrounds. Better world. '" playlsl.com 136488 Rain Forest Green, Navy Blue, Royal 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, Cafe Brown, Classic Silver CoolToppers Full Sail DB Only ~F. 1111 I~ REP CES, INC. Experts at Play lY Outdoor Spaces J1th. landscape structures· Better playgrounds. Better world.'" playlsLcom 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. rJr.i III.~ .~[~ REP SERVICES, INC. Experts tit Play e-Outdoor Spaces landscape structures' Better playgrounds. Better world.® playlsLcom ~~ '5i.1Mm ~r.i IIII~ I~_,'~ REP SERVICES. INC. Experts at Play ftOutdoor Spaces I I ·;1 I·· ~ "-' -~ , .', L<~ '> ~ if I, {fJ 177332 I SINGLE POST SWING I' DB ONLY =$ =€8~ ~- '-- 174018 BELT SE!. WjPROGUARD lHAINS 8' BEAM HEfGHi f----' 174018 'ELT SEAT WjPRllGtiAAD CHPJNS 8' )lEAl; fEJGIff v ....----v LJL 176038 FULL BUCKEr EJ W/pROGUARD C NS 8' BEAM H8 T L t-"- ~ 176038 FU BUCKET SEAT W jP OGUARD CHPJNS 8' BEAM HEiGiff Date:04/14/2015 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 174018A BeitSeat ProGuard Chains for 8' Beam Height 2 176038A Full Bucket Seat ProGuard Chains for 8' Beam Height 1 177332A Single Post Swirig Frame 8' Beam Height Only 1 177333A Single Post Swing Frame Additional Bay 8' Beam Height Only • 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 1 ofl .Jlth landscape structures· Better playgrounds. Better world.'" playlsi.com Fuchs Park Made in the U.SA Statement South Miami. April 14, 2015 10602~1-3 SWINGS FREESTANDING PLAY (2-12 YEARS) 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 11I11fi I~.'~ REP SERVICES, INC. Experts at Play 0> Outdoor Spaces Jth landscape structureS" Belt Seat w/Chains SIngle Post Swing Frame Additional Bay Better playgrounds. Better world.'" playlsi.com Full Bucket Seat w/Chains . I SIngle Post Swing Frame !JF. 11111 16 .~[~ REP SERVICES, INC. Experts at Play G-Outdoor Spaces J1Jh landscape structures- Landscape Structures has partnered with the Global ReLeaf 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 CO2 , they help filter water, remove air pollution, provide wildlife habitat and improve our natwal environment. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO 2 : 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 (C02), 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. 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 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 st. 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 J1Jh landscape structures· Swings Posts Beams Clamps Better playgrounds. Better World.'" playlsl.com 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 !Jr.i IIIIE III!! ~ REP SERVICES, INC. £xperts at Play & Outdoor Spaces l t Jlih landscape structures' Bett", playgrounds. 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, ~F. 1111' ~ II'! ~ REP SERVICES, INC. Experts at PI"y €I Outdoor Spaces I ~. ~ Jlih landscape structures Better playgrounds. Better world.® playlsi.com \) Proudly presented by: ~ r.i III.~ I~'~ REP SERVICES, INC. Experts tit Play & Outdoor Spaces TOTAL ElEVATED PlAY COIdPONENTS B TOTAL ElEVA1ED COMPONENTS ACCESSIBLE BY RAMP 0 TOTAL ELEVATED COIdPONENTS ACCESSIBlE BY TRANSFER 8 TOTAL ACCESSIBlE GROUNO LEVEL COMPONENTS SHOWN 9 TOTAL DlmRENT lYPES OF GROUND lEVEL COMPONENTS 5 //'-------------"" /J------__ , I \ ' " I \ ,,'" " MINIMUM~ , \1"', REQUIRED / I~ \ USE ZONE. _-------------.... , / \ \ TYP ","" ........ I I I \ /' .... , I / ! \ /' I I \ I 119541 I I \ " M%=,WLJI ~ \ _____ -1 I I I .... -------.,.---12m! • GRADE I f I _--.............. DOUDLE , I I ,/ I I CURml , I I BAlANcE BE'AY " I \ il '1303911 I I I // --' J']'" ''''J< : I ""'" I COlJa.E SWOOSH I I : / 201546 I'OCY SlJDE SEE tISTAlL FllR I I I : GYRO ~ ________ ~____ _ _ r;:::----POSt lfNGTH ----J,-~~ t i 122533 I 20188B \ I I \ I , \ , , , , , , , , , , , , 1 , , , , , , '" 13648B ................ INlEGRATED COOL .... TOPPER FU.L SAIL &D"BURY 011 POST, " mE COOLTOPPER FUll 5A!I.i/ '-_ IS NOT IPENA CERli'lEO L ______ - o , , , :" ~ JlGJAG CUIIBER \ I I ClJIIBER ! w/FIREPOl! \! " I \ j I ] I ff I \ ! " nr"""lrh i \ I ' I 114665 I llE2# \J I / 42" NlCH t PIP[ BARRIER f'.. I ' BIllDG£ I (2) 111276 I '-1 .... ' i ~~. \ 1' ........... -.' -------"' 'PfRII IiAMlHOLD I : I PANELS I I I' 136488 \ I ,INTEGRATED COOL i 111467 I i 'I TOPPER FUll SAIl. ]2"1I/NG BRIDGE I : ' ~o"i3UR't ON POST PMI CROSSOVERS J I HOlE: 'THE COQLlOl'PER fULL SAIL I I I IS NOT IP[MA CERlFIED i / i 1 / i i TRANSFER ! I ! ! t:::, 1 l8250J / ! l~ [~~ .. /' IIIOIlULE I 5--12 ¥EMS ... -" ! ------, "" ,"-------------------i -----~~-------~ /~----------, ~ '-' ........ -------1-............. 57'-5~ ;" .' ill 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 1 1 1 1 1 1 .SlIdes 1 1 111276A 111276A 111357A 201546A 120902A 120818A 123331A 130390A Rail Assembly Rail Assembly Chinning Bar Alum DB Gyro Twister DS' Handhold leg lift Playstructure Seat Double Poly Slide 32"Dk DB Double Swoosh Slide 72"Dk DB' elimber~W/perinalene· fiariciholds' 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 116249A Vertical ladder 24"Dk DB ClilTlbers (Ither 1 201888E JigJag Climber Single w/Firepole 24"Dk Overhead Events AI~minum Posts and DB Only' 1 111467B 2"Straight Ring Bridge Bridges & Ramps 1 114665A Arch 8ridge (42") Tunnels 1 119641A Wire Crawl Tunnel Ground Level Enclosures 1 164092B Bongo Panel Ground level 1 115228A Driver Panel Above Deck 1 115229A Finger Maze Panel Above Deck 1 127953A Handhold Panel Set 2 116244A Pipe Barrier Above Deck Roofs 2 136488A CoolToppers Full Sail DB Only' Oec.ks 1 152911A Curved Transfer Module left 32"Dk DB 4 111228A Square Tenderdeck Posts This quote was generated from PlayCAD. Page 10f2 I Date:04/14/2015 By:lP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote No: 10603-1-3 ProjectTitle: Murray Park location: Miami, Fl 4 111404F 108"Alum Post DB 2 111404E 116"Alum Post DB 2 111404C 132"Alum Post DB 2 1114040, 132"Steel Post DB 42" BURY 4 136689B 212"Steel Post For CoolToppers Full Sail DB 60" BURY 56"Dk 4 136689C 220"Steel Post For CoolToppers Full Sail DB 60" BURY 72"Dk 5 111404J 76"Alum Post DB Frli!estandlng Play Sports/l ~Itness . 1 100041A Curved Balance Beam DB Sigris 1 182503C 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 2of2 J1Ih landscape structures· ProShield'" Finish Posts/Arches Clamps/Ball Connectors Play Components 100041 111467 122533 148432 201546 201888 Polyethylene Slide Hoods/O-Zone'· 123331 130390 Slides/Tunnels/Gliders/E-Pods'M Better playgrounds. Better world.'" playlsl,com 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, 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, ~F. 1111115 .~l~ REP SERVICES, INC. rxperfs at Play G-Outdoor Spaces JlIh landscape structures· Double Poly Slide Deck Link w/Sleel Barriers JlgJag Climber, Single Better playgrounds. Better world. T. playlsLr.om Double Swoosh TM Poly Slide Spiral Climber Ring Bridge Handholds Arch Bridge (42") w/Permalene® Barriers !2 lUI .~ REP SERVICES, INC. Experts at Play & Outdoor Spaces J1rh landscape structureS" Wire Crawl Tunnel Finger Maze Panel ChlnnlnglTumlng Bar Better playgrounds. Better world.'" playlsi.com Bongo Panel® Driver Panel (Permalene®) Handhold Panel Pipe Barrier Gyro Twister® Spinner Handhold Leg Lift !lr.i 111 __ .~(~ REP SERVICES, INC. Experts at Play & Outdoor Spaces J1fh landscape structures· Playslruclure Seal Curved Balance Beam Better playgrounds. Better world." playls1.com Rail Assembly CoolToppers® Full Sail !lr.i 1111 .~ REP SERVICES, INC. fxperts at Play & Outdoor Spaces JlIh landscape structures' Better playgrounds. Better 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. !IF. IIIIIR. .~~ REP SERVICES, INC. fxperts at Play .to Outdoor Spaces Jlih landscape structures· Landscape Structures has partnered with the Global ReLeaf program of American Forests to purchase trees which will offset the 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. CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO2 : # 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 (C02). 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: w/Standard Permalene® 1,6301bs. 3071bs. o Ibs. o Ibs. 1,9371bs. 1,021 Ibs. 36% 19% 5,3761bs. w/Recycled Permalene® 1,6301bs. 3071bs. o Ibs. 2131bs. 2,1501bs. 1,2341bs. 40% 23% 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. 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. w/Standard Permalene® 1,021 Ibs. ~ x 9161bs. 1,479Ibs. 28% $14,484.40 w/Recvcled Permalene® 1,2341bs. 14 x 9161bs. 1,6921bs. 31% $16,036.30 601 7th st. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsi.com \ , Jlih landscape structures· 123331 130390 164092 Permalene'" Primary Permalene 114665 116249 119641 122533 127953 148432 152911 Two-color Permalene 115228 115229 164092 TenderTuff Barriers/Ladders/Benches Better playgrounds. Botter world. 'M playlsLcom 111276 111357 Tan, Acorn, Granite Double Poly Slide 32"Dk DB Double Swoosh Slide 72"Dk DB Bongo Panel Ground Level 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 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/Yellow, 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 ~r.i III.~ .~~ REP SERVICES, INC. Experfs af Play &-Outdoor Spaces \ . JlIh landscape structures· 116244 116249 119641 12C902 122533 152907 152911 201888 Wheels/Rings/Rollers 100041 115228 Decks/Step Ladders 111228 114665 120818 122533 152907 152911 Vibe'M I SteelX® Primary Panels 152907 coolToppers" Shade System Upper Sails Better playgrounds. Better world.'" 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 JigJag 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 ~F. IIII~ I~~ REP SERVICES, INC. Experts at Play Go Outdoor Spaces \ Jlih landscape structures· Lower Sails Better playgrounds. Better world.'" playlsLcom 136488 Rain Forest Green, Navy Blue, Royal Blue, Sunflower Yellow, Arizona Tan, Cafe Brown, Classic Silver CoolToppers Full Sail DB Only !IF. III. .~ REP INC. Experts at Play &-Outdoor Spaces .. J1Ih landscape structures· J1th landscape structures' Better playgrounds. Better world.'" playlsLcom Better playgrounds. Better world.· plOlylsr.com Proudly preserlted by: !IF. ~IR t:1 REP SERVICES, fNC. E>p.,tr 01 PI~¥ &-O~ldaor Sp~,~s 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. !lr.i 111_. .~~ REP SERVICES, INC. fxperts at Play ~ Outdoor Spaces Jlih landscape structureS" Better playgrounds. Better world.® playlsi.com -if~ Proudly presented qy: ~9;§ '-,"'-"_'0"- ~~~ m=rern !iF- III.~ .~~ REP SERVICES, INC. Experts at Play & Outdoor SpaceS TOTAL ElEVATED PLAY COMPONENTS 0 TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 RFOUIRED 0 TOTAl ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 0 .REllUJREIl: 0 TOTAL ACCESSIBlE GROUND LEVEl COMPONENTS SHOWN 4 HElllilRED. 0 TOTAl OIFFERENT TYPES OF GROUND !.EVEl COMPONENTS 1 REOUIRED 1 REP SERVICES, INC. Experts (It Play i' Outdoor Spuus , , I I I I I I I , , , , // ....... , I-----------------------l----~-------t- MINIMUM I I REQUIRED ~ l U~mN~ I I TYP. I : r----------------------~ I I I I I I I I I I I I I I I __ -J L _____ , 177330 5" ARCH SWING -177331 5" ARCH SWING AOOmONAl BAY " , , , , \ \ \ I I I I I I I b I N '" \'", U U u U // , ' "-... / ---, -_ ....... I 176038 176036 174018 174018 r-- I FULL BUCKET SEAT FULL BUCKET SEAT BElr SEAT Bm SEAT I 1 W!pROGUARD CHAINS W/PROGUARO CHAINS W/PROGUARD CHAINS W/PROGUARD CHAINS : : s' BEAM HEIGHT 8' BEAM HEIGHT 8' BEMI HEIGHT 6' BEAM HEIGHT I I I I I ~ ______________________ ~ I I I I I I I I I I I I I L _______________________ J ----'---~-__i---+ L-----36·-0~"-------------T .- ... Date:01/23/2015 By:LP Quote Sheet Rep Organization: Rep Services, Inc. Contact Person: Debbie Levine Quote No: 10603-2-1 Project Title: Murray Park Location: South Miami, FL 1 177330A 5" Arch Swing Frame 8' Beam Height Only 1 177331A 5" Arch Swing Frame Additional Bay 8' Beam Height Only 2 174018A Belt Seat ProGuard Chains for 8' Beam Height 2 176038A Full Bucket Seat ProGuard Chains for 8' Beam Height • Total Safety Zone Square Footage = 830 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. Th is quote was generated from PlayCAD. Page lofl Quote Sheet Date:01!23!2015 By:lP Rep Organization: Rep Services, Inc. Contact Person: Debbie levine Quote No: 10603-2-1 TuffTimbers Project Title: Murray Park 22 100626A 17 119214A 1 130799A 30" Galvanized Stake Tuff-Timber 4' TuffTimber~ Access Wedge • The Safety Zone was not specified. • Estimated Man-Hours do not include site preparation. location: South Miami, FL • 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 of1 J1fh landscape structures· , I ~'" ;'>' '",~, 5" Arch Swing Frame Full Bucket Seat w/Chains Better playgrounds. Better world:" playlsl.com 5" Arch Swing Frame Additional Bay Belt Seat w/Chains !'JF. IItIE .~~ REP SERVICES, INC. fxperts at Play G-Outdoor Spaces ·.011· .. la~%~ structures· Better playgrounds. Better world.'" playlsi.com '. " Murray Park Made in the. U.S.A. Statement South Miami Apri114,2015 10603-2-1FREESTANDING PLAY. (2-12YEARS) 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. !JF. 111-161 .~~ REP SERVICES, INC. Experts .t Play & Outdoor Spaces Jlih Murray Park Environmental Statement landscape structures-South Miami April 14, 2015 10603-2-1 FREESTANDING PLAY (2-12 YEARS) II 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 C02, they help filter water, remove air pollution, provide wildlife habitat and improve our natural environment. AMERICAN FORESTS CARBON FOOTPRINT OF LANDSCAPE STRUCTURES PRODUCT: Tons of CO 2: # of Trees: 0.60 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 your project, please share the following information with your LEED project manager. Post-Consumer Recycled Weight: 11, Pre-Consumer Recycled Weight: LEED Recycled Fraction Weight: LEED Recycled Fraction %: Total Recycled Content Value: Calculations are for standard product. 601 7th st. South, Delano, MN 55328 • Tel 763.972.5200 • 888.438.6574 • Fax 763.972.3185 • playlsi.com 371bs. 11, x 167 Ibs, 121 Ibs. 32% $1,499.20 Detail by Entity NlUlle RE(:RE,I\TI(~N SERVices, INC. IOoc!nt'lent Number NW. 79th Avenue fChiangEld:.03/25/2014 N.W. 79th AVenue IUQral, FL33122 IChiangEld 03/25/2014 Changed~ 02116/2012 kAIC:l:lT, CANDACE N GREAT OAK DRIVE WORTH, FL 33467 • DONALDL P06000039625 204644237 03/20/2006 FL ACTIVE http://search.sunbiz.org!Iuquiry/CorporationSearch/SearchResultDetail.?iUq... 4/17/2015 Detail by Entity Name Page2of3 7728 .. GREAT OAK DRIVE LAKE WORTH. FL 33467 IAnnual Reoorts Report Year Flied Date 2013 02/18/2013 2014 03/2512014 2015 01/28/2015 Document Imaaes g1/2SJ2015 '.ANNUALREF1QRr~W image iii PDF format 1 Q3J~5j2Q14.-ANNU8L BEPOBTI View image inPOF format I €l~/j 8/2013 •• ANNUALREPORT I . Vi~W Imsge' in PDF fdrn'liilt I 0211.6/2012 •. -ANNUALREP0RT ,. . VIElW imagEl il'1 PPF' fo(mat I 08/09i2Q11. ... ANNUA!,REPORT I VieW ilil£lge in PDF format I 02/02/2011 -ANNUAL REPORT I Vi~w imsgiJiI1PDF format I 021Q9/2Q1Q· .' ANNUAL REPtfltPI ViI:1WJmIi!Q~ in .PD~ ~prn'l~f I 03/1912009-At:!NUtlL REPbR!1 View. linage In POP fpfm:~t , 03/05/2008 -ANt:!UAL BEPORTI ViElw.IIn!,iQI:1Jn PDF' form~t I , .. 02/2g/2007 :A:NNUe,b REPQRTI ViElw image in PDF format I 03/20/2006 -.·.Domestic Profit [ . View imiilge In PDF form!1i I "-~. -----... -~---•.. ~QpYnght @ and Priva<;y POhClfOS State of F!prid<.l, Oepartmem of Stat • http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inq... 4/17/2015 2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P06000039625 Entity Name: D.w. RECREATION SERVICES, INC. Current Principal Place of Business: 2500 N.W. 79TH AVENUE #258 DORAL, FL 33122 Current Mailing Address: 2500 N.W. 79TH AVENUE #258 DORAL, FL 33122 US FEI Number: 20 .... 644237 Name and Address of Current Registered Agent: WEST, DDNALD 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 entity submits this statement for the purpose of changing its registered offlce or registered agent, or both, In the State of Florida. SIGNATURE: ~8~e-c71ro-n~ic-=Si~gn-a~tu-r-e-m~R~e-g7is7te-re-d~A~g-e~nt~------------------------------------------nDa~t~e--- Officer/Director Detail: Title Name Address P WEST, CANDACE N 7728 GREAT OAK DRIVE City-State-Zip: LAKE WORTH FL 33467 TItle Name Address VP WEST, DONALD L 7728 GREAT OAK DRtVE City-Stete-Zlp: LAKE WORTH FL 33467 1 het6by e&1ify that the informaNon indIca/ad on this report OJ' supplemental report (s true and accllrnte and that my elec/ronic signature sh!ill hav8 the same legal effect as 11 mada IIndar oaftl; that 18m an officer ord/reclor of the corpotalion or the receiver or IrtslitEtEt empowered fa BX&Cut& .hls report 98 requited by Chapter 607, Florida staMas; and that my name appoars above. or{}n an attachment with all otherlik& ampoWfl/'&d, SIGNATURE: CANDACE WEST PRESIDENT 01/28/2015 E!ectronic SIgnature of Signing Officer/Director Detail Date Member Name Bid Number Bid Name 4 Document{s) found for this bid 601 Subscribers Notified; 16 Planholder(s) found. City of South Miami RFP-RFP #PR2015-04-0-2015!SK "Playground Demolition and New Installation at Four (4) City Parks" 1. Hispanic 2. Small Business 3. Woman Owned FL '- MIAMI DAILY BUSINESS REVIEW Published Dafly excej:ll, Sai'urltay, SOMayand Legal HOlidays Miami, MJaml,Dade caunty,'~lori~a STATE OF FLORIDA 9,OUNTY OF MIAMI-DADE; BefQr:eJ~e umi~[!li~n.d,authotity p.rsonal!y~pp.~r:eQ , M, ZALDIVAR,wM 00 Clath says that he o'she I. the LEGAL OLERK,LegalNOtiqas 01 the MIami Dally Business Review t/kl. lI,1lami flevtew, • da,iIY(~~PaPl $~tur\laY,Sund~)I ~C\ Legal HollqaYs),~awspaper, published at Miami in Miami-Dade, (;Qunty, Florida; thaI lh. a«achad COpy of .dvertis.m,en~ baiog." .Legal.cAdvertlsameoto! NollO.Jnthe matter of ';~"~:;;';:_ --'''-'''-'-,; ;;~A<-S ------->-> " cffYOF SOU'tHMIAMI RFP # PR2015'04 In th,. XXXX , , Court, was published in said neWspape, 1h ·th."lssuesol 03124120t5 Alffantfurfher says that the said Miami Dl!lIy Business Review Is a newspaper puqllshed alMlamlinsald Mlami-Oade County,AOrida and thai the, said neWspaper has heretof<ire been, ~QntlnUQus,ypub"shed Irisaid MI'Ul1i-Oad", C"a:tinty i FloridQ, each day (except Saturday, Sunday and L~gaIHolld~yS) and has been entered __ as-second-class mail matter at the post offIoe In MlilmUn said Mlaml"Oade County, Flonda, for a penod of oneye.r'MXl precedlnn tHe first pUblication O!tha ~hed<iopy of ad,val1lsement; and aff1~n!iurth.r saYS that he Or she'has n.lt!ter;pal~·:ndr·prom!sed any parson, linn O[ oorpolatlon anydlscoiJht .. r~bale(commISsron o""efund ,for the purpose of securing Ihis: adv.rtts.lll~nt t pUblication In,the said newspaper. --, 24 I