2Agenda Item No:2.
City Commission Agenda Item Report
Meeting Date: July 17, 2018
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section: CONSENT AGENDA
Subject:
A Resolution authorizing the City Manager to purchase goods and services from Legacy Construction Services
Group, Inc. DBA Pro Playgrounds for the supply, delivery, and install of a new playground shade structure at
Brewer Park. 3/5
(City Manager-Parks and Recreation)
Suggested Action:
Attachments:
Memo-Playground Shade Structure (QP1).docx
Reso-Playground Shade Structure.docx
PHCD Award Letter.pdf
Pre Bid RFP PR2018-09 5.24.18.pdf
Bid Opening Report.pdf
Proposal Summary.pdf
PRO PLAYGROUNDS RFP-PR2018-09.pdf
DEMAND STAR RFP 2018-09 6.12.18.pdf
Reference check - Legacy Construction.pdf
Miami Daily Business Review.pdf
SunBiz - Legacy Construction.pdf
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor & Members of the City Commission
FROM:Steven Alexander, City Manager
Via: Quentin Pough, Director of Parks & Recreation
DATE:July 17, 2018 Agenda Item No.:_____
SUBJECT:A Resolution authorizing the City Manager to purchase goods and
services from Legacy Construction Services Group, Inc. DBA Pro
Playgrounds for the supply, delivery, and install of a new playground
shade structure at Brewer Park.
BACKGROUND:The City received a Community Development Block Grant (CDBG) award
in the amount of $30,659 from Public Housing and Community
Development (PHCD) of Miami Dade County. The grant agreement
provides funding for installation of a new, fully covered shade structure
over the existing tot-lot playground at Brewer Park. This grant does not
require matching funds from the City of South Miami.
The existing playground structure is completely exposed to the sun. City
staff is proposing to remove the existing single post shade structure and
install a 40’x40’x10’ ft., 4-post fabric shade structure over the existing
pre-school (ages 2-5 years) playground structure. The proposed shade
structure can withstand 100 mph wind load with the cover on and 150
mph wind load with the cover off.
Integrating shade over the playground increases the life of play
equipment, protects children from harmful ultraviolet rays, keeps
equipment cool to the touch, and allows children to play longer without
overheating.
Through the Procurement Division, the City’s Parks and Recreation
Department submitted a Request for Proposal (“RFP”) #PR2018-09 on
Wednesday, May 9, 2018 for the “Purchase and Installation of a
Playground Shade Structure at Brewer Park.” The City received four (4)
proposals; Bliss Products and Services’ proposal was deemed non-
responsive as they failed to include the required documents from PHCD.
Therefore, Legacy Construction Services Group, Inc. D.B.A. Pro
Playgrounds was the lowest bidder and is in compliance with the terms of
2
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
the RFP. City staff consulted with the contractor’s references as to hands
on experience and received positive feedback. This project can be
completed within the awarded grant budget of $30,659 dollars.
VENDORS &
BID AMOUNT:Please find below a breakdown of all submitted proposals/bids.
VENDORS BID AMOUNT
Bliss Products & Services $26,973.18~NON-RESPONSIVE
PRO PLAYGROUNDS $27,400
ADVANCED RECREATIONAL CONCEPTS $30,000
SGAMANAGEMENT,INC.$38,000
EXPENSE: Proposal/contract amount shall not to exceed $30,000.
To account for any unknown factors that may arise, a $2,600 contingency
over the proposal of $27,400 is requested. The vendor will receive a
purchase order in the amount of $27,400.
FUND &
ACCOUNT:The total expenditure shall be charged to Parks & Recreation Capital
Improvement, account number 301-2000-572-6450, which has a balance
of $301,616 before this request was made.
ATTACHMENTS:Resolution
PHCD Award Letter
Pre-Bid Conference Sign-In Sheet
Bid Opening Report
Proposal Summary
Pro Playgrounds Proposal
Pro Playground References
Demand Star Results
RFP Advertisement
SunBiz – Pro Playgrounds
3
RESOLUTION NO.: _______________1
2
A Resolution authorizing the City Manager to purchase goods and services from Legacy 3
Construction Services Group, Inc. DBA Pro Playgrounds for the supply, delivery, and install 4
of a new playground shade structure at Brewer Park.5
6
WHEREAS, the City received a Community Development Block Grant (CDBG) award in the 7
amount of $30,659 from Public Housing and Community Development (PHCD) of Miami Dade 8
County; and9
10
WHEREAS, the grant agreement provides funding for installation of a new, fully covered 11
shade structure over the existing tot-lot playground at Brewer Park. This grant does not require 12
matching funds from the City of South Miami; and13
14
WHEREAS, city staff is proposing to remove the existing single post shade structure and 15
install a 40’x40’x10’ ft., 4-post fabric shade structure over the existing pre-school (ages 2-5 years) 16
playground structure; and17
18
WHEREAS, through the Procurement Division, the City’s Parks and Recreation Department 19
submitted a Request for Proposal (“RFP”) #PR2018-09 on Wednesday, May 9, 2018 for the 20
“Purchase and Installation of a Playground Shade Structure at Brewer Park;” and21
22
WHEREAS, the City received four (4) proposals; Bliss Products and Services’ proposal was 23
deemed non-responsive as they failed to include the required documents from PHCD. Therefore, 24
Legacy Construction Services Group, Inc. D.B.A. Pro Playgrounds was the lowest bidder and is in 25
compliance with the terms of the RFP; and26
27
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY 28
OF SOUTH MIAMI, FLORIDA THAT:29
30
Section 1:The City Manager is authorized to expend a proposal/contract amount not to 31
exceed $27,400 for the purchase of goods and services from Legacy Construction Services Group, 32
Inc. DBA Pro Playgrounds for the supply, delivery, and install of a new playground shade structure 33
at Brewer Park. The total expenditure shall be charged to the Parks and Recreation Capital 34
Improvement-Miscellaneous account number 301-2000-572-6450, which has a balance of 35
$301,616 before this request was made.36
37
Section 2:The City Manager is also authorized to expend an amount of $2,600 over the 38
proposal/contract amount of $27,400 to account for any unknown factors that may arise. 39
40
Section 3:If any section clause, sentence, or phrase of this resolution is for any reason held 41
invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the 42
validity of the remaining portions of this resolution.43
44
Section 4: This resolution shall become effective immediately upon adoption.45
46
47
4
PASSED AND ADOPTED this _______ day of _______________, 2018.48
49
ATTEST:APPROVED:50
51
_____________________________________________________52
CITY CLERK MAYOR53
54
READ AND APPROVED AS TO FORM COMMISSION VOTE:55
LANGUAGE, LEGALITY AND EXECUTION Mayor Stoddard56
THEREOF Vice Mayor Harris57
Commissioner Gil58
____________________________Commissioner Liebman 59
CITY ATTORNEY Commissioner Welsh60
5
6
7
8
9
Bidder Bid Price
Bid
Package
(1 Org; 3
Copies; 1
Digital)
Bid
Form
Bidder
Qualif.Ref.List of
Subs'
Non Coll.
Affidavit
Public Entity
Crimes and
Conflicts of
Interest
Drug free
Workplace
OSHA
Stds
Fed.
State
Listings
Related
Party
Presentation
Dec
Proof
of Ins
Signed
Contract
with
Original
CDBG
DOC'S
Sun
Biz
*Bliss
PRODUCTS $26,973 X N/A X X X X X X X X X X X N/A N/A
Legacy
Construction
DBAPro
Playgounds
$27,400 X X X X X X X X X X X X N/A N/A X X
ARC $30,000 X X X X X X X X X X X X X N/A X X
SGA MGMT $38,000 X X X X X X X X X X X X X X X X
PLAYSPACE
NOTE: BLISS OMITTED THE PUBLIC HOUSOING & COMMUNITY DEVELOPMENT DOCUMENTS IN THEIR SUBMITTAL AND ARE THEREFORE NON-RESPONSIVE.
BREWER PARK SHADE STRUCTURE RFP PR2018-09
NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER
INSTALLER FOR ARC
10
Soutn(,riami
CITY OF SOUTH MIAMI
PURCHASE AND INSTALLATION OF A PLAYGROUND SHADE STRUCTURE AT BREWER
PARK
RFP PR2O I8.O9
SUBMITTAL DUE DATE:June 12,2018 at l0 AM
Solicitation Cover Letter
The City of South Miami, Florida (hereinafter referred to as "CSM") through its chief executive officer (City
Manager) hereby solicics sealed proposals responsive to the City's requesc (hereinafter referred to as "Request for
Proposals" or "RFP"). All references in this Solicitation (also referred to as an "lnvirarion for Proposals" or
"lnvitation to Bid) to "City" shall be a reference to the City Manager, or the manager's designee, for the City of
South Miami unless otherwise specifically defined or unless the conrexr in which the word is used requires it ro
mean the City of South Miami.
The City is hereby requesting sealed proposals in response to this RFP #PR20 l8-09 "Purchase and lnstallation
of a Playground Shade Structure at Brewer Park." The purpose of this Solicitarion is to contract for rhe
services necessary for the completion of the prolect in accordance with the Scope of Services, (Exhibit l,
Attachment A, & B) and Respondent's Cost and Technical Proposal, or the plans and/or specifications, if any,
described in this Solicitation (hereinafter referred to as "the Project" or "Project") . The project is funded through
o federol grant, Community DeveloPment Block Gront, (CDBG) through Miomi-Dade County. Respondents
must comply with the CDBG requirements; refer to Exhibit 4 "Attochment A To Bid Packoge."
lnterested persons who wish to respond to this Solicitation can obtain the complete Solicirarion package at the City
Clerk's office Monday through Friday from 9:00 a.m. to 5;00 p.m. or by accessing the following webpage:
http://www.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information.
Proposals are subject to the Standard Terms and Conditions conrained in the complete Solicitation Package,
including all documents listed in the Solicitation.
The Proposal Package shall consist ofone (l) original unbound proposal, three (3) additional copies and one (l)
digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office
of the City Clerk located at South Miami City Hall, 5130 Sunset Drive, Sourh Miami, Florida 33143. The entire
Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope
lnformation clearly printed or written on the exterior of the envelope or container in which the sealed proposal is
delivered: "Purchase and lnstallation of a Playground Shade Structure at Brewer Park," RFP #PR20 I 8-
09 the name of the Respondent person or entity responding ro the Solicitation.
Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the
required Envelope lnformation on the front or back of the envelope. Sealed Proposals must be received by Office
of the City Clerk, either by mail or hand delivery, no later than I 0:00 AM local time (the "Closing Date") on
June 12,2018.
A public opening will take place at l0:00 a.m. on the same date in the City Commission Chambers located at Ciry
Hall,6l30 Sunset Drive, South Miami 33143. Any Proposal received after l0:00 a.m. local time on said date will not
be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved
against the person submitting the proposal and in favor of the Clerk's receipt stamp. Hand delivery must be
made Monday through Friday from 9 AM to 5 PM, unless a different time is provided above for the
Closing Date, to the office of City CIerk.
A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hall in the Commission Chambers
located at 6l 30 Sunset Drive, South Miami, FL 33 !43 on May 24,201 8 at I 0:00 a.m. The conference shall
be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter
as well as to those provisions, terms, conditions, affidavits and documents contained in this Solicitation Package.
The City reserves the right to award the Project to the person with the lowest, most responsive, responsible
Proposal, as determined by the Ciry, subject to the right of the City, or the City Commission, co reiect any and all
I
11
PROPOSAL SUBMITTAL CHECKLIST FORM
PURCHASE AND INSTALLATION OF A PLAYGROUND SHADE STRUCTURE AT BREWER
PARK
RFP PR2O I8.O9
This checklist indicates the forms and documents required to be submitted for this soliciration and to be presented
by the deadline set for within the solicitation. Fulfillment of all solicitarion requiremenrs listed is mandatory for
consideration of response to the solicitation. Additional documenrs may be required and, if so, they will be identified
in an addendum to this Solicitation. The response shall include the following items:
x
Proposal Package shall consist of one ( I ) original unbound
proposal, three (3) additional copies and one (l) digiral (or
comparable medium including Flash Drive, DVD or CD) copy
lndemnification and lnsurance Documents E)(HlBlT 2
Construction Bid Form. EXHIBIT 3
CDBG Federal Grant Requiremenrs, O(HlBlT 4, "Attochment A
to Bid Pockage"
Signed Contract Documents (All - including General Conditions
and Supplementary Conditions if attached) D(HlBlT 5, 6, & 7
Respondents Qualification Statement
List of Proposed Subcontracrors and Principal Suppliers
Non-Collusion Affidavit
Public Entity Crimes and Conflicrs of lnterest
Drug Free Workplace
Acknowledgement of Conformance with OSHA Srandards
Affidavit Concerning Federal & State Vendor Liscings
Related Party Transaction Verificarion Form
Presentation Team DeclarationiAffidavit of Representation
x
x
x
x
x
x
x
x
x
x
x
x
x
x
Submit this checklist along with your proposal indicating the completion and submission of each required forms
and/or documents.
END OF SECTION
Thomas F. Pepe
1zil4t2016
l4
Attachments and Other Documents described below
to be Completed
IF MARKED YI/ITH AN "X'':
Check
Completed.
X
12
RESPONDENT QUALIFtCAT!ON STATEMENT
PURCHASE AND INSTALLATION OF A PLAYGROUND SHADE STRUCTURE AT BREWER
PARK
RFP PR2O I8.O9
The response to this questionnaire shall be utilized as parr of the CITY'S overall Proposal Evaluarion and
RESPONDENT selection.
l. Number of similar proiects compleced,
a) ln the past 5 years
ln the past 5 years On Schedule
b) ln the past I 0 years
ln the past l0 years On Schedule
2. List the last five (5) completed similar projects
a) Prolect Name:
200
195
375
365
Karis Village Playground
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Jaxi Builders
1629 NW 84th Ave, Doral, FL 33126
305-599-0700
Original Contract Completion Date: 0211212018
Actual Final Contract Completion Date: 0211212018
Original Contract Price:
Actual Final Contract Price:
b) Prolect Name:
1 04000
1 04000
Renissance Charter of Central FL
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Summit Construction
421 Summerlin Ave, Orlando, FL 3280'1
267-331-4882
Original Contract Completion Date: 0312612018
Actual Final Contract Completion Date: 0312612018
Original Contract Price: 56,000
Actual Final Contract Price 56,000
Thomas F. Pepe
12t14t20t6
c) Prolect Name:
t5
Creekside Charter Shchool
13
d)
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Complerion Time
(Days):
Original Contracr Completion Date:
Ryan Companies
201 N. Franklin St, Tampa, FL 33602
813-204-5000
Nelson Shade Structure
Hillsborough County
601 E. Kennedy Blvd, Tampa, FL, 33602
813-272-5790
0512512018
0412312018
122,000
122,000
Summerfield Shade Structure
Hillsborough County
601 E. Kennedy Blvd, Tampa, FL 33602
0410712018
Actual Final Contract Completion Date: 0410612018
Original Contract Price:
Actual Final Conrract Price:
Project Name:
Owner Name:
Owner Address:
Owner Telephone;
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contracr Completion Date:
Original Contract Price:
Actual Final Contract Price:
Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contracr Completion Time
(Days):
Original Contract Completion Date:
38,000
38,000
14
e)
813-272-5790
0512512018
Actual Final Contract Completion Date: 05/05/2018
Original Contract Price:
Actual Final Contract Price:
66,000
Thomas F. Pepe
t2il4t2015
t6
66,000
14
3. Current workload
Academy of Early Learning Southern District Church 913-616-6164 70,000
Newberry Corners M3 Development 407-970-8383 27,000
Citrus lsles Cassidy Homes 863-528-2024 20,000
Berkeley Clubhouse GL Homes 954-753-1 730 42,000
Dakota Club House GL Homes 954-753-1 730 77,000
Place of Hope Place of Hope 561 -775-71 95 36,000
Wesley Chapel District Pasco County 727-847-2411 72,000
Pinapple Cove Academy Summit Construction 267-331-4882 56,000
4. The following information shall be attached to the proposal.
a) RESPONDENT's home offlce organizarion charr.
b) RESPONDENT's proposed projecc organizational chart.
c) Resumes of proposed key project personnel, including on-site Superintendent.
5. List and describe any:
a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations,
b) Any arbitration or civil or criminal proceedings, or
Suspension of contracts or debarring from Bidding or Responding by any public agency broughr
c) against the Respondent in the lasr five (5) years
6. Government References:
List other Government Agencies or Quasi-Government Agencies for which you have done business within
the past five (5) years.
Name of Agency: CitV 0f Bonita Springs
Address: 9101 Bonita Beach Road, Bonita Springs, FL 34135
Telephone No.: 239-949-6262
Contact Person: Jason Jaccarino
Thomas F. Pepe
talt4l20t6
Type of Project: Plavqrounds and Shelters
Project Name owner Name Telephone Number Contract price
l7
15
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
Leon Countv Schools
2757 W. Pensacola Street
850-487-71 00
Alison Garber
Playgrounds, Shades, Surfacinq
Hillsborough County
601 E. Kennedy Blvd, Tampa, FL 33602
813-272-5790
Chuck Plante
Shade Structures
Thomas F. Pepe
tzlt4l20t6
l8
16
Key Personnel
Alo na Ad ria n se, P resid e nt
Alana serves at the helm of our organization, she is a college graduate with a bachelor's degree in
Business from Flagler University. Alana joined our team in20t4 and recently took the role as
president. Her area of expertise is managing the office teams and sales staff.
Poul Adrionse, Vice President
Paul Adrianse serves as Vice President of our company and Qualifier. Paul has been involved in the
construction industry for t2 years and was the founder of our organization. For the last ten years he
has helped to build our organization and is in expert in all phases of design and construction for
playgrounds, parks, shades and surfacing systems.
lv Al!!9,ry 4!!9!!t Executive
Joy Williams ir orr s"n
department. Joy studied Business and Marketing. Joy has been a sales professional her entire adult
life and has become an expert in her field.
Sterling Gillis, Account Executive
Sterling Gillis is one of our Account Executives, she works closely with new and existing clients on the
sales side of our organization. Sterling is a college graduate with a Bachelor's Degree in Arts. Sterling
has been a sales professional her entire adult life and has become an expert in her field.
Cha rl es G roybi I l, Su pe ri nte nd ent
An Army Veteran, Charles Graybill heads the installation side of our operation. He has over 20 years
of experience in the construction industry and has been managing installations of playground
equipment and shade structures for the last 12 years.
Mo nu e I Co ron odo, I n sto I lati on Teo m
Manuel Coronado has been working in construction for the last 18 years of his life, with an emphasis
on structural concrete. He has become an expert installer of playground equipment and shade
structu res,
Hector Co ro nodo, I nstol I ation Tea m
Hector Coronado has been working in construction for the last 18 years of his life, with an emphasis
on structural concrete. He has become an expert installer of playground equipment and shade
structures.
17
im
t-o
U
co
o
.NCo
O)5H
tt
IH#E#ffitr
18
o
U
co
o
.Nco
o)
o
lJ
.qoLo-
TJ(ULJO
IU:
=#.9ctr
-IJ.J
t-q
(o
*,rnC
\o1- -Fr-AV\J rFr+r=(J I*(uo
-l--J- AL/(J
{-,C$T
l-o
{r,C
tbo0.3{n
-o
([
tb(9
tao
l-
(E?
-L)
19
LIST OF PROPOSED SUBCONTRACTORS AND PRINCTPAL SUPPLTERS
PURCHASE AND INSTALLATION OF A PLAYGROUND SHADE STRUCTURE AT BREWER
PARK
RFP PR2O I8.O9
Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this
Solicitation to be used on this project if they are awarded the Contract.
This list shall be provided as a part of Respondents submittal to the City of South Miami and in response ro rhis
RFP.
END OF SECTION
Thomas F. Pepe
12il4t20t6
Landscape
NA
Excavation
NA
Debris Hauling
NA
Other:
NA
ALL SCOPES SELI PERFORMED
,.---Yr r.\-z r)cr1 i,r <\- .V
'tc';u (c,ig^\2r, 0,\<
-.,*,\I ^ (rr't-
"c,l\l
(tcl ;Ll'-eff
\3r\"-u'vre r. u-f.a ! , I O, ,. ^ )\ !
t9
Classification of Work Subcontractor Name Address Telephone, Fax &
Email
20
NON COLLUSION AFFIDAVIT
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
Paul Adrianse
being first duly sworn, deposes and stares thar:
(l) He/She/They is/are the Owner
Pro Playgrounds
Respondenr that has submitted the
attached Proposal;
He/SheiThey isiare fully informed concerning the preparation and conrenrs of rhe attached Proposal
and of all pertinent circumsrances concerning such Proposal;
Such Proposal is genuine and is not a collusive or sham Proposal;
Neither the said Respondent nor any of its officers, partners, owners, agents, represenatives,
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, direcrly 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 rhe Proposal
Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the proposed Work;
The price or prices quoted in the attached Proposal are fair and proper and are nor tainted by any
collusion, conspiracy, connivance, or unlavyful agreement part of the Respondent or any other
of its agents, representatives, owners, employees or partte{t'f interesr, including this affianr.
(Owner, Partner, Officer. Representative or Agent) of
Legacy Construction Services Group lnc, DBA
(2)
(3)
(4)
(s)
Signed, sealed and delivered in the presence of:
Vice President
Print Name and Title
0512312018
Date
ACKNOWLEDGEI"lENT
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
On this the _ day of 20_, before me, the undersigned Notary Public of the Stare
of Florida, personally appeared (Name(s) of individual(s) who appeared before notary)
and whose name(s) is/are Subscribed to the within
instrument, and he/she/they acknowledge that he/she/they executed it
WITNESS my hand and official seal.
Thomas F. Pepe
t2lt4t20t6
MY COMMTSSION # GG 117393
EXPlggS: June 21,2021
Bonfu Ttrfitrtotary Pubth Undemibrs
i"
)
)
)
21
NOTARY PUBLIC:
SEAL OF OFFICE:
Thomas F. Pepe
1211412016
JOYWTTIAI,IS
MY CoMM|SS|oN # GG 117393
EXPIRES: Jurn 21, 2021
Bonded Ihru ihtary tublk Undeffrtor8
Notary Public, State of Florida
\
(Name of Noery Public: Print, Stamp or type as commissioned.)
Personal idenrifi cation:
Type of ldentification Produced
Did take an oath, or
2l
22
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statures - "A person or affiliate who
has been placed on the convicted vendor list following a convicrion for a public entity crime may nor submit a
Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal
for a Contract with a public entity for the construction of repair of a public building or public work, may not submit
bids or proposals on leases or real property to a public enriry, may not be awarded to perform Work as a
RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Conrracr 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 Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list".
The award of any contract hereunder is subject ro the provisions of Chaprer I 12, Florida State
Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or
agent who is also an officer or employee of the City of South Miami or its agencies.
SWORN STATEMENT PURSUANT To SECTION 787.t33 (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.
l. This sworn statement is submitted to
City of South Miami
[print name of the public entity]
uy Paul Adrianse, President
2.
lorint individual's name and titlel
for Legdcy Construction Servicels Group lnc, DBA Pro Playgrounds
[print name of entity submitting sworn sratemenr]
whose business address is 8490 Cabin Hill Road
,r"rrrr"., t,- ar*
and (if applicable) its Federal Employer ldentification Number (FEIN) is 27-1850232 1lt *e
entiry has no FEIN, include the Social Security Number of the individual signing this sworn sraremenr:
I understand that a "public entity crime" as defined in Paragraph 287.133 (l)(g), Florida Starutes, means
a violation of any state or federal law by a person with respect to and directly related to rhe transacrion of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to
any public entity or an agency or political subdivision of any other state or of the Unired States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
I understand that "convicted" or "conviction" as defined in Paragraph 287.133 ( l ) (b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or withour an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information afterJuly
I, l9S9,asaresultof a juryverdict,non-jurytrial,orentryof apleaof guiltyornolocontendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133 (l) (r), Florida Statutes, means:
(.) 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,
directors, executives, partners, shareholders, employees, members, and agents who are active 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 has been
Thomas F. Pepe
t2il4t20t6
22
23
6.
convicted of a public entity crime in Florida during the preceding 36 months shall be considered
an affiliate.
I understand that a "person" as defined in Paragraph 287.133 ( | ) ("), Florida Statutes, means any natural
Person or entity organized under the laws of any state or of the United States with the legal power ro enter
into a binding contract and which bids or proposal or applies to bid or proposal on conrracts for the
provision of goods or services let by a public entity, or which orherwise transac(s or applies ro rransact
business with a public entity. The term "person" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
Based on information and belief, the statement which I have marked below is true in relarion to the entity
submitting this sworn statemenr. Indicate which statement applies.]
X Neither the entity submitting this sworn statemenr, nor any of its officers, directors, execurives,
Parcners, shareholders, employees, members, or atents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public enrity crime subsequent to
July I, 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 l,
I 989.
The entity submitting this sworn statement, or one or more of irs officers, directors, executives,
Parcners, shareholders, employees, members, or agen6 who are active in the management of the entity, or
an affiliate of the enticy has been charged with and convicted of a public enriry crime subsequent of July l,
1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida,
Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it
was not in the public interest to place the entity submitting this sworn staEement 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 lN PARAGRAPH I (ONE) ABOVE lS FOR THAT PUBLTC ENTTTY ONLY, AND THAT TH|S FORM tS VALTD
THROUGH DECEMBER 3I OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,FOR CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM
ISignature]
Sworn to and subscribed before me this ,20" ,
Personally known
OR Produced identifi cation Notary Public - State of
My commission expires
(Type of identification)
Form PUR 7068 (Rev.06ll I192)
Thomas F. Pepe
t2lt4l20t6
(Printed, typed or stamped cori,missioned
name of notary public)
i,'i MYCOMMlsstoN# GG 117393
i:li_ EXPIRES: June21,2021
sul"- puuic i.nie-rwrtrers
23
ll-t''--
24
DRUG FREE WORKPLACE
Whenever two or more Bids or Proposals which are equal with respecr to price, quality and service are received
by the State or by any political subdivisions for the procuremenr of commodities or conrracrual services, a Bid or
Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be
given preference in the award process. Established procedures for processing tie Bids or Proposals shall be
followed if none of the tied vendors have a drug-free worl<place program. ln order to have a drug-free workplace
program, a business shall:
r)Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibiced in the workplace and specifying the
actions that shall be taken against employees for violacions of such prohibition.
lnform 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
assistance Programs, and the penalties that may be imposed upon employees for drug abuse
violations.
Give each employee engaged in providing the commodities or conrractual services that are under
Bid a copy of the starement specified in Subsection (l).
ln the statement specified in Subsection (l), notify rhe employees, that, as a condition of working
of the commodities or contractual services that are under Bid, he employee shall abide by the
terms of the statement and shall 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 larer than five (5) business days
after such conviction.
lmpose 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.
Make a good faith
of this section.
to continue to maintain a drug-free workplace through implementation
As the person authorized to sign statement, I certify that this firm complies fully with the above requirements.
RESPONDENT's Signature:
2)
3)
4)
s)
6)
Print Name:
Date:
Paul
0512312018
Thomas F. Pepe
t2n4t20t5
24
25
ACKNOWLEDGEMENT OF CONFORMANCE \^/ITH OSHA STANDARDS
TO THE CITY OF SOUTH MIAMI
Legacy Construction Services Group lnc, DBA Pro Playgrounds
We,, (Name of CONTRACTOR), hereby acknowledge and agree rhat as
CONTRACTOR for the Purchase and lnstallation of a Playground Shade Structure at Brewer Park as
specified have the sole responsibility for compliance with all the requiremenrs of the Federal Occupational Safety
and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold
harmlessthe Cityof South Miami and N/A (Consultant, if any) againstanyand all liability, claims, damages,
losses and expenses they may incur due to the failure of (Sub-contracror's names):
Witness
Name
Vice President
Title
Thomas F. Pepe
t2ll4l20t6
such act or regulation
25
26
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must
certify that the Respondent's name Does Not appear on the Stare of Florida, Department of Managemenr Services,
"CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR
LISTINGS''.
lf the Respondent's name Does appear on one or all the "Listings" summarized below, Respondenrs musr "Check
if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida
Deparcment of Management Services website:
trtrp://www.drrr5.rnyflgr rda.corn/busrncss_opo lgrprr5/sra[c_purchasrng/vcrrdor*rnforrnat.ron/corrvictcd_susp
cndcd_d iscrnn tniltor y_corrrplarn ts_vcn dor_lrsts
DECLARATION UNDER PENALTY OF PERJURYt, Paul AdrianSe (hereinafter referred co as rhe "Declarant") srate, under penalty of perlury,
that the following statements are true and correct:
(l) lrepresentrhe Respondenrwhose name is Legacy Construction Services Group. lnc, DBA Pro Playgrounds.
(2) I have the following relationship with the Respondent Owner (Owner (if Respondent is a
sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General
Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability
Company).
(3) I have reviewed the Florida Department of Management Services website at the following URL address:
http:i/www.dms.myflorida.com/business_operations/state_pu rchasing/vendor_informarion/convicted_suspended_di
scri m i natory_co m plai nts_ven do r_l ists
(4) I have entered an "x" or a check marl< beside each listing/caregory set forth below if the Respondenr's
name aPPears in the list found on the Florida Department of Management Services websire for that category or
listing. lf I did not enter a mark beside a listing/category, ir means thar I am ar[esring ro rhe facr thar the
Respondent's name does not appear on the listing for that category in the Florida Department of Management
Services website as of the date of this affidavit.
Check if
Applicable
Convicted Vendor List
Suspended Vendor List
Discriminatory Vendor List
Federal Excluded Parties List
Vendor Complaint List
FURTHER DECLARANT SAYETH NOT.
name of Declarant)
ture of Declarant)
ACKNOWLEDGEME
STATE OF FLORTDA )couNTY oF MIAM|-DADE )
On this the _ day of| .,
20_, before me, the undersigned authority, personally
appeared who is personally know to ine or who provided the
following identifi cation and who took an oath or affirmed thar that he/she/they executed the
foregoing Affidavit as the Declarant.
WITNESS my hand and official seal
Notary Public, State of Florida
NOTARY PUBLIC:
SEAL
of Nocary Public: Print.
or type as commissioned.)
Thomas F. Pepe
tzn4t20t6
JOY WLL|NTTS
MY COMMISSION # GG 117393
EXPIRES: June 21, 2021
Bonded Thru Notary Public Underwrlters
26
27
RELATED PARTY TRANSACTION VERIFICATION FORM
I Paul Adrianse , individually and on behalf of Legacy Construction Services Grou! lnc
("Firm") have Nome of Representotive ComponylVendorlEntity read the City of South Miami ("City")'s Code of Ethics,
Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalty of perlury that to the best of my
knowledge, information and belief:
(l) neither I nor the Firm have any conflict of interest (as defined in section 8A-l) with regard to rhe contracr or
business chat l, andior the Firm, am(are) about co perform for, or ro rransact with, the
City, and
(2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial inrerest grearer
than 5% in the Firm, has any relative(s), as defined in section 8A-1, who is an employee of the City or who is(are)
an appointed or elected official of the City, or who is(are) 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 rhis
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 independenr invesrigation as ro
the relationship of employees or those who have a financial inrerest in the Firm.]; and
(3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of
those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered
into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted
with the city, or with any person or agency acting for the city, other than as follows:
llll-\
_ (if necessary, use a separate sheec to supply additional information that will no[ 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 ro the relationship of those who
have a financial interest in the Firm.]; and
(4) no elected and/or appointed official or employee of the Ciry 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 and/or your Firm and the City other than the following individuals whose inrerest is ser
forth following their names:
(if necessary, use a separate sheet to supply additional information thac will not fit on this line; however, you musr
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 and/or 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 and/or 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 throuth our performance of our duties under the terms of the
contract wich the City, co 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 c,ur personal gain or
benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or
beneflt anticipated through the per{ormance of che contract..
(5) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared in representation of any third party
before any board, commission or agency of the City within the past two years other than as
follows: tt\\W (if
Thomas F. Pepe
t2il4l20t6
27
28
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).
X:\PurchasingVendor Registration\12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx
(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a
sPouse, son, daughter, parent, brocher or sister) is related by blood or marriage to: (i) any member of the City
Commissionl (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows:
kr I ,A-(if necessary, use a separate sheet to supply addicional
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 (7)
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 by blood or marriage of employees, officers, or directors of the Firm, or of any
of their immediate family to any appointed or elected officials of the City, or to their immediate family members].
(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interestgreater
than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children,
brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has
responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial
interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents,
children, brothers and sisters) have also responded, other than the following:
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 (8) shall be based solely on the signatory's personal knowledge and
he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as
to their officers, direcrors or anyone having a flnancial interest in those Firms or any of their any member of those
persons' immediate family.]
(9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any
change in circumstances that would change our answers to this document. Specifically, after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of
all Related Parties who have also responded to the same solicitation and to disclose the relationship of those
parties to me and the Firm.
(10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this
Verification Form, may sublect me or the Firm to immediate termination of any agreement with the City, and the
imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by
and subject to by the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I
have made adilfight effort to investigate the matters to which I am attesting hereinabove and that the statements
made herein and correct to the best of my knowledge, information and belief.
Signature:
Print Name Paul Adrianse
Date: 05/2312018
Thomas F. Pepe
t2lt4t20t6
(if
28
29
PRESENTATION TEAM
DECLARATION/AFFIDVAIT OF REPRESENTATION
This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid
theneedtoregistermembersofyourpresentationteamaslobbyists. PursuanttoCityOrdinance23-1,4-
2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, shall list on an
affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be
filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager.
For the purpose of this subsection only, the listed members of the presentation team, with the exception
of any person otherwise required to register as a lobbyist, shall not be required to pay any registration
fees. No person shall appear before any committee on behalf of an anyone unless he or she has been
listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered
with the City Clerk's office as a lobbyist and has paid allapplicable lobbyist registration fees.
Pursuant to '92.525(2), Florida Statutes, the undersigned, P3_U.!_Ad!g_!Sg_, makes the following
declaration under penalty of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents. Please note; No person shall appear before any committee on behalf of anyone unless he
or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he
or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration
fees.
NAME TITLE
Joy Williamse Account Executive
PaulAdrianse Vice President
Alana Adrianse President
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay
any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time
the committee's proposal is submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated
in it are true and specifically that the persons listed above are the members of the presentation team of
the entity listed below.
dthis,llr dayof ylti.-t ,2olY,.
tu re tive
Adrianse,Legacy Construction Services Grouo lnc
Print name of entity being represented
END OF SECTION
Thomas F. Pepe
12114120t6
Print Name and Title
President
33
30
EXHIBIT 3
PURCHASE AND INSTALLATION OF A PLAYGROUND SHADE STRUCTURE AT BREWER
PARK
RFP PR2OI8.O9
CONSTRUCTION
BID FORM
THIS PROPOSAL IS SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6l 30 Sunset Drive
South Miami, FL 33143
t.lf 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 Solicitation Package and to perform and furnish all work as specified
or indicated in this Solicitation, including as set forth in Exhibit ! (Scope of Services, Attachment A,
& B) for the Proposed Price as set forth below, within the Contract Time and in accordance with the other
terms and conditions of the Solicitation Package.
Respondent accepts all of the terms and conditions of the Solicitation and lnstructions to Respondents,
including without limitation those dealing with the disposition of Proposal/Bid Bond, if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents, and other documents required by the Solicitation,
including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
ln submitting this Proposal, Respondent represents thar:
Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.)
Addendum No. ALL Dated:Mav 2018 l--r-,-< /0r[-
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.
Subsurface conditions: lf applicable to this Solicitation, the Respondent represents that:
il.
Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and
drawings of physical conditions.
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 che 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,
investigacions, 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 co request
a pre-bid marking of the construction site by any or all utility companies shall create an irrefutable
presumption that the Respondent's bid, or proposal price, has taken into consideration all possible
underground conditions and Respondent, if awarded the contract, shall not be entitled to a change
order for any such condition discovered thereafter.
Respondent has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract Documents.
Thomas F. Pepe
t2lt4120t6
2.
3.
a.
b.
il1.
45
31
iv. Respondent has reviewed and checked all information and data shown or indicated in the Solicitation
Package or in the Contract Documents with respect to existing Underground Facilities or conditions
at or contisuous to the site and assumes responsibility for the accurare location of all Underground
Facilities and conditions that may affect the Work. No additional examinations, investigations,
explorations, tests, reports or similar information or data in respect to any Underground Facilities or
conditions are, or will be, required by Respondent in order to perform and furnish the Work at the
Contract Price, within the Concract Time and in accordance with the other terms and conditions of
the Contract Documents unless the Proposal specifically states that the conrract price is subject to
adjustment for fucure discovery of underground facilities and/or conditions that affect the cost of the
Work and unless the respondent makes a written request ro the City for additional information prior
to submitting the bid or proposal as required in subsection ii above,
d. Respondent has given the City written notice of all conflicts, errors or discrepancies thar 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 Respondenr has
received sufficient notice of the resolution thereof from the City, rhat such resolution is acceptable to
Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies.
e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corPoration and is not submitted pursuant to any agreement or rules of any group, association,
organization, or corporation; Respondent has not directly or indirectly induced or solicited any other
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 complete and in place. The Schedule of Values, if required, is provided for the purpose of
Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of
change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the
Schedule of Values, except to the extent that the CITY changes rhe Scope of the Work after the Contract
Date. As such, the Respondent shall furnish all labor, materials, equipment, tools, superintendence and
servicesnecessarytoprovideacomplete,inplace,ProjectfortheProposal Price. lfthisSolicitationrequires
the completion of a Cost and Technical Proposal as may be set forth in in an exhibit to rhis Solicitation,
such proposal must be attached to this Construction Bid Form and will take the place of the
Lump Sum Price, otherwise, the Contract Price for the completed work is as follows:
Twenty Seven Thousand Four Hundred and Zero ($27,400)
LUMP SUM BASE PRICE:dollars and cents
Alternates:#I NA #2 NA
5.
A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided.
Failure to provide this information shall render the proposal non-responsive.
The ENTIRE WORK shall be completed, in full, within 50 calendar days from the commencement date
set forth in the NOTICE TO PROCEED. Failure co complete the entire work during the described time
period shall result in the assessment of liquidated damages as may be set forth in the Contract.
lnsert the following information for future communication with you concerning this Proposal:
Legacy Construction Services Group lnc, DBA Pro Playgrounds
6.
RESPONDENT:
Address:
Telephone:
Facsimile:
Contact Person
8490 Cabin Hill Road, Tallahassee, FL 32311
800-573-7529
850-328-0341
PaulAdrianse
The terms used in this Proposal which are defined in the Contract shall have the same meaning as rs assigned
to them in the Contract Documents, unless specifically defined in this Solicitation Package.
Thomas F. Pepe
tzlt4120t6
47
32
8.
9.
lf a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies
that all of the facts and responses to the questions posed in the Cost & Technical Proposal, if such an exhibit
is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Construction
Bid Form, and are made a part of this proposal, by reference.
By submitting this proposal, l, on behalf of the business that I represent, hereby agree to che terms of the
form of contracc contained in the Solicitation 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 informarion
contained in the Solicitation Documents and this Proposal, or such informacion that the City and I have
agreed upon in the course of contract negotiations and which have been confirmed by the City in wridng,
including e-mail confirmation, if any. I hereby certify under penalty of periury that I am the lawful
rePresentative of the business entity referenced in this Bid Form, that I have authority to bid for that entity,
that I have authority to sign contracts for that entity and bind it to those contract terms and rhat all ofthe
information and representations contained herein are true and correct to rhe best of my knowledge,
information and belief.
SUBMITTED THIS 24th DAY OF May 201-9_
800-573-7529
Telephone Number
850-328-0341
Fax Number
info@proplayqrounds.com
Email Address
END OF SECTION
PROPOSAL SUBMITTED BY:
Construction Services Grou
Title
Thomas F. Pepe
tzlt4t20t6
48
33
CERTIFICATION OF RECEIPT
This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban
Development Federal Labor Standards Provisions (HUD Form 40L0) concerning the project
SHADE INSTALLATION - BREWER PARK - CITY OF SOUTH MIAMI (Nameorproject)
Further, I hereby certify that ! have on this date, read, examined, understood and
acknowledge the contents of U.S. Department of Labor requirements, particularly the
requirements contained in Wage Genera! Decision Number FLt8o22L. MOD#z. oglL6l21t9 -
HIGHWAY that is applicable to this project.
I hereby agree to abide by the requirements of the Federal Labor Standards Provision
issued by the United States Department of Housing and Urban Development and described in
Form HUD-4010 and those requirements contained in Wage General Decision Number: FLL8O22L,
MoD#2.03/16/2018 - HIGHWAY for this project.
Full Address (including City, ST and Zip) and Emai! Address
Date:
Check one, as applicable:
xx Contractor
Subcontractor
Other
Page 7 of 55
56
Employer lD #/FlD #:
8490 Cabin Hill Road, Tallahassee, FL 32311
34
STATE OF:
COUNTY OF:
He/she is Owner of
that has submitted th" .tt..L"d Bid.
NONCOLLUSION AFFIDAVIT
being first duly sworn, deposes and says that:
Legacy Construction Services Group
the Bidder(1)
(2)
(3)
(4)
Bidder has been fully informed regarding the preparation and contents of the attached Bid
and of all pertinent circumstances regarding such Bid;
Such Bid is genuine and is not a collusion or sham Bid;
Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant has in any way colluded, conspired,
connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the contractor for which the attached Bid has been
submitted or to refrain from bidding in connection with such contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with
any other Bidder, firm or person to fix the price or prices, profit or cost element of the Bid
price or the Bid price of any other Bidder, or to secure through advantage against the
City of South Miami (Local Public Agency) or any person interested in the proposed
contract; and
(s)The price or prices quoted in the attached Bid are fair an proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreeme n the part of the Bidder or any of
its agents, representatives, owners, employees, or pa in itrterest, includile this affiant.
(srGNED)
Title
Subscribed and to before me this
day of.
sworn
i 20
Page 14 of 55
63
JOYWl.IIAIilS
MY COMMISSION # GG 117393
EXPIRESI Jum 21' 2021
Booded Ihru ihtaY fublh Urderxl}rs
My commission expires:
35
OTH ER REQU I RED CERTIFICATIONS
A. EQUAL EMPLOYMENT OPPORTUNITY
Bidder, by submission of this quotation represents:
The undersigned has _, has not x , participated in a previous contract or subcontract
subject to the Equal Opportunity clause herein or the clause originally contained in Section 301
of Executive Order No. 10925, or the clause contained in Section 2O'1. of Executive Order No.
ttL1,4; that it has _, has not x filed all required compliance reports; and that
representations indicating submission of the required compliance reports, signed by proposed
subcontractors, will be obtained prior to subcontract awards. (The above representation need
not be submitted in connection with contracts or subcontracts which are exempt from the
cla use.)
For Contracts not subject to Executive Order LL246:
In carrying out the contract, the contractor shall not discriminate against any employee or
applicant for employment because of race, color, religion, sex, or national origin. The contractor
shall take affirmative action to insure that applicants for employment are employed, and that
employees are treated during employment, without regard to their race, color religion, sex, or
nationalorigin. Such action shall include, but not limited to, advertising; layoff ortermination;
rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor shall post in conspicuous places, available to employees and
applicants for em ployment, notices to be provided by the Government setting for the provisions
of the nondiscrimination clause. The contractor shall state that all qualified candidates will
receive consideration for employment without regard to race, color, religion, sex, or national
origin.
For Contracts who are subject to Executive Order t1246, see page
B. AFFIRMATIVE ACTION
40-4L
The bidder representsthat he has ( )has not ( ), participated in a previous contract or subcontract
subject to the Equal Opportunity Clause prescribed by Executive Order 77246; that he has ( ) has
not ( ) developed a written affirmative action compliance program for as required by the rules and
regulation of the Secretary of Labor (41CFR 60-1 and 60-2); it has not x previously had
contracts subject to written affirmative action program requirements of the rules and regulations
of the Secretary of Labor; that he has ( ) has not ( ), filed with the Joint Reporting Committee, the
Office of Federal Contract Compliance Programs (OFCCP) or the Equal Employment Opportunity
Commission (EEOC) all reports due under the applicable filing requirements; and that
representations indicating submission of required compliance reports, signed by proposed
subcontractors, will be obtained prior to contract and/or subcontract award.
C. COPELAND ANTI-KICKBACK
By submission of a bid, the bidder certifies that it has read and complies with the General
Provision entitled "Anti-Kickback Procedures" as stated in 24 CFR part 85.36 as follows:
Page 21 of 55
70
36
All contracts and subcontracts for construction or repair shall include a provision for compliance
with the Copeland "Anti-Kickback" Act (18 USC 874) as supplemented in Department of
Regulations (29 CFR, Part 3). This Act provides that each contractor or subcontractor shall be
prohibited from inducing, by any means, any person employed in the construction, completion,
or repair of public work, to give up any part of the compensation to which he is otherwise entitled.
By submission of this bid, the bidder attests that neither it nor any of its employees has performed
or participated in any prohibited actions, as defined in this provision.
D. FULL DISCLOSURE BY THE CONTRACTOR/BIDDER REGARDING WHETHER IT
ANTICIPATES BEING OR IS DEBARRED, SUSPENDED, OR PROPOSED FOR
DEBARMENT BY THE FEDERAL GOVERNMENT. STATE OF FLORIDA, OR MIAMI-
DADE COUNTY AT TIME OF AWARD.
This certification applies to a contract or subcontract in excess of S25,000
By submission of an offer, the bidder certifies that it has provided full disclosure in writing to
City of South Miami (name of implementing agency) whether as of the anticipated time
of award of any contract resulting from this solicitation; it anticipates that it or its principals will
be debarred, or proposed for debarment by the Federal Government, State of Florida, or Miami-
Dade Countv.
By commencing performance of the Contract work, the selected contractor certifies that it has
made full disclosure in writing 16 South Miami (name of implementing agency) as to
whether as of the time of award it or any of its principals is debarred, suspended, or proposed for
debarment by the Federal Government, State of Florida. or Miami-Dade Countv.
E. NONDISCRIMINATION CLAUSE
Section 109, Housing and Communitv Development Act of 1974
No person in the United States shall on the ground of race, color, national origin or sex be excluded
from participation in, be denied the benefits of, or be subjected to discrimination under any
program or activity funded in whole or in part with funds available under Section 1-09, Housing and
Community Development Act of 1974.
F. AGE DISCRIMINATION ACT OF T975, AS AMENDED
Non-discrimination on the Basis of Age
No qualified person shall on the basis of age be excluded from participation in, be denied the benefits
of, or otherwise be subjected to discrimination under any program or activity which receives or
benefits from Federal assistance.
Page 22 of 55
7t
37
G. SECTION 504 OF THE REHABILITATION ACT OF T973, AS AMENDED
Non-discrimination on the Basis of Handicap
No qualified handicapped person shall, on the basis of handicap be excluded from participation in, be
denied the benefits of, or otherwise be subjected to discrimination under any program or activity
which receives or benefits from Federal assistance.
H. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
PROSPECTTVE TtER AND/OR LOWER TtER TRANSACTTONS
By submission of the document, the prospective tier and lower tier participants certify, that:
1. Neither it nor its principals is presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation in this transaction, by any
Federal department or agency.
a. Have not within a three-year period preceding this application been convicted of or
had a civil judgment rendered against them for commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public
(Federal, State, or local)transaction or contract under a public transaction;violation
of Federal or State antitrust statutes or commission of embezzlement, theft,
forgery, bribery, falsification or destruction of records, making false statements, or
receiving stolen property;
b. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with commission of any of the
offenses enumerated in paragraph (1)(b) of this certification; and
c. Have not within a three-year period preceding this application had one or more
public transactions (Federal, State, or local) terminated for cause or defaulU and
2. Where the prospective tier or lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
Vice President
Date:05t23t2018
Check one, as applicable:
x_ Contractor Subcontractor
Page 23 of 55
72
rD #/FrD S:
Full Address (including City, ST and Zip) and Email Address
8490 Cabin Hill Road
Tallahassee, FL 32311
Other
Authorized Signature:
Print Name:
38
B.
(1) Taking appropriate personnel action against such an employee, up to and including
termination, consistent with the requirements of the Rehabilitation Act of 1973, as
amended; or
(2) Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a Federal, State, or local
health, law enforcement, or other appropriate agency;
Making a good faith effort to continue to maintain a drug-free workplace through
implementation of paragraphs (a), (b), (c), (d), (e), and (f).
The Grantee may insert in the space provided below the site(s) for the performance of work
done in connection with the specific grant:
Place of Performance (Street address, city, county, state, zip code)
8490 Cabin Hlll Road, Tallahassee, FL 32311
Check ! if there are workplaces on file that are not identified here.
PaulAdrianse
Date:
Check one, as applicable:
x_ Contractor Subcontractor _ Other
Page 25 of 55
74
Vice President
and Email Address
8490 Cabin Hlll Road, Tallahassee,FL32311
39
8.
9.
Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
Except for transactions authorized under paragraph 5 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation In this transactions in
addition, to other remedies available to the Federal Government, the department or agency with
which this transaction originated may pursue available remedies, including suspension and/or
debarment.
Agency Name:
Legacy Construction Services Group
Date:0512312018
Check one, as applicable:
x Contractor
Employer lD #/FlD #:
27-1850232
VP
OtherSubcontractor
Page 27 of 55
76
FullAddress (including City, ST and Zip) and EmailAddress
8490 Cabin Hill Road, Tallahassee,FL32311
Authorized Signature:
Print Name:
40
10)
11)
The Contractor will notify each labor union or representative of workers with which it has a collective
bargaining agreement or other contract understanding, that the contractor is bound by the terms of
the Vietnam Era Veterans' Readjustment Assistance Act of L974, as amended, and is committed to
take affirmative action to employ and advance in employment qualified specialdisabled veterans and
veterans of the Vietnam era.
The Contractor will include the provisions of this clause in every subcontract or purchase order of
S10,000 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to
the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor
will take such action with respect to any subcontract or purchase order as the Deputy Assistance
Secretary for Federal Contract Compliance Programs may direct to enforce such provisions, including
action for non-compliance.
Employer lD #/FlD #:
27-1850232
FullAddress (includi ', ST and Zip) and EmailAddress
Authorized Signature:
Print Name:
Date:
Check one, as applicable:
x Contractor
Page 30 of 55
79
Subcontractor Other
8490 Cabin Hill Road, Tallahassee, FL 32311
VP
41
the Deputy Assistance Secretary for Federal Contract Compliance Programs may direct to enforce
such provisions, including action for non-compliance
Employer lD #/FlD #:
27-1850232
05t2312018
Check one, as applicable:
x Contractor Subcontractor
Page 32 of 55
8l
Other
Hill Road, Tallahassee , FL 32311
Paul Adrianse VP
, ST and Zip) and EmailAddress
Authorized Signature:
Print Name:
FullAddress
42
by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of
Executive Order L1246 of Septemb er 24, t965, so that such provisions will be binding upon each
subcontractor or vendor. The contractor will take such action with respect to any subcontractor
or purchase order as the contracting agency may direct as a means of enforcing such provisions
including sanctions for noncompliance. Provided, however, that in the event the contract
becomes involved in, or threatened with, litigation with a subcontractor or vendor as a result of
such direction by the contracting agency, the contractor may request the United States to enter
into such litigation to protect the interests of the United States.
FullAddress includ ST and Zip) and EmailAddress
Authorized Signature:
Print Name:
Date:0512312018
Check one, as applicable:x Contractor
Page 42 of 55
9l
Subcontractor Other
rD #/FrD #:
8490 Cabin Hill Road, Tallahassee,FL32311
Paul Adrianse VP
43
1.
CERTIFICATION OF NONSEGREGATED FACILITIES
"Segregated facilities," as used in this provision, means any waiting rooms, work areas, rest rooms
and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage
or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees, that are segregated by explicit
directive or are in fact segregated on the basis of race, color, religion, or national origin, because
of habit, local custom, or otherwise.
By the submission of an offer, the bidder certifies that it does not and will not maintain or provide
for its employees any segregated facilities at any of its establishment, and that it does not and will
not permit its employees to perform their services at any location under its control where
segregated facilities are maintained. The bidder agrees that a breach of this certification is a
violation of the Equal Opportunity clause of the contract.
By submission of the bid, the bidder further agrees that (except where it has obtained identical
certifications from proposed subcontractors for specific time periods) it will:
a. Obtain identical certifications from proposed subcontractors before the award of
subcontracts under which the subcontractor will be subject to the Equal Opportunity
clause;
b. Retain such certifications in its files; and
c. Forward this certification and the attached NOTTCE TO PROSPECTIVE SUBCONTRACTORS
OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES to proposed
su bcontractors.
d. By commencing performance of the Contract work, the selected contractor certifies to
the Nonsegregated Facilities provisions above.
Note: The penalty for making false statements in offers is prescribed in 1.8 U.S.C. 1-001
FullAddress (includ ', ST and and EmailAddress
Authorized Signature:
Print Name:
Date:0512312018
Check one, as applicable:x Contractor
Page 43 of 55
92
2.
3.
Subcontractor
VP
Other
44
NOT!CE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NON
SEGREGATED FACILITIES
A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439,May 19,
1967) on Elimination of Segregated Facilities by the Secretary of Labor, must be submitted prior to the
award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal
Opportunity Clause. The certification may be submitted either for each subcontract or for all subcontracts
during a period (i.e., quarterly, semiannually, annually).
Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001
Employer lD #/FlD #:
27-1850232
FullAddress includ ST and Zip) and EmailAddress
Authorized Signature:
Print Name:
VP
Date:
Check one, as applicable:x Contractor Subcontractor Other
Page 44 of 55
93
8490 Cabin Hill Road, Tallahassee, FL 323'll
45
1.
2.
NOTICE OF REQUIREMENT
CLEAN WATER, CLEAN AtR, EXECUTTVE ORDER (E.O.) 11733
AND EPA REGULATIONS PROVISION
This agreement is subject to the requirements of the Clean Air Act, as amended, 42 USC L857 et seq., the
Federal Pollution ControlAct, as amended, 33 USC 1251 et seq. and the regulations of the Environmental
Protection Agency with respect thereto, at 40 CFR Part 15, as amended from time to time.
The Contractor and any of its subcontractors for work funded under this Agreement which is in excess of
S150,000, agree to the following requirements:
Any facility to be utilized in the performance of this proposed contract has ( ), has not ( ) been
listed on the Environmental Protection Agency List of Violating Facilities;
The contractor or any of its subcontractors agree to comply with all the requirements of Section l.L4
of the Clean Air Act, as amended (42 ISC 1857c-8) and Section 308 of the Federal Water Pollution
Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports, and
information, as well as all other requirements specified in said Section 114 and Section 308, and all
regulations and guidelines issued thereunder;
The contractor or any of its subcontractors agree that, as a condition for the award of the contract,
prompt notice will be given of any notification received from the Director, Office of Federal
Activities, Environmental Protection Agency (EPA) indicating that a facility utilized or to be utilized
for the contract is under consideration to be listed on the EPA list of Violating Facilities; and
The Contractor or any of its subcontractors agree that he will include or cause to be included the
criteria and requirements in paragraph l through 4 of this section in every nonexempt sub-contract
and that the Contractor will take such action as the Government may direct as a means of enforcing
such provisions.
The bidder certifies that he/she will comply with all applicable standards, orders or regulations
issued pursuant to the clean Air Act of t97O (42 U.S.C. 1857 et seq.) and the Federal Water Pollution
Control Act (33 U.S.C. 1251 et seq.) as amended and with the Lead-Based Paint Poisoning Prevention
Act (Public Law 9L-695). All applicable rules and orders of the Federal Government issued there
under prior to the execution of the contract, shall be binding upon the prime bidder, its
subcontractors, and assignees. Violations by contractors will be reported to the U.S. Department of
Housing and Urban Development and the RegionalOffice of the Environmental Protection Agency.
Employer lD #/FlD #:
27-1850232
Full Address includi City, ST and Zi and EmailAddress
Authorized Signature:
Print Name:Title:
Page 45 of 55
94
3.
4.
5.
8490 Cabin Hill Road, Tallahassee,FL32311
46
PaulAdrianse VP
Date:
Check one, as applicable: Contractor Subcontractor
Page 46 of 55
95
Other
47
SWORN STATEMENT PURSUANT To SECTION 287.t33 (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
1. This form statement is submitted to Citv of South Miami
by PaulAdrianse
(Print individual's name and title)
For Leqacyconstructl
(Print name of entity submitting sworn statement)
whose business address 8490 Cabin Hill Road. Tallahassee. FL 32311
and if applicable its Federal Employer ldentification
not FEIN, include the Social Security Number of the
Number (FEIN) is2l:1_850232_ lf the entity has
individual signing this sworn statement.
2. lunderstand that a "public entity crime" as defined in paragraph 287.133(1)(g), Florida Statues,
means a violation of any state or federal law by a person with respect to an directly related to the
transactions of business with any public entity or with an agency or political subdivision of any
other state or with the United States, including, but not limited to any bid or contract for goods
or services to be provided to public entity or agency or political subdivision of any other state or
of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misinterpretation.
3. lunderstand that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in an federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of
a plea of guilty or nolo contendere.
4. lunderstand that an "Affiliate" as defined in paragraph 287.133(1.) (a), Florida Statutes means:
a) A predecessor or successor of a person convicted of a public entity crime, or
Page 47 of 55
96
48
5.
6.
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, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one person of
shares constituting a controlling interest in another 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 has been convicted of a public
entity crime in Florida during the preceding 35 months shall be considered an affiliate.
lunderstand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statues, means any
natural person or entity organized under the laws of any state or of the United States within the
legal power to enter into a binding contract and which bids or applies to bid on contracts for the
provision of goods or entity. The term "person" includes those officers, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity
Based on information and belief, the statement which I have marked below is true in relation to
the entity submitting this sworn statement. (Please indicate which statement applies.)
Neither the entity submitting sworn statement, nor any of its officers, director,
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, or an affiliate of the entity had been
charged with and convicted of a public entity crime subsequent to July 'J., 1989, AND (please
indicate which additional statement applies.
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, nor any affiliate of the entity has been charged with and convicted of
a public entity crime subsequent proceeding before a Hearing Officer of the State 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
puBLtc ENTTTY tDENTtFtED rN PARAGRAPH 1 (ONE) ABOVE rS FOR THAT PUBLTC ENTTTY ONLY AND
Page 48 of 55
97
49
THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE CALENDAR YEAR IN WHICH IT IS FILED. I
ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THAT PUBLIC ENTITY PRIOR TO ENTERING INTO
A CONTR IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.0I7 FLORIDA
R A CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.STATUTES
Sworn to and subscribed before me this day of
Personally known
Or produced identification Notary Public-State of
My commission expires
(Type of identification)
Page 49 of 55
98
20
(Printed, typed or stamped commissioned name of notary public)
JOYWTIIAMS
MY COMMISSION # GG 117393
EXPIRES: Jure 21,2021
Bonded thru ltobty h/blic Underfiiters
50
PUBLIC HOUSING AND COMMUNITY DEVELOPMENT
Agreement
To Authorize Examination of Records and Adhere to Records Retention Requirements
The undersigned agrees to the stipulations noted below for all work, materials, and services provided under
this agreement dated 0512312018 and/or for all other third-party agreements/contracts for labor,
materials, and services related to the work covered by this agreement for the
Brewer Park ShadesManLrel Coronado has WqiEf6fRiQuVttYonstruction for the last 18 years of his life, with an emphasis on structural concrete. I
has become an expert installer of playground equipment and shade structures.Manuel Coronado has been working in construction for the last 18
[dmufrHeilFdgnftdaldlphassrca,sandLsdlabrrcqsineealhpmttrneruhrexphorfibffll€pofimqtsd&eBqulF]ethah&thdd]strucrures.
Dade County, the Department of Housing and Urban Development, or Comptroiler General of the United
States, or any of their duly authorized representatives shall, have access to and the right to examine any
of the following records from the awardee, sub-recipient, developer, contractor, subcontractor, suppliers
andior any other entity involved in any capacity in the above-referenced project/activity, for seven (7) years
after final payment under contract. Records shall include, but are not limited to, the following:
Contracts, sub-contracts, audits, financial books, ledgers, copies of canceled checks
(front and back), wire transfer confirmations, payment requests (draws), invoices,
receipts, drawings, maps, pamphlets, designs, electronic tapes, computer drives and
diskettes, other media storage, perlinent books, documents, papers, or other records-
whether physical, electronic, or in any form-- involving transactions related to this
contract for the purpose of making audits, examinations, excerpts, and transcriptions.
The awardee, sub-recipient, developer, contractor, sub-contractor, sub-tier, suppliers and or any other
entity involved in any capacity in the above-referenced project shall adhere to the following records
retention requirements:
a) Maintain, and require that its sub-contractors and suppliers maintain complete and accurate
records to substantiate compliance with the requirements set forth in the contract/agreement
documents for this project.
b) The undersigned shall retain such records, and all other documents related to the services and
materials furnished for thts project, for a period of three (3) years from the completion of the activity
or project.
Other information:
The County may conduct unannounced visits to offices, satellite offices, work sites, supplier
warehouse, etc. of all entities involved in any capacity in the above-referenced project.
Pursuant to the contract, there may be additional records requirement not listed in this agreement.
Full Address includin ST and and EmailAddress
Print Name:
Check one, as applicable:
_ Developer x Prime-Contractor _Sub-contractor or sub-tier sub-contractor
Page 50 of 55
a)
b)
Employer lD #/FlD #:
8490 Cabin Hill Road, Tallahassee, FL 32311
99
Entitv Name:
51
Date lDescription Proposal #
5t1612018lsomn SHADE STRUCTURE Hrp DESTGN I rO+O:.SO++Sr
7.64
Base Plate 20 x 2O x 1
- -Slquare Feet = 1600
4.7 X 4.7 X 3 -- Reinf. 6-#5 EW
Reebar Total: O - # sEW Concrete Total: 9.82 Cy
Footer Multiple caps
TYPICALLY FOOTER SIZE SHOWN, ACTUAL FOOTER WILL VARY
BASED ON LOCAL SOIL CONDITIONS AND APPLICABLE CODES.
QTY Rows 1 L W H DESCRIPTION
1 1 Dome 40' X 40' X 10' SOLAR SHADE STRUCTURE HIP DESIGN
4 COLIUMNS ON BASE PLATES
POWDER COATING COLUMNS & HOOPS
STEEL COLOR : TO BE SELECTEDFABRIC COLOR: TO BE SELECTED
Design by Design for
CREATIVE RECREATIONAL SYSTEMS
PAUL STANFEL
(916) 638 Fax: (916) 638-5427
150 Adams;on Industrial Blvd, GA 30117 Tel:888-829-8997 Fax:770 834-6495
wu/w.su periorshadeinc.com Ema il : Sa les@superiorshadeinc. com
$lJPIHIIR
18.1
101
=- 7O5O
52
: S]IADE
SHAoE STRUCTUREs
Specifications for Shades
All specifications herein shall be in compliance or in excess of requirements set forth
for bidding, and at a minimum specification for products will be as follows:
1. DESIGN/PERFORMANCE SPECIFICATIONS
'1 .1 Design members to withstand wind loads in accordance with current
version of ASCE-7, lnternational Building Code (lBC), and applicable
local, state, county, and city codes.
1.2 Design structures for winds up to 150 mph with the cover off and 100 mph with
the cover on.
1.3 Design foundations in accordance with ACI and applicable code and good
construction practices for the specific structure and site conditions.
1.4 Design covers for easy removal and replacement.
2. FRAMING MATERIALS SPEC!FICATIONS
2.1 Tube and Conduit tubing conforming to ASTM ,4500, galvanized.
2.2 All tubing shall be pre-cut to appropriate lengths, and where applicable all
outside surfaces shall be galvanized, with an interior corrosion-resistant zinc-
rich coating. Where required, support pipes shall be schedule 40 powder
coated. Allfastening hardware shall be stainless steel
2.3 Powder coating: All powder-coated parts shall be completely cleaned before a
pretreatment is applied. Powder-coating shall be electrostatically applied and
oven-cured at a minimum 375 to 425 degrees Fahrenheit. Polyester powders
shall meet or exceed ASTM standards for Adhesion, Hardness, lmpact,
Flexibility, Overbake Resistance, moisture and ultraviolet rays.
2.4 Structural Steel Cold formed HSS ASTM 500 GRADE C unless othenruise noted
2.5 Structural Steel Pipe: A53 Schedule 40.
2.6 Structural Steel Members. Steel Plates ASTM A36, A50 or A572.
2.7 Bolts, Nuts, and Washers. ASTM 4325 Galvanized and A316 stainless steel.
All Stainless Steel bolts shall comply with ASTM F-593, Alloy Group 1 or 2.
All nuts shall comply with ASTM F-594 Alloy Group 1 or 2.
3. REINFORCED CONCRETE SPECIFICATIONS
53
SIIADE
SHAoE STRUCTUREs
3.1 Concrete work shall be executed in accordance with the latest edition of the
American Concrete lnstitute Building Code. Concrete specifications shall be as
follows.
5.1 .1 28 day strength. minimum 2500 psi
5.1.2 Slump: 3-5
5.1 .3 Portland cement shall conform to C-1505.1.4 Aggregate shall conform to ASTM C-33
3.2 All anchor bolts set in new concrete (when applicable) shall comply with ASTM F-
1554 Grade 36 or 55 (galvanized).
3.3 All non-shrink, non-metallic grout shall have a minimum 28 days compressive
strength of 4000 psi, and shall comply with the requirements of ASTM C109 when
applicable.
3.4 Poles set in concrete shall be sealed water tight so that water does not enter
where the poles insert into the concrete.
FABRICATION SPECIFICATIONS
4.1 Steel Components. Fabrication of steel components shall be in accordance with
guidelines set forth in the AISC steel design manual and the AWS code of
structural welding.
4.2Welds: All shop welds shall be executed in accordance with the latest edition of
the American Welding Society (AWS) D1.1 specifications. All welds shall be
continuous where length is not given. All welds shall develop the full strength of
the weaker member.
4.2.1 All welds shall be in accordance with manufacturers design and
performed prior to shipping. No welding shall be performed in the
field.
4.2.2 Grind all corners and sharp edges.
4.2.3 Steel to require abrasive blasting and primer before application of
the polyester powder paint finish.
4.3 Powder Coating: All steel shall be painted with one shop coat polyester
powder painted to a minimum thickness of 3.5 - 4 mils.
4.4 Frame Colors may be selected after bid selection.
4.5 All products shall be shipped in its original containers, packages or has the same lot
number.
4.6 Contractor to return in sixty days to tighten all cables and bolts.
54
SlIADE
SHADE STRUCTURES
5 SHADE FABRIC MATERIALS SPEC!FICATION
5.1 High density polyethylene fabric with ultraviolet blocking additives.
5.2 Shade fabric is to be fire resistant
5.3 Fabric is to be knitted providing stability and fraying resistance when cut.
Fabric is to be fabricated with monofilament and tape construction for
additional stability.
5.4 All hems, corners and seems are to be double row lock stitched using exterior grade
UV resistant sewing thread. Fabric connection points & cable exit points to be triple
reinforced and heat sealed with vinyl interfacing inserted and sewn between layers
of reinforcement.
5.5 Shade Percentage: shall be a minimum ninety (90) percent.
5.6 UVB Block: shall be a minimum ninety three (93) percent.
5.7 Fabric color to be blue. Shade of blue to be selected after bid.
6 CABLE FASTENING AND TENSIONING MATERIALS SPECIFICATIONS
6.1 Fastening and Tensioning System shall be quick and easy.
6.2 Removal of the fabric shall be quick release to remove the fabric covers easily. No
special tools are to be required. A standard wrench shall be used to loosen the
turnbuckles.
6.2.1 Wire Rope shall conform to AlSl Steel Cable Manual requirements with a ClassA
galvanized coating or approved substitute. ASTM A603. Cable shall be IWRC improved
plow steel. Aircraft Grade 7x19 core wire rope.
55
SUPER
i,, i li I".i
toR
Superior Recreational Products Warranty
Limited Warranty: Product
Superrcr Recrc:airotrirl pr.:;ciu(.1: l:-:RP ,.\,i:ir(i:tlir, Il,,.tr i'i:, t;.r),
itf matef ialis atlci trrOrktftdflsilLr;r:,'"r,i,li rr r ittcii|'ir:ir .,,i:ii.::rii
below frorn fhe dntC'-r ltr',orCu cr,L1 ul .-u:i?p ii.:tr L]]tj(,rr Daia
oniy if the product has Deeri a:ls!cmLllLrcj ;nij ,rlsi.iiiair :lr,.ii
rnstructions prcvtded by S11F'}. glcr:ci i:r.rls1r.tctii,r'r Dr.la,: i.-.:,!,
normal use and expcsirre.
.rL,r" 1
"r;ii
i.:i: :tila, i,tll j,.:it:CiS
, ,,,1 ., :.,.rr:-\ ri,,il
r ir'. illl ilrr:) !",,ari-rrilty rS irl Cf fc.Cl-
r/ ,r aac0rLl;rnite wrti:r lht setup
; ft ;t It <t :, i.l r ar r: :, i-, i--l e C t ed O lr I jr t o
Liietime' Warranty on pla)VClrotrnci sIi:ci 6;r, i 1sa,,,clcc !lo:t!, ,,li
c-iine ittttngs. anal .tILrlllrir,.;ilr rlr)if i..ri,,!
l5-Year Lrilite cl Wai'ranty Jl ::)i.t5rr,roLrrral t.,rt)i.!., ririr.]), r{rirf r:, r,,,1{.1 r.lil':. r'Oi!)-nlolcl[]aj
plastics, HDpE Lriastic shcet!, iiLif rtiicct :li.:r:r ijr:i,k:. JilLi rr!yl-iLti-; t-tta!,r
2a-'/ear Linrited 1,y3s1;rrt! orr 5te(, Str.:cje :ji.rLi.il-o)
lO-Year LimiteC V\/erranty on Sittlrtcir StrL,ct.,rd:i
'lO-Year Limtted Warranty orr Shacl€ F;orrr:
5-Year Lrmited Warranty cn Slle r\mcititlo:, ('i;r-ric5 .rrl('i |relri
l-Year Limited warrantv on rTrovrital Dctft5 cltrrr:I<rlctlcrl5; !i: !.JVc'r.ccj abova)
The Lir-nited Warrattty cxCiudts,.iitrrJrr,'r.ji ,.r; ,:,1 |, r'lLr,..,,titll;t.ri:iiiIy. Lo!i]t{:llC clc|cct:
suCh as scratches, Cent.s. lr)c-irlilt!J, !inpp]llg, pvelrng, (]r iaciiirr-.1 ,l-rrr,irte u-ir 1!, rr:orrcci
installation, vandailSm. lfliSr;sc, aC(]lfrle,r1 vrear;t:cr leer lrarir ira:rr]-t.li r.rse, expOsure lc
extreme vleather, iml'nersrorr in s.:it,lt 6iri6,r11r.' \'..iL-,, ,l .Iil.rq.: alr-re to a;tr-rc. saii 5prr-r!, cr
other abrasit'e and Corrosr/q lrLrli-ri(. 1 ,.1-,r1.rIi];li.a,'lal .i--ilalrr 1.:- l't:a:iliiri-,,ii:.)i-i, ,:iDnOnTlati ;tSe
Or i.lCk cf rl.l.rrntenonCe ;he lvarr(tr;li/'a.l()e5 it..)l .-..t,;€r ilrlil'lti(l(:,, ,;.ti la. .r. ti , i L,rlCi titCit
and windstornrs.
',,,0 332 6b60
1.8AO.121 8114
l0:0 ColLrmDra )rrr,rr)
Carroiitorr. Ct A. 34117
5
56
SUPERIOR
li prootict ntS nade *ullr,. dlir ':,1.r. .!:,,r.r,. ,,* , ,.r'.r.,. .r l'
shade fabrtc ts reqLlirea-i v/lri::fi ar rt!ir r-ra-.(.ilrr, !i:rr iri?'..i r j r.:,:;(;,.,ii.
ln the unlikciy cvent oi f aiiLiro SilP rel;,rivr:s rrir.
contributrng factors to rr.:ctrfy thr,cuit,,llt)fr rn(l
SRP has the optioil lC) r'eparr cr r(-,1-)i.,1L,. ;;ry q.]r.,rL,
| ,i. llri lt) ii;Ia,i f lt.. ai("),rJtr t..Oict. .ri'
i I ii I o i ) r{-)r.; i' ll 1-, t r t ',, i . I l- Lt l'at iii () l. a u r rc n cc ( s)
'(,: :r:lla1.i:r.ll!
The w.:rrarrly is r;oict
the procluct without
ri elly Cl^i;lr1!jrr!, i r'1,JCl ;i l(-ait
tne !vnlten corrscrr'i or 'rr-rr:
:tl:, .riiritirot'r!
: rr'l.lriti i alCiLrl :,r
SRP exCit.icle 5 c-lll! trnplrecl vn,lrr:llli'y Jf r111'r;.' r,1 l.ir 1 . I rt'. -.. i.rr Lr,.rr-l)(-):i.-], ctrrcl litCre .trc It,)
warranties whtch eXtenCj bt;olti ll'le 0Oiar!1i,.".r irl lllit iaac i'r91i-,si. r,']|cjer'Io,-rt-Curt,lstaflCaS
wlil SRP be responsri:le for arty trrdrreci, Sp,,,-;-1r Lr',-.r-que-rtt.-ti. tlcr,:.leiriai, or tiqLirdalr.cl
clamagles due to breach of warranty ar.d sr,rch ciirilrarqcs i:rr::pecriicillV,:;<ciiiCed tronr the
'n/c-]rrant'1.
Tlre owner shail nctrf y 5RP wrlh oi',c;llr,,ri :rr:tt:s .,rrr'1r'- i"iL.rrtroa'r tssi.rii(j lritnr -Sllir lo o, r..' !.-. ',,"
(r1 ilrspcctron vtithin 3O ttays.rftt:r dr:,r-trvCrV (.)i,rly al{-.{(,,-ri Lil1ili,i llr;s i!,rrr;rrriy alcl br:fore
any .llte ratiOn Or repa:iil" lS rlr:-rd(] ui al'.ii'llli-,iaci. 'lrr.. L rttliitfl \,:!31'1;1r1ly si:.il bi,' rlt.lii nr't(1 VOi(1 if
tlre ourner makes anV alterati(lns 1ir cie5rcJrl
No stgns, o[]lect:, ornafirr.nt!. iar..,, itqrt:,. ' ,l-.r.:.-. '
part of a shac]e strrCt,Jre L.rnles: :1.,-,ccrliit;rlr'', arir:,ilf-rcit
Thesc. ite rns nray rnlerferc y;rth ilrc fcttrir-: .-d,.,i,,i r.l irrr
This warranty ts the onlV express !r,/r1i'ri1nt5' !lr! Ur, rly
to change or add i.o thesi: cOlr!ratrofrs.,rnct ii.,irri,tier!
determine whether the fault t! ci.r11:i€)(:) i.,', r",rr,r*ri ,.ir:rr
cicf ect rve.
. l-r(; i-rr.rr.j ironr lhe top
ilV il 11 fl1.;flUfaCtUrCl.
v.Jill.
I l-t r. ;o nr p,,'r 11 \, I't c D e r :i o n h a s ;: u t lr r: r r t y
'r-la i.ilrl'1p,:lrly' l'tlSeIve :,'!ile riqilt iO
;1'-.111;.i'1I1.r. I'Il.ilrtl'r..tl. at l:l-tir palrrI tnat iS
:0 !t12 6660
: .841 32) .t"17.1
i0i0 Colrrn'rbra Drrve
(-.rr0lrtor. aA 3Cli7
c
57
Limited Warranty: Powder Coat
Stipertor Recreatronal Prodl,cts i.:fir,,":,_t i)-..,r:,:r
origrnal prrrchase r. Thrs Lirnrte C S,/arr.irti, : it-,r
f rom shippr n g, t,rectiL r r, vcii ir.tcrt, :I lr. :.r.,., r-t {- I )'i :. {
iirnitcd u/arranly air(l \viil r-ui-i!.rr-c irg111 11,.11i. ,.,1
owner mLrsl report ail/ cel.at r:l i,.o\\,(ri-.r..-ual.:rl lili,'il,].jr-,ii',Lr fl!i.ii'(.1lifll
COVereCi by thiS Lrnrrted Warranly are il(-Lttr a:n,-,icS, r/ciLl5. an{r eit,-l pl.tle
.:- .'').t1.ii-r! .c'r tht)
Dcl i1r<') !Jr) rccu rri n !
.,:o'..-.rL'al r ir litt :,
.rli,r i irlre ,:ritr:r Ilrc
i1 . c!'rDictccl. Not
Ihe Llmrted Warr..lnl',; iOr f;Ow0<-:r i-ali:iirr-,ij Ii:Orri(.1,. ':, lfr{,' f,::, ri1','rr)!t.tir,er-,t i) !'eiilr trXpOSLlre
periOd When applleC aCCOrCrnq i,) Iire i;,.Or'rI'l-ri:ir':,tiii)ir-'li:irjil (,i: it;t, Dr::C,i.t:, ieCfl'rrC-tl
data sheet ancri approf)ildtc 5L[tacf f)f i-]Lrrtr.r, !(.r..:-,!,rr r.ri,r,,aci:.
' The coatings shdll relait) their ortqrn;ii r--oi,.)r,",rrtlr a \[ o1 <,i.5 irr.riis ii:r-hri;i; cltroma
COiOfS (yeilOv"'S. fCiiS, Or.lngC!, tliC r.rrLi ,:i r: .:i"::,..: !l:,15 ir'-]r lO',^,,i.:ltrijtTrrj C(,lOf :.. v"l).rn
tested in accorclancc y;riir ASil"1 l-,::.1-.1
. Tlre COatllrg Shali rel;,,n J rnrr nr[,,r-, ,-.i iJiJ,,, ,)1' ri: ii-;,;iia] giai55 ie!,c-i ;ilter',//iShing. !^lhen
tested rn acccrdance wrth ASI l"i D ',-i:li
. The Coatrng Shail exhibit chiiklnq frC',roi'S(: ifl(i|,rrrrIi.i'iit.ti raltlrq ci o.,;;heil ev,tiLiatecl irt
accordance wrth ASTM D 653-BC
Stainless Steel Series Powered by Playdale Playgrounds
Playdale Playgrounds r,varrants its rrrorirct , t ,'l,r r'l,Jirr , Lrr5tofncr to l:c ircc irotrr
strucIural iailure cluc to icfecl: ut rT]ar'.anlt:, fi ,.'cri.rria,lsilri.l ilLr , ,r-r'.L,n;.); ir>i ,rr,cl
rnstallatron in acCord;:nce v./itii lite 1-,.ui:lrsireJ:,i)!-,-rl:itil'i;orit:. lirc',,;irr,trly ShailLoiltirence
on the date of the irrrrorce Jno tci-nrnaie .]l tire ei-rJ :i lile Oenocl orr ln€. i'uii vi.]rranl\,
statement. Jhe warrantV rs vtllicl cniy ri Ihr DralLlr"i(t: rif-o iisl,riteo r,rroo(:r'iy irntl rn
ConformarnCC of titc specrfrcatron5 in,\l;)i ,.ttroir ,.ji,ir''i(.i:. irl.ir,ll,rl.: !l.r,,,ilIliI-r.::is dt:,rqn i;ryoul,
Instai latior"r lrlstructrons,
tl i)r'.'
0rll.,
, 'ii)f
,10 8-i2 666C
1.?,C{r.327 87}4
1050 Coiurnbra Drrve
C.irrollton. GA 30,]17
58
SUPERIOR
i,, i ,l i.,l i i
PIayd;rIe PIaygroirnd5 r€SrfVC:i Ii.e rr-',rr Ii.) .lca-,:']lJI
PlaVdale PlaygrcLrncls will nOl it..(-eilt [he irii,r l] . :
Playdale managerne nt.
Traditional Steel Frame Shade Structures
Thread shall be 1OC9t, cxpalijeci PTIF: iiDer il)ii
carries a 1O- year warranty. Ti'rrs w.:rr,irriir:s i.lt:i
in tt-.taterirrl and workrtrai-isitip il'rc.t u/viri ir()i i-re i:il
vnate r. A i i o t n e r r.v.t r r;r n I, i e : at le d i i. c i it, r-r I i-a'1.
''ihe coicrs reo air)Ll i'eitaw )r(! r''tl;tt:)iltc,c.lg;115: ., ,'lr
of the iabnc are cqLilppecl v;tth i:t;t!'; lta;u.r.! i,'; :,a,i.i.ri,
atlll f;tlsrtt. i loiit r))ttsr be i.,)iaced ot'cr't,.la.lt Lt.).itt.t i)t).-.)ii
FabrrC curtarns, valences, or fl,;t VCr'ti,-:,ti p.lirei..,,
Fabrtc rs not warranteci \rihcrt rt r: tn5lal;ur'l
lry SRP or rts agents.
This warranly strali 'r:c v,r:rcl ri iierr',,tgc r
contact with cnemic;rls, Chlorine. i,rit--.ri
soivents, r'nrsuse, vanealisrn, or;ny (,icl
the wind ltmitations set fortn beio,,v
rr: t-tl":Ci. ,:)l-r y ii ciil'll rl-1 ..'Vl'iOii i-rf tn Caf i.
ir r: !i ll rOrJ ii i- t ..'n r i l t o i_. I f-1 r I . i t,t lJ ll rovar i ll y
r:, i)r.Jt !,i.rcr,.ii! ;ir
llr(l :0r; I rl!:j i i :f erir.j
lll.l..j\ai t,". .:x l)i,ri -, l'
SRP fabrrcs calrry 310-'year lrnrrtecj rtt,tftr.tlir(. llr{trr ., i^;ali,inty tir:,rjr iitri Ori'.c lti...jeilverV
or discoloratrr:tt. ShoulJ titr fabrri- riL.j(i l. '., r,:1.,.r. I !.r,r-1..., iir,...,.!.rif rii,riy. SRP,,^;tii
manuiaCture anCi Sirill new labric at no,,"irar!,,ic iof'titr lrrit jtr ic.r's. itrirrccfter flro-ratCCi at
l89zi, per arlnUm cver llte rdst lorir Ve.trS
)l -)i'ti' :'.,'r
.:;t,,t,1 Di_j-\
)t tl),. l.Ji)rii,
r,..: |, t i e., t i- t t.t :)
/'/till.ji)t\'|:,
) r,C;r ) tl !i"'a ,-t;rner>
..j^'r, r;.r:, :jOIll alla' 5-f/.-!l)
';.t Li.
l..t rl : g.r inat !,,'.trranty
0r )iJ i t,ti:rCroLi enal llL| il
., r.,t i.-rti,it,., l!, iir{- trirar-ti.t Siii-i :_.1.UrC iS:-aii._i:Cd fly
illll!1 :Ljijirl) r-r.rair;,,larf-iJi,il: 0r. l!i(Jt'oiilriro I - --]lt.-rnlrlE
ci GOCi. f-rclr,rlrng bui frOi lrrnrleC lo v'vrnd rn excess Of
.r;0 tll2.o660
1 84O 32i 4114
l05C Coiurnbra Drive
C;rrollton :A l0ll7
59
SUPERIOR
All fabrrc tops.rre i,l'arrantecl f cr s!.rsi,rr-,e.'1 .,.,rrlr
gtrStS ol up to 3 S€COTi(.i:: aiUr'.:lliof rtil..: t0::(lrirrjr
damagrnq wrncls ;rc caljco ior :.,1;rr:taijct llr.t(., t.)
bV t h i s \{i a r ra nt y. r-l a n i: I,r t c s s f-i o Lr i t j iJ L' :'r) | r r, - v (, -.:
Thesc str,,rcIurL's ira';e bcc.n c1e :,it,;r:i,,.i , -, :... , '
faDrrc. Tire warranty wrii lIerefor'? iic /,OiLtL..i rl
is made to tne rafter', Cror:,s pteC€ri" or r'ro.-Jit ui.l
are r-rot secLr!'ed arccorCingi_V
Struclures are ivarrariiec-t for'"vrrrLls
ars oer requirerneni set lortir dbo,",e
be performeo by a qi-ralifie0 persor-r
'l ! t, l-. i ( ) .,'c t-t-'l 1.-,. l I i l l I t r r i..1, r,, 1- a',-
ii ri ill i:,,,.t i ol 1 i r i.' ::, i r (t at tr r,l i,i r I I
:,iIi-)r,\r Ill(1.,r:i- tr- f_' ilIl iIi'ijiIjiiiIilll
l..l ' .j:': ' ., l :
C'
r, lfi!.ir.;ir r',r,1,"1-'i,:' liri-, ';tlf.t:r., aarCi ilrc
r'l,,r,i ll-('ii ,.,rll i i,.rrrli\rt iii !,, .ri 1:ef ttl:tletlt)
r' rl lle i.r:.,1i:;trlf r.--l ,:t-tp,.ir,tl;S Or CAnCpV
oi ';i1r:1i, /(:;,1l! a.,1iJirill5r ia]IIi,rre due i0
I.ui r i.l I I I i )r i j.'/'v c t, k |) I<1 I is I I I 1 ) t.S wd f rii i'tlcd
l:r
ii
: t) :rncl lor"
|irqLrrrilci ri
r'tol- aovt,ie0
The structuri,tl steei f rarrtes clr€ irrlVtt eo lar :r i-r,.:)t r-)(1
rUSt-Ihr()u gir corroston Lr nder roill lri i Ltrl\, I ri.rt I | ; ()! I iur
for a lteriod of f iv,e years.
,.1,,.
li'
rrli5
'l1; iu llil l:tlilr r',1,, rt :ir
r1 1. l-tt liiutri. ir;iiiLl,'i'tl.Ji-.
or ;Lrthorr./eal i.-titnl er
,ir.1,-t .-iitrLrDlt,r. l'1at,r{_, DcLlf ' reDlove ci
li i:: i-r I i,:,' r.r i, i Tr U r'e - | ll :L it ! i a t i C; I ltr,.r -, t
Tlf rS Stgeri waf fJr-ltV Shali be \,/Craj it ali.li)ti:,irir i.-. :r, , '.,ar,.i-'r ll'-.rt t: l!, ; -riSi;'ij tt\r r.,iti ,t't:tilllr)i Or
frotrr nhysrcal dan1aEe danlage Lry s,rit :iiifi:l'.:ir':i.)r f licr i,ys.tilf-ri:. (-i-:r-ri:ii.i y\,ttn chernrcc-ils,
chlonnC], poilutlon. tllsrise, vandiiil(.nt, or.iny,1i-r Jf Goi.
Aluminum and Steel Frame Waterproof Umbrellas
AithOUgh ali alUtnirtUrll AilCi Steer lt.(-ltlli: /.,alrtatrr0a,iL.;irrt-,ia:ila!.if'Cr,-Jil:,tqilCr-j f:: wititsifnd
high wrnd srleecls and have beer engrriei:r'q:Cl i,.':-l--,(-i r:t .. nii !lfeec^: !vl-rtcu exceec 7o rnph,
SRP does not reCO[ntllenC Cr \,\.1;r,iir- t ,-r i.-idpriJfTti,.i'']l cf r..isii, lri,1n,,, aoil.lL,-:.tiflrt LrmDreiia: rt-l
wrtt<J conditions whrch, ejxC€-.trd 4:--- r'rlli'i.ji r'., . ..' '. r- :;r.,, 1,'.. rtlr ..r,:!,rl|,.tieit ,.:r't:.j atLrOIo\./eCl
rn wrrting by qttelif teCl 5RP t-.r,'c;tna,.'f !. .1.)rrlo:'r r. r'rl.l',t1 ,atc; i,;1ii,1i:.tt.i '..rrlit l;iiii' ., arlrjtti(;lal
;r0 8i2 ob60
:.84C3218-l r-4
1050 CciLrnrbia Drrve
Carrclilor CA 30117
60
SUPERIOR
:1. l,i,;
aCCording tC manuiaci!ire | 5 ln-.;i;ilatra,r rn:riiui-[]ot j:. \rlin ;r 11r,g1 | jr'ti-:f.)V ;jftt) ititrt-lt CC)iL]n"ln)
lO an dpprOVed iOOtel' ()l artll(,r alill.)r(.)v,:r.i :tri)iri)1 iitl : ,,it( rll iilP '1.:i-,:-,lrrj-r(.rrirr ilt.lt atli
retraCtable i-.illtilrelid!i bc reltircti . ti,r.,ri ,.',rit..,r ,riti , r.i!1..,
SRP's Cabanas are aesigrted to \,(ittltslclitrl l'rlql".vtiral :i;et,.js,.lru li.ive gitel crlcjrnee1ed,,
t€tsted in witrd SFleedS wniCl-r e.rxCLrrtci :JO r-llit !:Ji1q.,-.;:r .:,i.lf,,-i(,r.r. i,.jl r(.i-oilit't(:l]d lhe.rS€l Ci
and apprcved ln wrltlng i:y qu.-:lrfreal SiiD i:,lLtl it(rii,,': !,iiP.. i..;: r.r.tI\ \,. I rtr ,, -.-r,:r C.rb.:nas
that lrave bcen properly sec:ured t0,t|,,tr,pri.,1..r ;a,i)[(]r .,1 L)Li{:r r}ti)i.rr-riit-rc.) i/s'acrI
Waterproof Hypar, Wavecrest, Panorama, and Custom Structures
SRP's fixcd walerpruof strrratur(,':, irtr nvir'l-ralrrii:at l.ti,,,r:,:itritccl .rilti! rt Ir io ,rl f r-rljh
(Hurricatle Force 1) end fcr gLrsls..Jf !lfl t.J -i sci:trn,.j ,, ijrr-Air-:r: :-1it(.i Lit.i ic,9C r:plr Rerlc',ral
Of the Shade lai:rrc lS i'eqrrirei I rlanr,i.jrn,j v!rnd):.rrtt (.rlleci ior. ]arri,rcl.l riLto lC rrrow Jr']C),/
or 1ce accuml,riatron is nol coverec il\, i.ill., i rr i. 1 , ,. . .r-oL.t--.- :.1:,Jl-irC iti: r,.intcvecl durinq
the Ol"f SeaSOn SRPwiii Olliy r1v;,111,,11t1'f r...r,-,::,,,-.r.|..tr(.,..,:)tr,.r ., 1,.i-!,t(.-rt1 .tioott,.
clcccrdlng to engitre erlnq airc,! r'tt)\. t',, 'ri.)flr'oYl..:i i .lr-t. i-,,:Jri|l.j :,v:.iijftr.
FUi'ther. SRP Wtll nOt COVer alny Cli nt;lU(l i() itity' i-rtrlt-)ri.rri.j lr,t||r.r. i.-;ir,rl!)!.::lir::1C.1C, Or bi-lS(]
clevicc wilicir occurs a5 a resLril o1'corIeci \,J]ilr iitr, ili'oLirrat Ji ii|l_/ |-]tirrr iorci:J:l ()iJlrCl
inciucltrtg clainaqle',/,/ilCil Lrca!rs ris n ie s.rll li :i,i.riicl ,llL1 ':,e\.,:ti; wgii"{:,r {t\,irt'i! or {lr-l:rL.f
extreme acts of natrrre
Please contact SRP Crrel.:ilv li ri.:q11gi1,11r,r pt.)ci.-,c-".,. ,!tr.-1 i-it(-r(ii.1Iri:!r iarLrf,al.li or)! r,o Cc
Warfranted in SUSiatnel w rrirc,Crr :.! ;,.'r- ,\n,flr rr\(:rte.t ili.'.,;,.111.1.1 v';trii.)fttt'::. f,e. eitCli mCClei
i-r0 i]32 656{l
.,.843.i21 8174
1050 Columbra Drive
Cclrrollton. CA 30117
5
61
SUPERIOR
Pricing Policy
All prrces are F.O.B f;ictor.tncj iio rr(ii trralitckt fit;i,iht rrt:r,.rll.ti,r.;i-
SUrfaCrng, Or appiiCabie taxes. Ai: Oi-ra,::i itsiC{l ,,^rr.)rr: r ltii]rI rrl iilL
[J.S. currency. Prices are sublccl to i:1r,.-ng,r \\,]ti'r(ri,I:,i,rtii_r
:: il i 0irr r'rij,:l rt a hatnCl i iltq,
i-r:ll,; Jl l.I i:1ti|]cj cln(l in
Cancellation and Return Policy
.TO view oLlr letLirn UoiiCy pieasc visit jr-rif [:f r(.)t'r!.-1-r](riir!i.ltlrt.-Lii.r(il:..-i.lrr. r'rti,l ir-\. For
lnforrrratiorr on Return Materl; AJtne.':,t.rr.rL)r-,:r. i.:rir..:r:.t-, ,,..,i I r,f ,J .:-a-l d,.;;r, I
Shipping Policy
To view our shipping poiicy, please'/l:,r: r,.rflcrrnrf(:ri',:irlt()r'ilriftlr,,j..,,:.t
lnforrratiorr any furtir(.-.r |lrforrnatror f] ita)sc ...ri l ti-i..) .1,2-,t?'l l!,
'For the purpose of thrs w'orranty, tif ctltl)i oi r(.'o/li
seller warrau ls fo i fs ortgtn;itcr/.tfarir!i', f,:r ,;:. iO,tt)
.r/rd ai.se-s the proctuc! fo!' !ts i,,lten(1r,d pr rlpi.'-.:r, fr
defecls tn materiaIs aricl nsanul;ti.It;riil(.; //tri':,):-.:
caused b., vanLl;)ltsir;, ,,lrsuse i)r .tl)t;.:;\:).,1,/icr-ar(r rrj i
scralcres, dents. ar i,.tcling or',,te:ttlte rir)!J ci,'rIl I
if Ihe structtr,/es .r/e tnstaliecl tn confor,-rit.,t r1111i:
P r o d tt c t s u s t D g a p p r ov c c.l S u p e r, c:r liecr r.,rlirtr..-r i
tvill cleliv.:r the rcp;ttre cl or re placcii)L:.ra i-',i,,: ..)r ,i:.i.
resporrsible fcr iabc:r o! rre /(rilor i,oiri i)t t i.:ptii..
,tlsplicablc v/arrantj/ ptrtoLl Lrro (?r.acir,!, jr)reu f r,
/tr l-rl oool-
r ECC 327 8774
1050 Colirmbra Drrve
C.rrroliton i'A iCl't7
5
62
Member Name City of South Miami
Bid Number
RFP-RFP PR2018-09-0-
2018/SK
Bid Name
PURCHASE AND
INSTALLATION OF A
PLAYGROUND SHADE
STRUCTURE AT BREWER
PARK
10 Planholder(s) found.
576 NOTIFIED
Supplier Name Address 1 City State Zip Phone Attributes
Bingelectronics 10795 SW 108 Ave #207 Miami FL 33176 7863954281
ConstructConnect 3825 Edwards Rd Cincinnati OH 45209 8772271680
Construction Journal, Ltd. 400 SW 7th Street Stuart FL 34994 8007855165
Creative Shade Solutions 719 Wesley Ave Tampa FL 34689 7279473067
Daycoven Constructions LLC 13035 SW 132 Avenue Miami FL 33186 3052354340
Legacy Products Inc 3791 SW Pierre St Topeka KS 66617 7859920367
Play Space Services, Inc. 3125 Skyway Circle Melbourne FL 32934 3217750600
4074010031
1. Small
Business
9547550661
1. Small
Business
Link Systems LLC 292 Tuska Reserve Cove Casselberry FL 32707
Industrial Shadeports, Inc. 1975 NW 18th Street Pompano Beach FL 33069
FL 33142 7865545595
1. Hispanic
Owned
4 Document(s) found for this bid
Awnings by Design, Corp. 3945 NW 32nd Ave # C Miami
63
64
65
66
67
68
69