Loading...
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