Loading...
Res No 110-23-16043RESOLUTION NO. 110 -23-16043 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHAS E OF SENSORY PLAYGROUND EQUIPMENT FROM REP SERVICES, INC. FOR MURRAY PARK; AUTHORIZING THE CITY MANAGER TO ENTER INTO A PURCHASE ORDER AND/OR AGREEMENT FOR SUCH PURCHASE; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DA TE. WHEREAS, the City of South Miam i (th e "City") see ks to promote an in clusive env iron ment w ithin the C ity 's park syste m that acco mm odates ch ild ren w ith d ive rse abi li ties and senso ry sens iti viti es ; and WHEREAS, in furth era nce of th is goa l, th e C it y d esi res to purchase certain senso ry p laygro und eq uipment, in c lu ding a Xy lo fun Pan e l, We -Saw, and Chill Spi nn er (the ·'Equipment"') for Murray Park; and WHEREAS, the C ity w ishes to purc hase the Eq uipm ent from Landscape Stru ctures , Inc. (th e "Ma nu facturer"'), w hi c h manufa ctur ed th e ex ist in g playground structure at Mu rray Park ; and WHEREAS, Arti c le Ill , Sect ion 5, of the C ity Charter prov ides that a ll purchases in excess of $5,0 00 s ha ll be approved by th e Cit y Co mmis s ion afte r compet iti ve conditions have been mainta in ed and competitive bid s sought from at least three different so urces of supply , if ava il ab le. w ith s uc h determ in ation to be made by the City Commission; a nd WHEREAS, REP Services, In c. (t he "Vendor") is the excl usive representat ive a nd local d istributor for the Manufacturer·s Equipm e nt in th e State of Flori da, and. therefore , the so le source provider avai lab le fo r the Eq ui pme nt; and WHEREAS, the Vendo r has prov id ed th e C ity with a pro posa l for t he pu rchase of the Equipme nt in the amou nt of $25,229.50, attached hereto as Ex hibi t "A" (t he ·'Proposal"), and a Page 1 of 3 Res. No. 110-23-16043 sole source letter attached hereto as Exhibit "B" confirming that they are the sole source provider for the Equipment in the State of Florida; and WHEREAS, the City Commission desires to approve and authorize the purchase of the Equipment from the Vendor, in an amount not to exceed $25,229.50; and WHEREAS, the Equipment will be installed at Murray Park by a separate third-party vendor;and WHEREAS, the purchase of the Equipment will be charged to the ARP A Account Number I 21-2000-572-6550, which has a current fund balance of $4,360,613; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Approval of Purchase of Equipment. The City Manager is hereby authorized to purchase the Equipment from the Vendor consistent with the Proposal from the Vendor, attached hereto as Exhibit "A," in an amount not to exceed $25,229.50, and pursuant to a Purchase Order and/or agreement approved by the City Manager and City Attorney as to form, content, and legal sufficiency. The cost of the Equipment shall be charged to ARPA Account Number 121-2000-572-6550, which has a current fund balance of $4,360,613. Section 3. Implementation. That the City Manager is authorized to take any and all actions necessary to implement the purchase of the Equipment and the purposes of this Resolution. Page 2 of3 Res. No . 110 -23 -160 43 Section 4. Corrections. Co nform ing language or technical scrivener-type correct ions may be made by t he City Attorney for any conforming amendments to be in co rp ora ted into the fina l re so luti o n for s ignature. Section 5. Effective Date. Th is Reso luti on s hall become effect ive immed iately upon adoption. PA SSE D AND ADOPTED th is~ day of September, 2023. ATTEST: READ AND APPROVED AS TO FORM , LA NGUAGE, LEGALITY AND EXECUT ION THEREOF OL-- WEISS SEROTA HELFMAN CO LE & BIERMAN , P.L. C ITY ATTORNEY Page 3 of3 APPROVED: COMM ISSION VOTE: Mayor Fernandez : Vice Mayor Boni c h: Comm iss ion er Calle: Commi ssio ner Liebman: Co mmi ss io ner Corey: 5-0 Yea Yea Yea Yea Yea Agenda Item No:4. City Commission Agenda Item Report Meeting Date: September 5, 2023 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PURCHASE OF SENSORY PLAYGROUND EQUIPMENT FROM REP SERVICES, INC. FOR MURRAY PARK; AUTHORIZING THE CITY MANAGER TO ENTER INTO A PURCHASE ORDER AND/OR AGREEMENT FOR SUCH PURCHASE; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (COMMISSIONER COREY) Suggested Action: Attachments: Memo-New_Playground_Components__qp_.docx 4763749-Resolution Approving the Purchase of Sensory Playground Equipment - Murray Park - Rep Services Inc..DOCX Exhibit A-Proposal.pdf Sole Source Letter 2023.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:September 5, 2023 SUBJECT:Procure new inclusive and sensory play equipment components at Murray Park. RECOMMENDATION:Pursuant to the request of Commissioner Corey, the above- referenced subject matter is submitted for consideration by the City Commission regarding the purchase of new inclusive and sensory- diverse play equipment at Murray Park. BACKGROUND:The proposed project entails the procurement of three (3)new play equipment products: Xylofun Panel, We-Saw, and Chill Spinner. The purpose of this project is to further promote an inclusive environment within the City’s park system that accommodates children with diverse abilities and sensory sensitivities. The new additional types of play equipment are designed to foster meaningful and engaging play experiences for all children, regardless of their physical, sensory, or cognitive abilities. Landscape Structures is the manufacturer of the existing playground structure at Murray Park. Rep Services, Inc. is the exclusive/sole representative for Park and Playground Equipment and the authorized local distributor of Landscape Structures in the state of Florida.Refer to the sole source letter attached from Landscape Structures. The aforementioned equipment will be installed at Murray Park by a third-party vendor, contingent upon approval by the City Commission. Project/order lead time is approximately six (6) to nine (9) weeks once the vendor receives a purchase order and color submittals. 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM VENDOR &EXPENSE:Rep Services, Inc. Proposal/contract amount shall not to exceed $25,229.50. FUND ACCOUNT:The American Rescue Plan Act (ARPA) account has a current balance of $4,360,613 at the time of this request. The contract amount will be applied to account number 121-2000-572-6550. ATTACHMENTS:Resolution Proposal – Rep Services, Inc. Sole Source Letter from Landscape Structures 2D Drawing Plan 3 AMERICAN RESCUE PLAN ACT ADDENDUM TO CONTRACT FOR NEW SENSORY PLAYGROUND EQUIPMENT BETWEEN THE CITY OF SOUTH MIAMI AND REP SERVICES, INC. THIS ADDENDUM to the Contract for New Sensory Playground Equipment (the "Addendum") is entered into as of the 2_ day of September, 2023 (the "Effective Date of this Addendum"), by and between the CITY OF SOUTH MIAMI, a Flo1ida municipal corporation, (the "City") and REP SERVICES, INC., a Florida For-Profit Corporation authorized to do business in Florida (hereinafter, the "Contractor''). Collectively, the City and the Contractor are ref erred to as "Parties." WHEREAS, on Septembe1· 5, 2023, the City entered into a Contract for New Sensory Playground Equipment (the "Agreement") with the Contractor for new play equipment improvements at Murray Park (the "Project"), as further defined in the Agreement; and WHEREAS, on March 11, 2021, the federal government adopted the American Rescue Plan Act ("ARP A"), which, among other things, provides local governments with emergency COVID-19 funding; and WHEREAS, the City desires to utilize ARP A funding to implement the Project; and WHEREAS, in order to utilize ARP A funding fol' the Project, the City desires to incorporate federally required contract provisions relating to ARP A into the Agreement, as set forth in this ARP A Addendum; and WHEREAS, the City and Contractor wish to modify the terms of the Agreement in accordance with the terms and conditions set forth in this ARP A Addendum. NOW, THEREFORE, for and in consideration of the mutual promises set forth herein, the City and Contractor agree as follows:1 1. Recitals lncorpol'ated. The above recitals are true and correct and incorporated herein. 2. Ame1·ican Rescue Plan Act Pl'ovisions. The Agreement is hereby amended by adding the following provisions to the Agreement: 2.1.Mandated Fedel'al Ag1·eement Conditions. 2.1.1. In co1mection with the performance of this Agreement, Contractor acknowledges that compensation for the Project services under this Agreement shall be fully or partially funded using the Coronavin1s State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, 1 Coding: Slrtltetl\ro1:1e~ 1Nords are deletions to the existing words. Underlined words are additions to the existing words. City of South Miami, Fl Page 1 of 12 inclllding, but not limited to the following documents and guidelines, which are incorporated herein and made a part of this Agreement: ARP A Exhibit 1.Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury's Final Rule governing ARPA, dated January 27, 2022; ARPA Exhibit 3.U.S. Department of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Tenns and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Department of the Treasury's Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARP A Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement between the City and the State of Florida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Department of the Treasury's ARPA Compliance and Rep011ing Guidance, dated June 17, 2022; and ARP A Exhibit 7 .Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents are available for inspection by the Contractor at the Office of the City Clerk and at the following City link: ARP A Agreements and Docs -OneDrive (shnrepoint.com). 2.1.2. Title VI Reguireme11ts. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S. Department of the Treasury on the form incorporated herein as ARP A Exhibit 7. Towards that end, Contractor shall ensure that performance of work in connection with this Agreement complies with the certifications and requirements contained in ARP A Exhibit 7 and shall also adhere to the following provisions: ( 1) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otheiwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this Agreement. Title VI also includes protection to persons with "Limited English Proficiency" in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury's Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a pa11 of this Agreement. City of South Miami, Fl Page 2 of 12 (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Contractor shall undertake an active program of nondiscrimination in its administration of the Work under this Agreement. 2.1.3. Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Agreement. 2.1.4. Age Discrimination Act of1975. Contractor shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasury's implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Agreement. 2.1.5. Protections for Whistleblowers. (1) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Govemment Accountability Office. iv .A Federal employee responsible for contract or grant oversight or management at the relevant agency. v.An authorized official of the Department of Justice or other law enforcement agency. vi.A court or grand jury. vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. City of South Miami, FL Page 3 of 12 (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6. Compliance with Immigration and Nationality Act (INA). Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA,,)]. 2.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while perfonning the Work. 2.1.8. Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9. Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Agreement. If approved by the City, the Contractor shall include the following language in any and all publications issued: "This Project is [being funded/was supported] il1 pa11 by federal award number (FAIN) [Insert Project FAIN] awarded to City of South Miami by the U.S. Department of the Treasury." 2.1.10. Reporting Conflict of Interests. Contractor agrees to disclose in writing to the City, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2. Compliance with Uniform Adminish·ative Requirements, Cost Principles, and Audit Requirements for Fede1·al Awards (2 CFR Pal't 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall be subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: 2.2.1. Egual Employment Oworhmity Complia11ce. During the perfom1ance of this Agreement, the Contractor agrees as follows: ( 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: a. Employment, upgrading, demotion, or transfer; recruitment or recniitment advertising; City of South Miami, FL Page 4 of 12 b. layoff or termination; c. rates of pay or other forms of compensation; and d. selection for training, mcludi11g apprenticeship The Contractor agrees to post ill conspicuous places, available to employees and applicants for employment, notices to be provided settmg forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by 01· on behalf of the Contractor, state that all qualified applicants will receive consideration • for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such infom1ation, unless such disclosure is it1 response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an mvestigation conducted by the employer, or is consistent with the Contractor's legal duty to fumish mformation. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commihnents under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such 11.1les, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked City of South Miami, FL Page 5 of 12 as provided in Executive Order 11246 of Septembel' 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions ofpru·agraphs (1) through (8) in every subcontract or purchase order unless exempted by mies, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, 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 administering agency may direct as a means of enforcii1g such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractol' may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2. Contract Work Hours and Safety Standards Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (l) Overtime requirements. No Contractor or subcontractor contracting for any part of the Agreement Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed 011 such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Viol{ltio11,· liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph ( l) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph ( 1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set fo11h in paragraph ( 1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable 011 account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. City of South Miami, Fl Page 6of 12 ( 4) Subco11tracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph ( 1) through ( 4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 2.2.3. Clean Air Act Co111plia11ce. During the performance of this Agreement, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: ( 1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in pa11 with Federal assistance in com1ection with this Agreement. 2.2.4. Federal Water Pollution Control Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions ofFederal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Contrnl Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in tum, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in pal1 with Federal assistance in com1ectio11 with this Agreement. 2.2.5. Debarmel11 and Suspension Complia11ce. During the performance of this Agreement, the Contractor warrants that Contractor or its subcontractors are not debarred, suspended, or othe1wise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: (1) This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury's implementing regulations at 31 CFR Part 19, and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defmed at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). City of South Miami, Fl Page 7 of 12 (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation offact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. ( 4) The Contractor agrees to comply with the requirements of 2 C.F .R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Agreement. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor certifies that they: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a Federal department or agency; ii. Have not, within a five (S)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under public transaction; violation of Federal or State antitmst statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local); and iv. Have not, within a five (5)-year period preceding this Agreement, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contractor is unable to obtain and provide such certification, then the Contractor shall attach an explanation to this Agreement as to why not. 2.2.6. Byrd A11ti-Lobbyi11g Ame11dme11t (31 U.S.C. § 1352. as amended). During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: ( 1) No Funds received by the Contractor under this Agreement have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, City of South Miami, Fl Page 8 of 12 continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other than Funds received by Contractor under this Agreement, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly. (4) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this cel1ification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 2.2.7. Copeland "Anti-Kickback" Act. During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Copeland "Anti- Kickback" Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F .R. pal1 3 as may be applicable, which are incorporated by reference into this Agreement. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instmctions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of this Agreement, and for debannent as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.2.8. Procurement o(Recovered .Materials. Contractor shall comply with the provisions of2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Agreement, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be acquired: (1) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable pnce. City of South Miami, Fl Page 9of 12 lnfo1mation about this requirement, along with the list of EPA-designated items, is available at EPA 's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. 2.2.9. Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, "Domestic preferences for procureme11ts." 2.2.10. 2 CFR Subpart F -Audit Requirements. Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpart F -Audit Requirements ("Federal Audit Provisions") and the rep011ing requirements of the U.S. Department of the Treasury's Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. ( 1) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Department of the Tt-easury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supporting documentation, and other information relating to the pe1fonnance of the Agreement or the Work ("Documentation") necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries. (2) Contractor shall keep all Documentation up-to-date throughout the perfo1mance of this Agreement and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October I of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instmctions issued by the U.S. Department of the Treasury goveming the reporting requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms and pmvisions of this Addendum and the tenns and provisions of the Agreement, the te1ms and provisions of this Addendum shall control. 4. Agl"eement Ratified. Except as othe1wise specifically set forth or modified herein, all tenns in the Agreement are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. S. Defined Te1·ms. All initial capitalized terms used in this Addc11dum but not othe1wise defined herein shall have the same meaning ascribed thereto in the Agreement. 6. Countel'pal'ts. This Addendum may be executed ht counterparts, each of which shall be deemed an original, but all of which, when taken together, shall constitute one and the same City of South Miami, Fl Page lOof 12 IN WITNE SS WHEREOF, the p arties h ereto have caused thi s Addendum to be executed the day and year as fost stated above. Attest: By: ---i4f't---;!-A\---------- Nkenga" 1 e,CMC,FCRM City Clerk ByG· ~~:.=_=-'-'~~>-L......:...._ _____ _ Wei City tt omey Addresses fo r Notice: Genaro "Chip" Iglesias City of South Miami A tt n: City Manager 6130 Sunset Dri ve South Miami, FL 33 143 305-668-2510 (telephone) 305-663-6345 (facsimile) ch ip@southmiam ifl.gov ( email) Wit h n copy to: Weiss Scrota Reifman Cole & Bierman, P.L. Attn: L illi an Arnngo, Esq. City of Sout h Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Cora l Gables, FL 33 134 larn ngo@wsh-law.com (emai l) City of Sout h M iami, FL CONTRACTOR By: ?-~ J&} G\-=-,0 Name: Bill Geary Title: Vice President Entity: Rep Services, Inc. Add r esses for Notice: Bill Geary Rep Services, Inc. 165 W. Jessup Ave. Longwood, FL 32750 _4_07_-_8_31_-_96_5_8 _______ (telephone) ~-----------(facsimi le) _b_ill-"-@"'"r_e_,_p_se_rv_lc_e_s_.c_o ___ m-'--____ { email) With n copy to: ____________ (telephone) ____________ (facsuuile) ____________ (ema il) Page 12 of 12 .., instrument. An executed facsimile or electronic copy of this Addendum shall have tbe same force and effect as an original hereof. [Remainder of page intentionally left blank. Signature pages follow.] City of South Miami, FL Page 11of12 Exhibit A Rep Services, Inc. Proposal 7 Attn: Proposed To: City of South Miami Attn:Quentin Pough Page 1 of 2 Ship To: TBD at a later date Bill To: City of South Miami Attn:Quentin Pough 165 W. Jessup Ave. Longwood, FL 32750-4146 Rep Services, Inc. Please mail POs, contracts and checks to: Proposal No:20083.01 Proposal Date:8/8/2023 Opt/Rev:A/0 Proposal Name:Murray Park Playground equipment Project Location:5800 SW 66th St South Miami, FL 33143-3615 Project County: Miami-Dade Project Contact:Quentin Pough Consultant:Kevin Harding 407-853-3575 Proposal Expires:9/29/2023 For Questions Contact:Wendy Bowerman 407-853-3579 8/14/23 - WB Project Name:City of South Miami- Murray ParkProject No:20083 kevin@repservices.com wendy@repservices.com    6130 Sunset Drive South Miami, FL 33143-6319 6130 Sunset Drive South Miami, FL 33143-6319 CGC1508223 FEIN 59-2978507 QtyPart No Description Unit Price Net Price Ext PriceClass Landscape Structures 590246Proj Drawings:20083-1-1 2024.1Vendor: Seat Strap for Molded Bucket Seats 392.00Swings98.0098.00IP111416A-001 4 EA Xylofun Panel Ground Level 3,335.00Enclosures3,335.003,335.00PB173565B-001 1 EA We-saw DB Only 13,575.00Kids In Motion 13,575.0013,575.00IP186490A-001 1 EA Chill Spinner DB 2,620.002,620.002,620.00IP247189A-001 1 EA $25,229.50 $19,922.00 Signed & Sealed Engineering:$2,000.00 Landscape Structures Total: Product Subtotal: Freight: Prepaid Ship Method: Best Way FOB: Destination Weight: 943 lbs Freight Charge:$3,307.50 Net 30 Basis of Proposal: Our proposal is based upon our discussion of needing LSI play equipment. Please note the vendor information itemized below. If a performance and payment bond is required, add 3% to the proposal total. If a owner controlled insurance program (OCIP) is required, add 2% to the proposal total. Also, please be aware that we generate separate invoices for product at the time of delivery. If your project should include products from multiple manufacturers, each will be invoiced and taxed separately. If you require consolidated invoices, please alert your sales team . Estimated project completion schedule (This schedule starts when all required information for engineering has been gathered.) 4 Weeks: Engineering 4 Weeks: Permitting/Submittal Approval 20 Weeks Longest manufacturing lead time. (Typical for scheduling.) 1 Week Shipping 29 Weeks TOTAL Note that RSI is committed to do all it can to meet the needs of your project. This proposal is for material, freight, and applicable tax only. Any building permits, engineering, unloading, assembly, inst allation, site preparation and surfacing are by others. Drivers will not unload the shipment. Purchaser must make arrangements for unloading of playground o r exercise equipment, shade, and shelter product lines. In most circumstances this will require a forklift. For certain site furnishing orders, a lift gat e and pallet jack may be available for an additional fee. Please alert your sales team of this need. Landscape Structures: Color selection to be made at time of color submittal approval Time Limitations Holding Prices Firm: Orders are shipped within our manufacturer's standard lead times. Requests for delayed shipping may result in additional cost s due to increases in freight, material costs or other factors. To secure the prices on this proposal, the offer must be accepted prior to the expiration da te noted. $21,922.00 Freight:$3,307.50 Product: Proposal Total:$25,229.50 General Terms of Sale and Proposal Summary Notes 8 Proposal Date:8/8/2023 Page 2 of 2 Proposal No:20083.01 Project Name:City of South Miami- Murray Park If, during the performance of this contract, the price of a product increases 3% or more as documented by factory quotes, inv oices or receipts to contractor (Rep Services, Inc.) from the date of the contract signing the price of shall be equitably adjusted by an amount reasonably n ecessary to cover such price increases. Where the delivery of a product is delayed, through no fault of contractor (RSI) as a result of the shortage or unavailability of a product, contractor (RSI) shall not be liable for any additional costs or damages associated with such delay(s). DateAuthorized ByCompany Name City of South Miami As Its: Printed Name Accepted By: (Title) The undersigned warrants that he/she is an authorized representative of the City of South Miami noted and has the requisite authority to bind the City of South Miami and/or principal. 9 EXISTING EQUIPMENT EXISTING EQUIPMENT EXISTING EQUIPMENT EXISTING SURFACING VERIFY EXISTING SWINGS SIZE AND LOCATION EXPANSION OF SURFACING MAY BE REQUIRED FOR ASTM COMPLIANCE Δ WARNING INSTALLATION OVER A HARD SURFACE SUCH AS CONCRETE, ASPHALT, OR PACKED EARTH MAY RESULT IN SERIOUS INJURY OR DEATH FROM FALLS. Δ WARNING SURFACING AND PLAYSURFACES MAY BECOME HOT AND CAUSE BURNS. CHECK FOR HOT SURFACES PRIOR TO PLAYING ON THE PLAYGROUND. GENERAL NOTES: 1. EQUIPMENT LOCATION TO BE FIELD VERIFIED PRIOR TO CONSTRUCTION 2. ACCESSIBLE ROUTE OF TRAVEL TO THE PLAYGROUND TO BE PROVIDED BY OTHERS, UNLESS OTHERWISE NOTED 3. BASE MUST EXHIBIT POSITIVE DRAINAGE IN ALL AREAS 5-12 years old 0 REP SERVICES, INC. Experts at Play & Outdoor Spaces Murray Park Addition SOUTH MIAMI, FL 20083-1-1 2024.1 SCALE: 1/8" = 1' 4.0 8 16 COASTAL NOTE DUE TO THE PROJECT PROXIMITY TO THE WATER, LANDSCAPE STRUCTURES' COASTAL WARRANTY WILL BE APPLIED. CHECK WARRANTY DOCUMENT FOR MORE DETAILS.FBC 240.2.1.2TOTAL PLAY ACTIVITIES 2-5: TOTAL PLAY ACTIVITIES 5-12: ACCESSIBLE ELEVATED ACTIVITIES ACCESSIBLE GROUND-LEVEL ACTIVITIES ACCESSIBLE GROUND-LEVEL PLAY TYPESADA SCHEDULEREQ PROV TOTAL AREA: REQ PROV2-55-12FALL HEIGHT: USER CAPACITY: BORDER: SURFACING: DRAWN BY: SUBGRADE ELEV.: PG-1 PLAY EQUIPMENT PLAN KFA N/A 8' N/A 15 N/A N/A 3 N/A N/A N/A N/A N/A N/A N/A N/A 0 3 3 3 8/3/2023 8:36:44 AM 10 601 7th Street South Delano, MN 55328 1-888-4FUNLSI (P) 763-972-3815 (F) To whom this may concern: Rep Services, Inc. is the exclusive representative for Park and Playground Equipment in the state of Florida, this also encompasses the Aquatix water play line and our Skyways commercial shade division. Our local distributor Rep Services, Inc. is certified to install our playground equipment for the State of Florida. Any installer working with Landscape Structures Equipment is required to attend an onsite Certified Installer Meeting/Training with the LSI Installation Services Division. A certified installer must be able to furnish a certificate proving their participation. Our AFNAF contract award number is F41999-18-D-0011 Should you have any questions you can me at the phone and address above. Or you may also contact Kristin Borne at Landscape Structures, Inc. Her phone number is 763-972-5245 and her email is kristinborne@playlsi.com Thank you for your business and we look forward to working with you to provide an amazing recreational space for your community. Sincerely, LANDSCAPE STRUCTURES INC. Michael Fingeroth Regional Sales Manager-East 11