Loading...
HomeMy WebLinkAboutExhibitACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO. • Miami Dade County RTQ Contract No. RTQ-00251 - Playground — Installation and Infrastructure PROCUREMENT CONTRACTING OFFICER: Ta h l i a Gray DATE SUBMITTED: May 1, 2023 TITLE: Playground - Installation and Infrasrtucture Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package n Award Summary Form for Director or City Manager (if applicable) n A• genda Item Summary Form (for Commission Approval — if applicable) n R• esolution (for Commission Approval — if applicable) n C• opy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package n Copy of Tally/Evaluation Results (score sheets, ranking or summary) n Copy of Contract's Advertisement & Distribution information n Copy of Contract/Solicitation Being Accessed n Copy of Award Sheet/Approval Documents n Copy of Proposal/Bid NOTES: 8 APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. Annie Perez, CPPO Director, Department of Procurement 10/8/14 Solicitation No.: RTQ-00251 Solicitation Name: Playground: Installation and Infrastructure Services Prepared by: Jennyfer Calderon Signature: - - --4, "_ Verified by: Sasha Socarras Signature: Verified by: Basic Prune Signature: Date: Date: Date: TALLY Y SBD Measures: No measures - Vendor Name: Al Soso raalx Sens,1 Bliss Produem and Services, Inc... O W. HO Conswmbn, - Development -and Investment John Fl4oemld,lnc. Dba Gerais. Inc. Coloration Playground Services, In Clayspacs Services, lno. daa need Recreational Concept, Regal Contra* In Beachcomber b rglase Technology, Inc Dade Purry&Supply - CasonAmedca Hom ing's Golf Products, Preservation Materiels Inlemagmal, LLC niisteel - Responslble0CerrylelePackage Yes ( Yes Yes 1 No Yes Y Yes 1 Y Yes No Y Yes 1 No VendorFElNM Sooff0 592064524 I 01 522413531 I 01 204644227 I 01 432094655 I 01 592702353 I - 050110950 I 01 650845624 I 01 593135444 l 01 650254151 I 01 " - - - Is We company scare in AMA= Yes Yes V. Yes No Yes Yes o Y. - - - Is the pompeny ecive In Sun6lfl Yes Yes Yes Yes Yes Yes Yes Yes Yes - - - Cunrpany Adtlress an sun au 2032 ...a 0el1on6 FL22130 603155weelwaler Road I.IIhI05pdng5 GA 30122 2500 NW?9h Avenue 425E Doral, iL33122 75705W11 Avenue Mies. 0L33143 415E Madre elm.2601 Sanford, FL 32713 NW6Sih Co.12145 14a.1 FL33155 SW114Pare MiamiFL33176 3125 Skyway Clyde Mel... FL.1934 1220 SW.Squla Johns Lane Palm C.,,FL34990 -- - - Felony Condcaon Disclosure Affirmed No No N No No No No No N - - - -.. Local Prefer.. Amrmatl No No es Yes N Y s Y s No No - - - IyHsedq missed rmed?1Mnd h plemd? No NIA No WA Yes Yes Yes Yes Nn NIA Yes Ves Yec Yes No W A No NIA - No. Emote,. ma M Wade anNn B rd Counryl pemanmgcomperedb company's Mal ddorce 603 No NIA NIA N WA 4 20% 29 1C0% NIA NIA o 1 N 100% 5 No 100M 3 No 0 NIA WA - Disable Vegan Business Eniwpdse Ammed N N N SBEAfarmed l No. No NIA No WA Yes 1591/ Yes 14030 No NIA Yes 1439 No WA No WA No WA The adder Cerefied Is a Scmanbed Consenyw4N business in Sudan or - - In ate fan Petroleum Energy? No No No No 00 No No No - - BM ...el Form signed? Yes Yes Yes Yes Yes Yes es YeS Yes -Suhco... WII lac ngllaed> No o tin Nn No o No No Spbcontiaclors Llsdrg ComplBW? Yes Yes Yec Yes Yes Yes Yes Yes Yes -- -- CCnlaemr Due Diligence Alfida4Hs Complete? Yes Yes Yes Yes No Yes Yes Yes Yes - - Collusion Affidavit Completed? Yes Yes Yes Yes No Yes Yes Yes Yes valaco pod Resenedfl lAM SWIM o Pound, tins Nc Ye, 1 No Yes No I vas I n0 I Yes 1 No Yes 1 Yes Yen 1 No Yea 1 No Yes 1 90 Minimum Qualification Installation and Infrastructure Sarvices : Submitter Shall hold a GC, BC or GE License GC, BC or GE License No. CBC51959 C6C1516244 CGC1520029 CCC1511021 GBc12665f4 C00010792 No Provided CBC059700 00CA15019 Expiration Dam W31I2016 6,1/2016 26.2016 s13112016 2.2016 .112010 No PVMed 2/2113010 813112016 -Cosy Awehed?(YIN) lathe Submit. designated onthe license? Yes Yoe Yes Yea Yes Yaa Yes Yoc Yes Yoe No Yes Yoe Yes N01Pmtid Not Podded Not Prodded Nolpmvkled Additional Qualification(s) for Playground Installation Services: Submitter orSubcont actor shall be °edified s Playground Safety Inspector CeNfied Playground Safety Inspector(CPS0 No. 161765,517 12?90,1217 1096YS1016 252J9-1261 '2pGhiL91S 22.11.0216 23222-12'6 303pi-0318 2./.516 Espm6on Dam N1/2017 12/1/2011 101112016 121112017 9)12015 2/112016 1211I201a Bil0013 5/1.16 Copy Adached?(YRN Yes Yes Yes Yes Yes Yes Yes Yes Yes Nc1Prowted Not Provided - Not Prodded flol Frnvided -- - No0Plm4ded -- To 5 - Manufacturer's Name Action Play Systems MPS) - AUModred Installs Authodudlnstalmr (YN8 Yes AUNoaaetllnstaller MN) Authorized Installer (YIN1 - AuthorizedInstaller- CUM - Aummload Installer 2004 - '- -- Authodeedlnstaller- MN) - Authndiedlnstaller (YIN) - Authodied install. (YIN) - Apollo Sunguard Shade Innovators Bat Fabdes Yes BO SW. Cool LLC Yes Yes Deniner Seilfabdk Yes Cedar Forest Produsm Yes Recreation systems Inc. Yes Coven.. Dagdartullaarlic Wader SIN Furnishings -"- Dynamo Indust/us Yes Yes Yes Slushed May Yes nook a He eta Park spumes; Inn. Yes Yes Yes Authonaedlnsmller (YIN, - AUNodwdInstaller- MN) red installer-- IYIW AUNodeed installer (YIN) - Authodredlnslaier - - Authodiedlnstaller PUN) Eorewdass Palm Beach Yes - GF Play Onward. ri doerfi,maso Equ0p Yes Yes GTGraldslends,l Yes HigNand Products Yes Irvine Ybod Recovery WYPro Saute Yes May Parlrfecrea9on Corp yddstuknaystems, I. Yes Krauss Waftian. Yes tendsapeawcbres lac. Yes Yes Lacier Plus Ma Kodrat. Inc. Isms Craft - lllchaeld landscape Elements Ufa nkes commercial Yea Miracle °MSoab Floras - Miracle Recreation Equipment WAD 1012 Manager Approval: 2/4Yec2,5N9PM .1a... eNaalklml'FAMelail...0251Playgroas6lmtellntioo and lnfiasemlwe,-PUY TALLY Vendor Name. a .Or.. Sans lnc Bliss Predu4 dServlces In o'w shun Sarv.ee HGCo h C nknta Jbv.zhnn�LaeJex S Inc. John Fitzgerald.l ohs Gamorme, Inc cupoaean Playyro s, Servc In PI Y P Inc. tl Aav Recreation Camepts Res&C r4acmn, nc Be h ber Fl b rgl s : Tachnolagy Inc. Oade PumDa Supply co. Ixs gn Ame ra HpmungsG Coif tluc6. Inc PreservationMaledals Inbm tional,.Lc WI '' No EquaI Design Pads Equlpneufa og Warted Yes PlayCore Yes Yes PI y & Park&MrN.res Pl.;yf�e out FMdda, Inc. Ma ypcWer Lit Lltla Tikas Cdnmert ai FammO&M Playwodd Syotme Yes Park Pets & Ooulters PendrCoto Porgon, Parasol, PoderSips, Space Frames, Pinnacle Pollgon Yes Yes Yes Ran Oros Prodaob; LLC Yes RCP ShoOan REPSordces,Inc. Rubber Designs by Rainbow Turf Products Yes `. sally lst Playgrounds Yes ailsystems e Yes SItoa ParkAmenitles,lnc. Sports Play,lne Vas Sun Shade Inc. swg tiny vR SupedorfecreatlonalPnddcts Yes Tot TurfYes UIfr Play Yes Yea Yes -.USA Shade WeferSPlaOf Xgtsss This tabulation is a representation of the bid submittal received, not a recommends on of contract award. sot, Manager Approval: 3lartc16,5a9 PSI wmiemdadaNestldPmRFASSIiellNStliT.251Iaasoro4w In:mllawnem Masterdom, TALLY Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Vendors that have been notified for Bid RTQ-00251 - Playground: Installation and Infrastructure Vendors Viewed Org Name BLISS PRODUCTS AND SERVICES INC BikeLid LLC Sturdisteel PLAYTIME PLAYGROUND EQUIPMENT Schoolhouse Outfitters LLC Design America Leadex Corporation CSR Heavy Construction, Inc PopUp STRUCTURES No Fault, LLC Delia Coolridge Inc. FedSources Onvia Alexander & Johnson Project Management and Development, Inc. Mobius Dade Pump and Supply Co. F.H. Paschen Riddell Sports Rep Services, Inc. Playground Services, Inc Safeplay Systems Tower Contracting Corp. Site Horizons BLISS PRODUCTS AND SERVICES, INC Wausau Tile Inc The Construction Journal Landscape Forms SS Worldwide Inc Playmore West, Inc. Condo Electric DynamoFlorida Play Essentials Inc. Swartz Associates, Inc. Regal Contractors Inc. Preservation Materials International, LLC ParknPool, Corporation Hunter Knepshield D.W. Recreation Services, Inc. HG Construction MeTEOR Education, LLC. Hornung's Golf Products, Inc. HG Construction om electric inc Southem Park and Play Systems Johnson Construction of South Florida KPMG K & S Sports Constructors GameTime, Inc. Beachcomber Fiberglass Technology Inc. Darcon Group Corp. BidClerk Inc. ConstructConnect Phone ST First Viewed Last Viewed 800-248-2547 GA Jun 23, 2015 5:10:37 PM EDT Jul 6, 2015 1:02:15 PM EDT WA Jun 23, 2015 5:14:36 PM EDT Jun 23, 2015 5:14:36 PM EDT 254-666-5155 TX Jun 23, 2015 5:21:38 PM EDT Jun 23, 2015 5:23:33 PM EDT AL Jun 23, 2015 5:24:56 PM EDT Jun 23, 2015 5:24:56 PM EDT 800-260-2776 OH Jun 23, 2015 5:26:23 PM EDT Jun 23, 2015 5:26:23 PM EDT 305-4901867 FL Jun 23, 2015 5:30:12 PM EDT Jun 23, 2015 5:31:46 PM EDT 305-266-2028 FL Jun 23, 2015 5:31:09 PM EDT Jul 7, 2015 5:04:41 PM EDT 954-421-1264 FL Jun 23, 2015 5:34:19 PM EDT Jun 23, 2015 6:02:00 PM EDT 305-440-5412 FL Jun 23, 2015 5:50:41 PM EDT Jun 23, 2015 5:50:41 PM EDT 225-215-7760 CA Jun 23, 2015 6:37:22 PM EDT Jul 7, 2015 6:10:46 PM EDT 698-5544 NJ Jun 23, 2015 8:08:44 PM EDT Jul 7, 2015 2:58:36 AM EDT VA Jun 23, 2015 8:46:45 PM EDT Jul7, 2015 8:44:05 PM EDT WA Jun 23, 2015 9:18:19 PM EDT Jul 8, 2015 1:14:44 AM EDT 954-309-6567 FL Jun 23, 2015 11:26:24 PM EDT Jun 23, 2015 11:26:24 PM EDT 456-465 8975 AL Jun 24, 2015 12:17:53 AM EDT Jul 8, 2015 3:50:23 AM EDT 305-235-5000 FL Jun 24, 2015 6:38:36 AM EDT Jun 24, 2015 6:39:21 AM EDT 17734443474 FL Jun 24, 2015 6:55:53 AM EDT Jun 24, 2015 6:55:53 AM EDT OH Jun 24, 2015 7:34:59 AM EDT Jun 24, 2015 7:35:35 AM EDT 407-831-9658 FL Jun 24, 2015 8:08:40 AM EDT Jul 7, 2015 4:22:41 PM EDT 305-969-8797 FL Jun 24, 2015 8:23:07 AM EDT Jun 24, 2015 9:54:01 AM EDT 770-591-7000 GA Jun 24, 2015 8:46:58 AM EDT Jun 24, 2015 8:46:58 AM EDT 305-756-8700 FL Jun 24, 2015 8:58:40 AM EDT Jun 24, 2015 8:58:40 AM EDT 407-641-0241 FL Jun 24, 2015 9:00:15 AM EDT Jun 24, 2015 9:00:15 AM EDT GA Jun 24, 2015 9:06:24 AM EDT Jun 29, 2015 9:08:54 AM EDT 800-388-8728 WI Jun 24, 2015 9:22:22 AM EDT Jun 24, 2015 9:22:22 AM EDT 772-781-2144 FL Jun 24, 2015 9:29:16 AM EDT Jul 8, 2015 10:42:52 AM EDT 800-430-6206 MI Jun 24, 2015 9:31:31 AM EDT Jul 8, 2015 3:50:09 PM EDT 243-9232 CT Jun 24, 2015 10:14:19 AM EDT Jun 24, 2015 10:14:19 AM EDT FL Jun 24, 2015 10:37:47 AM EDT Jun 24, 2015 11:00:24 AM EDT FL Jun 24, 2015 10:37:48 AM EDT Jun 24, 2015 10:37:48 AM EDT 321-441-3474 FL Jun 24, 2015 10:40:14 AM EDT Jun 24, 2015 10:41:49 AM EDT 352-3228418 FL Jun 24, 2015 10:42:11 AM EDT Jun 29, 2015 2:02:01 PM EDT 813-949-2288 FL Jun 24, 2015 11:24:58 AM EDT Jun 24, 2015 11:24:58 AM EDT 561-9067321 FL Jun 24, 2015 11:54:25 AM EDT Jul 8, 2015 3:09:49 PM EDT 616-527-7566 MI Jun 24, 2015 12:17:34 PM EDT Jun 24, 2015 12:18:59 PM EDT 5404636510 VA Jun 24, 2015 12:50:54 PM EDT Jun 24, 2015 12:50:54 PM EDT KY Jun 24, 2015 1:47:51 PM EDT Jun 30, 2015 10:00:08 AM EDT 561-289-7658 FL Jun 24, 2015 2:07:34 PM EDT Jul 7, 2015 3:48:13 PM EDT 786-845-8999 FL Jun 24, 2015 5:42:00 PM EDT Jul 8, 2015 11:19:43 AM EDT 800-699-7516 FL Jun 25, 2015 5:37:40 AM EDT Jun 25, 2015 5:37:40 AM EDT 920-922-2640 WI Jun 25, 2015 9:11:58 AM EDT Jun 25, 2015 9:14:17 AM EDT 786-845-8999 FL Jun 25, 2015 10:13:05 AM EDT Jun 25, 2015 10:13:05 AM EDT 305-887-5811 FL Jun 25, 2015 11:31:30 AM EDT Jun 25, 2015 11:31:30 AM EDT 321-729-9700 FL Jun 25, 2015 12:48:31 PM EDT Jun 25, 2015 12:49:46 PM EDT 9546092779 FL Jun 25, 2015 2:22:41 PM EDT Jul 7, 2015 3:17:44 PM EDT 212-9546970 NY Jun 26, 2015 9:30:42 AM EDT Jun 26, 2015 9:30:42 AM EDT 254-592-1441 TX Jun 26, 2015 11:16:56 AM EDT Jun 26, 2015 11:16:56 AM EDT 800-432-0162 FL Jun 26, 2015 3:48:02 PM EDT Jul 7, 2015 3:36:52 PM EDT 772-283-0200 FL Jun 26, 2015 4:29:21 PM EDT Jun 26, 2015 4:31:15 PM EDT 3053625358 FL Jun 27, 2015 9:06:09 AM EDT Jun 27, 2015 9:06:09 AM EDT 877-737-6482 IL Jun 29, 2015 4:43:59 AM EDT Jul6, 2015 2:11:22 AM EDT OH Jun 29, 2015 11:34:04 AM EDT Jun 29, 2015 11:34:04 AM EDT 5/8/2023 p. 1 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 ConstructConnect Al Bosgraaf & Sons, Inc. Thomas PrintWorks CoCoMoConstruction Advanced Recreational Concepts, LLC Playworld Systems Inc. ITSo1, LLC Florida Bid Reporting Expert Center LLC cuvox ConstructConnect BCC Engineering Certified Multi -Media Solutions South Amazon Metal Fabricators, Inc. NAME EMAIL 800-364-2059 OH 407-4028495 FL 305-667-4149 FL 727-442-2141 FL 321-775-0600 FL 570-522-9800 PA 765-1224 FL 539-7522 FL 305-6772167 FL 205-555-3333 AL OH 305-673-2350 FL 954-5419898 FL 321-631-7574 FL Jun 29, 2015 2:42:35 PM EDT Jun 29, 2015 8:08:20 PM EDT Jun 30, 2015 2:28:24 PM EDT Jul 1, 2015 3:47:08 PM EDT Jul 2, 2015 10:50:26 AM EDT Jul 2, 2015 3:18:42 PM EDT Jul 3, 2015 6:38:52 AM EDT Jul 5, 2015 9:08:53 PM EDT Jul 6, 2015 8:13:20 AM EDT Jul 6, 2015 11:53:10 AM EDT Jul 7, 2015 3:36:33 PM EDT Jul 7, 2015 5:54:33 PM EDT Jul 8, 2015 11:22:23 AM EDT Jul 8, 2015 11:39:10 AM EDT Ju16, 2015 11:59:20 AM EDT Jul 7, 2015 4:21:01 PM EDT Jun 30, 2015 2:28:24 PM EDT Jul 1, 2015 3:47:08 PM EDT Ju12, 2015 11:06:30 AM EDT Ju12, 2015 3:18:42 PM EDT Jul 8, 2015 11:42:04 AM EDT Jul 5, 2015 9:08:53 PM EDT Jul 8, 2015 8:07:19 AM EDT Jul 8, 2015 3:12:00 AM EDT Jul 7, 2015 3:36:33 PM EDT Jul 7, 2015 5:54:33 PM EDT Jul 8, 2015 11:22:23 AM EDT Jul 8, 2015 11:39:10 AM EDT FAX SENT DATE SENT 5/8/2023 p. 2 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Suppliers Successfully Invited: 2110 Successful Invitation Qualification Totals: ki Invite Email — Org Name Email Name Phone ST Date Failed Advanced Recreational Concepts, LLC tortiz@playspaceservices.com Tammy Ortiz 3217750605 FL Jun 24, 2015 4:14:28 AM EDT tortiz@arcflorida.com Paul Bickham 3217750600 FL Jun 24, 2015 5:03:13 AM EDT TOrtiz@ARCFlorida.com Tammy Ortiz 3217750605 FL Jun 24, 2015 5:23:35 AM EDT Clerk of the Board CLERKBCC@M[AMIDADE.GOV Clerk of the Board (COC) COC 3053755126 FL Jun 23, 2015 3:52:59 PM EDT NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 3 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Org Name Email D.W. Recreation Services, Inc. GameTime, Inc. cw estdwrecreation@bellsouth. net j oelleng@gam etim e. c om BARRYL@GAMETIME.COM Name Phone ST Date Candace West 5612897658 FL Jun 24, 2015 4:36:23 AM EDT Cindy Dearden 8004320162 FL Jun 24, 2015 4:51:31 AM EDT BARRY LOCK FL Jun 24, 2015 5:09:01 AM EDT NAME EMAIL FAX SENT DATE SENT Failed Failed 5/8/2023 p. 4 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Org Name Leadex Corporation Email Name Phone ST Date Failed frank@leadexcorp.com Frank Fonseca 3052662028 FL Jun 24, 2015 4:06:01 AM EDT FRANK@LEADEXCORP.COM PRES. FRANK FONSECA (305) 345-7474 FL Jun 24, 2015 4:29:25 AM EDT frank@leadexcorp.com FRANK J FONSECA 3052662028 FL Jun 24, 2015 5:01:50 AM EDT frank@leadexcorp.com Dennis Fonseca 3052662028 FL Jun 24, 2015 5:22:46 AM EDT NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 5 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Org Name Playground Services, Inc Regal Contractors Inc. Email Name Phone ST Date Failed sales@qualityplaysets.com Nelson Morales 3059698797 FL Jun 24, 2015 4:40:17 AM EDT SALES@QUALITYPLAYSETS.COM NELSON MORALES 305969-8797 FL Jun 24, 2015 5:46:25 AM EDT MARTINT5@COMCAST.NET PAUL L FL Jun 24, 2015 4:29:31 AM EDT martint5@comcast.net Paul L Martin 5616427276 FL Jun 24, 2015 5:43:55 AM EDT martint5@comcast.net Paul Martin 5619067321 FL Jun 24, 2015 6:01:07 AM EDT NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 6 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Org Name Email Vendor Services clerkbcc@miamidade.gov I SD- VABID S@m iam idade. gov Name Phone ST Date Failed Vendor Services 8015555555 FL Jun 23, 2015 3:52:59 PM EDT Vendor Services 3053755773 FL Jun 23, 2015 3:52:59 PM EDT NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 7 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Bid Invite Email Org Name Email Name Phone ST Date Failed NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 8 Supplier Notification Report - Bid #RTQ-00251 Miami -Dade County r • Org Name Advanced Recreational Concepts, LLC Al Bosgraaf & Sons, Inc. Clerk of the Board D.W. Recreation Services, Inc. GameTime, Inc. HG Construction Leadex Corporation Playground Services, Inc Regal Contractors Inc. Vendor Services Email tort Name Phone ST Date Failed 3217750605 FL Ju17, 2015 3:17:56 PM EDT albasl@cfl.rr.com Gerald Bosgraaf 4074028495 FL Jul 7, 2015 3:17:55 PM EDT z@playspaceservices.com Tammy Ortiz CLERKBCC@M[AMIDADE.GOV Clerk of the Board (COC) COC 3053755126 FL Jul 7, 2015 3:17:56 PM EDT cwest@dwrecreation.com Candace West 5612897658 FL Jul 7, 2015 3:17:55 PM EDT joelleng@gametime.com JoEllen Green 4073310101 FL Jul 7, 2015 3:17:56 PM EDT joelleng@gametime.com Cindy Dearden 8004320162 FL Jul 7, 2015 3:17:57 PM EDT Hilario Gonzalez 7868458999 FL Jul 7, 2015 3:17:56 PM EDT hilario@hgconstruction.us frank@leadexcorp.com sales@qualityplaysets. c om martint5@comcast.net ISD-VABIDS@miamidade.gov clerkbcc@miamidade.gov Frank Fonseca 3052662028 FL Jul 7, 2015 3:17:55 PM EDT Nelson Morales 3059698797 FL Jul 7, 2015 3:17:56 PM EDT Paul Martin 5619067321 FL Jul 7, 2015 3:17:56 PM EDT Vendor Services 3053755773 FL Jul 7, 2015 3:17:56 PM EDT Vendor Services 8015555555 FL Jul 7, 2015 3:17:57 PM EDT NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 9 Supplier Notification Report Miami -Dade County - Bid #RTQ-00251 Org Name Advanced Recreational Concepts, LLC Al Bosgraaf & Sons, Inc. Clerk of the Board D.W. Recreation Services, Inc. GameTime, Inc. HG Construction Leadex Corporation Playground Services, Inc Regal Contractors Inc. Vendor Services Email Name Phone ST Date Failed tortiz@playspaceservices.com Tammy Ortiz 3217750605 FL Jul 7, 2015 3:15:22 PM EDT albasl@cfl.rr.com Gerald Bosgraaf 4074028495 FL Jul 7, 2015 3:15:20 PM EDT CLERKBCC@M[AMIDADE.GOV Clerk of the Board (COC) COC 3053755126 FL Jul 7, 2015 3:15:21 PM EDT cwest@dwrecreation.com Candace West 5612897658 FL Jul 7, 2015 3:15:21 PM EDT joelleng@gametime.com JoEllen Green 4073310101 FL Jul 7, 2015 3:15:22 PM EDT joelleng@gametime.com Cindy Dearden 8004320162 FL Jul 7, 2015 3:15:23 PM EDT hilario@hgconstruction.us Hilario Gonzalez 7868458999 FL Jul 7, 2015 3:15:22 PM EDT frank@leadexcorp.com Frank Fonseca 3052662028 FL Jul 7, 2015 3:15:20 PM EDT sales@qualityplaysets.com Nelson Morales 3059698797 FL Jul 7, 2015 3:15:22 PM EDT martint5@comcast.net Paul Martin 5619067321 FL Jul 7, 2015 3:15:22 PM EDT ISD-VABIDS@miamidade.gov Vendor Services 3053755773 FL Jul 7, 2015 3:15:21 PM EDT clerkbcc@miamidade.gov Vendor Services 8015555555 FL Jul 7, 2015 3:15:23 PM EDT NAME EMAIL FAX SENT DATE SENT 5/8/2023 p. 10 Miami -Dade County Bid RTQ-00251 Solicitation RTQ-00251 Playground: Installation and Infrastructure designation: Public MIAMI•DADE COUNTY +OU Miami-Dade County 6/22/2015 9:56 AM p. 1 Miami -Dade County Bid RTQ-00251 Number Title Start Date End Date Question & Answer End Date Contact RTQ-00251 Playground: Installation and Infrastructure RTQ-00251 Playground: Installation and Infrastructure In Held Jul 8, 2015 5:00:00 PM EDT Jul 6, 2015 2:00:00 PM EDT Jennyfer Calderon 305.375.5312 JCALDER@miamidade.gov Contract Duration 8 years Contract Renewal Not Applicable Prices Good for Not Applicable Comments This Request to Qualify (RTQ) will establish a pool of submitters capable of providing installation and infrastructure services for playground and park equipment. Entry into the qualification pool is not a contract between Miami -Dade County and any Submitter, but an acknowledgement that the included Submitter(s) meet the qualifications as outlined throughout this RTQ. The pool shall be open for Submitters to qualify at any time after the initial RTQ opening date. Pre -qualified Submitters will be invited to participate in future competitions. Item Response Form Item RTQ•00251--01.01 - Minimun Qualifications Quantity 1 each Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty 1 Description See attached Minimum Qualification Criteria 6/22/2015 9:56 AM p. 2 Miami -Dade County Bid RTQ-00251 SOLICITATION NO.: RTQ-00251 OPENING: 6:00 P.M. Playground: Installation and Infrastructure Jul 8, 2015 MIAMI-DADE COUNTY, FLORIDA REQUEST TO QUALIFY TITLE: Playground: Installation and Infrastructure BIDS WILL BE ACCEPTED UNTIL 6:00 PM ON Jul 8, 2015 FOR INFORMATION CONTACT: Jennyfer Calderon, 305-375-5312,JCALDER@miamidade.gov miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON -RESPONSIVE. 6/22/2015 9:56 AM p. 3 Miami -Dade County Bid RTQ-00251 M IAM I-DADE SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions- r15-2.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically. 6/22/2015 9:56 AM p. 4 Miami -Dade County Bid RTQ-00251 6/22/2015 9:56 AM p. 5 Miami -Dade County Bid RTQ-00251 SECTION 2 SPECIAL CONDITIONS 2.1 DEFINITIONS A. Submittal — shall refer to the form submitted in response to this Request to Qualify. B. Submitter — shall refer to anyone responding to this Request to Qualify. 2.2 PURPOSE This Request to Qualify (RTQ) will establish a pool of submitters capable of providing installation and infrastructure services for playground and park equipment. Entry into the qualification pool is not a contract between Miami -Dade County and any Submitter, but an acknowledgement that the included Submitter(s) meet the qualifications as outlined throughout this RTQ. The pool shall be open for Submitters to qualify at any time after the initial RTQ opening date. Pre -qualified Submitters will be invited to participate in future competitions. 2.3 TERM OF CONTRACT The pre -qualification pool will begin on the first calendar day of the month succeeding approval by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Internal Services Department, Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. The pre -qualification pool shall expire on the last day of the last month of the 8 year period. 2.4 QUALIFICATION CRITERIA Submitters who meet the following minimum qualifications will be placed on a list for participation in future competitions for playground installation and infrastructure services: Minimum Qualification A. To qualify for playground and infrastructure services, submitters shall have hold at a minimum one of the following licenses: 1. General Contractor (GC) license issued by the State of Florida Construction Industry Licensing Board or by the Miami -Dade County's Construction Trades Qualifying Board. 2. Building Contractor (BC) license issued by the State of Florida Construction Industry Licensing Board or by the Miami -Dade County's Construction Trades Qualifying Board. 3. General Engineering (GE) license issued by the Miami -Dade County's Construction Trades Qualifying Board. For more information on licensing requirements link to: www.myfloridalicense.com/dbpr/pro/cilb/index.html and http://www.miamidade.gov/licenses/contractors-licensinq.asp B. Additional qualification(s) for playground installation services. Submitter(s) or their approved subcontractor offering playground installation services shall hold and provide the following with their bid submittal: 4. Certification as a Certified Playground Safety Inspector (CPSI) issued by the National Recreation and Park Association. For more information on certification requirements link to: www.nrpa.orq/content.aspx?id=413 5. Submitters shall provide correspondence on manufacturer letterhead stating that either their firm or their listed subcontractor is authorized to do installation of playgrounds and parks equipment. A copy of the manufacturer's approval on letterhead shall accompany the submittal package. Submitters deemed pre -qualified by the County will participate in subsequent requests for quotations (RFQ) on an as needed basis. When a requirement to procure services listed is identified, Submitters pre -qualified under that service will be invited to quote. When a requirement to procure services falls under multiple services, Submitters pre -qualified under the combination of identified groups will be invited to quote. For example, should the County 6/22/2015 9:56 AM p. 6 Miami -Dade County Bid RTQ-00251 identify the need to procure playground installation and infrastructure services, submitters that are pre -qualified to provide both services will be invited to quote. The County at its sole discretion and in its best interest may choose to quote services in the combination that best meets its needs. Submitters shall provide all of the specified information, documents and attachments listed above with their submittal form as poof of compliance to the requirement of this RTQ. However, the County may, at its sole discretion and in its best interest, allow submitters to complete, supplement or supply the required documents. It shall be the sole prerogative of the County as to the number of submitters who will be included under this RTQ. During the term of this RTQ, the County reserves the right to add or delete submitters as it deems necessary and in its best interests. 2.5 SMALL BUSINESS CONTRACT MEASURES Section 1 from the General Terms and Conditions, Paragraph 1.43 - Small Business Enterprises (SBE) Measure, is exempt from this RTQ. The application of measures will be determined at the time the request is issued and may include but not be limited to, a set -aside, a goal, bid preference or other measures. All individual spot market quotes will be reviewed by SBD for applicable measures prior to advertising. 2.6 CHANGES IN MANUFACTURER DESIGNATION Submitters shall report to the County any changes in their designation as an approved installer, agent, dealer, representative, or distributor of the manufacturer lines submitted for approval. Should a submitter cease to be a manufacturer approved installer, agent, dealer, representative, or distributor of the manufacturer lines, the product or service will be removed from the submitter's qualification list. Should a submitter and/or subcontractor(s) become authorized to do installation of playgrounds and parks equipment of a manufacturer that conforms to the contract's specifications, the submitter may submit proof of their firm's designation. 2.7 SITE VISITS Site visits may apply if so defined in the Request for Quote (RFQ). 2.8 LIQUIDATED DAMAGES AND WORK DURATION Liquidated damages may apply if so defined in the RFQ. Work duration will be specified in the RFQ. Sequencing or phasing of work will be specified in the RFQ 2.9 INSURANCE In addition to the requirement set forth in Section 1.21, Insurance Requirements, of the General Terms and Conditions, the following payment clause applies: • Any additional insurance requirements may apply if so define and specified in the Request for Quote (RFQ) 2.10 CONTACT PERSON For any additional information regarding the terms and conditions of this RTQ, contact Jennyfer Calderon at 305- 375-5312 or at jcalder@miamidade.gov. 6/22/2015 9:56 AM p. 7 Miami -Dade County Bid RTQ-00251 SECTION 3 TECHNICAL SPECIFICATIONS 3.1 SCOPE This Request to Qualify is intended to establish two Groups of Prequalified bidders as described below. Submitters awarded a contract through this Pool shall: A. Furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications of the Request for Quotation (RFQ), such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval by the County. Barricades shall be provided by the Submitter when work is performed in areas traversed by persons, or when deemed necessary by the County. B. Conform to all relevant OSHA, State and County regulations during the course of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be borne solely by the responsible Vendor. Installation and Infrastructure Services A. Installation services shall include the removal and disposal of playground and park equipment inclusive of ancillary parts being replaced and the installment of the new item(s) leaving the unit in proper working condition and in compliance with the manufacturer's specifications and applicable Florida Building Code safety regulations. B. Infrastructure services shall refer to the incidental work required for the installation of playground and park equipment in accordance with plans and specifications provided by the County. Infrastructure services may include but is not limited to the pouring of asphalt or concrete for the paving of walkways, water line installation for shelters, and electrical connections. Proof of additional license(s) may be required shall any electrical, mechanical, plumbing or any other work that does not fall under the scope of work of the original license provided. 6/22/2015 9:56 AM p. 8 Miami -Dade County Bid RTQ-00251 FIRM NAME: SECTION 4 BID SUBMITTAL As stated in Section 2.4 - QUALIFICATION CRITERIA, submitters shall provide the following: Minimum Qualifications: License No. Expiration Date Copy Attached (Y/N) A General Contractor, Building Contractor, or Engineer License Additional Qualification(s) for Playground Installation Services: Certification No. Expiration Date Copy Attached (Y/N) B Certified Playground Safety Inspector (CPSI): C Manufacturer's Authorization Letter No. Manufacturer's Name Letter Attached (Y/N) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Additional pages for manufacturers may be added. 6/22/2015 9:56 AM p. 9 Miami -Dade County Bid RTQ-00251 MIAMIDADE Miami -Dade County Procurement Management Services Solicitation Submittal Form 111 NW 1st Street, Suite 1300, Miami, FL 33128 Solicitation No. RTQ-00251 Solicitation Title: Playground: Installation and Infrastructure Legal Company Name (include d/b/a if applicable): Federal Tax Identification Number: I If Corporation - Date Incorporated/Organized: State Incorporated/Organized: I Company Operating Address: City State Zip Code Remittance Address (if different from ordering address): City State Zip Code I Company Contact Person: Email Address: f Phone Number (include area code): Fax Number (include area code): Company's Internet Web Address: Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ❑ Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local business" is a business located within the limits Interlocal Agreement between the two counties) that has a valid a physical business address located within the limits of Miami -Dade development of the community in a verifiable and measurable of employment opportunities and the support and increase to requirements for Local Preference. Failure to complete this may render the vendor ineligible for Local Preference. of Miami -Dade County (or Broward County in accordance with the Local Business Tax Receipt, issued by Miami -Dade County; has County from which business is performed; and contributes to the economic way. This may include, but not be limited to, the retention and expansion the County's tax base. ❑ Place a check mark here only if affirming the Bidder meets the certification at this time (by checking the box above) LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a "locally -headquartered County in accordance with the -Headquartered Preference the vendor ineligible for business" is a Local Business whose "principal place of business" Interlocal Agreement between the two counties. ❑ Place a check mark here only if affirming the Bidder meets (LHP). Failure to complete this certification at this time the LHP. The address of the Locally is in Miami -Dade County or Broward requirements for the Locally (by checking the box) may render -headquartered office is: I 6/22/2015 9:56 AM p. 10 Miami -Dade County Bid RTQ-00251 LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ❑ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) An SBE/Micro Business Enterprise must be certified by Small Business provides in accordance with the applicable Commodity Code(s) for Development at (305) 375-2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. Business Enterprise must be certified by the solicitation's submission eligible for the preference. Firms that graduate from the SBE program Is your firm a Miami -Dade County Certified Small If yes, please provide your Certification Development for the type of goods and/or services the Bidder this Solicitation. For certification information contact Small Business The SBE/Micro deadline, at contract award, and for the duration of the contract to remain during the contract may remain on the contract. Business Enterprise? Yes ❑ No ❑ Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space:: I . In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. Bidder's Authorized Representative's Signature. Date I I Type or Print Name I THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. 6/22/2015 9:56 AM p. 11 Miami -Dade County Bid RTQ-00251 M IAM FQADE COUNTY NMI FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. El NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date 6/22/2015 9:56 AM p. 12 Miami -Dade County Bid RTQ-00251 MIAM Name of Bidder/Proposer: SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) FEIN No. I- n accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, ncluding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the county. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11 90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first ter subcontractors/suppliers. In the event that the recommended 3idder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of� Tier Direct Supplier principal OwnFirst Supplies/ Materials/ Services to be Provided by Supplier PP Principal Owner (Enter the number of male end female owners y race/ethnic ty) Employee(s) (Enter the number of male end female employees end the number of employees by recdahnicity) M F White Black Hispanic Asian/Pacific Islander Native American( Native Alaskan Other M F White Bla:k Hispanic 4sieaPBCific Islander Native American/ Native Alaskan qhi I I I I I I I I I I I I I 1 I 1- I- 1-! 1 1 1 1 1 1 1 1 1 1 1 1 Business Name and Address of First Tier Subcontractor/ Subconsultant Principal (Tuner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (E ter the number of male and f male owners by racerethnidty) Employes(s) (Ent r the number of male end female employees end the number of employees by recdahnicity) M F White Black Hispanic Asian/Pacific !slender Native American/ Native Alaskan OtherM F White Bla:k Hisp�ic 5sieaPacific !slender Native American/ Native Alaskan Othi I I I I I J Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on- line to the Smell Business Development of the Internal Services Department et h0O:IMwwmemdede.Aomtwinashwin development-comracts.esp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 203 form which can be found et http:/Avww.miamidadagov/business/librarylforms/subcontrectors. payment.pdf. 1 certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Signature of Bidder/Proposer Print Name Print Title Date 6/22/2015 9:56 AM p. 13 Miami -Dade County Bid RTQ-00251 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: Contract Title: Printed Name of Affiant Federal Employer Identification Number (FEIN): Printed Title of Affiant Signature of Affiant Name of Firm Date Address of Firm Notary Public - State of State 'Votary Public Information County of Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 6/22/2015 9:56 AM p. 14 Miami -Dade County Bid RTQ-00251 Question and Answers for Bid #RTQ-00251 - Playground: Installation and Infrastructure Overall Bid Questions There are no questions associated with this bid. 6/22/2015 9:56 AM p. 15 Date: July 6, 2016 To: Honorable Chairman Jean Mones;ni and Members, Board of Count From: Carlos A. Gimenez Mayor Subject: Recommendation for Approval to Esta Installation and Infrastructure Services Memorandum issioner Agenda Item No. 8(F)(6) a Pre -Qualification Pool for Playground Recommendation It is recommended that the Board of County Commissioners (Board) approve the establishment of a pre - qualification pool, RTQ-00251, to provide playground installation and infrastructure services for the Parks, Recreation, and Open. Spaces Department. The pool has two (2) groups: (1) Installation Services, which include the removal and disposal of playground and park equipment, and (2) infrastructure Services, which include, but are not limited to, the pouring of asphalt or concrete for the paving of walkways, water line installation for shelters, and electrical connections. On February 2, 2016, the Board approved the. procurement of playground and park equipment through Resolution No. R-113-16. This pool covers the installation and infrastructure services for equipment; Scope The impact of this item is countywide in nature. Fiscal Impact/Funding Source The fiscal impact for the eight -year term is $16,000,000, The previous pool, 4907-3/13-3, was valued at $30,326,000 for seven (7) years. The allocation for this replacement pool is significantly lower than the previous pool as it does not include the purchase of playground and park equipment. The allocation is based on the Parks, Recreation, and Open Spaces Department's projected usage over the term of the pool. Department Allocation Funding Source Contract Manager Parks, Recreation, and Open Spaces $16,000,000 General Fund, Capital Fund, Building Better Communities Bond Program, Park Impact Fees and Grant Funds Angus Laney Total: $16,000,000 Track Record/Monitor Jennyfer Calderon of the Internal Services Department is the Procurement Contracting Officer, Delegated Authority Upon approval of this item, a pool of pre -qualified vendors will be established to participate in spot market competitions. The County Mayor or the County Mayor's designee will have the authority to solicit pricing and award contracts up to an aggregate amount of the allocation authorized by the Board. The County Mayor or the County Mayor's designee will also have the authority to (a) exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the County Code and implementing Order 3-38, and (b) add vendors to the pool at any time, subject to ratification by the Board on a bi-annual basis. Honorable Chairman Jean Monestime and Members, Board of County Commissioners Page 2 , Vendors Pre -Qualified for Pool A Request to Qualify (RTQ) was issued under full and open competition on June 23, 2015. The method of award was to pre -qualify all responsive and responsible vendors that met the minimum requirements as specified in the solicitation for participation in future spot market competitions. Fifteen vendors responded to the solicitation, of which nine (9) were responsive and six (6) were "No Bids." On April 1, 2016, the Procurement Management Services Division of the internal Services Department held a publicly -noticed meeting to assist vendors that failed to comply with the requirements of the RTQ. Of the nine (9) responsive vendors, five (5) are being recommended for inclusion in the pool as set forth in the table below. Awardee Principal Address Local Address Principal Al Bosgraaf & Sons Inc., Building Contractors 240 Rebel Run Osteen, FL None Gerald A. Bosgraaf D.W. Recreation Services, Inc. (SBE) 2500 NW 79 Avenue Number 258 Doral, FL Same Candace N. West H.G. Construction, Development and Investment, Inc. (SBE) 7570 SW 77 Avenue Miami, FL Same Hilario Gonzalez, III Leadex Corporation (SBE, DBE) 2601 SW 69 Court Miami, FL Same Frank J. Fonseca Regal Contractors, Inc, 1220 SW Squire Johns Lane Palm City, FL None Paul L. Martin endors Not Pre -Qualified for Pool Vendor Reason for not Recommending Beachcomber Fiberglass Technology, Inc. No Bid Dade Pump & Supply Co. Design America Hornung's Golf Products, Inc. Preservation Materials International, LLC Sturdisteel Bliss Products and Services, Inc. Vendor did not submit the required license to satisfy the pre - qualification criteria. Upon the submission of the required license, the vendor will be added to the pool. Playground Services, Inc. John Fitzgerald, Inc. Vendor did not complete the vendor registration process. Upon completion of the registration process, the vendor will be added to the pool. Play/Space Services, Inc, d/bfa Advanced Recreational Concepts *A "No Bid" means the vendor responded indicating it was not interested in participating in the pool. Honorable Chairman Jean Monestime and Members, Board of County Commissioners Page 3 Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the internal Services Department's ProcurementGuidelines to determine contractor responsibility, including verifying corporate status and that there are no performance or compliance issues. The lists that were referenced include: convicted vendors, debarred vendors, delinquent contractors,, suspended vendors, and federal excluded parties. There were no adverse findings relating to contractor responsibility. Pursuant to Resolution No. R-140-15, prior to the re -procurement of this replacement pool, a full review of the scope of services was conducted to ensure the replacement pool reflects the County's current needs. The review included conducting market research, posting a draft solicitation for industry comment, and holding meetings and drafting sessions with the user department. The scope of services was updated to include the acceptance of additional licenses (e.g., Building Contractor and General Engineering). Applicable Ordinances and Contract Measures The User Access Program provision applies and the two (2) percent fee will be collected on all purchases where permitted by the funding source. • The solicitation was assigned a Community Workforce Program goal that may apply to individual spot market quotes. All individual spot market quotes will be reviewed by the Internal Services Department's Small Business Development Division for application of measures prior to advertising. • The Local Preference Ordinance will be applied at the time of spot market competition where permitted by the funding source. • The Living Wage Ordinance does not apply. Michael Spring Senior Advisor MEMORANDUM (Revised) TO: Honorable Chairman Jean Monestime and Members, Board of County Commissioners FROM: DATE: July 6, 2016 SUBJECT: Agenda Item No. 8 (F) (6 ) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (i.e., 2/3's 3/5's , unanimous ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required Approved Mayor Agenda Item No. 8 (F) (6 ) Veto 7-6-16 ' Override RESOLUTION NO. RESOLUTION AUTHORIZING ESTABLISHMENT OF PREQUALIFICATION POOL RTQ-00251 IN A TOTAL AMOUNT UP TO $16,000,000.00 FOR PLAYGROUND INSTALLATION AND INFRASTRUCTURE SERVICES FOR THE PARKS, RECREATION AND OPEN SPACES DEPARTMENT FOR A TERM OF EIGHT YEARS AND FUNDED IN PART FROM THE BUILDING BETTER COMMUNITIES GENERAL OBLIGATION BOND PROGRAM; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO SOLICIT PRICING, AWARD CONTRACTS, EXERCISE ALL PROVISIONS OF THE SOLICITATION DOCUMENTS AND ANY RESULTING CONTRACTS PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI-DADE COUNTY, FLORIDA AND IMPLEMENTING ORDER 3-38, AND ADD VENDORS TO THE POOL AT ANY TIME, SUBJECT TO RATIFICATION BY THE BOARD ON A BI-ANNUAL BASIS WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes the establishment of prequalification pool RTQ-00251 for playground installation and infrastructure services for the Parks, Recreation and Open Spaces Department in a total amount up to $16,000,000.00 for a term of eight years; and authorizes the County Mayor or County Mayor's designee to (a) solicit pricing and award contracts up to the aggregate amount of the allocation authorized by the Board, (b) exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the Code of Miami -Dade County, Florida and Implementing Order 3-38, and (c) add vendors to the pool at any time, subject to ratification by Agenda Item No. 8 (F) (6 ) Page No. 2 the Board on a bi-annual basis. A copy of the solicitation document and resulting contracts are on file with and available upon request from the Internal Services Depai tment, Procurement Management Services Division. The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Jean Monestime, Chairman Esteban L. Bovo, Jr., Vice Chairman Bruno A. Barreiro Daniella Levine Cava Jose "Pepe" Diaz Sally A. Heyman Dennis C. Moss Sen. Javier D. Souto Juan C. Zapata Audrey M. Edmonson Barbara J. Jordan Rebeca Sosa Xavier L. Suarez The Chairperson thereupon declared the resolution duly passed and adopted this 6th day of July, 2016. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this Resolution and the filing of this approval with the Clerk of the Board. MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK By: Deputy Clerk Approved by County Attorney as to form and legal sufficiency. Hugo Benitez