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