Loading...
HomeMy WebLinkAboutR-98-0844J-98-915 8/28/98 RESOLUTION NO. 9 8 8 4 4 A RESOLUTION, WITH ATTACHMENT, APPROVING THE FURNISHING AND INSTALLATION OF PARK EQUIPMENT AT VARIOUS CITY PARKS FROM VARIOUS VENDORS LISTED IN EXHIBIT A, ATTACHED HERETO AND MADE A PART HEREOF, UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. 4907-3/98, ON A CONTRACT BASIS UNTIL NOVEMBER 30, 1998, FOR THE DEPARTMENT OF PARKS AND RECREATION, AT A TOTAL AMOUNT NOT TO EXCEED $62,832.00; ALLOCATING FUNDS THEREFOR FROM SAFE NEIGHBORHOOD PARKS BOND PROGRAM FUNDS AS APPROPRIATED BY CAPITAL IMPROVEMENT ORDINANCE NO. 11623, AS AMENDED, ADOPTED MARCH 24, 1998 FOR CAPITAL PROJECTS. WHEREAS, the City Commission, pursuant to Resolution 97-875, adopted December 9, 1997, authorized the City Manager to submit applications and accept grants from Miami -Dade County for projects designated for the Safe Neighborhood Parks Bond Program first year funding cycle; and WHEREAS, the Safe Neighborhood Parks Bond Program total allocation for the City of Miami is $21,675,000.00; and WHEREAS, the City of Miami submitted grant applications for the first year funding cycle for a variety of projects totaling $7,798,800.00; and WHEREAS, the projects include erection of new buildings, ATTACHMENTS) CONTAINED off COMMUMON MMEMG 4F SEP 8 1998 '98- 844 building renovations, lighting improvements, pool renovations, and land acquisitions; and WHEREAS, in the effort to expedite the implementation of said grants, specifically the purchase and installation of park equipment at various city parks locations, the city desires to utilize Miami -Dade County Contract No. 4907-3/98; and WHEREAS, in accordance with the Miami -Dade County contract, the city wishes to use the various vendors listed in exhibit "A" attached hereto, at a total amount not to exceed $62,832.00; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The furnishing and installation of park equipment from various vendors, as listed in Exhibit A, attached hereto and made a part hereof, under existing Miami -Dade County Contract No. 4907-3/98, on a contract basis until November 30, 1998, for the Department of Parks and Recreation, at a total amount not to exceed $62,832.00, is hereby approved, with funds therefor hereby allocated from Safe Neighborhood Parks Bond Program funds, as appropriated by Capital Improvements Ordinance No. 11623, as amended, adopted March 24, 1998 for Capital Projects. Section 3. This Resolution shall become effective - 2 - 98-- S44 immediately upon its adoption and signature of the Mayor.11 PASSED AND ADOPTED this 8th day of September 1998. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of this legislation by signing it in the designated place l;;rovided, said legislation rovj becomes effective with the elapse of ten (10) days om the date of Com sicn action regarding same, without the Mayor exercisingEr ATTEST: o an, City Clerk WALTER J. FOEMAN CITY CLERK AND CORRECTNESS NDRO VILARELLO ATTORNEY W2861:CSK:kc 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - 98-r 844 Ex#l.srr -7� C O N T R A C T A W A R D S H E E T BID NO.: 4907-3/98-2 (Previous Bid No. 4907-3/98-1) PLAYGROUND AND PARK EQUIPMENT, FURNISH/DELIVER AND INSTALL CONTRACT PERIOD: 12/1/97 thru 11/30/98 COMMODITY CODE: 650-12 PART #1: VENDORS_ AWARDED F.E.I.N.: 650170950 VENDOR: Leadex Corp. STREET: 4731 S.W. 75 Avenue CITY/STATE/ZIP: Miami, FL 33155 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 DELIVERY: 30 to 45 Days ARO PHONE: (305) 266-2028 FAX: (305) 264-5350 CONTACT PERSON: Frank J. Fonseca OTR YEARS: Three (3) F.E.I.N.: 720768130 VENDOR: No Fault Industries, Inc. STREET: 11325 Pennywood Avenue CITY/STATE/ZIP: Baton Rouge, LA 70809 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 Days. DELIVERY: As Required PHONE: (504) 293-7760 / (800) 232-7766 FAX: (504) 291-3821 CONTACT PERSON: David W. Brantley F.E.I.N.: 131153664 (Previous Name: Robert Godfrey, LTD) VENDOR: Fibar, Inc. STREET: 80 Business Park Dr., Ste. 300 CITY/STATE/ZIP: Armonk, NY 10504-1705 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: (914) 273-8776 / (800) 342-2721 FAX: (914) 373-8659 CONTACT PERSON: Lauren Furman 98- 844 Contract Award Sheet Bid No. 4907-3/98-2 Page 2 F.E.I.N.. VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 592759789 Park Structures, Inc. P.O. Box 2166 Pompano Beach, F1 Dest. (Installation Net 30 Days 30 Days ARO (305) 979-3535 (305) 960-0259 Alan Bayman 33061 Not Allowed) F.E.I.N.: 593097655 VENDOR: Kompan/Bigtoys Southeast, Inc. STREET: P.O. Box 1217, 890 Four Wheel Lane CITY/STATE/ZIP: Geneva, FL '32732 F.O.B. TERMS: Dest. (Installation Not Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: (407) 349-5160 / (800) 453-7529 FAX: (407) 349-5117 CONTACT PERSON: Mrs. Margaret M. Piazza F.E.I.N.: 592702353 VENDOR: John Fitzgerald, Inc. STREET: 2611 Faulkner Road CITY/STATE/ZIP: Orlando, F1 32810 F.O.B. TERMS: Dest. (Installation Not Allowed) PAYMENT TERMS: ,. Net 30 Days DELIVERY: As Required PHONE: (407) 323-8822 FAX: (407) 323-0999 CONTACT PERSON: Mrs. Linda.Fitzgerald F.E.I.N.: 410971842 VENDOR: Landscape Structures, Inc. STREET: 601-7 Street South CITY/STATE/ZIP: Delano, MN 55328 F.O.B. TERMS: Dest. (Installation Not Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: (612) 972-3391 / (800) 328-0035 FAX: (612) 972-3185 CONTACT PERSON: Mr. Vern Lee F.E.I.N.: 650108496 VENDOR: Contract Connection/Iron Mountain Forge STREET: P.O. Box 8254 CITY/STATE/ZIP: Pembroke Pines, FL 33084 F.O.B. TERMS: Dest. (Installation Not Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: 45 Days ARO PHONE: (305) 431-2283 / (800) 432-2283 FAX: (305) 436-5892 CONTACT PERSON: Michael I. Krohn II Page 2 9 8^ 844 Contract Award Sheet Bid No. 4907-3/98-2 Page 3 F.E.I.N.. VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F. E. I. N. VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 420995018 Miracle Recreation Equipment Co. c/o Ned Noland & Assoc. P.O. Box 948262 Maitland, FL 32751 Dest. (Installation Not Allowed) Net 30 Days ARO As Required (407) 740-5512 / (800) 757-7529 (407) 740-5704 Mr. James H. Bassett 650201304 Jordan's Outdoor Fun, Inc. 2095 N.W. Federal Hwy. Stuart, FL 34994 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 692-4353 / (800) 736-4153 (407) 692-4357 Mr. Richard Badame 362884931 6ametime, Inc. c/o Dominica Recreation Prod. P.O. Box 520700, 175 West Pine Avenue Longwood, FL 32752-0700 Dest. (Installation Not Allowed) ..Net 30 Days ARO As Required (407) 331-0101 / (800) 432-0162- (407) 331-4720 Mr. Richard-J. Dominica 630856214 Outdoor Aluminum c/o Dominica Recreation Prod. P.O. Box 520700, 175 W. Pine Avenue Longwood, F1 32752-0700 Dest. (Installation Not Allowed) Net 30 Days ARO As Required (407) 331-0101 / (800) 432-0162 (407) 331-4720 Mr. Richard J. Dominica 133718759 AMD (US) Corp. c/o Dominica Recreation Prod. P.O. Box 520700 Longwood, FL 32752-0700 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 331-0101 / (800) 432-0162 (407) 331-4720 Mr. Richard J. Dominica Page 3 Contract Award Sheet Bid No. 4907-3/98-2 Page 4 F.E.I.N.: 113058146 VENDOR: Child Safe Products, Inc. c/o Dominica Recreation Prod. STREET: P.O. Box 520700 CITY/STATE/ZIP: Longwood, F1 32752-0700 F.O.B. TERMS: Dest. (Installation Not Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: (407) 331-0101 / (800) 432-0162 FAX: (407) 331-4720 CONTACT PERSON: Mr. Richard J. Dominica F.E.I.N.: 431303108 VENDOR: Diversified Metal Fabricators, Inc. c/o Dominica Recreation STREET: P.O. Box 520700 CITY/STATE/ZIP: Longwood, F1 32752-0700 F.O.B. TERMS: Dest. (Insta•llation not Allowed) PAYMENT TERMS: Net 30 Days• DELIVERY: As Required PHONE: (407) 331-0101 / (800) 432-0162 FAX: (407) 331-4720 CONTACT PERSON: Mr. Richard J. Dominica F.E.I.N.: 251316177 VENDOR: Pete Jeffrey & Associates STREET: Rt. 910 & McLellan Road CITY/STATE/ZIP: Indianola, PA 15051 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: -As Required PHONE: (412) 441-0700 FAX: (412) 767-9716 . CONTACT PERSON: Peter P. Jeffrey PART #2: ITEMS AWARDED (See Attachments) PART #3: AWARD INFORMATION ()BCC (X)PMD AWARD DATE: 12/8/97 AGENDA ITEMS #: N/A BIDS & CONTRACTS RELEASE DATE: 12/8/97 OTR YEAR: Second Of Two (2) ADDITIONAL ITEMS ALLOWED: Yes SPECIAL CONDITIONS: Type I Insurance Required for• Installation TOTAL CONTRACT VALUE: $5,109,500.00 MODIFIED CONTRACT VALUE: USER DEPARTMENT DOLLAR AMOUNT ALLOCATED Park & Recreation $4,645,000.00 MDPD $ 600.00 Aviation $ 60,000.00 PROCUREMENT SPECIFICATION SPECIALIST: Edgar Inniss, CPPB EI/cs 01-06-98 Page 4 198 - 844 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=23 TO: Honorable —Mayor and Members DATE : AUG 2 D 1998 FILE: e City Commission SUBJECT: Authorizing the Furnishing and Installation of Park Equipment - at Various City Parks FROM: 'ionald ��HWarshaw. REFERENCES : Dade County Bid NO. 4907-3/98 City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the furnishing and installation of park equipment at eight (8) City parks from various vendors, as listed in Exhibit A, under existing Miami -Dade County Contract No. 4907-3/98-2, at a total amount not to exceed $62,832.00, for the Department of Parks and Recreation. Funding is available from Safe Neighborhood Park Bond Program funds appropriated by Capital Improvement Ordinance No. 11623, as amended, adopted March 24, 1998 for Capital Projects. BACKGROUND On December 9, 1997, the Miami City Commission authorized the City Manager to submit applications and accept grants from Miami -Dade County for projects designated for the Safe Neighborhood Park Bond Program first year funding cycle. The Safe Neighborhood Park Bond Program total allocation for the City of Miami is $21,675,000.00. The City of Miami submitted grant applications for the first year funding cycle totaling $7,798,800.00, to fund a variety of projects which include new buildings, building renovations, lighting, other site improvements, pool renovations, and land acquisition projects. Among the site improvement projects are the purchase and installation of park equipment at eight (8) City parks. The Departments of Purchasing and Parks & Recreation have realized a substantial savings utilizing the Miami -Dade County contract for said service. It is therefore recommended that an award be made to various vendors listed in Exhibit A as the responsible and responsive vendors, awarded under existing Miami -Dade County Contract No. 4907-3/98, for the Department of Parks and Recreation. Park Amount Belle Meade Park $ 5,600.00 Coral Gate Park $ 8,800.00 Kennedy Park $ 2,400.00 Lincoln Park $ 9,240.00 Maceo Park $13,600.00 Oakland Park $ 2,900.00 Rainbow Park $ 7,600.00 Triangle Park $ 9,700.00 Construction Contingency $ 2,992.00 TOTAL $62,832.00 ResoParkEquipDCB PZ) i CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Joe Pinon Assistant City Manager =ROM _AP Alberto Ruder, Director :�6 GFFiCE DATE: April 14, 1998 FILE : SUBJECT: Approval of Request for Formal Solicitation REFERENCES: ENCLOSURES: The Department of Parks and Recreation requests permissign for the City's procurement section to solicit bids from approved vendors for the projects listed below. We have verified with the Capital Improvement's Office and the Department of Budget and Management Analysis that funds are available from the Dade County Safe Neighborhood Parks Bond Program as allocated by Capital Improvements Ordinance No. 11623 adopted March 24, 1998. FENCIING PROJECTS PROJECT NO. I ACCOUNT CODES-- -. AMOUNT ED 1. Brickell Park 333101 589305-860 $ 40,650 2. Coral Gate Park 332133_ 30,113 3. Morningside Park 331313 " " 10,800 4. Range Park 331070 63,000 5. Sewell Park 333105 " 33,000 . . 6. Simpson Park 331346 IVr 143,250 7. Wainwright Park 333100 "IV34,100 8. Pullman Mini Park 333120 " 1,800 9. Stearns/Pallot Parks 333118 " 5,500 10.Myers Park 331359 " 5,000 11.West End Park 331107 IV" 2,400 SITE FURNISHINGS PROJECT NO. I ACCOUNT CODES AMOUNT 1. Belle Meade Park 333116 " $ 5,600 2. Coral Gate Park 332133 " " 8,800 3. Kennedy Park 333112 " 2,400 4. Lincoln Park (gazebo) 333122 " 9,240 5. Maceo Park 333114 IV" 13,600 6. Oakland Grove Park 333121 " " 2,900 7. Rainbow Village Park 333119 " " 7.600 8. Triangle Park 333106 9,700 WALKWAYS I PROJECT NO. I ACCOUNT CODES AMOUNT 1. Kennedy Park 333112 2. Morningside Park 331313 3. Peacock Park (bdwlk.) 331359 589305-860 $ 28,350 " 30,200 " 120,900 BOATRAMPS T PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Morningside Park 331313 IV" $ 2,000 2. Myers Park 331359 r IV 22,000 BASKETBALLITENNIS CT. I PROJECT NO. I ACCOUNT CODES AMOUNT 1. Clemente Park 331056 2. Hadley Park 333127 3. Shenandoah Park 331360 4. Triangle Park 333106 589305-860 $ 12,950 r r 17,700 r r 19,950 r r 18,100 SOD i R&D WORK I PROJECT NO. ACCOUW CODES I AMOUNT i,jrf'I? - 1. Allapattah Comstock 331309 589305-860 $ 12,000 ' 2. Douglas Park 333102 r at 62,550 BUILDWO DEMOLITION I PROJECT NO. ACCOUNT CODES AMOUNT 1. Blanche Park 333117 2. Morningside Park 333102 3. Stearns/Pallot Parks 333118 589305-860 $ 4,500 r r 22,100 r r 51900 PARKING LOTS PROJECT NO. ACCOUNT CODES AMOUNT 1. Myers Park 331359 589305-860 $ 37,550 2. Sewell Park 333105 r if 13,550 - POOL EQUIP. & RENOV. PROJECT NO. ACCOUNT COON AMOUNT 1. Curtis Park 333113 589305-860 $ 3,100 2. Gibson Park 331341 " 3,400 3. Hadley Park 333127 31,300 4. Jose Marti Park 331385 " 59,000 5. Morningside Park 331313 3,600 98- 844 / Z POOL EQUIPMENT Cont. r PROJECT NO. I ACCOUNT CODES AMOUNT 6. Range Park 331070 "IV44,150 7. Shenandoah Park 331360 " " 2,500 8: Virrick Park 331316 " 3,000 9. West End Park 333107 " 2,500 10.Williams Park 331351 1,400 TRACK EQUIPMENT I PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Curtis Park 333113 589305-860 $ 13,300 Budgetary Review and Approval: qnv� 0. Dipak Parekh, Director Office of Budget and Management Analysis Capital lrpprovements Review &' Approval: ,p aenz- er Capital Improvements Administrator Please indicate below your approval or (Not) Approved: AR:CH:jag of this Joe Pirlon it City Manager C O N T R A C T A W A R D S H E E T BID NO.: 4907-3/98-2 (Previous Bid No. 4907-3/98-1) PLAYGROUND AND PARK EQUIPMENT, FURNISH/DELIVER AND INSTALL CONTRACT PERIOD: 12/1/97 thru 11/30/98 COMMODITY CODE: 650-12 PART #1: VENDORS AWARDED F.E.I.N.: 650170950 VENDOR: Leadex Corp. STREET: 4731 S.W. 75 Avenue CITY/STATE/ZIP: Miami, FL 33155 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 DELIVERY: 30 to 45 Days ARO PHONE: (305) 266-2028 FAX: (305) 264-5350 CONTACT PERSON: Frank J. Fonseca OTR YEARS: Three (3) F.E.I.N.: 720768130 VENDOR: .No Fault Industries, Inc. STREET: 11325 Pennywood Avenue CITY/STATE/ZIP: Baton Rouge, LA 70809 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 Days, DELIVERY: As Required PHONE: (504) 293-7760 / (800) 232-7766 FAX: (504) 291-3821 CONTACT PERSON: David W. Brantley F.E.I.N.: 133153664 (Previous Name: Robert Godfrey, LTD) VENDOR: Fibar, Inc. STREET: 80 Business Park Dr., Ste. 300 CITY/STATE/ZIP: Armonk, NY 10504-1705 F.O.B. TERMS: Dest. (Installation Allowed) PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: (914) 273-8770 / (800) 342-2721 FAX: (914) 373-8659 CONTACT PERSON: Lauren Furman Contract Award Sheet Bid No. 4907-3/98-2 Page 2 F.E.I.N.. VENDOR: STREET: T CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E. I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 592759789 Park Structures, Inc. P.O. Box 2166 Pompano Beach, F1 33061 Dest. (Installation Not Allowed) Net 30 Days 30 Days ARO (305) 979-3535 (305) 960-0259 Alan Bayman 593097655 Kompan/Bigtoys Southeast, Inc P.O. Box 1217, 890 Four Wheel Lane Geneva, FL *32732 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 349-5160 / (800) 453-7529 (407) 349-5117 Mrs. Margaret M. Piazza 592702353 John Fitzgerald, Inc. 2611 Faulkner Road Orlando, F1 32810 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 323-8822 (407) 323-0999 Mrs. Linda.Fitzgerald 410971842 Landscape Structures, Inc. 601-7 Street South Delano, MN 55328 Dest. (Installation Not Allowed) Net 30 Days As Required (612) 972-3391 / (800) 328-0035 (612) 972-3185 Mr. Vern Lee 650108496 Contract Connection/Iron Mountain Forge P.O. Box 8254 Pembroke Pines, FL 33084 Dest. (Installation Not Allowed) Net 30 Days 45 Days ARO (305) 431-2283 / (800) 432-2283 (305) 436-5892 Michael I. Krohn II 98- 844 Page 2 Contract Award Sheet Bid No. 4907-3/98-2 Page 3 F.E.I.N.. VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 420995018 Miracle Recreation Equipment Co. c/o Ned Noland & Assoc. P.O. Box 948262 Maitland, FL 32751 Dest. (Installation Net 30 Days ARO As Required Not Allowed) (407) 740-5512 / (800) 757-7529 (407) 740-5704 Mr. James H. Bassett 650201304 Jordan's Outdoor Fun, Inc. 2095 N.W. Federal Hwy. Stuart, FL 34994 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 692-4353 / (800) 736-4153 (407) 692-4357 Mr. Richard Badame 362884931 Gametime, Inc. c/o Dominica Recreation Prod. P.O. Box 520700, 175 West Pine Avenue Longwood, FL 32752-0700 Dest. (Installation Not Allowed) ..Net 30 Days ARO As Required (407) 331-0101 / (800) 432-0162- (407) 331-4720 Mr. Richard-J. Dominica 630856214 Outdoor Aluminum c/o Dominica Recreation Prod. P.O. Box 520700, 175 W. Pine Avenue Longwood, F1 32752-0700 Dest. (Installation Not Allowed) Net 30 Days ARO As Required (407) 331-0101 / (800) 432-0162 (407) 331-4720 Mr. Richard J. Dominica 133718759 AMD (US) Corp. c/o Dominica Recreation Prod. P.O. Box 520700 Longwood, FL 32752-0700 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 331-0101 / (800) 432-0162 (407) 331-4720 Mr. Richard J. Dominica Page 3 Contract Award Sheet Bid No. 4907-3/98-2 Page 4 F.E.I.N.. VENDOR: STREET: CITY/STATE/ZIP;-- F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 113058146 Child Safe Products, Inc. c/o Dominica Recreation Prod. P.O. Box 520700 Longwood, F1 32752-0700 Dest. (Installation Not Allowed) Net 30 Days As Required (407) 331-0101 / (800) 432-0162 (407) 331-4720 Mr. Richard J. Dominica 431303108 Diversified Metal Fabricators, Inc. c/o Dominica Recreation P.O. Box 520700 Longwood, F1 32752-0700 Dest. (Installation not Allowed) Net 30 Days As Required (407) 331-0101 / (800) 432-0162 (407) 331-4720 Mr. Richard J. Dominica 251316177 Pete Jeffrey & Associates Rt. 910 & McLellan Road Indianola, PA 15051 Dest. (Installation Allowed) Net 30 Days ,-,As Required (412) 441-0700 (412) 767-9716 . Peter P. Jeffrey PART #2: ITEMS AWARDED PART #3: AWARD INFORMATION ()BCC (X)PMD AWARD DATE: 12/8/97 (See Attachments) AGENDA ITEMS #: N/A BIDS & CONTRACTS RELEASE DATE: 12/8/97 OTR YEAR: Second Of Two (2) ADDITIONAL ITEMS ALLOWED: Yes SPECIAL CONDITIONS: Type I Insurance Required for Installation TOTAL CONTRACT VALUE: $5,109,500.00 USER DEPARTMENT Park & Recreation MOPO Aviation MODIFIED CONTRACT VALUE: DOLLAR AMOUNT ALLOCATED $4,645,000.00 $ 600.00 $ 60.000.00 PROCUREMENT SPECIFICATION SPECIALIST: Edgar Inniss, CPPB EI/cs 01-06-98 Page 4 g- 844 11/29/97 19:53 FAI 303 '3 5350 L.EADEZ ®00, �11/18/97 00:33 0305 075 1720 CSA PROCW MOMT moo METROPOLITAN DAD COUNTY 910 NO. 4907-3/99=� 8 I D P R O P O S A L F O R PLAYGROU/NO AND PARK EQUIPMENT (FURNISH, DELIVER AND USTALL) FIRM NAME: �l �i1L Wail . Bidder is to list below in the space provided a statement of sub -contractors, if any, to b4 used in the erformance or the proposed Contract, as required in Section 2 - SpeCial Conditions. SUB -CONTRACTOR ADDRESS PORTION OF WORK ( PHONE COMPANY NAME I E ! � LL inl��C 8 G F2 Ti F�� i✓i t u C Fit? A4/ ^10"PIr a,442 wll t r T�tO t -0Pyyje- -fat rae Page 17 F;-rj 11/29/97 19:33 FAX 303 ,4 3330 LEADER ® 00 11/16/87 00:33 spies 375 4726 Caa PROMMM T 1W04 METROPOLITAN DADE COMM 910 NO. 4907.3/98-4TR BID PROPOSAL FOR: PLA OUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: di Cont Itow Description r 7 8 s IFR15 RU_4iURE (CONTINUED) (11) Exravati n (par c 1c Ltd. including removal Ed disposal) S.f.�. /ru. Yd. VARI/�iGES: State any variances, however slight, to the listed options. Page 16 8 METROPOLITAN DADt ..OUNTY 8I0 NO. 4907-3/98-1 8ID PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) N FIRM NAME: LEADEX CORPORATION -=sn_sas=aca-aa=oo====s:asrssassessa=assasaaaasasassas:saamsraa=====s�_ssaaassrasr:=�:;_. Item Description Discr -. ==saaaxsaasaasaasssaass=ass:asssrsassssassssssassssssa:ssassssssssas==sssaraa.:a-a__a:_�_:.-= r 1. ' Distributor's Catalog Fixed percentage 4iscoun : Playgrouund-and Park Equipment Vendor ���� o44fi0� Discount off List Price -eG b4vlo (if applicable) Minimum Order Amount. ($) .e�� d2'a • ODD Delivery ao — 4 'r days ARO ' Price List No.�Seze. elw- dated + s-mgA&I Manufacturer's Catalogs Fixed Percentage Discount: Playground and Park Equipment MANUFACTURER JA W&L B"AfflAcd f}/Y.8i j2ZWAF/2 Minimum Order Amount $ a& OV•00 (If Applicable) Delivery .30 — s(-S" days ARO Price List No. 9P.�'dated fib. i 9 5F5_ P10S ?f �ei� h f �e2 cr r5�c e� 0014*z )L" OPTION A DISCOUNT OFF LIST PRICE INSTALLATION: Fixed Percentage over Cost ��• 3 (after discount) of equipment 11i18i97 Op:yl 12305 '13 1083 GSA PROCUREXENT ® 003 METROPOLITAN DADE COUNTY BID NO. 4907-3/98-*W BID PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER ANU INSTAIL) FIRM NAME: MD QJ7�2� LAC— =sae-•_--��..ss=-...r�s---------.�---ssss_ �—T. ::_—�.ae�. _ ---asp Unit Price Unit Price Unit Price Item Description Per S/F Per SIF Per S/F less than 1,000 to over 3,000 1.000 S/F 3,000 S/F S/F OPT�I U: INFRASiRUCTURF (1) Rubber/plastic safety surfacing tile (if not included in vendor catalog.) list all available Lhickness for 200 G. MAX rating. �I-A (2) Rubber/plastic safety surfacing the installation (labor and materials needed / a for installation). Ingicate ql a,down method..S` aferfbriE're., Ve a+�W (3) Poured in place rubber safety, surfacing, labor and materials, 2" thickness (200 G. MAX rating). List max. fall height (4) Trap sand 070, delivered and spread (per cu. yd-) (5) Recycled tires, 99.9% free of fabrics and metal, rubber granule dimensions from h" to 3/8" in siza. 1" deep, 200 G. MAX (per sq. ft-) (6) Concrete slabs, labor and materials as per detail (per sq. ft.) (7) Thickened edge for concrete slab, labor and materials as per detail #1 (per lin. ft.) (8) Thickened edge for concrete slab, tabor and materials as per detail #2 (per tin. ft.) i S�OOc? N4A�+lnwn Unit 4 !G - 34 11 q, 44 ce $- Cu. Yd. r../Sq. Ft. S N Sq. ft. $N �Lin. Ft. $ Lin. Ft. (9) Concrete curb, labor and materials u Lin. Ft. as per detail (per tin. ft.) S (10) 4" x 12" timber retainers, as per s Lin. Ft. detail (per lin. ft.) Page 15 98— 844 11/29/97 19:55 FAX 303 13 3350 LEADEZ 11/18/07 00:32 CP306 473 4726 CSC PR METROPOLITAN DADE COUNTY 910 NO. 4907-3/98-4M*- BI D• PROPOSAL FOR PLA,Y,GROUND AND PARK EQUIPMENT (FURNISH, DELIVER ANO INSTALL) FIRM NAME: 4 - @I 00 Q 0C Item Unit Price Unit• Price unit Price Description Per S/F Per S/F Per S/F less than 1,000 to over 3,00C 1,000 S/F 3,000 S/F S/F PT3 INFR/ISTRUGTURE ` (1) Rubber! included available fastie safety surfacing tile (;f not in vendor catalog.) List all thickness for 200 G. MAX rating. /WCz(/.0+.D1 &f&VDVXct• Cdr 0) Rubber/ p installsI for instillation). method. astic safety surfacing the tan (labor and materials needed Indicate glue -down I X AGZ. �`� 52 t Q / (3) Poured i labor an (200 6. place rubber safety, surfacing, materials, 2" thickness MAX rating) . List max. fall height /Z • 00 � 0 /'/. 00 9 �S unit Price (4) Trap sand d70, delivered and spread (per cu.Iyd.) dp S 3 Cu. Yd. (S) Recycled metal, rAbor 3/8" in (per sq. tires. 99:9Z freit• of fabrics and granule dimensions free It* to ize. Gn deep, 200 G. MAX ft.) s —. 4l7 Sq. Ft. 1V' ;4179 /sq, Ft. (6) Concret as per drtall slabs, labor and materials (per sq. ft.) (7) Thickanoo labor and (per liI. edge for concrete slab, materials as per detail #1 ft.) S 7-Q / Lin. Ft. (8) Thickemod labor and (Per li edge for concrete slab, materials as per detail 02 ft.) s 5 Lin. Ft. (9) Cone ret as Per curb, labor and materials sail (per lin. ft.) ' / O Lin. Ft. (10) d" x 12 detail ( timber retainers, as per or lin. ft.) S /_„!Lin. Ft. Page 15 98= 844 llilai97 09:41+_ 03r 173 1083 GSA PROCUXEMr- r' 0004 METROPOLITAN DADE COUNTY .No ) BID NO. 4907-3/98-0" BID PROPOSAL FOR PLAYGROUND AND PARK EOUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: A P-P � Item Description OPTION 6: NFRASTRUCT RE (CONTINUED) (11) Excavation (per cubic yd. including removal and disposal) $--_____/ Cu. Yd. ARIANC S: State any variances, however slight, to the listed options. Page 16 11/18/97 09:4'L Q30s 373 1063 ' ' • "" GSA PROCLiRElWr ­ METROPOLITAN BADE COUNTY BIO NO. 4907-3/98U 61D PROP0SAL FOR PWGROUNn AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTAL_) FIRM NAME: STATIMENT OF SUB -CONTRACTORS T< Bidder is to list below in the space provided a statement of sub -contractors, if any, to be used in the performance of the proposed Contract, as required in Section 2 - Special Conditions. SUB -CONTRACTOR k1A. ADDRESS PORTION OF WORK PHONE COMPANY NAME rO BE DONE - I - -1 -1 _ f - Page 17 7jo ja.ud,.$d�..ti4.:s DEK ..�` I"1a Few Fall Height Chart ASTM F 1292-06 Test Results Surface Thickness Using strend�d Rubber Yet Fall Height Over Cement Base Fail Height Over 90% Compacted Stone Base 1" Up to 2 feet N/A 1-1 /4" 3 feet Up to 5 feet 1-1/2" 4 feet 1- 3/4" 6 feet 2" 5 feet 7 feet 2-1/4" 6 feet 2-1 /2" 8 feet 2- 3/4" 7 feet 3" 9 feet ' 3-1 /4" 8 & 9 feet 3-1 /2" 10 feet 4" 10 feet 98-- 844 i SAF DEK by No Fault Industries, Inc. PRICE LIST / BID NO.4901-3/98-OTR METRO DADE COUNTY 1998 I �1l1 � �w �d T_.a__ �..•. �_�ww�r wwbbw0/.Tc01 !►TAVC ll At3 L' S' Fall Height 6' Fall Ht. 7' Fall Ht. i 8' Fall Ht. 9' Fall Ht. Safety Surface Safety Safety Safety Safety Total Minimum Depth Allowed Surface Surface Surface Surface Square Footage 125" Total Depth 1.75" Total fttb 2" Total Depth 2.5" Total Depth 3" Total Depth ryr+•4•r�4•I4•�r�b O h O• �D• y-.b. •Q 6�f4�09b bQIMMENSE: 64f'/�404Gb LL ab b' b�Q4 +r'�4h'�i3O ri,4,+Lh•+4Y,O,ryyO,4fi0Y;` h1q b04�7�,h++ b0004 O OOdY +! 40 6 O O O O ihB44/i?h4h4h04h +40'00 S64 h'4A0'44ri r+++:+4ririi;4401b0 < 1,000• S10.83 $11.96 $12.54 $13.16 $14.22 cs..........iYi,�4:7LQ�:QQ�/;G,•O4, ,�10.:O.'LtQ�IQ ?'K4QriQ4,n,R'xn4QYcQ4:'xtcbbd't{Nhhit'R�'7c'•t'R''�0.bbttnr.' 0;7�.LQQr:4;).h4• ri.%i;J.QQ�':QQO:.QKLYtQ=Z21,Y4Y.b,Y40briC4YI,'4,'QxO:r:4� 1,001 - 3,000 $9.48 $10.52 $10.94 S11.77 $12.78 '.'LSS'.+,'+�'+yu�'ntl.YClL:t':y +n�!; ...'!:!:,L; :!+.!��tW' wXv�.,vC. +,'..'.N;G!:: :�4 '.+•:LL::N';LY.�.Lh'+•Y.�..' YKw.:';.'+.".� :: v�vv�.�.G:� +�' �. 9C: :+'.C.S�Y hYSS�S'S�.Y.:'�i�'SA. .'.+:..':'.+.':':1:':':'!::�: Y:;L�'''�'+.�'-S'+•v�ti > 3,000 $8.69 $9.67 $10.07 $10.84 $11.81 •+ „•�'; .� �yY� ' n 'i•`Y• ,� •+ .. .. -y-.�'-x�YY•ti•-:•.•-Y YYYYY v. YY YYY +. YxYY+•,�..,�Yxx Y Y x Y •+ Y Yv.:�� �YY'.w%•:-.��• YY w•.•+.�:.^•r�o'••-r^.•.:••..•- 4GQh;9,Y0,4, 'Q44 QQQi;144, Q4,OQ4v;..14,Q4 + g60,4, `ry,� ri 4,4Q4 ,4rh4qN,+; .4,O5Y:Q�'9�;54, 4;4i'Qr QQ4,r,4'4,h,4,+i,4+.4 i ; Yih,4,r,� 44,64;7,1L�4@D;J,rb;•,4;4Oh44�3 4 ��bL�4ri�.� �i,4yr•G%•:4;S,ririi4; ,44ii0�0,� O�4'r4ri. 4�•yO,4,rgryYh44;+rh4r+44 O'O4�4L'QObbririri44�'iri4ri4ri4 ri4+iri44bh 4 bri4004 44 r 6�'i�i�34 4b4 44. A•yi44 444444ririh47ihO 4�i0 4 D Scope of Work: Labor, Travel, Equipment, Materials and Freight Installation on ground floor. Colors : STANDARD 50150 = 50% black and 5001* Color (red, green, blue, yellow, orange, purple, brown , eggshell, or gray). Colors are limited for outdoor use. Scheduling-: 30 days advance notice, with a 3 week window of time for the installation. Security : Owner or owner's representative MUST provide security during the installation and during 48 hour cure time. If No Fault is required to provide security, add an additional $500 per day, two day minimum. Access : Easy, 24 hour -a -day access, 7 days per week and ground level. Base : 90'/o Compacted Stone Base installed and prepared by owner prior to installation Measurements: In addition to the total square footage of area, every additional lineal foot of transition from SAF DEK to loosefill will be calculated as an additional square foot of SAF DEK. Equipment: Play equipment must be installed prior to SAF-DEK installation. Iz... 1998 Color and Graphic Options: (Choose one of the following packages at no extra cost) => Package A (Color Package): Any mix of colors maintaining a minimum of 20% black. Package B (Graphics Package): Any combination of five (5) Y x Y graphic designs, per each 1,500 sq. ft. of SAF DEK surface. Package C (Color Dissolve Package):. Up to 3 color changes (i.e., Rainbow), maintaining a minimum of 50% Black. Other Alternates: 1. 1/2" Cap: ADD Sl per square foot. 2. Any combination of two (2) options: ADD 10% 3. Unique requests can be quoted on a job -by -job basis. :IC. Prevailing Wage: e.g. Davis Bacon Act ADD 12% s.'1 Performance Bond : ADD 2-1/2% ' IMPORTANT INFORMATION: 1. Owner shall provide template or jig for all graphic designs. 2. Designs must be approved by No Fault Industries, Inc. 3. Performance bond requires prior approval. N 4. Price Ust Is valid only if the project meets all general conditions. =' 5. Fall heights to be supplied by owner. Thickness based on testing. 6. Per ASTM F 1292-% and ASTM F 355-86. 844 All materials sad lobar provided by No Fault ladustrim Inc. 11325 Peanywood Avenue. Baton ROY�e. LA / 1232-77if SAF DEK by No Fault Industries, Inc. PRICE LIST / BID NO.4901-3/98-OTR DADE COUNTY 1998 OIMTRO or CONCRETE BASE t No Fall Ht. 2' Fall Ht. 3' Fall Ht. I 4' Fall Ht. S' Fall Ht. 6' Fall Ht, T Fall Ht. >!' 6c 9' Fdl Ht. Safety Safety Safety Safety I Safety Safety Safety Total Walkway Surface Surface Surfaee Surface Surface Surface Surface I Square Footap 3/8" Cap Only 1" Depth 1.23" DepW 1.S" D 2" depth 2.25" Depth 2.76" 3.25"Dath E :';i ;,iby b.bh �•.'r':'y�4� ? c?' :rbb''':r?4?::rr�ti r i i! :�t4RY?/ : %74r 4ii44G i i i i7h iyi < 1,000' $7.57 59.72 $10.23 $10.80 S11.84 $12.34, $12.93 S13.92 . i..�ihw%O�Jr44�'�f�%!Ob4,%Yb00044~ 416407�•014^6406 �/i��D�l�OOy�iSyf~4� •�i4h�Ji0,4~/i41OOb`lfix i044tii0i00i4:Shi iri�•hbibiY19i1� 1,001 - 3,000 $6.78 $8.43 $8.84 $9.35 $10 30 $10.70 $11.47 S12.80 ..:��'::�:.r.'.'.'�:r.'.::Q.�.. y�bbr'�.n..4. �J;SYl tiL'iyJ,�3, O�Ob�7;5y1, b,•riO;DbO b�.. �.''4;�bb;Y ,�3�•444'4,YJ,W,4;7;4;Ojt• �i�;7:.J::'Y.Y/..:�. :'�.�.vL'.�,Yi. > 3,001 ra�.c:.nv:e:.•nrxxxx_ S5.88x _ x�..xw..xx..xx $7.59 S8.04 $8.51 $9.41 59.87 S10.52 $11.39 GENERAL CONDITIONS Scope of Work: Labor, Travel, Equipment, Materials and Freight Installation on ground floor. Colors : STANDARD 50150 = 50% black and 50% Color (red, green, blue, yellow, orange, purple, brown, eggshell, or gray). Colors are limited for outdoor use. Scheduling : 30 days advance notice, with a 3 week window of time for the installation. Security : Owner or owner's representative MUST provide security during the installation and during 48 hour cure time. If No Fault is required to provide security, add an additional S500 per day, two day minimum. Access : Easy, 24 hour -a -day access, 7 days per week and ground level. Base: Concrete or asphalt base installed and prepared by owner prior to SAF DEK installation Measurements It -addition to the total square footage of area, every additional lineal foot of transition from SAF DEK to loosefill will be calculated as an additional square foot of SAF DEK. Equipment: Play equipment must be installed prior to SAF-DEK installation. ALTERNATE ADDITIONS AND DEDUCTIONS 1998 Color and Graphic Options: (Choose one of the following packages at no extra cost) Package A (Color Package): Any mix of colors maintaining a minimum of 20% black. Package B (Graphics Package): Any combination of five (5) Y x Y graphic designs, per each 1,500 sq. ft. of SAF DEK surface. Package C (Color Dissolve Package): Up to 3 color changes (i.e., Rainbow), maintaining a minimum of 50% Black. :.r ::j Alternates: 1. 1/2" Cap: ADD $1 per square foot. 2. Any combination of two (2) options: ADD 10% 3. Unique requests can be quoted on a job -by job basis. x Prevailing Wage: e.g. Davis Bacon Act ADD 12% :L: Performance Bond : ADD 2.1/2% ,. IMPORTANT INFORMATION: 1. Owner shall provide template or jig for all graphic designs. 2. Designs must be approved by No Fault Industries, Inc. 3. Performance bond requires prior approval. 4. Price list is valid only If the project meets all general conditions. 5. Fall heights to be supplied by owner. Thickness based on testing. c:%l00W7 ttl..m.m0M2 6. Per ASTM F 1292-96 and ASTM F 355-86. 9 8 - g 4 4 All materials and labor furnished by No Fault Industries. Inc- 11325 Pennywood Avenue. Baton Rouge. LA 761164 i ISM% 112-7766 NOU-26-1997 11:40 DOMINICA RECREATION 407 331 4720 P.17i19 METROPOLITAN DUDE COUNTY BID NO. 4907-3/98- 8ID P R 0 P 0 5 A L FOR: PLAYGROUNO ANO PARK EQUIPMENT (FURNISH. DELIVER AND INSTALL) FIBAR SYSTEKS FIRM NAME: c/o DOMINICA RECREATION PRODUCTS,inc. STATEMENT OF SUB-CONTRA�TQg� Bidder is to list below in the space provided a statement of sub -contractors, if any, to used in the performance of the proposer! Contract, as required in Section 2 - Special Conditions. SUB -CONTRACTOR ADDRESS I PORTION OF WMK PHONE COMPANY NAME TO BE DONE JOHN FITZGERALD, INC. _ Id/o DOMINICA RECREATION INSTALLATION c/o DOMINICA REC., CF,RTIFIED INSTALLER PRODUCTS,inc. PRODUCTS,inc. i NOU-26-1997 11:41 "INICA RECREATION 407 331 4720 P.19,,19 kD-DARE CGUNTr PEIC3316 ^�/F16AR SYSTEMS �w.r...vyW�ia`c %VWfW^%wIN%s a T0-1=M%D • r (Freight to be added) System 300 Series w/ Fibardrain Drainage System #301 12. $2.97 / sq.ft. #310 10" $2.82 / sq.ft. #302 8" $2.66 / sq.ft. #306 6" $2.17 / sq.ft. System 200 Series w/ 2 Layers of Fbarfelt for Your Stone Base #201 12" $2.75 / sq.ft. #210 10" $2.80 / sq.ft. #202 8" $2.44 / sq.ft. #206 6" $1.83 / sq.ft. Svsftm 100 Series wf 1 Layer of Fibarfelt #101 12" $2.57 / sq.fL #110 10" $2.42 / sq.ft. #102 8" $2.26 / sq.ft. #106 6" $1.65 / sq.ft. System 007 3" depth only Top Off of existing Fibar Materials $0.50 / sq.ft. sww 242W 98- 844 NOU-26-1997 11:39 DOMINICA RECREATION 407 331 4720 P.15/19 XTAO•--DADS COUNTY PRICING Playbound/Surface America, Inc.c/o Dominica RecAw ian Products, Inc. P.O. Banc b20T00 - Longwood. Florida 32762.07W 800.432-0162 (407) 331-0101 Fax (407) 331-4720 PRICING: hw udes Materials. lnuallatim A FmiAt. Site PnVaration & Sub= to be added C1�sf !rift Melt hii� ir>tiillhM Bar ce r Fe Co w JI& R tame R 100% block tlei0ar 1.000 S7.4Z 50%bbdcl "color S8.14 t00% mix 1 1 S8.95 100% bbdc 11.001- 3.000 SUS 50% blac /M Color S737 -� ---�100% cww 758:08 100% black , over 3.000 s628 • 50% buadriso% amw -� _ +S6.95 100% CAW 1, _ VAS s�-t00% blade 21 under 1.000 S8.05 50% bladkfSO% Color S8.75 S9.45 - .+. t00% baI5730 IAO- 30 _ .... 1- 50% blacNsO% coax S8.05 100%cow ----T----- S8.70 - _- - - - - 100% black , ore[ 3A00 S6.95 black/SO% coax S7.65 -�- - - 100% soar S8.35 F 111 100% black Under 1.000 58.65 - sox blae*JSO% Color S9.35 100% Color _ S 10.05 Wtr�c 1.0�0 .-st .000 VAS _ M 50% bladkl50% color S8.55 _ % color-- _ S9.25 . ewer 3.000 S7.45 50% black/50% color S8.15 _ _ _.. _... - 100% mar I S8.90 - Concrete Slab - $ 3.501sq ft: 1.000 sf R dr less MMOP di/af fiQ Mot k Immolm K*t Catar 1 wMw Sf R XMW R 2 3W 7T 100%'dadt Ueda 1.000 S9.4: 60% bbm*FSM Coter $10.2 t00% Color S10.9. 100% btadk I t= - 3.000 S84t 50% bddclrm C011V I S9AC 100% emw I S10.1: 100% black I over 3.000 sox blad&GM aobr S9.05 L100% Coto- S9.80 ... ' 9r T /00% bisdk Lhxw 1.000 J S 10.1 E 50% bwcvj50% Coley _ �- SS 111.-04 --"--r -.t- !- .- 1 100% Color -- S 11.82 ��y� 1�0�09Mm* 1.001 - 3.00� �S9.42' 30% • bwckyGjSO% cal -_ - S 1 O.2c 100% caor T- _ S10-9€ _ 100% black ,k 9,w 3.000 Si.00 - 50% btsvvso% color S9.78 _ _ .. -.... i 100% coat 3 On 6'1ao% blade undw I.OW S 10.74 -tOr4 S0% b4idN50% Color S i 1 S2 100% agorr - j S 12.30 _ -� 100% blaeyk 1.001 •3.000 $9.90 SO%bladNSO% CMW S 11.12 ._ .. --_ 1 W �. ri�I _• - • - Sr - --- _-j-. r l w% blawL over 3.000 S9.48 Sox bladclsOx dolor S I0.5 _ oo t% color S 11.0d S 2.501sq ft: over 1.000 sq R - Site Proplexcavation available - quoted based upon site conditions REPRESENTED BY: DOMINICA RECREATION PRODUCTS. Inc. P.O. BOX . LONGWOOD, FLORIDA 32752- . 407-331-0101 •300-432-0162 . FAX 407-331-4720 5 / / METROPOLITAN DADE COUNTY 8I D PROPOSAL -- BID NO. 4907-3/98 F 0 R : PLAYGROUND AND'PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME:- ==ra=ssaaaasaxaaassssaasssaaszsaa=:ss=a�sa=osza�ssaaaaan-.=-=ea=�====_====o===_= Item Description Discou assessssssssssssssssssssssssssssssssssssssssseasasasssarasssaaz�esas=zassaaanas:aa_: 1. Distributor's Catalog Fixed percentage discount: Playground and Park -Equipment Vendor Park Structures, Inc. Discount off List Price I.D14(if applicable) Minimum Order Amount (S) n7a Delivery •.30 days ARO Park Structures - eff. 11/1/94 Price List No. dated Karavan - eff. 2/1/95 Manufacturer's Catalods Fixed Percentage Discount: MANUFACTURER w Park Structures Karavan Playground and Park Equipment Minimum Order Amount S n/a (If Applicable) Delivery 30 days ARO Price List No. dated see above OPTION A INSTALLATION: Fixed Percentage over Cost (after discount) of equipment DISCOUNT,OFi LIST PRICE. is is 26 % (except Health -Trail Systems: 40% Park Shelters: 45% minimum installation charge: $30c �$- 844 NOu•-26-199? ae: 44 P. 05 METROPOLITAN DUDE COUNTY BID NO. 4907-3/98-0"r �ik• BIO P OPOSA� FO-R : PLAYGROUND AND PARX EQ PMENT (FURNISH, DELIVER AND INSTALL) Park Structures Inc. �EIRN NAME: OP_. T�_B: Rubber/plastic safety surfacing ti I& (if na included in vendor catalog.) List all -r' available thickness for 200 G. MAX rating. -t. -(2y` ubber/plastic safety surfacing tile installation (labor and materials eeded for -installatioa). Indicate glue" method. .. j3, : Poured in place rubber safety, su acing, Idwe and materials, 2` thickness t •(200.C. MAX rating). List max. fall height _4) .Trip sand 070, -T' (per cu. A.) -(5) Recycled tires, 99:9Z free of fab metal, rubber granule dimensions 3/a" in size, 6" deep, 200 G. MAX tper sq. ft.) onerete slabs, labor and oat±ris _4 • .as per detail (per sq. ft.) .: 7} -Thickened edge :labor and mate ;�:... (per tin. ft.) - Thickened edge for concrete slab, Libor and materials as per detail (per 1fn. ft.) Cenerete curb, labor and materials as per detail(ptr tin. ft.) �K p ' (I 4R x I2* timber retainers, as per detail (per lin. ft.) ivered and spread r concrete slab, Is as per detail and fit" to Page 1S Unit Price Unit price Unit Pric Description Pop S/F Pir S/F Per S/F less than 1,000 to over 3,0( 1,000 S/F 3,000 S/F S/F $8.80 1 $8.70 j $8.60 $11.00 $10.25 $9.75 Unit Price —� 0.00 Cu. Yd. s * 4,.So !Sq. Ft. s.li 5.,, n. _/So. Ft. S 200Lin. Ft. S 2.00 /Lin. Ft. 5 15 - 00 jLin. Ft. 12.00 �^ t tin. Ft. 98- 844 Nw-26-1997 08:44 P.86 -I MWGLITAN DADE comm 810 N0. 4907-3/98-40R� BI0 PROPOSAL FO-R: k PLAYGROUND AND PARK E IPMENT (FURNISH. DELIVER AND INSTALL) (.mm Park Structures, 112. j 'be Oescription o TI0N B: INFRASTRUCTURE (CO 113) Excavation (per cubic Ord. includii raova l and disposal) J.. A. - t� ES: State. any rarfsnce! S 3,_ Cu. Yd. hevever slight, to the listed options. Page Is 98- 844 P.07 NDl_26-1997 09:45 I f' 82D NO. 4907-3/"-M METROPOLITAN OADE COUNTY BID ROPOSAL FO_R PLAYtiRoUmo AND P),RK IPMENT (FURNISH, DELIVER AND INSTALL) Park Structures, Inc. { FIRM NAME: �. }{{: lor •be ist in tho sj•aco R vidld a :tstss4nt at sub -contractors. if any, o 'g4dder is to list of tha propose Contract, as "qui*ad in Section 2 - SPacizl ass in the pt toeidi tions . POE PORTION OF WORK `• :. �CMMACTOR ESS TO BE DOW COMPANY , ONE ---- t;.: r t: t c . F i f• r - Ram 17 9�� 844 METROPOLITAN BADE CUUNTY BID NO. 4907-3/98.1 FIRM NAME: 8I0 PROPOSAL 'FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) Ka%wM/Sic Toys Southeast, Inc. Item Description Discount Z 1. Distributor's Catalog Fixed percentage discount: Playground and Park Equipment Vendor Discount off List Price (if applicable) Minimum Order Amount-($) Delivery . days ARO ' Price List No. dated -. Manufacturer's Catalogs ; Fixed Percentage Discount: Playground and Park Equipment_�- _ MANUFACTURER New p' s Byw Lam. y:. Kogan, _Little C rem, 1( -Plus, Pla Jayfro S X Urban Accessories Minimum Order -.Amount $ N/A (If Applicable) Delivery 45 days ARO Price List No. dated Varied. See Tab "Price Lists" OPTION A INSTALLATION: Fixed Percentage over Cost (after discount) of equipment MW &Gmtbs, S+a13"X*S, ]"Ims, Jnyfw, Ekben P®es 35k Natpen, Little CWt n, P2ayghs2e 25t Firm: KornpanA3igToys Southeast Bid #t 4907-3/98/OTR Alternative Surfadnp prices: _ (4)1-11T Rubber Pad witty 1/Y Turf Top - Materift, DoNvered ind InstaDad: Less than 1,000 SJF S 9.00 w 1,000-3,000 SF. S 8.50 S/F Over 3,000 SIF S 8.00 SIF - Woodcarpst, j)"vened and Installed -_ . Under 2.500 SIF..-._---:$ 3.42 SIF- Over2,500 S/F 98- 844 METROPOLITAN DADE -.JUNTY BID NO. 4907-3/98-1 BID PROPOSAL FOR: PLAYGROUNO AND PARK EffQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: 4 Id =s=tma=saas�sss=sx=sssssssssssssasssa:ssssssssss:ssssssssssssssaesssssexoaaaza=�sa==x=____ Item Description Discount Z sssssssasss sssssssssssssss =ss=__===='===!_c=_a=_ 1. ' Distributor's Cataloo Fixed percentage discount: Playground and Park Equipment Vendor �i( !/t Discount off List Price (if applicable) Minimum Order Amount ($) Delivery . days ARO Price List No. dated Manufacturer's Catalogs Fixed Percentage Discount: Playground and Park Equipment Delivery days ARO Price List No. dated OPTION A INSTALLATION: Fixed Percentage over Cost (after discount) of equipment: ; Y. 'T Y., 9.8- 844 METROPOLITAN DADE WUNTY BID NO. 4907-3/98-1 8ID PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: ___�===_===�xs=s=asasaasa:aasro�saaaassaa=s=ssss_-ate_-=—saaa=�_ss�s�sssssssssaa== Item Description ==aasssssssssssssssssssssss ssssss sssssssassssssa=saar=. OPTION 8: INFRASTRUCTURE (CONTINUED) (11) Excavation (per cubic yd. including removal and disposal) - Al u. Yd. VARIANCES: State any variances, however slight, to the listed options. METROPOLITAN BADE COUNTY BID NO. 4907-3/98-L. BI D PROPOSAL F-OR PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) =IRM NAME: Landscape Structures Inc. ---==sc_3__asaesssssssssssssssssass:a:sssssssssaasssssssssosasssssassssassss=�arssssss:ssc Unit Price Unit Price Unit Pric _tem Description Per S/F Per S/F Per S/F less than 1,660 to over•3,00t 1,000 S/F. .3,000 S/F S/F. -____===�=sacaaxasssss=assss:asrsasssssssssssss=asasssssasssssasassasasssassasssssssaesitsac OPTION B: INFRASTRUCTURE �.) Rubber/plastic safety surfacing the (if not included i*n vendor catalog.) List all available -thickness for 200 G. MAX rating..-. ') Rubber/plastic safety surfacing the installation (labor and materials needed.__.- for installation). Indicate glue -down':<<= method. Poured in place rubber safety, surfacing, labor and materials, 2" thickness -.-- (200 G. MAX rating). List imax. fall height Trap sand #70, delivered and spread (per cu. yd.) ' Recycled tires, 99:9% free of fabrics and metal, rubber granule dimensions from to 3/8" in size, 6" deep, 200 G. MAX (per sq. ft.) - Concrete slabs, labor and materials as per detail (per sq. ft.) Thickened edge for concrete slab, labor and materials as per detail #1 (per lin. ft.) Thickened edge for concrete slab, labor and materials as per detail #2 (per lin. ft.) Concrete curb, labor and materials as per detail (per lin. ft.) �� �� 4 x 12 timber retainers, as per detail (per lin. ft.) included in included i manufacture manufactu catalog catalog NO BID NO BID NO BID NO BID • Unit Price include( ers manufact catalog NO BID NO BID S NBID/Cu. Yd. $ NO BID/Sq. Ft. $ NO BID/Sq. Ft. s N_/Lin. Ft. NO BID/Lin. Ft. NO BID/Lin. Ft. $N� BID/Lin. Ft.S t 4 METROPOLITAN WIDE COUNTY BID NO. 4907-3/98- BID PROPOSAL 'FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) AMD (US) CORP FIRM NAME: c/o DQMINICA RECREATION PRODUCTS,inc. Unit Price Unit Price Unit Pric Item Description Per-S/F Pe'r S/F Per S/F less than 1,000 to over 3,OC 1,000 S/F. . 3 400. S/F S/F OPTION B: INFRASTRUCTURE 1) Rubber/plastic safety surfacing the (if not included -in vendor catalog.) List all available thickness for 200 G. MAX rating. 2) Rubber/plastic safety surfacing tile installation (labor and materials needed for installation). Indicate glue -down method. FX60 AMDEX 3) Poured in place rubber safety, surfacing, labor and materials, 2" thickness (200 G..MAX. _rating). List max. fall height Trap sand #70, delivered and. spread --(per cu. yd. ) Recycled tires, 99.9% free of fabrics -and metal, rubber granule dimensions from 34" to 3/8" in size, 6" deep, 200 G. MAX (per sq. ft.) Concrete slabs, labor and materials as per detail (per sq. ft.) Thickened edge for concrete slab, labor and materials as per detail #1 (per tin. ft.) Thickened edge for concrete slab, labor and materials as per detail #2 (per lin. ft.) Concrete curb, labor and materials as per detail (per lin. ft.) 5.95;-� j $5.95 Unit Price. 5 /Cu. ;---- Ft. $ --- /Sq. Ft. S---- !Lin. Ft. ' $_/Lin. Ft. $ -.,/Lin. Ft. $5.95 4" x 12" timber retainers, as per detail (per lin. ft.) HFSiVF Ono Aunru .• $ --- Lin. Ft. 844 AMDEX COW. ( 1 Rsd (J Week (j Green (1 Grey Eadstinp surfer. (1 Peraaw (new asphalt AnvieWdt oaer sc 1 Name of Project - -- zip ( 1 Non-paraws (old aspl+slt aware*) Dimensions tFarmOuAmratopo VI'o&*. pkmo a bw3X jbre g&V. For WWWwih oe 0% powt I F SERIES tMastle the - only recommended for walkways. etc.) SERIES CWWMW. RED I BLACK GREEN I GREY -EXTENSION DISCOUNT NET cohlu E 15 3.50 per sq. ft 4.00 per sq. ft , E 30 S.S9 6AS FX SERIES (Dual-Durometer)• SERIES OUANTITY RED I BUCK GREEN GREY FX55 5.95 per sq. ft 6.95 per sq. ft FX75 8.45 9.65 FX90, { 9.95 11.45 I ANT, I -_STUMBLE EDGE =X55 i { 5.44 per sq. ft 6.65 per foot ! . FX75 ! 10.29 r r 11.80 i FX90 13.92 -- 15.14 CORNER PIECE FX55 ; 5.95 per sq. tt 6.95 per foot FX75 6.95 7.95 FX90 8.95 9.95 { E7FX SERIES (EPDM Dual -Durometer) SERIES OUANTITY RED / BUCK GREEN/GREY/BLUE1 _ =X55 6.95 per sq. ft 7AS per sq. ft r FX75 i i 8.95 BIAS _ FX90 i 10.95 { 11 AS { -�- AiVTI - STUMaL EDGE I =:i55 14.53 per foot 14.33 per sq. ?. =YES 20 39 21.20 FX90 _ 23.47 23.77 r�CS� r zl.wS per piece 1 zz.ya per piece _ ;:X75 ,CCESSORIES 33.95 _ _ } 34.95 I I ITEM J QUANTITY PRICE AmdexFelt $250 / roll (400' x 6.25') AmdexAdhesive $172.58 / 5gal, pail _ Other METROPOLITAN DADS COUNTY 8I0'NO. 4907-3/98_11 6I0 PROPOSAL TOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL CHILD-3AFE PRODUCTS, INC. ) FIRM NAME: CREATION PRODUCTS,inc• Item --�--` ' =- Description Discount X I• Distributor's'Catalo �- Fixed percentage discount: Playground and Park Equipment- Vendor Discount off List'Price Minimum Order Amount M (if applicable) Delivery days ARO ' Price List No, dated Manufacturer's Catalogs Fixed Percentage Discount: pis w MANUFACTUR ,Yground and Park Equipment _ ER i,--- --, - y. . .... ... �, �. S� iC r+i. '�•.. 1'i.h+li`3 Z�. .Isw Y t --�; - Z 4' � ISCOUjgT .OFF a- CHIS� Aft PRODUCTS :'.. i ;:�rf ; ;_LIST :P ICE 5 INC. ,''j3 ; a., ; _- _ --.- r`'s"r+ .._'. Minimum Order Amount $ 100.00 • (If ARplicable) • Delivery 35-56 days ARO Price List No. --- dated OPTION A INSTALLATION: Fixed Percentage over Cost INCLUDED IN PkICE (after discount) of equipment ICE PER SQua METROPOLITAN DADE COUNTY BID NO. 4907-3/98-1 BI D PROPOSAL 1.0R : PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) CHItD SAFE PRODUCTS, INC. FIRM NAME: Slo DOMI'NICA RECREATION PRODUCTS,inc. Item Description OPTION 8: INFRASTRUCTURE (CONTINUED) 11)'Excavation (per cubic yd. including removal and disposal) S /Cu. Yd. VARIANCES: State any variances, however slight, to the listed option.s. (ITEM 3) POURED.IN PLACE RUBBER SAFETY SURFACE MAXIMUM FALL HEIGHT FOR 2" THICK - 1. CONCRETE BASE - 4'6" 2. SAND OR STONE BASE - 910" STANDARD COLOR OPTIONS: RED,,GREEN, BLUE, BEIGE* EGGSHELL OR GRAY COMPACTED SUB -BASE BY OTHERS.. 98,- 844 METROPOLITAN DADE COUNTY BID'NO. 4907-3/98-1 8ID PROPOSAL FOR : PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) DIVERSIFIED METAL FABRICATORS, INC. -IRM NAME: q/o DOMINI -A RECRFATHIN PRM11CTS,inc. tem Description Discount x ------------- 'Distributor's Catalo4 Fixed percentage discount: Playground'and Park Equipment Vendor ` Discount off List Price --(if applicable) Minimum Order Amount'(S) ' Delivery days ARO Price List No. dated " Manufacturer's Catalogs Fixed Percentage Discount: Playground and Park Equipment MANUFACTURER..DISCOIINI�' poi LI'ST PRIMO DTVFRSTFtFn MFTAL F RRTCATORS� r sinn nn _ t4_024_nQ :.SR _nnn _ oo aNn aRnWF Minimum Order Amount $ inn -no (If Applicable) Delivery 40-56 days ARO Price List No. N/A dated APRIL 15. 1994 - OCTOBER 15, 1994 OPTION A INSTALLATION: Fixed Percentage over Cost (after discount) of equipment 23 1/2 % METROPOLITAN DADE COUNTY BID NO. 4907-3/98-1 BID PROPOSAL FOR: PLA,YGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) DIVERSIFIED METAL FABRICATORS, INC. =IRM NAME: c/o DOMINICA RECREATION PROOUCTS,inc. :tem Description OPTf6N 8: INFRASTRUCTURE (CONTINUED) 11) Excavation (per cubic yd. including removal and disposal) /Cu. Yd. VARIANCES: State any variances, however slight, to the listed options. 1. 24-HOUR ADVANCE NOTICE..OF DELIVERY $25.00. N/A 2. ESTIMATED SHIPPING CHARGE OF $50.00 PER 100 LBS. C.W.T. MUST -QUOTE ACTUAL FREIGHT BASED ON PRODUCT SIZE. FLEAbt GALL VOK H ORDER. OFFLOADING/ INSIDE DELIVERY - ADD $60.00 FOR FIRST 100 LBS. AND $10 FOR EACH ADDITIONAL 100 LOS. 3. DISCOUNT BASED ON DOLLAR AMOUNT OF SINGLE PURCHASE ORDER WITH ONE DELIVERY SITE AND ALL IUM5 SCHEVULED.FUR MUHRY Al SW IME. 4. DISCOUNT TO INCLUDE TABLES, BENCHES, BLEACHERS, LITTER RECEPTACLES, AND STADIUM SEATING. 5. DISCOUNT DOES NOT APPLY TO CUSTOM PRODUCTS OR REPLACEMENT PARTS. 46 � NOU-26-1997 11:37 pWINICA RECREATIQN 407 331 4720 P.06/19 METROPOLITAN DUDE COUNTY 810 NO. 4907-3/98 BI0 PROPOSAL FOR: SFEDMFRMIDIVE DIVERSIFIED NURNISH, DELIVER AND INSTALL) FIRM NAME: c/o DOMINICA RECREATION PRODUCTS "Dc. ITTEMENT OF SUB -CANT R Bidder is to list below in the space provided a statement of sub -contractors, if any, ,to t used in the performance of tho proposed Contract. as required in Section 2 - Special Conditions - SUB -CONTRACTOR ADDRESS PORTION OF WORK PHONE COMPANY NAME TO BE DONE, JOHN FITZGERALD, INC. C/o DOMMCA ISCRFATION IIiSTALLATION c/o DOMxI1ICA RECR CERTIFIED INSTALLER PRODUCTS.,inc. PRODUCTS,inc. i ...-I.t. -jOv-25-1997 TLE 13140 M JEFF ASSOCIATES TEL:l 412 767 9716 P,04 11/18/97 10:31 'Q103 378 4720 CIA TROCUR1111ffiNi' 41004/007 METROPOLITAN DADE COUNTY 910 NO. 4907-3/98.4R " BIO• PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: PETS JEt'F'R>:Y a ASSOCIATES. WC. �w�sMaas�...r.tissss ... �•M Unit Price Unit Price Unit Price Item Description Per S/F Per NF Per S/F less than 1,000 to over 3,000 1,000 S/F 31000 S/F S/F QPTION B: 1&RASTRUCTURE (1) Rubber/plastic safety surfacing the (if not included in vendor catalo .) List all available thickness for 200 G. MAX rating. "NO BID" 2 Rubber/plastic~safety surfacing We installation (labor and materials needed for installation). Indicate glue -down method. "1� BID" 3 Poured in place rubber safety, surfacing, labor and materials, 2" thickness (200 d. MAX rating). List max. fall height ,ow mis Wit Price 1. (4) Trap sand 070, delivered and spreRd (per cu. yd.) (6) Recycled tires, 99.9x•frep of fabrics and metalrubber granule dimensions from be to i 3/60 n size, 6" deep, 200 G. MAx (Per sq* ft.) (6) Concrete slabs. labor and materials as per detail (per sq. ft.) (7) Thickened edge for concrete slab, labor and matorials as per detail 01 (par lin. ft.) 8) Thickened edge for concrete slab. labor and %sterials as per detail 02 (per lie. ft.) (9) Concrete curb, labor and materials as per detail (per lin. ft.) (10) 4" x 12" timber retainers, as per detail (Per lin. ft.) Page 15 S,= Cu. Yd. low Bin s_/Sq. Ft. �'NO BID" f1N0 BID" _ /Lin. Ft. �'NO BID„ ;_----/ Lin. Ft. /Lin. Ft. Ft. aim $IDS. Ilow 8=1 I-= METROPOLITAN DADE COUNTY BIO.'NO. 4907-3198-1 8I0 PROPOSAL 'FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: Pete Jeffrey & Associates, Inc. Item Description Discount Z ------------- 1. Distributor's Catalog Fixed percentage discount: Playground and Park Equipment Vendor _ 91W BID" Discount off List Price "NO MV (if applicable) Minimum Order Amount (S) llwn Am" Delivery I%n nTWI days ARO .• - Price List No. "NO BMW" dated "M BW" Manufacturer's Cataloas Fixed Percentage Discount: Playground and Park Equipment MANUFACTURER ($3,000- $5,999) DISCOUNT OFF LIST 'PRICE 4 6• • ($6,000- $9,999) e ($10,000 or Noce) 10 Minimum Order Amount $ 1,000 -(If Applicable) Delivery 45 days ARO ; Shippi3 Cha=9e $2 per Hd. Wt. Price List No. M/PD dated 1/1%95 OPTION A INSTALLATION: Fixed Percentage over Cost 35% (after discount) of equipment MWIME24 INSTALLATION FEE: $1,000 • -Ov-2S-1997 TUE 19140 MJEFF ASSOCIATES TELcl 412 767 9716 P306 11/11/97 10:31 10305 375 4726 GSA PROCURENEN'I 0006/007 METROPOLITAN DADE COUNTY BID NO. 4907-3/98-U r 8I0 P R 0 P 0 3 A L FOR: PLAYOROUNU AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: P= JEFTM A A CIA _ INC. STATEMENT OF SUB -CONTRACTORS Bidder is to list below in the space provided a statement of sub -contractors, if any, to be used in the performance of the proposed Contract, as required in Section 2 - Special Conditions. SUB -CONTRACTOR ADDRESS PORTION OF VMK "WE COMPAM' NAME I I To RE DWI I N/A Page 17 98- 844 NOv-2S-1997 TLIE 13i4e MJEFi ' ASSOCIATES TEL11 412 767 9716 Pies 1111s/S7 10:31 4306•378 4726 GSA PROCUUMM 0 oos/Oo7 j METROPOLITAN DADE COUNTY BID NO. 4907.3/98- % B 1 0 PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM WE: s_AS�arY 1 :,'tic, Item Description ; IIFUSTRUCTURE (CONTINUED) ll) Excavation (per cubic yd. Including retsoval and disposal) 6___—/ Cu. Yd. VARIANCES: State any variances, however slight, to the listed options. " M 8ID" 0 Page 16 METROPOLITAN DADE COUNTY BID'NO. 4907-3/98-1 B I D P R O P O S A L FOR : PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: C4WFM _►•T Ci►Arwa,?e*111 tt� a—asoaaa�assasss _..sassassa=ss�assaassss ssas�ssraaaaao=assaaaasomsa=: Item Description Discount Z �ssassssssssssssa�ssssss ss�assasssss====— - 1. ' Distributor's Catalog r Fixed percentage discount: Pllyground and Park Equipment Vendor GO 1/1 fit Discount off List Price 211L A"ft&lh_ (if applicable) Minimum OrderAmount (S) _� e • o co - Delivery days ARO •• _Price List No. dated 4 OJT - Manufacturer's Catalogs Fixed Percentage Discount: Playground and Park Equipment MANUFACTURER .1T Minimum Order Amount $ aC��� �, (If Applicable), Delivery days ARO Price List No. dated 0affl7V (see 45144 o M OPTION A INSTALLATION: Fixed Percentage over Cost'L �t�T (after discount) of equipment "t* rwy QfoOv�'Io Aoot. 454e^*sr 0%w EN - 9wt wlb^; 41 M I*,) Crt 1b" .4.a�..844 . 98- ^ Mom_ PAGE TWO OF Three March 10, 1995 DADE COUNTY CATALOG BID NOTE: SPECIAL CONDITIONS: S. DELIVERY The above prices and discounts are f.o.b. factory. Because of the large variance between minimum small quantity freight charges and V u ldoad trucking rates, the following delivered freight cost needs to be added to the manufacturers discounted prices listed above manufacturer. IRON MOUNTAIN WABASH VALLEY ALLSTAR VICTOR STANLEY POLIGON CARLISLE MADRAX- . SUN PORTS RESTROOM FACIL less than $2,000 $35.00/CWT $35.001cwt $100.00/order $45.00/cwt $3001shelter $25.00/CWT $45.001CWT $35.001CWT $65/CWT SZOO1-5000 over $5,001 s29.00 /CWT $29.00 cwt $300%order $35.00/cwt $50019helter $20.00/CWT $35.00/CWT $30.00/CWT $60.001CWT $22.00/CWT . $22.00/cwt $10.001cwt $28.00/cwt $800/shelter $18.00/CWT $28.1001CWT $28.00/CWT $55 MANUFACTURER less than $2,000 $29001-6000 _ over $5001 VITRITURF ftei is included `in rnstallid-cost of pour in place product) A.T.R. TROJAN MFG. _ $45.00/cwt $35.001cwt r y $28.00/cwt item 3.. INSTALLAT10t4L.(F1xed percentage of coat) manufacturer IRON MOUNTAIN FORGE WABASH VALLEY VICTOR STANLEY POLIGON VITRITURF A.T.R. CARLISLE TROJAN ALLSTAR MADRAX BIKE RACK SUN PORTS INTL RESTROOM FACIL less than $2,000 $2,001-6,000 over $5001 35% 28% 20% 40% 35% 25% 40% 35% 25% 40% 35% 30% 30% 25% 200A 40% 35% 25% 40% 35% 25% 40% 35% 25% 40% 35% 25% 40% 35% 25% 40% 35% 30% 40% 35% 30% INSTALLATION CERTIFICATION: This is to certify that the following installation contractors have been factory trained and are approved and authorized factory METROPOLITAN DADE COUNTY BID NO. 4907-3/98-1 BID PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: CoY1=" w*Ax COAVW 0101 1Axet Unit Price Unit Price Unit P Item Description Per S/F -Per S/F Per S, less than '1,000 to over 3 1,000 S/F 3,000 S/F - S/F OPTION 8: INFRASTRUCTURE (1) Rubber/plastic safety surfacing the (if not included in vendor catalog.) List all available thickness for 200 G. MAX rating. (2) Rubber/plastic safety surfacing tile installation (labor and materials needed for installation). Indicate glue -down method. (3) Poured in place rubber safety, surfacing, labor and materials, 2" thickness .. - (200 G. X rating). d st max. fall height waR_ 19% 4 W1 (4) Trap sand #70, delivered and spread (per cu. yd.) (5) Recycled tires; 99.9% free of fabrics and metal, rubber granule dimensions from ic" to 3/8" in size, 6" deep, 200 G. MAX (per sq. ft.) (6) Concrete slabs, labor and materiaal01 as per detail (per sq. ft.)•,J4{ �LI% ft (7) Thickened edge for concrete slab, labor and materials as per detail #1 (per lin. ft.) Z'rye** =4 .S %, S o 3•�y•.:1% 2Visoj 11•00 ►406,4W. Unit Price $ ZWS/Cu. Yd. tSq. Ft. $3 12 /Sq . Ft. "a /Lin. Ft. (8) Thickened edge for concrete slab, labor and materials as per detail #2 4 • a (per lin. ft.) ; =Lin. Ft. (9) Concrete curb, labor and materials as per detail (per lin. ft.) (10) 4" x 12" timber retainers, as per detail (per lin. ft.) $= Lin. Ft. S Lin. F'ti8 '7.5 f � 10. s 844 va ADDRESS PC PORTION OF WORK TO BE DONE METROPOLITAN BADE COUNTY BID NO. 4907-3/98-1 BID PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: -C wnazaj- fIowa,. ==========ssssaasasssssasssssssssssss sasaaa_-sxaa=a=--a==-s======�==sa��o=s== STATEMENT OF SUB -CONTRACTORS. Bidder is to list below in the space provided a statement of sub -contractors, if any, to used in the performance of the proposed Contract, as required in Section 2 - Special Conditions. SUB -CONTRACTOR COMPANY NAME A (AwN S�tK. GO�+Gva'Jtt . 'S AOt %otic PHONE %I abl -ftiwa-c, L 4 4k '-r fVt A 0av< ic2.c. Nam- �r',►�.c_ '�citi� n�.. S� �," WOW 98- 844 METROPOLITAN DADE CUUNTY BID NO. 4907-3/98-1 BID PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: ===s==o�aaassaazsaavasaassasaasasassoeasaoas=s—xrsa======zasoc�as==================aas= STATEMENT OF SUB -CONTRACTORS Bidder is to list below in the space provided a statement of sub -contractors, if any, to b, used in the performance of the proposed. Contract, as required in Section 2 - Special Conditions. SUB -CONTRACTOR ADDRESS PORTION OF WORK PHONE COMPANY NAME TO BE DONE ex l: Orc.�S ago/ s•br. F7orrn 4ao r c ;1 VENDOR CATALOG Vendor: Discount off list: Minimum Order: Delivery: BID SUMMARY SHEET Jordan's Outdoor Fun 10% N/A 30 Days MANUFACTURER r Jordan's Outdoor Fun will be introducing a complete line of replacement boards, hardware and other materials f on the replacement= :of wood . tables: and -benches using recyojjg4�plastic and stainless 'steel hardware. These kits will be available Awzor. pboutLAprf1. i,=-,1093: We will .also be introducing our 'own lines'" of recycl id products toward .mid -year -and expect to be in production by September 1995. 98- 844 #3 INSTALLATION T� VENDOR/MANUFATURER FIXED COST Burke 21.75% Paris Playgrounds 21.75% Lion's Pride - 21.75% Kay Park 25% Webcoat 25% Creative Playgrounds 21.75% Cool Shade/Zebra 25% PCA (Basketball posts $150.00ei:) 25V Bnlbrook. N/C BPI 2S% ,American Creative Team N/C,•_ .. k,RW nstallation purchase order for less than► $150.00 wi-114be accepted., due::,.tQ; theuxos't.7ofj j r;&ir*l �ThOonly exception is bwere multiple purchase orders 'to the same school total at least S150.00. #5 ATTACHMENTS Richard Badame and Arnold Jordan have been approved by the National Certification Board of the National Recreation and Park Association for the designation of Certified Playground Safety Inspector. We now offer inspection services on existing playgrounds and consulting services on proper layouts of new and or existing playgrounds. These services are available at our rates of $42.00 per hour. 3u UL d�• -_ 98844 METROPOLITAN BADE uJUNTY BID NO. 4907-3/98-1 8I0 PROPOSAL FOR: PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) FIRM NAME: _T04 E>P'^ c +S c9co 490or ran Item Description ===asses=ssasaasssmssssssssssss OPTION 8: INFRASTRUCTURE (CONTINUED) i (11) Excavation (per cubic yd. including removal and disposal) S 0 u. Yd. t„tf r rK c t _S�lp 0 2 lL..c VARIANCES: State any variances, however slight, to the listed options. /. 1J0 N e. OF -rH a C9 t* a , JC0" L, 10 //t C /v'0 P _64e" -4 a, �O�tN G(?O�� lydyLO C1�j»�,�Aa° /�Filee �KCff-v/� i ton .9 � `o•_ GOi A-re#9 /le-e ice Aoee /i iS Lp:2 O40dAAf' Ty jee r'ospovista-La For i<ke Iof 4we—",471o» _50 Z4A1 rofms A,n 4irAces Co-¢n !�•G: j 3 pf�� ..�{•ems_^. 9 Il) �.n� t�o� -� r ooeo .RC rune SL��Z rs 1. 3 be .� Ag�'�-,.r P<< D � -fr 3 n s �,p•�2 �-r cc %Gr�.,e e� f r fo Ue 10 /R C-a vY, 3 _ P< < / 1 rF.., to R type � �r�'sSv rz 4re,14-- �. P. n e _j •r A e&Z sr 2 ow toe 1402 r P �-C� �� d tv ! % K %� j •� : t r'Ct�K. `('Ql�iF-t/� ' ✓ Ate' r lc U k 14 yr4 tvn s rP` v .u� c C� 844 rfoA k 4kAro A Ce-r AC JM c � A � S �{ A -afv R -�Q K ,, tr Z. A Ss 01" PS e h a { R` _ i r _ • A i INSTALLATION ................... Weight per sq. ft. Naiieee Fall Height to ASIR F1292 Retail Price Add Adhesive Total for Tiles i Adhesive Weight per sq. ft. Na:ieve Fall Height to A011 F1292 Retail Price Add Adhesive Total for Tiles i Adhesive Height per sq~ft. Naas Fall Height to AM FI292 Retail Price Add Adhesive Total for Tiles Ii Adhesive Yeight per sq. ft. Naiisus Fall Height to ASTA F1292 Retail Price Add Adhesive total for Tiles i Adhesive ..,,1, .- Unit Price Wit Price unit Price Per Sq. Ft. Per Sq. Ft. Per Sq. Ft. Less this 1,000 1,000 to-3,000 ever 3,000 3.5 Ibs. 30.0 in. l /.50/sgft s.35/sgft 1.IS/sgft $1.75/ sq. ft. S1./2/ sq. ft. i 11.31/ sq. 1 t.91bs. , 40.0 it. r I S./0/sgft f .3S/sqf t 1.75sgft 11.75/ sq. ft. $1./2/._sq. ft. SIX/ sq. s.4 lbs. ....,�_A...., .. _ ".0 $.Wsgft s.35/sgft 1.75/sgft =1.7S/sq. ft.db 11./2/ sq. ft. $1.31/ sq. e.albs. I.SO/sgft s.3S/sgft IJS$gft SI.75/ sq. ft. $1.12/ sq. ft. $1.31/ sq. : These prices issues that the 98- 844 METROPOLITAN DADE COUNTY BID NO. 4907-3/98-1 8 I 0 P R O P O S A L F 0 R: .PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) OUTDOOR ALUMINUM,INC. FIRM NAME: C/0 DOMINICA REC EATION PRODUCTS,inc. Item Description Discount X 1. * 'Distributor's Catalog Fixed percentage discount: Playground -and Park Equipment Vendor Discount off List Price (if applicable) Minimum Order Amount (S) Delivery days ARO Price List No. dated Manufacturer's Cataioas Fixed Percentage Discount:. Playground,and,Park.Equipmept MANUFACTURER ISCO! OFF . ` :L�:•:,: _ �: =-� `�`Sr - -; LISTw'PRI E OUTDOOR�-_ALUMINUM x Minimum Order Amount $ 100.00 (If Applicable) Delivery 30-35 days ARO Price List No1995 dated 3/6/95 OPTION A INSTALLATION: Fixed Percentage over Cost 25 x (after discount) of equipment PLEASE SEE ATTACHED (VARIANCE PAGE) $�- 844 NOU-26-1997 11 3E DOMINICA RECREATION 407 331 4720 P.11/19 METRO—DADE COMM PW C E ' OUTDOOR ALUMINUM PRODUCT PRICING 1997 Revised - 11/26/97 Pricing Effective through August 1, 1998 Freight Prepald Er Added - Installation Services Quoted Upon Request ITEM Size Price before Discount All Aluminum Portable Bleacher - angle frame e row $ higher with guardrail DLW 3-15 i $33 DLW 3.21 i 479 DLW 3-27 $ 1,126 4 MW & hGftr with guardraN DLW 5.16 $ 1,791 DLW 5-21 $ 2,386 DLW 5.27 $ 2,l156 DLW 10-15 $ '49422 DLW 10-21 $ 5,776 DLW 10-27 S 7,186 GaMniud Steel frame Portable Bleacher 4 row $ higher * th guardrail SG 3-15 $M." SG 3-21 $834.04 SG 3-27 $1,068.36 4 mw d higher wfih quardral SG 5-15 $10736.52 SG 5-21 $2,314.20 SG 5.27 $2,885.20 $0.00 SG 10-15 $4,266.48 SG 10.21 $5,669.16 SG 10-27 $6,907.80 Benches All Aluminum Players Bench - Portable MTS re" $130.00 MTS 1 VT $180.00 Benches All Aluminum Players Bench - In -Ground Mount PTS r8" $125.00 PTS 1510" $175.00 PHOiAp %I" f wim amm Plow ed MF ffoL% , Aw&w:. NOU-26-1997 11:30 DOMINICA RECREATION 407 331 4720 P.09i19 METROPOLITAN BADE COUNTY 8I0 PROPOSAL FOR BID NO. 4907-3/98 PLAYGROUND AND PARK EQUIPMENT (FURNISH, DELIVER AND INSTALL) OUTDOOR ALUMINUM, INC. FIRM NAME; c/o DOMINICA RECREATION PRODUCTS.inc. STATEMENT OF SUB -CONTRA TQR� Bidder is to list below in the space provided a statement of sub -contractors, if any, to used in the performance of the proposed Contract, as required in Section 2 - Special Conditions. SUB -CONTRACTOR ADDRESS PORTION OF WORK PHONE COMPANY NAME TO BE CONE JOHN FITZGERALD_ INC. d/a DOIr MCA ILECREAZZ011 INSTALLAnON c/o DOMIpICA REC. CERTIFIED INSTALLER PR0DUCT3,1nc. PRODUCTS,inc. s 0 %. M AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 4907-3/98 ITEM: Furnishing and Installation of Park Equipment DEPARTMENT: Parks and Recreation TYPE OF PURCHASE: On a Contract Basis until November 30, 1998 REASON: To purchase and install park equipment at various City parks RECOMMENDATION: It is recommended that award be made to the attached listed vendors in Exhibit A, under existing Miami -Dade County Contract No. 4907-3/98, at a total cost not to exceed $62,832.00. Allocating funds from Safe Neighborhood Park Bond Program funds appropriated in Capital Improvement Ordinance No. 11623, as amended, adopted March 24, 1998 for Capital Projects. �rrV " - ju rte Director of Purchasing 1�1 ate Award Under Dade County Contracts 98- 844