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