Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-097Page 1 Temp. Reso. # 8161 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98 - 97 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE REPAIR AND RESURFACING OF FOUR TENNIS COURTS AT TAMARAC SPORTS COMPLEX, LOCATED AT 9901 NW 77T" STREET, BY AAA COURTS, INC., UTILIZING METROPOLITAN DADE COUNTY BID #1153-0/98, IN AN AMOUNT NOT TO EXCEED $14,500.92, APPROVING FUNDING FROM THE APPROPRIATE PARKS & RECREATION OPERATING ACCOUNT, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City of Tamarac, Florida, is resurfacing four tennis courts at the Tamarac Sports Complex, located at 9901 NW 77th Street; and WHEREAS, Metropolitan Dade County awarded Bid # 1153-0/98 to AAA Courts, Inc. (attached hereto as Exhibit 1); and WHEREAS, City Code Section 6-155 allows the purchase of supplies, materials and equipment utilizing contracts with other governmental agencies; and WHEREAS, the Purchasing/Contract Manager and the Parks and Recreation Director recommend approval; and WHEREAS, AAA Courts, Inc. has agreed to repair and resurface the four tennis courts at Tamarac Sports Complex, in an amount not to exceed $14,500.92 (attached hereto as Exhibit II); and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to authorize the repair and resurfacing of four tennis courts at Tamarac Sports Complex; and REC-In Ll Page 2 Temp. Reso. # 8161 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA; Section 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. Section 2: That the appropriate City officials are hereby authorized to approve the repair and resurfacing of four tennis courts at Tamarac Sports Complex to AAA Courts, Inc., in an amount not to exceed $14,500.92; and Section 3: That the City of Tamarac is utilizing Metropolitan Dade County Bid #1153-0/98; and Section 4: That funding is approved from the appropriate Parks and Recreation Operating Account; and Section 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Section 6: This Resolution shall become effective immediately upon adoption. REC-izs Ll Page 3 Temp. Reso. # 8161 PASSED, ADOPTED AND APPROVED this .1- Day of ..4 ...'. ........1 1998. ATTEST: 0 CAROL q9LD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. JOE SCHREIBER MAYOR RECORD OF COMMISSIOV VOTE MAYOR SCHREIBER DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERT REc-izs AAA Courts LOG 3056800174 P_0 METROPOLITAN DADE COUNTY, FLOF IDA 1W 11400 M METRODADE EXHIBIT I tb) STEPHEN P. CLAFiK CETJTER CiNSAAL serivicrS ADMINI5TRATIQN PROCUREMENT MANAGGIVII:NT 01VI31UN SUITE <35u III N,W. IM STREEr MIAMI, FLOAIDA 7�1i6 1908 Jill\ 3, 1 996 (305) 377•S289 William A. East AAA COURTS, INC. Y 4730 S,W. $3rd Terr., Suite Ii2 Davie, VL 33328 - AWARD LFTTFR RE- BID NO.: 1 133-0/98 SPORTS FACILITY COURTS REFURBISHMENT Dcar Mr. Last: This is -to advise that your proposal has been accepted for —the above referenced bid for the contract Period. "Me award is contingent upon receipt of your Certificate of Insurance per Section 2.0 Special p p Conditions paragraph 2.11. The Certificate must be su')mitted to the GSA/Procurement Management Division. Attention: Bids and Contracts Section, l I 1 NW 1st Street, Suite 2350, Miami, Florida 33128-1.989, within fifteen (15) calendar days from date of this letter. If you fail to comply within the time specified, you shall be considered in default and will not, be awarded the contract. Once the applicable insurance certificate is received and approved, GSA/Procurcment Management will execute your contract with Cade County through the issuance of a purchase order. We look Porward to a fine business relationship with your company. 11"you should have any questions, please feel free to contact Gloria Thornton at (:,05) 375-3020. -Sincerely, kIF:1-ROPPLITAN DADE COUNTY Walter F. rtV C,PPt3 Surcrvis I+, 'and Contracts W1%If 1 02 27 F'M HFIFi COURTS INC. %Rum METgOP0L.ITAN DADE COUNTY • MIAMI, FI.DgIDA Member=Natianci Institute OI Garernm"'101 Purchmunej AAA COUR FS, INC - a730 S.W. 83RO TERRACE, t#102 i j OAVIE FL 33328--0000 COrtdct: Mr. 8. EAST (305) 388-6802 L 9 54680411 r 4 p - Alai IVV.I 101(JJu IMPORTANT, THIS NUMBER ALL INVO CIsMPACKAG0 EUST BE ECASES, TICKETS AND CORRESPONDINCE. (093) PARK & RECREATION (09) CONSTRUCTION AND MA[NTENANCE VARIOUS LOCATIONS EXHIBIT I Page 1of page 000074 592414076 PARK & RECREATION F THIS ORDER SUBJECT TO CONDITIONS ON FACE AND REVERSE THEREOF. NO CHANGES 0t riAN� . 32 SECTION , BLDG. 10 MAY BE MADE WITHOUT WRITTEN PERMISSION OF PURCHSING AGENT. _ A- MIAMr, FL 33129 �n'RCG�UIyi rION N:) v .,..i... DE:IVFRY 0AIE 511'� VIA F q B. if+nny _.. 91-2TZi.-271740 10�11996 COc]UANTIT 5/30f LJ .....^ DQSt • ESCRIP110 UNIT PRICE AM urlr IPER 810 NO. 115.i-U/9H j THIS IS A BLANKET PURCHASE ORDER ; (COVERING PERWO FROM 10/1/96-9/30/98 DELIVERIES AGAINST THIS PURCHASE ORDER ;SHALL BE MADE IN QUANTITIES AND TIMES AS .REQUESTED BY THE DEPARTMENT DURING SAID PERIOD. INVOICING SHALL BE ON A PER 1ORDER (DELIVERY) BASIS OR ON A MONTHLY ;INVOICE BASIS. ALL ITEMS IN ACCORDANCE IWITN Rtr P"VTSICIN� $IN" SPECIFICATIONS. j THIS IS AN ESTIMATE ONLY; GUARANTEED IPURCHASE mAY VARY AS REQUIREMENTS ARE. ! jACTUALLY NEEDED. I , 1 198I3F�6 1 LT (SPORTS FACILITY COURTS REFURBISHMENT ICONTACT: JCHN GUFIERREL ' � I _ MAS (305) 596-4460 1 j I I j !200000.00 200,000.00 i I I PURCHASING .AGENT DADE COUNTY IS EXEMPT FROM F7DERAL EXCISE AND TRANSPORTATION TAXES AND STATE SALES TAX. 00 NOT :NC(.UOE !ii1r5't ?AXES [N YI�UR IN'7(iICE. EXEMPTEON CFRTr-FICATE ;4ILL 8e S[GNEO UPOr4 REQUEST, rC� r.ly i�MPTION RED! ;7G,r,rl:_,N r�•7. 5� 3 )15aw c� ,p 7A SALES TAX EXEMFT!�.N Ct; 1!c F N.. '3 ')8 ;'y3t' � J 1 - NMN l.Oldf 6; 1I1G 1- 5 / -/ 2 .J1Ly.7Gtl101� 1 ! •1 *� • / �a• J MIS NIA V I r. �raa1818g blond Ind al Gowrnnwnlal R�r�enYx) .' EXHIBIT I �. INC. D TERRACE, f102 FL 33328-0000 B. EAST (305) 388-6802 page 000074. 591414075 �c�navrsvR wr�rcr,ctnfpWl�[11���iX� R wom" NRMMICIN OF PUM AIWO ASIM. T IN NO. �093) PARK & RECREATION 09) CONSTRUCTION AND MAINTENANCE VARIOUS LOCATIONS PARK & RECREATION i FINANCE SECTION 1 50 S.W. 32 ROAD, BLDG. 10 ' - MIAMI, FL 33129 i 1L1gYRest Wav I �Pst _ I NFT in PER BID NO. 1153-0/9$ THIS IS A BLANKET PURCHASE ORDER COVERING PERIOD FROM 10/1/96-9/30/98 DELIVERIES AGAINST THIS PURCHASE ORDER SHALL BE MADE IN QUANTITIES AND TIMES AS REQUESTED BY THE DEPARTMENT DURING SAID PERIOD. INVOICING SHALL BE ON A PER ORDER (DELIVERY) BASIS OR ON A MONTHLY INVOICE BASIS. ALL ITEMS IN ACCORDANCE WITH RTn PRnVISIONS ANO SPECIFICATIONS.. THIS IS AN ESTIMATE ONLY; GUARANTEED j PURCHASE MAY VARY AS REQUIREMENTS ARE ACTUALLY NEEDED. SPORTS FACILITY COURTS REFURBISHMENT CONTACT: JOHN GUTIERREZ (305) 596-4460 00.00 PGRERTS1 G AGENT :OUNTY IS EXEMPT FROM FEDERAL EXCISE AND TRANSPORTATION TAXES AND SALES TAX. DO NOT INCLUDE THESE TAXES IN YOUR INVOICE. EXEMPTION =ICATE WILL BE SIGNED UPON REQUEST. rAX EXEMPTION REGISTRATION N.O. 59-73-0254K ALFS TAX EXEMPTION CERrIF:.aTE NO. 23-08-329351-53C 200,000.00 LJ E E 03%17: 98 14; 50 RID NO.: 1163-0/98 V595 4612 Metro -Dade Parks 001.005 COS.. R A C T AWARD 5H._ T (Previous Bid No. 1153-0/96) Ee, '—I"M L-?Vj14'4'd SPORTS FACILITY COURTS REFURBISHMENT CCNTRACT PERIOD: 10/1/96 thru 9/30/98 COMMODITY CODE: 988-86 OTR YEARS: N/A PART #1! VENDORS AWARDED F.E.I.N.: 59-2414076 VENDOR: AAA Courts, Inc. —STREET: 4730 S.W. 83 Terr., Ste 192 CITY/STATE/ZIP: Davie, FL 33328 F.O.S. TERMS: D4st. �� PAYMENT TERMS: ,aZ7rI40 Net 3 As Required Zov ' e r 84 a -DELIVERY: PHONE: 954) 680-2578 aW,00 o•oo FAX: M4) 680-0174 CONTACT PERSON: Williams A. East F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS! DELIVERY: PHONE: FAX: CONTACT PERSON: 'VT � e 59-1551594 Agile Courts Const. Co. Inc. 7335 S. W. 104 Street Miami, FL 33156 Dest &Q-4�r .;L7i 74�" Net 30 - ,`/ �J V �•�/� t d As Required v (305) 667-1228 (305) 667-6959 Brian E. Bauer 59-2010019 McCourt Constr., Inc. 16155 S.W. 117 Avenue, Suite 26 Miami, FL 33177 Dest. APES#Y a-7/7VV Net 30 As Required crpItr iB i 90 (305) 255=0252 10*/4-0,000 . 00 (305) 378-2395 Daniel C. McAlpine PART #Z: ITEMS AWARDED See Attached (X)BCC ( )PMD AWARD DATE: 7/2/96 BIDS & CONTRACTS RELEASE DATE: 9/12/96 ADDITIONAL ITEMS ALLOWED: See Attached SPECIAL CONDITIONS: See Attached TOTAL CONTRACT VALUE: $510,000.00 AGENDA ITEMS #: 7F26 811d Ingo.:_ Verd3r I,C. ;+0r ,address / [p / OTR YEAR: N/A MODIFIED CONTRACT VALUE: N/A Pnst-IC" brand fax transmittal memo 7671 betpages/- 0 __ l,w"-y' d • (� 3 t,o s� 1rxrrzum5A LAVE MARTIF� rRAY yruw PACHO tm CARNEY �TIM MOORS FrAw_ RICHARD STRUM ���ES DAM CRAWMAD JIM BALLARD _ RILL SFAb" JOROE CORDFRO WDY PAEL 30 I TRADES FF T RAFAELLASRADA DaVE EnUND 07/17.98 14:51 $595 4612 Metro -Dade Parks 1 CONTRACT AWARD SHEET BID NO. 1153-0/98 PAGE 2 p LLAR AMOUNT USER b PARTME T ALLOCATED Park & Recreation $500,000.00 Seaport $ 10,000.00 PROCUREMENT SPECIFICATION SPECIALIST. Edward -Mason, CPPB EM/rl 09-13-96 I 0 Page 2 [a 002/005 07/17-'98 15:02 V595 4612 Metro -Dade Parks (a 008/'009 0 1. EXISTING OR NEW REINFORCED CONCRETE COURTS AAA COURTS AGILE COURTS 1.1. Coating-App)ication of one (1) coat of Laykold Colorcoat Concentrate finish coating as per manufacturer's specifications, or approved equal. Price per sq. yd. for 1 or more courts........ S .70 - 1.2 Conversation to Type II Asphaltic Concrete Overlay per specifications, includes tack coat and Laykold Re- - - surfacer, or approved equal Price per sq. yd. for 1 or more courts....,.... $ 2.20 .20 1.3 Court Line Stripping by -application of two (2) coats of Laykold Line Paint per manufacturer's specifications, or approved equal. Price per lineal foot for 1 or more Courts..... $ .37 $ .50 2. EXISTING OR NEW ASPHALTIC CONCRETE COURTS ' • 2.1 Application -of one (1) coat of Laykold Colorcoat Concentrate finish coating as per manufacturer's specifications, or approved equal." Price per sq. yd. for 1 or more courts......... $ .70 $ .75 2.2 Application for one (1) coat of Laykold Resurfacer or approved equal. Price per sq. yd. for 1 or more courts......... $ .30 $ .30 2.3 Application of one (1) coat of Laykold Cusion coating as per manufacturer's speci- fications, or approved equal. Price per sq, yd, for 1 or more courts,........ $ .40 S .35 2.4 Court Line Stripping by application of two (2) coats of Laykold Line Paint per manufacturer's specifications, or approved equal. Price per lineal foot for 1 or more courts..... $ .37 $ .40 Manufacturer's Brand: Plezipave _Laykold paae 3 � 03/17.98 15;02 IT595 4612 Metro -Dade Parks 14 007,009 3. MARKING CLAY COURTS COURTS M�COURT CONS_T. ` Material and installation of Lee Tennis Products, -Classic Vinyl Line Tape per manufacturer's specifica- tions, or approved equal. Price per lineal foot for 1 or more courts...,. S .54 S - .48 Manufacturer's Brand: Tenex Lines Robert L. Tennis OPTIONS: Items No. I thru No. 3 4 T CQURI PREPARATION. Fill, reinforced concrete, clay stone watering, screening, limerock base, sand, undergrounc grass, etc., patching, sandblasting, supplies, etc. Removal of asphalt fence removal and reinstallmomt, Representative. concrete surface as directed by Count3 Materials,. etc. when requested, shall be plus %. provided by the Contractor at actual cost - AAA COURTS AGILE COURTS ~MCCOURT CONST 19 X 20% 20% Hourly Rate Regular Time Foreman: $36.00 $40.00 $36.00 Laborer: $25.00 $30.00 $26.00 Emergency Service tither than regular time Foreman: $44.00 $48.00 $44.00 Laborer: $34.00 $36.00 - $36.00 Colona Asphalt General Asphalt 0- Approved Sub -Contractors Williams Paving Page 4 y 03i17/98 13:02 12595 4612 Metro -Dade Parks �_10 006%009 • • METROPOLITAN BADE COUNTY 810 NO. 1153-0/98 SECTION 2.0 SPECIAL CONDITIONS SPORTS FACILITY COURTS REFURBISHMENT 2.1 PURP05E- TO PURCHASE SERVICES Tho purpose of this Invitation to Bid is to purchase Sports Facility Court Refurbishment as specified herein from a source(s) of supply that will give prompt a-nd efficient service. 2.2 Intentionally Omitted , 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWENTY FOUR MONTHS. This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid- documents. The contract shall remain in effect for twenty four (24) months and upon completion of the expressed and/or implied warranty period. 2.5 Intentionally Omitited 2.6 METHOD OF AWARD: To Two (2) Bidders By Item Award of this contract will be made to the lowest two (2) responsive, responsible bidders on an item by item basis. While the award will be made to multiple Bidders by item to .assure availability, -the lowest Bidder for each item will be given the first opportunity to perform under the Terms, and Conditions of the Contract. 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT If the bidder is awarded a contract under this bid solicitation, the prices proposed by 'the bidder shall remain fixed and firm during the term of contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the County at any time during the contractual term. 7.8 Intentionally Omitted 2.9 EQUAL PRODUCT CAN BE CONSIDERED UPON RECEIPT OF INFORMATION SHEETS Manufacturer's name, brand name and/or model number are used in those specifications for the sole purpose of establishing minimum requirement of level of quality, standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid provided that the product is found to be Page 1 N 03:17/98 15:01 $595 4612 Metro -Dade Parks 005/009 r-3 METROPOLITAN OADE COUNTY 8I0 NO. 1153-0/98 equal or similar in quality, standards of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid Proposal should be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.); however, the bidder may be given the opportunity to submit the information sheets to the County during the bid evaluation period. At such time the bidder shall be given fifteen (15) calendar days to submit the information. Failure to meet this requirement may result in your bid being rejected. All supporting documentation submitted by the bidder must meet the required specifications, including, but not -limited to standard manufacturer's information sheets, catalogue, and brochures. Where standard product literature is submitted with the bid and offers information that does not comply with the specifications, the bidder — must state on their company stationary the differences between their bid and the standard product literature to ,ensure compliance with the specifications. Bids submitted indicating standard product literature without the letter ex l ing compliance will result in the bid bein rejected for not meeting the specifications, The County shall be sole Judge of equality or similarity and its decision shall be final in its best interest. 2.I0 LIQUIDATED DAMAGES FOR INCOMPLETE PROJECTS Upon failure to complete the project in accordance with the specifications and to the satisfaction of the County within the time stated, the bidder shall be subject to charges for liquidated damages in the amount of $50.00 for each and every calendar day the work remains incomplete. As compensation due the County for loss -of use and for additional costs incurred, by the County due to such noncompletion of the work, the County shall have the right to deduct the said liquidated damages from any amount due or that may become due to the bidder under this agreement or to invoice the bidder for such damages if the costs incurred exceed the amount due to the bidder. 2.11 INDEMNIFICATION AND INSURANCE - 6 - CONSTRUCTION RELATED CONTRACTS The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name' of the County when applicable, and shall pay all costs and .judgments which may issue thereon. The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, I11 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workmen's Compensation Insurance for all employees of the vendor asrequired by Florida Statute 440. Page 2 03'17'98 15:01 $595 4612 Metro -Dade Parks [a004i009 METROPOLITAN DADE COUNTY 8I0 NO. 1153-0/99 B, Public Liability on a comprehensive basis in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Policy shall be endorsed to include Broad Form Property Damage. Dade County must he shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $100,000 combined single limit per occurrence for bodily injury and property damage. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the.operations of the vendor. - - All insurance policies required above shall be issued by companies authorized to do businL-Ss under the laws of the State of Florida, with the following qualifications: The company must be rated, no less than "B" as to management, and no less than "Class V" as to financial strength, by the lates-t edition of Best's Insurance Guide, -published by A-.M. Best Company, Oldwick, New Jersey, or its equivalent subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest List'of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADS COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this Section or under any other section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of Page 3 "or, C, J 1.1 03"1-1 98 15:00 '0595 4612 Metro -Dade Parks 003-'009 METROPOLITAN DADE COUNTY 810 NO, 1153-0/1 8 County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0, para 1.61) of the General Terms and Conditions. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and aTl option years that maw be granted to the Bidder in- accordance with Section 2.5 of the Special Conditions. If insurance certificates- are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to - the County at a minimum of thirty (-30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or -renewed certificates which cover the contractual period, the County- shaJ-1 suspend- the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may. at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.0, para 1.8H of the General Terms and Conditions— -Z.1Z Intentionally Omitted 2.13 Intentionally Omitted 2.14 CERTIFICATE OF COMPETENCY In accordance with the Code of Metropolitan Dade County, Florida, Section 10-3- (B), any person, firm, corporation or joint venture who shall bid or proffer a bid shall, at the time of such bid or proffer of bid, hold a valid Certificate of Competency for General or Building Specialty Tennis Court work issued. by the State or County Examining Board qualifying. said person, firm, corporation or joint venture to perform the work proposed. If work for other trades is required in conjunction with this Bid Solicitation and will be performed by a subcontractor( s), an applicable Certificate of Competency issued to the subcontractor(s) shall be submitted with the Ridder's proposal; provided, however, that the County may at its sole option and in its best interest allow the Bidder to supply the Certificate to the County during the bid evaluation period. 2.15 METHOD OF PAYMENT: INVOICE MATCHED TO WORK ORDER The successful Bidder(s) shall submit an invoice which reflects the appropriate purchase order number and work location to the County using department that issued a Work Order to the Sidder(s). The date of the invoice shall not exceed thirty (30) calendar days from the completion and acceptance of the work requested through the Work Order. Under no circumstances shall the invoice be submitted to the County in advance of the completion and acceptance of the work. The invoice shall reference the corresponding Work Order number. Page 4 03/17/98 15:00 '$595 4612 Metro -Dade Parks 0,002/009 METROPOLITAN DADE COUNTY 8I0 NO. 1153-0/98 Z.16 Intentionally Omitted 2.17 Intentionally Omitted 2,18 Intentionally Omitted 2,19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service _ against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within five (5) calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or •replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in -writing, that the bidder may -be debarred as a County bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within ten (10) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period. specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items, either through a credit memorandum or through invoicing, . 2.20 CONTACT PERSON For any additional information regarding the specifications and requirements of this contract, Contact: Edward Mason at (305) 375-3900. 2.21 LOCAL PREFERENCE The award of this contract is subject to Ordinance No. 94-166 amending the code of Metropolitan Dade County, Florida effective September 23, 1994 which, except where federal or state law mandates to the contrary, allows preference to be given to a local business in the amount of one and one-half percent (1.5%) of the bid proposal price. In the case of tie bids involving local businesses, preference will be soft Page 5 03/17 98 14;59 $595 4612 Metro -Dade Parks 0 001/009 r� • METROPOLITAN DADE COUNTY BID NO. 1153-0198 given to the local business having the greatest percentage of its -employees that are Dade County residents. For the purposes -of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Dade County or has a place of business located in Dade County at which it will produce the goods or perform the services to be purchased. 2.22 QUARTERLY REPORT ING,_WHEN SUB- CONTRACTORS ARE_1T U. ED Bidders are advised that when sub -contractors are utilized to fulfill the terms and conditions of this contract, Metropolitan Dade County _ Resolution No. 1634-93 will apply to this contract, This resolution — requires the successful contractor(s) 'to file quarterly reports as to the amount of contract monies received from the coun-ty and the amounts thereof that have been paid by the contractor directly to Black, Hispanic and Women--Owned—business—es performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work and their receipt of such monies. For purposes of applicability, the requirements of this resolution _ shall be in addition to any other reporting requirements required by law, ordinance or administrative order. — 2.23 Intentionally Omitted 2.24 ACCIDENT PREVENTION AND REGULATIONS Precautions shall be exercised at all times for the protection of persons and ,-property. All Contractors and Sub -Contractors shall conform to all OSHA, State and County regulations while performing under the Terms and Conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne -solely by the bidder responsible for same. ACCIDENT PREVENTION AND REGULATIONS AT THE SEAPORT DEPARTMENT All operations at the County's Seaport Department are under the direct control of Seaport Department personnel. Interference with vessels _ and vehicular traffic must be kept to a minimum. Ship berthing areas and roadways shall not be closed or opened by or for the Bidder unless express permission is given to the Bidder by the Seaport Engineer. The Bidder shall plan the scheduling of its work in collaboration with the Engineer in order to insure safety for and, minimum hindrance to, port operations. All equipment shall be withdrawn from work areas at the end of the work day in order to eliminate immediate or potential hazard to traffic and facilities. Materials stored at the Seaport by the Bidder shall be serviced in a manner that minimizes any obstruction to water and ground traffic_ All equipment and stored materials shall be marked by barriers with flashing lights at no additional cost to the County. The Bidder shall exercise careful Post -It'" brand fax transmittal mama 767i 0 of pages ► /ZA_ 03/17/98 14:55 $`695 4612 Metro --Dade Parks METROPOLITAN DADE COUNTY 810 NO. 1153-0/98 0 004/00.5 control during all phases of the word .a prevent damage to Seaport utilities.. including, but not limited - . overhead lights and buried cables. Before commencing work in any -,-.,en area, the Bidder, working in conjunction with the Engineer t-! the Dade County Seaport Department Maintenance Staff, shall e•--iavor to locate any possible utility conflicts. Should the 9i:!e=' damage any Seaport utility through negligence, it shall prompt') —pair the damage at its own expense. 2.25 AVAILABILITY OF CONTRACT TO OTHER COUNT`=EPARTMENTS Although this Solicitatron is specific :a a County Department, it is hereby agreed and understood that any 71-4nty department or agency may avail itself of this contract and purchase any and all items specified herein f-ram the successful bidder(= at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County wh=:;i identifies the requirements of the additional County department(s) c- agency(ies). 2.26 CLEAN-UP All unusable materials and debris shal' :)e removed from the premises. At completion, the successful bidder :-ail thoroughly clean up all areas where work has been involved :s mutually agreed with the Department Project -Manager, 2.27 COST ESTIMATES FOR EACH PROJECT (Hourly site) (Option) The successful bidder(s) shall be --.Iuired to submit a written estimate on each prospective project `-1fore a work order is issued. The estimate must reflect the rec.lar hourly wages for each classification represented in this bid _-d the percentage discounts or mark-ups for materials and equipment t,-_' were quoted by the bidder on its Bid Proposal form. The estimate ;-all be itemized by the number of work hours per classification and :y the cost of materials and equipment. Lump sum estimates shall ^ot be accepted. The County reserves the right to award the project to the lowest bidder based on the written estimate or to reject al- estimates based on price The obtain the required services from ate: -her source of supply. actual charge to the County shall not _(teed ten percent (10%) of the Bidder's estimate without the exprs:sed prior' approval from an authorized agent of the County. Z.ZB COUNTY WIDE Any Governmental Unit in Dade County. Florida, may avail itself of this contract and purchase any and all -eem s specified herein .from the successful bidder(s) at the contract p- : ( )established Each Governmental unit which uses a ::ntract(s) resulting herefrom, will establish its own contract, plat- its own orders, issue its own purchase orders, be invoiced therefro; and make its own payments and issue its own exemption certificates ai -equired by the bidder. 0 Page 7 07%17/98 14:56 V595 4612 Metro -Dade Parks Q005" 005 �J METROPOLITAN DADE COUNTY BID NO. 1153-0/98 --- It is understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as -a result of this bid. 2.29 EMERGENCY SERVICE The successful bidder shall provide 24 hours, 7 days a week Emergency Service to the County under the contract. During regular working hours (Monday through Friday, 8:00 A.M. to 5:00 P.M.) Emergency Service response time shall be within three (3) hours after notification by the County. During other than regular working hours, the emergency response time shall_ be within six (6) hours after notification by the County, a minimum labor charge of four (4) hours -per employee responding to emergency calls other than regular working hours shall be allowed. 2.30 EMPLOYEES ARE RESPONSIBILITY OF BIDDER All employees of the bidder shall be considered to be, at all times, the sole employees of the bidder under its sole direction and not an employee or agent of Dade .County. The bidder .shall supply competent and physically capable employees. Dade County may require the bidder to remove an employee .it deems careless, incompetent, insubordinate or - otherwise objectionable and whose continued employment on Dade County property is not in the best interest of the County. Each employee shall have and wear proper identification. 2.31 HOURLY RATE • The hourly rate quoted shall include full compensation Jor labor, equipment use, travel time, and any other cost to the bidder. This rate is assumed to be at straight -time for all labor, except as otherwise noted. The bidder shall comply with minimum wage. standards and any other applicable laws of the State of Florida. If overtime is allowable under this Bid, it will be covered under a separate item in the special clauses. 2.32 LABOR MATERIALS AND EQUIPMENT SHALL BE SUPPLIED BY THE BIRO R Unless otherwise provided in Section 3 of this Solicitation entitled "Technical Specifications", the Bidder shall furnish all labor, materi- al and equipment necessary for satisfactory contract performance. - When not specifically identified in the technical specifications. such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. Page 6 moo 03, 1 , 98 14:55 #&595 4612 Metro -Dade Parks [a003/005 METROPOLITAN DADE COUNTY BID NO. 1153-0/98_ 2.33 LABOR AND MATERIAL CHARGES The awarded bidder shall provide the County with quality labor and materials on an as needed, when needed basis. Accordingly, the bidder shall indicate the cyst of this labor and materials rn its bid proposal form. The bidder shall not offer an overtime hourly labor rate that exceeds 1 1/2 times the value of the regular hourly labor _rate; nor shall the bidder offer a cost of-i%iterials that exceeds -a _ 2OX mark-up from the bidder's actual cost. If either excesses are reported on the bidder's proposal, the bid shall be .considered non -responsive and ineligible for award, 2.34 LICENSES, PERMITS AND FEES - The bidder shall obtain and pay for all licenses, permits and inspec- tion fees required for this project; and shall comply with all taws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the bidder for failure to obtain required licenses, permits or fines shall be borne by the bidder. Awardee shall be reimbursed the cost of permits and fees. Z.35 LIMITATION OF CONTRACT SHALL BE $50 000 PER PROJECT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the County or of a specific County agen- Solicitation does not cy, it is hereby agreed and understood that this the exclusive rights of the successful Bidder(s) to receive constitute all orders that be generated by the County in conjunction with -may this Solicitation. It is hereby agreed and understood that, in accordance with Dade County Resolution #I20-83, any trades assistance be work project exceeding $50,000.00 must be bid separately and cannot incorporated under the terms and conditions of this Solicitation.. 2.36 LIMITED CONTRACT EXTENSION Any specific work assignment which commences prior to the termination beyond the termination date of this contract and which will extend date shall, unless terminated by mutual written agreement by both parties, continue until completion at the same prices, terms and conditions as set forth herein. Z.37 LOCAL OFFICE SHALL BE AVAILABLE The Bidder shall maintain an office within the geographic boundaries of Dade or Broward Counties, Florida. This office shall be staffed by a competent company representative who can be contacted during normal working hours and who is authorized to discuss matters pertaining to the contract. 2.38 NON-EXCLUSIVE CONTRACT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the County or of a specific County Pave 9 4000 7 03/17/98 14:54 V595 4612 Metro -Dade Parks Q 001/005 METROPOLITAN DADE COUNTY BID NO. 1153-0/98 proportionate share of all previous draws. In the event such -affidavits cannot be furnished, the bidder may submit an executed consent of surety to requisition payment; identifying the subcontractors and -suppliers with the amounts for which the statement of satisfaction cannot be furnished. If the bidder fails to provide a consent of surety to requisition payment, the amount in displ!te will be withheld until either the statement of satisfaction is furnished, or the consent of surety to requisition payment is furnished. 2.43 5Al ES TAX Dade County is exempt from all State, Federal and Local Sales Tax. Not withstanding, bidders should be aware of the fact'that any materials and/or supplies which are- purchased by the bidder, in c-onjunction with this Contract, may be subject _to _Sales Tax, in accordance with -Section 212.08 Florida Statutes amended 1970 and aTI amendments, thereto- and -such- takes shall be borne solely by the bidder. 2.44 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED IMPORTANT NOTE: THIS REQUIREMENT IS SEPARATE AND INDEPENDENT FROM BBE REQUIREMENTS AS MAY HE STATED IN PARAGRAPH 2.3 As part of its Bid Proposal, the Bidder is requiredto identify of the and all Subcontractors, that will be used in the Performance proposed contract, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the Subcontractors) with respect to experience, skill, responsibility and business standing shall be considered by the County when making the award in the best interest of the County. If the bidder fails to identify any and all sub -contractors in the Bid Proposal, the bidder may be allowed to submit this documentation to the County during the bid evaluation period if such action is in the best interest of the County. 2.45 SUPERINTENDENT SHALL BE SUPPLI!_D BY THE BIDDER The successful Bidder shall employ a competent superintendent who shall be in attendance at the project site during the progress of the work. The superintendent shall -be the primary representative for the Bidder and all communications given to and all decisions made by the superintendent shall be binding to the Bidder. Notwithstanding, the superintendent shall be considered to be, at all times, an employee the Bidder under its sole direction and not an employee or agent of Dade County. 2.46 WORK ACCEPTANCE This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. post-lt" brand fax transmittal memo 76Tt ref pages d FWD Q Ce rA. Pnbne N XS7R -5' �"-1lT o1.17i98 14:54 $595 4612 Metro -Dade Parks @j002/005 METROPOLITAN DADE COUNTY BID NO. 1153-0/98 L • agency, it is hereby agreed and understood that this Solicitation does not constitute the exclusive rights of the successful Bidders) to receive all orders that may be generated by the County in conjunction with this Solicitation. In addition, any and all commodities, equipment, and services required by the County in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terms, conditions and awards rendered under this Solicitation, unless such purchases are determined to be in the best interest of the County, 2.39 NOTIFICATION T_O-BEGIN WORK SHALL BE GIVEN-_TNROUGH.-1 WORK ORDER The Bidder shall neither commence any work nor enter a County work premise until a Work Order directing the Bidder to proceed with various items of work has been received from any authorized County representative; provided however, that such notification shall be superseded by any emergency work that may be specified in the Special or Technical Specifications. 2.40 OMISSION FROM THE 5PECIFICATIONS The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. - 2.41 PROTECTION OF PROPERTY All existing structures, utilities, services, roads, trees, shrubbery. etc. shall be protected against damage or interrupted services at all times by the bidder during the term of this contract; and the bidder shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the bidder's operation on the property. 2.42 RELEASE OF CLAIM REQUIRED Pursuant to Florida Statute 255.05 and Metropolitan Dade County Code Section 10-35, all payments to the bidder's subcontractors shall be made within ten (10) days of receipt of the draw by the bidder. With the exception of the first draw, the bidder must pay all of its subcon- tractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of 'the draw by the bidder for monies due' it as a result of a percentage of the work completed. The bidder must provide the County's project manager with duly executed affidavits (subcontractor's statement of satisfaction) or releases of claim from all subcontractors and suppliers who have performed any work or supplied any materials for on the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their Page 10 03/17/98 11:51 $395 4612 Jletro-Dade Parks faoo5i005 • • 0- METROPOLITAN OADE COUNTY' 2.47 -WORK ORDERS SHALL BE GENERATED FOR EACH PROJECT 810 NO. 1153-0/99 The County's authorized representative shall generate and.issue a Work Order for each project to be performed under this Solicitation and subsequent Contract. The Work Order shall include the location, description and plans, if necessary, covering the scope of work to be completed, The Work Order shall also include a cost estimate calculated by the County for the work listed on 'the Work Order. This estimate shall be based— on the prices total on the Bidder's proposal. For purposes of identification and payment, the Work Order shall be numbered and dated. The preliminary Work Order describing the description of work and cost estimates shall be issued to Sidder(s)— which have been -qualified to perform` work under this Solicitation. 'rho Bidder(s) shall be required- to supply. the County's authorized representative with a written price proposal within a time frame specified by the County. If multiple Bidders are solicited, the County shall select the lowest price proposal, provided that the price proposal does not exceed the dollar estimate calculated by the County. If a single Bidder is solicited, the price proposal shall be accepted, provided that the price proposal does not exceed the dollar estimate calculated by the County.' The selected Bidder's name shall then be entered on the Work Order and issued to the Bidder. The Work Order shall also direct the Bidder to commence work on a certain day and it shall specify the amount of time allotted for completion -of work covered by the Work Order, All` -work covered ❑y a Work Order shall constitute a Contract Schedule. Paqe 12 =� O:S:'1T/9.8 14;51 12595 4612 Metro -Dade Parke 10004/005 METROPOLITAN OAOE COUNTY 810 NO. 1153-0/98 SECTION 3.0 TECHNICAL SPECIFICATIONS REFURBISHMENT OF SPORTS FACILITY COURTS 3.1 SCOPE Furnish all labor, materials, tools, equipment, transportation services and incidentals, necessary for the refurbishment and/or specified herein, including construction of sport facility courts as tennis, multi -purpose, volleyball, etc. - _ 3.2 GENERA Al} materials and installations required shall be in accordance with the Florida - - the applicable portions of the latest edition of Transportation Standard Specifications for Road and Department of Bridge Construction, " and its supplements with changes pertaining thereto, and with the provisions of these Contract Documents. the South Florid Building Code and Further, the applicable portions of the U.S. Tennis Court 6 Track Builders Association shall apply to this contract. 3.3 PROS A. Limerock Base and/or Clean Fill B. Type 11 Asphaltic Concrete C. Laykold System or approved equal 1. Binder 2. Resurfacer 3. Colorcoat Concentrate Color 4. - Cushioncoat 5.. Line paint E. Lee Tennis odour apprvvestequaly" Stone Screenings, Washed Screening Clay F. Hydrogrid Underground Watering System or approved equal G. Grass (Tift Dwarf Bermuda) H. Lee Tennis Products Classic Vinyl Playing Tape or approved equal. I. Silica Sand 3.4 COURT PREPARATION A. New Construction - Clear and grub court area to line and grade, as limerock base -asphaltic directed by the County, to receive a concrete, clay, stone screenings, or grass, concrete, reinforced etc,; sports court per manufacturer's specifications or County • instructions. Page 13 07;17i98 14:51 V595 4612 Metro -Dade Parks Z 003/005 METROPOLITAN DADE COUNTY BID NO. 1153-0/98 . $. Refurbishment - Cleaning, including sandblasting, patching, washing, removal and/or raking of surface material, of court per manufacturer's -specifications or County instructions. Existing reinforced concrete courts to be converted to asphaltic concrete Courts shall receive a tack coat at 0.08 gal. per S.Y., and shall then have a one inch thick Type II asphaltic concrete surface course constructed in accordance with Florida Department - of Transportation sp4cifications as referred to under Article 3.2 NOTE: New asphaltic concrete surface shall be free of roller marks, _ greater— ridges and voids, shall be flood tested. Depressions greater than 1/4" shall be repaired as necessary. It shall cure for a than of 14 days before applying the Layk-old System-. Curing time for other approved systems shalt abide by the manufacturer's speeifications. Patching mix for monor asphaltic c06crete surface Correction using the Laykold System shall consist of the following: 2 gal. Sand #70 to #100 mesh 2 gal. Laykold Resurfacer 1/Z gal. Laykold Binder If a system other than Laykold is_ utilized, use manufacturer's recommendations. - 3.5 COURT SURFACE A. New Construction 1. Asphaltic Concrete or Reinforced Concrete using Laykold System or approved equal. a). Rpsurfacer Coating (asphalt emulsifier) shall be applied over asphaltic concrete at a rate of 0.09 gal. per S.Y. of undiluted material per coat. b). Cushion Coating shall be applied over the resurfacer coating at rate of 0.093 gal. per S.Y. of undiluted material per coat. Under normal conditions three coats are required. No application shall begin until- the previous coating has cured. c). Textured Colorcoat Concentrate Finish Coating shall be applied over resurfacer coating cushion coating or - reinforced concrete utilizing clean dry silica sand (#70 to #100 mesh) thoroughly blended with colorcoat concentrate. The proportion shall be as follows: .1 gal. colorcoat concentrate .7-9 pounds graded sand between #70 and #100 mesh and 2/3 ..gal. potable water Page 14 %M■r ,�� 03/17,'98 15:03 IT395 4612 Metro -Dade Parks [a 009/009 C, 1�1 E ;IETROPOLITAN DARE COUNTY BID NO, 1153-0/98 Coverage to be approximately 0.03 to 0.06 gal, per S.Y. of undiluted material per coat, pending the amount of sand used to achiev@ the less texture or greater filling properties. Under normal conditions three coats are required. No application shall begin until the previous cvating has thoroughly cured. d). Playing Lines. After the Colorcoat Concentrate cures for LL a minimum of" 48 hours. 2 inch wide playing lines shall be accurately located, masked with tape and painted with Laykold Line Paint. Two coats are required. To prevent the inside line from bleeding under the line tape, the inside edge of line shall be painted the same color as the _ court to fill in the voids along the edge of the tape, before the playing lines are painted. 2. Stone Screenings, or Clay using Lee Tennis Products, or approved equal, shall be constructed as directed by the County. 3. Grass (Tift Dwarf Bermuda) shall be as directed by.the County. B. REFURBISHMENT 1. AsRhaltic Concrete or Reinforced Concrete_ Under normal conditions only the�Colorcoat Concentrate and/or the playing lines are required to refurbish previously Laykold System courts. However, the specifications .for new construction contain -the necessary elements if. refurbishment requires additional work as directed by the County. 2. Stone Screening, Clay and/or Grass. Under normal conditions removal and replacing existing materials in various amounts is all that is required. However, if additional work is required, it shall be as directed by the County. 3.6 FENCING The contractor shall be responsible for removing and reinstalling any fencing necessary to gain access to the courts where the work is to be performed. 3.7 STANDARD DETAILS FOR SPORTS FACILITY COURTS The Park & Recreation Department will provide the Contractor standard details they have for various sports courts for the Contractor's information and use, or if he is requested to provide an estimate for work to be performed. Page 15 /v ■ • • • AAA -- Courts Inc. L'-ty of 'lurnclri14 4"Lzrks &'Rfc:re.atioazc' - - 7501 � Va-th University Dri.'l,t' = 'Tamarac, :1tIn. Lance :11a11 �tlef - (954)-724-.UM .1oli Site 'rarrrarcrc 'Park 99 1. W 77th Strifet. ?zcrfacttz�q Sur acftka of Eour11emin ti Courtf ,'� rd, 'rrza.t�'fl �� ii7 Sc .lcu'e'y'ar'rfs 'PriV a -re 'fecln.irtc s Firs per court y. 4 ct(s) ar y" �U.00 per hr Patching DainLutecf fr-rs percourt X_ 4 _ ct (s) L� ;rc-1.0t) per(zr' 'F'atchirrg :�fcttc;rictl 'le rt�chinrz Patch, onz�)azrncf)• .'S ,dal,"s,a} <i $10,3- perJcafpfu, 19% Root Repair stir 7 fi.rs .7cr cincrt l' 1 Cr (ay r61.00 per hr tares 54,OC) per tom !,lira I�Qcxt, EXHIBIT II "TtAP As., -*8i61 fefimary 10, 1998 7W,00 = 5 73?,00 = $ 307.91 $ 4 !` 7.00 4770 5-lUTHW ST 33 7FIR 11ACL' SUITE 102 DAJIE, FLORIDA 33378 DADE (305) 368-530.7 • BROWARr ,'305; 680-2579 1 -800 -275- 465C r r- Z - i 1 - = U - : -a 4 F' 1'1 f-1 hl H 1-. I_1 111, 1 1 1 a 1_ f ebrua.ry 10, 1998 Tamarac parka*opo7 al -`; G:m:'''U1 1 -3 EXHIBIT II r L+ • All -Spvri Finish Coat: 139 —rr4 « $ 0,45 per pa! pC:rs 1y % Trrst(Z(fill iart cr -114 S 1ort -`finish.. !.() hn, per c(ll t 1 4 l r(s�) ®b $v1.f)t) pi:r lit Gnat do P—ri r *ir ace- talc @ $.10,3 5 per t1a(Fr(uc 19 4fI butallt tiorr of Grand -Su 4 fi.rs per c'uurt j, 4 Ct.(S) QQ $61.00 perlxr Chat Of _`Plex!i hrnrnc cr $.70 persq yd (3,467 sq y6) Lines; 180 reI -V 4 c't (,c) ci, .: / pet./t Paint Pe iineter, ' i.(( It, _ f�t Post ear CeraerAnrhors, Etc ._.... -; f.rsE�c:rinrcr•t•l" 4 rt(s1 �,, ,+�eiY.()l)�1er/ir' '77tcil E ti.rn,T1,l = J 1488.00 51�_3.(ifi - $976.00 = S. 710.40 $ 7-1 1' 00 ` 14„�„ ?t,, 00 a'' 4730 .G'UTHWER— 83 TITRA�7,r + gF.TT.E 102 + DAME, FLORIrA 73326 UAAF ,3051 300-69C: • BRONARD i3051 680-;F78 0 1-8d0-275-665,1 FEE! -II-_= C+-:44 F'r�1 NMri i i-ilJPT 1 N C February io, 1.998 Tamarac Park PrOPW '? 546;:jOO 1 i 4 EXHIBIT II r� • • 1kRAM.511%} `6'`•� �rF'f�•J1�'1)f-'Aar UNA(.''l'ZL`'ILL.`BCtP�,A ip�1� 'U `DIREOI ED B, V:l CI'Z*%"n T (:'an tractor, David A. NY Bert AAA Courts, Incorporated. 'Oulner'„ tthorizedTvpresenlei tizir of 4730 S,UTHWSST 93 TERRAcF, " 3JITE 10.2 • _^AVIE, FLORZDA ?33dd DADE :05) 3t7d-48v-2 DROiYARO 'J95) 680-2578 1 1-800-j71-5054 • C� MAR--39-98 04:06 PM AAA COURTS INC. 9543164814 A" COU&$ I=* Marche 30, 1998 City of 74marac 'Purchasing' 7525 NW 88th Avenue Tamarac, F(orida 33321 lithe Lynda DearLynda, W4.66r:1*wel As per conversation with Lance at ParkF err 1.creations, I am forwarding this litter plus an attachment to the Dade County Pidstating that the City of Tamarac. has the authorization to use the Dade County Bid. I would (ikg to thankyou in advance for your attention to this matter and if there are any question please fee(free to contact me. Sincerely, David A. Hebert Nice President D91M440-0- dd &W '01fORMW 19541316'6W "1.4W-27StfM MAR-30-99 04:06 PM AAA COURTS INC. 9543164914 P.02 EXHIBIT II HITROPOLIT',N dAGE COUNTY b.J NO. 1153 or inadequacies to Comply with these requirements shall be borne Solely by the bidder responsible for same, Barricades shall be provided by the bidder when work is Performed in areas traversed by persons, or when deemed necessary by =the County Project Manager, 2.21 ALTERNATE 810 PROPOSALS MAY BE CONSIDERED The County will consider one (1) alternate bid proposal from the same bidder For the same solicitation; provided, however, that the alternate bid offers a different product or level or service that meets -or exceeds the bid requirements. An alternate bid which offers a different price and/or pricing structure for the same product or level of service shall not be considered, In order for the County to consider an alternate bid, the bidder shall complete a separate Bid Proposal form and shall mark "Alternate Bid" orrthe first page. Three (3) copies of the alternate bid shall be placed in the same - bid envelope wt-h the regular bid -proposal offered b-y the -bidder. The -::County reserves the right to consider and award any alternate bid based on the method prescribed in Section 2-.& of the- Special Terms and Conditions in its best interest, 2.22 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENiS Although this Solicitation is sPeci'Fic to a County Department, It is hereby c) agreed and understood that any County department or agency may avail itself of I this contract and purchase any and all items spe-cified herein from the- �+ successful bidders) at the contract price(s) established herein. Under -these circumstances, a separate purchase ordir shall be issued by the County which N identifies the requirements o-f the additlonril County department(s) or agency(ies). 2.23 BASIC WORK UNIT The basic- work unit .o he provided by the successful bidder shall be determined by the County Project Manager or his/her designee prior to start of the project as to classifications and number of personnel needed, and as to the scope and size of the project, 2.24 CLEAN-UP All unusable materials and debris shall be removed from the premises. At completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the Department Project Manager. 2.25 COMPETENCY OF BIDDERS; SUB -CONTRACT WiTH ANOTHER VENDOR ALLOWED _Pre -award inspection of the Bidder's Facility may be made prior to award of Contract. Bids will be considered only from firms which are regularly engaged -- in the business of providing and/or distributing the goods and/or services as described in the Bid invitation, and who can produce evidence that they have an established satisfactory record of performance for a reasonable period of time, ©idders must Demonstrate that they have sufficient financial support and organization to irSdf_(t that they can Satisfactorily execute the contract if awarded under th-i terms and conditions herein stated. In the event that the bidder will sub -contrast all or part of its work to another vendor, or will �ht•tin the geojs regii.ed in comJunct ion with the contract with anuther source of supply, the bidder may be required to verify the competency of its sub -contractor or supplier; if sa specified in these Special Conditions, EXHIBIT II r` �4 California Products Carporatian 169 Waverly St. P.O. Box 569 • Cambridge, MA 02139-0569 617-547-5300 Fax 617-547-6934 March 27, 1998 -- City of Tamarac _ Parks' Superintendent Attn: Mr. Lance Mull 7501 N. University Drive Tamarac, FL 33321 Re: Plexicushion.Tednis Courts at the Tamarac Sports Complex Dear Mr. Mull: California Products is the sole manufacturer and distributor of Plexipave Grand Prix, Plexicushion Patch Compound, and All Sport Finish Coat. - Prices quoted for these products correspond to our 1998 published contractor price list. If I can be of any further assistance, please feel free to contact me. Sincerely, Robert R. Barton Southeast Regional Sales Manager Quality Sport Systems PLEXIPAVE' PLEXICUSHION' PLEXICOURT" SUPREME PLEXITRAC' SURFACER