HomeMy WebLinkAbout7.b. Jaycee Park Play Equipment Specifications / Authorize Ad for BidsCITY OF ROSEMOIINT
EXECUTIVE SUMMARY FOR ACTION
CITY COUNCIL MEETING DATE: May 5, 1992
AGENDA ITEM:
AGENDA SECTION:
PLANS & SPECS r PLAY EOUIP11"LENT
NEW BUSINESS
PREPARED BY
AGEND
DAVID J. BECHTOLD / COIR . P & R
It
IftM
ATTACBhM,TTS:
APPROVED BY:
COPY OF PLANS & SPECS
Plans and specs have been drawn for the purchase and installation
of the play equipment for Jaycee Park. Meetings have been held
with citizens from that area to discuss the play concepts, the
type of material that should be used in the construction, the
location of the equipment. , the timing of the project, etc
Park staff have met with staff from Eagan and Apple Valley to
compare specs and to address the process for bidding. Our plan is
to continue with the citizen input in the decision making process.
As indicated in the proposal each vendor will be asked to design a
play concept with the designated material in the location
identified to them. The price they submit will include all
material costs as well as the installation costs. Our Parks Staff
will be responsible for the timber work and the grading work
related to the project.
Once the bid has been received each vendor will have the
opportunity of spending 1s - 20 minutes with our citizens
committee, the Parks staff and the Parks & Recreation Committee to
explain their design and to answer questions the citizens may
have. Following the presentations the citizens committee along
with the members of the Parks & Recreation Committee and Parks
staff will be asked to vote on the bid that they feel would be
best. suited for the park.
The budgeted amount for this project is $ 25,000 from the 1992 CIS'
Account # 20 (# 202 49002 01 - 531 and s 10,000 from account
# 202 -24413.
RECOMMENDED ACTION:
Council action is requested to accept the plans and specs and to
authorize the advertising for bids for the play equipment for
Jaycee Park.
COUNCIL ACTION:
SPECIFICATIONS
FOR
PURCHASE & INSTALLATION
OF
PLAY EQUIPMENT, JAYCEE PARK
JAYCEE PARK
PARK PROJECT N0. 92-
cT 9�,1
CITY OF ROSEMOUNT
PARK DEPARTMENT
DATE: MAY 5, 1992
David J. Bechtold, Park Director
CITY OF ROSEMOUNT
ADVERTISEMENT FOR BIDS
PURCHASE & INSTALLATION OF PLAY EQUIPMENT, JAYCEE PARK
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City
Clerk's Office in the City of Rosemount, Dakota County, Minnesota, at
the Rosemount City Hall, 2875 - 145th Street West, Rosemount
Minnesota 55068, until 10:00 A.M. on the 19th day of May, 1992, and
will be publicly opened at said time and place by two or more
designated officers or agents of the City of Rosemount for:
Purchase & Installation of Play Equipment, Jaycee Park
Proposals arriving after the designated time will be returned
unopened.
The bids must be submitted on the proposal form provided by the City
and in accordance with contract documents and specifications on file
with the City Clerk of Rosemount.
No bids will be considered unless sealed and filed with the City
Clerk of Rosemount and accompanied by a cash deposit, cashier's
check, bid bond or certified check, payable to the City of Rosemount.
The City reserves the right to reject all bids and to accept any bid
deemed to be in the City's best interest.
DATE: May 5, 1992
Susan M. Walsh, City Clerk
City of Rosemount
Dakota County, Minnesota
DATE: May 5, 1992
RE: Purchase & Installation of Play Equipment, Jaycee Park
City of Rosemount
Bids Due By: 10:00 A.M., Tuesday, May 19, 1992
Dear Potential Bidder,
Enclosed is a complete set of documents dated May 5, 1992
requesting bids for the above referenced City of Rosemount
Contract. Two copies of the bid proposal form are enclosed for your
convenience.
If you wish to submit a valid bid, you must return the following
documents in a sealed envelope prior to the time established for
the bid opening and in the form prescribed in the request for
package of materials.
(1) A fully completed Bid Proposal
(2) Bid security in the appropriate amount
(3) A complete time table for delivery and installation
(4) The Affidavit of Non -Collusion
Sincerely,
Susan M. Walsh
City Clerk
CITY OF ROSEMOUNT
REQUEST FOR SEALED BIDS FOR
FOR PURCHASE & INSTALLATION OF PLAY EQUIPMENT,JAYCEE PARK
I. GENERAL BID INFORMATION
A. Purpose of Taking Bids: It is the City's intent through
the specifications to enter into a contract with the
successful bidder to obtain a play equipment concept plan,
to purchase play equipment, and to have the play equipment
installed in Jaycee Park according to plan submitted.
B. Scope of Contract: The successful bidder will obtain metal
play equipment that will provide an environment for many
years of safe play for the youth of the community. That
equipment will be installed in the designated play area
located in Jaycee Park by qualified installers according to
the equipment manufacturer's guidelines.
C. Term of Contract: The contract for purchases and
installation will commence on June 2, 1992. It will remain
in effect until all play equipment has been delivered,
installed according to manufacturer's specifications,
inspected by bidder, an invoice has been submitted by the
bidder, and payment processed by the City of Rosemount to
bidder. Warranty to assure the quality and condition of all
materials and labor will remain in affect for a period of
two (2) years from date of final payment by the City.
D. Bidders' Duty to Obtain Information: Bidders are charged
with the responsibility of fully acquainting themselves
with the conditions of all bid documents and contract
conditions. Bidders must inform themselves fully of all
pertinent local conditions and ordinances in the City of
Rosemount as well as applicable State law and other issues
which may affect their bids or performance under the
contract
E. Contacts with the City: Rosemount City Clerk, Susan M.
Walsh, shall be the exclusive contact for any questions by
or requests of potential bidders. Ms Walsh's address and
telephone number are as follows:
2875 - 145th Street West
Rosemount, MN 55068
423 - 4411
Bidders should not contact any other City officials
regarding this Request for Bid and the City shall not be
bound by any information obtained by potential bidders from
persons other than Ms Walsh.
F. GENERAL REQUIREMENTS:
1. Preparation of Bids: Bids must be submitted on the bid
forms provided or facsimile thereof and must be signed
by the bidder or its authorized representative.
2. Changes of Corrections to Bids: Any changes or
corrections to any data in a bid provided by a bidder
must be initialed in ink by the person the signing bid.
3. Bid Security: Security in the amount of ONE THOUSAND
(51,000) shall be submitted with the Bid Proposal.
Failure to submit Bid Security in the appropriate amount
shall result in rejection of the bid. The bidder, at its
option, shall furnish either a Bid Bond in favor of the
City of Rosemount or a cashier's check made out to the
City of Rosemount for cash deposit.
Bid security deposited by unsuccessful bidders will be
returned as soon aspracticableafter a bid award is
made. The Bid Security of the successful bidder will be
held until the successful bidder and the City have
entered into a contract and all contract materials,
including a performance bond, have been submitted..
4. Submission of Bids: Bids must be submitted prior to
10:00 A.M., May 19, 1992 and contain the following
information:
a. A fully completed Bid Proposal
b. Bid Security in the appropriate amount
c. The affidavit of Non - Collusion
The bid and all required documents submitted with or
made part of the bid shall be enclosed in a SEALED
OPAQUE ENVELOPE. This envelope shall be addressed:
City Clerk
City of Rosemount
2875 145th Street West
Rosemount, MN 55068
and shall clearly state on the FRONT of the envelope in
the lower left or upper right corners this inscription:
"SEALED BIDS FOR PLAY GROUND AREA CONSTRUCTION, JAYCEE PARK"
The bidders name shall be printed on the envelope on the,,
upper left- hand corner.
p.2
5. Withdrawal of Bids: Bids
prior to the bid opening
request of the bidder.
may be withdrawn at any time
upon written or personal
6. Receipt and Opening of Bids: All bids received prior
to the time set forth in paragraph I.F.4 above shall
be received and opened by the City. Bids received
after the time set forth in paragraph I.F.4 shall be
returned to bidder upopened.
Bidders and other interested parties may be present at
the bid opening and the contents of all bids received
will be made public for their information.
7. Rejection of Bids: The City reserves the right to
reject any and all bids received.
8. Bid Price Errors: In the event that the bidder's unit
prices and extension of those prices are in conflict,
the unit bid price shall govern and be accepted by the
City.
9. Informalitites and Minor Irregularities: The City, at
it's descretion, reserves the right to waive any
informality or minor irregularity in any bid.
10. Award of Bid: The bid shall be awarded to the bidder
who has followed the terms and specifications and has
been selected by the vote of a selection committee as
soon as possible after the vote has been taken.
11. Contract, Bond and Insurance: By submitting a bid, the
bidder agrees that, if it receives the bid award, it
will enter into a contract under the terms and
conditions contained in Section II of the Request for
Bid and shall meet all other specifications and
conditions of this bid, including the provision of a
valid performance bond and the obtaining and retention
of insurance.
12. The successful bidder agrees that, should it fail to
meet these terms and conditions, it will forfeit the
Bid Security provided with its Bid Response.
p.3
II. SPECIFICATIONS FOR DESIGN, OF THE STRUCTURE, & FOR THE INSTALLATION
EXHIBIT: A
A. Bidder shall be responsible for the design of the play structure. The
Bidder shall submit to the City with the proposal form a plan view of the
play structure denoting:
- indvidual play stations
- deck heights
- dimensions and special requirements
- orientation
- scale
- materials & product identification # of each
main section unit listed in "Contract Form"
B. Design, equipment & materials, delivery, and installation costs shall
not exceed the budgeted amount of $ 35,000.00
C. Bidder shall be responsible to identify the exact location of the features
and equipment for installation. Design will include all aspects of the site
according to the present grades of the site. Design will include all
aspects of site including those features that the City would be responsible
for installing.
D. Play stations to be selected at Bidder's choice.
Note: consideration should be given to the following:
1. Spiral slides designed using an 80" minirmn deck height
2. Play structures to provide access using both climbers and decks
or steps beginning at a 16" maximum height. ie; a slide off of a
48" deck could be so designed to be accessable by an arch climber
and a set of decks at 16", 32", and 48" heights. This provides
access for both older children using the climber and younger
children using the decks.
3. Tunnels should be used to connect major play area no3es, providing
positive circulation and a quality play experience.
4. Cargo nets should be designed using 48" minimm deck height and
cargo nets using chain shall be rubbercoated.
5. Tire swings should be designed with a large truck tire in lieu of
the typical automobile tire.
6. All chains shall be rubber coated.
P.1
7. NOTE: ITEMS THAT SMALL NOT BE INCLUDED IN DESIGN
a. Rings
b. Turning and Chinning Bars
c. Balance Beams
d. Viewing Bubbles
e. Clatter Bridges
8. All designs must, at a minimum, conform to the present Consumer
Product Safety Commission Guidelines currently in effect. Greater
safety features should be considered.
9. The design and structures must include handicapped accessable
features and accessable resilient surf acting as necessary to meet
the current ADA standards.
10. Play structures shall have proper enclosures, safety rails, and
panels to insure safe use.
11. Entrances, exits, and individual play stations shall be designed
and located so as to not conflict with other play stations.
12. All joints, connectors, and surfaces shall be free of sharp,
disjointed, splintered, burred, or rough edges.
13. Walkways and platform areas shall have a non -slip surface
treatment.
14. All metal materials, fasteners, and hardware shall be designed
and treated to prevent corrosion, rust, or excessive wear with
normal uses.
15. All materials shall be of metal. (aluminum or steel)
16. Color is to be a combination of green and brown.
E. Bidder shall submit with the proposal form manufacturer warranty
information, estimated time for installation and project schedule
with estimated starting date
The installation of the play equipment shall be made in coaplete accordance
with the manufacturer's recommendations. After installation, and at time
of invoice for payment, the Bidder shall include a signed statement on or
accompanying that invoice stating that the installation was made in
accordance with the manufacturer's recommendations.
F. Bidder will provide the City of Rosemount a two (2) year warranty on all
materials and equipment. This includes warranties to proper
installation and design and that the structure follows the latest ADA
standards and manufacturer's recommendations.
M'%
G. The manufacturer and product line should enhance and comliment existing
park design conecepts. A copy of those concept plans will be given to
Bidder at time of request for specification information.
III. EVALUATION AND SELECTION PROCESS
The City will review each proposal based upon the following criteria:
A. The Parks & Recreation Staff, the Parks & Recreation Co Tdttee Members,
and citizens from the Jaycee Park area will have the opportunity to
review plans as submitted by the Bidders.
B. The Parks & Recreation Staff, the Parks & Recreation Committee Members,
and citizens from the Jaycee Park area will have opportunity to listen
to a presentation on the evening of May 26, 1992 starting at 7:OO P.M. of
approximately 15 - 20 minutes by each Bidder on information that pertains
to his/her. bid.
C. Following the 15 - 20 minute presentation by the Bidders the Parks &
Recreation Staff, the Parks & Recreation Camiittee Members, and the
citizens of the Jaycee Park area who are present will decide by ballot as
to the bid to accept.
D. The decision of the Parks & Recreation Staff, the Parks & Recreation
Committee Members, and the citizens of the Jaycee Park area who are present
on the evening of May 26, 1992 will be final.
E. NOTE: Presentations should be specific in detail and should include but
not be limited to the following[ information:
1. Explain safety features in design and structure.
2. Ways that the structure provides the highest quality and quantity of
play for the budgeted amount.
3. Ways that the play design and structure provides learning and
development potential to the user. Identify quality play events to match
identifiable skills levels.
4. Ways that the play structure connects play activities that allow the
user to flow from one play station to another.
5. Provision made to allow for ease of access for all users at all skill
levels.
6. Ways that the design and structure provides both physical and mental
challenges with limited risk to the user.
7. Ways that the design and structure provides opportunities for social
interaction.
0.3
8. Describe and explain aspects of the structure that pertain to strength,
durability, finish, and aesthetic qualities.
9. Can the play structure be installed in a reasonable period of time.
The City would like to have it installed in early to mid-July. How does
your projected schedule match time table?
10. Describe in the design and structure orientation how supervision and
observation can be accomplished easily of the users.
11. Describe your ability to continue service to our City after the
installation is completed and the invoice has been paid.
12. The ADA standard expected is for general access and general use
of the equipment. Explain how your design and structure meets the ADA
standard required.
IV. SURETY AND INSURANCE REQUIRIIMENTS
A. Performance Bond: Prior to the execution of the contract between the
successful bidder and the City, the successful bidder must deliver to the
City Clerk a Performance Bond executed by a corporate surety company
authorized to do business in the State of Minnesota. The bond shall be in
the sum of ( Five Thousand ($5,000.00) Dollars to secure the faithful
performance of the contract by the successful bidder and be conditioned
that the successful bidder shall carry out all covenants, terms and
conditions of the contract in accordance with this provision.
B. Insurance: Prior to the execution of a contract between the successful
bidder and the City, the successful bidder must provide proof of insurance
coverage as follows:
1. Comprehensive general liability insurance providing coverage for
bodily injury, death and property damage, and having as a minimum,
a combined aggregate limit of Three Hundred Thousand ($300,000.00)
Dollars per occurrence.
2. Workers' Compensation Insurance and Employers Liability Insurance as
required by law.
The City shall be named as an additional insured on each of these
insurance policies. The policy shall provide that coverage may not be
terminated or changed by the insurer except upon ten (10 ) days written
notice to the City Clerk of the City of Rosemount.
DATED: May 5, 1992
p.4
BIDDER'S FIRM NAME:
OFFICIAL ADDRESS:_
TELEPHONE NO.:
FAX NO.:
PROPOSAL FORM: EXHIBIT - B
PURCHASE & INSTALLATION OF PLAY EQUIPMENT, JAYCEE PARK
To The City Council of
Rosemount, Minnesota
2875 - 145th Street West
Rosemount, Minnesota 55068
City Officials:
The undersigned has examined the contract documents including the
Advertisement for Bids, General Bid Information, Purchase and Installatio:
Specifications for Play Equipment, Surety and Insurance Requirements and
Affidavit of Non -Collusion for purchase and installation of play equipmen
on file in the office of the City Clerk of the City of Rosemount, Minneso
and proposes to provide play equipment and installation of that equipment
for the City of Rosemount as follows:
1. Design play structure and play area, including area that will be t
responsibility of the City of Rosemount to construct, and
submit in proposal by 10:00 A.M., May 19, 1992. This is to be
done using the present general grades in construction area.
2. Submit to scale showing exact locations for installation of play
equipment and all timber work, etc. that is proposed for Jaycee
Park as it pertains to this bid request.
3. Deliver and install play equipment in Jaycee Park in accordance
with guidelines as identified in specifications.
4. List main unit items below. Identify the product name and number
along with estimated dollar value for each of those unit items.
ITEM AND DESCRIPTION UNLT PRICE /--UNIT COST
1.
2.
3.
4.
5. p.1
ITEM AND DESCRIPTION UNTI # PRICE/ UNIT COST
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
5. Bid Security: A bid security in the amount of One Thousand Dollar:
($1,000.00) accompanies this bid proposal.
6. STATEMENT OF NON -COLLUSION: A statement of non -collusion has
been executed and accompanies this bid proposal.
7. The Contract shall be awarded as identified in bid evaluation
process.
a. Bidder submits design plans and construction schedule of the
play equipment to City Clerk.
b. Parks & Recreation Staff, Parks & Recreation Committee Members
Citizens of Jaycee Park area do general review of design plans
c. Bidders give 15 - 20 minute oral presentation to Parks &
Recreation Staff, Parks & Recreation Committee Members, and
Citizens Group of Jaycee Park area on the evening of May 26,
1992.
d. Parks & Recreation Staff, Parks & Recreation Committee Members
and Citizens Group of Jaycee Park area vote on bid to accept.
Their decision by vote that evening will declare the bid that
is accepted and the bidder to be awarded the contract.
8. It is understood that the right is reserved by the City to reje
any and all bids and that a bid may not be withdrawn until fort
five (45) days after the time the bids are opened. If this bid
is accepted, the undersigned agrees to execute proposed contrac
and to furnish properly executed insurance and bonds as require
in the contract documents within ten (10) days after acceptance
of this bid by the City Council.
9. In submitting this proposal, the Undersigned acknowledges recei-,
of Addenda Nos. issued to the Contract Documents.
Official Address Firm Name
Date
By
Title
By
1992 Title
p.3
AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS
Affidavit of Non -Collusion: EXHIBIT - C
I hereby swear (or affirm) under the penalty of perjury:
(1) That I am the bidder (if the bidder is an individual), a partner in
the bidder (if the bidder is a partnership), or an officer or employe
of the bidding corporation having authority to sign on its behalf (i:
the bidder is a corporation);
(2) That the attached bid or bids have been arrived at by the bidder
independently, and have been submitted without collusion with, and
without any agreement, understanding, or planned common course of
action with, any other vendor of materials, supplies, equipment or
services described in the invitation to bid, designed to limit
independent bidding or competition;
(3) That the contents of the bid or bids have not been communicated by t'
bidder or its surety on any bond furnished with the bid or bids, 4nd
will not be communicated to any person prior to the official opening
of the bid or bids; and
(4) That I have fully informed myself regarding the accuracy of the
statements made in this affidavit.
Signed:
Firm Name:
Subscribed and sworn to before me this
day of , 19
Notary Public
My commission expires
19
Bidder's E.I. Number:
(Number used on Employer's Quarterly Federal Tax Return, U.S. Treasury
Department Form 941):
CITY OF ROSEMOUNT
PURCHASE & INSTALLATION OF PLAY EQUIPMENT, JAYCEE PARK
THIS AGREEMENT is entered into between the City of Rosemount, 2875 -
145th Street West, Rosemount, Minnesota 55068 ("City") and
("Contractor").
RECITALS
The City has determined that it is necessary to contract for the
purchase and installation of play equipment related to the Jaycee
Park development process.
The City has duly taken bids pursuant to Minn. Stat. 471.345;
Contractor had submitted the bid in response to the City's request
for a design concept as well as the equipment and labor for this
project.
THE CITY AND THE CONTRACTOR AGREE:
I. THE CONTRACT DOCUMENTS.
This contract will be comprised of this Agreement and the
following additional documents which are attached to this
Agreement and made a part of it:
A. The specifications for purchase & installation of
equipment (attached as Exhibit A).
B. The Bid Proposal form completed by Contractor
(attached as Exhibit B).
C. Contractor's Affidavit of Non -Collusion
(attached as Exhibit C).
D. Contractor's Performance Bond (attached as Exhibit D).
E. Contractor's Insurance Certificate (attached as
Exhibit E).
P.1
II. TERM OF AGREEMENT.
IV.
V.
This Agreement shall commence on
terminate on 1 1992 except
terminated in accordance with Section III.
CONTRACTOR'S DUTIES.
as
1992 and
otherwise
Contractor shall perform all of the duties set forth in
Exhibit A to this Agreement.
COMPLIANCE WITH APPLICABLE LAWS.
Contractor agrees that it will comply with all applicable
state and federal laws regarding the performance of this
Agreement including, but not limited to, those items
identified in Attachment A relating to Manufacturer's
Standards and ADA regulaions.
ADMINISTRATIVE PROVISIONS.
A. Notices. Any notices regarding performance under this
Agreement shall be provided to the parties as follows:
City of Rosemount: Contractor:
Susan M. Walsh
City Clerk
2875 - 145th Street West
Rosemount, MN 55068
423-4411
B. Severability.
The provisions of this Agreement shall be severable in
nature and any provision which is found to be unlawful or
unenforceable shall have no effect on any other provision
of the Agreement.
C. Assignment.
Neither the City nor the Contractor may assign their
interest in this Agreement without the written consent of
the other party.
p.2
D. Successors and Assigns.
The successors and assigns of both the City and Contractor
shall be bound to the requirements and provisions of this
Agreement.
E. Governing Law.
This Agreement constitutes the entire Agreement between
the parties including all prior understandings and
Agreements and may not be modified except in writing by
the City and the Contractor.
EXECUTED BY:
City of Rosemount
By:
Contractor
By:
Witnessed: Witnessed:
p.3
PERFORMANCE AND PAYMENT BOND EXHIBIT - D
KNOW ALL MEN BY THESE PRESENTS that we
as principal and
(a corporation certified by the Minnesota
Commission of Insurance and authorized to act as a surety as provided in
Minnesota Statues Sec. 71.31 and 574.15) a Surety, are held and firmly
bound unto the City of Rosemount a Minnesota corporation, hereinafter
called the "Obligee", for the use of the Obligee and of all persons and
corporations doing work or furnishing skill, tools, machinery, materials or
insurance premiums, or equipment or supplies, for any camp maintained for
the feeding or keeping of men and animals engaged under, or for the purpose
of, the contract described below, in the amount of Dollars
($ ), for the payment of which well and truly to be made we bind
ourselves, and each of us, and our, and each of our, successors, and
assigns, jointly and severally, firmly by these presents.
WHEREAS,
dated _
which is
Statutes
the Principal has entered into
1992, for
hereby affirmed and for which
Section 574.26;
a written contract with the Obligee
the regularity and validity of
a bond is required by Minnesota
NOW THEREFORE, if the Principal shall perform and complete said contract in
accordance with its terms and shall pay, as they may become due, all just
claim for such work, tools, machinery, skill, materials, insurance
premiums, equipment and supplies, and shall save the Obligee harmless from
all costs and charges that may occur on account of the doing of the work
specified and for the enforcing of the terms of this bond if action is
brought hereon, including reasonable attorney fees, in any case where such
action is successfully maintained and for the compliance with the laws
appertaining thereto, then this bond shall be void, but otherwise shall
remain in full force and effect.
No assignment, modifications, or change in the contract, or change in the
work covered thereby, nor any extension of time for completion of the
contract, shall release the Surety on this bond.
Sealed with our seals and dated this day of
Witnesses to Contractor's Signature:
By_
(Sealof Contractor if a Corporation) Its
Witness to Surety's Signature:
And
Its
Its
1992.