All equipment will be assembled and installed by the Supplier and or Contractor.

Similar documents
Request for Proposals. The Town of Ogden is accepting Proposals for the following:

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS:

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal For Scrap Metal Removal

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR PROPOSAL Compensation Consulting

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Invitation to Bid BOE. Diesel Exhaust Fluid

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Request For Proposal (RFP) for

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Invitation To Bid. for

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Invitation To Bid. for

Request for Proposal General Ledger Software

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

Invitation To Bid. for

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

GUILFORD COUNTY SCHOOLS Invitation for Bids

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

REQUEST FOR PROPOSAL FOR:

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

Request for Proposal Data Network Cabling

CITY OF NIAGARA FALLS, NEW YORK

RFP GENERAL TERMS AND CONDITIONS

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

ADVERTISEMENT FOR BID

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Request for Proposal Public Warning Siren System April 8, 2014

Request for Bid #1667 (RFB) CONCRETE SERVICES

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

INVITATION TO BID Retaining Wall

INVITATION TO BID-Building Renovation 83 Woolsey Street, New Haven, CT 06513

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

Invitation to Bid BOE. Fluorescent Bulbs

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

COUNTY OF PRINCE EDWARD, VIRGINIA

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

City of Merriam, Kansas

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR PROPOSAL PLAYGROUND EQUIPMENT AND INSTALLATION. Town Playground Fair Haven, Vermont ISSUED BY:

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

Request for Proposal CNC Mill For the Rockville High School

P R O P O S A L F O R M

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

ROAD COMMISSION FOR IONIA COUNTY

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

RFP Spooner Area School District School Photography Contract

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Transcription:

REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School (School) is requesting proposals to design, provide and install playground equipment and fall zone material for this project. The School will select one (1) Supplier and or Contractor to provide equipment and materials for the playground as outlined in this request. SCOPE OF THE WORK: This project includes preparing the site, designing, procurement, furnishing, delivering, installing composite play structures, equipment footings, and installing fall zone material (poured in place rubber safety surfacing) at Frontier School of Innovation Elementary School, 6700 Corporate Drive, Kansas City, Missouri 64120. The successful respondent must provide performance, labor & materials bonds, each for 100% of the amount bid, before a purchase order can be issued. The School reserves the right in the negotiation phase to increase or decrease scope of work and budget based on proposals from applicants. All equipment will be assembled and installed by the Supplier and or Contractor. Each respondent is limited to a maximum of (2) two design proposals for this RFP. The School requires Suppliers to design a play system that meets or exceeds all current federal CPSC, ASTM, IPEMA standards and ADA requirements. The proposals shall include the costs of delivered play systems as designed, inclusive of the equipment structures, components, hardware, detailed technical installation instructions and maintenance & operations manuals from manufacturer. Questions concerning the bid should be directed to: Huseyin Gencay Budget Analyst Frontier School 30 W. Pershing Road, Suite 402, Kansas City, MO 64108 Email: hgencay@frontierschools.org www.frontierschools.org The Frontier School shall be exempt for any liability for costs incurred by unsuccessful Respondents / Suppliers in preparation of the proposals. DESIGN ELEMENT GUIDELINES & PLAY SYSTEM SPECIFICATIONS Suppliers should base their playground equipment designs on meeting all accessibility and safety standards as well as the guidelines & specifications listed in this RFP. Quality of equipment components, quality of design, play value, cost, and appropriateness to location and target demographic must be taken into consideration in the design of the play system. Required Items: 1

1. All play system elements must meet and/or exceed all federal, CPSC, ASTM & IPEMA and ADA guidelines. 2. Play system must include engineered poured in place rubber safety surfacing to required minimum depth over play area with subsurface drainage system, drainage fabric and all concrete footings installed per all federal standards. 3. Play system must include landing pads for all equipment as appropriate. Play System Features in Priority Order: 1. Provide a minimum of one structure designed for ages 5 to 12. Structure shall include a multirope and net climbing elements. 2. Other desired separate elements may be included to compliment the design which could include but are not limited to: Spinning apparatus, balance beams, and smaller climbing structures. Preferred Play System Qualities: 1. All play system elements must demonstrate the highest level of durability in materials and finishes selected in consideration of child health and safety. 2. Total playground equipment design shall accommodate a minimum of 50 students. 3. Modern and Contemporary designs are preferred. Site Improvements: 1. A small retaining wall is anticipated to be needed adjacent to the existing school building to accommodate accessible grades for the playground area. Acceptable materials are poured in place concrete, segmental block, or natural stone. Respondents shall propose a material that meets the project budget. 2. Drainage associated with the playground surface improvements is anticipated. Respondents will be required to install drainage improvements to current state and municipal codes. In the proposal, provide a list of the components proposed for the Frontier School play system. Include structure and component model numbers, materials, color choices and recommendations, protective area requirements, target age ranges and developmental levels, target play type or activity, estimated lifetime of equipment including manufacturers warrantee and any other relevant descriptive information. Play system design shall safely fit in the playground area as shown on the site plans (Exhibit A). Suppliers are encouraged to be creative in their designs and to maximize the role of unstructured play in their proposals. TIMING OF CONSTRUCTION The Supplier will be given seventy-five (75) calendar days to complete the proposed work from notice to proceed. Working days will begin as outlined in the Notice to Proceed documents. It is anticipated that construction of the playground and associated site improvements will begin on or around January 15 th, 2018 with substantial completion on or around March 30 th, 2017. ASSEMBLY/INSTALLATION AND INSPECTION 2

The play system assembly and installation will be provided and managed by the Supplier. The Supplier must supply direct supervision from manufacturer or supply qualified and certified representative familiar with playground installation. All tools and equipment required to install play equipment shall be provided by the Supplier. It is the requirement of this RFP that Suppliers shall provide and pay for equipment installation. A representative of the Supplier is required to conduct a post installation inspection of equipment upon completion to insure the proper installation of the equipment. If not properly installed, modifications must be submitted in writing to the School and remedied immediately. Co inspection with the Supplier's representative of assembly and installation work will be conducted by the School following installation. The School will supply the punch list for completion generated by this co inspection. The Supplier shall submit to the School, the manufacturer's certification of compliance and warranty following punch list completion. Warranty: Upon completion of installation, the Supplier must provide documentation attesting the equipment has been installed meeting all specifications thereby warranted by manufacturer. Additionally, it is the Supplier's responsibility to provide to the School the manufacturer's warranty of installed equipment. COMPLIANCE All equipment must meet and/or exceed all federal, CPSC, ASTM & IPEMA guidelines. Documentation of compliance must be provided to the School with the Supplier's proposal. All equipment must comply with Americans with Disabilities Act (ADA). The designs submitted by the Supplier must incorporate either a transfer platform or ramp in each design when necessary. In accordance Nondiscrimination Provision in All Public Contracts, the Supplier will ensure that hiring is made based on merit and qualifications and that there will be no discrimination based on race, color, religion, creed, political ideas, sex, age, marital status, physical or mental handicap or national origin by the persons performing the contract. The Supplier must provide an original Certificate of Product Liability Insurance with School named as certificate holder for a minimum of $1,000,000 coverage. Liability Insurance: Successful proposer will be required to carry full liability insurance. The limits of liability for the insurance shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Workers Compensation: Statutory 2. Comprehensive General Liability: 3. Bodily Injury (including completed operations products liability): $ 1,000,000 Each Occurrence $ 2,000,000 Annual Aggregate Property Damage: 3

$ 1,000,000 Each Occurrence $ 2,000,000 Annual Aggregate or combined single limit of $ 2,000,000 Property Damage Liability Insurance will provide Explosion, Collapse and Underground coverage where applicable. Personal Injury, with employment exclusion deleted: $ 2,000,000 Annual Aggregate Comprehensive Automobile Liability: Bodily Injury: $ 1,000,000 Each Person $ 1,000,000 Each Occurrence Property Damage: Statutory Each Occurrence or combined single limit $ 1,000,000 Liability Insurance shall specifically cover claims for damages caused by Contractor s equipment, material, tools and property of School or other contractors employed on the project. Property Insurance: Contractor shall purchase and maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible amounts as may be provided in the supplementary Conditions or required by Laws and Regulations). This insurance shall include the interests of School(s), Contractor, Subcontractors, SCHOOL s Agents and consultants, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all-risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and other such perils as may be provided for, and shall include damages, losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals). If not covered under the "all risk" insurance Contractor shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. Indemnification: Contractor will be required to execute an agreement or agreements to indemnify and hold the Frontier School harmless against all claims arising out of the design and construction of the playground facility including, but not limited to, claims from Contractor's employees, contractors, subcontractors and third-parties. Prevailing Wage: It shall be the responsibility of the Supplier / Contractor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Supplier / Contractor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. OPTIONAL ON SITE MEETING 4

Frontier School of Innovation Elementary School, 6700 Corporate Drive, Kansas City, Missouri 64120. 3:00 pm Central Time, November 21st, 2017 All questions shall be submitted by: 3:00 pm Central Time, November 27 th 2017. PROPOSAL SUBMITTAL AND CONTENT DUE Sealed proposals must be submitted to Frontier Schools Central Office by 3:00 pm Central Time, December 1st, 2017 and must be addressed as follows: Proposal for Frontier School of Innovation Playground Attn: Huseyin Gencay, Budget Analyst Frontier Schools Central Office 30 W. Pershing Road, Suite 402, Kansas City, MO 64108 Email: hgencay@frontierschools.org www.frontierschools.org Proposals submitted after 3:00 pm will not be accepted. Proposals must include complete drawings for each design, specifications and pictures for each component in designs and colors available. 2D plan view of the proposed equipment and site improvements with the project area listed. 3D color view of the proposed equipment and design. A copy of the manufacturer s warranty A copy of the manufacturer s, vendor s and installer s liability insurance certificate Proposals must include a bid price for each design presented (2 maximum). Bids must list the cost of the equipment, fall zone material, site improvements, and labor separately. The School reserves the right to reject any and all proposals with or without cause, and to accept proposals which it considers most favorable. Applicants shall be responsible for any required State or Municipal approval process submittals and associated permits and fees with this project. All delivery, assembly, installation and supervision costs must be included in the proposal. Payment for equipment and materials will be sent within sixty (60) days after delivery and assembly/installation and invoicing of the play system. All proposal amounts shall be guaranteed for not less than sixty (60) days after the proposal submittal deadline date. Each proposal must be accompanied by a Certified Check, Cashier s Check, or Bid Bond payable to the Frontier Schools, in an amount not less than ten percent (10%) of the total bid amount. The successful Supplier shall furnish approved Performance and Payment Bonds, each in the amount of one hundred percent (100%) of the bid amount. Workmen s Compensation, Comprehensive General Liability, and Transportation insurance and insurance certificates shall be provided by the successful Supplier. Successful Suppliers are required to comply with City of Kansas City Business Licensing requirements. No proposal may be withdrawn within a period of sixty (60) days after the bid opening date. Prices shall include delivery f.o.b., freight paid by the bidder to the jobsite. 5

Bidders must provide a list of at least five (3) area references (within a 50-mile radius of Kansas City metro area) where the manufacturer s similar equipment may be viewed, including city, name of contact person, address and telephone number. The Supplier must submit seven (2) hard copies (11 x17 format is preferred) and one (1) electronic copy, on a CD, of the proposal to the address listed above. All Proposals must comply with the specifications and guidelines provided in this document. This solicitation is being offered in accordance with state statutes governing procurement. Accordingly, Frontier Schools reserves the right to negotiate an agreement based on fair and reasonable compensation for the scope of work and services proposed, as well as the right to reject any and all responses deemed unqualified, unsatisfactory or inappropriate at the sole discretion of the Frontier Schools. The Frontier Schools is an EEO/AA, M/F, and V/H Employer. Qualified women, veterans, minority and handicapped individuals are encouraged to submit proposals. EVALUATION AND SELECTION PROCESS Proposals will be evaluated by a selection committee based on the following criteria: Criteria Points 1. ADA, ASTM, IPEMA & CPSC compliance Yes/No 2. Proposal addresses RFP design guidelines, specifications, & budget 0 25 3. Quality of design, play value and target demographic 0 20 4. Quality and durability of equipment 0 20 5. Uniqueness of equipment 0 15 6. Reputation and reliability of manufacturer 0 10 7. Overall quality of Proposal 0 10 Maximum Points: 100 Following the review and evaluation of all RFP submittals a shortlist of proposals will be selected for interviews. Shortlist interview finalists will be notified by 3:00 pm on December 4 th. Interviews are anticipated to take place on December 6 th from 1:00-3:00pm at the School. Applicants shall be prepared for a 20-minute presentation of proposals with a 10-minute question and answer period. The project award will be made to the qualified Supplier whose proposal is deemed most advantageous to The School, all factors considered. Unsuccessful Suppliers / Contractors will be notified in writing as soon as possible. This RFP and Playground exhibit plans will be made available to Suppliers via the Schools website, www.frontierschools.org starting Wednesday, November 15 th, 2017. Huseyin Gencay, Budget Analyst Frontier School PUBLICATION NOTICE DATES: November 12th, 19 th, 2017 Kansas City Star 6

ATTACHMENT A Understanding of RFQ Procedure, Terms and Conditions This page to be returned with RFP submission I acknowledge that I have read and understand all procedures and requirements of the above reference RFP and have complied fully with the general terms and conditions outlined in the RFP. Supplier / Contractor Team: Representative s Printed Name: Representative s Signature: Date: 7

SCHOOL LOCATION LOCATION MAP N

EXISTING WALK TO REMAIN PROPOSED EXTENTS OF PLAY- GROUND IMPROVEMENTS EXHIBIT A - PLAYGROUND LOCATION MAP 0 50 FT N