HomeMy WebLinkAbout000475 Original ContractReviewed by
andall rackett, P.E.
Deputy Director of Operations
PROJECT MANUAL
CONTRACT DOCUMENTS
for
Playground Safety Tiles
PURCHASE CONTRACT NO. PK -12 -016
CITY OF PORT ANGELES
WASHINGTON
March 2012
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
RANDALL BRACKETT, DEPUTY DIRECTOR OF OPERATIONS
Approved by
William Bloor
City Attorney
City of Port Angeles
Record #000475
PK -12 -016, Playground Safety Tiles page 1 of 16
CITY OF PORT ANGELES
INVITATION TO BID
for
Playground Safety Tiles
Sealed bids will be received by the Public Works and Utilities Director until 2 PM, Thursday,
May 03, 2012 and will be opened and read in the Public Works Utilities Conference Room, Port
Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following Materials.
Schedule A. Bounce Back Playground Safety Tiles or Equal
The materials to be bid are fully described in the instructions to bidders and the bid documents.
Bid documents may be obtained at the Public Works and Utilities Department, between the hours
of 8:OOam and 4:OOpm, City of Port Angeles, 321 E. 5 Street, Port Angeles, Washington 98362,
(360) 417 -4541. Technical questions regarding this bid should be addressed to Dennis McBride,
Fleet Manager at (360) 565 -3860, between the hours of 7:00 AM and 3 PM.
The City of Port Angeles (hereafter "City reserves the right to reject any or all bids and to waive
informalities in the bidding process. Subject to the foregoing, the contract may be awarded to the
lowest responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid to
such businesses as have contacted the City for such notification. Further, all bidders are directed
to solicit and consider minority and women owned businesses as potential subcontractors and
material suppliers for this project
Bids must be sealed with the outside of the envelope marked "BID OPENING DATE May 03,
2012 PURCHASE CONTRACT NO. PK -12 -016. The name and address of the bidder shall also
appear on the outside of the envelope. Bids shall be addressed:
Public Works and Utilities Department
Attn: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News: April 19, 2012
PK -12 -016, Playground Safety Tiles page 2 of 16
INSTRUCTIONS FOR BIDDERS
Playground Safety Tiles
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words:
"BID OPENING DATE: MAY 03, 2012 PURCHASE CONTRACT NO. PK -12-
016." The name and address of the bidder shall also appear on the outside of
the envelope. Bids shall be directed to:
Public Works and Utilities Department
Attn: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
It is the intent of the attached specifications to describe the minimum
requirements for the materials requested in sufficient detail to secure bids on
comparable materials. All parts included in the bid shall conform in strength,
quality of workmanship and material to that which is usually provided the trade in
general. Any variance from the specifications or standards of quality must be
clearly pointed out in writing by the bidder.
Do not make reference to brochures or supporting literature on the bid sheet. All
notations for bid compliance or exceptions are to be made on the bid sheet
or on a plain piece of paper attached and referenced to the bid item.
The City's bid sheet must be signed by the bidder or its agent in order for
the proposal to be accepted. If alternate materials are proposed, bidders are
required to submit a separate bid sheet for each unit offered.
All bids must be made on the required bid form and in cases of errors in the
extension of prices in the bid, the unit prices will govern. All blank spaces for bid
prices must be filled in, with ink or typewritten, and each bid form for which the
bidder is providing a bid must be fully completed and executed when submitted.
Only one copy of each complete bid form is required. The completed bid form(s)
must be accompanied by one completed Bid Signature Sheet, and one
completed Non Collusion Affidavit form. Faxed bids will not be accepted.
Failure to adhere to instructions may constitute disqualification of proposal.
BASIS OF AWARD:
The basis of award will be determined by the value of the base bid for each
vehicle including all mandatory equipment, taxes, and licensing for that vehicle.
The basis of determining award for each vehicle does not include the trade -in
offer bid item nor optional equipment and their associate taxes. Award of the
trade -in offer bid item will only be made to vendor that is awarded the bid item
specifically for the new vehicle bid item that is associated to it.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the specifications.
PK -12 -016, Playground Safety Tiles page 3 of 16
Failure on the Contractor's part to comply with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications, including but not limited to the equipment
constructed as shown, and the necessary manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes both specifications and a brand name and
number, the specifications shall govern in case of conflict. Brand name and number are
for reference as to the type and quality required and do not preclude offers of a
comparable or better product, provided full specifications and descriptive literature
accompany the offer. Failure to include full descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased equipment must have full Manufacturer's warranties, and the warranties
must inure to the benefit of the City.
Vendor agrees to these warranty provisions by signing the bid proposal.
SAFETY:
These units shall completely comply with all State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The units shall be tested by the successful bidder for compliance with all OSHA/WISHA
regulations and the State Department of Labor and Industries Electrical Workers Safety
Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible for delivery to the City's Corp Yard at 1703
South B Street, Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM
during the City's normal work day. Delivery shall be made within the time period
specified on the Schedule but not later than 180 days after the contract is signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time and may waive any
informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior
to the above scheduled time for the opening of bids or authorized postponement thereof.
Any bid received after the time and date specified shall not be considered. No Bidder
will be permitted to withdraw its proposal between the closing time for receipt of
proposals and the execution of contract, unless the award is delayed for a period
exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in
awarding this purchase contract, take into consideration the revenue it would receive
from purchasing the equipment from a supplier located within its boundaries, in
accordance with RCW 39.30.040.
Offers made in accordance with the Invitation to Bid shall be good and firm for the period
specified in the bid unless the Bidder specifically limits its offer to a shorter period by
written notification on the bid document. However, bids so modified may be declared
non responsive.
PK 016, Playground Safety Tiles page 4 of 16
Minority and women owned businesses shall be afforded full opportunity to submit bids
in response to this invitation, shall not be discriminated against on the grounds of sex,
race, color, age, national origin or handicap in consideration of an award of any contract
or subcontract, and shall be actively solicited for participation in this project by direct
mailing of the invitation to bid to such businesses as have contacted the City for such
notification. Further, all bidders are directed to solicit and consider minority and women
owned businesses as potential subcontractors and material suppliers for this project.
Signing of the bid sheet by Contractor and subsequent acceptance by the City of the
lowest responsive bid will constitute a binding agreement between the City and
Contractor. Contractor understands and agrees that no contract payment will be made
until the City certifies that all stated specifications have been complied with and the
equipment is delivered and accepted by the City.
Bids will be evaluated and submitted to the City Council for approval as soon as possible
after bid opening.
Upon award of the contract to the successful bidder, the City will send the Contractor
duplicate, complete sets of Contract Documents, which will include the City's Purchase
Order Requisition. The Purchase Order Requisition will include the final agreed upon
price and the specific equipment and options being purchased. The Contractor will then
sign the duplicate sets of Contract Documents and return them for signing by the City.
Each party will retain a fully executed set of the Contract Documents.
The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities
Department, which shall act as sole point of contact for administration of the bidding.
Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417 -4541 or to
Than ley(a�citvofpa. us.
STANDARD TERMS AND CONDITIONS:
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND
CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF
THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH
ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price,
quality, quantities, or specification will be effective without written consent of
the appropriate representative of the City.
2. HANDLING: No charges will be allowed for handling, including but not limited
to packing, wrapping bags, containers or reels, unless otherwise stated
herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as
specified in this Contract, Contractor shall give prior notification and obtain
written approval thereto from the City. Time is of the essence and the
Contract is subject to termination for failure to deliver as specified and /or
appropriate damages. The acceptance by the City of late performance with
or without objection or reservation shall not waive the right to claim damage
PK -12 -016, Playground Safety Tiles page 5 of 16
for such breach nor constitute a waiver of the requirements for the timely
performance of any obligation remaining to be performed by Contractor.
4. PAYMENTS: Invoices will not be processed for payment until receipt of a
properly completed invoice or invoiced items, whichever is later. Payment will
be made within 30 days of receipt of invoice.
5. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement
equipment rental. Because the City finds it impractical to calculate all of the actual
cost of delays, it has adopted the following to calculate liquidated and actual
damages for failure to complete the delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the
number of working days established for physical delivery of the
equipment/material; and
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations; and further
c. To authorize the City to deduct these liquidated and actual damages from any
money due or coming due to the Contractor.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be
shipped prepaid, F.O.B. Destination.
7. REJECTION: All goods or materials purchased herein are subject to
approval by the City. Any rejection of goods or material resulting because of
non conformity to the terms and specifications of this Contract, whether held
by the City or returned, will be at Contractor's risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices,
instruction manuals, and other written documents affecting this Contract shall
contain the applicable purchase contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City
against all claims, suits or proceedings for patent, trademark, copyright or
franchise infringement arising from the purchase, installation, or use of goods
and materials ordered, and to assume all expenses and damages arising
from such claims, suite or proceedings.
10. WARRANTIES: Contractor warrants that articles supplied under this Contract
conform to specifications herein and are fit for the purpose for which such
goods are ordinarily employed, except that if a particular purpose is stated,
the material must then be fit for that particular purpose.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall
only be assignable with prior written consent of the City.
12. TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of
Washington sales or use tax. No charge by Contractor shall be made for
PK -12 -016, Playground Safety Tiles page 6 of 16
federal excise taxes, and the City agrees to furnish Contractor, upon
acceptance of articles supplied under this Contract with an exemption
certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and
represents that all the goods and materials ordered herein are free and clear
of all liens, claims, or encumbrances of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks
of loss, injury or destruction of goods and materials ordered herein which
occur prior to acceptance of the material by the purchaser. Such loss, injury
or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City
harmless from and against any damage, cost or liability for any injuries to
persons or property arising from acts or omissions of Contractor, its
employees, agents or subcontractors howsoever caused.
16. ANTI TRUST: Contractor and the City recognize that in actual economic
practice overcharges resulting from anti -trust violations are in fact borne by
the City. Therefore, Contractor hereby assigns to the City any and all claims
for such overcharges.
17. DEFAULT: Contractor shall be liable for damages suffered by the City
resulting from Contractor's breach of Contract. The Contractor covenants
and agrees that in the event suit is instituted by the City for any default on the
part of the Contractor, and the Contractor is adjudged by a court of competent
jurisdiction to be in default, Contractor shall pay to the City all costs,
expended or incurred by the City in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of
Washington shall have jurisdiction over any such suit, and that venue shall be
laid in Clallam County.
18. BRANDS: When a special brand is named it shall be construed solely for the
purpose of indicating the standards of quality, performance, or use desired.
Brands of equal quality, performance, and use shall be considered, provided
the bidder specifies the brand and model and submits descriptive literature
when available. Any bid containing a brand that is not of equal quality,
performance, or use specified must be represented as an alternate and not as
an equal, and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The materials shall completely comply with all State and Federal
laws, rules, regulations and codes in effect at the time of delivery.
20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND
CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY
VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR
DELIVERY.
PK -12 -016, Playground Safety Tiles page 7 of 16
PURCHASE CONTRACT
ARTICLE I
CONTRACT DOCUMENTS
ARTICLE II
CONTRACT COST
ARTICLE III
ASSIGNMENT
ARTICLE IV
APPLICABLE LAW AND VENUE
ARTICLE V
NONDISCRIMINATION
THIS AGREEMENT is made and entered into this 15 day of /4
2012, between the City of Port Angeles (hereinafter called the "Purchase and
Allplay Systems, LLC (hereinafter called the "Contractor "Vendor or "Bidder").
WITNESSETH: That the Purchaser and the Contractor, in consideration of
the performance of the terms and conditions hereinafter mentioned, agree as
follows:
The complete contract includes the Invitation to Bid, the Instructions to
Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the
Purchase Order Requisition, and the Purchase Contract. The foregoing
documents shall hereinafter be called "Contract Documents" or "Contract All
obligations of the Purchaser and the Contractor are fully set forth and described
herein.
In the event of a discrepancy between any of the Contract Documents, as
above defined, the Purchaser shall give a written interpretation thereof, which
interpretation shall govern.
The Contractor agrees to sell and deliver to the Purchaser, at the delivery
points specified by the Purchaser in the form of a purchase order, and the
Purchaser agrees to purchase and receive from Contractor the equipment as
described and set forth in the Contract Documents, Schedule A, and the
provisions of the Contractor's bid attached and made a part hereof.
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the Purchaser.
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine
the rights and obligations of the parties hereunder shall be brought and heard in
Clallam County Superior Court.
PK -12 -016, Playground Safety Tiles page 8 of 16
During the performance of this Contract, the parties shall conduct their
business in a manner which assures fair, equal and nondiscriminatory treatment
of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical or mental handicap, or national
origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified
individuals who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal,
state or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring an employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the
Contractor or the Contractor's subcontractors, the Purchaser may serve written
notice of intention to terminate such Contract upon the Contractor, which notice
shall specify the reasons therefore. Unless within thirty (30) days after serving
such notice upon the Contractor such violation shall cease and an arrangement
for the correction thereof satisfactory to the Purchaser be made, the Contract
shall, upon the expiration of the said thirty (30) days, cease and terminate. In the
event of any such termination, the Purchaser may purchase the materials
necessary for complete performance of this Contract, and the Contractor shall be
liable to the Purchaser for any excess cost thereby.
PK -12 -016, Playground Safety Tiles page 9 of 16
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be
deemed a waiver of any prior or subsequent breach, no term or condition of this
Contract shall be held to be waived, modified, or deleted except by a written
instrument signed by the parties hereto.
ALLPLAY SYSTEMS, LLC CITY OF PORT ANGELES
Bocz?Q_
Title: e9G(./Y)Pi4)
Dated: b/e /!V--
By: 0
Title: TA. -ei CI rnan o--
Dated: 7 1 Si i 2
ATTEST:
City erk
Appro ed to as to f
City Attorney
PK -12 -016, Playground Safety Tiles page 10 of 16
City of Port Angeles
Invitation to Bid
Purchase Contract: PK -12 -016
GENERAL DESCRIPTION: Bounce Back Playground Safety Tiles or Equal
DELIVERY LOCATION: 1703 South B Street, Port Angeles, WA. 98363
APPROVED EQUAL: The term "Approved equal" shall mean that the quality of
equipment must meet the quality of the named reference and receive City approval. The
City shall be the sole arbiter in the determination of equality and reserves the right to
reject any and all bids and accept the bid or bids that, in the sole and absolute judgment
of the City, will best serve the interests of the City.
BID ITEMS 1, 2 3: Playground Safety Tiles Accessories
Bid Item 1: 1,117 42' x 2' Non Interlocking Bounce Back Tiles.
Color: Black
Tiles are to be 3.5" Thick for an 8' Critical Fall Height.
Bid Item 2: 18 5 Gallon Buckets of CX -941 Adhesive
Bid Item 3: 66 4 Tubes of CX -948 Caulking
SPECIFICATIONS:
1. The playground safety tiles shall be Bounce Back or equal
Schedule A
Playground Safety Tiles
2. All necessary material components and installation instructions required to
install the Bounce Back playground safety surfacing or equal must be
provided.
3. WARRANTY: Bounce Back Playground Safety Tiles or equal shall be
warranted by the manufacturer for any defects in material and workmanship
for a period of 10 years from the date of purchase order issuance.
4. The manufacturer shall meet the requirements set forth by the ISO 9001-
2000 registered company.
5. The playground safety tiles must be manufactured in the U.S.A.
6. The playground safety tiles shall be designed to provide an impact absorbing
resilient safety surface which is utilized in the fall area or safety zones
around playground equipment.
7. The playground safety tiles shall meet the Consumer Product Safety
Commission (CPSC) and American with Disability Act (ADA) requirements
tested by the American Society for Testing and Material (ASTM) methods.
PK -12 -016, Playground Safety Tiles page 11 of 16
Playground safety tiles must meet the Head Injury Criteria (HIC) tests for
applicable fall heights and are certified by the International Play Equipment
Manufacturers Association (IPEMA).
8. Bidders shall submit samples of playground safety tile along with their bid.
9. All materials listed above shall be delivered in good condition in the original
packaging materials with product information intact.
10. The materials shall be protected from weather and the adhesives used to
secure the materials shall be stored in temperatures of 40 F (4 C) or higher.
11. The materials shall not be subjected to solvents or other damaging
chemicals.
12. The following shall be provided along with quotes.
a. Samples of the playground safety tiles
b. Technical specification:
1. Abrasion Resistance (ASTM D 4060)
2. Tear Strength (ASTM D 624)
3. Coefficient of Friction* (ASTM C 1028)
4. Water Permeability*
5. Lead Content (ASTM D 4004)
6. Weatherization Test (ASTM C 67 D 573)
7. Fall Height Criteria (ASTM F 1292 -99)
Note: ASTM American Standard for Testing Materials
Test conducted on Color Top and EPDM material
PK -12 -016, Playground Safety Tiles page 12 of 16
BID
ITEM
DESCRIPTION
QTY
UNIT
COSTS
EXTENDED COSTS
2' x 2' Non Interlocking Bounce
Bid Item 1
Back Tiles or Equal
1,117 ea.
$21.11
g a $1
Tiles are to be 3.5° thick for an
8' Cntical Fall Height.
Color Black
5 Gallon Buckets of CX -941
18
$1g5.00
S 3
Bid Item 2
Adhesive
Bid Item 3
Tubes of CX-948 Caulking
66
11 j
L I 70
FP
$IO (0a. 03
Subtotal of
Extended Costs
A 51 (00
WA Sales Tax
(8.4
ay
Total Amount
43093.n
P111 VILA) I...)
PK -12 -016, Playground Safety Tiles
City of Port Angeles
Bid No. PK -12 -016
BID FORM
Playground Safety Tiles
Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following
amounts for all material described in the Schedule A of the Contract Document.
page 13 of 16
City of Port Angeles
Bid No. PK- 12-016
Playground Safety Tiles
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further notice?
j4 Yes No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda No(s). to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative legally
authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER Al I pliy 53 /S54ernc U_C.
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
ADDRESS Pt7. PDX I AV,,
Sole Proprietorship jg Limited Liability Company
CITY /STATE/ZIP SP/U.f (Yl WA qP) Ra_.
PHONE 30. nR. 5 FAX $R. 66S.6W id.
NAME (PLEASE PRINT) DinI:01IC PO iinrSon
TITLE manogin9 manrbor
SIGNEB��OOo �iyh�� DATE
PK -12 -016, Playground Safety Tiles page 14 of 16
STATE OF WASHINGTON
COUNTY OF
NON COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him /her self an advantage over any other bidder or bidders.
Subscribed and sworn to before me thisv day of
1 l 111 I 1 111
o y 'y 9
w EXP. 08/03/2013 y
i
••(IBt�G/
OE IA1! P
PK -12 -016, Playground Safety Tiles
419 /iii dwr'
Signature of Bidder /Contractor
Notary Pu
State of
Residing at
My Comm. Exp.:
page 15 of 16
BIDDER'S CHECKLIST
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
PK -12 -016, Playground Safety Tiles page 16 of 16