Loading...
CDC - Item 4 - Approval Of Specifications And Authorization To Solicit BidsIRL Rosemead Community Development Commission RCDC 8838 East Valley Boulevard, CA 91770 Tel 626.569.2100 Fax 626.307.9218 TO: ANDY LAZZERETTO, EXECUTIVE DIRECT FROM: MICHAEL D. BURBANK, DIRECTOR OF PARK AND RECREATION DATE: MAY 3, 2006 RE: APPROVAL OF SPECIFICATIONS AND AUTHORIZATION TO SOLICIT BIDS As part of this year's budget $ 21,000.00 was budgeted to install Rubber Play Surface underneath the Play Equipment at Sally Tanner Park. We have been installing the Rubber Surfacing under the Play Equipment at all of the Parks over the past several years. The area to receive the material is outlined on Diagram No. 1 of the specification. Attached for review are the requisite Specifications to provide for the installation of the Rubber Play Surface. RECOMMENDATION: It is recommended that the Agency approve the Specifications and authorize staff to solicit bids. 07- n- b9s /sb 0 0 TO: ANDY LAZZERETTO, EXECUTIVE DIRECT FROM: MICHAEL D. BURBANK, DIRECTOR OF PARK AND RECREATIO% DATE: MAY 3, 2006 RE: APPROVAL OF SPECIFICATIONS AND AUTHORIZATION TO SOLICIT BIDS As part of this year's budget $ 21,000.00 was budgeted to install Rubber Play Surface underneath the Play Equipment at Sally Tanner Park. We have been installing the Rubber Surfacing under the Play Equipment at all of the Parks over the past several years. The area to receive the material is outlined on Diagram No. 1 of the specification. Attached for review are the requisite Specifications to provide for the installation of the Rubber Play Surface. RECOMMENDATION: It is recommended that the Agency approve the Specifications and authorize staff to solicit bids. 07- n- b9s /sb City of Rosemead Parks and Recreation Department INSTALLATION OF RUBBER PLAY SURFACE AT SALLY TANNER PARK "2006" Rubber Surfacing -Sally Tanner.doc /sb 9 INDEX BID PACKET I. NOTICE TO CONTRACTOR INVITING BIDS II. INSTRUCTIONS TO BIDDERS 1.0 Proposals 2.0 Opening of Bids 3.0 Award and Rejection of Bids 4.0 Withdrawal of Bids 5.0 Assignment of Contract 6.0 Interpretation of Document 7.0 Addendum or Bulletins 8.0 Bond and Liability Insurance 9.0 Liquidated Damages 10.0 Permits 11.0 Hold Harmless 12.0 Trash Bins 13.0 Prevailing Wages 14.0 Worker's Compensation 15.0 Guarantee 16.0 Release of Liens III. SPECIFICATIONS 1.0 Scope of Project 2.0 Location 3.0 Contact Person 4.0 Installation 5.0 General - Rubber Playground Surfacing 6.0 Products 7.0 Execution IV. INSURANCE REQUIREMENTS, EXHIBIT "1" 0 V. CONTRACTOR'S QUALIFICATION STATEMENT VI: BID PROPOSAL VII. LIST OF SUBCONTRACTORS VIII. AGREEMENT IX. OTHER Diagram 1 Detail 1 Detail 2 Rubber Surfacing -Sally Tanner.doc /sb NOTICE TO CONTRACTORS INVITING BIDS NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION, Los Angeles County, California, acting by and through its Authorized Representative, hereinafter referred to as the Owner, will receive up to but not later than 2:00 p.m. on Wednesday, May 31, 2006, sealed bids for RUBBER PLAY SURFACE, at Sally Tanner Park, 8343 E. Mission Drive, Rosemead, California 91770. All I bids shall be made on a form furnished by the Owner. Bids shall be received in the' office of the City Clerk, 8838 East Valley Boulevard, Rosemead and shall be opened and publicly read aloud in the Council Chambers at the above address, shortly thereafter. Each bid must conform and be responsive to all the pertinent Contract Documents, copies of which are now on file and open for public inspection in the office of the City Clerk at the above address. Specifications may be obtained for bidding at the office of the City Clerk. A Ten Percent (10 %) Bid Bond, Cashier's Check, or Certified Check shall accompany each bid. Pursuant to the California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773, and 1773.1, the Director of Industrial Relations has ascertained the general prevailing rate of wages and employer payments for health and welfare, vacation, pension and similar purposes applicable to the work to be done. Said rate and scale are on file with the City Clerk, City of Rosemead, and copies will be made available to any interested party on request. The Contractor is hereby required to post a copy of the above mentioned prevailing wage rates at job site. Any classification shall comply with the prevailing wage rate in effect at the time of this Notice to Contractors Inviting Bids. All Contractors and Subcontractors shall comply with the provisions in Section 1777.5, 1777.6 and 1777.7 of the California Labor Code concerning the employment of apprentices. The Contractor and any Subcontractors under him shall comply with the requirements of said sections including applicable portions of all subsequent amendments in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code sections, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. Rubber Surfacing -Sally Tanner.doc /sb 0 0 It shall be mandatory upon the Contractor to whom the Contract is awarded, and upon the Subcontractors under him, to pay not less than the said specified rates of the current minimum prevailing rate in the area where the work is preformed, to all workers employed by them in the execution of the Contract. In accordance with provisions of Public Contracts Code Section 22300, substitution of eligible and equivalent securities for any monies withheld to ensure performance under this Contract will be permitted at the request of the Contractor and upon the approval of the City. The Owner reserves the right to reject any or all bids and waive any irregularities to informalities in any bid. Rubber Surfacing -Sally Tanner.doc /sb • 0 INSTRUCTIONS TO BIDDERS 1.0 PROPOSALS 1.1 Bids shall be made upon the form provided and with all items filled out; numbers shall be stated both in writing and in figures, the signature of all persons signing shall be in longhand. The completed form shall be without interlineations, alterations or erasures. Any irregularity may be cause for rejection of the bid. 1.2 Alternative proposals will not be considered unless called for. No oral, telegraphic, telephonic or facsimile proposals or modifications shall be considered. 1.3 Bids shall be accompanied with a certified or cashier's check, or a bidder's bond for an amount not less than ten percent (10 %) of the bid, made payable to the order of the Owner. If a bidder's bond accompanies the proposal, said bond shall be secured with a surety Company satisfactory to the Commission, guaranteeing that the Bidder will enter into a contract if awarded the work, and in the case of refusal or failure to enter into said contract, the check or bond, as the case may be, shall be forfeited to the Owner. 1.4 There will be a non - mandatory job walk at the site at 10:00 a.m., on Thursday, May 25, 2006. 1.5 Before submitting a bid, bidders shall carefully, read the specifications and shall fully inform themselves as to all existing conditions and limitations and shall include in the bid a sum to cover the total cost of the removal. 2.0 OPENING OF BIDS 2.1 Bids will be opened as indicated in the invitation for Bids. 3.0 AWARD AND REJECTION OF BIDS 3.1 The bid will be awarded to the lowest responsible Bidder complying with these instructions, provided his bid is reasonable in the judgment of the Owner and it is to the interest of the Owner to accept it. The Commission; however, reserves the right to reject any or all bids, and to waive any informality to bids received. The competency and responsibility of Bidders and of their proposed subcontractors will be considered in making the awards. Rubber Surfacing -Sally Tanner.doc /sb 0 0 4.0 WITHDRAWAL OF BIDS 4.1 Bids may be withdrawn by the Bidder prior to, but not after the time fixed for opening of bids. 5.0 ASSIGNMENT OF CONTRACT 5.1 No assignment by the Contractor of any contract to be entered into hereunder or any part thereof, or if funds to be received thereunder by the Contractor, will be recognized by the Owner, unless such assignment has had the approval in writing of the awarding authority. No assignment will receive the approval of the Owner unless the instrument of assignment contains a clause to the effect that it is agreed that the funds to be paid the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor of all persons, firms, or corporations rendering such services or supplying such material. A merger, consolidation, bankruptcy, either voluntary or involuntary, or a sale of a controlling interest of the Contractor's business, shall be considered an assignment as that term is used herein. 6.0 INTERPRETATION OF DOCUMENTS 6.1 If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed contract documents, he may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents, which in the Owner's judgment is necessary, will be made only by Addendum duly issued, and a copy of such documents. The Owner will not be responsible for any other explanations or interpretations of the proposed documents. 7.0 ADDENDUM OR BULLETINS 7.1 Any addendum or bulletins issued during the time of bidding or forming a part of the documents furnished to the Bidder, for the preparation of this bid, shall be covered in the bid, and shall be made a part of the Contract. The receipt of each Addendum shall be acknowledged on the Bid Proposal Form as submitted by the Bidder. Rubber Surfacing -Sally Tanner.doc /sb 0 8.0 BOND AND LIABILITY INSURANCE 8.1 The successful Bidder, simultaneously with the execution of the Agreement shall be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100 %) of the Contract Price, and a Faithful Performance Bond in an amount equal to one hundred percent (100 %) of the Contract Price; said bonds shall be secured from a Surety Company satisfactory to the Owner, and shall be subject to the approval of the Commission. 9.0 LIQUIDATED DAMAGES 9.1 Work shall commence on or before the date stated in the Owner's notice to the Contractor to proceed and shall be completed by the Contractor in the time specified in Bid Proposal. If the work is not completed in accordance with the foregoing, it is understood that the Owner will suffer damage, it is agreed that the Contractor shall pay to the Owner as a fixed and liquidated damage, and not as a penalty, the sum of two hundred ($200.00) dollars for each working day of delay until work is completed and accepted. The Contractor and his surety shall be liable for the amount thereof. 10.0 PERMITS 10.1 All permits must be obtained by contractor from the City's Building Department at no cost to the contractor. 11.0 HOLD HARMLESS 11.1 The Contractor agrees to indemnify and hold harmless the City/ Commission, its officers, employees and agents from and against any and all liability or expense, including, but not limited to, bodily injury, death, personal injury or property damage resulting from Contractor negligence or willful misconduct in its performance or services hereunder, also including any worker's compensation suits, liability or expense resulting fro the negligence or willful misconduct or anyone performing services as an officer, agent, employee or subcontractor of Contractor. 12.0 TRASH BINS 12.1 Contractors that need trash bins for projects in the City of Rosemead must use bins from Consolidated Disposal. The cost of the bins will be at the Contractor's expense. The City's project manager will provide the Contractor with the phone number of Consolidated Disposal. Rubber Surfacing -Sally Tannencloc /sb 0 0 13.0 PREVAILING WAGES 13.1 Pursuant to the California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770,1773 and 1773.1, the Director of Industrial Relations has ascertained the general prevailing rate of wages and employer payments for health and welfare, vacation, pension and similar purposes applicable to the work to be done. Said rate and scale are on file with the City Clerk, City of Rosemead, and copies will be made available to any interested party on request. The Contractor is hereby required to post a copy of the above mentioned prevailing wage rates at job site. Any classification shall comply with the prevailing wage rate in effect at the time of this Notice to Contractors Inviting Bids. 13.2 All Contractors and Subcontractors shall comply with the provisions in Section 1777.5, 1777.6 and 1777.7 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractors under him shall comply with the requirements of said sections including applicable portions of all subsequent amendments in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code sections, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. 13.3 It shall be mandatory upon the Contractor to whom the Contract is awarded, and upon the Subcontractors under him, to pay not less than the said specified rates of the current minimum prevailing rate in the area where the work is performed, to all workers employed by them in the execution of the Contract. 14.0 WORKER'S COMPENSATION 14.1 In accordance with the provisions of Section 3700 of the California Labor Code, Contractor shall secure the payment of compensation to his employees. Contractor shall sign and file with the Owner the following certificate prior to performing the work under this Contract: "I am aware of the provisions of Section 3700 of the Labor code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of the code, and I will comply with such provisions before commencing the performance of the work of this Contract ". The form of such certificate is included as a part of the Contract Documents. Rubber Surfacing -Sally Tanner.doc /sb 0 0 15.0 GUARANTEE 15.1 The Contractor must guarantee that the entire work constructed by him under this Agreement will meet fully all requirements thereof as to quality of workmanship, and of materials furnished by him. The Contractor hereby agrees to make, at his own expense, any repairs or replacements made necessary by defects in materials or workmanship supplied by him that became evident within the period of one (1) year after filing of the Notice of Completion or Commissions acceptance of the work, and agrees to restore to full compliance with the requirements any item which during said period is found to be deficient with respect to any provision of the specifications. The Contractor also agrees to hold the City harmless from claims of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Contractor will be liable to the City for the cost thereof. 16.0 RELEASE OF LIENS 16.1 Contractor is to provide owner with a complete list of vendors and /or subcontractors he /she plans on using on the job prior to starting. 16.2 Prior to final payment, the Contractor will provide City with executed copies of "Release of Liens" from all vendors and/or subcontractors used on this project. Final payment will not be made until all documents are received. Rubber Surfacing -Sally Tanner.doc /sb 0 SPECIFICATIONS 11 RUBBER SURFACING INSTALLATION AT SALLY TANNER PARK 1.0 SCOPE OF PROTECT 1.1 The project consists of providing and installing new playground Rubber Surfacing at Sally Tanner Park that conforms to the attached specifications. The Contractor's lump sum bid includes furnishing all labor, materials, supplies, equipment, etc., necessary to perform the work. 1.2 The equipment listed in the specifications are from Robertson Industries. If the Contractor wishes to bid an or "equal" product, the Contractor must submit back up information that clearly and specifically demonstrates that the "or equal" meets or exceeds the specified equipment 10 days before the bid opening. The Contractor must receive written authorization from Commission to bid the non - specified material prior to submitting his /her bid. 2.0 LOCATION The project is located at Sally Tanner Park, 8343 E. Mission Drive, Rosemead, California 91770 3.0 CONTACT PERSON The project representative is John Scott, Park Superintendent, 8838 East Valley Boulevard, Rosemead, California 91770; (626) 569 -2260. Rubber Surfacing -Sally Tanner.doc /sb 9 4.0 INSTALLATION 4.1 CONCRETE 1. Remove all of the clean sand (the top layer) out of the 1041 square foot area where the rubber surfacing is to be installed. Relocate the sand to the area outside of the section to be rubberized. 2. Install 161' of concrete turndown curb per Detail 1. For locating the lines, see Diagram 1. 3. Per Detail 2, install 25' of curb mount adjacent to the existing walkway. See Diagram 1 for locating. 4.2 RUBBER SURFACING 1. Excavate the 1041 square foot area to be rubberized to an overall depth of 7" below grade (grade = the elevation of the finished rubber installation) 2. Import and compact a minimum of 4" of decomposed 3 /4" aggregate sub -base in the excavated area. Prior to any installation of rubber, the contractor is responsible for providing a report via a qualified Soils Engineer documenting a soil compaction test of the DG sub -base which verifies a minimum of 95% compaction. See details 1 & 2. 3. Install 1041 square feet of pour in place resilient TotTurf Rubber Playground Surfacing by Robertson Industries, Inc. or equal. See details 1 and 2 and diagram 1. The thickness of the rubber surface's cushion layer in the fall zone of the tot swing bay total rubber surface thickness shall be 2 1/2 " in depth; and the color /wear layer is to be 1 /2". The depth of the cushion layer in the remaining square footage in all other areas receiving rubber shall be 2" and the color wear layer is to be 1 /2 ". See details 1 and 2. 4. The color of the rubber surfacing's wear layer is to be 25% yellow, 25% red H56 and 50% black. Use a urethane sealer on the rubber surfacing's wear layer. Rubber Surfacing -Sally Tamer.doc /sb 9 0 5.0 General — Rubber Playground Surfacing 5.1 RUBBER PLAYGROUND SURFACING Rubber surfacing shall consist of poured -in -place polyurethane resin -based post consumer recycled rubber shred material derived from recycled tires capped with a wear surface composed of new high quality EPDM rubber. Provide a non - flammable, non - shrinking, one part moisture cured polyurethane adhesive as recommended by the manufacturer and capable of bonding to concrete or asphalt. 5.2 PERFORMANCE REQUIREMENTS A. Area Safety: Safety surfacing within playground equipment use zones shall meet or exceed the performance requirements of CPSC, and ASTM F 1292 -04. The surface must yield both a peak deceleration of no more than 200 g's and a Head Injury Criteria (HIC) value of no more than 1,000 for a head -first fall from the highest accessible portion of play equipment being installed as shown on drawings. B Manufactured Safety Surface: For surfaces manufactured for the purpose of playground safety surface, the impact attenuation performance shall be documented by a certificate of compliance. C. Accessibility: NOTE: Children's outdoor play areas shall be in compliance with the Uniform Federal Accessibility Standards (UFAS) FED - STD -795 and the Architectural and Engineer Instructions (9AEI) Design Criteria. The requirements of the Americans with Disabilities Act Accessibility Guidelines (9ADAAG) 28 DFR Part 36 that provide equal or greater accessibility than the requirements of UFAS must also be met in children's outdoor play areas. Safety surfaces intended to serve as accessible paths of travel for persons with disabilities shall be firm, stable and slip resistant, and shall meet the requirements of FED - STD -795, 28 CFR Part 36, ASTM F 1487 and ASTM F 1292 -04. D. Certification: Safety surfaces shall be certified at the time of bid by the International Playground Equipment Manufacturer's Association (IPEMA), in the interest of public playground safety. E. Safety Surface shall be manufactured and installed by trained, experienced company employees. One original hard copy of the submittal package will be supplied with additional copies on individual CD's. Upon request only hard copies shall be supplied. Manufacturer's descriptive data and installation instructions. Manufacturer's details showing depths of wear surface and sub -base materials, anchoring systems and edge details. 4. A list of all materials and components to be installed, including manufacturers name, storage requirements, and precautions, and shall state chemical composition and test results to which material has been subjected in compliance with these specifications. 5. Upon request a listing of at least five installations where products similar to those proposed for use have been installed and have been in successful service for a minimum period of three years. This last shall include owner or purchaser, address of installation, date of installation, contact person, and phone number. 6. Statement signed by an official authorized to certify on behalf of the manufacturer of the synthetic safety surfacing attesting that the surfacing meets the requirements of ASTM F 1292 -04 for a head -first fall from the highest accessible portion of specified playground equipment. 7. Statement signed by the Manufacturer of the synthetic safety surfacing attesting that all materials under this section shall be installed by the Manufacturer's employees and that playground surfacing installation shall not be performed by anyone other than the Manufacturer. Manufacturer shall provide, upon request, payroll records from previous installations to document compliance. A copy of the certificate of compliance issued by the International Playground Equipment Manufacturer's Association (IPEMA) shall be provided by manufacturers of synthetic safety surfacing. 9. A certificate of Insurance shall be provided by manufacturers of synthetic safety surfacing for use as playground safety surfacing, covering both general and product liability, of not less than $2,000,000. The issuing underwrite shall be AA rated. 10. Upon request, sample of safety surface, 2 inches x'3 inches (60 mm x 80 mm) proposed for this project. 0 F. Delivery, Storage and Handling: Materials and equipment shall be delivered and store in accordance with the manufacturer's recommendations. G. Project Site Conditions: Synthetic safety surfacing shall be installed on a dry subsurface, with no prospect of rain within the initial drying period, at temperatures recommended by the manufacturer. Installation in weather condition of extreme heat, less than 55 degrees (F), and /or high humidity may impact cure time, and the structural integrity of the final product. Immediate surrounding must site shall be reasonably free of dust conditions and poor particulate air quality will impact the final surface look. The manufactures installation manager shall reserve the right to control installation based on such factor without penalty to Robertson Industries, Inc. H. Sequencing and Scheduling: Safety surfacing shall be installed after the playground equipment is installed. Surface installation shall be coordinated by the Production Coordinator or designated individual of playground and sub- base installation, with Robertson Industries, local production manager. Warranty: Surfacing shall maintain required impact attenuation characteristics and be guaranteed against defects in workmanship AND material for a period of two (2) years or as specified and agreed upon per alternate contract. Warranty shall note maintenance requirements and performance standards of completed product. J. A project is subject to be re -bid after 100 days if further reconsideration is required. 6.0 PRODUCTS Safety surfacing shall consist of synthetic safety surfacing meeting requirements of this specification. The type of safety surfacing shall be TotTurf, manufactured and installed by Robertson Industries, Inc., Telephone: 800 - 858 -0519. 6.1 BASE A. Safety Surface: Safety surfacing shall consist of an impact attenuating substrate and wear surface bonded to produce unified system. B. It shall consist of a uniform material manufactured in such a way that the top portion meets the requirements specified herein for.wear surface. 0 0 C. The type of safety surfacing shall be a poured -in -place system and shall be indicted on the drawings. 6.2 BASE CONTINUED A. Impact Attenuating Cushion Layer: Substrate shall consist of shredded styrene butadiene rubber (SBR) adhered with a 100 percent solids polyurethane binder to form a resilient porous material. B. Strands of SBR may vary from 0.5 mm — 2.0 mm in thickness by 3.0 mm — 20 mm in length. C. Foam or granular rubber is not to be permitted in substrate. D. Binder shall be not less than 14 percent, nor more than 16 percent, of the total weight of rubber, and shall provide 100 percent coating of the particles. E. The substrate shall be compatible with the wearing surface and shall meet requirements herein for impact attenuation. 6.3 TOP COAT A. Wear Surface: Wear surface shall consist of ethylene propylene diene monomer (EPDM) particles adhered with polyurethane binder formulated to produce an even. uniform surface. B. EPDM particles shall meet requirements of ASTM D 412 and CSA Z614 -98 for tensile strength and elongation. C. ASTM D 2240 (Shore A) hardness of 55 -65, not less than 26 percent rubber hydrocarbons. D. EPDM shall be peroxide cured with an EPDM content of 26 percent and shall include a Processing aid to prevent hardness with 26% poly content to maintain dynamic testing characteristics, weatherization and LIV stability. E. Size of rubber particles shall be not less than 2.00 mm, nor greater than 3.0 mm across. Binder shall be not less than 20 percent of total weight of rubber used in the wear surface, and shall provide 100 percent coating of the particles. F. Thickness of wear surface shall be a minimum 1 /2 inch (2.5 mm). G. The wear surface shall be porous. 6.4 BINDER A. Binder: Binder for safety surfacing shall be VORAMER MR 1105, which is specifically designed for use with rubber granule material for outdoor installations. B. VORAMER MR1105 is a single component polyurethane pre - polymer formulated a polymeric foam of Diphenylmethane 4, 4' Diisocyanate (MDI), Amber Viscosity — 4500cps, NCO content — 9.0, Density — 20dc -68, PCF Flash Point - >390dF, Elongation — 550 %, Tensile — 3900 lb./sq. in. B. No Toluene Diphenel Isocyanate (TDI) shall be used. C. No filler materials shall be used in urethane such as plasticizers and the catalyzing agent shall contain no heavy metals. D. Weight of polyurethane shall be no less than 8.5 Ibs /gal (1.02 Kg /1) and no more than 9.5 Ibs /gal (1.14 Kg /1) E. Manufacture shall be permitted to modify the type of urethane required to match extreme weather conditions. Substitutions must be equal or exceed VORAMER quality and be manufactured by Dow Chemical. 6.5 MATERIALS Q Lj Wear Course — EPDM Granules: Manufacturer: RTH OR BRG As distributed by: Robertson Industries, Inc. - (800) 858 -0519 Location Used: Playground Area Cushion Layer — TotTurf Shredded SBR As distributed by: Robertson Industries, Inc. - (800) 858 -0519 Location Used: Playground Area C. Binder — VORAMER MR 1105 Manufacturer: Dow Chemical As distributed by: Robertson Industries, Inc. - (800) 858 -0519 Location Used: Playground Area 9 0 7.0 EXECUTION A. Safety Surface System Installation of surfacing shall be seamless (unless otherwise agreed upon) and completely bonded to concrete of asphalt subsurface. Material shall cover all foundations and fill around all elements penetrating the surface.) B. Substrate: Whenever practical, substrate layer of surfacing material shall be installed in one continuous pour on the same day. When a second pour is required, fully coat the edge of the previous work with polyurethane binder to ensure 100 percent bond with new work. Apply adhesive in small quantities so that new substrate can be placed before the adhesive dries. C. Wear Surface: Wearing surface must be of high quality peroxide cured EPDM rubber provided by either RTH or BRG. Wearing surface shall be bonded to substrate. Apply adhesive to substrate in small quantities so that wearing surface can be applied before adhesive dries. Surface shall be hand towelled to a smooth, even finish. Except where wearing surface is composed of differing color patterns, pour shall be continuous and seamless. Where seams are required due to color change, a step configuration will be constructed to maintain wear surface integrity. The edge of initial pour shall be coated with adhesive and wearing surface mixture shall be immediately applied. Pads with multiple seams are encouraged to include a top coating of urethane before being placed into use. Butt joint seams are not acceptable. Under special conditions and with owners written approval seams may be permitted in same color pad. Consult with manufacture for specific applications. D. Perimeter: Concrete /asphalt perimeter must be saw cut to size indicated on plans, or formed during pour, with surfacing rolled down inside void. Primer adhesive must be applied to all sides of the void. When connecting to a concrete curb or boarder the hardened edge shall be primed with adhesive and the final 2" shall be tapered to allow the wear surface material to be a minimum of 1" thick where it joins the concrete edge. E. Thickness: Construction methods, such as use of measured screeds 1 1/16 inch (1.0 mm) thicker than the required surfacing depth, shall be employed to ensure that full depth of specified surfacing material is installed. Surfacing system thickness throughout the playground equipment use zone shall be as required to meet the impact attenuation requirements specified herein. F. Clean Up: Manufacture's installers shall not leave adhesive on adjacent surface or play equipment. Spills of excess adhesive shall be promptly cleaned. G. Protection: The synthetic safety surface shall be allowed to fully cure in accordance with Manufacturer's instructions. The surface shall be protected by the owner from all traffic during the curing period of 48 hours or as instructed by the manufacturer. H. Manufacturer's Services: For safety surfacing, service of the manufacturer's representative who is experienced in installation of playground safety surface shall be provided. The representative shall supervise the installation to ensure that the safety surfacing meets the impact attenuation requirements as specified herein. 0 0 CONTRACTOR INSURANCE REQUIREMENTS Contractor agrees to provide insurance in accordance with the requirements set forth here. If Contractor uses existing coverage to comply with these requirements and that coverage does not meet the requirements set forth herein, Contractor agrees to amend, supplement or endorse the existing coverage to do so. The following coverages will be provided by Contractor and maintained on behalf of the City and in accordance with the requirements set forth herein. Commercial General Liability/ Umbrella Insurance. Primary insurance shall be provided on ISO -CGL form No. CG 00 011185 or 88. Total limits shall be no less than 2 million dollars per occurrence for all coverages and 2 million dollars general aggregate. City and its employees and agents shall be added as additional insured using ISO additional insured endorsement form CG 20 10 1185 (in no event will City accept an endorsement form with an edition date later than 1990). Coverage shall apply on a primary non - contributing basis in relation to any other insurance or self - insurance, primary or excess, available to City or any employee or agent of City. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Umbrella Liability Insurance (over primary) shall apply to bodily injury /property damage, personal injury/ advertising injury, at a minimum, and shall include a "drop down" provision providing primary coverage above a maximum $ 25,000.00 self - insured retention for liability not covered by primary policies but covered by the umbrella policy. Coverage shall be following form to any underlying coverage. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion. Policies shall have concurrent starting and ending dates. Business Auto /Umbrella Liability Insurance. Primary coverage shall be written on ISO Business Auto Coverage form CA 00 0106 92 including symbol 1 (Any Auto). Limits shall be no less than 1 million dollars per accident. Starting and ending dates shall be concurrent. If Contractor owns no autos, a non -owned auto endorsement to the General Liability policy described above is acceptable. Worker's Compensation/ Employer's Liability shall be written on a policy form providing workers compensation statutory benefits as required by law. Employer's liability limits shall be no less than one million dollars per accident or disease. Employer's liability coverage shall be scheduled under any umbrella policy described above. Unless otherwise agreed, this policy shall be endorsed to waive any right of subrogation as respects the City, its employees or agents. Basketball court ren.doc/sb • s Contractor and City further agree as follows: This Section supersedes all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 2. Nothing contained in this Section is to be construed as affecting or altering the legal status of the parties to this Agreement. The insurance requirements set forth in this Section are intended to be separate and distinct from any other provision in this Agreement and shall be interpreted as such. 3. All insurance coverage and limits provided pursuant to this agreement shall apply to the full extent of the policies involved, available or applicable. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only and is not intended by any party to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 5. For purposes of insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards, performance of this Agreement. 6. All general or auto liability insurance coverage provided pursuant to this Agreement, or any other agreements pertaining to the performance of this Agreement, shall not prohibit Contractor, and Contractor's employees, or agents from waiving the right of subrogation prior to a loss. Contractor hereby waives all rights of subrogation against City. 7. Unless otherwise approved by City, Contractor's Insurance shall be written by insurers authorized to do business in the State of California and with a minimum "Best's" Insurance Guide rating of "A:VII." Self- insurance will not be considered to comply with these insurance specifications. 8. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor. Basketball court ren.doc /sb 0 0 9. Contractor agrees to provide evidence of the insurance required herein, satisfactory to City, consisting of certificate(s) of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability and umbrella liability policies (if any) using ISO form CG 2010 1185. Certificate(s) are to reflect that the insurer will provide 30 days notice of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation; and to delete the word "endeavor" with regard to any notice provisions. Contractor agrees to provide complete copies of policies to City upon request. 10. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Such proof will be furnished within 72 hours of the expiration of the coverages. 11. Any actual or alleged failure on the part of City or any other additional insured under these requirements to obtain proof of insurance required under this Agreement in no way waives any right or remedy of City of any additional insured, in this or any other regard. 12. Contractor agrees to require all subcontractors or other parties hired for this project to provide general liability insurance naming as additional insureds all parties to this Agreement. Contractor agrees to obtain certificates evidencing such coverage and make reasonable efforts to ensure that such coverage is provided as required here. Contractor agrees to require that no contract used by any subcontractor, or contracts Contractor enters into on behalf of City, will reserve the right to charge back to City the cost of insurance required by this agreement. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreement will not impose any liability on City, or its employees. 13. If Contractor is a Limited Liability Company, general liability coverage must be amended so that the Limited Liability Company and its Managers, Affiliates, employees, agents and other persons necessary or incidental to its operation are insureds. 14. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that includes City as a defendant. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Basketball court ren.doc /sb f T H E A M E R I C A N I i F i A R C H I T E C T S AIA Document A305 Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by The Arnerican Institute of Architects (AIA) and The Associated General Contractors of America (AGC) for use in evaluat- ing the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by the AIA or AGC. The Undersigned certifies under oath that the information provided herein is true and suffi- ciently complete so as not to be misleading. SUBMITTED TO: ADDRESS: SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: NAME OF PROJECT (if applicable): I TYPE OF WORK (file separate form for each Classification of Work): General Construction Plumbing Other (please specify) Corporation ❑ Partnership ❑ Individual ❑ joint Venture ❑ Other ❑ HVAC Electrical Copyright 1964, 1969, 1979, ©1986 by The American Institute of Architects, 1735 New York Avenue, N.W., Washing- ton, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and mill be subject to legal prosecution. AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION S'TATEMEN'T' • 1986 EDITION • AIA- • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1715 NEW YORK AVENUE, NW, WASHING TON, D.C. 20006 A305 -1986 1 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. 0 0 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present business name? 12.1 Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following 1.3.1 Date of incorporation: 1.3.2 State of incorporation: 1.3 .3 President's name: 1.3.4 Vice - president's name(s): 1.35 Secretary's name: 1.3.6 Treasurer's name: 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.52 Name of owner: AIA DOCUMENT A305 • CONTRACTOR'S QUALI FICA11ON STATEMENT • 1986 Full [ON • AIA° • ©1986 THE AMERICAN INSTITUTE OF ARCH ITECI'S, 1735 NEW PORK AVENUF. NW., WASHINGTON, D.C. 20046 A305 -1986 2 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. r I i t i w t Y 0 0 1.6 If the form of your organization is other than those listed above, describe it and name the principals: 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable. 2.2 Lis[ jurisdictions in which your organization's partnership or trade name is fled. 3. EXPERIENCE 3.1 . List the categories of W=ork that your organization normally performs with its own forces. 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 32.1 Has your organization ever failed to complete any work awarded to it? 3.22 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construe - tion contracts within the last five years? 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) AIA DOCUMENT A305 • COSI'RACI'OR'S QUAI.IFICAI ION SI'Al'F.NIENI' • 1986 EDITION • AIA� • ©1986 If FE AMERICAN iNsrI FUTE or ARCUII EC'IS, 1735 new roan AVENUE, N.w_, wASHINCrON, n.C- 2ow16 A305 -1986 3 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. 9 0 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. 3.4.1 State total worth of work in progress and under contract: 35 On a separate sheet, list the major projects your organization has completed in the past five pears, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 35.1 State average annual amount of construction work performed during the past five years: 3.6 On a separate sheet, list the construction experience and present commitments of the key inctivid- uals of your organization. 4. REFERENCES 4.1 Trade References: 4.2 Bank References: 4.3 Surety: 4.3.1 Name of bonding company: 4.3.2 Name and address of agent AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA© • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW 7ORR AVENUE, N.W., V ASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. A305 -1986 4 ) 5. i FINANCING 5.1 Financial Statement. L] 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement shoeing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); . Net Fixed Assets; Other Assets: Current Liabilities (e.g.. accounts payable, notes payable, accrued expenses, pro- vision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 5.1 .2 Name and address of firm preparing attached financial statement, and date thereof: 5.1.3 Is the attached financial statement for the identical organization named on page one? 5.1A If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 52 will the organization x hose financial statement is attached act as guarantor of the contract for con- struction? ALA DOCUMENT A305 • CONTRACTOR'S Qt ALI FICAI'[ON STATE \ItST • 1986 EDIIION • AIA" • ©1986 'I'IIE AME RICAN INSTlll rl'E OF ARCHITECTS, I7}5 NEU PORK AN ENCE, N.V., WASH INC. ION, D.C. 20006 A305 -1986 5 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 0 6. SIGNATURE 6.1 Dated at Name of Organization: M Title: 62 this E 19 day of M being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this Notary Public: My Commission Expires: 19 day of Im CAUTION: You should sign an original AIA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1966 EDITION • AIA • © 1966 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, R.W., WASHINGTON, D.C. 2(X)06 A305 -1986 6 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 0 9 BID PROPOSAL FORM TO: City of Rosemead 8838 East Valley Boulevard Rosemead, California 91770 I have received the documents titled: Notice Inviting Bids, Instruction to Bidders, Specifications, Contractors Qualification Statement, Bid Proposal Form and # # , # & # I have satisfied myself as to the scope of work and condition of the site. In submitting this Proposal, I agree: 1. To hold my bid open for 60 calendar days from the date of this Proposal. 2. To comply with the provisions of the Notice Inviting Bids, Instruction to Bidders, Specifications & Drawings. 3. To furnish bonds as noted in the Instruction to Bidders. 4. To begin work within fourteen (14) working days after receiving Notice to Proceed. 5. All work shall be accomplished within twenty (20) calendar days. 6. Owner will retain 10% of the incremental payments pending resolution of Notice of Completion. 7. I have completed and enclosed the Contractor's Qualification Statement and List of Sub - Contractors. To name the City of Rosemead and the Rosemead Redevelopment Commission as additional insured on the Insurance Certificate. I will provide all labor, materials, supplies and equipment and perform all the work as specified I these documents for the lump sum of: Hand Written Amount Dollars M Street City Zip Code Telephone No: Contractor's Lic #: Fax Rubber Surfacing -Sally Tanner.cloc /sb 0 0 LIST OF SUB - CONTRACTOR'S The following is a true and complete list showing the name and the location of the place of business of each sub - contractor who will perform work, or labor or render services to the Contractor who will perform work, or labor or render services to the Contractor in or about the work in an amount in excess of one -half of one percent (0.5 %) of the Contractor's Total Bid. List the portion of the work which will be done by each subcontractor and list only one subcontractor for each such portion. WORK PORTION SUB - CONTRACTOR'S NAME & BUSINESS ADDRESS Rubber Surfacing -Sally Tanner.doc /sb 0 E Rosemead Community Development Commission Contract Agreement For Rubber Play Surface at Sally Tanner Park This Contract Agreement is made and entered into for the above - stated project this day of , BY AND BETWEEN the Rosemead Community Development Commission and CONTRACTOR. WITNESSETH that COMMISSION and CONTRACTOR have mutually agreed as follows: ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, Specifications, Project Manual, Standard Specifications for Public Works Construction - 2003 Edition, and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as through fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by COMMISSION, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages and consequences arising out of the nature of the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Rubber Surfacing -Sally Tanner.cloc /sb 0 r ARTICLE IV COMMISSION hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work and fulfill the obligations according to the terms and conditions herein contained and referred to for the prices aforesaid, and hereby contracts to pay the same at the time, the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR agrees to indemnify, defend and hold harmless COMMISSION and THE CITY OF ROSEMEAD and all of its officers and agents, from any claims, demand, or cause of action, including related expenses attorney's fees and costs based on arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. In the event the insurance coverage is on a claims made basis, the Contractor shall indemnify and hold harmless the Commission, City of Rosemead, and all of its officers and agents, from any and all claims, demands, or causes of action that arise after the expiration of the Contractor's current policy or after the service contract has ended, for any occurrences arising out of, or in any way related to the work undertaken by the Contractor. The liability insurance coverage requirements shall be as set forth in Exhibit "I ", California Joint Powers Insurance Authority. Insurance shall name the City of Rosemead, Rosemead Community Development Commission, its officers, agents and employees as additional insured by endorsement of the Contractor's policy. A copy of the endorsement, showing policy limits, shall be provided to the Commission and City on or before signing this contract. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set for the hereinafter in execution of this Contract Agreement represents all individuals, firm members, partners, joint ventures, and /or corporate officers having principal interest herein. Rubber Surfacing -Sally Tanner.doc /sb 0 ARTICLE VIII 40 Records and Audits. The Contractor shall maintain accounts and records, including personnel, property, and financial records, adequate to identify and account for all costs pertaining to the contract and such other records as may be deemed necessary by the Commission to assure proper accounting for all project funds. These records will be made available for audit purposes to the Commission or any authorized representative and will be retained for 5 years after the expiration of this contract unless permission to destroy them is granted by the Commission. IN WITNESS WHEREOF, the parties hereto for themselves, their heirs, executors, administrators, successors, and assigned do hereby agree to the full performance of the covenants herein contained and have caused this Contract Agreement to be executed in triplicate by setting hereunto their names, titles, hands, and seals this day of 14193MMC411161M Contractor's License No: Class: City Business License Federal Tax Identification No: Subscribed and sworn to this day of NOTARY PUBLIC: CITY: Chairman - Rosemead Community Development Commission 2005 Attested: City Clerk Date: Approved as to Form: Commission Attorney Date: Rubber Surfacing -Sally Tanner.doc /sb u Rubbe Area = 1041 Sq. Turns n Curb = 161' RuRbb r Connector = 25 C . CONCRETE WALKWAY REMA ;, u N SALLY TANNER PARK I 8343 E. MISSION DRIVE, DIAGRAM 1 0 ° O 0 c Z) o 0 p0 O o O 0 O p ° 0 0 00 . 0 ° ° 0 O 0° O O O 0 ° ° C O . o O. p O 0, ° 0 O 0 o o 0 0 ° o p ° o 0 o O p 0 0 ° o J 0O ° 0 o p 0 00 0 0 ° 0 O 0 0 ° ° o 0 S a CD Q. U) W C 3 0 �1 r p o 00 0 0 0 0 O c p o O O ° o O 0 O 0 0 0 0 ` 0 0 0 G ° ` D 0 ° O O i 0 o 0 p o 0 0 0 O o O � O o O o 0 Q a) a CL m C CD 0) 1 C N cn N V J 0 CD ^ !r- ` t- 0 mn 1L CD 0 P-4- C CD = � 0 V cr A = 1 / Q. 0 0 T � V CD MMI f � A 0 C Z 0 3 0 x cn 3 3 m C 3 cc cc 0 CD tQ CD c� = CD n � C T CD aU co m ° CD C O L 3 c CD � to V/ cn .► F _3 C7 n a 0 CD a CD 0 ° O 0 c Z) o 0 p0 O o O 0 O p ° 0 0 00 . 0 ° ° 0 O 0° O O O 0 ° ° C O . o O. p O 0, ° 0 O 0 o o 0 0 ° o p ° o 0 o O p 0 0 ° o J 0O ° 0 o p 0 00 0 0 ° 0 O 0 0 ° ° o 0 S a CD Q. U) W C 3 0 �1 r p o 00 0 0 0 0 O c p o O O ° o O 0 O 0 0 0 0 ` 0 0 0 G ° ` D 0 ° O O i 0 o 0 p o 0 0 0 O o O � O o O o 0 Q a) a CL m C CD 0) 1 C N cn N V J 0 CD ^ !r- ` t- 0 mn 1L CD 0 P-4- C CD = � 0 V cr A = 1 / Q. 0 0 T � V CD MMI f R 11 DETAIL 2 Flush Mount to Wall / Curb / Sidewalk Existing Construction EDPM Wear Course, 112' (12.7mm) Shredded SBR Cushion. Layer p � o 0 0 o C> . o L o Oo 0 o c ON � o 0op O D 0 0 0 Oo � o O Oo s Concrete Edge 4" Minimum Sub -Base NOT TO SCALE. Total Thickness of TotTurf System is Based Upon Maximum Fall Height of Play Equipment