HomeMy Public PortalAbout118-2018 - Countryside Equipment- for Resovir playgroundAGREEMENT
THIS AGREEMENT made and entered into this I � day of 0 IQ , 2018, by and
between the City of Richmond, Indiana, a municipal corporation acting by nd through its Board
of Parks and Recreation (referred to as the "City"), and County Line Comp lies d/b/a Countryside
Play Structures, 3535 N. County Rd. 800 E., Parker City, IN 47368 (hereinafter referred to as the
"Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor for professional services relative to the project design, procurement,
and installation of a play structure to be installed at a location specified by City near the Middle
fork Reservoir located at 1750 Sylvan Nook Dr, Richmond, Indiana. Contractor will ensure
delivery, and install all equipment relative to the project, and will work directly with any project
managers employed by the City, which may be assigned by the Parks Department. Contractor shall
design and install all equipment in a manner that satisfies any and all applicable state, federal or
other regulatory laws, e.g. fall height requirements. Contractor shall comply with the equipment
proposal issued on June 28, 2018, and the services proposal which are collectively attached hereto
and incorporated by reference herein as Exhibit "A". Further, the design of the Project shall comply
with the design rendering, which is attached hereto and incorporated by reference herein as Exhibit
"B".
Contractor shall comply with the requirements previously requested by the City which are set forth
on the bid specifications, to which Contractor responded, which is attached hereto and incorporated
by reference herein as Exhibit "C".
Should any provisions, terms, or conditions contained in any of the documents attached hereto and
incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or
conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified. Contractor shall submit statements or bills monthly.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or warranties;
2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with
I.C. § 22-5-1.7-11(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of the
City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the
work.
SECTION 1II. COMPENSATION
City shall pay Contractor at the rates indicated in Exhibit "A" in an amount not to exceed
$152,000.00 for full and complete satisfaction of the services described herein. The foregoing sum
represents $17,000.00 for design and installation, and $135,000.00 for the equipment contemplated
Contract No. 118-2018
1 1 Pa
herein and as is set forth on Exhibit "A". The parties acknowledge and agree that Contractor is
procuring the equipment from Landscape Structures, Inc. which is further reflected within Exhibit
"A„
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective as of the execution of this Contract, and shall remain in
full force and effect until such time that the Contractor successfully carries out the terms and
conditions contained herein. Notwithstanding the term of this Agreement, City may terminate
this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) days
written notice specifying the effective date and the reasons for termination which shall include
but not be limited to the following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement; or
d. suspension or termination of the grant funding to the City under which this Agreement
is made.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part,
by mutual Agreement setting forth the reasons for such termination, the effective date, and in the
case of partial termination, the portion to be terminated.
This Agreement may also be terminated by either the City or the Contractor, without cause, by
giving at least thirty (30) days written notice to the other party.
In the event of termination of this Agreement, the City shall be required to make payment for all
work performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person
or property or any other claims which may arise from the Contractor's conduct or performance of
this Agreement, either intentionally or negligently; provided, however, that nothing contained in
this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers,
agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter
maintain such insurance as will protect it from the claims set forth below which may arise out of
or result from the Contractor's operations under this Agreement, whether such operations by the
Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts the Contractor may be held responsible.
Coverage Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. Employer's Liability
$100,000
2 1 7 _. -
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
E. Comprehensive Umbrella Liability
Malpractice/Errors & Omissions Insurance
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000,000 aggregate
$1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall provide
to the City its signed Affidavit affirming that Contractor does not knowingly employ an
unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates
IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30)
days after the City notifies the Contractor of the violation. If Contractor fails to remedy the
violation within the thirty (30) day period provided above, the City shall consider the
Contractor to be in breach of this Agreement and this Agreement will be terminated. If the
City determines that terminating this Agreement would be detrimental to the public interest or
public property, the City may allow this Agreement to remain in effect until the City procures
a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-
1.7-13 (c) the Contractor will remain liable to the City for actual damages.
3 1 _ a -
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not
engaged in investment activities in Iran. In the event Board determines during the course
of this Agreement that this certification is no longer valid, Board shall notify Contractor in
writing of said determination and shall give contractor ninety (90) days within which to
respond to the written notice. In the event Contractor fails to demonstrate to the Board that
the Contractor has ceased investment activities in Iran within ninety (90) days after the
written notice is given to the Contractor, the Board may proceed with any remedies it may
have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this
Agreement that this certification is no longer valid and said determination is not refuted by
Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider
the Contractor to be in breach of this Agreement and terminate the agreement upon the
expiration of the ninety (90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter directly
or indirectly related to employment, because of race, religion, color, sex, disability,
national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
That in the hiring of employees for the performance of work under this Agreement
of any subcontract hereunder, Contractor, any subcontractor, or any person acting
on behalf of Contractor or any sub -contractor, shall not discriminate by reason of
race, religion, color, sex, national origin or ancestry against any citizen of the State
of Indiana who is qualified and available to perform the work to which the
employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money due
or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
4 1 _ �_
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of its
rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be
binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any previous
discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action
in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other
than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor
may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or
burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of
the provisions of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND,
INDIANA by and through its
Board of Parks and Recreation
By:
5 1 u
Bill Engle, President
Date: 7, 6 O ` to
APPROVED:
Snow, ly-Q�
Date:
"CONTRACTOR"
COUNTRY LINE COMPANIES D/B/A
COUNTRYSIDE PLAY STRUCTURES
3535 N. County Rd. 800 E.
Parker City, IN 47368
By:
Printed):
Title:y jLf- i Si oku `-j
Date:
6
Exhibit A
Countryside Play Structures LLC
4815 South 100 West
Kokomo, IN 46902 US
866-959-7866
justinmoosQcr cplaystructures.com
www.countrysideplaystructures.com
L-S . i Y
ADDRESS
Richmond Parks & Recreation
2200 E. Main St.
Richmond, Indiana 47374
SALES REP
Tiffany Polzin (765) 702-4553
SHIP TO
Middlefork Reservoir
1750 Sylvan Nook Dr.
Richmond, IN 47374
ESTIMATE # t891
DATE 06/15/2018
-OPTION 3'
Installation IN 1 17,000.00 17.000.00
Supervision and assistance to parks department
for build of playground equipment. Parks
department to supply equipment. Countryside
will supply man hours and concrete.
'Safety surfacing, grading, and drainage are by
Parks Department.
For installation customer, please be advised TOTAL $17,000.00
Countryside will locate utilities that are members of
Indiana and Kentucky 811. All non-member or private
utilities are the responsibility of the owner, and must be
marked when installation begins.
Accepted By
Accepted Date
ADDITIONAL CHARGES MAY BE ASSESSED IF UNFORESEEN UNDERGROUND SITE CONDITIONS OCCUR.
INCLUDING BUT NOT LIMITED TO: ROCK, CONCRETE, AND DEBRIS. THESE RATES WILL BE CHARGED AT
$60 PER MAN HOUR PLUS MATERIALS AND EQUIPMENT. All returned parts will be assessed a 22% restocking
fee. Damaged parts may be subject to additional charges. All returns must be made within 30 days of purchase.
ALL PURCHASE ORDERS, CONTRACTS, AND
CHECKS BE MADE OUT
LANDSCAPEE STRUCTURESA& INC
SDS 12-0395
landscape P.O. Box 86
structures' Minneapolis, MN 55486-0395
(763) 972-3391
CONTACT: Tiffany Polzin
PHONE: (765) 702-4553
EMAIL: tiffanyaacplaystructures.com
SHIP TO: Middlefork Reservoir
1750 Sylvan Nook Dr.
Richmond, IN 47374
PROPOSAL
June 28, 2018
DATE
Destination
F.O.B.'
FREIGHT ❑ Prepaid ❑ Collect
Net 30
TERMS (Subject To Credit Approval By LSI)
3-4 Weeks ARO
BILL TO: City of Richmond SHIPPING TIME
50 N. 5th St. Equipment pricing good for 60 Days.
Richmond, IN 47374 All other pricing good for 30 days.
Pricing does not include installation unless otherwise noted.
We are. pleased to submit this proposal to supply the following items:
QTY
ITEM NO. DESCRIPTION JUNITWTJ UNIT PRICE WEIGHT
EXTENDED AMT
Project Name: Middlefork Reservoir Option 3
1
1128195-02
WeevosPlay Structure
1306
21,661.00
1,306
$
$ 21,661.00
1
1128195-02
Custom Large Mouth Bass DigiRider
102
1,828.00
102
$ 1,828.00
1
1128195-02
Custom Bluegill DigiRider
102
2,580.00
102
$ 2,580.00
1
1128195-02
Custom Learning Wall w/ Reservoir
144
3,930.00
144
$ 3,930.00
Graphic and Verbiage and Periscope
-
$
Panel
-
$
2
1128195-02
12" Saddle Spinner
40
1,030.00
80
$ 2,060.00
1
1128195-02
Log Crawl Tunnel
2010
5,608.00
2,010
$ 5,608.00
1
1128195-02
Log Balance Beam
430
3,126.00
430
$ 3,126.00
1
1128195-02
Custom Embankment Rope Pull
58
2,163.00
58
$ 2,163.00
1
1128195-02
Custom Embankment Slide
230
3,296.00
230
$ 3,296.00
1
1128195-02
Free Age Appropriate Welcome Sign
24
-
24
$ -
-
$ -
w#
1
1128195-02
Evos Play Structure
4095
55,147.00
4,095
$ 55,147.00
1
1128195-02
Global Motion
1555
24,905.00
1,555
$ 24,905.00
1
1128195-02
Custom Embankment Slide
275
3,028.00
275
$ 3,028.00
1
1128195-02
Custom Embankment Wiggle Ladder
94
1,391.00
94
$ 1,391.00
1
1128195-02
Free Age Appropriate Welcome Sign
24
-
24
$ -
1
Discount
Discount to meet budget
(237.00)
-
$ (237.00)
Job size, scope & credit approval may require a deposit! Total Weight 10,529
ADDITIONAL CHARGES MAYBE ASSESSED IF UNFORESEEN UNDERGROUND SITE CONDITIONS SUBTOTAL MATERIAL
$ 130,486.00
Quoted
OCCUR, INCLUDING BUT NOT LIMITED TO: ROCK, CONCRETE, AND DEBRIS. THESE
RATES WILL BE CHARGED AT $45 PER MAN HOUR PLUS MATERIIALSAND EQUJIPPMENT. INSTALLATION
Separately
$ 4,514.00
FREIGHT
CEPTED BY CUSTOMER DATE
L: PJ YI j s-e }� �-A - SALES TAX
EXEMPT
PRINT
TOTAL
$ 135,000.00
!'KUF'VJtU OT LN Ktl'KCJGV I A I IVt
Tiffany Polzin, CPSI
PRINT NAME
DATE
Installation
Taxable: Freight
:. .:.<.mY :,�i,�.y
n.IT
AWo.-'Y ���' _Z�°.i"i%" . !? 1: '}�
..➢.,`4 .�, r. "fir- - r_,G-.z- ;.th'fZ;MT- -
Exhibit A
B
x
W
�L1
lanascope
structures•
ART APPROVAL
➢�EAZE REVIEW AXO AiPROVE :Y.E FOLLOWING:
COLOR
_'. VERG-E
LAYOUT/SIZE
OVERALL GRAPHIC
CITY OF RICHMOND, INDIANA
REQUEST FOR PROPOSAL
MIDDLEFORK RESERVOIR PLAYGROUND
Exhibit C
PUBLIC NOTICE
BOARD OF PUBLIC WORKS AND SAFETY
RICHMOND, INDIANA
Notice is hereby given that sealed proposals will be received in the office of Purchasing for the
City of Richmond in the Municipal Building until the hour of 12:00 noon on the day of June 19,
2018 for furnishing the following in accordance with Request for Proposal on file in the office of
Purchasing in the Municipal Building, Richmond, Indiana.
Request for Proposals for Middlefork Reservoir Playground
The City of Richmond is seeking a certified, qualified, and experienced company;Q design,
install, and to provide project management of a new playground in place of the existing
playground at Middlefork Reservoir located at 1750 Sylvan Nook Drive in Richmond Indiana,.
Request for Proposal information may be obtained from the Purchasing Department -of the City
of Richmond by sending an email to vrobinson@richmondindiana.Qov. Three copies of all
proposals must be placed in a sealed container marked "RFP-Middlefork Reservoir Playground
Project" on the outside of the container along with your company's name marked clearly.
The City of Richmond is not responsible and/or liable for any Request for Proposal information
not obtained from the City of Richmond Purchasing Office.
The Board of Public Works and Safety of the City of Richmond, Indiana reserves the right to
reject any and all bids and re -advertise for the same and to waive informalities or errors in
bidding.
Bidder will be required to comply with all applicable Equal Employment Opportunity laws and
regulations, including Section 504 of the Rehabilitation Act of 1983.
Vicki Robinson, President
Board of Public Works and Safety
Publish Date: May 23, 2018
REQUEST FOR PROPOSALS
MIDDLEFORK RESERVOIR PLAYGROUND
The City of Richmond Parks and Recreation Department (RPRD) desires to replace the existing
playground at Middlefork Reservoir with a new playground. Middlefork Reservoir, 1750 Sylvan Nook Drive
is located in north Richmond, Indiana right off.of U.S. 27 North. The present playground is thought to have
been instructed in the 1990's. -Only general maintenance of the equipment and landscape have been performed.
This Request for Proposal (RFP) is intended to provide proposers with theinformation needed to, in turn,
provide RPRD with proposals demonstrating not only their qualifications and experience, but also to highlight
said companies' creativity and design. Proposals shall include design, provision, installation, and project
management of the new playground.
It is the desire of RPRD that all play structures be designed and constructed so that each is accessible to
all persons. All play structures must meet all U.S. Consumer Product Safety Commission (C.P.S.C)
"Handbook for Public Playground Safety" and American Society for Testing Materials (A.S.T.M.) F1487-07
"Playground Equipment for Public Use" guidelines and ADA regulations.
PROJECT GOALS
DESIGN ELEMENT IDEAS:
1) Interactive play features which encourage -
a. Dramatic play/role playing
b. Intergenerational participation, regardless of age and physical ability
c. Playing in teams
d. Children of all abilities playing together
e. Water quality educational efforts
2) Equipment design features which encourage -
a. Age defined play areas
b. Rigor and challenge
c. Ground level play
d. Interesting ways to navigate through the spaces
e. No repetition of components in any other parks
These features may include sun shades or roofs; nature, fish and water oriented; climbing walls and slides to
enter playground from above instead of wooden steps.
The uniquely designed playground RFP, to service children ages 2-12, must include the following:
1) Photos of two structures that are designed for two separate age groups -ages 2-5 and ages 5-12.
2) Photos of slide structure or climbing structures connecting from the overhead walking area to the
playground surface below, instead of current wooden steps.
3) Photos of any other equipment that the proposer feels would enhance this project.
4) Please include design elements reflective of a fish, nature, and water theme for the playground,
5) Please include educational kiosks or signage for water quality, water cycles, importance of keeping
our drinking water safe at Middlefork Reservoir. Please incorporate creative strategies, pieces, and
photos for educational opportunities using this theme. No electronic pieces please. Photos of
appropriate signage concerning age group division must be included.
6) No swing structures please.
RESPONSIBILTITIES OF PROPOSER
All submitted RFP's must include sufficient information to enable adequate evaluation. RFP should
include but not be limited to the following:
• Design layouts including required area dimensions. The aerial photo provided is to assist
proposer in formulation of proposal. Any existing and proposed features of the park or current
playground (swings and overall bays) must be worked around or incorporated in proposed
design. Proposer is responsible for verifying all dimensions on enclosed aerial photo.
• Proposer is responsible to establish proper grades needed for the safety surfacing. Proposer is
responsible for the proper final finished elevation where ramps interface with the walks and
certified safety compliance.
• Drawings and/or presentation boards can be received prior to RFP deadline, upon request. Any
conceptual drawings should be included with sealed proposal on letter size paper.
• A list of references for similar projects awarded in the past five years is needed. Please include .
the company's name, contact person and title, contact's email, address, and telephone number.
• Approximate project timeline. It is requested that this project be substantially completed by
August 4, 2018.
• Warranties of all components proposed. Guarantee of installation/labor.
• A bid bond of 5% of bid is needed. A current certificate of insurance, naming the City of
Richmond as the insured, is needed. The successful proposer will be required to supply a 100 %
performance bond and a 100% labor/material payment bond for this project.
• The budget for all requested base components and design may not exceed budgeted amount of -
$100,000. Separately, please include the cost per each additional component as alternates, which
may be added to the project, depending on the space each component requires and the cost of
that component. Please include any discounts or rebates.
• The base cost must include all components, elements, and any/all fees associated with this
project.
RESPONSIBILITIES OF PARK TEAM
• All demolition and earthwork prior to installation.
• Grading of the site to meet proposed site plans.
• Playground safety surfacing (engineered wood fiber). This should not be included in RFP.
• The playground has adequate swing structures and overall bays which will all stay in place. This
should not be included in RFP.
RESPONSIBILITIES OF SUCCESSFUL PROPOSER
• Any additional preparation necessary for proper installation of any concrete or compacted stone
sub -base unless otherwise noted.
Delivery, unloading, and staging of playground equipment.
Security of the project site and all project materials. If equipment is delivered to the jobsite prior
to assembly and installation, it is the contractor's responsibility to provide safe and secure
storage for equipment. A project security fence may be temporarily installed at the discretion of
the site contractor, at the contractor's expense. If the construction and/or delivery schedule does
not permit delivery to the project site, it is the contractor's responsibility to provide adequate safe
and secure storage for said equipment.
Proper and lawful disposal of all litter and debris collected from work site.
• Any required work permits.
NOTE: It is anticipated that the successful proposer will work closely with stated Park representatives in
refining designs, equipment, and colors.
EVALUATION CRITERIA
Proposals will be evaluated based on the following criteria:
1. Proposer's references on similar projects-10 possible points.
2. Proposer demonstrating qualifications, certifications, and capabilities to perform project goals-20
possible points.
3. Proposer's submission of equipment design, specifications, overall design, component sizes, and
warranties/guarantees-25 possible points.
4. Proposer's creativity in product, designs, and layouts-25 possible points.
5. Proposer's ability to complete project within budgeted dollar amount and time period requested-50
possible points.
A selection committee will review all proposals and MAY schedule interviews soon after proposal deadline.
Additional information may be requested or a presentation may be required during the interview process.
OTHER PROPOSAL INFORMATION
A pre -proposal meeting is scheduled for May 29, 2018, 10:00 a.m. at the Park
Administration Office located at 2200 East Main Street, Richmond, IN. This meeting is not
mandatory but highly suggested to attend as there will not be another meeting before proposals
are due. Please plan to visit the playground site before this meeting, to be able to come to the
meeting with any questions.
All proposals are due in the Purchasing Dept., City of Richmond, 50 North 5' St -eet,
Richmond, IN 47374 by June 19, 2018 by 12:00 noon to be accepted. Three copies of
proposal are required and must be in a sealed box or container. "RFP-Middlefork Reservoir
Playground Proiect'must be on the outside of the box or container with your company's
name clearly on the outside of the box as well.
The Richmond Parks & Recreation Department will not discriminate against any individual or
company on the grounds of race, color, sex, physical disabilities or challenges, or national
origin in the selection process.
3/27120', 9 CONNEC i ExplorerT"
CONNECTEXPLORER'
map: Auto (Mosaic) Aar 2016 - Apr 201E 04/0912016 - 04/1412016
https:/lexplorer.pictametry.com/index.php 114,