ook & Sunny Acres Parks Playground Replacement

expired opportunity(Expired)
From: Brooklyn Park(City)

Basic Details

started - 12 Sep, 2022 (19 months ago)

Start Date

12 Sep, 2022 (19 months ago)
due - 07 Oct, 2022 (18 months ago)

Due Date

07 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Brooklyn Park

Customer / Agency

City of Brooklyn Park
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

EDINBROOK & SUNNY ACRES PARKS PLAYGROUND REPLACEMENT REQUEST FOR QUOTES September 12, 2022 September 13, 2022 See section G with Installation Date Change Addendum I. GENERAL INFORMATION A. OBJECTIVE The City of Brooklyn Park Recreation & Parks and Operations & Maintenance Departments are seeking designs and quotations for the replacement of the playground equipment at Edinbrook & Sunny Acres Parks. Edinbrook Park is located at 2900 Edinbrook Parkway and Sunny Acres is located at 5425 83rd Avenue in Brooklyn Park. Equipment may be purchased directly from a cooperative purchasing agreement such as, but not limited to, State of MN Cooperative Purchasing Venture, SourceWell and Omnia. Labor must be provided under the provisions of the Community Development Block Grant funding parameters. B. ISSUING OFFICE The RFP is issued by the City of Brooklyn Park Recreation & Parks and Operations & Maintenance Departments. All correspondence regarding the RFP should be addressed to: Brooklyn Park
Operations & Maintenance Greg Hoag, Park & Building Maintenance Manager 8300 Noble Avenue North Brooklyn Park, MN 55443 (763) 493-8350 greg.hoag@BrooklynPark.org C. CONTRACT ADMINISTRATOR All communications concerning the contract should be directed to Greg Hoag, Park & Building Maintenance Manager at 763-493-8350. D. INCURRING COSTS The City of Brooklyn Park is not liable for any cost incurred by the prospective firms prior to the signing of the contract. E. PROPOSALS To be considered, each firm must submit a complete response to this RFP, using the proposal sheets provided. The proposal must be signed in ink by an official authorized to bind the submitter to mailto:greg.hoag@BrooklynPark.org its provisions. The proposal must include a statement as to the period during which the proposal remains valid. This period must be at least ninety (90) days from the due date for this proposal. F. ACCEPTANCE OF THE PROPOSAL CONTENT The contents of this proposal will become contractual obligations if a contract ensues. Failure of the selected consultant to accept these obligations may result in cancellation of the award. G. SELECTION CRITERIA Responses to this RFP will be evaluated based on a three-step selection process: 1. Staff will review the firm’s response to the RFP, including a computerized drawing of the proposed project and determine if the proposal meets all criteria for consideration. 2. A Community Engagement process may be held to allow residents to review the proposed play structure options and select a proposal for the park location. 3. City staff will review the recommended proposal and comments from the residents and recommend to City Council a vendor to award the contract. H. PROPOSAL RECEIPT Proposals must arrive at the Brooklyn Park Recreation and Parks Department. Attention Greg Hoag, 8300 Noble Avenue North, Brooklyn Park, MN 55443 before 11:00 am on October 7, 2022. I. RIGHT TO REJECT BIDS The City of Brooklyn Park reserves the right to award the total proposal, to reject any and all proposals in whole or in part, and to waive any informality or technical defects, in the City’s judgment. In determination of award, the qualification of the proposal submitter, the conformity with the specifications of services to be supplied and delivery terms will be considered. J. COST LIABILITY The city assumes no responsibility or liability for costs incurred by the firms prior to the signing of this agreement. Total liability of the City of Brooklyn Park is limited to the terms and conditions of this agreement. K. OWNER The City of Brooklyn Park is designated as Owner. All work shall be on public property. The contractor shall confine his operation, at all times staying with the limits of the property. Any repairs or restorations required outside the property limits due to the Contractor’s carelessness shall be repaired by the Contractor at their expense. L. AWARD OF CONTRACT The City of Brooklyn Park may award a separate contract for each park to the responsible bidder submitting the Quote meeting all performance and required criteria as set forth by this set of contract documents, plans and specifications. M. TAXES The contractor shall pay all sales, consumer, use and other taxes required to be paid by them in accordance with the law of the place where the work is to be performed. N. TEMPORARY ENCLOSURES, BARRICADES AND FENCES The Contractors shall provide and maintain all necessary temporary enclosures, barricades and site storage to adequately protect the work and materials from the elements and persons not involved with construction. The Contractor shall remove all temporary enclosures, barricades and fences upon completion of the work. O. PROTECTION OF EXISTING FACILITIES The Contractor shall provide for and be responsible for protection of existing pavements, utilities, fencing, etc. In general, all existing materials, surfaces, sod, etc., to remain which are affected by the work shall be repaired and restored to an original and functional condition. P. SHIPMENT OF MATERIALS Before making any shipment of materials to the site, Contractor shall ascertain whether the site is in a condition to receive the shipment. Where this provision is neglected and material is delivered to the site when the latter is not in condition to receive it, such materials shall be properly stored elsewhere at the Contractor’s expense and adequate insurance coverage provided for off-site storage. Q. STORAGE OF MATERIALS ON OR OFF-SITE 1. Contractor shall provide storage as required to protect and preserve all materials stored at the site. Materials are not to be stored directly on the ground. Storage of materials is to be confined to areas designated by the City. City will not sign for, or be responsible for, materials delivered to the site. 2. Equipment which is delivered in advance of the installation week can be stored at the Brooklyn Park Operations and Maintenance facility 8300 Noble Avenue Brooklyn Park, MN 55443. Playground equipment supplier will be responsible for equipment and insurance of equipment stored at the Operations and Maintenance facility. Equipment supplier will also be responsible for the unloading and loading of the equipment at the Operations and Maintenance facility. In addition, supplier will be responsible for delivery of the equipment to the installation site and clean up all packaging materials/debris from loading/staging location. Contact Greg Hoag at 763-493-8350. 3. Equipment delivered early will be paid in full. Supplier is welcome to invoice City upon delivery of equipment. Final Payment for installation and other site work will be paid upon completion of the project and a compliance audit has been received. R. WORKING HOURS Working hours shall be from 8:00 a.m. until 6:00 p.m., Monday through Friday unless advance approval has been made with the Park & Building Maintenance Manager or Director of Recreation and Parks, to work otherwise. S. CLEANUP All work areas shall be returned to a condition equal to or better than was in existence at the beginning of the project. All construction debris, including excavated soil, shipping materials including cardboard, pallets, etc. shall be removed and disposed of in a manner satisfactory to the City. II. SELECTION PROCESS A. Staff will use the feedback from community members to make a recommendation for purchasing. B. If necessary, an interview/informational meeting may be requested by staff. C. Additional consideration will be given to unique playground components not included in other nearby Brooklyn Park playgrounds. III. PROJECT SPECIFICATIONS Proposals shall include the following: A. REMOVALS: The City of Brooklyn Park Operations & Maintenance staff will be responsible for the coordination and disposal of the existing equipment. B. CONTAINER: 1. The new playground equipment shall be installed within the existing container. A special design consideration for Sunny Acres is to reduce the size of the existing container as it currently has two separate structures. 2. The container and adjacent sidewalks may be modified to accommodate proposed designs, however, the costs associated with this work must be included in the overall project budget. C. SURFACING: 1. Provide and install engineered wood fiber surface material to meet the requirements of ASTM 1951 for accessibility. 2. Provide and install Poured in Place accessible route to swings, under swing area, to a transfer point on the main structure and at the bottom of any proposed slide. D. EQUIPMENT: 1. Structure shall meet and comply with all current ADA Legislation and ASTM F1487. (See attached ADA Checklist for Play Areas) 2. All equipment must meet age related design criteria suitable for two (2) – twelve (12) year- olds and be IPEMA certified. 3. Play structure quote must include swings with two (2) bays with one (1) ADA compliant seat, one (1) Tot swing, and two (2) strap seats 4. Main structure frame can be a single pole center staging area or a multi-level vinyl coated deck system structure with a minimum of one (1) covered canopy over a deck area. Poles shall be a minimum of 3.5 inches (wall thickness minimum of 0.120”) in diameter and made of Aluminum or steel. 5. Amenities shall include, but not be limited to, plastic slides, climbing walls/units/nets, ladders, play panels, transfer deck, fire pole, spinner, overhead glider, play accessories, etc. 6. Wear pads must be installed below bottom of slides and swings. 7. Container for the play structure needs to include the structure, swing set. The containers are irregular shaped, an aerial photo of each site is included in this package. It is recommended proposer field verify concrete container size and assess site conditions as they have changed since aerial photo was taken. 8. Site shall have signage information provided appropriate to the structure/area. If signage includes photos of individuals, the photo must include a diverse group of users. 9. All plastic and coating products must be UV and color stabilized to resist fading. 10. Supplier must be able to provide a tool kit for fasteners, parts manual (both hard copy and electronic) and touch up paint kit for all structure colors. 11. All parts must have a corrosion resistant finish and be capped on the top end. 12. All metal decks must be manufactured from sheet steel conforming to ASTM specification A- 569 and be finished with a vinyl coating. 13. All connecting hardware used must be zinc plated or stainless steel, free of protrusions, vandal resistant and have a tamper proof design. Service kit for tamper proof fasteners must also be provided. F. INSTALLATION: 1. Installation of all equipment shall be per manufacturer specifications 2. Site restoration to original conditions or better if needed IV. PROPOSAL A. PROPOSAL FORMAT The firm will be responsible for submitting a written proposal listing outline of equipment and cost for equipment, delivery and installation. B. FEE QUOTATIONS The fee proposal not to exceed $210,000 for the project will include all costs associated with the project, including all equipment, structures, delivery, installation, construction permits, taxes and service charges. Each firm is requested to provide the maximum amount of play activities for that fee. C. SUBMITTAL REQUIREMENTS Each of the following items shall be considered an integral part of the Contractor’s proposal and shall be submitted to the City on or before the date and time as stated on the Proposal Form: 1. One copy of one completed and signed Proposal Form. 2. List all base materials 3. List of all equipment included in the plans, with quantities. 4. One copy of a play area equipment layout drawing to scale showing layout, safety zones, accessibility, border and outside dimensions. 5. One plan size set of all components and features specific to the project. 6. One complete copy of all warranty information. 7. The contractor shall indicate all deviations from the specifications. 8. Contractor to Field Verify container size and existing site conditions 9. Provide a letter from the manufacturer or an independent consulting firm stating all equipment meets the current ADA standards and ASTM F1487 standards. 10. Installation of play structure, benches and swing set(s) must be completed by paid professional staff. 11. Documentation that all equipment quoted is covered by product liability insurance. D. SITE REVIEW Consultants submitting quotes are encouraged to visit the site and should contact Greg Hoag at 763-493-8350 or Greg.hoag@BrooklynPark.org with questions. E. REGULATORY COMPLIANCE 1. All equipment provided and all areas around and between equipment must comply with most current Consumer Product Safety Commission (CPSC) guidelines and The American Society for Testing and Material (ASTM), and Americans with Disabilities Act (ADA) standards. It is the responsibility of each bidder and manufacturer to be aware of these guidelines. Please list all deviations where you do not comply totally and explain each in detail when submitting the proposal. Equipment that requires labor intensive measures or modifications, after installation, such as the cutting of bolts, to bring equipment into conformance with CPSC, ASTM, or ADA will not be accepted. As recommended by CPSC, a project specific maintenance manual shall be provided at the end of the project. 2. Playground structure, benches and swing set must meet the current requirements of the Americans with Disabilities Act and ASTM F1487. 3. All equipment must be IPEMA certified. 4. All surfacing materials must meet current CPSC guidelines, ASTM F1951 and ASTM F1292 standards, as well as be IPEMA certified. 5. Once installation is complete on all equipment, supplier must provide a formal safety audit of the installed equipment. Audit must document that equipment meets all current standards listed above. Final payment for structure, payment for base materials and installation will not be processed until after the safety audit inspection and document has been completed and delivered from a certified playground inspector. 6. Supplier must invoice City for all payments. F. PROJECT PHASING The Recreation and Parks and Operations & Maintenance Departments are challenging various playground manufacturers to use their professional expertise. Awareness of industry trends and creativity to propose a unique play structure. mailto:Greg.hoag@BrooklynPark.org ADDENDUM #1 G. PROJECT TIMELINE 1. Proposal submittal deadline Friday October 7, 2022 at 11:00 am. 2. Community Engagement review and survey October 7-14, 2022 3. City Council award of contract October 24, 2022 if needed 4. Delivery of playground equipment TBD (contact Greg Hoag) 5. Installation of playground structure at Sunny Acres and Edinbrook Parks to be completed no later than May 26, 2023. July 31, 2023 I. PROPOSAL FORMS PROPOSAL FORM (Page 1) FOR 2022 PLAYGROUND REPLACEMENT WITHIN BROOKLYN PARK, MINNESOTA TO: Greg Hoag Park & Building Maintenance Manager 8300 Noble Avenue North Brooklyn Park, MN 55443 Dear Sir: 1. The following proposal is made for the 2022 Playground Replacement Project described in the instructions to bidders. 2. The undersigned certifies that the General Specifications/ Instructions to Bidders have been carefully examined and understood, and that at no time will misunderstanding of the notice be pleaded. 3. In submitting his proposal, it is understood that the right is reserved by the City to reject any or all proposals and to waive informalities. 4. If a corporation, what is the State of incorporation? _____________________________________________________________ 5. If a partnership, state full names of all co-partners. _____________________________________________________________ 6. Bid proposal to be made on schedule of prices sheet. Official Firm Name and Address: PROPOSAL FORM (Page 2) CITY OF BROOKLYN PARK BID PROPOSAL FOR 2022 PLAYGROUND REPLACEMENT The undersigned hereby submits this proposal for the performance of work in accordance with the attached specifications on file in the office of Operations and Maintenance for “2022 Playground Replacement Project” as required by the City of Brooklyn Park. I understand that this proposal is for the replacement of playgrounds at Edinbrook and Sunny Acres Parks in the City of Brooklyn Park. Each park will be bid separately and the City reserves the right to award to this bid to multiple contractors. Further it is understood by the undersigned that unless this proposal is accompanied by the attached, signed and notarized Affidavit of Non-Collusion, the bid will not be accepted. BID BY: TITLE: DATE: PROPOSAL FORM (Page 3) AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS Affidavit of Non-Collusion I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a partnership), or an officer or employee of the bidding corporation having the authority to sign on its behalf (if the bidder is a corporation); 2. That the attached bid or bids have been arrived at by the bidder independently, and have been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to bid, designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety of any bond furnished with the bid or official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signed____________________________________ Firm Name________________________________ Subscribed and sworn to be on this _______ day of ________________, 2022. _______________________________ My Commission Expires ________________. Bidders E.I. Number (Number used on Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 940) _________________________. Fair Trade Items List below each item upon which a bid is made, the price of which is affected by a resale price maintenance or "fair trade" contract between the bidder and the person or firm supplying the item to the bidder. Edinbrook Park Playground Equipment: $____________________________________ Edinbrook Park Site Preparation & Installation: $_______________________________ Edinbrook Park Safety Surfacing (PIP & EWF): $_______________________________ Total Edinbrook Park: $_____________________________ Sunny Acres Park Playground Equipment: $__________________________________ Sunny Acres Park Site Preparation & Installation: $______________________________ Sunny Acres Park Safety Surfacing (PIP & EWF): $_____________________________ Total Sunny Acres Park: $_____________________________ Addendum #1 Acknowledged:__________________________ Projected Install Date:_________________________________ PROPOSAL FORM ATTACHMENT A 2022 O&M-PM-22-02 RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE Minn. Stat. § 16C.285, Subd. 7. IMPLEMENTATION. ... any prime contractor or subcontractor that does not meet the minimum criteria in subdivision 3 or fails to verify that it meets those criteria is not a responsible contractor and is not eligible to be awarded a construction contract for the project or to perform work on the project... Minn. Stat. § 16C.285, Subd. 3. RESPONSIBLE CONTRACTOR, MINNIMUM CRITERIA. "Responsible contractor" means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the work on the project and verifies that it meets the following minimum criteria: (1) The Contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual; and (iv) has filed a certificate of authority to transact business in Minnesota with the Secretary of State if a foreign corporation or cooperative. (2) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or 181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title 40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of $25,000 or more within the three-year period; (ii) has been issued an order to comply by the commissioner of Labor and Industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of Labor and Industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties;* (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 181.723 or chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order;* (4) The contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36, with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, disadvantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification;* * Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. (6) The contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and (7) All subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Minn. Stat. § 16C.285, Subd. 5. SUBCONTRACTOR VERIFICATION. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. Minn. Stat. § 16C.285, Subd. 4. VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. Failure to verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. A contracting authority shall not be liable for declining to award a contract or terminating a contract based on a reasonable determination that the contractor failed to verify compliance with the minimum criteria or falsely stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company, and I swear under oath that: 1) My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn. Stat. § 16C.285, 2) I have included Attachment A-1 with my company’s solicitation response, and 3) if my company is awarded a contract, I will also submit Attachment A-2 as required. Authorized Signature of Owner or Officer: Printed Name: Title: Date: Company Name: Sworn to and subscribed before me this day of , 20 , _ Notary Public My Commission Expires: PLACE NOTARY SEAL HERE NOTE: Minn. Stat. § 16C.285, Subd. 2, (c) If only one prime contractor responds to a solicitation document, a contracting authority may award a construction contract to the responding prime contractor even if the minimum criteria in subdivision 3 are not met. ATTACHMENT A- 1 FIRST-TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE CITY PROJECT NUMBER: O&M-PM-22-02 Minn. Stat. § 16C.285, Subd. 5. A prime contractor or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. Submit this form to biddocsubmittal.dot@state.mn.us. FIRST TIER SUBCONTRACTOR NAMES (Legal name of company as registered with the Secretary of State) Name of city where company home office is located mailto:biddocsubmittal.dot@state.mn.us ATTACHMENT A- 2 ADDITIONAL SUBCONTRACTORS LIST PRIME CONTRACTOR TO SUBMIT AS SUBCONTRACTORS ARE ADDED TO THE PROJECT CITY PROJECT NUMBER: O&M-PM-22-02 This form must be submitted to the Project Manager or individual as identified in the solicitation document. Minn. Stat. § 16C.285, Subd. 5. ... If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7), within 14 days of retaining the additional subcontractors. Submit this form to biddocsubmittal.dot@state.mn.us. ADDITIONAL SUBCONTRACTOR NAMES (Legal name of company as registered with the Secretary of State) Name of city where company home office is located mailto:biddocsubmittal.dot@state.mn.us ADDITIONAL SUBCONTRACTOR NAMES (Legal name of company as registered with the Secretary of State) Name of city where company home office is located SUPPLEMENTAL CERTIFICATION FOR ATTACHMENT A-2 By signing this document I certify that I am an owner or officer of the company, and I swear under oath that: All additional subcontractors listed on Attachment A-2 have verified through a signed statement under oath by an owner or officer that they meet the minimum criteria to be a responsible contractor as defined in Minn. Stat. § 16C.285. Authorized Signature of Owner or Officer: Printed Name: Title: Date: Company Name: Sworn to and subscribed before me this day of , 20 , _ Notary Public My Commission Expires: ADA Checklist PLAY AREAS S. Play Areas Complete this form for each area containing playground equipment. Location: _________________________ Equipment manufacturer: _________________________ S1. Is there an accessible route to the boundary of the play area? ADA 206.2.2 Complete “C- Exterior Routes” to determine if the route is accessible. Notes: Yes No N/A S2. Is there an accessible route in to (and out of) the perimeter of the defined play area? ADA 206.2.2 If there is a loose fill surface material within the defined play area, ensure the transition does not create a rise greater than 1⁄2”. Notes: Yes No N/A S3. Is the type of surface material provided within the defined play area a type that provides a firm, stable surface that complies with ASTM 1951 for accessibility and ASTM 1292 for impact attenuation? ADA 1008.2.6 What type of surface material is provided (or combination of materials): Yes No N/A S4. Is there an accessible route within the defined play area to ground level play components? ADA 604.2 Notes: Yes No N/A S5. If there are elevated play components, are there a sufficient quantity and type of ground level play components. See table below. ADA 240.2.1.2 How many elevated play components: How many ground level play components: What types of ground level play components: Number of Elevated Play Components Provided Minimum Number of Ground Level Play Components Required to be on an Accessible Route Minimum Number of Different Types of Ground Level Play Components Required to be on an Accessible Route 1 Not applicable Not applicable 2 to 4 1 1 5 to 7 2 2 8 to 10 3 3 11 to 13 4 3 14 to 16 5 3 17 to 19 6 3 20 to 22 7 4 23 to 25 8 4 26 and over 8, plus 1 for each additional 3, or fraction thereof, over 25 5 Yes No N/A S6. If there are 20 or more elevated play components, is a ramp provided? ADA 240.2.2 Notes: Yes No N/A S7. If there are less than 20 elevated play components, is there a transfer system or ramp provided? ADA 240.2.2, 1008.2.1 Exception Notes: Yes No N/A S8. Where a ramp is provided, are handrails provided on both sides? ADA 1008.2.5 Notes: Yes No N/A S9. Where a ramp is provided, are the handrails at 20” – 28” above the ramp surface (to the top of the gripping surface)? ADA 1008.2.5.3.2 Handrail height: Yes No N/A S10. Where a transfer system is provided, is a transfer platform provided that is 11” – 18” above the ground? ADA 1008.3.1.3 Platform height: Yes No N/A S11. Where a transfer system is provided, is a level (1:48 / 2% maximum) clear ground space positioned for a parallel approach and centered on the platform? ADA 1008.3.1.3 Notes: Yes No N/A S12. Where a transfer system is provided, are the transfer steps at least 14” x 24”? ADA 1008.3.2.1 Transfer step size: Yes No N/A S13. Where a transfer system is provided, are the transfer steps 8” high maximum? ADA 1008.3.2.2 Transfer step height: Yes No N/A S14. Where play components require transferring to an entry point or seat (such as rockers, swings, spinners, etc.) is the seat height 11”-24” AFF? ADA 1008.4.4 Play component type and height: Yes No N/A S15. Is at least 1 of each type of ground level event located on an accessible route? ADA 240.2.1.1 Notes: Yes No N/A

5200 85th Ave. N.,Brooklyn Park, MN 55443Location

Address: 5200 85th Ave. N.,Brooklyn Park, MN 55443

Country : United StatesState : Minnesota

You may also like

MEX-NEC-PROVISION AND PLANTING OF TREES

Due: 24 Aug, 2024 (in 4 months)Agency: STATE, DEPARTMENT OF

Cattle Guard Replacement on Dolores and Columbine Ranger Districts San Juan NF

Due: 30 Apr, 2024 (in 11 days)Agency: AGRICULTURE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.