University of Akron Addendum No. 2 of Akron Addendum No. 2 For Project #: 150015 Lee Jackson...

24
University of Akron Addendum No. 2 For Project #: 150015 Lee Jackson Practice Field Turf Replacement University of Akron Capital Planning & Facilities Management Lincoln Building Akron, Ohio 44325-0405 v: 330.972.8316 f: 330.972.5838 Web site: www.uakron.edu

Transcript of University of Akron Addendum No. 2 of Akron Addendum No. 2 For Project #: 150015 Lee Jackson...

University of Akron Addendum No. 2 For Project #: 150015 Lee Jackson Practice Field Turf Replacement University of Akron Capital Planning & Facilities Management Lincoln Building Akron, Ohio 44325-0405 v: 330.972.8316 f: 330.972.5838 Web site: www.uakron.edu

Office of the Vice President

Capital Planning and Facilities Management Akron, Ohio 44325-0405

(330) 972-8316 Office (330) 972-5838 Fax

Date: February 18, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice Field Turf Replacement Akron, Ohio 44325 Addendum No. 2 This addendum varies the Bidding and Contract Documents dated 1/27/2015 and titled: Project #150015 Lee Jackson Practice Field Turf Replacement This Addendum shall form part of the Contract Documents and is to be read, interpreted and coordinated with all other parts. The cost of all work contained herein shall be included in the Contract sum. The following revisions supersede the information contained in the original specifications and drawings issued for the above-named project. Acknowledge receipt of this Addendum by inserting its number, date and pages in 00 41 16 – Bid Form Summary of Attachments:

1. Addendum No. 2; Summary and General Clarifications. Includes the following sections: a. Revised Solicitation b. Revised Specifications c. General Questions and Answers

2. Updated DOCUMENT 00 10 00 - Solicitation 3. Updated Specification Sections

1

Office of the Vice President

Capital Planning and Facilities Management Akron, Ohio 44325-0405

(330) 972-8316 Office (330) 972-5838 Fax

Date: February 18, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice Field Turf Replacement Akron, Ohio 44325 Addendum No. 2 Summary and General Clarifications 1.0 Revised DOCUMENT 00 10 00 – Solicitation

1.1 Bids will be received until February 27, 2015, at 9:00 a.m.

2.0 Revised Specifications

2.1 DOCUMENT 32 18 13 SYNTHETIC TURF BASE BID 1A/ BID 1B/ BID 1C 2.1.1 1.8 Warranty: B. Special Project Warranty:

If the bidder is unable to provide a warranty supported by bond as stated above, the bidder may provide a Third Party Warranty insurance certificate covering both manufactured materials and installation for eight (8) years. The minimum aggregate for the insurance policy is $15,000,000 and must provide 100% replacement coverage of the turf. The warranty must be supported by a prepaid, zero deductible, non-cancelable insurance policy for the full eight (8) year period. The third party insurance company must be licensed in the State of Ohio with an A.M. Best “A” rating or higher. All other warranty requirements stated in the paragraph above apply.

3.0 General Questions and Answers

3.1 Q: Will you accept an 8-year pre-paid insured warranty through a third party A++

insurance company in lieu of the requested bond on the warranty? A: Yes

3.2 Q: Does the owner want the existing synthetic turf recycled as part of the base bid or

does the bidder have the option to legally dispose of the existing synthetic turf and infill? A: Though the owner would prefer that the existing turf be recycled, the bidder does have the option to legally dispose of the existing turf and infill.

Document 00 10 00 - Solicitation (General Contracting Project) State of Ohio Standard Requirements for Public Facility Construction

M160-00 10 00 2014 Edition (2014-AUG) Page 1 of 3

Sealed bids will be received by:

The University of Akron, Department of Purchasing Lincoln Building, 2nd Floor Akron, Ohio 44325-9001

for the following Project:

Project 150015 Lee Jackson Practice Field Turf Replacement The University of Akron Akron, Summit County

in accordance with the Contract Documents prepared by:

Office of the Vice President, Capital Planning and Facilities Management Lincoln Building, 3rd Floor (330)972-6631 FAX (330)972-5838 Stephen Myers [email protected]

Bidders may submit requests for consideration of a proposed Substitution for a specified product, equipment, or service to the Architect/Engineer (“A/E”) no later than 10 days prior to the bid opening. Additional products, equipment, and services may be accepted as approved Substitutions only by written Addendum.

From time to time, the Commission issues new editions of the “State of Ohio Standard Requirements for Public Facility Construction” and may issue interim changes. Bidders must submit Bids that comply with the version of the Standard Requirements included in the Contract Documents.

Prevailing Wage rates and Equal Employment Opportunity requirements are applicable to this Project.

This Project is subject to the State of Ohio’s Encouraging Diversity, Growth, and Equity (“EDGE”) Business Development Program. A Bidder is required to submit with its Bid and with its Bidder’s Qualifications form, certain information about the certified EDGE Business Enterprise(s) participating on the Project with the Bidder. Refer to Section 6.1.12 of the Instructions to Bidders.

The EDGE Participation Goal for the Project is 5.0 percent.

The percentage is determined by the contracted value of goods, services, materials, and labor that are provided by EDGE-certified business(es). The participation is calculated on the total amount of each awarded contract. For more information about EDGE, contact the State of Ohio EDGE Certification Office at http://das.ohio.gov/eod, or at its physical location: 4200 Surface Road, Columbus, Ohio 43228-1395; or by telephone at (614) 466-8380.

The Bidder may be subject to a Pre-Award Affirmative Action Compliance Review in accordance with Section 123:2-5-01 of the Ohio Administrative Code including a review of the Bidder’s employment records and an on-site review.

The Bidder must indicate on the Bid Form, the locations where its services will be performed in the spaces provided or by attachment in accordance with the requirements of Executive Order 2011-12K related to providing services only within the United States. Failure to do so may cause the Bid to be rejected as non-responsive.

DOMESTIC STEEL USE REQUIREMENTS AS SPECIFIED IN OHIO REVISED CODE SECTION 153.011 APPLY TO THIS PROJECT. COPIES OF OHIO REVISED CODE SECTION 153.011 CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE OHIO FACILITIES CONSTRUCTION COMMISSION.

Bidders are encouraged to be enrolled in and to be in good standing in a Drug-Free Safety Program (“DFSP”) approved by the Ohio Bureau of Workers' Compensation (“OBWC”) prior to submitting a Bid and provide, on the Bid Form with its Bid, certain information relative to their enrollment in such a program; and, if awarded a Contract, shall comply with other DFSP criteria described in Section 1.6 of the General Conditions.

150015 Lee Jackson Practice Field Turf Replacement

M160-00 10 00 2014 Edition (2014-AUG) Page 2 of 3

Bids will be received for:

Trade Estimate General Contract ....................................................... $360,000

until February 27, 2015, at 9:00 a.m., when all Bids will be opened and read aloud.

All Bidders are strongly encouraged to attend the Pre-Bid Meeting on February 3, 2015, at 10:00 a.m. until approximately 11:30 a.m., at the following location: Department of Purchasing, 2nd Floor, Lincoln Building, University of Akron campus.

The Contractor is responsible for scheduling the Project, coordinating the Subcontractors, and providing other services identified in the Contract Documents.

The Contract Documents are available for purchase from SE Blueprint, 540 South Main Street, Suite 211, Akron, Ohio 44311at the refundable cost of $30 per set, plus shipping, if requested, as long as a bid is submitted with the documents returned complete and in good condition within 10 days of bid opening.

The Contract Documents may be reviewed for bidding purposes without charge during business hours at the office of the A/E, the Department of Purchasing, and the following locations:

Builders Exchange of East Central Ohio (ECO) - Akron 495 Wolf Ledges Parkway Akron, Ohio 44311 Phone: (330) 434-5165 Ext 12 Contact: Robert Villella E-mail: [email protected] Website: www.buildersexchange.org

Builders Exchange of East Central Ohio (ECO) - Canton 5080 Aultman Road North Canton, Ohio 44720 Phone: (330) 452-8039 Ext 104 Fax: (330) 452-4323 Contact: Julie Thornberry [PDF] E-mail: [email protected] Website: www.buildersexchange.org

Builders Exchange, Inc. 9555 Rockside Rd., Suite 300 Valleyview, Ohio 44125 Phone: (216) 393-6300 / (866) 907-6300 Fax: (216) 393-6304 / (866) 907-6304 Contacts: Niki Swank - Ext. 51, Heather Szarka, Jill Allen [PDF] E-mails: [email protected], [email protected], [email protected], [email protected] Website: www.bxcleve.com

Construction Bulletin 4178 Market Street Youngstown, Ohio 44512 Phone: (888) 770-0026 Fax: (888) 506-0199 Contact: Charlotte Double [PDF] Email: [email protected]

Construction News Corporation 7261 Engle Road, Suite 304 Middleburg Heights, Ohio 44130 Phone: (800) 969-4700 / (440) 826-4700 Ext 22 Fax: (800) 229-4626 Contacts: Ted Blaicher, Donna Dybzinski [PDF] E-mails: [email protected], [email protected] Web site: www.cncnewsonline.com

Reed Construction Data – Document Processing Center 30 Technology Parkway South - Suite 100 Norcross, Georgia 30092 - 2912 Phone: (630) 288-7997 Fax: (800) 508-5370 Contact: Michelle Edwards E-mails: [email protected], [email protected] Website: www.reedconstructiondata.com

150015 Lee Jackson Practice Field Turf Replacement

M160-00 10 00 2014 Edition (2014-AUG) Page 3 of 3

Subcontractors Association NEO (SANEO) 637 Vernon Odom Blvd Akron, Ohio 44307-1866 Phone: (330) 762-9951 Fax: (330) 762-9960 Contact: Shelly Miller [PDF] E-mail: [email protected] Website: www.saneo.com

Akron Community Service Center and Urban League–Minority Business Development Center 440 Vernon Odom Boulevard Akron, Ohio 44307 Phone: (330) 434-3101 Fax: (330) 434-2716 Contacts: Tobin Buckner, Triva Manley [PDF] E-mails: [email protected], [email protected] Website: www.akronurbanleague.org

Ohio PTAC at Youngstown Mahoning Valley Technical Procurement Center 4319 Belmont Avenue Youngstown, Ohio 44505 Phone: (330) 759-3668 Fax: (330) 759-3686 Contact: Norma Webb, Program Manager E-mail: [email protected] Website : www.mvedc.com

McGraw Hill Construction Dodge 4300 Beltway Place Suite 180 Arlington, TX 76018 Phone: (810) 639-0660 Fax: (810) 991-8222 Contact: Madonna Griffin [PDF] E-mail: [email protected] Website: www.construction.com Electronic plans & specs and/or addendums, e-mail to [email protected]

END OF DOCUMENT

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 1

SECTION 32 18 13

SYNTHETIC TURF SYSTEM BASE BID 1A PART I - GENERAL 1.1 Related Documents A. Draws and general provisions of the Contract, including General and Supplementary Conditions

and other Division 01 Specification Sections, apply to this Section. 1.2 Summary A. The work to be performed under this section consists of furnishing all labor, materials, utilities,

and equipment necessary to supply, transport and install a complete synthetic turf system as indicated on the drawings and as specified herein.

B. This section provides for a FIFA Recommended Proprietary Monofilament Synthetic Turf

System, including but not limited to:

1. Aggregate base 2. Synthetic turf carpeting and accessories 3. Synthetic turf anchoring system 4. Turf infill materials 5. Striping and numbering (inlaid) 6. Special project warranty

1.3 Reference Standards A. General: Section 01 42 00 – References.

B. American Society for Testing and Materials (ASTM)

1. ASTM D789 Standard Test Methods for Determination of Relative Viscosity and Moisture Content of Polyamide (PA)

2. ASTM D1335 Standard Test Method for Tuft Bind of Pile Floor Coverings 3. ASTM D1577 Standard Test Methods for Linear Density of Textile Fibers 4. ASTM D2256 Standard Test Method for Tensile Properties of Yarns by the Single-

Strand Method 5. ASTM D2859 Standard Test Method for Ignition Characteristics of Finished Textile

Floor Covering Materials 6. ASTM D4158 Standard Guide for Abrasive Resistance of Textile Fabrics (Uniform

Abrasion) 7. ASTM D4632 Standard Test Method for Grab Breaking Load and Elongation of

Geotextiles 8. ASTM F355 Standard Test Method for Shock-Absorbing Properties of Playing

Surface Systems and Materials 9. ASTM F1015 Standard Test Method for Relative Abrasiveness of Synthetic Turf

Playing Surfaces 10. ASTM F1551 Standard Test Methods for Comprehensive Characterization of Synthetic

Turf Playing Surfaces and Materials

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 2

C. National Collegiate Athletic Association (NCAA)

1. NCAA Soccer and Football Rules and Interpretations, latest edition

D. Ohio Department of Transportation (ODOT)

1. Section 204, Subgrade Compaction and Proof Rolling, Construction and Material Specifications, latest edition

E. Federation Internationale de Football Associaton (FIFA)

1. FIFA Quality Concept for Football Turf Recommended 1.4 System Description B. System performance requirements:

1. Abrasion Resistance: ASTM D4158 2. Relative Abrasion Index: less than 25 when tested in accordance with ASTM F1015 3. System Gmax Values when tested in accordance with ASTM F355: a. Value at contract completion shall not be greater than 130 b. Value at conclusion of eight year warranty period shall not exceed 170 4. Ball Rebound: ASTM F1551 5. Surface Burning Characteristics:

a. Yarn Melting Point: not less than 250 degrees when tested in accordance with ASTM D789

b. Critical Radiant Flux: 24 BTUs/hour/square foot when testing in accordance with ASTM D648

c. Pill Burn Test Results (when tested with infill): passes per ASTM D2859 6. Synthetic Turf Permeability: System shall have the capacity to transfer surface water

through turf carpeting and free draining aggregate base for a minimum rainfall of ten inches per hour in accordance with ASTM F-1551.

1.5 Submittals A. General: Section 01 33 00 – Submittals

B. Manufacturer’s product data for specified components:

1. Synthetic turf system components 2. Turf grooming tractor attachment

C. Qualification Data:

1. Manufacturer’s qualification statement 2. Manufacturer’s certification of system installer

D. Shop Drawings: Sections, details, and plans for turf installation, including interfaces with

surround fence/mowing table and line marking plan.

E. Product Samples:

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 3

1. 12” x 12” synthetic turf carpeting and sample

F. Material Certificates:

1. Synthetic turf materials

G. Manufacturer’s installation instructions

H. Laboratory test reports by a certified independent testing agency that the following products comply with specified performance requirements:

1. Synthetic turf carpeting 2. Specified Gmax values of system

I. Qualification data for firms and individuals identified in Quality Assurance article below. 1.6 Quality Assurance A. General: Section 01 40 00 – Quality Requirements B. Manufacturer’s Qualifications: Manufacturer shall be a consistent producer of synthetic turf

systems equivalent to the type and extent required for this project for a period of not less than ten years. Document at least seven projects of the type and extent required for this project completed within the previous three years.

C. Installer’s Qualifications: Engage an installing firm that has a minimum of 5 years of experience

installing synthetic turf systems of the type and extent required for the project. Document at least four projects of the type and extent required for this project completed within the previous three years. Synthetic turf system work shall be performed only by experienced workmen familiar with synthetic turf installation work under the supervision of a qualified experienced supervisor.

D. Pre-Installation Conference: Within seven days of the proposed start of the synthetic turf

installation, schedule and conduct a meeting at the project site to review existing conditions and other factors affecting turf installation work. Attendees shall include installer, system manufacturer, construction manager, associate engineer and landscape architect, and trade contractors whose work will be affected by turf system installation. Record and distribute meeting proceedings to all attendees. Do not proceed with installation until all issues related to turf installation are satisfactorily resolved.

1.7 Delivery, Storage And Handling A. General: Comply with general provisions for delivery, storage, and handling in Section 01600 –

General Product Requirements. B. Deliver and store synthetic turf products in a manner that will permit inventory and inspection of

their condition until installation. C. Provide protective measures to prevent theft, contamination, or deterioration of synthetic turf

products

1.8 Warranty A. General: Refer to applicable portions of the Conditions of the Contract and Division 1 for general

provisions regarding warranties and guarantees.

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 4

B. Special Project Warranty: System manufacturer shall furnish a warranty for the installed system,

supported by a bond executed by a corporate surety licensed to conduct business in the State of Ohio and with at least a B rating in the current Best’s Key Rating Guide. The Owner shall be named as the bond obligee. The warranty shall provide for repair or replacement of defective synthetic turf system components, including excessive deterioration or failure of system components when the system is subjected to normal use. Normal use shall include the occasional transit of maintenance vehicles across the synthetic turf system for, but not limited to, normal field maintenance and the changing of lamps associated with the overhead sports lighting system by means of a “cherry picker.” Repair or replacement shall include all costs associated with verifying failures, removal of deteriorated or defective products, replacement, testing, transportation, travel, and other expenses related to corrective measures. The warranty period shall be eight (8) years from the date of Substantial Completion of the project.

If the bidder is unable to provide a warranty supported by bond as stated above, the bidder may

provide a Third Party Warranty insurance certificate covering both manufactured materials and installation for eight (8) years. The minimum aggregate for the insurance policy is $15,000,000 and must provide 100% replacement coverage of the turf. The warranty must be supported by a prepaid, zero deductible, non-cancelable insurance policy for the full eight (8) year period. The third party insurance company must be licensed in the State of Ohio with an A.M. Best “A” rating or higher. All other warranty requirements stated in the paragraph above apply.

1.9 Maintenance

A. Maintenance Materials: provide the following:

1. Four (4) sealed 55-gallon drums filled with specified rubber granules for Owner’s maintenance purposes. Deliver to a location approved by the Owner and obtain a signed receipt. Submit receipt at project closeout.

2. Turf grooming tractor attachment with hitch for connecting to Owner’s maintenance equipment.

PART 2 – PRODUCTS

2.1 Base Materials

A. Base Materials: Provide free draining open graded aggregate as approved by the manufacturer.

Additional base material must be compatible with existing aggregate.

2.2 Synthetic Turf Products

A. Synthetic Turf Carpet: Slip-resistant polyethylene fiber tufted into a permeable double-layered polypropylene primary backing with heat-fused urethane secondary backing, with the following physical characteristics: 1. Pile weight: 40 ounces per square yard 2. Primary backing weight: 8 ounces per square yard 3. Secondary backing weight: 20 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 5

5. Stitch gauge: ¾-inch on center 6. Yarn breaking strength: (Monofilament) 20 pounds when tested in accordance with ASTM D2256 7. Yarn maximum elongation: (Monofilament) 50 percent when testing in accordance with ASTM D2256 8. Yarn density: Min. 8,800 Denier when tested in accordance with ASTM D1577 9. Tuft bind without infill: 7.75 pounds when tested in accordance with ASTM D1335 10. Grab tear strength: 170 pounds when tested in accordance with ASTM D4632

B. Infill Material: Manufacturer’s standard mixture, applied to an average depth of 1½ inches of the

following:

1. Rubber granules containing no steel particles 2. Washed silica sand (use varies with manufacturer)

C. Accessories: Provide all necessary accessories recommended by the manufacturer to complete

the installation in accordance with the Contract Documents, including terminations, edges, splicing materials, fasteners, and other necessary appurtenances.

2.3 Manufacturers And Products

A. Base Bid FIFA Recommended Proprietary Monofilament Synthetic Turf System: B. Pre-Approved Products and Manufacturers by owner are: 1. Pro Grass LLC - Xtreme Turf DX 60 2. Shaw Sports Turf - Powerblade Bolt 3. Field Turf - Field Turf Revolution 4. Astro Turf - Astro Play GT 5. The Motz Group, LLC - Sportgrass 2.4 Synthetic Turf Anchoring System

A. The synthetic turf system must be installed in a manner compatible with the existing anchoring

system.

PART 3 – EXECUTION 3.1 Execution, General A. Refer to Section 01700 – Execution Requirements 3.2 Base Installation

A. Install free draining aggregate base as required by the manufacturer.

3.3 Synthetic Turf System Installation

A. Lay out synthetic turf carpet with seams perpendicular to the direction of play. Orient inlaid

(tufted) lines according to approved shop drawings.

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 6

B. Sew all seams in accordance with manufacturer’s approved methods.

C. Place infill material in accordance with manufacturer’s instructions, using skilled applicators.

1. Brooms shall have only nylon bristles. No metal tools shall be used to place and distribute infill.

D. Install edge-anchoring system in accordance with manufacturer’s instructions.

E. Install inlaid (tufted) field markings in accordance with manufacturers approved methods (cutting and splicing turf with minimum 6” overlap which is secured with adhesive).

3.4 Striping and Marking (inlaid permanent colors)

A. Striping and markings shall comply with NCAA requirements, including but not limited to “Field Diagram” and “Field Diagram Details.”

3.5 Inspection

A. Arrange for manufacturer’s factory representative to review and inspect installation prior to acceptance to ensure conformance of installation with manufacturer’s standards.

3.6 Demonstration and Training

A. Provide turf maintenance training for Owner’s personnel. Identify appropriate tools and methods for proper turf maintenance in accordance with manufacturer’s recommendations and published maintenance instructions.

3.7 Clean-Up

A. Remove scraps and debris from work areas and legally dispose of off the project site.

B. Remove surplus infill and carpet materials from work areas and transport to a location designated by the Owner.

END OF SECTION 32 18 13

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 1

SECTION 321813

SYNTHETIC TURF SYSTEM BASE BID 1B PART I - GENERAL 1.1 Related Documents A. Draws and general provisions of the Contract, including General and Supplementary Conditions

and other Division 01 Specification Sections, apply to this Section. 1.2 Summary A. The work to be performed under this section consists of furnishing all labor, materials, utilities,

and equipment necessary to supply, transport and install a complete synthetic turf system as indicated on the drawings and as specified herein.

B. This section provides for a FIFA Recommended Proprietary Blended or Hybrid Synthetic Turf

System, including but not limited to:

1. Aggregate base 2. Synthetic turf carpeting and accessories 3. Synthetic turf anchoring system 4. Turf infill materials 5. Striping and numbering (inlaid) 6. Special project warranty

1.3 Reference Standards A. General: Section 01 42 00 – References.

B. American Society for Testing and Materials (ASTM)

1. ASTM D789 Standard Test Methods for Determination of Relative Viscosity and Moisture Content of Polyamide (PA)

2. ASTM D1335 Standard Test Method for Tuft Bind of Pile Floor Coverings 3. ASTM D1577 Standard Test Methods for Linear Density of Textile Fibers 4. ASTM D2256 Standard Test Method for Tensile Properties of Yarns by the Single-

Strand Method 5. ASTM D2859 Standard Test Method for Ignition Characteristics of Finished Textile

Floor Covering Materials 6. ASTM D4158 Standard Guide for Abrasive Resistance of Textile Fabrics (Uniform

Abrasion) 7. ASTM D4632 Standard Test Method for Grab Breaking Load and Elongation of

Geotextiles 8. ASTM F355 Standard Test Method for Shock-Absorbing Properties of Playing

Surface Systems and Materials 9. ASTM F1015 Standard Test Method for Relative Abrasiveness of Synthetic Turf

Playing Surfaces 10. ASTM F1551 Standard Test Methods for Comprehensive Characterization of Synthetic

Turf Playing Surfaces and Materials

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 2

C. National Collegiate Athletic Association (NCAA)

1. NCAA Soccer and Football Rules and Interpretations, latest edition

D. Ohio Department of Transportation (ODOT)

1. Section 204, Subgrade Compaction and Proof Rolling, Construction and Material Specifications, latest edition

E. Federation Internationale de Football Associaton (FIFA)

1. FIFA Quality Concept for Football Turf Recommended 1.4 System Description B. System performance requirements:

1. Abrasion Resistance: ASTM D4158 2. Relative Abrasion Index: less than 25 when tested in accordance with ASTM F1015 3. System Gmax Values when tested in accordance with ASTM F355: a. Value at contract completion shall not be greater than 130 b. Value at conclusion of eight year warranty period shall not exceed 170 4. Ball Rebound: ASTM F1551 5. Surface Burning Characteristics:

a. Yarn Melting Point: not less than 250 degrees when tested in accordance with ASTM D789

b. Critical Radiant Flux: 24 BTUs/hour/square foot when testing in accordance with ASTM D648

c. Pill Burn Test Results (when tested with infill): passes per ASTM D2859 6. Synthetic Turf Permeability: System shall have the capacity to transfer surface water

through turf carpeting and free draining aggregate base for a minimum rainfall of ten inches per hour in accordance with ASTM F-1551.

1.5 Submittals A. General: Section 01 33 00 – Submittals

B. Manufacturer’s product data for specified components:

1. Synthetic turf system components 2. Turf grooming tractor attachment

C. Qualification Data:

1. Manufacturer’s qualification statement 2. Manufacturer’s certification of system installer

D. Shop Drawings: Sections, details, and plans for turf installation, including interfaces with

surround fence/mowing table and line marking plan.

E. Product Samples:

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 3

1. 12” x 12” synthetic turf carpeting and sample

F. Material Certificates:

1. Synthetic turf materials

G. Manufacturer’s installation instructions

H. Laboratory test reports by a certified independent testing agency that the following products comply with specified performance requirements:

1. Synthetic turf carpeting 2. Specified Gmax values of system

I. Qualification data for firms and individuals identified in Quality Assurance article below. 1.6 Quality Assurance A. General: Section 01 40 00 – Quality Requirements B. Manufacturer’s Qualifications: Manufacturer shall be a consistent producer of synthetic turf

systems equivalent to the type and extent required for this project for a period of not less than ten years. Document at least seven projects of the type and extent required for this project completed within the previous three years.

C. Installer’s Qualifications: Engage an installing firm that has a minimum of 5 years of experience

installing synthetic turf systems of the type and extent required for the project. Document at least four projects of the type and extent required for this project completed within the previous three years. Synthetic turf system work shall be performed only by experienced workmen familiar with synthetic turf installation work under the supervision of a qualified experienced supervisor.

D. Pre-Installation Conference: Within seven days of the proposed start of the synthetic turf

installation, schedule and conduct a meeting at the project site to review existing conditions and other factors affecting turf installation work. Attendees shall include installer, system manufacturer, construction manager, associate engineer and landscape architect, and trade contractors whose work will be affected by turf system installation. Record and distribute meeting proceedings to all attendees. Do not proceed with installation until all issues related to turf installation are satisfactorily resolved.

1.7 Delivery, Storage And Handling A. General: Comply with general provisions for delivery, storage, and handling in Section 01600 –

General Product Requirements. B. Deliver and store synthetic turf products in a manner that will permit inventory and inspection of

their condition until installation. C. Provide protective measures to prevent theft, contamination, or deterioration of synthetic turf

products

1.8 Warranty A. General: Refer to applicable portions of the Conditions of the Contract and Division 1 for general

provisions regarding warranties and guarantees.

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 4

B. Special Project Warranty: System manufacturer shall furnish a warranty for the installed system,

supported by a bond executed by a corporate surety licensed to conduct business in the State of Ohio and with at least a B rating in the current Best’s Key Rating Guide. The Owner shall be named as the bond obligee. The warranty shall provide for repair or replacement of defective synthetic turf system components, including excessive deterioration or failure of system components when the system is subjected to normal use. Normal use shall include the occasional transit of maintenance vehicles across the synthetic turf system for, but not limited to, normal field maintenance and the changing of lamps associated with the overhead sports lighting system by means of a “cherry picker.” Repair or replacement shall include all costs associated with verifying failures, removal of deteriorated or defective products, replacement, testing, transportation, travel, and other expenses related to corrective measures. The warranty period shall be eight (8) years from the date of Substantial Completion of the project.

If the bidder is unable to provide a warranty supported by bond as stated above, the bidder may

provide a Third Party Warranty insurance certificate covering both manufactured materials and installation for eight (8) years. The minimum aggregate for the insurance policy is $15,000,000 and must provide 100% replacement coverage of the turf. The warranty must be supported by a prepaid, zero deductible, non-cancelable insurance policy for the full eight (8) year period. The third party insurance company must be licensed in the State of Ohio with an A.M. Best “A” rating or higher. All other warranty requirements stated in the paragraph above apply.

1.9 Maintenance

A. Maintenance Materials: provide the following:

1. Four (4) sealed 55-gallon drums filled with specified rubber granules for Owner’s maintenance purposes. Deliver to a location approved by the Owner and obtain a signed receipt. Submit receipt at project closeout.

2. Turf grooming tractor attachment with hitch for connecting to Owner’s maintenance equipment.

PART 2 – PRODUCTS

2.1 Base Materials

A. Base Materials: Provide free draining open graded aggregate as approved by the manufacturer.

Additional base material must be compatible with existing aggregate.

2.2 Synthetic Turf Products

A. Synthetic Turf Carpet: Slip-resistant polyethylene fiber tufted into a permeable double-layered polypropylene primary backing with heat-fused urethane secondary backing, with the following physical characteristics: 1. Pile weight: 40 ounces per square yard 2. Primary backing weight: 8 ounces per square yard 3. Secondary backing weight: 20 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ¾-inch on center

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 5

6. Yarn breaking strength: (Monofilament) 20 pounds when tested in accordance with ASTM D2256 (Slit Film) 8 pounds when tested in accordance with ASTM D2256 7. Yarn maximum elongation: (Monofilament) 50 percent when testing in accordance with ASTM D2256 (Slit Film) 25 percent when testing in accordance with ASTM D2256 8. Yarn density: Min. 8,800 Denier when tested in accordance with ASTM D1577 9. Tuft bind without infill: 7.75 pounds when tested in accordance with ASTM D1335 10. Grab tear strength: 170 pounds when tested in accordance with ASTM D4632

B. Infill Material: Manufacturer’s standard mixture, applied to an average depth of 1½ inches of the

following:

1. Rubber granules containing no steel particles 2. Washed silica sand (use varies with manufacturer)

C. Accessories: Provide all necessary accessories recommended by the manufacturer to complete

the installation in accordance with the Contract Documents, including terminations, edges, splicing materials, fasteners, and other necessary appurtenances.

2.3 Manufacturers And Products

A. Base Bid FIFA Recommended Proprietary Blended or Hybrid Synthetic Turf System: B. Pre-Approved Products and Manufacturers by owner are: 1. Pro Grass LLC - Primetime Turf BX 60 2. Shaw Sports Turf - Legion 3. Field Turf - Field Turf Vertex 2.4 Synthetic Turf Anchoring System

A. The synthetic turf system must be installed in a manner compatible with the existing anchoring

system.

PART 3 – EXECUTION 3.1 Execution, General A. Refer to Section 01700 – Execution Requirements 3.2 Base Installation

A. Install free draining aggregate base as required by the manufacturer.

3.3 Synthetic Turf System Installation

A. Lay out synthetic turf carpet with seams perpendicular to the direction of play. Orient inlaid

(tufted) lines according to approved shop drawings.

B. Sew all seams in accordance with manufacturer’s approved methods.

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 6

C. Place infill material in accordance with manufacturer’s instructions, using skilled applicators.

1. Brooms shall have only nylon bristles. No metal tools shall be used to place and distribute infill.

D. Install edge-anchoring system in accordance with manufacturer’s instructions.

E. Install inlaid (tufted) field markings in accordance with manufacturers approved methods (cutting and splicing turf with minimum 6” overlap which is secured with adhesive).

3.4 Striping and Marking (inlaid permanent colors)

A. Striping and markings shall comply with NCAA requirements, including but not limited to “Field

Diagram” and “Field Diagram Details.”

3.5 Inspection

A. Arrange for manufacturer’s factory representative to review and inspect installation prior to acceptance to ensure conformance of installation with manufacturer’s standards.

3.6 Demonstration and Training

A. Provide turf maintenance training for Owner’s personnel. Identify appropriate tools and methods for proper turf maintenance in accordance with manufacturer’s recommendations and published maintenance instructions.

3.7 Clean-Up

A. Remove scraps and debris from work areas and legally dispose of off the project site.

B. Remove surplus infill and carpet materials from work areas and transport to a location designated by the Owner.

END OF SECTION 32 18 13

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 1

SECTION 321813

SYNTHETIC TURF SYSTEM BASE BID 1C PART I - GENERAL 1.1 Related Documents A. Draws and general provisions of the Contract, including General and Supplementary Conditions

and other Division 01 Specification Sections, apply to this Section. 1.2 Summary A. The work to be performed under this section consists of furnishing all labor, materials, utilities,

and equipment necessary to supply, transport and install a complete synthetic turf system as indicated on the drawings and as specified herein.

B. This section provides for a FIFA Recommended Proprietary Monofilament Synthetic Turf

System with “Rootzone” or “Thatch”, including but not limited to:

1. Aggregate base 2. Synthetic turf carpeting and accessories 3. Synthetic turf anchoring system 4. Turf infill materials 5. Striping and numbering (inlaid) 6. Special project warranty

1.3 Reference Standards A. General: Section 01 42 00 – References.

B. American Society for Testing and Materials (ASTM)

1. ASTM D789 Standard Test Methods for Determination of Relative Viscosity and Moisture Content of Polyamide (PA)

2. ASTM D1335 Standard Test Method for Tuft Bind of Pile Floor Coverings 3. ASTM D1577 Standard Test Methods for Linear Density of Textile Fibers 4. ASTM D2256 Standard Test Method for Tensile Properties of Yarns by the Single-

Strand Method 5. ASTM D2859 Standard Test Method for Ignition Characteristics of Finished Textile

Floor Covering Materials 6. ASTM D4158 Standard Guide for Abrasive Resistance of Textile Fabrics (Uniform

Abrasion) 7. ASTM D4632 Standard Test Method for Grab Breaking Load and Elongation of

Geotextiles 8. ASTM F355 Standard Test Method for Shock-Absorbing Properties of Playing

Surface Systems and Materials 9. ASTM F1015 Standard Test Method for Relative Abrasiveness of Synthetic Turf

Playing Surfaces 10. ASTM F1551 Standard Test Methods for Comprehensive Characterization of Synthetic

Turf Playing Surfaces and Materials

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 2

C. National Collegiate Athletic Association (NCAA)

1. NCAA Soccer and Football Rules and Interpretations, latest edition

D. Ohio Department of Transportation (ODOT)

1. Section 204, Subgrade Compaction and Proof Rolling, Construction and Material Specifications, latest edition

E. Federation Internationale de Football Associaton (FIFA)

1. FIFA Quality Concept for Football Turf Recommended 1.4 System Description B. System performance requirements:

1. Abrasion Resistance: ASTM D4158 2. Relative Abrasion Index: less than 25 when tested in accordance with ASTM F1015 3. System Gmax Values when tested in accordance with ASTM F355: a. Value at contract completion shall not be greater than 130 b. Value at conclusion of eight year warranty period shall not exceed 170 4. Ball Rebound: ASTM F1551 5. Surface Burning Characteristics:

a. Yarn Melting Point: not less than 250 degrees when tested in accordance with ASTM D789

b. Critical Radiant Flux: 24 BTUs/hour/square foot when testing in accordance with ASTM D648

c. Pill Burn Test Results (when tested with infill): passes per ASTM D2859 6. Synthetic Turf Permeability: System shall have the capacity to transfer surface water

through turf carpeting and free draining aggregate base for a minimum rainfall of ten inches per hour in accordance with ASTM F-1551.

1.5 Submittals A. General: Section 01 33 00 – Submittals

B. Manufacturer’s product data for specified components:

1. Synthetic turf system components 2. Turf grooming tractor attachment

C. Qualification Data:

1. Manufacturer’s qualification statement 2. Manufacturer’s certification of system installer

D. Shop Drawings: Sections, details, and plans for turf installation, including interfaces with

surround fence/mowing table and line marking plan.

E. Product Samples:

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 3

1. 12” x 12” synthetic turf carpeting and sample

F. Material Certificates:

1. Synthetic turf materials

G. Manufacturer’s installation instructions

H. Laboratory test reports by a certified independent testing agency that the following products comply with specified performance requirements:

1. Synthetic turf carpeting 2. Specified Gmax values of system

I. Qualification data for firms and individuals identified in Quality Assurance article below. 1.6 Quality Assurance A. General: Section 01 40 00 – Quality Requirements B. Manufacturer’s Qualifications: Manufacturer shall be a consistent producer of synthetic turf

systems equivalent to the type and extent required for this project for a period of not less than ten years. Document at least seven projects of the type and extent required for this project completed within the previous three years.

C. Installer’s Qualifications: Engage an installing firm that has a minimum of 5 years of experience

installing synthetic turf systems of the type and extent required for the project. Document at least four projects of the type and extent required for this project completed within the previous three years. Synthetic turf system work shall be performed only by experienced workmen familiar with synthetic turf installation work under the supervision of a qualified experienced supervisor.

D. Pre-Installation Conference: Within seven days of the proposed start of the synthetic turf

installation, schedule and conduct a meeting at the project site to review existing conditions and other factors affecting turf installation work. Attendees shall include installer, system manufacturer, construction manager, associate engineer and landscape architect, and trade contractors whose work will be affected by turf system installation. Record and distribute meeting proceedings to all attendees. Do not proceed with installation until all issues related to turf installation are satisfactorily resolved.

1.7 Delivery, Storage And Handling A. General: Comply with general provisions for delivery, storage, and handling in Section 01600 –

General Product Requirements. B. Deliver and store synthetic turf products in a manner that will permit inventory and inspection of

their condition until installation. C. Provide protective measures to prevent theft, contamination, or deterioration of synthetic turf

products

1.8 Warranty A. General: Refer to applicable portions of the Conditions of the Contract and Division 1 for general

provisions regarding warranties and guarantees.

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 4

B. Special Project Warranty: System manufacturer shall furnish a warranty for the installed system,

supported by a bond executed by a corporate surety licensed to conduct business in the State of Ohio and with at least a B rating in the current Best’s Key Rating Guide. The Owner shall be named as the bond obligee. The warranty shall provide for repair or replacement of defective synthetic turf system components, including excessive deterioration or failure of system components when the system is subjected to normal use. Normal use shall include the occasional transit of maintenance vehicles across the synthetic turf system for, but not limited to, normal field maintenance and the changing of lamps associated with the overhead sports lighting system by means of a “cherry picker.” Repair or replacement shall include all costs associated with verifying failures, removal of deteriorated or defective products, replacement, testing, transportation, travel, and other expenses related to corrective measures. The warranty period shall be eight (8) years from the date of Substantial Completion of the project.

If the bidder is unable to provide a warranty supported by bond as stated above, the bidder may

provide a Third Party Warranty insurance certificate covering both manufactured materials and installation for eight (8) years. The minimum aggregate for the insurance policy is $15,000,000 and must provide 100% replacement coverage of the turf. The warranty must be supported by a prepaid, zero deductible, non-cancelable insurance policy for the full eight (8) year period. The third party insurance company must be licensed in the State of Ohio with an A.M. Best “A” rating or higher. All other warranty requirements stated in the paragraph above apply.

1.9 Maintenance

A. Maintenance Materials: provide the following:

1. Four (4) sealed 55-gallon drums filled with specified rubber granules for Owner’s maintenance purposes. Deliver to a location approved by the Owner and obtain a signed receipt. Submit receipt at project closeout.

2. Turf grooming tractor attachment with hitch for connecting to Owner’s maintenance equipment.

PART 2 – PRODUCTS

2.1 Base Materials

A. Base Materials: Provide free draining open graded aggregate as approved by the manufacturer.

Additional base material must be compatible with existing aggregate.

2.2 Synthetic Turf Products

A. Synthetic Turf Carpet: Slip-resistant polyethylene fiber tufted into a permeable double-layered polypropylene primary backing with heat-fused urethane secondary backing, with the following physical characteristics: 1. Pile weight: 40 ounces per square yard 2. Primary backing weight: 8 ounces per square yard 3. Secondary backing weight: 20 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ¾-inch on center

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 5

6. Yarn breaking strength: (Monofilament) 20 pounds when tested in accordance with ASTM D2256 7. Yarn maximum elongation: (Monofilament) 50 percent when testing in accordance with ASTM D2256 8. Yarn density: Min. 8,800 Denier when tested in accordance with ASTM D1577 9. Tuft bind without infill: 7.75 pounds when tested in accordance with ASTM D1335 10. Grab tear strength: 170 pounds when tested in accordance with ASTM D4632

B. Infill Material: Manufacturer’s standard mixture, applied to an average depth of 1½ inches of the

following:

1. Rubber granules containing no steel particles 2. Washed silica sand (use varies with manufacturer)

C. Accessories: Provide all necessary accessories recommended by the manufacturer to complete

the installation in accordance with the Contract Documents, including terminations, edges, splicing materials, fasteners, and other necessary appurtenances.

2.3 Manufacturers And Products

A. Base Bid FIFA Recommended Proprietary Monofilament Synthetic Turf System with

“Rootzone” or “Thatch”: B. Pre-Approved Products and Manufacturers by owner are: 1. Shaw Sports Turf - Powerblade SZ 2. Astro Turf - Gameday Grass 3D 2.4 Synthetic Turf Anchoring System

A. The synthetic turf system must be installed in a manner compatible with the existing anchoring

system.

PART 3 – EXECUTION 3.1 Execution, General A. Refer to Section 01700 – Execution Requirements 3.2 Base Installation

A. Install free draining aggregate base as required by the manufacturer.

3.3 Synthetic Turf System Installation

A. Lay out synthetic turf carpet with seams perpendicular to the direction of play. Orient inlaid

(tufted) lines according to approved shop drawings.

B. Sew all seams in accordance with manufacturer’s approved methods.

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: Addendum 2 February 18,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 6

C. Place infill material in accordance with manufacturer’s instructions, using skilled applicators.

1. Brooms shall have only nylon bristles. No metal tools shall be used to place and distribute infill.

D. Install edge-anchoring system in accordance with manufacturer’s instructions.

E. Install inlaid (tufted) field markings in accordance with manufacturers approved methods (cutting and splicing turf with minimum 6” overlap which is secured with adhesive).

3.4 Striping and Marking (inlaid permanent colors)

A. Striping and markings shall comply with NCAA requirements, including but not limited to “Field

Diagram” and “Field Diagram Details.”

3.5 Inspection

A. Arrange for manufacturer’s factory representative to review and inspect installation prior to acceptance to ensure conformance of installation with manufacturer’s standards.

3.6 Demonstration and Training

A. Provide turf maintenance training for Owner’s personnel. Identify appropriate tools and methods for proper turf maintenance in accordance with manufacturer’s recommendations and published maintenance instructions.

3.7 Clean-Up

A. Remove scraps and debris from work areas and legally dispose of off the project site.

B. Remove surplus infill and carpet materials from work areas and transport to a location designated by the Owner.

END OF SECTION 32 18 13