university of akron re-bid addendum no. 3...march 12, 2015 project: the university of akron project...

33
University of Akron RE-BID Addendum No. 3 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

Upload: others

Post on 04-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron RE-BID Addendum No. 3 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

Page 2: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

Office of the Vice President

Capital Planning and Facilities Management Akron, Ohio 44325-0405

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

Date: March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice Field Turf Replacement Akron, Ohio 44325 RE-BID Addendum No. 3 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 13 – Bid Form Summary of Attachments:

1. Addendum No. 3; Summary and General Clarifications. Includes the following sections: a. Revised Solicitation b. Revised Bid Form c. Revised Specifications

2. Updated DOCUMENT 00 10 00 - Solicitation 3. Updated DOCUMENT 00 41 13 – Bid Form 4. Updated Specification Sections

Page 3: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

1

Office of the Vice President

Capital Planning and Facilities Management Akron, Ohio 44325-0405

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

Date: March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice Field Turf Replacement Akron, Ohio 44325 RE-BID Addendum No. 3 Summary and General Clarifications 1.0 Revised DOCUMENT 00 10 00 – Solicitation

1.1 Bids will be received until March 20, 2015, at 9:00 a.m.

2.0 Revised DOCUMENT 00 41 13 – Bid Form

2.1 The time for Contract Completion is 60 consecutive days from the Notice to Proceed.

2.2 All contact with the University regarding project #150015 during the competitive

selection process shall be directed to the University only through its Purchasing Department. Failure to abide by this requirement may be grounds for disqualification from the competitive selection process.”

3.0 Revised Specifications

3.1 DOCUMENT 32 18 13 SYNTHETIC TURF BASE BID 1A

3.1.1 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: Min. 42 ounces per square yard at ½ inch stitch gauge. Min. 36 ounces per square yard at ¾ inch stitch gauge. 2. Primary backing weight: Min. 8 ounces per square yard 3. Secondary backing weight: Min. 22 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ½-inch or ¾-inch on center 6. Yarn breaking strength:

Page 4: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

2

(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: Min. 7.75 pounds when tested in accordance with ASTM

D1335 10. Grab tear strength: Min. 170 pounds when tested in accordance with ASTM

D4632

These characteristics are the minimum required characteristics for Synthetic Turf Products that have not been identified as pre-approved in Section 2.3(B).

3.1.2 2.3 Manufacturers And Products

B. Pre-Approved Products and their Manufacturers/ Distributers are: 1. Pro Grass LLC (ACT Global) - Xtreme Turf DX 60 2. Shaw Sports Turf - Powerblade Elite 2.5 3. Field Turf - Field Turf Revolution 4. Astro Turf - Astro Play GT 5. The Motz Group LLC (Polytan) - Sportgrass

Pre-Approved Products have been identified as acceptable, even if the product’s physical characteristics do not include all of the physical characteristics enumerated in Section 2.2(A).

3.2 DOCUMENT 32 18 13 SYNTHETIC TURF BASE BID 1B

3.1.1 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: Min. 40 ounces per square yard 2. Primary backing weight: Min. 8 ounces per square yard 3. Secondary backing weight: Min. 22 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ½-inch or ¾-inch on center 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: Min. 7.75 pounds when tested in accordance with ASTM

D1335 10. Grab tear strength: Min. 170 pounds when tested in accordance with ASTM

D4632

These characteristics are the minimum required characteristics for Synthetic Turf Products that have not been identified as pre-approved in Section 2.3(B).

Page 5: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

3

3.1.2 2.3 Manufacturers And Products

B. Pre-Approved Products and their Manufacturers/ Distributers are:

1. Pro Grass LLC (ACT Global) - Primetime Turf BX 60 2. Field Turf - Field Turf Vertex

Pre-Approved Products have been identified as acceptable, even if the product’s physical characteristics do not include all of the physical characteristics enumerated in Section 2.2(A).

3.3 DOCUMENT 32 18 13 SYNTHETIC TURF BASE BID 1A

3.1.1 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: Min. 42 ounces per square yard at ½ inch stitch gauge. Min. 36 ounces per square yard at ¾ inch stitch gauge. 2. Primary backing weight: Min. 8 ounces per square yard 3. Secondary backing weight: Min. 22 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ½-inch or 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: Min. 7.75 pounds when tested in accordance with ASTM

D1335 10. Grab tear strength: Min. 170 pounds when tested in accordance with ASTM

D4632

These characteristics are the minimum required characteristics for Synthetic Turf Products that have not been identified as pre-approved in Section 2.3(B).

2.3 Manufacturers And Products

B. Pre-Approved Products and their Manufacturers/ Distributers are: 1. Shaw Sports Turf - Powerblade SZ 2. Astro Turf - Gameday Grass 3D

Pre-Approved Products have been identified as acceptable, even if the product’s physical characteristics do not include all of the physical characteristics enumerated in Section 2.2(A).

Page 6: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

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.

Page 7: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

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 March 20, 2015, at 9:00 a.m., when all Bids will be opened and read aloud.

All contact with the University regarding project #150015 during the competitive selection process shall be directed to the University only through its Purchasing Department. Failure to abide by this requirement may be grounds for disqualification from the competitive selection process.

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

Page 8: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

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

Page 9: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

Document 00 41 13 - Bid Form (General Contracting Project) State of Ohio Standard Requirements for Public Facility Construction

M160-00 41 13 2014 Edition (2014-AUG) Page 1 of 7

Sealed bids will be received by The University of Akron, Department of Purchasing, Lincoln Building 2nd Floor, Akron, Ohio 44325-9001 for:

Project 150015 Lee Jackson Practice Field Turf Replacement

at

260 Carroll Street Akron, Summit County

for the

The University of Akron

The time for Contract Completion is 60 consecutive days from the Notice to Proceed. Having read and examined the proposed Contract Documents prepared by the Architect/Engineer for the above-referenced Project and the following Addenda:

Addendum Number Date Received

The undersigned Bidder proposes to perform all Work for the applicable Contract in accordance with the proposed Contract Documents, for the following sum(s): ITEM 1 Bid Package 101 – GENERAL CONTRACT The contractor may submit a bid on one or more of the following items. The University of Akron reserves the right to accept one base bid from any of the following base bids. BASE BID 1A (Premium Monofilament, FIFA recommended, artificial turf system): ALL LABOR AND MATERIALS, for the sum of $ _____________

Sum in words: and ______ /100 dollars.

BASE BID 1B (Premium Blended or Hybrid, FIFA recommended, artificial turf system): ALL LABOR AND MATERIALS, for the sum of $ _____________

Sum in words: and ______ /100 dollars.

Page 10: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

150015 Lee Jackson Practice Field Turf Replacement

M160-00 41 13 2014 Edition (2014-AUG) Page 2 of 7

BASE BID 1C (Premium Monofilament, FIFA recommended, artificial turf system with “Rootzone” or “Thatch”): ALL LABOR AND MATERIALS, for the sum of $ _____________

Sum in words: and ______ /100 dollars.

All contact with the University regarding project #150015 during the competitive selection process shall be directed to the University only through its Purchasing Department. Failure to abide by this requirement may be grounds for disqualification from the competitive selection process.

-- remainder of page left blank intentionally --

Page 11: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

150015 Lee Jackson Practice Field Turf Replacement

M160-00 41 13 2014 Edition (2014-AUG) Page 3 of 7

BIDDER AFFIRMATION AND DISCLOSURE Bidder acknowledges that by signing the Bid Form on the Bidder Signature and Information page, that it affirms, understands, and will abide by the requirements of Executive Order 2011-12K. If awarded a Contract, the Bidder will become the Contractor and affirms that both the Contractor and its Subcontractors shall perform no services requested under this Contract outside of the United States. The Bidder shall provide the locations where services under this Contract will be performed in the spaces provided below or by attachment. Failure to provide this information as part of its Bid may cause the Bidder to be deemed non-responsive and no further consideration will be given to its Bid. If the Bidder will not be using Subcontractors, indicate “Not Applicable” in the appropriate spaces.

1. Principal business location of Contractor: Address City, State, Zip

2. Location where services will be performed by Contractor: Address City, State, Zip Locations where services will be performed by Subcontractors, if known at time of Bid Opening: Address City, State, Zip Address City, State, Zip Address City, State, Zip

3. Location where state data will be stored, accessed, tested, maintained, or backed-up, by Contractor: Address City, State, Zip Locations where state data will be stored, accessed, tested, maintained, or backed-up by Subcontractors, if known at time of Bid Opening: Address City, State, Zip Address City, State, Zip Address City, State, Zip

Page 12: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

150015 Lee Jackson Practice Field Turf Replacement

M160-00 41 13 2014 Edition (2014-AUG) Page 4 of 7

COMMITMENT TO PARTICIPATE IN THE

EDGE BUSINESS ASSISTANCE PROGRAM

Bidder: Mark only one option. Use “” or “X” to mark option included in Bid

If marking Option B, also show percentage of proposed participation.

Option A Bidder commits to meet or exceed the advertised EDGE Participation Goal of the Contract award

amount, calculated as a portion of the Base Bid plus all accepted Alternates, by using certified EDGE Business Enterprise(s).

Bidder agrees that if selected for consideration of the Contract, it shall provide (if not provided with the

Bidder’s Bid) to the Contracting Authority, at the location required and within 3 business days after receiving notice from the Contracting Authority, its fully-completed Bidder’s Qualification Form, including an EDGE Affadavit form for each certified EDGE Business Enterprise proposed for use by the Bidder if awarded the Contract for this Project.

Option B (also indicate percentage -- see text ) Bidder does not meet the advertised EDGE Participation Goal percentage, but, if awarded the Contract for

this Project, commits to provide ______ percent of the Contract award amount, calculated as a portion of the Base Bid plus all accepted Alternates, by using certified EDGE Business Enterprise(s).

Bidder acknowledges it understands the requirement for it to provide and agrees to provide to the

Contracting Authority, if selected for consideration of the Contract, within 3 business days after notice from the Contracting Authority, a detailed Demonstration of Good Faith form describing its efforts undertaken prior to submitting its Bid to meet the advertised EDGE Participation Goal percentage for the Contract for this Project.

Bidder commits to provide to the Contracting Authority at the location required, and within 3 days after

receiving notice from the Contracting Authority, its fully-completed Bidder’s Qualification Form, including an EDGE Affadavit form for each certified EDGE Business Enterprise proposed for use by the Bidder if awarded the Contract for this Project.

Option C Bidder declares that the Bidder is a certified EDGE Business Enterprise and that if awarded this Contract,

the EDGE Participation percentage will be 100 percent of the Contract award amount.

Page 13: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

150015 Lee Jackson Practice Field Turf Replacement

M160-00 41 13 2014 Edition (2014-AUG) Page 5 of 7

BIDDER'S CERTIFICATIONS The Bidder hereby acknowledges that the following representations in this Bid are material and not mere recitals: 1. The Bidder has read and understands the proposed Contract Documents and agrees to comply with all requirements

of the proposed Contract Documents, regardless of whether the Bidder has actual knowledge of the requirements and regardless of any statement or omission made by the Bidder, which might indicate a contrary intention.

2. The Bidder represents that the Bid is based upon the Basis of Design and Acceptable Components specified by the

proposed Contract Documents. 3. The Bidder has visited the Site, become familiar with local conditions, and has correlated personal observations

about the requirements of the proposed Contract Documents. The Bidder has no outstanding questions regarding the interpretation or clarification of the proposed Contract Documents.

4. The Bidder understands that the execution of the Project will require sequential, coordinated, and interrelated

operations, which may involve interference, disruption, hindrance, or delay in the progress of the Bidder's Work. The Bidder agrees that the Contract Sum, as amended from time to time, shall cover all amounts due from the State resulting from interference, disruption, hindrance, or delay that is not caused by the State or its agents and employees. The Bidder agrees that any such interference, disruption, hindrance, or delay is within the contemplation of the Bidder and the State and that the Contractor’s sole remedy from the State for any such interference, disruption, hindrance, or delay shall be an extension of time in accordance with the proposed Contract Documents.

5. During the performance of the Contract, the Bidder agrees to comply with Ohio Administrative Code (“OAC”)

Chapters 123:2-3 through 123:2-9 and agrees to incorporate the monthly reporting provisions of OAC Section 123:2-9-01 into all subcontracts on the Project, regardless of tier. The Bidder understands the State’s Equal Opportunity Coordinator or the Contracting Authority may conduct pre-award and post-award compliance reviews to determine if the Bidder maintains nondiscriminatory employment practices, maintains an affirmative action program, and is exerting good faith efforts to accomplish the goals of the affirmative action program. For a full statement of the rules regarding Equal Employment Opportunity in the Construction Industry, see OAC Chapters 123:2-1 through 123:2-9.

6. The Bidder and each Person signing on behalf of the Bidder certifies, and in the case of a Bid by a joint venture each

member thereof certifies as to such member’s entity, under penalty of perjury, that to the best of the undersigned's knowledge and belief: (a) the Base Bid, any Unit Prices, and any Alternate bid in the Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition as to any matter relating to such Base Bid, Unit Prices or Alternate bid with any other Bidder; (b) unless otherwise required by law, the Base Bid, any Unit Prices and any Alternate bid in the Bid have not been knowingly disclosed by the Bidder and shall not knowingly be disclosed by the Bidder prior to the bid opening, directly or indirectly, to any other Bidder who would have any interest in the Base Bid, Unit Prices or Alternate bid; (c) no attempt has been made or shall be made by the Bidder to induce any other Person to submit or not to submit a Bid for the purpose of restricting competition.

7. The Bidder understands that the Contract is subject to all the provisions, duties, obligations, remedies and penalties

of Ohio Revised Code Chapter 4115 and that the Bidder shall pay any wage increase in the locality during the term of the Contract.

8. The Bidder shall execute the Agreement with the Contracting Authority, if a Contract is awarded on the basis of this

Bid, and if the Bidder does not execute the Agreement for any reason, other than as authorized by law, the Bidder and the Bidder's Surety are liable to the State as provided in Article 5 of the Instructions to Bidders.

9. The Bidder certifies that the upon the award of a Contract, as the Contractor it shall make a good faith effort to

ensure that all of the Contractor’s employees, while working on the Site, shall not purchase, transfer, use, or possess illegal drugs or alcohol or abuse prescription drugs in any way.

Page 14: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

150015 Lee Jackson Practice Field Turf Replacement

M160-00 41 13 2014 Edition (2014-AUG) Page 6 of 7

10. The Bidder acknowledges that it read all of the Instructions to Bidders, and in particular, Section 2.10 - Submittals With Bid Form, and by submitting its Bid certifies that it has read the Instructions to Bidders and it understands and agrees to the terms and conditions stated in them.

11. The Bidder agrees to furnish any information requested by the Contracting Authority or Architect/Engineer to

evaluate the responsibility of the Bidder. 12. The Bidder agrees to furnish the submittals required by Section 6.1 of the Instructions to Bidders for execution of

the Agreement within 10 days of the date of the Notice of Intent to Award. 13. When the Bidder is a corporation, partnership or sole proprietorship, an officer, partner or principal of the Bidder, as

applicable, shall print or type the legal name of the Bidder on the line provided, and sign the Bid Form. 14. When the Bidder is a joint venture, an officer, partner or principal, as applicable, of each member of the joint

venture shall print or type the legal name of the applicable member on the line provided, and sign the Bid Form. 15. Bidder acknowledges that by signing the Bid Form on the following Bidder Signature and Information page that it is

signing the actual Bid and when submitted as a part of its bid package, shall serve as the Bidder’s authorization for the further consideration and activity in the bidding and contract process.

16. All signatures must be original.

-- remainder of page left blank intentionally --

Page 15: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

150015 Lee Jackson Practice Field Turf Replacement

M160-00 41 13 2014 Edition (2014-AUG) Page 7 of 7

BIDDER SIGNATURE AND INFORMATION Bidder’s Authorized Signature: Please print or type the following:

Name of Bidder’s Authorized Signatory

Title:

Company Name:

Mailing Address:

Telephone Number:

Facsimile Number:

E-Mail Address:

Where Incorporated:

Federal Tax Identification Number:

Date enrolled in an OBWC-approved DFSP (month/date/year): _______ / _______ /

Contact person for Contract processing:

President’s or Chief Executive Officer’s Name / Title:

JOINT VENTURE ADDITIONAL BIDDER SIGNATURE & INFORMATION Joint Venture Bidder’s Authorized Signature: Please print or type the following:

Name of Joint Venture Bidder’s Authorized Signatory

Title:

Company Name:

Mailing Address:

Telephone Number:

Facsimile Number:

E-Mail Address:

Where Incorporated:

Federal Tax Identification Number:

Date enrolled in an OBWC-approved DFSP (month/date/year): _______ / _______ /

Contact person for Contract processing:

President’s or Chief Executive Officer’s Name / Title:

END OF DOCUMENT

Page 16: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12, 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

Page 17: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12, 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.

Page 18: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 3

E. Product Samples:

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

Page 19: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 4

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

provisions regarding warranties and guarantees. 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:

Page 20: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 5

1. Pile weight: Min. 42 ounces per square yard at ½ inch stitch gauge. Min. 36 ounces per square yard at ¾ inch stitch gauge. 2. Primary backing weight: Min. 8 ounces per square yard 3. Secondary backing weight: Min. 22 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ½-inch or 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: Min. 7.75 pounds when tested in accordance with ASTM D1335 10. Grab tear strength: Min. 170 pounds when tested in accordance with ASTM D4632 These characteristics are the minimum required characteristics for Synthetic Turf Products that have not been identified as pre-approved in Section 2.3(B).

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 their Manufacturers/ Distributers are: 1. Pro Grass LLC (ACT Global) - Xtreme Turf DX 60 2. Shaw Sports Turf - Powerblade Elite 2.5 3. Field Turf - Field Turf Revolution 4. Astro Turf - Astro Play GT 5. The Motz Group LLC (Polytan) - Sportgrass

Pre-Approved Products have been identified as acceptable, even if the product’s physical characteristics do not include all of the physical characteristics enumerated in Section 2.2(A).

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

Page 21: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12, 2015

SYNTHETIC TURF SYSTEM BID 1A 32 18 13 - 6

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. 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

Page 22: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

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

Page 23: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

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.

Page 24: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 3

E. Product Samples:

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

Page 25: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 4

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. 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: Min. 40 ounces per square yard 2. Primary backing weight: Min. 8 ounces per square yard

Page 26: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 5

3. Secondary backing weight: Min. 22 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ½-inch or ¾-inch on center 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: Min. 7.75 pounds when tested in accordance with ASTM D1335 10. Grab tear strength: Min. 170 pounds when tested in accordance with ASTM D4632

These characteristics are the minimum required characteristics for Synthetic Turf Products that

have not been identified as pre-approved in Section 2.3(B).

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 their Manufacturers/ Distributers are: 1. Pro Grass LLC (ACT Global) - Primetime Turf BX 60 2. Field Turf - Field Turf Vertex

Pre-Approved Products have been identified as acceptable, even if the product’s physical characteristics do not include all of the physical characteristics enumerated in Section 2.2(A).

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

Page 27: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1B 32 18 13 - 6

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. 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

Page 28: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

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

Page 29: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

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.

Page 30: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 3

E. Product Samples:

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

Page 31: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 4

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. 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: Min. 42 ounces per square yard at ½ inch stitch gauge. Min. 36 ounces per square yard at ¾ inch stitch gauge. 2. Primary backing weight: Min. 8 ounces per square yard

Page 32: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 5

3. Secondary backing weight: Min. 22 ounces per square yard 4. Tufted pile height: Min 2.25 inches, finished 5. Stitch gauge: ½-inch or 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: Min. 7.75 pounds when tested in accordance with ASTM D1335 10. Grab tear strength: Min. 170 pounds when tested in accordance with ASTM D4632

These characteristics are the minimum required characteristics for Synthetic Turf Products that have not been identified as pre-approved in Section 2.3(B).

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 their Manufacturers/ Distributers are: 1. Shaw Sports Turf - Powerblade SZ 2. Astro Turf - Gameday Grass 3D

Pre-Approved Products have been identified as acceptable, even if the product’s physical characteristics do not include all of the physical characteristics enumerated in Section 2.2(A).

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.

Page 33: University of Akron RE-BID Addendum No. 3...March 12, 2015 Project: The University of Akron Project #150015 Lee Jackson Practice FieldTurf Replacement Akron, Ohio 44325 RE-BID Addendum

University of Akron Lee Jackson Practice Field Turf Replacement Issued for Bid Project No. 150015 January 2015 Revised: RE-BID Addendum 3 March 12,2015

SYNTHETIC TURF SYSTEM BID 1C 32 18 13 - 6

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.

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