projectmanual - bid4michigan · projectmanual playgroundimprovements challengerelementaryschool...

30
PROJECT MANUAL Playground Improvements Challenger Elementary School Owner: Howell Public Schools Howell, Michigan 48843 Issued 10/27/16

Upload: others

Post on 31-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

PROJECT MANUALPlayground Improvements

Challenger Elementary School

Owner:Howell Public SchoolsHowell, Michigan 48843

Issued 10/27/16

Page 2: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

TABLE OF CONTENTS 00010 -

TABLE OF CONTENTS

BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACTSection 00030 AdvertisementSection 00100 Instructions to BiddersSection 00115 List of DrawingsSection 00300 Bid Proposal

DIVISION 11 – EQUIPMENTSection 116800 Play Equipment

DIVISION 32 – SITE IMPROVEMENTSSection 321816.13 Playground Safety Surfacing

Page 3: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

ADVERTISEMENT 00030 - 1

ADVERTISEMENT

Playground ImprovementsChallenger Elementary SchoolHowell Public Schools

1. RECEIPT OF BIDS: Sealed Bids for Playground Improvements for Challenger Elementary School will bereceived by Howell Public Schools, the OWNER, at 411 N. Highlander Way, Howell, MI 48843 (BusinessOffice) until 10:00 AM local time in effect on November 18, 2016. The envelope containing the bid must beidentified on the outside as "Bid for Playground Improvements for Challenger Elementary School, HowellPublic Schools". Bids received after this time will not be considered or accepted. Provide three (3) copies ofthe bid.

2. SCOPE OF PROJECT: The Project consists of playground improvements including but not limited to sitework, playground equipment, playground surfacing, borders and rubber wear mats.

3. REVIEW OF DOCUMENTS: Plans and specifications are available to the public and may be obtained fromthe State of Michigan web site (Bid4Michigan.com). No hard copy distribution will be made.

4. BID SECURITY: A bid bond or a certified check in an amount equal to five percent (5%) of the total amountof the proposal will be required.

5. WITHDRAWALOF BIDS: No Bidder may withdraw its proposal for a period of 45 days after the actual dateof opening thereof. This time period may be extended by mutual agreement of the Owner and any Bidder orBidders.

6. RIGHT TO REJECT BIDS: The Owner reserves the right to accept any proposal, to reject any and allproposals and to waive any irregularities in proposals. If award is made, it will be to the bidder whoseproposal is considered to be in the best interest of the Owner.

7. PRE-BID MEETING: No pre-bid meeting will be held.

8. ACT 517 CERTIFICATION: In accordance with Act 517 of 2012, all bidders must sign the Iran-linkedbusiness certification which is part of the Bid Proposal form.

9. ADDENDA: If necessary, revisions in the form of addenda may be issued for the project. Bidders will berequired to acknowledge addenda on the Bid Proposal form. Addenda would be published to theBid4Michigan web site.

10. SALES TAX: Howell Public Schools is exempt from Michigan Sales Tax.

11. PREVAILING WAGES: Prevailing wages are not required for this project.

12. PERFORMANCE AND PAYMENT BONDS: Performance and payment bonding will be required if the BidSum is greater than $50,000. If the Bid is greater than that amount, Bidder must include the cost ofperformance and payment bonds in the Bid Sum.

13. QUESTIONS: All questions are to be directed to the Landscape Architects, VIRIDIS Design Group, by email,to Woody Isaacs at [email protected].

END OF ADVERTISEMENT

Page 4: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

INSTRUCTIONS TO BIDDERS 00100 - 1

SECTION 00100 - INSTRUCTIONS TO BIDDERS

PART 1 - GENERAL

A. BID SUBMISSION

1. Offers signed, executed, and dated will be received at the time and place indicated in theAdvertisement.

2. Amendments to the submitted offer will be permitted if received in writing prior to Bidclosing and if endorsed by the same party or parties who signed and sealed the offer.

B. INTENT

1. The intent of this Bid call is to obtain an offer for playground improvements at ChallengerElementary School in accordance with the Contract Documents.

C. CONTRACT TIME

1. Playground improvements are to be conducted during Spring Break 2017 - March 27through March 31, 2017, weather permitting. If weather precludes construction duringSpring Break, construction would begin on June 15, 2017 and be completed by June 30,2017.

D. DEFINITIONS

1. Bid Documents: Contract Documents supplemented with Instructions to Bidders, BidForm and Appendices, Bid securities.

2. Bid, Offer, or Bidding: Act of submitting an offer.

3. Bid Sum: Monetary sum identified by the Bidder in the Bid Form.

E. CONTRACT DOCUMENTS IDENTIFICATION

1. The Contract Documents are identified as Playground Improvements for ChallengerElementary School as prepared by VIRIDIS Design Group, located at 313 N Burdick Street,Kalamazoo, MI 49007.

F. AVAILABILITYOF DOCUMENTS

1. Plans and specifications are available to the public on the Bid4Michigan web site.No partial sets will be issued and no hard copy distribution will be made during bidding.

G. QUERIES/ADDENDA

Page 5: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

INSTRUCTIONS TO BIDDERS 00100 - 2

1. Direct questions to VIRIDIS Design Group via email [email protected] the Owner nor VIRIDIS Design Group will be responsible for oral interpretations.All changes and clarifications must be made by written Addenda.

2. Addenda may be issued during the Bidding period. All Addenda become part of theContract Documents. Include resultant costs in the Bid Sum.

H. PRODUCT/SYSTEM SUBSTITUTION

1. Submit a written request, to be received not later than 7 days prior to bid opening, forSubstitution of any Product not named. If no substitutions are submitted, the specifiedproduct shall be incorporated into the Work.

2. Document each request with complete data substantiating compliance of proposedSubstitution with Product specified including written certification that Product conforms toor exceeds all requirements of the Product specified.

3. Describe in detail any variance to the Product specified. All proposed substitution forspecified items shall be substantially the same size (height, length, width, diameter, etc.),type, color, construction quality and shall meet the design intent to be considered forsubstitution for the Product specified.

4. Document all coordination information, including a list of changes or modificationsneeded to the Contract Documents or other parts of the Work and to constructionperformed by the Owner that will become necessary to accommodate the proposedsubstitution.

5. Provide name, address and telephone number of manufacturer’s authorizedrepresentative.

6. Submit three copies of all documents for each request for Substitution for consideration.

7. Approval of the Substitution request, if given, will be in the form of an addendum issuedprior to scheduled opening date and hour at local time.

I. SUBMISSION PROCEDURE

1. Submit three copies of the executed offer on the Bid Forms provided, signed, and clearlyidentified with Bidder's name, project name and Owner's name. The sealed envelope shallhave a notation "BID ENCLOSED" on the face of it.

2. The Bid Form is to be completed and submitted with the Bid security and other requireddocuments.

J. BID INELIGIBILITY

1. Bids that contain irregularities, of any kind, may be declared unacceptable at thediscretion of the Owner.

Page 6: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

INSTRUCTIONS TO BIDDERS 00100 - 3

K. SECURITY DEPOSIT

1. Bids shall be accompanied by a security deposit as follows: Bid Bond of a sum no lessthan 5 percent of the Bid Sum or Certified check in the amount of 5 percent of the BidSum.

2. Endorsement of Bid Security: Endorse the Bid Bond in the name of the Owner, signedand sealed by the Contractor and Surety. Endorse the certified check in the name of theOwner.

3. Disposition of Bid Guarantees: Each bid guarantee will be retained until the successfulContractor has executed the Contract and furnished the required Performance andPayment Bonds. Bid guarantee of unsuccessful bidders will be returned to them as soonas feasible after the execution of the contract with the successful bidder.

4. Forfeiture of Bid Guarantees: Should a bidder fail to enter into a contract and furnish therequired bonds within 10 days after his bid is accepted, his bid guarantee will be forfeitedto the Owner as liquidated damages, but not as a penalty.

L. BID FORM SIGNATURE

The Bid Form shall be signed by the Bidder, as follows:

1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will alsosign. Insert the words "Sole Proprietor" under the signature.

2. Partnership: Signature of all partners in the presence of a witness who will also sign. Insertthe word "Partner" under each signature.

3. Corporation: Signature of a duly authorized signing officer(s) in their normal signatures.Insert the officer's capacity in which the signing officer acts, under each signature. If theBid is signed by officials other than the President and Secretary of the company, or thePresident/Secretary/Treasurer of the company, a copy of the by- law resolution of theBoard of Directors authorizing them to do so must also be submitted with the Bid Form inthe Bid envelope.

M. DURATION OF OFFER

1. Bids shall remain open to acceptance and shall be irrevocable for a period of 45 daysafter the Bid closing date.

N. AWARD OF CONTRACT

1. Owner reserves the right to reject any or all Bids, to waive any and all informalities in theBids, to negotiate Contract terms with the Successful Bidder, and to disregard allnonconforming, nonresponsive, unbalanced or conditional Bids. Also, Owner reservesthe right to reject the Bid of any Bidder if Owner believes that it would not be in the bestinterest of the Project to make an award to that Bidder, whether because the Bid is not

Page 7: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

INSTRUCTIONS TO BIDDERS 00100 - 4

responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet anyother pertinent standard or criteria established by Owner.

2. Owner may conduct such investigations as Owner deems necessary to assist in theevaluation of any Bid and to establish the responsibility, qualifications and financial abilityof the Bidders, proposed Subcontractors, Suppliers, other persons and organizations todo the Work in accordance with the Contract Documents to Owner's satisfaction withinthe prescribed time.

3. If the Contract is to be awarded, it will be awarded to the bidder whose evaluation by theOwner indicates to the Owner that the award will be in the best interest of the Project.

4. If the Contract is to be awarded, Owner will give Successful Bidder Notice ofAward within45 days after the day of the Bid opening.

O. NON-DISCRIMINATION

1. The School District and its contractors must comply with all requirements of 1976 PA 453(Elliott-Larsen Civil Rights Act) and 1976 PA 220 (Persons with Disabilities Civil RightsAct), as amended.

P. SALES TAX

1. Howell Public Schools is not subject to Michigan Sales Tax.

Q. INSURANCE REQUIREMENTS, PERFORMANCEAND PAYMENT BONDS

The insurance required for this project shall be written for not less than the following limits, orgreater if required by law:

1. General Liability: Comprehensive Form, including premises/operations,independent contractors, and contractual liability insurance andproducts/complete operations hazards.

MinimumAmounts: $1,000,000/occurrence, bodily injury;$500,000/occurrence, property damage; $1,000,000 aggregate.

2. Automobile: Michigan No-Fault coverages, and residual automobile liability,comprehensive form, covering owned, hired, and non-ownedautomobiles.

MinimumAmounts: No Fault coverages - statutory; residual liability- $1,000,000combined single limit or $500,000/person, $1,000,000/occurrencebodily injury,$500,000/occurrence property damage.

3. Worker’s Compensation andEmployers’ Liability: Statutory coverage

Page 8: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

INSTRUCTIONS TO BIDDERS 00100 - 5

MinimumAmounts: Worker’s Compensation - statutory; Employers’ Liability -$500,000 to include injury by disease.

Certificate of Insurance shall include a 30 day notice prior to coverage change or cancellation.

These coverages shall protect the Contractor, subcontractors, Owner, and their employees, agents,and representatives against claims arising out of the work performed by Contractor. Contractorshall require their subcontractors to provide general liability and worker’s compensation andemployers’ liability insurance coverages meeting the above minimum amounts and protecting thesubcontractor, Owner, and their employees, agents, and representatives against claims arising outof the work performed by the subcontractor.

Insurance carriers shall be licensed and approved by the Insurance Bureau of the State ofMichigan and be rated by Best's Key Rating Guide, current edition, at not lower than anA rating.

Performance and payment bonding will be required if the Bid Sum is greater than $50,000.If the Bid is greater than that amount, Bidder must include the cost of performance andpayment bonds in the Bid Sum.

R. PREVAILINGWAGES

1. Prevailing wages are not required for this project.

S. APPLICATIONS FOR PAYMENT

1. Pay applications may be submitted monthly and if acceptable, will be paid by the schooldistrict within 30 days of submission. 10% retainage will be held until the project is 90%complete.

T. SUBMITTALS

1. All products (including but not limited to playground equipment, surfacing and borders)shall be submitted to theArchitect for review. Provide 8-1/2x11 PDF documents. Architectwill take action within 7 days of submittal.

END OF SECTION 00100

Page 9: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

LIST OF DRAWINGS 000115 - 1

DOCUMENT 000115 - LIST OF DRAWINGS

1.1 LIST OF DRAWINGS

A. Drawings: Drawings consist of the following, as modified by subsequent Addenda and Contractmodifications:

COV Cover Sheet

SP-1 Site Demolition Plan

SP-2 Site Layout Plan

SP-3 Site Details

SP-4 Site Details

END OF DOCUMENT 000115

Page 10: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

BID PROPOSAL 00300- 1

SECTION 00300 - BID PROPOSAL

TO: Howell Public Schools411 N. Highlander WayHowell, MI 48843

SUBJECT: Playground Improvements for Challenger Elementary School

SUBMITTED BY: ________________________________________________ hereinafter called Bidder.

1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement withOwner in the form included in the Contract Documents to complete all Work as specified orindicated in the Contract Documents for the Contract Price and within the Contract Time indicatedin this Bid and in accordance with the Contract Documents.

2. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including withoutlimitation those dealing with the disposition of Bid Security. This Bid will remain open forforty-five (45) calendar days after the day of Bid opening.

3. In submitting its Bid, Bidder represents, as more fully set forth in the Agreement, that:

a. Bidder has examined copies of all the Bidding Documents and of the following Addendareceipt of which is hereby acknowledged:

Addendum No. _____ Dated ____________________Addendum No. _____ Dated ____________________Addendum No. _____ Dated ____________________

b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work,Site, locality, and all local conditions and Laws and Regulations that in any manner mayaffect cost, progress, performance or furnishing of the Work.

c. This Bid is based upon the materials, systems and equipment required by the proposedContract Documents without exception.

d. Bidder has given LandscapeArchitect written notice of all conflicts, errors or discrepanciesthat it has discovered in the Contract Documents and the written resolution thereof byLandscape Architect is acceptable to Bidder.

e. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person,firm or corporation and is not submitted in conformity with any agreement or rules of anygroup, association, organization or corporation; Bidder has not directly or indirectlyinduced or solicited any other Bidder to submit a false or sham Bid; Bidder has notsolicited or induced any person, firm or corporation to refrain from bidding; and Bidder hasnot sought collusion to obtain for itself any advantage over any other Bidder or overOwner.

4. Bidder will furnish and deliver all materials indicated, for the Lump Sum Bid stated below.

Page 11: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

BID PROPOSAL 00300- 2

TOTAL AMOUNT - LUMP SUM BASE BID

Dollars ( $ ).

ALTERNATE - GA GA PIT - LUMP SUM BID

Dollars ( $ ).

SEPARATE PRICE, TEMPORARY FENCING (ONLY IF REQUIRED) - LUMP SUM BID

Dollars ( $ ).

5. Subcontractors and Suppliers. The Bidder intends to utilize the following companies for theportions of Work indicated:a. Playground Equipment:_______________________________________________.

6. The following documents are attached to and made a condition of this Bid:

a. Bid Security in the form of a bidder's bond or cashier's check in amount of not less than fivepercent of this Bid.

7. Communications to Bidder concerning this Bid shall be addressed to the address indicated below.

8. Bidder PA 517 Certification:

In accordance with Act 517 of the Public Acts of Michigan of 2012 (Act 517) the undersigned representsand certifies that as of the date hereof the undersigned is not an “Iran linked business” as defined inAct 517.

Signed _____________________________________________

Submitted on __________________________________________, _______.

BY:________________________________________________________(Name of Bidder)

(SEAL) BY: ______________________________________________________(Signature)

________________________________________________________(Name & Title of Person Authorized to sign)

Business Address: ___________________________________________________

___________________________________________________

Page 12: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

BID PROPOSAL 00300- 3

Phone Number: (_____) _____ - _________

Email Address: _________________________

All information on this Bid shall be typed or printed in ink.

END OF BID PROPOSAL

Page 13: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 1

SECTION 116800 - PLAY EQUIPMENTAND STRUCTURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Freestanding playground equipment and structures.

B. Related Sections include the following:

1. Division 32 Section "Playground Surfacing" for protective surfacing under and aroundplayground equipment.

1.3 DEFINITIONS

A. Fall Height: According to ASTM F 1487, "the vertical distance between a designated playsurface and the protective surfacing beneath it."

B. IPEMA: International Play Equipment Manufacturers Association.

C. Use Zone: According to ASTM F 1487, "the area beneath and immediately adjacent to a playstructure that is designated for unrestricted circulation around the equipment and on whosesurface it is predicted that a user would land when falling from or exiting the equipment."

1.4 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Show fabrication and installation details for playground equipment andstructures.

C. Samples for Initial Selection: For each type of playground equipment and structure indicated.

1. Manufacturer's color charts.2. Include similar Samples of playground equipment and accessories involving color

selection.

D. Product Certificates: For each type of playground equipment, signed by product manufacturer.

Page 14: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 2

E. Material Certificates: For the following items, signed by manufacturers:

1. Shop finishes.

F. Field quality-control test reports.

G. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturerand witnessed by a qualified testing agency, for playground equipment.

H. Maintenance Data: For playground equipment and finishes to include in maintenance manuals.

I. Warranty: Special warranty specified in this Section.

1.5 QUALITYASSURANCE

A. Manufacturer Qualifications: A firm whose playground equipment components have beencertified by IPEMA's third-party product certification service.

1. Provide playground equipment and play structure components bearing the IPEMACertification Seal.

B. Testing Agency Qualifications: An independent agency qualified according to ANSI Z34.1 fortesting indicated.

C. Safety Standards: Provide playground equipment complying with or exceeding requirements inthe following:

1. ASTM F 1487.2. CPSC No. 325.

1.6 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair orreplace components of playground equipment that fail in materials or workmanship withinspecified warranty period.

1. Failures include, but are not limited to, the following:

a. Structural failures.b. Deterioration of metals, metal finishes, and other materials beyond normal

weathering.

2. Warranty Period: Five years from date of Substantial Completion.

Page 15: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 3

PART 2 - PRODUCTS

2.1 MATERIALS

A. Steel: Comply with the following:

1. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M, hot-dip galvanized andpowdercoated.

2. Steel Pipe: ASTM A 53/A 53M or ASTM A 135/A 135M standard-weight, hot-dipgalvanized and powdercoated.

3. Steel Tubing: ASTM A 513, cold formed, 11 gauge, minimum tensile strength 48,000 PSI,hot-dip galvanized including inside with pure zinc meeting ASTM B-6 applied at 3.5tenths of an ounce per square foot and powdercoated.

4. Steel Sheet: ASTM A 1011/A 1011M, hot-dip galvanized not less than G60 (Z180)coating designation and powdercoated.

5. Perforated Metal: Steel sheet not less than 0.120-inch (3.0-mm) uncoated thickness; hot-dip galvanized and powdercoated; manufacturer's standard perforation pattern.

6. Expanded Metal: Manufacturer's standard carbon-steel sheets complying withASTM F 1267, Type II (expanded and flattened); deburred after expansion.

7. Woven Wire Mesh: Manufacturer's standard, with wire complying with ASTM A 510(ASTM A 510M).

B. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666; Type 304; finished on exposedfaces with No. 2B finish.

C. Opaque Plastic: Color impregnated, UV stabilized, and mold resistant.

1. Polyethylene: Fabricated from virgin plastic resin; rotationally molded HDPE, LLDPE,or MDPE with not less than 1/4-inch (6-mm) wall thickness.

D. Chain and Fittings: ASTM A 467/A 467M, Class CS, 4/0 or 5/0, welded-straight-link coil chain;hot-dip galvanized. With commercial-quality, hot-dip galvanized steel connectors and swing orring hangers.

E. Castings and Hangers: Malleable iron, ASTM A 47/A 47M, Grade 32510, hot-dip galvanized.

F. Post Caps: Cast aluminum or color-impregnated, UV-stabilized, mold-resistant polyethylene orpolypropylene; color to match posts.

G. Platform Clamps and Hangers: Zinc-plated steel, not less than 0.105-inch- (2.7-mm-) nominalthickness.

H. Hardware: Manufacturer's standard; commercial-quality; corrosion-resistant; hot-dip galvanizedsteel and iron, stainless steel, or aluminum; of a secure and vandal-resistant design.

I. Fasteners: Manufacturer's standard; corrosion-resistant; hot-dip galvanized or plated steel andiron, or stainless steel; permanently capped, and theft resistant.

Page 16: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 4

2.2 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply toproduct selection:

1. Available Products: Subject to compliance with requirements, products that may beincorporated into the Work include, but are not limited to, products specified.

2.3 PLAYGROUND EQUIPMENT FABRICATION

A. General: Provide sizes, strengths, thicknesses, wall thickness, and weights of components asindicated but not less than required to comply with structural performance and otherrequirements in ASTM F 1487. Factory drill components for field assembly. Unnecessary holesin components, not required for field assembly, are not permitted. Provide complete playstructure, including supporting members and connections, means of access and egress,designated play surfaces, barriers, guardrails, handrails, handholds, and other componentsindicated or required to comply with referenced standards for equipment indicated.

1. Composite Play Structures: Provide complete play structure, designed to be modular,linked, and expandable, forming one integral unit for more than one play activity.

B. Metal Frame: Fabricate main-frame upright support posts from metal pipe or tubing with cross-section profile and dimensions as indicated. Unless otherwise indicated, provide each pipe ortubing main-frame member with manufacturer's standard drainable bottom plate or supportflange. Fabricate secondary frame members, bracing, and connections from either steel oraluminum.

C. Play Surfaces: Provide manufacturer's standard elevated drainable decks, platforms, landings,walkways, ramps, and similar transitional play surfaces, designed to withstand loads; fabricatedfrom perforated metal made into floor units with slip-resistant foot surfaces. Fabricate units inmanufacturer's standard modular sizes and shapes to form assembled play surfaces indicated.

1. Elevated Play Surfaces: Provide protective devices, completely surrounding play surfaceexcept for access openings, if play-surface heights above protective surfacing exceedrequirements in ASTM F 1487 or CPSC No. 325.

2. Stepped Play Surfaces: Provide protective infill between stepped platforms.

D. Protective Barriers: Fabricated such that openings within the barrier and between the barrier andthe play surface preclude passage of the torso probe according to the most stringentrequirements in ASTM F 1487 and CPSC No. 325. Provide barriers designed to minimize thepossibility of climbing, free of hand- and footholds, and configured to completely surround theprotected area except for access openings. Extend barriers above the protected elevated surfacefor use by age group indicated. Fabricate from the following:

1. Welded metal pipe or tubing with vertical bars.

E. Guardrails: Provide guardrails configured to completely surround the protected area except foraccess openings. Fabricate from welded metal pipe or tubing. Extend guardrails to comply withrequirements for use by age group indicated.

Page 17: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 5

F. Handrails: Welded metal pipe or tubing.

1. Provide handrails at heights to comply with requirements for use by age group indicatedaccording to ASTM F 1487 and CPSC No. 325.

G. Roofs and Canopies: Manufacturer's standard, designed to be positioned overhead and todiscourage and minimize climbing by users.

1. Fabricated from metal or opaque plastic.

H. Signs: Manufacturer's standard sign panels, fabricated from opaque plastic with graphicsmolded in, attached to upright support posts.

2.4 FREESTANDING PLAYGROUND EQUIPMENT

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offeringproducts that may be incorporated into the Work include, but are not limited to, the basis-of-design playground equipment described at the end of this Section. If pre-qualification of otherthan the listed manufacturer’s equipment is desired, provide detailed information to Architectnot less than 7 calendar days prior to bid for consideration. Pre-qualification information mustinclude the following at a minimum:

- Plans, drawn to scale, showing proposed play equipment, extent of use zones,and fall heights of proposed equipment. Plans must demonstrate how theproposed play fits within the playground area shown.

- Plans and perspective / 3D view(s) of proposed equipment (front and rear) drawnto fit a 24X36" PDF sheet. Do not provide catalogs.

- Detailed narrative, matrix or other information describing in detail how the proposedsubstitute playground equipment meets or exceeds the play value of the specifiedequipment.

2.5 CAST-IN-PLACE CONCRETE

A. Concrete Materials and Properties: Dry-packaged concrete mix complying with ASTM C 387and mixed at site with potable water, according to manufacturer's written instructions, toproduce normal-weight concrete with a minimum 28-day compressive strength of 3000 psi(20.7 MPa), 3-inch (75-mm) slump, and 1-inch- (25-mm-) maximum-size aggregate.

2.6 FINISHES, GENERAL

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" forrecommendations for applying and designating finishes.

B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces areacceptable if they are within one-half of the range of approved Samples. Noticeable variations

Page 18: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 6

in the same piece are not acceptable. Variations in appearance of other components areacceptable if they are within the range of approved Samples and are assembled or installed tominimize contrast.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions, with Installer present, for compliance with requirements for siteclearing, earthwork, site surface and subgrade drainage, and other conditions affectingperformance.

1. Do not begin installation before final grading required for placing protective surfacing iscompleted, unless otherwise permitted by Architect.

2. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Verify locations of playground perimeter and pathways. Verify that playground layout andequipment locations comply with requirements for each type and component of equipment.

3.3 INSTALLATION, GENERAL

A. General: Comply with manufacturer's written installation instructions, unless more stringentrequirements are indicated. Anchor playground equipment securely, positioned at locations andelevations indicated.

1. Maximum Equipment Height: Coordinate installed heights of equipment andcomponents with finished elevations of protective surfacing. Set equipment so fallheights and elevation requirements for age group use and accessibility are within requiredlimits. Verify that playground equipment elevations comply with requirements for eachtype and component of equipment.

B. Post and Footing Excavation: Excavate holes for posts and footings as indicated in firm,undisturbed or compacted subgrade soil.

C. Post Set with Concrete Footing: Comply with ACI 301 for measuring, batching, mixing,transporting, forming, and placing concrete.

1. Set equipment posts in concrete footing. Protect portion of posts above footing fromconcrete splatter. Verify that posts are set plumb or at the correct angle, alignment, height,and spacing.

a. Place concrete around posts and vibrate or tamp for consolidation. Hold posts inposition during placement and finishing operations until concrete is sufficientlycured.

Page 19: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYEQUIPMENTAND STRUCTURES 116800 - 7

2. Embedded Items: Use setting drawings and manufacturer's written instructions to ensurecorrect installation of anchorages for equipment.

3. Concrete Footings: Smooth top, and shape to shed water.

3.4 FIELD QUALITY CONTROL

A. Tests and Inspections: For playground and playground equipment and components duringinstallation and at final completion and to certify compliance with ASTM F 1487 andCPSC No. 325.

B. Prepare test and inspection reports.

C. Notify Architect and Owner 48 hours in advance of date and time of final inspection.

END OF SECTION 116800

Page 20: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements
Page 21: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements
Page 22: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

0 .5 1.0

0 5'

Meters2.0 3.0

10'

LOLLICAPLOLLICAP

LOLLICAP

THEWAVE

THEGRID

OVALCRATER

ARCHLOLLICAP

LOLLICAP

LOLLICAP

LOLLICAP

LOLLICAP

THELOWARCH

ADVENTURESLITHER

SLIDESKYLINK

LOLLICAP

WACKYLOG

THEGRID

THESTUMPJUMP

CRATERWALL

OVALCRATER

WALL

DUPLEXCLIMBER

47'

46'-6"

6'-2"

6'

6'-2"

6'-6"

6'-2"

6'-2"

6'-3"

6'-2"

6'-1"

6'-8"

Total Elevated Play Activities:

Total Ground-Level Play Activities:

AccessibleElevatedActivities

AccessibleGround-Level

Activities

AccessibleGround-LevelPlay Types

Required

Provided

AD

A S

CH

EDU

LE X

X

X

X

X

X

X

X

BPaper Size

USER CAPACITY: AGE GROUP:

AREA: PERIMETER:

EQUIPMENT SIZE:

USE ZONE:

DATE:

SCALE:PROJECT NO:

FALL HEIGHT:

*PLAYGROUND SUPERVISION REQUIRED

DRAWN BY:

ASTM F1487-CPSC #325 PL

AYW

OR

LD M

IDST

ATE

S SA

LES

FLYE

R 5

New

Alba

ny, O

H

3/16"=1'-0"

E. BIRO

07-JUL-16

34'-9" x 34'-2" x 8'-9"

47'-0" x 46'-6"

1710 SqFt. 154 Ft.

8 Ft.

34 5-12

11

PLAYWORLD MIDSTATESINDIANA | MICHIGAN | OHIO

www.playworldmidstates.com1.800.367.4440

Page 23: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements
Page 24: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements
Page 25: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

0 5' 10'

PLAYCUBES

6'

6'

6'

6'27'

33'-6"

Total Elevated Play Activities:

Total Ground-Level Play Activities:

AccessibleElevatedActivities

AccessibleGround-Level

Activities

AccessibleGround-LevelPlay Types

Required

Provided

AD

A S

CH

EDU

LE 1

NA

1

0

NA

0

NA

0

BPaper Size

USER CAPACITY: AGE GROUP:

AREA: PERIMETER:

EQUIPMENT SIZE:

USE ZONE:

DATE:

SCALE:

FALL HEIGHT:

*PLAYGROUND SUPERVISION REQUIRED

DRAWN BY:

PLA

YWO

RLD

MID

STA

TES

SALE

S FL

YER

11

New

Alba

ny, O

H

PROJECT NO:1/4"=1'-0"

E. BIRO

25-JUL-16

14'-11" x 21'-6" x 10'-10"

27' x 33'-6"

631 SqFt. 93 Ft.

8'5"

40 5-12

PLAYWORLD MIDSTATESINDIANA | MICHIGAN | OHIO

www.playworldmidstates.com1.800.367.4440

Page 26: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

Playground Improvements VIRIDIS Design GroupChallenger Elementary SchoolHowell Public Schools, Howell, Michigan

PLAYGROUND SURFACING 321816.13-1

SECTION 321816.13 - PLAYGROUND SURFACING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Organic loose-fill surface.2. Rubber wear mats.3. Playground borders.

B. Related Sections include the following:

1. Division 31 Section "Earth Moving" for subbase course.

1.3 DEFINITIONS

A. Critical Height: Standard measure of shock attenuation. According to CPSC No. 325, thismeans "the fall height below which a life-threatening head injury would not be expected tooccur."

1.4 PERFORMANCE REQUIREMENTS

A. Impact Attenuation: According to ASTM F 1292.

B. Accessibility of Surface Systems: According to ASTM F 1951.

C. Minimum Characteristics for Organic Loose-Fill Surfaces: According to ASTM F 2075.

1.5 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Show the following:

1. Installation details for curbs, ramps, and accessories.

C. Samples for Initial Selection: For each type of playground surface system indicated.

Page 27: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

PLAYGROUND SURFACING 321816.13-2

1. Include similar Samples of playground surface system and accessories involving colorselection.

D. Material Test Reports: For the following, from a qualified testing agency, indicatingcompliance with requirements:

1. Organic loose-fill surface.

E. Material Certificates: For each playground surface system product, signed by manufacturers.

F. Field quality-control test reports.

G. Maintenance Data: For playground surface system to include in maintenance manuals.

H. Warranty: Special warranty specified in this Section.

1.6 QUALITY ASSURANCE

A. Installer Qualifications: An employer of workers trained and approved by manufacturer.

B. Source Limitations: Obtain playground surface system materials through one source from asingle manufacturer.

C. Standards and Guidelines: Comply with CPSC No. 325, "Handbook for Public PlaygroundSafety"; ASTM F 1292; and ASTM F 1487.

1.7 PROJECT CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weatherconditions permit playground surface system installation to be performed according tomanufacturers' written instructions and warranty requirements.

1.8 COORDINATION

A. Coordinate installation of playground surface systems with existing and new playgroundequipment.

1.9 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair orreplace components of playground surface system that fail in materials or workmanship withinspecified warranty period.

1. Failures include, but are not limited to, the following:

a. Reduction in impact attenuation.b. Deterioration of surface and other materials beyond normal weathering.

Page 28: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

PLAYGROUND SURFACING 321816.13-3

2. Warranty Period: Five years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply toproduct selection:

1. Available Products: Subject to compliance with requirements, products that may beincorporated into the Work include, but are not limited to, products specified.

2.2 ORGANIC LOOSE-FILL SURFACE

A. Engineered Wood Fibers: Random-sized wood fibers, in manufacturer's standard fiber size,approximately 10 times longer than wide; containing no bark, leaves, twigs, or foreign or toxicmaterials according to ASTM F 2075; graded according to manufacturer's standard specificationfor material consistency for playground surfaces and for accessibility according toASTM F1951.

1. Available Products:

a. Fibar, Inc.; Fibar System.b. GameTime; GT Impax Fiber.c. Sof'Fall Incorporated; Sof'Fall.d. Zeager Bros., Inc.; Wood Carpet.

2. Critical Height: As required for new play equipment.3. Uncompressed Material Depth: Minimum 12” compacted depth, but not less than as

required for critical height indicated.

2.3 LOOSE-FILL ACCESSORIES

A. Drainage/Separation Geotextile: Nonwoven, needle-punched geotextile, manufactured forsubsurface drainage applications and made from polyolefins or polyesters; complying with thefollowing minimum properties determined according to ASTM D 4759 and referenced standardtest methods:

1. Weight: 4 oz./sq. yd. according to ASTM D 5261.2. Water Flow Rate: 100 gpm/sq. ft. according to ASTM D 4491.

B. Stabilizing Mats: Manufacturer's standard, water-permeable rubber mats tested for impactattenuation according to ASTM F 1292, and rated for use in the following locations:

1. 2" below finished grade in front of each slide exit.2. 2" below finished grade under each swing seat.3. At finished grade around transfer stations at accessible perimeter.4. Size: 48 by 48 inches (1200 by 1200 mm).

Page 29: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

PLAYGROUND SURFACING 321816.13-4

5. Color(s): As selected by Architect from manufacturer's full range.

2.4 PLAYGROUND BORDERS

A. Provide plastic border timbers (4’ long x 4” wide x 12” tall) including galvanized steelinstallation stakes.

PART 3 - EXECUTION

3.1 PREPARATION

A. General: Prepare substrates to receive surfacing products according to playground surfacesystem manufacturer's written instructions. Verify that substrates are sound and without highspots, ridges, holes, and depressions.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION, GENERAL

A. General: Comply with playground surface system manufacturer's written installationinstructions. Install playground surface system over area and in thickness indicated.

3.3 GEOSYNTHETIC INSTALLATION

A. General: Install geosynthetics according to playground surface system manufacturer's andgeosynthetic manufacturer's written instructions.

1. Geotextiles: Completely cover area indicated, overlapping sides and edges a minimum of8 inches with manufacturer's standard treatment for seams.

3.4 INSTALLATION OF LOOSE-FILL PLAYGROUND SURFACE SYSTEMS

A. Loose Fill: Place playground surface system materials including manufacturer's standardamount of excess material for compacting mechanically to required depths after installation ofplayground equipment support posts and foundations.

B. Compacting and Grading: Uniformly compact and grade loose-fill according to manufacturer'swritten instructions to an even surface free from irregular surface changes as indicated.

C. Stabilizing Mats: Coordinate installation of mats with placing and compacting of loose fill.

D. Finish Grading: Hand rake to a smooth finished surface and to required elevations.

Page 30: PROJECTMANUAL - Bid4Michigan · PROJECTMANUAL PlaygroundImprovements ChallengerElementarySchool Owner: HowellPublicSchools Howell,Michigan48843 Issued10/27/16. PlaygroundImprovements

PLAYGROUND SURFACING 321816.13-5

3.5 INSTALLATION OF PLAY BORDERS

A. Set borders at indicated elevations and secure using manufacturer’s standard stakes.

3.6 FIELD QUALITY CONTROL

A. Testing Agency: Owner may engage a qualified independent testing and inspecting agency toperform field tests and inspections and prepare test reports.

B. Testing Services: Testing and inspecting of completed applications of playground surfacesystem shall take place according to ASTM F 1292.

C. Remove and replace applications of playground surface system where test results indicate that itdoes not comply with requirements.

D. Additional testing and inspecting, at Contractor's expense, will be performed to determinecompliance of replaced or additional work with requirements.

END OF SECTION 321816.13