HomeMy WebLinkAboutCunningham Recreation3 LBS
FROM:
CINDY PASQUA�.�LLI
(800) 438-2780
CUNNINGHr`A RECREATION
5932 OL'D PINEVILLE ROAD
CHAR' OTTE NC 28217
SHIP TO:
CITY CLERK'S OFFICE
(319) 2914370
CITY OF WATERLOO
715 MULBERRY
REET
WATERLOO IA 50703
1 OF 1
C13/1-COL09 VI 001831VM
tS
ARIN111111 Gil
001d31YM 10 AlfO
iA5t7 9-11
ESN
UPS NEXT DAY 3AIR 1
TRACKING #: 1Z 217 831
01 401 86E7
F1A2-01BY1Ov`k:5 'ar1<
Due IZ-1- n 1
\\lllll\l\\llllllli\ll1
BILLING: P/P
sof f aci n5 P>' c j e c i
wt
CITY CLERKS ,
dr '7017 t5^iff',9c045,
WS 20.0.20 Canon IR -ADV 93.0A 1012017
11 lien'
FORM OF BID OR PROPOSAL
FY2018 MARK'S PARK RESURFACING PROJECT
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
1. The undersigned, being a Corporation existing under the laws of the State of VA a
Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with
the existing conditions on the project area affecting the cost of the work, and with all the
contract documents listed in the Table of Contents and Addenda (if any), as prepared by
INVISION Architecture and now on file in the office of the City Clerk, City Hall, Waterloo,
Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials,
machinery, tools, appurtenances, equipment, and services, including utility and
transportation services required to construct and complete this FY2018 MARK'S PARK
RESURFACING PROJECT, all in accordance with the above -listed documents and for the
bid and alternates.
BASE BID
A. Having examined the Place of The Work and all matters referred to in the
Instructions to Bidders and the Contract Documents prepared by INVISION, JP -
SE and Modus Engineering for the above mentioned project, we, the
undersigned, hereby offer to enter into a Contract to perform the Work for the
Base Bid listed in this bid form of:
Sixty thousand seven hundred twenty six and --- 00/100
B.
dollars
($ 50.725.00 ), in lawful money of the United States of America.
C. We have included the required security deposit as required by the Instruction to
Bidders.
ALTERNATES
A. Alternates identified here will be reviewed and accepted or rejected at
Owner's option. Accepted alternates will be identified in the Owner -
Contractor Agreement.
B. ALTERNATE NO. 1 — Demolish and remove all existing rubber surfacing
and rubber base material.
ADD the Sum of
Eleven thousand forty five and --- 00/100 dollars
($ 11,045.00
FORM OF BID OR PROPOSAL Page 1 of 2
FY2018 MARK'S PARK RESURFACING
2. In submitting this bid, the bidder understands that the right is reserved by the City of
Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is
mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the
opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned
agrees to execute and deliver an agreement in the prescribed form and furnish the
required bond and certificate of the insurance within ten (10) days after the agreement is
presented to him for signature, and start work within ten (10) days after "Notice to
Proceed" is issued.
3. Security in the sum of 5% of Bid
Dollars ($ ) in the form of Bid Bond
is submitted herewith in accordance with the
INSTRUCTIONS TO BIDDERS.
4. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
5. The bidder has received the following Addendum or Addenda:
Addendum No. nla
Date
6. The bidder has filled in all blanks on this proposal. Those blanks not applicable are
marked "none" or "NA".
7. The bidder has attached all applicable forms.
Cunningham Associates Inc dba Cunningham Recreation 12-4-17
(Name of Bidder) (Date)
By: 24,,„ 1 F2eGet.t Timothy Kisgen
Official Address: (Including Zip Code):
PO Box 240981, Charlotte, NC 28224
Title:
Sales Associate
I.R.S. No.
54-0883979
FORM OF BID OR PROPOSAL Page 2 of 2
FY2018 MAR'K'S PARK RESURFACING
Contractor Name
Address
Contractor Type:
City of Waterloo
Iowa Construction Sales Tax Exemption
Contractor Information Required
Cunningham Associates Inc dba Cunningham Recreation
PO Box 240981, Charlotte, NC 28224
Prime X Subcontractor
Federal Employer Identification Number
Project Name
Project Description
Description of Work:
X
54-0883979
FY2018 Mark's Park Resurfacing
Furnish & install poured rubber surfacing in existing play area at Mark's Park.
Alternate for removal and disposal of existing rubber surfacing.
Brickwork
Carpentry
Concrete
Drywall -Plaster -Insulation
Electrical
Excavation/Grading
Flooring - outdoor safety surface
Heavy Construction
Heating -Ventilating -Air Conditioning
x
Landscaping
Painting
Paving
Plumbing
Roofing -Siding -Sheet Metal
Windows
Wrecking -Demolition
Other (Please specify)
Demo
Sales Tax Exemption Info.xls Contractor Info Updated 4/14/04
Surety
Support Services, Inc.
December 4, 2017
Courtney Stirewalt
Cunningham Associates, Inc.
PO Box 240981
Charlotte, NC 28224
RE: FY2018 Mark's Park Resurfacing Project
Dear Courtney:
Enclosed is the bid bond for the above. Please review it for accuracy and let us know the bid results as
soon as they become available.
Thank you,
Chrissy Flavin
Surety Support Services, Inc.
7255 W. 981" Terrace, Suite 170
Overland Park, KS 66212
1-866-385-7760
Fax: 913-937-9486
SuretySS.com
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Cunningham Associates, Inc.
as Principal, and Hartford Fire Insurance Company
as Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal
sum Five Percent (5%) of the Amount Bid dollars
($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made,
we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these
presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying
bid dated the 7th day of December , 20 17 , for FY2018 Mark's Park Resurfacing Project
NOW, THEREFORE,
a) If said Bid shall be rejected, or in the alternate,
b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and
shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall
be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or
execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of
them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed
by their proper officers this 7th day of December , A.D. 20 17
Cunningham Associates, Inc.
Witness
Witness Christine M. Flavin
moi% (Seal)
Principal
By /i'C-I /4d%/ i2e '7 (Title)
Hartford Fire Insurance Company (Seal)
Surety
Attorney -In -Fact - Zachary R. Bradley
BID BOND PAGE 1 OF 1
Direct Inquiries/Claims to:
POWEROF ATTORNEY THE ONE HABD,RTFOf HARTFORD
HARTFORD, CONNECTICUT 06155
call: 888-266-3488 or fax: 860-757-5835
Agency Code: 37-276328,37-276329 & 37-276330
KNOW ALL PERSONS BY THESE PRESENTS THAT:
X
X
X
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Gary E. Bradley, Mary K. Angerman, Zachary R. Bradley
of
Overland Park, KS
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
Scott Sadowsky, Assistant Secretary
STATE OF CONNECTICUT }
COUNTY OF HARTFORD
On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
ss. Hartford
M. Ross Fisher, Assistant Vice President
CERTIFICATE
Scott E. Paseka
Notary Public
My Commission Expires October 31, 2012
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 7,2017 .
Signed and sealed at the City of Hartford.
ii
.
u�(�',vt� 6-
Gary WStumper, Assistant Vice President
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Cunningham Associates, Inc.
as Principal, and Hartford Fire Insurance Company
as Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal
sum Five Percent (5%) of the Amount Bid dollars
($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made,
we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these
presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying
bid dated the 7th day of December , 20 17 , for FY2018 Mark's Park Resurfacing Project
NOW, THEREFORE,
a) If said Bid shall be rejected, or in the alternate,
b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and
shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall
be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or
execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of
them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed
by their proper officers this 7th day of December , A.D. 20 17 .
Cunningham Associates, Inc
(Seal)
Principa
Witness
By 9/C,, I/'77 (Title)
Hartford Fire Insurance Company
Surety
B
(Seal)
Witness Christine M. Flavin Attorney -In -Fact - Zachary R. Bradley
BID BOND PAGE 1 OF 1
Direct Inquiries/Claims to:
POWER OF ATTORNEY oN ORD
T-4 HARTFORD A
HARTFORD, CONNECTICUT 06155
call: 888-266-3488 or fax: 860-757-5835
Agency Code: 37-276328,37.276329 & 37-276330
KNOW ALL PERSONS BY THESE PRESENTS THAT:
X
X
X
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Gary E. Bradley, Mary K. Angerman, Zachary R. Bradley
of
Overland Path, KS
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
Scott Sadowsky, Assistant Secretary
STATE OF CONNECTICUT }
COUNTY OF HARTFORD
On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
ss. Hartford
M. Ross Fisher, Assistant Vice President
CERTIFICATE
Scott E. Paseka
Notary Public
My Commission Expires October31, 2012
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 7,2017 .
Signed and sealedat the City of Hartford.
Gary W. Stamper, Assistant Vice President
. r111P•I PLAN,.
CUNNINGHAM RECREATION
Cunningham Recreation
PO Box 240981
Charlotte, NC 28224
800.438.2780
704.525.7356 FAX
www.cunninghamrec.com
FY2018 Mark's Park Resurfacing Project Bid
City of Waterloo - Waterloo Leisure Services
Attn: Travis Nichols
1101 Campbell Avenue
Waterloo, IA 50701
Phone: 319-291-4370
Fax: 319-291-4297
travis.nichols@waterloo-ia.org
QUOTE
#128142
12/05/2017
Project #: P91014
Ship To Zip: 50701
Quantity Part # Description
Unit Price Amount
1
GTPIP
1 DUMPSTER
1 SECURITY
1 INSTALL
Sport Surface - 3123 SF Poured in Place
Rubber Surfacing, thickness varies, 100%
Color Per Plans w/ Graphics -
• Price includes materials, shipping, and
installation.
• 2329 SF @ 4.75" Thickness for 10' CFH
(will taper down to 4.5" at entrances for
ADA access)
• 792 SF @ 1/2" cap only over concrete
Sport Surface - Dumpster Rental for Trash
Removal
Sport Surface - Site Security after Installation
MISC - Performance & Payment Bonds
ALTERNATE:
Add $11,045 to Remove/Dispose Existing
Surfacing
Site must be free of obstructions and accessible
$57,143.00
$750.00
$1,125.00
$1,708.00
$57,143.00
$750.00
$1,125.00
$1,708.00
SubTotal: $60,726.00
Total Amount: $60,726.00
Pricing: Prices are firm for 30 days unless otherwise noted. Above costs assume one shipment and one installation unless otherwise noted. Taxes
will be shown as a separate line item if included. Any applicable taxes not shown will be applied to final invoice.
Lead Time/Shipment: Standard orders shipped 4 weeks after receipt of order and acceptance of your purchase order, color selections, approved
submittals,(if required)unless otherwise noted. Custom equipment and shades may require a longer lead time. Surfacing lead time is
approximately 2 weeks after scheduling request. It is the responsibility of the owner to offload and inventory equipment, unless other
arrangements have been made. Missing or damaged equipment must be reported within 60 days of acceptance of delivery. Equipment may be
sent in multiple shipments based on point of origin.
Payment Terms: Net 30 days subject to approval by Credit Manager. A signed P.O. made out to Cunningham Recreation or this signed
quotation is required for all orders unless otherwise noted. A 1.5% per month finance charge will be imposed on all past due accounts. Equipment
shall be invoiced separately from other services and shall be payable in advance of those services and project completion. Checks should be made
payable to Cunningham Recreation unless otherwise directed.
Acceptance of this proposal indicates your agreement to the terms and condition stated herein.
Page 1 of 2
0' u1 SDr, •BUV,I PLAY I
CUNNINGHAM
RECREATION
Cunningham Recreation
PO Box 240981
Charlotte, NC 28224
800.438.2780
704.525.7356 FAX
www.cunninghamrec.com
FY2018 Mark's Park Resurfacing Project Bid
Acceptance of quotation:
Accepted By (printed):
Title:
Date:
P.O. No:
Telephone: Fax:
Purchase Amount: $60,726.00
SALES TAX EXEMPTION CERTIFICATE #:
(PLEASE PROVIDE A COPY OF CERTIFICATE)
Salesman Signature Customer Signature
ORDER INFORMATION:
Bill to: Ship to:
Contact: Contact:
Address: Address:
Address: Address:
City, State, Zip: City, State, Zip:
Tel: Fax: Tel: Fax:
Page 2 of 2
QUOTE
#128142
12/05/2017
Copyright 2009 AIA Master Spec Full Length 08/09
SECTION 321816 - PLAYGROUND PROTECTIVE SURFACING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Unitary synthetic poured dual density rubber seamless surface
B. Related Sections:
1. Division 31 Section "Earth Moving" for filling and grading and for [drainage course]
[drainage/separation geo textiles] [and sub base courses].
2. Division 33 Section "Sub drainage" for playground sub drainage system.
1.3 DEFINITIONS
A. Critical Height: Standard measure of shock attenuation. According to CPSC No. 325, this means
"the fall height below which a life-threatening head injury would not be expected to occur."
B. TPV: Thermoplastic Vulcanizate.
1.4 PERFORMANCE REQUIREMENTS
A. Impact Attenuation: According to ASTM F 1292-13 or latest version.
B. Accessibility of Surface Systems: According to ASTM F 1951-13 or latest version.
C. IPEMA certified: Product and crew chiefs must be IPEMA certified
1.5 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. LEED Submittals:
PLAYGROUND PROTECTIVE SURFACING 321816 - 1
Copyright 2009 AIA Master Spec Full Length 08/09
1. Product Data for Credit MR 4: For products having recycled content, documentation
indicating percentages by weight of postconsumer and preconsumer recycled content.
Include statement indicating cost for each product having recycled content.
C. Shop Drawings: For each playground surface system, include materials, plans, cross sections,
drainage, installation, and edge termination. Include patterns made by varying colors of surfacing.
Include details of graphics.
D. Samples for Initial Selection:
1. Include similar samples of playground surface system and accessories involving color
selection.
E. Samples for Verification: For each type of playground surface system indicated.
1. Minimum 4 inch disc Sample of synthetic rubber seamless surface.
F. Product Schedule: For playground surface systems.[ Use same designations indicated on
Drawings.]
1.6 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Plans, drawn to scale, on which the following items are shown and
coordinated with each other, using input from Installers of the items involved:
1. Extent of surface systems and use zones for equipment.
2. Critical heights for playground surfaces and fall heights for equipment.
B. Qualification Data: For qualified Installer and testing agency.
C. Product Certificates: For each type of unitary synthetic playground surface system, from
manufacturer.
D. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified
testing agency, for each unitary synthetic playground surface system. Product must be IPEMA
certified.
E. Field quality -control reports.
F. Warranty: Sample of Warranty. Minimum of 5 years not pro -rated. A 10 year non prorated
warranty must also be available to include yearly maintenance.
1.7 CLOSEOUT SUBMITTALS
A. Maintenance Data: For playground surface system to include in maintenance manuals.
B. Material Certificates: Material certificates will be filled out and signed by specified
manufacturer/supplier that specified materials were shipped and in proper amounts for
square footage/thickness/color.
PLAYGROUND PROTECTIVE SURFACING 321816 - 2
Copyright 2009 AIA Master Spec Full Length 08/09
1.8 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents.
1.9 QUALITY ASSURANCE
A. Installer Qualifications: An employer of workers trained and approved by manufacturer.
Crew Chief must be IPEMA Certified.
B. Source Limitations: Obtain playground surface system materials, including primers and binders,
from manufacturer specified
1. Provide secondary materials including adhesives, primers, and repair materials of type and
from source recommended by manufacturer of playground surface system materials.
C. Standards and Guidelines: Comply with CPSC No. 325, "Handbook for Public Playground
Safety"; ASTM F 1292; and ASTM F 1487.
1.10 PROJECT CONDITIONS
A. Weather Limitations: Proceed with installation only when existing and forecasted weather
conditions permit playground surface system installation to be performed according to
manufacturers' written instructions and warranty requirements. Temperature should be 40
degrees and rising during the installation period. The installer shall have sole discretion
based off of their judgement to proceed or to halt the installation based on their judgement.
1.11 WARRANTY
A. Warranty Period: Five years from Substantial date of completion.
1. Failures include, but are not limited to, the following:
a. Failure for impact attenuation as per ASTM 1292-13
b. Deterioration of surface and other materials beyond normal weathering and wear
c. Excessive UV fade/Loss of color
2. Impact attenuation warranted for 5 years
PART 2 - PRODUCTS
2.1 UNITARY SYNTHETIC DUAL -DENSITY SEAMLESS SURFACE <Insert drawing
designation>
A. Surface System: Poured -in-place, two -layer system with wearing course over cushion course.
Provide manufacturer's standard thickness for each layer as required for overall thickness
PLAYGROUND PROTECTIVE SURFACING 321816 - 3
Copyright 2009 AIA Master Spec Full Length 08/09
indicated, tested for impact attenuation according to ASTM F 1292-04 and for accessibility
according to ASTM F 1951.
1. Products: Subject to compliance with requirements, provide the following:
Sport Surface Specialties, Dura Turf ® PIP
PO BOX 577
East Aurora, NY 14052
716-652-2039 office
716-805-1450 fax
www.sportsurface.net
2. Wearing Course: Minimum Y2" thick after troweling using TPV granules 1-3.5mm
manufactured by Rosehill Polymers as distributed by American Recycling Center in
Owosso, Michigan. A 5/8" rod will be used to level the material so that when troweled
it will be '/" thick. Urethane shall be 11.5 lbs per 551b bag or 21% of the weight of the
rubber used if partial bags are required. All colors must be UV stable for a minimum of 5
years. Polymer content must be 25% minimum. EPDM is not an equal. Aliphatic grout
or .5 to 1.5mm granules will be applied under all high impact areas. Tiles will not be
allowed. Wear mats will not be allowed.
Cushion Course: Manufacturer's standard formulation of 5/8" chunk rubber with correct
amount of urethane for impact attenuation and longevity. Chunk rubber may not be
recycled SBR rubber from tires. It must be high quality virgin derived rubber that is pre
consumer recycled product.
3. Binder: Weather -resistant, flexible, non -hardening, 100 percent solids polyurethane
complying with requirements of authorities having jurisdiction for nontoxic and low VOC
content. Binders allowed are Prem Arc urethanes as distributed by American Recycling
Center in Owosso, Michigan. No TDI urethanes will be permitted.
4. Critical Height: [4 feet (1.2 m)] [5 feet (1.5 m)] [6 feet (1.8 m)] [7 feet (2.1 m)] [8 feet
(2.4 m)] [9 feet (2.7 m)] [10 feet (3 m)] [12 feet (3.7 m)] [As indicated] <Insert
dimension>.
5. Overall Thickness: Not less than [as required for critical height indicated] [1-1/2 inches
(4')] [2 inches (5')] [2-1/2 inches (6')] [3 inches (7')] [3-1/2 inches (8')] [4 inches (9')]
[4-1/2 inches (10')] [5 inches (12')
6. Primer/Adhesive: Manufacturer's standard primer and weather -resistant, moisture -cured
polyurethane adhesive suitable for unit, substrate, and location indicated.
7. Wearing Course Color(s): [As indicated 1
a. Color [Pattern] [Graphics]: As indicated on Drawings.
B. Leveling and Patching Material: Portland cement -based grout or epoxy- or polyurethane -based
formulation suitable for exterior use and approved by playground surface system manufacturer.
PLAYGROUND PROTECTIVE SURFACING 321816 - 4
Copyright 2009 AIA Master Spec Full Length 08/09
PART 3 - EXECUTION
3.1 EXAMINATION:
Examine substrates and conditions, with Installer present, for compliance with requirements for
maximum moisture content, sub grade and substrate conditions, drainage, and other conditions
affecting performance of the Work. Drainage at the low end of the site is of the utmost
importance. Any brick or concrete walls or curbs at the low end of the area to receive the play
surface must have drainage access via weep holes. Weep holes must extend a minimum of 2
inches above the top of the new concrete slab and a minimum of 1/8" below the top of the new
concrete slab. The latter is necessary because the rubber surfacing system is porous and water
will permeate (drain downward) to the concrete slab.
A. Hard -Surface Substrates: Verify that substrates are satisfactory for unitary playground surface
system installation and that substrate surfaces are dry, cured, and uniformly sloped to drain within
recommended tolerances according to playground surface system manufacturer's written
requirements for cross-section profile.
1. Asphalt Substrates: Verify that substrates are dry, sufficiently cured to bond with adhesive,
free from surface defects, and free of dust, dirt, loose particles, grease, oil, and other
contaminants incompatible with playground surface system or that may interfere with
adhesive bond.
2. Concrete Substrates: Verify that substrates are dry, free from surface defects, and free of
laitance, glaze, efflorescence, curing compounds, form -release agents, hardeners, dust, dirt,
loose particles, grease, oil, and other contaminants incompatible with playground surface
system or that may interfere with adhesive bond. Determine adhesion, dryness, and acidity
characteristics by performing procedures recommended in writing by playground surface
system manufacturer.
3. Stone Substrates: Verify that substrates are a minimum of 4" thick with proper drainage
and compacted to 95%. Stone used shall be 3" #57 stone topped with ''A" crushed stone or
suitable equivalent approved by manufacturer and shall vary no more than 1/8" within a
10' radius. Core drillings for equipment poles shall be filled flush to the top of the stone
with concrete to prevent sinkholes after installation of PIP surface.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. General: Prepare substrates to receive surfacing products according to playground surface system
manufacturer's written instructions. Verify that substrates are sound and without high spots,
ridges, holes, and depressions.
PLAYGROUND PROTECTIVE SURFACING 321816 - 5
Copyright 2009 AIA Master Spec Full Length 08/09
B. [Concrete] [Asphalt] [Stone] Substrates: Provide sound surface free of laitance, efflorescence,
curing compounds, and other contaminants incompatible with playground surface system.
1. Repair unsatisfactory surfaces and fill holes and depressions.
2. Mechanically scarify or otherwise prepare concrete substrates to achieve recommended
degree of roughness.
3. Saw cut [concrete] [asphalt] for terminal edges of playground surface systems as
indicated.
4. Treat control joints and other nonmoving substrate cracks to prevent telegraphing through
playground surface system.
5. Confirm slope and drainage are correct and in place.
3.3 INSTALLATION, GENERAL
A. General: Comply with playground surface system manufacturer's written installation
instructions. Install playground surface system over area and in thickness indicated.
3.4 INSTALLATION OF SEAMLESS PLAYGROUND SURFACE SYSTEMS
A. Seamless Surface: Mix and apply components of playground surface system according to
manufacturer's written instructions to produce a uniform, monolithic wearing surface and impact -
attenuating system of total thickness indicated.
1. Poured Cushion Course: Spread evenly over primed substrate to form a uniform Layer
applied at manufacturer's standard spreading rate in one continuous operation, with a
minimum of cold joints. Thickness of cushion course should meet ASTM 1292-04
guidelines and shall be a minimum of 1" thick. Varying thickness [is] [is not] allowed to
match fall height. If varying thickness not allowed then the specified thickness is
[enter here].
2. Intercoat Primer: Over cured cushion course, apply primer at manufacturer's standard
spreading rate.
3. Wearing Course: Spread over primed base course to form a uniform layer applied at
manufacturer's standard spreading rate in one continuous operation and, except where color
changes, with [no] [a minimum of] cold joints. Finish surface to produce manufacturer's
standard wearing -surface texture. Minimum thickness of wear course shall be '''A" after
being trowled. A minimum of 5/8 screed rod shall be used when leveling wear course.
a. Where [colored pattern is] [graphics are] indicated, place adjacent colored
material as soon as placed colored material is sufficiently cured, using primer or
adhesive if required by manufacturer's written instructions.
4. Edge Treatment: [Flush] [Extended surface course] [Saw -cut base and vertical pour]
[As indicated]. Fully adhere edges to substrate with full coverage of substrate. Maintain
fully cushioned thickness required to comply with safety performance requirements.
PLAYGROUND PROTECTIVE SURFACING 321816 - 6
Copyright 2009 AIA Master Spec Full Length 08/09
3.5 FIELD QUALITY CONTROL
A. Testing Agency: [Owner will engage] [Engage] a qualified testing agency to perform tests and
inspections.
B. Testing Services: Testing and inspecting of completed applications of playground surface system
shall take place according to ASTM F 1292-04 or latest version.
C. Remove and replace applications of playground surface system where test results indicate that it
does not comply with requirements.
D. Additional testing and inspecting, at Contractor's expense, will be performed to determine
compliance of replaced or additional work with requirements.
3.6 PROTECTION
A. Provide protection of surface during curing process.
END OF SECTION 321816
PLAYGROUND PROTECTIVE SURFACING 321816 - 7