Loading...
HomeMy WebLinkAbout31-23 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 31-23 File Number: 2023-367 LANDSCAPE STRUCTURES, INC., GULLEY PARK: A RESOLUTION TO AUTHORIZE A CONTRACT WITH LANDSCAPE STRUCTURES, INC. IN THE AMOUNT OF $734,936.97, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING AGREEMENT, FOR PLAYGROUND, SPLASH PAD, AND RELATED IMPROVEMENTS AT GULLEY COMMUNITY PARK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $80,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Landscape Structures, Inc., a copy of which is attached to this Resolution, in the amount of $734,936.97, pursuant to a Sourcewell cooperative purchasing agreement, for playground, splash pad and related improvements at Gulley Community Park, and further approves a project contingency in the amount of $80,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on February 7, 2023 Attest: ,,NrAC,96**4* I/D fi K r Kara Paxton, City efork Treasu er r Ste• • � Page 1 CITY OF W41iFAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 7, 2023 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Alison Jumper, Parks & Recreation Director FROM: Ted Jack, Park Planning Superintendent DATE: CITY COUNCIL MEMO SUBJECT: Gulley Park Playground and Splash Pad Improvements (Part 1) RECOMMENDATION: 2023-367 Approval of a Sourcewell public procurement contract with Landscape Structures, Inc for playground and splash pad and related improvements for Gulley Community Park for a contract amount of $734,936.97 and a $80,000 project contingency and to recognize PLD funds, recognize Outdoor Recreation Grant Program funds, and approval of a budget adjustment. BACKGROUND: Gulley Community Park is one of the most popular parks in the city. The playground area is aged and in need of replacement. Improvements vetted through the park master planning process include an expanded playground area, small interactive fountain, pavilion and other related improvements. This project was publicly bid in October of 2022 (Bid 22-46) with two bids significantly overbudget. Subsequently the city explored using service community cooperatives, Sourcewell and Omnia, as a means of moving the project forward. DISCUSSION: Using the Sourcewell Community Contract, which is a contract designed to pool purchasing power of government units, has proved beneficial and reduced costs. The terms of the Sourcewell contract require breaking the project into two contracts for the two main vendors providing the equipment. ACS Playground Adventures will serve as the assembly and installation trade on the project for both parts. This Part 1 Agenda packet is primarily for the playground equipment and interactive fountain work to be done by Landscape Structures. Part 2 is for the pavilion and shade structures. Approval of this contract and the contract for the pavilion are required to move the project forward. Not all work planned is able to be done with the Sourcewell Contract and some items such as the bag toss area, connecting walks, a sitting area, landscaping and irrigation will be done through a separate bid package to complete the project. BUDGET/STAFF IMPACT: The total cost of Part 1 and 2 is $1,329,996.07. The Arkansas Department of Parks, Heritage, and Tourism, Outdoor Recreation Grant Program (Resolution 60-22) is providing $220,000 of the funding for this project (including Part 2). The remaining funding comes from $722,325.00 in HMR and $387,671.07 in Park Land Dedication. Account Project Amount Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 2250-520-9256-5806.00 13001.1803 $213,807.00 2250-520-9255-5806.00 13001.1803 $521,129.97 Total PO $734,936.97 ATTACHMENTS: 2023-367 SRF Gulley Park splash pad playground, Signed LSI Agreement, 2023-367 BA Gulley Park splash pad & playground, Appendix A - Sourcewell Contract 012621-PPC, Appendix B - LSI Proposal, Appendix C Gulley Project Manual P1 LSI, Appendix C Drawings, Appendix D Gulley Work Areas Diagram Sourcewell, Appendix E Gulley Work Clarification, Appendix F Gulley Poligon Schedule of Values Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 - Legislation Text File #: 2023-367 Gulley Park Playground and Splash Pad Improvements (Part 1) A RESOLUTION TO AUTHORIZE A CONTRACT WITH LANDSCAPE STRUCTURES, INC. IN THE AMOUNT OF $734,936.97, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING AGREEMENT, FOR PLAYGROUND, SPLASH PAD, AND RELATED IMPROVEMENTS AT GULLEY COMMUNITY PARK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $80,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Landscape Structures, Inc., a copy of which is attached to this Resolution, in the amount of $734,936.97, pursuant to a Sourcewell cooperative purchasing agreement, for playground, splash pad and related improvements at Gulley Community Park, and further approves a project contingency in the amount of $80,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. Page 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 31-23 File Number: 2023-367 LANDSCAPE STRUCTURES, INC., GULLEY PARK: A RESOLUTION TO AUTHORIZE A CONTRACT WITH LANDSCAPE STRUCTURES, INC. IN THE AMOUNT OF $734,936.97, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING AGREEMENT, FOR PLAYGROUND, SPLASH PAD, AND RELATED IMPROVEMENTS AT GULLEY COMMUNITY PARK, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $80,000.00, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Landscape Structures, Inc., a copy of which is attached to this Resolution, in the amount of $734,936.97, pursuant to a Sourcewell cooperative purchasing agreement, for playground, splash pad and related improvements at Gulley Community Park, and further approves a project contingency in the amount of $80,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on February 7, 2023 Approved: Lioneld Jordan, Mayor Attest: Kara Paxton, City Clerk Treasurer Page 1 Ted Jack Submitted By City of Fayetteville Staff Review Form 2023-367 Item ID Feburary 7, 2023 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/19/2023 PARKS & RECREATION (520) Submitted Date Division / Department Action Recommendation: Approval of a Sourcewell public procurement contract with Landscape Structures, Inc for playground and splash pad and related improvements for Gulley Community Park for a contract amount of $734,936.97 and a $80,000 project contingency and to recognize PLD funds, recognize Outdoor Recreation Grant Program funds, and approval of a budget adjustment. 2250.520.9255-5806.00 2250.520.9256-5806.00 Account Number 13001.1803 Project Number Budgeted Item? Yes Does item have a direct cost? Yes Is a Budget Adjustment attached? Yes Budget Impact: Parks Development Fund Community Park Improvements - Gulley Park Splash Pad & Playground Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 2,079,578.13 $ 459,131.12 1,620,447.01 $ 814,936.97 $ 607,671.00 ') 1,413,181.04 V20221130 Purchase Order Number: Change Order Number: Original Contract Number: Previous Ordinance or Resolution # Approval Date: Comments: This is part 1 (2023-367 and 2023-368 items are two parts of one). Note the project contingency amounts in parts 1 and 2 are for both projects. The BA in Part 1 is for both parts. DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contractor: Landscape Structures, Inc. Contract Name/Title: Construction — Gulley Park Improvements Contract No.: THIS AGREEMENT is dated as of the day of in the year 20&5by and between The City of Fayetteville, Arkansas and Landscape Structures, Inc. (her ' after called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall compete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The project includes, but not limited to, expansion of the playground, new pavilion, interactive fountain, play areas, walks, landscaping, boulder work, lighting, drainage, sitting walls, safety surfacing, and other improvements as indicated in the construction documents. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by Landscape Architects and Engineers employed by the City of Fayetteville, Arkansas. The Landscape Architect/Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Landscape Architect/Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500- 1 DOCUMENT 00500 —AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 330 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 30 calendar days after the substantial completion date. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the remainder of the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices in the Proposal which is hereto attached, as well as the 00500 Agreement 00500-2 DOCUMENT 00500 —AGREEMENT (continued) Schedule of Values (Appendix F), for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. The Schedule of Values is included to allocate costs between Contractors for their relative portion of the Work. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Landscape Architect / Engineer, on or about the same day each month during construction. All such payments will be measured by the schedule of values (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Landscape Architect / Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 00500 Agreement 00500-3 DOCUMENT 00500 —AGREEMENT (continued) a. 95% of Work Completed (with the balance being retainage). b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Landscape Architect / Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Appendices and other related data identified in the Contract Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) D. Contractor or a major sub of the contractor shall be experienced in playground construction and be a Certified Playground Safety Inspector (CPSI) or employ a CPSI. Contractor shall insure that the playground construction and playground equipment is installed and constructed to meet relevant playground standards including but not limited to the most up to - date versions of ASTM F-1487, ASTM F-2223, F-2373, IPEMA, and the most up to -date version of the CPSC Public Playground Safety Handbook. E. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Landscape Architect / Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. F. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, and subsurface) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. G. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the 00500 Agreement 00500-5 DOCUMENT 00500 —AGREEMENT (continued) Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. Contractor is aware of the general nature of work, if any, to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. I. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. Contractor has given Landscape Architect/Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Landscape Architect/Engineer is acceptable to Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 00500 Agreement 00500-6 DOCUMENT 00500 —AGREEMENT (continued) ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Proposal. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions if any. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with sheets bearing the following general title: Gulley Park Playground and Splash Pad Improvements or Construction — Gulley Park Improvements 8. Appendices A through F. • Appendix A — Sourcewell Contract 012621-PPC 00500 Agreement 00500-7 DOCUMENT 00500 —AGREEMENT (continued) • Appendix B — Proposal Dated January 18, 2023 • Appendix C —Project Manual and Drawings titled Gulley Park Playground and Splash Pad Improvements, including updated sheets C6 Rev and C7 Rev. • Appendix D — Work Areas Diagram — Sourcewell Contracts • Appendix E — Work Clarification Information for Gulley Park Playground and Splash Pad Improvements Sourcewell Contracts • Appendix F — Schedule of Values 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. B. Precedence of Controlling Documents: In the event of any conflict between the terms of these Contract Documents, the terms contained in this Agreement shall take precedence, followed by the terms of Appendix A, then Appendix C, then Appendix D, then Appendix B. In matters of construction and playground installation work the construction drawings and project manual shall take precedence over other written documents. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be 00500 Agreement 00500-8 DOCUMENT 00500 —AGREEMENT (continued) assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other parry hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 OTHER PROVISIONS: A. All Dumpsters shall be procured from City of Fayetteville. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. B. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. There shall be no burning of any materials and no blasting of any kind. 00500 Agreement 00500-9 DOCUMENT 00500 —AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Landscape Architect / Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Landscape Architect / Engineer on their behalf. This Agreement will be effective on , 2(&which is the Effective Date of the Agreement. CON�T�R-ACT)O/R x.andscape Structures Inc. Fred Caslavka Title: CFO (SEAL) Witness , Address for giving notices 6017th Street S Delano, MN 55329 License No, 0339480523 Title: (SEAL) .'10111rr1rn1 t���}G4ER K 1 �R�!,fr. Attest .�i . G1T Y 0,:9�+ Address for giving noticesCPO C� .` . �yyti (attach evidence of authority to sign and resolution or other documents Agent for Service of process/ authorizing execution of Agreement) (If Contractor is a corporation, attach evidence of authority to sign.) END OF DOCUMENT 00500 00500 Agreement 00500 -10 City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division PARKS & RECREATION (520) Adjustment Number /Org2 2023 Requestor: Ted Jack BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Create budget for two Sourcewell contracts totaling $1,329,996.07 plus $114,400 in contingency for the Gulley Park Splash Pad & Playground project. $387,671 - NE quadrant Parkland Dedication funds $220,000 - Outdoor Recreation Grant Program $535,236 - other 13001 subprojects $301,490 - currently in project COUNCIL DATE: 2/7/2023 ITEM ID#: 2023-367 Noll y Black 717912023 7.39 HNI Budget Division Date TYPE: D - (City Council) JOURNAL #: GLDATE: 2/7/2023 RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 607,671 607,671 v.2023117 increase/ (Decrease) Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 2250.520.9256-4419.01 - 387,671 13001 1803 RE Greenspace Fees - NE 2250.520.9256-5806.00 387,671 - 13001 1803 EX Improvements - Park 2250.520.9255-4302.00 - 220,000 13001 1803 RE State Grants - Capital 2250.520.9255-5806.00 220,000 - 13001 1803 EX Improvements - Park 2250.520.9255-5806.00 535,236 - 13001 1803 EX Improvements - Park 2250.520.9255-5806.00 (522,452) - 13001 1 EX Improvements - Park 2250.520.9255-5806.00 (12,784) - 13001 7503.1000 EX Improvements - Park 2250.520.9256-5806.00 (114,400) - 13001 1803 EX Improvements - Park 2250.520.9256-5911.99 114,400 - 13001 1803 EX Contingency - Capital Project I of I DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC Sourcewell -PA' Solicitation Number: RFP #012621 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and PorterCorp, 4240 N. 136th Ave., Holland, MI 49424 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Open Air Structures and Accessory or Utility Buildings with Related Equipment and Services from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires March 5, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity's site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Vendor's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past the expiration of the Vendor's warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time -to -time and is incorporated into this Contract by reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity's requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax - exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed from the Hot List at anytime through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: • Identify the applicable Sourcewell contract number; • Clearly specify the requested change; • Provide sufficient detail to justify the requested change; • Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and • Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. S. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity's authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor's employees maybe required to perform work at government - owned facilities, including schools. Vendor's employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract. Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry -specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity's requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity's order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: • Maintenance and management of this Contract; • Timely response to all Sourcewell and Participating Entity inquiries; and • Business reviews to Sourcewell and Participating Entities, if applicable. Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: • Customer Name (e.g., City of Staples Highway Department); • Customer Physical Street Address; • Customer City; • Customer State/Province; • Customer Zip Code; • Customer Contact Name; • Customer Contact Email Address; • Customer Contact Telephone Number; • Sourcewell Assigned Entity/Participating Entity Number; • Item Purchased Description; • Item Purchased Price; • Sourcewell Administrative Fee Applied; and • Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor's name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above "Attn: Accounts Receivable" or remitted electronically to Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract's expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master -servant, or principal -agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys' fees, arising out of the performance of this Contract by the Vendor or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell's relationship with Vendor. b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and license to use Vendor's Trademarks in advertising and promotional materials for the purpose of marketing Vendor's relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively "Permitted Sublicensees") in advertising and promotional materials for the purpose of marketing the Parties' relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use, Quality Control. Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC a. Sourcewell must not alter Vendor's Trademarks from the form provided by Vendor and must comply with Vendor's removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell's Trademarks from the form provided by Sourcewell and must comply with Sourcewell's removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party's Trademarks only in good faith and in a dignified manner consistent with such party's use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed catalog of vendors which may be used until the next printing). Vendor must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell's written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. Rev. 10/2020 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party's reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non -defaulting party may: Rev. 10/2020 10 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC • Exercise any remedy provided by law or equity, or • Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers' Compensation and Employer's Liability. Workers' Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office ("ISO") Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products -completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products -Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non -owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit Rev. 10/2020 11 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers' Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Vendor will maintain coverage for all claims the Vendor may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Vendor's professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 —annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor's commercial general liability insurance policy with respect to liability arising out of activities, "operations," or "work" performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsements) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self -insured retentions applicable to the required or any other insurance Rev. 10/2020 12 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self -insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to "federal" should be interpreted to mean the United States federal government. Rev. 10/2020 13 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC The following list only applies when a Participating Entity accesses Vendor's Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis -Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 Rev. 10/2020 14 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. If the federal award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any Rev. 10/2020 15 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Rev. 10/2020 16 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 012621-PPC 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days' written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor's Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell DocuSigned by: By: COFD2A139DO6489... Jeremy Schwartz Title: Director of Operations & Procurement/CPO Date: 3/3/2021 1 2:13 PM CST Approved: 0 (p DocuSigned by, h 7E42B8F817A64CC... Chad Coauette Title: Executive Director/CEO 3/4/2021 1 8:58 AM CST Date: PorterCorp EDocuSigned by: E l�� By: 2B65979B9BB8496... Ben Judy Title: Director of Sales & Marketing Date: 3/3/2021 1 11:39 AM CST Rev. 10/2020 17 DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 RFP 012621 - Open Air Structures and Accessory or Utility Buildings with Related Equipment and Services Vendor Details Company Name: PorterCorp Does your company conduct business under any other name? If Conduct business under the brands Poligon and CEAS+ yes, please state: 4240 N. 136th Ave Address: Holland, MI 49424 Contact: Ben Judy Email: ben.judy@portercorp.com Phone: 616-405-5272 Fax: 616-399-9123 HST#: Submission Details Created On: Tuesday December 01, 2020 07:26:00 Submitted On: Monday January 25, 2021 18:38:06 Submitted By: Ben Judy Email: ben.judy@portercorp.com Transaction #: 29d76721-31ca-43cb-b73d-84abc9026b9a Submitter's IP Address: 165.225.61.109 Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Specifications Table 1: Proposer Identity & Authorized Representatives General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Please do not merely attach additional documents to your response without also providing a substantive response. Do not leave answers blank; mark "NA" if the question does not apply to you (preferably with an explanation). Line Item Question Response* 1 Proposer Legal Name (and PorterCorp applicable d/b/a, if any): 2 Proposer Address: 4240 N. 136th Ave Holland, MI 49424 3 Proposer website address: www.portercorp.com www.poligon.com www.ceasplus.com 4 Proposer's Authorized Ben Judy - Director of Sales & Marketing Representative (name, title, 4240 N. 136th Ave., Holland, MI 49424 address, email address & phone) 616-888-3543 (The representative must have ben.judy@portercorp.com authority to sign the "Proposer's Assurance of Compliance" on behalf of the Proposer and, in the event of award, will be expected to execute the resulting contract): 5 Proposer's primary contact for this Ben Judy - Director of Sales & Marketing proposal (name, title, address, 4240 N. 136th Ave., Holland, MI 49424 email address & phone): 616-888-3543 ben.judy@portercorp.com 6 Proposer's other contacts for this David D'Amico - Inside Sales Manager proposal, if any (name, title, 4240 N. 136th Ave., Holland, MI 49424 address, email address & phone): 616-888-3532 david.damico@portercorp.com Table 2: Company Information and Financial Strength Line Question Item Response* Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Provide a brief history of your company, including your company's core values, business philosophy, and industry longevity related to the requested equipment, products or services. What are your company's expectations in the event of an award? PorterCorp has been manufacturing shelters since 1964 and was the original manufacturer to provide an easy to assemble, bolt together shelter that eliminates bird nesting and exposed anchor bolts. The Poligon brand is the leader in shelter manufacturing and is the most specified product throughout the United States and Canada. PorterCorp (the parent company) is owned by Playcore that believes in passionately providing dynamic play and recreation opportunities through innovative design, empowered employees, and dedicated customer support with over 25,000 installations and 38 sales representatives. Poligon is a brand of PorterCorp, the most specified shelter manufacturer in steel, wood and fabric. CEAS+ is a new brand created by PorterCorp 5 years ago targeting the architectural and commercial markets. Both brands sell and market open air steel structures and are part of this RFP. Our 145 employees are dedicated in manufacturing the highest quality of open- air structures that are done right, on time and exceed customer's expectations. PorterCorp business philosophy: When a park is created, so too is a community's image. These spaces become destinations, landmarks, and visual calling cards for years to come. Successful park development addresses many considerations to create a functional and inviting locale that gives communities a place to relax, play, make memories, and take pride in. Each site calls out for its own shapes, colors, and design. Park structures can be designed to follow along with surrounding architecture or lead the way with a bold direction of their own. Examples of both aesthetics can be seen in our catalog. As you browse through it, we hope it assists you in creating the ideal park setting for your community. Just as each site is distinctive, there are no "stock" buildings at PorterCorp. Each building is made one -at -a -time to customers' requirements. Customers select shapes, colors, ornamentation, roofing and special features. Computerized and automated manufacturing techniques speed this process up, while keeping costs and the price down. Since 1964, we at PorterCorp have been committed to providing a better way to create individually tailored parks, schools, churches and others that communities can be proud of. For today and for future generations, we do our best to make customers proud to not just have a 'shelter, but to have chosen a Poligon. PorterCorp's mission statement and guiding principles: Our Mission is to profitably grow our business by passionately providing dynamic play and recreation opportunities through innovative designs, empowered employees, and dedicated customer service. Guiding Principles: 1) We must provide top quality as perceived by the customer. We will provide superior service with emphasis on our intangibles, fasted by extraordinary responsiveness. 2) We must pursue fast paced innovation. To assure us of this, we will invest in application -oriented small starts and will encourage pilot runs. 3) We will create a corporate capacity for innovation. We will need to incorporate creative swiping (not invented but reinvented here). We must use word-of-mouth marketing and support committed champions. 4) Fast failures: if it doesn't meet our objectives or our quantitative innovations goals, we must move on and take what we learned and apply it to the next pilot. 5) We must pursue self -managed teams — involve everyone in everything. 6) We must listen/celebrate/recognize. We must create and maintain greatness by training and retaining in a systematic, structured manner. 7) We must lead by empowering our team members. We must pay attention — listen, listen, and then prescribe the solution. 8) Evaluate everyone on their love of change. Create a sense of urgency — do it right, do it right now. 9) We must measure what's important, revisit the chief control tools, and decentralize information, authority, and strategic planning. 10) We must demand total integrity and know that we each must earn the right to be part of the team each day. the Customer PorterCorp became an awarded member in October of 2010. Our sales and distribution teams have used this as a major sales tool for over 10 years and have seen our sales increase steadily since the contract award. We have built a partnership in cooperative purchasing our company has not seen before. We believe with us working together we can continue to increase the purchases made by Sourcewell members for continued growth and success. We look forward in continuing to educate and train eligible Sourcewell members and our PorterCorp Team the benefits of cooperative purchasing and Sourcewell. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 9 Demonstrate your financial strength and As of January 2021, PorterCorp has been in business for 57 years. During that time, stability with meaningful data. This could we have grown our core business, by creating new products building the most include such items as financial statements, recognizable brand in the shelter industry and have grown through acquisitions and SEC filings, credit and bond ratings, letters new brands. For the past 25 years, we have produced positive operating income of credit, and detailed reference letters. without exception. Upload supporting documents (as applicable) in the document upload section of your (reference document in financial strengths and stability folder) response. 10 What is your US market share for the Poligon currently estimates our US market share between 47%-55%. solutions that you are proposing? 11 What is your Canadian market share for the Poligon currently estimates our Canadian market share between 57%-62%. solutions that you are proposing? 12 Has your business ever petitioned for PorterCorp has never been petitioned for bankruptcy protection. bankruptcy protection? If so, explain in detail. 13 How is your organization best described: is it PorterCorp is a manufacture of open-air structures and structural insulated panels. a manufacturer, a distributor/dealer/reseller, or Poligon has been selling through its exclusive rep/dealer channel in the park and a service provider? Answer whichever recreation and educational markets since 1976. Many of our dealers are family question (either a) or b) just below) best business who have been representing Poligon for 2 or 3 generations. Our dealers applies to your organization. are the most established, competent, loyal, customer service driven team in the a) If your company is best described as a industry. Poligon is the premier brand in open air structures allowing us to align distributor/dealer/reseller (or similar entity), ourselves with the premier dealers. Our CEAS+ brand is also marketed through a provide your written authorization to act as a separate dealer network and is presently represented by 14 dealers within the U.S. distributor/dealer/reseller for the manufacturer and Canada. All PorterCorp's reps and dealers are independently owned and of the products proposed in this RFP. If operated. applicable, is your dealer network independent or company owned? In addition to the sales and service force PorterCorp provides, our reps and dealers b) If your company is best described as a are considered an extension of our company. We work closely together to provide manufacturer or service provider, describe exceptional service to all Sourcewell members. The reps/dealers play in important your relationship with your sales and service roll in providing project management, customer service and installation services in force and with your dealer network in order to provide a total turnkey solution for any open-air structure. 90% of delivering the products and services proposed PorterCorp's dealers are also selling playground equipment and other park related in this RFP. Are these individuals your products (Playpower, Landscape Structures, Sof Surfaces, Rain Drop, etc.) held by a employees, or the employees of a third party? Sourcewell contract making them more valuable to Sourcewell members. 14 If applicable, provide a detailed explanation Certifications: outlining the licenses and certifications that AISC Building Fabricator valid through 7/31/21 (see certifications folder) are both required to be held, and actually PCI 4000 through 9/21/2021 (see certifications folder) held, by your organization (including third LEED AP professional on staff. parties and subcontractors that you use) in 7 on staff professional licensed engineers that continuously maintain many state pursuit of the business contemplated by this licenses nearly all 50 states. In the unlikelihood that specific certification or license RFP. be required that we do not possess in house, we utilize our network of consultants to ensure compliance with any certification that may be required. 12 AWS certified welders. Ability to sell product that meet following criteria (Buy America and Buy American). (See Buy America certification letter in certifications folder) Professional 6 SIGMA Black Belt on Staff. Approved Fabricator of the following: City of Houston City of Los Angeles City of Phoenix Clark County Miami Dade County City of Riverside State of Utah (See documents in certifications folder) 15 Provide all "Suspension or Debarment" PorterCorp has not been the subject of any suspensions or disbarment. information that has applied to your organization during the past ten years. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Table 3: Industry Recognition & Marketplace Success Line Item Question Response* 16 Describe any relevant industry awards or - PCI 4000: Powder Coating Institute recognition that your company has received - AISC: American Institute of Steel Construction in the past five years - Community Build initiative with NRPA: 3 of the last 5 years Poligon has participated in NRPA's community build project. See additional info and testimonial: - The City of Orlando would like to express our sincere gratitude for your donations to help us make Grand Avenue Park a wonderful addition to our community. We produced a video for the NRPA conference to highlight the park. The video was shared by NRPA on its conference page, but I wanted to share the link again with you. https://spaces. h ightaii.com/receive/v37HcgDgnQ/fi-4cf68c39-9c35-412d-8fd5- 88e4c6342 bcf/fv-10a218f6-7 b3a-47f9-bd77- 951230b91304/Grand%20Ave%201 mprovements%20Video%20v2. mp4 Thanks so much for all you're doing for us. Ken Pelham, Landscape Architect, RLA, LEED-AP City of Orlando Families, Parks, & Recreation Department 17 What percentage of your sales are to the Approximately 75% Poligon's current national sales are to the government sector. governmental sector in the past three years 18 What percentage of your sales are to the Approximately 6% Poligon's current national sales are to the education sector. education sector in the past three years 19 List any state, provincial, or cooperative PorterCorp does not hold any other cooperative purchasing contracts besides purchasing contracts that you hold. What is Sourcewell. We feel holding one contract allows our dealer network and inside the annual sales volume for each of these sales team to focus on a single program to properly market and communicate the contracts over the past three years? details for such program in an effective manner. We feel it is in our customers best interest to support a cooperative purchasing contract operated by a government entity that adheres to legal criteria of a bid contract and is widely accepted across multiple government and nonprofit platforms. 20 List any GSA contracts or Standing Offers PorterCorp does not hold any GSA contracts nor does it hold any Standing offers and Supply Arrangements (SOSA) that you and Supply Arrangements (SOSA). hold. What is the annual sales volume for each of these contracts over the past three years? Table 4: References/Testimonials Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities. Entity Name * Contact Name * Phone Number* San Mateo Foster City SD Bob Price 650-312-7499 Palm Springs USD Seandee Jackson 760-883-2710 Onondaga County Beverly Chapman 315-435-3474 Town of Greece Peter O'Brien 585-720-2934 City of Murray Kim Sorensen 801-264-2614 Table 5: Top Five Government or Education Customers Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years. Entity Name Entity Type * State / * Province Scope of Work * Size of Transactions * Dollar Volume Past Three Years City of Murray Government Utah - UT Materials Only $206,000 $1,029,000 Palm Springs USD Education California - CA Materials Only $77,000 $1,080,000 Bellflower USD Education California - CA Materials Only $49,000 $485,000 McFarland USD Education California - CA Materials Only $390,000 $390,000 City of Sterling Government Illinois - IL Materials Only $320,000 $320,000 Table 6: Ability to Sell and Deliver Service Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions. Line Item Question Response* 23 Sales force. PorterCorps direct sales force is made up of the following: - 1 Director of Sales & Marketing: Overseeing sales management and marketing for all open-air structure brands, including the management of all Poligon reps and outside sales activities. - 1 Inside Sales Manager: Manages Inside Sales team working on all presale activity for CEAS and Poligon (quotes, drawings, product questions, coordinating customer meetings). - 2 Inside Sales Personnel: Working directly with Poligon reps and dealers assisting with all presale activity (quotes, drawings, product questions, coordinating customer meetings). - 4 Business Development Managers: Working in the field with CEAS and Poligon reps/dealers to acquire new business and customers by establishment of a sales pipeline. Also includes the requirement to grow and retain existing customers by presenting new solutions and services to clients. In addition, we have an extensive dealer/rep network noted in question 24. 24 Dealer network or other distribution methods. PorterCorp has 38 Poligon dealers/reps (see Rep Listing Poligon in additional docs folder) across North America including Alaska, Hawaii and Canada. These geographic regions are serviced exclusively by these Poligon representatives. For additional market coverage a new brand was created called CEAS+ to market open air steel structures to the architect and commercial channel. The CEAS brand is serviced by 14 independent dealers (see Rep Listing CEAS in additional docs folder) and 4 direct Business Development Managers who are employed by PorterCorp. CEAS is the only shelter manufacture exclusively serving the architect market. PorterCorp has the most extensive, well trained and rep organization in the shelter market. 90% of PorterCorp's rep groups sell a playground line which holds a Sourcewell contract. This is vitally important to have a group well trained in cooperative purchasing and Sourcewell making it easier to combine multiple products all under one contract .... Sourcewell. 25 Service force. PorterCorp has over 50 service personnel used to assist customers and dealers to Delight all our customers and Sourcewell members. The group is made up of accounting, engineering, drafting, order processing inside sales, outside sales installation support and customer service. Specifically, we have 3 dedicated employees in installation support to assist customer during installation and to resolve any installation concerns that arise. These Team Members are factory trained and specialize in the understanding of how our open-air structures are manufactured and installed and are well skilled in problem resolution. 3 FEQ are in the Order Processing Team to service customers post PO placement. Rest of the team is made up of accounting, design, engineering support staff to provide service to customers. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 26 Describe in detail the process and PorterCorp (including CEAS and Poligon brands) have over 300 dealers and direct procedure of your customer service personnel dedicated to customer service in North America. We believe customer program, if applicable. Include your service starts with our first contact and does not end even after the product is response -time capabilities and installed. Our experienced sales team will ensure the customer is well educated on commitments, as well as any incentives that the product they are purchasing. Once the order is entered our Oder Processing help your providers meet your stated Team (OPT) project manages the order making sure we communicate deliverables service goals or promises. (drawings, engineering manufacturing) as well as updating the customer on any additional requirements needed ( down payment, credit app, colors, submittal approval, samples, electrical cutouts, etc.). Generally, first point of contact for any issue is our sales representatives and dealer to understand the project scope and issue in question. For installation or warranty related concerns, these are handled in the following manner: 1. Poligon representative may be familiar with the issue and will handle themselves or get a proper response from the factory as required. 2. Customer Service issues relating specifically to installation or quality are directed immediately to the PorterCorp Quality Team. The quality members are always available and have smart phones for access beyond the normal hours of 8-5. Response times are within 24 hours, if one person is out or occupied the back-up person is available for handling of the issue. All conversations are documented with date, time, conversation and action item required. NCM (Nonconformance material report) is initiated and entire customer issue is tracked in its entirety throughout the process until it is closed. PorterCorp has 8 structural engineers. If an engineering letter is required or a building inspector needs an on -site answer PorterCorp can provide response times usually less than 24hrs to resolve the matter in a quick and professional manner. 3. All drawings are kept in electronic format, issues are diagnosed quickly and efficiently if there is a field question. 3D CAD modeling is used to recreate the entire structure and to see what the customer is seeing. Each part is labeled and etched for proper identification. NCM report generated by our Quality Department for any customer issue/concern/contact that occurs. (see NCM form in additional docs folder). Root cause analysis is done for each NCW by the PorterCorp quality department. The length of time to process issues will depend on the complexity of problem and customer response time. 27 Describe your ability and willingness to PorterCorp is authorized to sell products and provide services in all 50 states and provide your products and services to Canada. We will be able to fully serve all geographic areas through the proposed Sourcewell participating entities in the contract. United States. 28 Describe your ability and willingness to Canada is an important part of our current business and is an area we want to provide your products and services to continue to grow in years to come. We currently have a well -established sales, Sourcewell participating entities in Canada. marketing, distribution and customer service program and process to service the Canadian market. We have a well informed and educated Team in Canada that can service all provinces. Everything that we provide to customers in the U.S. we provide currently to Canada. This includes pricing, product offering, marketing, ability to move freight easily across the border, handle any import duties/taxes and provide a turnkey program all the way through installation. Our dealers are well versed in moving product across the border, handling duties, converting marketing literature to French and providing installation for a total turnkey solution. We have yet to see significant purchasing requests from cooperative purchasing in Canada, however we do have a willingness and ability to pursue this market in the future given the right tools and support from Sourcewell. Should the opportunity present itself and PorterCorp receives an award we are prepared to develop a pricing programming for Canada based on an exchange rate formula and any applicable duties and taxes. 29 Identify any geographic areas of the United PorterCorp will be able to fully serve all Sourcewell members in all geographic areas States or Canada that you will NOT be fully through the proposed contract. serving through the proposed contract. 30 Identify any Sourcewell participating entity None. Sourcewell members in all geographic areas will be fully served by our sectors (i.e., government, education, not -for- proposed contract. profit) that you will NOT be fully serving through the proposed contract. Explain in detail. For example, does your company have only a regional presence, or do other cooperative purchasing contracts limit your ability to promote another contract? Define any specific contract requirements or None, we can distribute, ship, and service to all members in Hawaii, Alaska and in all Land restrictions that would apply to our US Territories. participating entities in Hawaii and Alaska in US Territories. Table 7: Marketing Plan Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Line Item Question Response 32 Describe your marketing strategy for - Sourcewell brand identification on all our websites on home page that include: Steel, promoting this contract opportunity. Fabric, Wood and CEAS. Website home page identifies our affiliation with Sourcewell Upload representative samples of your (see attachment Poligon home page in marketing folder). marketing materials (if applicable) in - Dedicated web page to Sourcewell, including contact info to Sourcewell, direct links to the document upload section of your Sourcewell, video links, etc. (see attachment Sourcewell page in marketing folder). response. - Sourcewell brand identification on all published printed marketing materials, catalogs, brochures, etc. (see attachment Fabric and Farmers market brochure in marketing folder). - Specific marketing PDF document for all brands promoting the benefits of cooperative purchasing and Sourcewell. (see attachment Sourcewell Awarded contract CEAS/Poligon in marketing folder). - All trade show events we fly the Sourcewell flag and have trained personnel to discuss the contract and cooperative purchasing. (see attachment CASH show in marketing folder). - PorterCorp attend H2O, have not missed an event for past 11 years. - PorterCorp personnel and their dealers attend GTKU events held in their specific regions. - PorterCorp personnel and their dealers attend Sourcewell University events held in their specific regions. - Include Sourcewell brand identification on all printed advertising materials in trade publications. (see attachment LASN Poligon in marketing folder). - Promote and provide educational training to our dealer network with quarterly distribution of our Rep Reporter. (see attachment RepReporter in marketing folder). - New rep training events at PorterCorp held twice per year. Allocating time in the agenda to train to reps and dealers regarding cooperative purchasing and Sourcewell. - Annual award given during National Sales meeting by Sourcewell contract manager that recognizes the dealer with most sales using the Sourcewell contract. - Over the years we have conducted virtual training events in partnership with Sourcewell to our reo and dealer base. 33 Describe your use of technology and - Easy to navigate product listing on the website for customers to view specific models digital data (e.g., social media, by application, including standard, modified or custom shelters. metadata usage) to enhance - Flickr photo link for customers and dealers to access a complete photo library. marketing effectiveness. https://www.flickr.com/photos/144374304@NO3/albums - Complete offering is shown on the home page to direct the customer to specific shade needs, fabric, wood, or steel. - Website login customers to download an E-1 drawings (schematic drawings) in a variety of formats to place in their project plan. All standard buildings are available for download. - If a customer does not know what building they need you can go into a specific market segment (parks, schools, urban/government, aquatic centers) on the website to find shelter product made for that specific segment. - Poligon uses a web -based pricing system (configurator) that can provide immediate pricing to Sourcewell members for all standard and modified products representing 70% of the total business sales. - We monitor and update our Facebook page. hftps://www.facebook.com/PoligonStructures/ - Metadata from our website drives a lot of our new product development and key word development for websites and architectural platforms. - PorterCorp is launching a new dealer portal in 2021 with Salesforce that integrates with our ERP and pricing configurator to provide a more robust market, sales and process driven system enhancina the customer experience. 34 In your view, what is Sourcewell's role in promoting contracts arising out of this RFP? How will you integrate a Sourcewell-awarded contract into your sales process? PorterCorp anticipates that Sourcewell will continue to promote PorterCorp products, services to their members through their website, social media, trade shows, and publications. The leads we currently get from these platforms are reliable and are quickly acted upon. We expect Sourcewell to continue to support our sales teams by answering questions from members regarding Sourcewell, the cooperative purchase process and other legal information. Having worked with Sourcewell and their Contract Managers I have found them helpful, easily accessible, prompt in response time and overall willingness to help the government, nonprofit agency and contract holder. We want Sourcewell to continue to promote their contracts through local and state government legislation. Much like Sourcewell, we strive to be the preferred quality solution provider for open air structures. Creating an environment that showcases PorterCorp and our product/service offering is highly important to current members' confidence in purchasing off our contract, as well as future members that we seek to bring into the cooperative. Over the last 10 years PorterCorp has successfully integrated Sourcewell into our sales process which is evident by our growth and longevity with Sourcewell. We have done this through a commitment from our entire organization which is followed by training, prompt service, education, marketing support and continued communication with Sourcewell. We look forward in continuing to educate the PorterCorp Team and eligible members on the benefits of Sourcewell. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 35 Are your products or services available through an e-procurement ordering process? If so, describe your e-procurement system and how governmental and educational customers have used it. Table 8: Value -Added Attributes Due to Poligon's custom design and engineered to order shade and shelter products and services they are not available through a e-procurement ordering process. Line Item Question Response* 36 Describe any product, equipment, Poligon offers a 1-day Installer Certification program for installation companies to complete. maintenance, or operator training Upon course completion Poligon certifies that individual/company use best practices when programs that you offer to installing a Poligon shelter. This is important to Sourcewell members knowing they have Sourcewell participating entities. access in contracting with a Certified Installer assuring our products are installed in Include details, such as whether accordance to the manufacture's specifications. Training is optional and the course has a training is standard or optional, minimal fee of $50 per person (which includes lunch, training materials, certificate, and a who provides training, and any Certified Installer outerwear. costs that apply. (see Certified Installer requirement application in certificates folder) Under the PorterCorp brands we offer 3 AIA and ASLA approved HSW CEU courses. These courses can be taken online, virtually or conducted in person by PorterCorp personnel or it's dealers. The training is optional and there is now cost to the certification. 37 Describe any technological - PorterCorp has an online pricing system that can quickly price all catalog products advances that your proposed literally in seconds. It can also provide the corresponding building code and can quickly products or services offer. adjust pricing to adjust for wind load, snow load, building height, paint finish roof types, etc. - Poli-5000 paint finishing system (see Poli-5000 specs in additional docs folder).The most durable paint finish in the shelter market. We also offer other unique finishes not normally available in our market (Antiquity finish, powder coat over galv). - All CNC programed equipment based off a CAD model, eliminating the chance for mfg. errors. - Relatively new ERP system to better manage process, projects, scheduling, mfg., reporting, order entry, quality, maintenance, etc. Phase two for integration with customer experience planned mid -year 2021. - New 3D rendering software that converts a Solidworks model to a realistic open-air structure that can be placed into a site photo giving the customer a realistic representation of our structure on their site. - All schematic and engineering drawings use 3D Solidworks software allowing customers to see their design in a 3D colored model as well as having the ability to easily convert it to multiple file formats. By leveraging our consultative approach with our engineering/design and sales teams we strive to create product solutions that meet the needs of our customers, and continually bring many new product offerings and modifications to the market. Every year our new products and innovation team meet and introduce new ideas. This allows us to enter new market segments as well as making our product easier to install, which in turn creates a lower installed solution for Sourcewell members. 38 Describe any "green" initiatives PorterCorp is committed with its leadership and actions to protect the environment with the that relate to your company or to implementation of programs, manufacturing of sustainable guidelines. We focus on your products or services, and minimizing the emissions to air, water and land through programs that reduce pollution that include a list of the certifying harm the environment while conserving energy. agency for each. Installed LED efficient technology lighting throughout the office and manufacturing plant. On site waste management in the office and manufacturing which includes recycling of scrap materials (steel, foam, paper) and other packaging materials. Baler in plant for recycling of cardboard, Non reusable electronic components are recycled though a certified recycling center. Use of a powder coating paint finishing system producing 0 VOC emissions and is more environmentally friendly than liquid paint, a coat primer and zinc rich primer systems. - PorterCorp is a manufacture of SIP panels used in the construction of zero energy homes Reclaim 100% of powder from prime coat booth and reuse. Published dealer listing of recycle centers where customer can dispose of fabric tops. (see fabric recycle centers in additional docs folder) (See LEED doc in certifications folder) Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 39 Identify any third -party issued eco- labels, ratings or certifications that your company has received for the equipment or products included in your Proposal related to energy efficiency or conservation, life -cycle design (cradle -to -cradle), or other green/sustainability factors. Certifications: AISC Building Fabricator valid through 7/31/21 (see document in certifications folder) PCI 4000 through 9/21/2021 (see document in certifications folder) LEED (Leadership in Energy and Environmental Design) is a national standard developed by the United States Green Building Council to certify sustainable buildings. LEED buildings can help save energy, conserve resources, protect occupant health, and improve owners bottom lines. PorterCorp products can assist a member's project in meeting LEED certification in the following areas: PorterCorp has a LEED AP professional on staff. Sustainable Sites, Alternative Transportation Bicycle Storage, 1 credit Sustainable Sites, Heat Island Effect/Roof, 1 credit Sustainable Sites, Heat Island Effect/Roof, 1 credit Material and Resources Credit, Construction Waste Management, 1-3 credits Material and Resources Credit, Recycled Content, 1-3 credits Indoor Environmental Quality, Environmental Tobacco Smoke (ETS) Control Prerequisite 2, required. (See LEED document for further specifics in certifications folder) Ability to sell product that meet following criteria (Buy America and Buy American).(See Buy America certification letter in certifications folder) 40 Describe any Women or Minority PorterCorp does not have any WMBE or veteran owned business certifications. When Business Entity (WMBE), Small specifically required on a job, we make every effort to hire local qualified WMBE Business Entity (SBE), or veteran subcontractors. owned business certifications that In addition, we do have many dealers that meet this requirement and our goods and your company or hub partners services can be sourced through them in order to meet any minority owned business have obtained. Upload certifications. Current known WBE territories include: New England, NC, SC, IL, WI, IN, documentation of certification (as TX, UT. applicable) in the document upload section of your response. 41 What unique attributes does your Poligon by PorterCorp open air structures provide a custom designed, engineered to order company, your products, or your product to your specific site, that is stamped by an engineer for your specific state, to a services offer to Sourcewell specific building code from foundation to the steel frame to roof deck. participating entities? What makes The metal frame and finish come with a 10-year warranty utilizing PorterCorp's in house Poli- your proposed solutions unique in 5000 powder coat paint system. The metal roofing is supported with a 20-year material and your industry as it applies to finish warranty. The fabric is supported with a 10-year performance and color warranty. Sourcewell participating entities? We support a process that we refer to as DEFT, we DEFT conventional construction by offering Sourcewell members open air structures that we: D (Design): Provide design assistance that is free to the member. We can literally take a napkin sketch and develop a full 3D rendering of the customers vision. E — (Engineer): With a host of engineers on staff we not only provide fully stamped drawings and calculations for a specific site, but we can also engineer the footing. By having in house engineers, this affords us the opportunity to have constructive programming calls direct with customer to discuss their specific project details, specifications, soil conditions and any other outlying attribute that may affect the performance on our structure to a specific site location. During the engineering and design phase we also provide dynamic pricing as the project evolves, which is an efficient way of keeping everyone informed and to keep the project within budget. F - (Fabricate): PorterCorp design includes a prefabricated kit of primarily steel tube knocked down that can then be easily assembled on site per Poligon's details and instructions. Fabrication uses architectural welds, AESS standard, tube steel to eliminate bird nesting, Poli-5000 powder coat, hidden fasteners, all under AISC steel certification guidelines. I — (Install) — Project specific installation drawings and easy bolt together members allow for fast and efficient installation. Poligon also provides in house installation and engineering support after shipment should it be required. Installation services provided by our dealer/rep network. PorterCorp's strength truly lies in the breadth of talent and expertise of our staff. Aside from the certifications listed, our team also consists of licensed professional engineers, certified public accountants, master's degree recipients and US patent holders. With a dedicated sales force with years of experience, partnered with a professional design team, the largest most professional engineering team in the industry we bring a unique skill set to the industry that can create specialized solutions like no other company. Table 9: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Question Response" Item Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 42 Do your warranties cover all products, parts, and We stand behind and warranty all PorterCorp products, for 10 years+ from labor? the date of shipment. All PorterCorp products are covered in accordance to our warranty documents as shown in attached for a minimum of 10 years or more depending on pass through warranties as provided. We will review every situation that may occur and work with our representative, customer and installer to come to an equitable solution all parties can agree to and resolve any potential issue or concern. Our longevity in the business and the respect our customers have for our products is a testament to how we resolve matters and take care of customers. We provide a single point of contact with our Installation Support Team to receive the warranty claim, report progress on the solution, and ensure resolution. This approach ensures accountability and an efficient resolution of any warranty issue that may arise. In the end, a warranty document is only as good as the company standing behind it and those that do will be successful, as we have for over 57 years. In addition, PorterCorp will cover labor, equipment rental and parts in situations that warrant such a claim. (Refer to warranty document in warranty folder) 43 Do your warranties impose usage restrictions or PorterCorp's products do not impose usage restrictions. Any other other limitations that adversely affect coverage? Limitations are noted within our terms and conditions document. (see terms and conditions doc in warranty folder) 44 Do your warranties cover the expense of Current technology allows for most issues to be quickly and efficiently technicians' travel time and mileage to perform resolved over the phone with pictures and email. With all our manufacturing warranty repairs? documents on CAD, we can easily identify any manufacturing error that may have occurred. In the extreme situations when it is applicable, PorterCorp at their own discretion may elect to disburse someone from its installation support team to the job site. If deemed to be a warranty issue PorterCorp will cover this expense and if not, then the customer may be liable. In the end our goal is to make sure we have a satisfied customer who will buy from us again. (Refer to warranty document in warranty folder) 45 Are there any geographic regions of the United PorterCorp can provide warranty service and technical support to all areas in States or Canada (as applicable) for which you North America. We also serve areas should our products go overseas to cannot provide a certified technician to perform military or government installations. Due to the extensive quality control warranty repairs? How will Sourcewell participating measures PorterCorp has instituted (part labeling, computer -controlled part entities in these regions be provided service for mfg.) we are able to recreate field issues along with the use of cameras and warranty repair? technology. Very rarely is it ever required to send a member to the field, but if the situation should warrant dispensing a technician we will. What is more important, is the process for handling these matters. PorterCorp has a dedicated installation support team of 3 members that all are connected with cell phones/computers and are available and trained specifically on our products and installation methods. They react quickly to resolve whatever matter the customer is having while installing our product. They are also backed up with a Team of 8 engineers who can immediately evaluate the situation and write engineering letters in order to accommodate a building inspectors' requirement. Having all these disciplines available on site at the manufacture is key to quickly resolving any issue that may arise. 46 Will you cover warranty service for items made by Items not manufactured specifically by PorterCorp (metal roof, galvanized other manufacturers that are part of your proposal, finish, fabric, shingles) are passed through warranties by the original or are these warranties issues typically passed on equipment manufacturer. PorterCorp's installation support team will handle to the original equipment manufacturer? any discussion and additional questions regarding all warranties even if they are passed through from the OEM. (Refer to warranty documents in warranty folder) 47 What are your proposed exchange and return Each Poligon shelter is custom designed and engineered to order for a programs and policies? specific site with columns being secured to a concrete footing. Exchange and return programs are not available unless it pertains to a warranty situation. These are handled by our installation support team and are quickly resolved to the satisfaction of the customer. For additional policies and terms see document. (see terms and conditions document in warranty folder) 48 Describe any service contract options for the items Due to the high quality of our product and finish a service contract is included in your proposal. generally not required in the steel shelter industry. With a 10 warranty on frame and finish and a 30 year on the roof material once you install a Poligon shelter very little service is required. Some of the Poligon dealers do offer service contracts for other areas of their business and if such a contract is required, we suggest the Sourcewell member contact the Poligon dealer. The limited amount of maintenance may include cleaning the steel members and roof which is generally handled by customers maintenance departments. (see Powdercoat Care and Maintenance document in Warranty folder) Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Table 10: Payment Terms and Financing Options Line Item Question Response* 49 What are your payment terms (e.g., net 10, net 30)? PorterCorps payment terms are net 30 days. A service charge of 1.5% per month (annual percentage rate of 18%) will be charged on all invoices 30 days past due. Additionally, PorterCorp reserves the right to negotiate any additional terms and conditions proposed by the Buyer. (See attached terms and conditions document in additional doc folder) 50 Describe any leasing or financing options available for use PorterCorp has partnered with NCL Government Capitol to offer by educational or governmental entities. Sourcewell members a complete suite of finance solutions. NCL is a current Sourcewell financing contract holder (#011620-NCL) and is an industry expert in municipal financing solutions. NCL will offer leasing terms from 12-120 months on transactions from $5,000.00 and up. Traditional leasing and financing programs will be offered along with programs specifically designed for schools and governmental entities including Tax -Exempt Municipal Leases and a Purchase Order Only program. There is no ownership, common ownership, or control between Poligon and NCL. 51 Briefly describe your proposed order process. Include - Members work directly with PorterCorps reps/dealer and Inside enough detail to support your ability to report quarterly Sales Team to establish open-air structure design, pricing, sales to Sourcewell as described in the Contract template. specifications and attributes. For example, indicate whether your dealer network is - Terms and purchase options using Sourcewell are presented to included in your response and whether each dealer (or the customers outlining the benefits of cooperative purchasing. some other entity) will process the Sourcewell participating - PO received indicating Sourcewell contract number and member entities' purchase orders. id. Poligon order form completed by dealer/rep along with PO (see Poligon order form in additional docs folder). - PorterCorp Order Processing Team (OPT) enters the order into ERP system and identifies the order as Sourcewell. OPT has the ownership of managing the project. Since all documents are stored in our ERP system, we can produce accurate and timely reports. For more information regarding our reporting process refer to question 60 of this RFP. Pricing is verified along with member # and contract #. - Any missing criteria (colors, down payment, credit app, etc.) are requested for submission. Information must be received before order scheduling. - Sale order acknowledgment created and communicated to the Sourcewell member. Acknowledgment identifies it being a Sourcewell order along with estimated ship range, pricing, terms, PO number, sales attributes, etc. (see Sales order acknowledgment example in additional docs folder) - At the end of each quarter sales are compiled based on shipments to Sourcewell members and communicated to Sourcewell within the first two days in the new quarter. Information is communicated using the provided Sourcewell Sales Reporting template. (see admin fee form in pricing folder) - Sourcewell orders are processed by the PorterCorp dealer or directly to PorterCorp. Most orders are processed directly to PorterCorp, however if the customer has a preference then we will accommodate that request. Based on past performance 90% of the orders are processed directly by PorterCorp. Dealer processed orders are usually a result of additional park and rec related equipment being purchased and the member wanting to issue one PO. - If installation is part of the overall purchase, then PorterCorp prefers to do billing in order to properly process the paperwork and document the sale to Sourcewell. We can and have been flexible regarding the order process based on a customer's interpretation of the contract documents. 52 Do you accept the P-card procurement and payment PorterCorp currently accepts P-card procurement cards. An process? If so, is there any additional cost to Sourcewell additional fee of 3% for purchases over $10,000 will be applied participating entities for using this process? when using a P-card. Table 11: Pricing and Delivery Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Line Item Question Response* 53 Describe your pricing model (e.g., line -item discounts or Our proposal utilizes line item pricing for a wide range of products. product -category discounts). Provide detailed pricing data Each product or service line is featured on a dedicated page in the (including standard or list pricing and the Sourcewell pricing spreadsheet. discounted price) on all of the items that you want Sourcewell to consider as part of your RFP response. If We are supplying a total of 3 pricelists. One for Poligon open air applicable, provide a SKU for each item in your proposal. structures, one for CEAS+ open air structures and one that Upload your pricing materials (if applicable) in the document combines the two for the purpose of this submission. upload section of your response. PorterCorp open-air structures provide a custom designed, engineered to order shelter offering. The RFP line item pricing accounts for the most common shelter designs based on standard structural loading across the U.S and Canada. The RFP indicates MSRP, the discounted Sourcewell member price along with yellow highlighted items indicating "hot list" pricing. Pricing document includes additional options (cupola, ornamentation, cutouts) at a discounted net price. Building weight shown to properly calculate freight pricing using the freight calculator on page 8. The proposed price is considered to be a ceiling price. The line item pricing included in this proposal should not be considered complete and exhaustive due to the nature of each project being unique and custom to meet specific site requirements. Building codes, wind loads, snow loads, seismic conditions, design considerations are all contributing factors that affect price. PorterCorp does allow for MSRP discounts on design build engineered to order structures (custom) or modified buildings. Discount noted on the first page of the pricing document. 54 Quantify the pricing discount represented by the pricing The percentage discount from MSRP varies based on net price list proposal in this response. For example, if the pricing in submission, hotlist pricing, custom and modified structures. Price your response represents a percentage discount from MSRP discounts range from 8% to 23% or list, state the percentage or percentage range. 55 Describe any quantity or volume discounts or rebate To encourage volume purchases PorterCorp will offer the following programs that you offer. volume discounts: - $100K-$200K: 1% - $201 K-$300K: 2% - Above $301 K: 3% 56 Propose a method of facilitating "sourced" products or PorterCorp will work with the Sourcewell member regarding pricing related services, which may be referred to as "open market" and delivery of any open market item and/or nonstandard option that items or "nonstandard options". For example, you may is requested. supply such items "at cost" or "at cost plus a percentage," In addition, PorterCorp has had experience in providing other or you may supply a quote for each such request. products (not related to open air structures) in accordance to the Sourced Goods Provision as called out in the Sourcewell contract. This may include any other related items that may be associated with the park and recreation market. Any item falling within this category will be passed through at cost. 57 Identify any element of the total cost of acquisition that is PorterCorp is a custom designed, engineered to order open air NOT included in the pricing submitted with your response. structure system, pricing is based per our RFP. This includes all additional charges associated with a Our philosophy is to provide a "total acquisition cost" pricing purchase that are not directly identified as freight or package for all "core" products allowing members the ability to shipping charges. For example, list costs for items like pre- purchase custom designed and manufactured open air structures for delivery inspection, installation, set up, mandatory training, or their specific site. This will include a total cost of the product, initial inspection. Identify any parties that impose such costs design, engineering, shipping, and installation of the product to the and their relationship to the Proposer. member's desired location. A turnkey shelter package is provided for the entire structure which can be provided by PorterCorp and the local representative. Nonstandard pass through items can be made to members at cost, which include: engineering, concrete footings/flat work, freight, tax (if applicable), and any other site work required. PorterCrop provides electrical cutouts and access points within their structure, but does not provide electrical service and installation, this needs to be contracted directly with an electrical contractor. 58 If freight, delivery, or shipping is an additional cost to the Freight costs are identified as a separate line item in the price list. Sourcewell participating entity, describe in detail the Page 8 of the pricing document we indicate a cost -based pricing complete freight, shipping, and delivery program. module where a customer can immediately calculate freight costs based on the most popular standard products. Cost based pricing is determined by the geographic location and product weight to determine the actual freight cost. All custom products will be priced at our freight cost based on the weight and cube of the structure. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 59 Specifically describe freight, shipping, and delivery terms or PorterCorp provides freight coordination and pricing to mainland programs available for Alaska, Hawaii, Canada, or any ports in the U.S only. Our dealers are well versed in getting offshore delivery. material across the border and shipping by container to an offshore location and can handle the logistics and pricing from a US destination. Any container packing, freight, duties, etc. from a mainland port (i.e. Long Beach, CA) are additional to those provided in the PorterCorp pricing document. 60 Describe any unique distribution and/or delivery methods or Due to the distribution volume of product, PorterCorp will ship only options offered in your proposal. on dedicated flat bed trailers direct to any job site in the continental U.S. This allows customers to receive more predictable delivery times and the freight arrives as it left the factory by not having to cross dock material at multiple freight terminals. An important part of freight shipments to job sites, is freight coordination. PorterCorp's dedicated logistics team initiates contact with the customer 2-3 times prior to shipment confirming shipping details, arrival dates, site readiness and any other delivery concerns the customer may have. Table 12: Pricing Offered Line Item The Pricing Offered in this Proposal is: * Comments 61 c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing see pricing in pricing folder. departments. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Table 13: Audit and Administrative Fee Line Item 62 63 Question Specifically describe any self -audit process or program that you plan to employ to verify compliance with your proposed Contract with Sourcewell. This process includes ensuring that Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales under the Contract each quarter, and that the Vendor remits the proper administrative fee to Sourcewell. Identify a proposed administrative fee that you will pay to Sourcewell for facilitating, managing, and promoting the Sourcewell Contract in the event that you are awarded a Contract. This fee is typically calculated as a percentage of Vendor's sales under the Contract or as a per -unit fee; it is not a line -item addition to the Member's cost of goods. (See the RFP and template Contract for additional details.) Response* A self -audit process is in place specifically intended to verify compliance of the Sourcewell contract. The following steps are conducted: - All orders purchased under the Sourcewell contract must have the current contract number and organization member number indicated on the PO. - The dealer for the customer must complete an incoming order form and include a current PorterCorp quotation. - The Order Processing Supervisor at PorterCorp will verify the pricing and make sure it coordinates with the contractual agreement of the Sourcewell contract. This includes proper that discounts are accounted for and other established criteria are met. - All information is entered into our ERP/Epicor order management system for tracking. - The sales order acknowledgment will identify it as being a Sourcewell order. Under the product description are the words Sourcewell along with other items that include: delivery timelines, pricing, terms, PO number, sales attributes, etc. (see Sales order acknowledgment example in additional docs folder) - All orders are queried from Epicor each quarter and reported per quarterly submission document. (see admin form in pricing folder) Quarterly submission completed by PorterCorp Credit Manager. - PorterCorp is AISC certified and per the AISC guidelines there is a very extensive order entry and tracking system that must be adhered to which includes a comprehensive review of every order making sure it meets all guidelines established. - Invoice documents for projects and corresponding PO's are available for review any time upon request. - PorterCorp has been reporting documents quarterly for over 10 years and our quality and timeliness of our submissions over this period should speak for itself. PorterCorp proposes a 2% administrative fee calculated as a percentage of the building sales price and building installation services (if provided). The 2% would be applied to the full contract amount less taxes, engineering, concrete and freight. The 2% admin fee to be made payable to Sourcewell quarterly on all sales secured during said quarter. Previous quarter sales would be reported to Sourcewell by the 5th of the following quarter in a format much like the attached sample report. (see admin fee form in pricing folder) Note this 2% is a cost to PorterCorp and is not identified in any documentation, except for internal accounting documents. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Table 14A: Depth and Breadth of Offered Equipment Products and Services Line Item Question Response* 64 Provide a detailed description of the PorterCorp is the leader in the design, engineering, and manufacturing of open-air equipment, products, and services that you structures. From the initial idea to completed installation, our streamlined process are offering in your proposal. makes creating the perfect structure for your site, easy and efficient. PorterCorp offers endless options to suit your site -specific requirements along with the best precision cut components and reliable engineered construction. Every structure is protected with our Poli-5000 powder coat providing many years of superior durability. The PorterCorp proposal will incorporate the following items for open air structures: - Extensive listing of standard shaped steel shelter and sizes open-air structure. (Reference Poligon catalog in additional docs folder). - Extensive offering of additional accessories (ornamentation, cupolas. electrical cutout, integrated benches, solar kits, column shapes, medallions, etc.). Accessories allow members to modify a standard structure. (Reference Poligon catalog in additional docs folder). - Ability to offer any custom size and shape open air structure Sourcewell members have in mind. This may include all steel, fabric top, all wood, or combination steel columns glulam top. (reference Poligon idea book showing examples in additional docs folder) - Extensive offering of steel frame with fabric top made of HDPE fabric or vinyl fabric open air structure. (reference Poligon Fabric catalog in additional docs folder) - Extensive offering of wood frame (glulam) open-air structure. This may also include a combination of steel columns and glulam upper frame. (reference Poligon wood catalog in additional docs folder) - Extensive offering of steel frame custom open-air structures designed for the commercial and architectural markets. (reference CEAS+ catalog in additional docs folder) Installation, footings and site work for entire offering. Shipping direct to installation site. Stamped engineering for specific state and location to meet all building code requirements. Finance option is proposed through NCL Government Capital Complete design service for any standard or custom open-air structure as a no charge service to Sourcewell members. Installation support expertise during product installation. Provide shade studies based on sun movement. Engineered footing design with or without a soil test. Under open air structures we market a complete offering of Steel structures, wood structures and fabric structures. The structures are marketed under two Brands, Poligon targeting the landscape architect and Park and Recreation, and CEAS+ targeting commercial and institutional applications specified by architects. 65 Within this RFP category there may be Open air steel frame and steel roof/shingle/polycarbonate roof structures subcategories of solutions. List subcategory Trellis titles that best describe your products and Portals services. Open air steel frame and fabric roof structures Open air wood frame and steel/shingle roof structures Integrated benches and bike racks with steel frame structure Kiosks Sun shelters Privacy shelters Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Table 14B: Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Line Item Category or Type Offered Comments 66 Open air structures r Yes All types of open air structures f No (pavilions, gazebos, shelters, bandshells, amphitheaters, walkway covers, shade structures, kiosks, transit shelters, dugouts, trellis', entrance canopies, portals, DSA shelters, farmers market structures, picnic shelters, bleacher covers, sun shelters, crossing) made of steel, wood or fabric shade. 67 Accessory or utility buildings r Yes Privacy shelters (portable toilet r No enclosure), PorterCorp structures quite often are used to provide the frame and roof for accessory and utility buildings. Walls and utilities are done by others. 68 Services related to the solutions above r Yes Complementary installation and site r No work, design build services Table 15: Industry Specific Questions Line Item Oue Response* 69 If you are awarded a contract, provide a Monthly metrics as well as quarterly metrics are tracked based on Sourcewell sales few examples of internal metrics that will in relation to total sales so we can measure, track and evaluate a KPI to determine be tracked to measure whether you are our success and growth of the contract and Sourcewell member purchases. having success with the contract. Additional KPI's are tracked including Sourcewell sales as a percentage of total sales. Aside from tracking sales and opportunities, we hold a companywide competition on the dealer selling the most by volume annually using the Sourcewell contract. Leader board stats are distributed with the highest selling rep being celebrated at our annual sales meeting during NRPA. This has become a tradition at Poligon, with our Contract Administrator presenting the crystal award while exchanging ideas with the Poligon dealer base. 70 Describe the methods or techniques that - All welds are ground to better accept powder coat enhancing overall paint impact the durability or longevity of your performance while providing an architectural look to the finish product. product. - All Zinc plated or galvanized fasteners used for improved corrosion resistance. - Use galvalume or aluminum material for all cover plates and parts that require sheet metal to reduce rusting. - Steel shot blast machine that removes all weld splatter and flash rust to near white condition. - Use a Super Durable TGIC powder vs std TGIC. - Factory staining of T&G. - Powder coat the heads of any exposed fasteners. - PorterCorp breaks all steel sharp edges with a grinder to better accept powder coat. - All plates are CNC processed providing improved accuracy and improved acceptance of welds. - Steel gutters and down spouts provided that can be powder coated to match the frame color. - Ability to galvanize steel as well as galvanize and apply a powder coat finish. This is a unique process and used in extremely corrosive environments. - PCI 4000 certification for the Powder Coating Institute. - Most detailed and comprehensive CSI specification in the industry supporting our quality, certification and performance spec. (See attachment in additional docs folder) - All parts are packed with foam, wood and cardboard. Each part is treated as a "Class A" surface to make certain when parts arrive without any damage. In addition, because we use dedicated flat bed carriers only our products are on the trucks. This makes sure our products arrive on time and in the same condition as when they left the factory. - All standing seam is factory notched to simply installation and provides a clean and uniform appearance. Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 71 Describe any manufacturing processes or - PorterCorp engineers and stamps all our drawings and verify they meet the local material specification -related attributes building code and requirements. (wind speed or snow load specifications) - PorterCorp has their own linear conveyor powder coat line with steel shot blast. that differentiate your offering from your This allows for fast turnaround, lower cost and improved quality competitors. - Tube laser CNC programmed off a CAD model. - Automated Peddinghouse dual axis CNC drilling and cutting machine. - Certified welders as well as 3 certified LA County quality control inspectors. - All connections utilize hidden fasteners. - 2 Full time quality control personnel. - All parts are labeled, and part numbers etched in steel of facilitate part identification and correlation to instruction sheet. - Flatbed laser to cut our own medallions and ornamentation. - Poli-5000 is our unique powder coat finish system providing the most durable finish system in the open-air structure industry. Refer to specs and supporting documentation (Poli-5000 specs in additional docs folder) - Provide DSA (Division of State Architect) approved PC structures for the state of CA. - Cooling tunnel for steel member after being painted. - Use tube steel to eliminate bird nesting and hide electrical wiring. 72 Identify any industry certification(s) that your Certifications: business or the products included in your AISC Building Fabricator valid through 7/31/21 (certifications folder) proposal have attained or received. PCI 4000 through 9/21/2021 (certifications folder) LEED AP professional on staff. 7 on staff professional licensed engineers that continuously maintain many state licenses nearly all 50 states. In the unlikelihood that specific certifications or licenses be required that we do not possess in house, we will utilize our network of consultants to ensure compliance with any certification that may be required. 12 AWS certified welders. Ability to sell product that meet following criteria (Buy America and Buy American). See example of Buy America certification letter. Professional 6 SIGMA Black Belt on Staff. Approved Fabricator of the following: City of Houston City of Los Angeles City of Phoenix Clark County Miami Dade County City of Riverside State of Utah (see certifications folder) Table 16: Exceptions to Terms, Conditions, or Specifications Form Line Item 73. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The contract section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail. Proposer's exceptions and proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract. Contract Section (Term, Condition, or Specification Exception or Proposed Modification None Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 Proposer's Affidavit PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance: 1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence. 2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award. 3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation. 4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired. 5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation. 6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a resulting contract. 7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment, products, or services under any resulting contract. 8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and related services to Sourcewell Members under an awarded Contract. 9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders. 10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act. 11. Proposer its employees, agents, and subcontractors are not: a. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury_gov/ofac/downloads/sdnlist.pdf; b. Included on the government -wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or c. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated Bid Number: RFP 012621 Vendor Name: PorterCorp DocuSign Envelope ID: 4EE85112-D968-43FF-A402-9D33A746CEB0 by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation. r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Ben Judy, Director of Sales & Marketing, PorterCorp The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid. r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Check the box in the column " I have reviewed this addendum" below to acknowledge each of the addenda. I have reviewed the File Name below addendum and Pages attachments (if applicable) Addendum 5_Open_ Air _Structures _and _Accessory_or_Utility_Buildings_RFP_012621 rV Fri January 15 2021 10:28 AM Addendum 4_Open_ Air _Structures _and _Accessory_or_Utility_Buildings_RFP_012621 rV Thu January 14 2021 10:10 AM Addendum 3_Open_ Air _Structures _and _Accessory_or_Utility_Buildings_RFP_012621 Tue December 22 2020 04:01 PM Addendum 2_Open Air Structures and Accessory or Utility Buildings_RFP 012621 Thu December 10 2020 02:58 PM rV Addendum 1_Open Air Structures and Accessory or Utility Buildings_RFP 012621 Fri December 4 2020 03:46 PM ry Bid Number: RFP 012621 Vendor Name: PorterCorp _HECKsourcewll 4LL PURCx�SE OSER8,CAxm,xcie,.xo KI NAPE CDSCA Propo LANpSCAPE STRUCTURES, INC. E T RES, 601 7TH STREET SOUTH A—d_ DELANO, MN 55328 U.S A. TSM72.3391 BOO-328-0035 January 18, 2023 Fax: 763-972-31BS DATE CONTACT: Amanda Beilfuss Destination: Fayetteville AR 72703 ORGANIZATION: City of Fayetteville, Purchasing Division F.O.B. EMAIL: abeilfuseralfavetleville-ar.aoy PHONE: T479.575.8220 Contract Agreement Terms FAX: F479.575.8257 TERMS (Subject To Credit Approval By ACS) SHIPTO: Gulley Park To Be Communicated Prior to Contract 1850 East Township Street Current Schedule Fayetteville, AR 72073 Equipment Pricing Good for 60 days BILL TO: Invoice will be emailed to email address above All Other Pricing Good for 60 Days from Date of Proposal unless another email address or mailing address is provided We are pleased to submit this proposal to supply the following items: ITEM NO. VENDOR DESCRIPTION SCOPE UNIT QTY UNIT PRICE TOTALCOST Project Name: Gulley Park Playground and Splash Pad Improvements Interactive Fountain Area (Blue Area per Diagram) Aquatix Interactive Fountain Landscape Structures/Aquatix Splash Pad Including Delivery, Install, and Taxes LS 1 $ 229,410.80 $ 229,410.80 Spray Nozzles (Stainless Steel Arch lets & Stainless Steel Stream Jets) Aquatix Mechanical Components Step Pad Activator Control Panel - Sequencing Drain Box Distribution Manifold - Sequencing Underground Mechanical Vault Enclosures Engineered Stamped Design and Construction Drawings Freight Bonds New Playground Area (Green Area per Diagram) LSI New Playground Area Landscape Structures Including Install Delivery, Install, and Taxes LS 1 $ 505,526.17 $ 505,526.17 Tower We Saw We Go Round Docile Swings Spinner Nook Bonds Protective Pour in Place Bonded Rubber Mulch Surfacing oil, Quoted with So —well Agreement Landscape Structures Contract #010521451 Taxes are including on all deliverables excluding labor. If items are amendedfrom the Poligon or LSI State Contract Proposal then prices are subject to change. Exclusions Unless Agree Sleeve Material, Offsite Utility Connections, RPZ, Testing, Landscaping, and Site Restoration SIGNATURE BELOW ACCEPTING THIS PROPOSAL WILL CONSTITUTE A PURCHASE Total Weight ORDER ONLY UPON APPROVAL BYACS PLAYGROUND ADV. SUBTOTAL MATERIAL $ 734,936.97 ALL ORDERSARE TAXABLE UNLESS A SALES TAX EXEMPTION IS PROVIDED. AGENTLETTER MUSTALSO BE PROVIDED WITNACS PLAYGROUND ADVENTURESAS AUTHORIZED USER OF THE SALES TAX EXEMPTION. IF NOAGENT LETTER IS PROVIDED SALES TAX FOR MATERIALS MAYBE CHARGED BACK TO THE CUSTOMER. SALES TAXES ARE INCLUDED ON THIS FORM ORDER ACCEPTANCE IS BASED ON SIGNED PRE -CONSTRUCTION FORM BY CUSTOMER ACCEPTED BY CUSTOMER DATE TOTAL $ 734,936.97 PRINT NAME in Rob Green 1 479-305-5050 1 mbg@acsplay.com 1/18/2023 PROPOSED BY ACS REPRESENTATIVE DATE IVA CITY OF FAYETTEVILLE ARKANSAS City of Fayetteville Engineering Division 125 West Mountain Street Fayetteville, Arkansas 72701 PROTECT MANUAL FOR Gulley Park Playground and splash Pad Improvements - Sourcewell Contracts (For LSI and Poligon for Playground, Splash Pad, and Pavilion Improvements) VWDS =' ra THE 0 E JA 9412� ARKA►NSAS � I GISTERRD PR0ASCS0*.iAL ENGINEER k **� Al 1 , No. 1 P424 Cr,� ►��i�'F1N 0. Appendix C - Protect Manual lanuarY 11, 2023 CITY OF FAYETTEVILLE ARKANSAS TABLE OF CONTENTS Gulley Park Playground and Splash Pad Improvements Sourcewell Contracts CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 00010-1 of 1 00400 FORMS AND SUPPLEMENTS 00430 LIST OF SUBCONTRACTORS 00430-1 of 1 00440 LIST OF MANUFACTURERS 00440-1 of 1 00500 AGREEMENT FORM 00500-1 of 9 00500 AGREEMENT FORM 00500-1 of 10 00550 NOTICE TO PROCEED 00550-1 of 1 00600 BONDS AND CERTIFICATES 00610 PERFORMANCE BOND 00610-1 of 3 00611 LABOR AND MATERIAL PAYMENT BOND 00611-1 of 4 00700 CONTRACT GENERAL CONDITIONS 00700-1 of 57 00701 GULLEY PARK PLAYGROUND EQUIPMENT SPECIFICATIONS Three pages DIVISION 1- GENERAL REQUIREMENTS 01110 SUMMARY OF WORK 01110-1 of 3 01250 CONTRACT MODIFICATION PROCEDURES 01250-1 of 2 01270 UNIT PRICES 01270-1 of 2 01290 PAYMENT PROCEDURES 01290-1 of 2 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01320-1 of 2 01321 SCHEDULES 01321-1 of 2 01330 VERIFICATION SUBMITTAL PROCEDURES 01330-1 of 5 01420 DEFINITIONS AND STANDARDS 01420-1 of 3 01530 BARRIERS AND TEMPORARY CONTROLS 01530-1 of 5 01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 of 6 END OF TABLE OF CONTENTS Note some documents listed are not relevant to Sourcewell Contracts and not included in these specifications. 00010 Table of Contents 00010- 1 DOCUMENT 00200 — INSTRUCTIONS: 1.01 DEFINED TERMS: A. Terms used in these Instructions and which are defined in the GENERAL CONDITIONS, have the meanings assigned to them in the GENERAL CONDITIONS. B. Contract Documents shall include the following: 1. Contract Forms: a. Agreement Between Owner and Contractor. b. Performance Bond. c. Labor and Material Payment Bond. d. List of Subcontractors e. List of Manufacturers 2. Contract Conditions: a. General Conditions. b. Supplementary Conditions. 3. Specifications. 4. Drawings. 5. Appendices. • Appendix A — Sourcewell Contract 012621-PPC • Appendix B —Proposal Dated January 11, 2023 • Appendix C — Project Manual and Drawings titled Gulley Park Playground and Splash Pad Improvements, including updated sheets C30-A, C6 Rev and C7 Rev. • Appendix D — Work Areas Diagram — Sourcewell Contracts • Appendix E — Work Clarification Information for Gulley Park Playground and Splash Pad Improvements Sourcewell Contracts • Appendix F — Schedule of Values 1.02 QUALIFICATION OF CONTRACTOR: A. For Federal -Aid Projects, Contractors are not required to be licensed in the State of Arkansas at the time a Proposal is submitted. A Contractor's license must be secured before contracts are executed. B. For all other projects, Contractor shall be licensed as a contractor in the State of Arkansas and shall provide their license number in its Proposal. 1.03 LABOR -RELATED REGULATIONS: A. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages all qualified minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified, small, minority, and women business enterprises. END OF DOCUMENT 00200 00200 Instructions 00200-1 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for Construction — Gulley Park Improvements. Contractor certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name and Address NOTE: This form must be submitted in accordance with the Instructions. Contractor's Signature END OF DOCUMENT 00430 Expected Percentage or Value 00430 List of Subcontractors 00430-1 DOCUMENT 00440 — LIST OF MANUFACTURERS In compliance with the Instructions and other Contract Documents, the undersigned submits the following names of Manufacturers to be used in performing the Work for Construction — Gulley Park Improvements. Contractor shall list manufacturers of playground equipment and Interactive Fountain/ Splash Pad equipment. Contractor certifies that all Manufacturers listed are eligible to manufacture equipment meeting the specifications for the Work. Only equipment specified in the construction documents or approved by addendum are approved for use in this project. Manufacturer 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Equipment NOTE: This form must be submitted in accordance with the Instructions. Contractor's Signature END OF DOCUMENT 00440 00440 List of Manufacturers 00440-1 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contractor: Porter Corp. d/b/a Poligon Contract Name/Title: Construction — Gulley Park Improvements Contract No.: THIS AGREEMENT is dated as of the between The City of Fayetteville, Arkansas and ARTICLE 1 - WORK day of in the year 20 by and (hereinafter called Contractor). 1.01 Contractor shall compete all Work as specified or indicated in the Contract Documents. The work under this Contract includes, but is not limited to: The project includes, but not limited to, expansion of the playground, new pavilion, interactive fountain, play areas, walks, landscaping, boulder work, lighting, drainage, sitting walls, safety surfacing, and other improvements as indicated in the construction documents. ARTICLE 2 - ENGINEER 2.01 The Project has been designed by Landscape Architects and Engineers employed by the City of Fayetteville, Arkansas. The Landscape Architect/Engineer assumes all duties and responsibilities, and has the rights and authority assigned to Landscape Architect/Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TIME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500-1 DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 330 calendar days after the date when the Contract Times commence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 30 calendar days after the substantial completion date. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor recognize that time is of the essence of this Agreement and that The City of Fayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by The City of Fayetteville if the Work is not Substantially Completed on time. Accordingly, the City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified above in Paragraph 3.02 for Substantial Completion until the remainder of the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3.02 for completion and readiness for final payment or any proper extension thereof granted by The City of Fayetteville, Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYETTEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices in the Proposal which is hereto attached, as well as the 00500 Agreement 00500-2 DOCUMENT 00500 — AGREEMENT (continued) Schedule of Values (Appendix F), for the actual amount accomplished under each pay item, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. The Schedule of Values is included to allocate costs between Contractors for their relative portion of the Work. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Landscape Architect / Engineer, on or about the same day each month during construction. All such payments will be measured by the schedule of values (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Landscape Architect / Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 00500 Agreement 00500-3 DOCUMENT 00500 —AGREEMENT (continued) a. 95% of Work Completed (with the balance being retainage). b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Landscape Architect / Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Appendices and other related data identified in the Contract Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 00500 Agreement 00500-4 DOCUMENT 00500 — AGREEMENT (continued) D. Contractor or a major sub of the contractor shall be experienced in playground construction and be a Certified Playground Safety Inspector (CPSI) or employ a CPSI. Contractor shall insure that the playground construction and playground equipment is installed and constructed to meet relevant playground standards including but not limited to the most up to - date versions of ASTM F-1487, ASTM F-2223, F-2373, IPEMA, and the most up to -date version of the CPSC Public Playground Safety Handbook. E. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Landscape Architect / Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. F. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, and subsurface) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. G. Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. Contractor is aware of the general nature of work, if any, to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. 1. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. Contractor has given Landscape Architect/Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Landscape Architect/Engineer is acceptable to Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 00500 Agreement 00500-6 DOCUMENT 00500 —AGREEMENT (continued) ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Proposal. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. 5. Supplementary Conditions if any. 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with sheets bearing the following general title: Gulley Park Playground and Splash Pad Improvements or Construction — Gulley Park Improvements 8. Appendices A through F. • Appendix A — Sourcewell Contract 012621-PPC 00500 Agreement 00500-7 DOCUMENT 00500 —AGREEMENT (continued) • Appendix B — Proposal Dated January 18, 2023 • Appendix C —Project Manual and Drawings titled Gulley Park Playground and Splash Pad Improvements, including updated sheets C6 Rev and C7 Rev. • Appendix D — Work Areas Diagram — Sourcewell Contracts • Appendix E — Work Clarification Information for Gulley Park Playground and Splash Pad Improvements Sourcewell Contracts • Appendix F — Schedule of Values 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. B. Precedence of Controlling Documents: In the event of any conflict between the terms of these Contract Documents, the terms contained in this Agreement shall take precedence, followed by the terms of Appendix A, then Appendix C, then Appendix D, then Appendix B. In matters of construction and playground installation work the construction drawings and project manual shall take precedence over other written documents. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a parry hereto of any rights under or interests in the Contract Documents will be binding on another parry hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be 00500 Agreement 00500-8 DOCUMENT 00500 —AGREEMENT (continued) assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.05 OTHER PROVISIONS: A. All Dumpsters shall be procured from City of Fayetteville. Any use of a third party dumpster or roll off container shall be procured from the City of Fayetteville Recycling and Trash Collection Division. Use of a Non -City dumpster or roll off container is not allowed. B. Contractor is responsible for obtaining all applicable permits; however, fees for the City issued permits shall be waived. There shall be no burning of any materials and no blasting of any kind. 00500 Agreement 00500-9 DOCUMENT 00500 — AGREEMENT (continued) IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Landscape Architect / Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Landscape Architect / Engineer on their behalf. This Agreement will be effective on , 20, which is the Effective Date of the Agreement. [a16M '7, aKOM CITY OF FAYETTEVILLE By: By: Title: Title: (SEAL) Witness Address for giving notices License No. Agent for Service of process (If Contractor is a corporation, attach evidence of authority to sign.) (SEAL) Attest Address for giving notices (attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement) END OF DOCUMENT 00500 00500 Agreement 00500- 10 DOCUMENT 00550 — NOTICE TO PROCEED TO: Contractor Name (Contractor) Address Address CONTRACT NAME/TITLE: Construction — Gulley Park Improvements Contract No: 22- Owner: City of Fayetteville, Arkansas You are notified that the Contract Time(s) under the above Contract will commence to run on (Month Day, Year) . By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement Between Owner and Contractor, the date(s) of Substantial Completion for the work is and final completion ready for final payment is Before you may start any work at the Site, the General Conditions provide that you must deliver to the owner certificates of insurance, which is required to be purchased and maintained in accordance with the Contract Documents. You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated this day of 120 OWNER By _ Title ACCEPTANCE OF NOTICE TO PROCEED CONTRACTOR By _ Title Date .20 END OF DOCUMENT 00550 00550 Notice to Proceed 00550-1 DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20 , entered into a contract with Owner for Construction — Gullet/ Park Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: A. Complete the Contract in accordance with its terms and conditions, or 00610 Performance Bond 00610 - 1 DOCUMENT 00610 — PERFORMANCE BOND: (continued) B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this day of CONTRACTOR ►U11 (CORPORATE SEAL) 00610 Performance Bond 00610 - 2 DOCUMENT 00610 — PERFORMANCE BOND: (continued) ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) CK6181LI WMIKeWM13 State of Arkansas :S (CORPORATE SEAL) Approved as to Form: Attorney for END OF DOCUMENT 00610 00610 Performance Bond 00610 - 3 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20 , entered into a contract with Owner for Construction — Gullet/ Park Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 00611 Labor and Material Payment Bond 00611-1 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 00611 Labor and Material Payment Bond 00611-2 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) 3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20_ CONTRACTOR SURETY (CORPORATE SEAL) COUNTERSIGNED: State of Arkansas :A 00611 Labor and Material Payment Bond 00611 - 3 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) END OF DOCUMENT 00611 (CORPORATE SEAL) Approved as to Form: Attorney for 00611 Labor and Material Payment Bond 00611-4 DOCUMENT 00700 — GENERAL CONDITIONS: ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.......................................................5 1.01 CONTRACT DOCUMENTS:............................................................................................ 5 1.02 DEFINITIONS:..................................................................................................................5 1.03 TERMINOLOGY: .............................................................................................................. 8 ARTICLE 2 - PRELIMINARY MATTERS..........................................................................9 2.01 DELIVERY OF BONDS: ................................................................................................... 9 2.02 COPIES OF DOCUMENTS:.............................................................................................. 9 2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED: ..................... 9 2.04 STARTING THE PROJECT: ............................................................................................. 9 2.05 BEFORE STARTING CONSTRUCTION: ....................................................................... 9 2.06 PRECONSTRUCTION CONFERENCE: ........................................................................ 10 2.07 FINALIZING SCHEDULES: ........................................................................................... 10 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE.............40 3.01 INTENT: ........................................................................................................................... 10 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS :........................ 11 3.03 OWNERSHIP AND REUSE OF DOCUMENTS:........................................................... 12 ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS.................................................................................12 4.01 AVAILABILITY OF LANDS:......................................................................................... 12 4.02 UNFORESEEN SUBSURFACE CONDITIONS:........................................................... 12 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: .................................... 13 4.04 REFERENCE POINTS: ................................................................................................... 13 ARTICLE 5 - BONDS AND INSURANCE.........................................................................14 5.01 PERFORMANCE AND OTHER BONDS: ..................................................................... 14 5.02 INSURANCE: .................................................................................................................. 14 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES...................................................20 6.01 SUPERVISION AND SUPERINTENDENCE: ............................................................... 20 6.02 LABOR, EQUIPMENT, AND MATERIALS:................................................................ 21 6.03 ADJUSTING PROGRESS SCHEDULE: ........................................................................ 21 00700 General Conditions 00700-1 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: ................................................................... 22 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS :....................... 24 6.06 PATENT FEES AND ROYALTIES:............................................................................... 24 6.07 PERMITS:........................................................................................................................25 6.08 LAWS AND REGULATIONS:....................................................................................... 25 6.09 TAXES:............................................................................................................................25 6.10 USE OF PREMISES: ........................................................................................................ 25 6.11 RECORD DOCUMENTS:............................................................................................... 26 6.12 SAFETY AND PROTECTION: ....................................................................................... 27 6.13 EMERGENCIES:.............................................................................................................27 6.14 SUBMITTALS:................................................................................................................28 6.15 CONTINUING THE WORK: .......................................................................................... 29 6.16 INDEMNIFICATION: ..................................................................................................... 29 ARTICLE 7 - OTHER WORK.............................................................................................30 7.01 RELATED WORK AT SITE: .......................................................................................... 30 7.02 COORDINATION: ........................................................................................................... 31 ARTICLE 8 - OWNER'S RESPONSIBILITIES................................................................31 8.01 COMMUNICATIONS:....................................................................................................31 8.02 CHANGE OF LANDSCAPE ARCHITECT/ENGINEER:............................................. 31 8.03 REQUIRED DATA: ......................................................................................................... 31 8.04 LANDS AND EASEMENTS:.......................................................................................... 31 8.05 INSURANCE: .................................................................................................................. 31 8.06 CHANGE ORDERS:........................................................................................................ 31 8.07 INSPECTIONS AND TESTS: ......................................................................................... 32 8.08 STOPPING THE WORK: ................................................................................................ 32 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: .................................................. 32 ARTICLE 9 - LANDSCAPE ARCHITECT/ENGINEER'S STATUS DURING CONSTRUCTION.........................................................................................32 9.01 OWNER'S REPRESENTATIVE: .................................................................................... 32 9.02 VISITS TO SITE: ............................................................................................................. 32 9.03 PROJECT REPRESENTATION: ..................................................................................... 32 00700 General Conditions 00700-2 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 9.04 CLARIFICATIONS AND INTERPRETATIONS:.......................................................... 33 9.05 AUTHORIZED VARIATIONS IN WORK: .................................................................... 33 9.06 REJECTING DEFECTIVE WORK: ................................................................................ 33 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS :............................................ 33 9.08 DETERMINATIONS FOR UNIT PRICES: .................................................................... 34 9.09 DECISIONS ON DISPUTES: .......................................................................................... 34 9.10 LIMITATIONS ON LANDSCAPE ARCHITECT/ENGINEER'S RESPONSIBILITIES: 34 ARTICLE 10 - CHANGES IN THE WORK.........................................................................35 10.01 GENERAL:.......................................................................................................................35 ARTICLE 11 - CHANGE OF CONTRACT PRICE ............................................................36 11.01 GENERAL:.......................................................................................................................36 11.02 COST OF THE WORK: ................................................................................................... 37 11.03 CONTRACTOR'S FEE: ................................................................................................... 40 11.04 CASH ALLOWANCES:.................................................................................................. 40 11.05 UNIT PRICE WORK: ...................................................................................................... 40 11.06 RIGHT OF AUDIT: .......................................................................................................... 41 ARTICLE 12 - CHANGE OF CONTRACT TIMES............................................................41 12.01 GENERAL:.......................................................................................................................41 ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK............................................................................................................42 13.01 WARRANTY AND GUARANTEE: ............................................................................... 42 13.02 ACCESS TO THE WORK: .............................................................................................. 43 13.03 TESTS AND INSPECTIONS: ......................................................................................... 43 13.04 DEFECTIVE WORK: ...................................................................................................... 43 13.05 UNCOVERING WORK: .................................................................................................. 44 13.06 OWNER MAY STOP THE WORK: ................................................................................ 44 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: ........................................... 44 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: ........................................ 45 13.09 ACCEPTANCE OF DEFECTIVE WORK: ..................................................................... 45 13.10 OWNER MAY CORRECT DEFECTIVE WORK: ......................................................... 45 00700 General Conditions 00700-3 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................46 14.01 SCHEDULE OF VALUES:.............................................................................................. 46 14.02 APPLICATION FOR PROGRESS PAYMENT: ............................................................. 46 14.03 CONTRACTOR'S WARRANTY OF TITLE: ................................................................ 47 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: ...................................... 47 14.05 SUBSTANTIAL COMPLETION: ................................................................................... 48 14.06 PARTIAL UTILIZATION: .............................................................................................. 49 14.07 FINAL INSPECTION: ..................................................................................................... 49 14.08 FINAL APPLICATION FOR PAYMENT: ..................................................................... 49 14.09 FINAL PAYMENT AND ACCEPTANCE: ..................................................................... 50 14.10 CONTRACTOR'S CONTINUING OBLIGATION: ....................................................... 50 14.11 WAIVER OF CLAIMS: ................................................................................................. 50 14.12 INTEREST: NOT APPLICABLE................................................................................... 51 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION...................................51 15.01 OWNER MAY SUSPEND WORK: ................................................................................ 51 15.02 OWNER MAY TERMINATE:........................................................................................ 51 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: ............................................. 52 ARTICLE 16 - RESOLUTION OF DISPUTES....................................................................53 16.01 RESOLUTION OF CLAIMS AND DISPUTES.............................................................. 53 ARTICLE 17 - MISCELLANEOUS......................................................................................53 17.01 GIVING NOTICE: ........................................................................................................... 53 17.02 COMPUTATION OF TIME: ........................................................................................... 54 17.03 CLAIMS, CUMULATIVE REMEDIES:......................................................................... 54 00700 General Conditions 00700-4 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract," with modifications. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: A. The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph 1.01A are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. 1.02 DEFINITIONS: A. Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof- 1. "Agreement" - the written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 2. "Application for Payment" - the form acceptable to Landscape Architect/Engineer which is to be used by Contractor during the course of the Work in requesting progress and final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 3. "Change Order" - a written document signed by Owner and Landscape Architect/Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 4. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Landscape Architect/Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 5. "Contract Price" - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. 6. "Contract Times" - the number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by Landscape Architect/Engineer's written recommendations of final payment. 7. "Contractor" - the person, firm or corporation with whom Owner has entered into the Agreement. 8. "Date of Contract", "Effective Date of the Agreement" - the date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 9. "Engineer" or "Landscape Architect" — Landscape architect, engineer, or other licensed professional who is either employed by the owner or has 00700 General Conditions 00700-5 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) contracted with Owner to serve in a design capacity and whose consultants, members, partners, employees, or agents have prepared and sealed the Drawings and Specifications. 10. "Engineer's Consultant" - an individual or entity having a contract with Engineer or Owner to furnish services as Landscape Architect/Engineer's independent professional associate or with respect to the Project. 11. "Equipment" - a product with operational or nonoperational parts, whether motorized or manually operated, that may require service connections, such as wiring or piping. 12. "Field Order" - a written order issued by Landscape Architect/Engineer which orders minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 13. "General Requirements" - Sections of DIVISION 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 14. "Hazardous Waste" - the term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 15. "Law" - law of the place of the Project which shall govern the performance hereunder. 16. "Laws and Regulations," "Laws or Regulations" - laws, rules, regulations, ordinances, codes and/or orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 17. "Lien" - charges, security interests, or encumbrances on Project funds, real property, or personal property. 18. "Materials" - products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 19. "Notice to Proceed" - the written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform Contractor's obligation under the Contract Documents. Tree protection fencing and erosion controls may be installed before "Notice to Proceed". 20. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation , with which the Contractor has entered into the Agreement and for whom the Work is to be provided. 21. "Partial Utilization" - placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion of all the Work. 22. "Project" - the total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 23. "Project Manual" - The bound documentary information prepared for constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 24. "Punch List" —is a document created in the final stages of a construction project at or near substantial completion, to provide a list of items that must be addressed before construction is considered complete and payment is issued. The list is prepared by the Engineer/Landscape Architect and values 00700 General Conditions 00700-6 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) established for completion of items on the list. The list is not considered to be inclusive of all items that may need corrective work or completion as some items may be missed or unable to be reviewed. 25. "Resident Project Representative" - the authorized representative of Landscape Architect/Engineer who is assigned to the construction Site or any part thereof. 26. "Reference Drawings" - drawings not specifically prepared for, nor a part of, this Contract, but which contain information pertinent to the Work. 27. "Samples" - physical examples of Equipment, Materials, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 28. "Shop Drawings" - all drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 29. "Site" - lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights -of -way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 30. "Specifications" - those portions of the Contract Documents consisting of written technical descriptions of the Work, and covering the Equipment, Materials, workmanship, and certain administrative details applicable thereto. 31. "Subcontractor" - an individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 32. "Submittals" - all Shop Drawings, product data, and samples which are prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and submitted by Contractor to Landscape Architect/Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. 33. "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer/Landscape Architect as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it was intended. 34. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. 35. "Supplier" - a manufacturer, fabricator, supplier, distributor, material man, or vendor. 36. "Underground Facilities" - all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, fountain equipment, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. 00700 General Conditions 00700-7 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 37. "Unit Price Work" - Work to be paid on the basis of Unit Prices. 38. "Work" - the entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, the furnishing of Bonds and insurance, furnishing labor, and furnishing and incorporating Materials and Equipment into the construction, all as required by the Contract Documents. 39. "Work Change Directive" - a written directive to Contractor, issued on or after the effective Date of the Agreement and signed by Owner and recommended by Landscape Architect/Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in Article 4 or to emergencies under Paragraph 6.13. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in Paragraph 10.01B. 40. "Written Amendment" - a written amendment to the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement, and normally dealing with the nonengineering or nontechnical rather than strictly Work -related aspects of the Contract Documents. 41. This contract is named "Construction — Gulley Park Improvements". It is also referred to in the drawings and specifications as "Gulley Park Playground and Splash Pad Improvements" and these titles are interchangeable. a. Splash Pad and Interactive Fountain may be used interchangeably. 1.03 TERMINOLOGY: A. Whenever used in these General Conditions or elsewhere in the Contract Documents, the following terminology shall have the intent and meaning specified below: 1. The words "as indicated" refer to the Drawings and "as specified" refer to the remaining Contract Documents. 2. The terms "responsible" or "responsibility" mean that the party to which the term applies shall assume all responsibilities thereto. 3. The term "approve", when used in response to Submittals, requests, applications, inquiries, reports and claims by Contractor, will be held to limitations of Landscape Architect/Engineer's responsibilities and duties or specified in these General Conditions. In no case will "approval" by Engineer or Landscape Architect be interpreted as a release of Contractor from responsibilities to fulfill requirements of Contract Documents. 4. When applied to Equipment and Materials, the words "furnish", "install", and "provide" shall mean the following: a. The word "provide" shall mean to furnish, pay for, deliver, assemble, install, adjust, clean and otherwise make Materials and Equipment fit for their intended use. b. The word "furnish" shall mean to secure, pay for including taxes, deliver to Site, unload and uncrate Equipment and Materials. 00700 General Conditions 00700-8 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) c. The word "install" shall mean to assemble, place in position, incorporate in the Work, adjust, clean, and make fit for use. d. The phrase "furnish and install" shall be equivalent to the word "provide." The word "day" shall constitute a calendar day of twenty-four hours measured from midnight to the next midnight. ARTICLE 2 - PRELIMINARY MATTERS 2.01 DELIVERY OF BONDS AND INSURANCE: A. When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such Bonds and proof of insurance as Contractor may be required to furnish in accordance with Paragraph 5.01 and other areas. 2.02 COPIES OF DOCUMENTS: A. Owner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 NOTICE TO PROCEED, BONDS AND ORDERING PROCEDURES A. After contract award, the Contractor will provide the City with a 100% performance and payment bond, as required in the contract. B. Upon the City receiving and accepting the 100% Performance and Payment Bond, the City will issue a Purchase Order along with a Notice of Award (NOA). 1. The Notice of Award shall serve as permission for the Contractor to order any materials needed to complete the project, specifically those with a long lead time. Verification submittal processes must be followed (01330). C. The City will coordinate with the Contractor on the timing of the Notice to Proceed being issued, which shall take into consideration the expected delivery of items with a long lead time. D. Calendar days for substantial and final completion shall not start until the day following the issuance of a Notice to Proceed. E. The City will make progress payments for materials delivered on site, after verification of delivered materials by City. 2.04 STARTING THE PROJECT: A. Contractor shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the Site prior to the date on which the Contract Times commence to run, with the exception of installation of tree protection fencing and stormwater controls, which may be installed before notice to proceed, if requested by the contractor in writing and if insurance requirements have been met. 2.05 BEFORE STARTING CONSTRUCTION: A. Before starting construction and undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Landscape Architect/Engineer any conflict, error or 00700 General Conditions 00700-9 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Landscape Architect/Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Landscape Architect/Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. B. Within twenty days after the Effective Date of the Agreement, not before Contractor starts the Work at the Site, Contractor shall submit items as noted in Document 00550 — Notice to Proceed (and as specified) to Landscape Architect/Engineer for review. C. Further, before any Work at the Site is started, Contractor shall deliver to Owner, with a copy to Landscape Architect/Engineer, certificates and other evidence of insurance requested by Owner which Contractor is required to purchase and maintain in accordance with Paragraph 5.02 (and Owner shall deliver to Contractor certificates and other evidence of insurance requested by Contractor which Owner is required to purchase and maintain in accordance with Paragraph 5.02). 2.06 PRECONSTRUCTION CONFERENCE: A. Within 20 days after the Effective Date of the Agreement, but before Contractor starts the Work at the Site, a conference attended by Contractor, Landscape Architect, Engineer, and others as appropriate will be held to discuss the schedules referred to in Paragraph 2.0513, to discuss procedures for handling Submittals, securing permits, processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 2.07 FINALIZING SCHEDULES: A. The contractor shall provide a schedule of the work finalized in accordance with the Specifications. The finalized construction progress schedule will be acceptable to Landscape Architect/Engineer if it provides an orderly progression of the Work to completion within the Contract Times, but such acceptance will neither impose on Landscape Architect/Engineer responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to Landscape Architect/Engineer if it provides a workable arrangement for processing the submissions. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 INTENT: A. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Law of the place of the Project. 00700 General Conditions 00700 — 10 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, Materials, or Equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for, at no additional cost to the Owner. 1. When words which have a well-known technical or trade meaning are used to describe Work, Materials, or Equipment, such words shall be interpreted in accordance with that meaning. 2. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of execution of the Agreement. However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Landscape Architect/Engineer, or any of their consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer/Landscape Architect, or any of Owners's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of the Contract Documents. 3. Clarifications and interpretations of the Contract Documents shall be issued by the Landscape Architect or Engineer as provided in Paragraph 9.04. C. If, during the performance of the Work, Contractor finds a conflict, error, or discrepancy in the Contract Documents, Contractor shall so report to Landscape Architect/Engineer in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from Landscape Architect/Engineer, however, Contractor shall not be liable to Owner or Landscape Architect/Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. D. Applicable codes and standards referenced in these Contract Documents establish minimum requirements for Equipment, Materials, and Work and are superseded by more stringent requirements of Contract Documents when and where they occur. E. The Specifications are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1. A formal Written Amendment. 00700 General Conditions 00700 — 11 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2. A Change Order. B. As indicated in Paragraphs 11.01B and 12.01A, Contract Price and Contract Times may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the following way: 1. A Field Order (pursuant to Paragraph 9.05). 2. Landscape Architect or Engineer's written interpretation or clarification (pursuant to Paragraph 9.04). 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: A. All Contract Documents and copies thereof furnished by Landscape Architect/ Engineer shall be the property of the Owner and no reuse is permitted without written permission of the Owner, Landscape Architect, and Engineer. B. Neither Contractor nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer and Landscape Architect; and they shall not reuse any of the documents on extensions of the Project or any other project without written consent of Owner, Engineer, and Landscape Architect and specific written verification or adaptation by Landscape Architect or Engineer. ARTICLE 4 - AVAILABILITY OF LANDS, PHYSICAL CONDITIONS, REFERENCE POINTS 4.01 AVAILABILITY OF LANDS: A. Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. B. If Contractor believes that any delay in Owner's furnishing these lands, rights -of -way, or easements entitles Contractor to an extension of the Contract Times, Contractor may make a claim therefor as provided in Article 12. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. Contractor shall confine his operations to the construction limits indicated. 4.02 UNFORESEEN SUBSURFACE CONDITIONS: A. Contractor shall promptly notify Landscape Architect/Engineer in writing of any subsurface or latent physical conditions encountered at the Site which differ materially from those specified or indicated, or which could be reasonably interpreted from examination of the Site and available subsurface information at the time of execution of the Agreement. B. Landscape Architect/Engineer will promptly investigate those conditions and advise Owner if further surveys or subsurface tests are necessary. Promptly thereafter, 00700 General Conditions 00700 — 12 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Landscape Architect/Engineer will obtain the necessary additional surveys and tests and furnish copies of results to Contractor and Owner. C. If Landscape Architect/Engineer and Owner find that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or which could have been reasonably interpreted from examination of the Site and available subsurface information at the time of execution of the Agreement, then a Change Order will be issued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Landscape Architect/Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided: 1. Owner and Landscape Architect/Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, 2. Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in Paragraph 6.12 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. B. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, Contractor shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by Paragraph 6.13), identify the owner of such Underground Facility and give written notice thereof to that owner and Landscape Architect/Engineer. Landscape Architect/Engineer will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility as provided in Paragraph 6.12. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefor as provided in Articles I 1 and 12. 4.04 REFERENCE POINTS: A. Landscape Architect/Engineer will provide elevation benchmarks to for construction which in Landscape Architect/Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out 00700 General Conditions 00700 — 13 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) the Work, shall protect and preserve the established benchmarks, and shall make no changes or relocations without the prior written approval of Landscape Architect/Engineer. Contractor shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. B. Contractor shall make such surveys as are required for establishing pay limits and determining quantities for progress pay estimates. Contractor shall furnish Landscape Architect/Engineer with one copy each of all field notes of such surveys. ARTICLE 5 - BONDS AND INSURANCE 5.01 PERFORMANCE AND OTHER BONDS: A. Contractor shall furnish performance and payment Bonds, each in an amount at least equal to 100% of the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment is approved by Owner, except as otherwise provided by Law or Regulation or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an Arkansas Agent. B. The Bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is Contractor's responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times. C. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. D. Date of Bonds shall be the same as the Effective Date of the Agreement. E. If at any time during the continuance of the Contract, the surety on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. 1. If the surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liability Insurance: 1. Contractor and all of his subcontractors shall purchase and maintain such liability and other insurance as is appropriate for the Work being furnished 00700 General Conditions 00700 — 14 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) and performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's furnishing and performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: a. Claims under workers' compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; c. Claims for damages because of bodily injury, sickness, or disease, or death of any person other than Contractor's employees; d. Claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (ii) by any other person for any other reason; e. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use therefrom; f. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and g. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. 2. The insurance required by this paragraph shall include the specific coverages, and be written for not less than the limits of liability specified or required by Law, whichever is greater. a. Umbrella General Liability $5,000,000 b. Workers' compensation Statutory (State and Federal Limits) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $2,000,000 (2) Products -Completed Operations Aggregate $2,000,000 (3) Personal & Advertising Injury Limit $1,000,000 (4) Each Occurrence Limit $1,000,000 (5) Fire Damage Limit $ 100,000 (6) Medical Expense Limit $ 5,000 d. Business Automobile Liability (1) Any one loss or accident $1,000,000 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: 1. with respect to insurance required by Paragraphs 5.02A. Lc through 5.02A.Lg inclusive, include as additional insureds by endorsement (subject to customary exclusion in respect of professional liability) Owner, Landscape Architect, Engineer, and Engineer's Consultants, and include coverage for the respective officers, directors, partners, employees, agents, and other 00700 General Conditions 00700 — 15 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability specified in Paragraph 5.02A.2 or required by Laws and Regulations, whichever is greater; 3. with respect to insurance required by paragraphs 5.02A1.c through 5.02A1.g inclusive, include premises/operations, products, completed operations, independent contractors, and personal injury insurance„ 4. include in the Commercial General Liability policy, contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.06, 6.10, and 6.16, and written for not less than the limits of liability and coverages specified above; 5. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed, or renewal refused until at least 30 days' prior written notice by certified mail has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued; 6. provide Broad Form Property Damage coverage and contain no exclusion (commonly referred to as XC&U exclusion) relative to blasting, earthquake, flood, explosion, collapse of buildings, or damage to underground property; 7. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; 8. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment and Contractor shall furnish Owner and each other specified additional insured to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter; 9. include Independent Contractors Protective Liability coverage; and 10. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. 11. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02A and any other liability insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, Landscape Architect and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Landscape Architect, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance 00700 General Conditions 00700 — 16 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) held by Owner as trustee or otherwise payable under any policy so issued. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5,000. C. Owner's Protective Liability Insurance: 1. Contractor shall be responsible for purchasing and maintaining Owner's Protective Liability insurance with Owner, Landscape Architect and Engineer as named insureds. 2. This insurance shall have the same limits of liability as the Commercial General Liability insurance and shall protect Owner, Engineer, and Landscape Architect against any and all claims and liabilities for injury to or death of persons, or damage to property caused in whole or in part by, or alleged to have been caused in whole or in part by, negligent acts or omissions of Contractor or Subcontractors or any agent, servant, worker, or employee of Contractor or Subcontractors arising from the operations under the Contract Documents. 3. This insurance may be provided by endorsement to Contractor's Commercial General Liability insurance policy. D. Property Insurance: 1. Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full insurable value thereof (subject to such deductible amounts as follows) or as required by Laws or Regulations. This insurance shall: a. be on the completed value form and include the interests of Owner, Contractor, Subcontractors, Landscape Architect, Engineer, and Engineer's Consultants, and the officers, directors, partners, employees, agent, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; b. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and Equipment and Materials, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, terrorism, and such other perils (as flood, earthquake, explosions, collapse, underground hazard) or causes of loss as may be specifically required in the Contract Documents; c. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); d. cover Equipment and Materials stored at the Site or at another location that was agreed to in writing by Landscape Architect or Engineer prior to being incorporated in the Work, provided that such Equipment and Materials have been included in an Application for Payment recommended by Engineer; e. allow for partial utilization of the Work by Owner; 00700 General Conditions 00700 — 17 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) f. include testing and startup; g. be maintained in effect until final payment (or the Owner assumes beneficial occupancy and agrees to provide insurance coverage for the facilities so occupied) is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days' written notice to each other additional insured to whom a certificate of insurance has been issued; and h. have a deductible amount of $ 10,000. 2. Contractor shall purchase and maintain such boiler and machinery insurance or additional property insurance as required by Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants in the Work, each of whom is deemed to have an insurable interest and shall be listed as insured or additional insured parties. 3. All policies of insurance required to be purchased and maintained in accordance with Paragraph 5.02D will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days' prior notice by certified mail has been given to Owner and Contractor and to each additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.02F below. 4. Copies of the policies shall be furnished for property insurance. Certificates will not be acceptable. E. Transit Insurance: 1. Transit insurance shall be furnished by Contractor to protect Contractor and Owner from all risks of physical loss or damage to Equipment and Materials, not otherwise covered under other policies, during transit from point of origin to the Site of installation or erection. 2. This insurance shall be written on an "All Risk" basis with additional coverages applicable to the circumstances that may occur in the particular Work included in this Contact. 3. This insurance shall be in an amount not less than 100% of the manufactured or fabricated value of items exposed to risk in transit at any one time. 4. This insurance shall contain a waiver of rights of subrogation the insurer may have or acquire against Engineer and Landscape Architect. F. Waiver of Rights: 1. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.02D will protect Owner, Contractor, Subcontractors, Landscape Architect, Engineer, Engineer's Consultants, and other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage, the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder; and if the insurers require separate waiver forms to be signed by Engineer, Engineer's Consultants or Landscape Architect, Owner will obtain the same, and if such 00700 General Conditions 00700 — 18 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) waiver forms are required of any Subcontractor, Contractor shall obtain the same. 2. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02D and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, Landscape Architect, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, Landscape Architect, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. G. Receipt and Application of Insurance Proceeds: 1. Any insured loss under the policies of insurance required of the Contractor will be adjusted with Owner and made payable to Owner as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.02G.2. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied to account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 2. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection is made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties upon the occurrence of an insured loss. H. Acceptance of Insurance: 1. If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.02 on the basis of non-conformance with the Contract Documents, Owner shall so notify Contractor in writing thereof within 10 days of the date of delivery of such certificates and other evidence of insurance to Owner required by Paragraph 2.05C. 00700 General Conditions 00700 — 19 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request If either party does not purchase or maintain all of the insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the parry who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. Partial Utilization, Acknowledgment of Property Insurer: 1. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.06, no such use or occupancy shall commence before the insurers providing property insurance pursuant to Paragraph 5.02D have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. C. When manufacturer's field services in connection with the erection, installation, start-up, or testing of Equipment furnished under this Contract, or instruction of Owner's personnel thereon are specified, Contractor shall keep on the Work, during 00700 General Conditions 00700 — 20 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) its progress or as specified, competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT, AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without Owners written consent. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and completion of the Work. C. All Equipment and Materials shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish to Engineer satisfactory evidence (including reports of required tests) as to the kind and quality of Equipment and Materials. All Equipment and Materials shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable supplier/ manufacture except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to Landscape Architect, Engineer, or any of Engineer's consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.1 OC and 9.1 OD. D. All Equipment and Materials incorporated in the Work shall be designed to meet the applicable safety standards of federal, state, and local Laws and Regulations. 6.03 ADJUSTING PROGRESS SCHEDULE: A. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 00700 General Conditions 00700 — 21 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, size, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitute is permitted, other items of Equipment or Material of other Suppliers may be submitted by Contractor to the Landscape Architect and Engineer for review under the circumstances described below. 1. "Or -Equal" Items: If in Landscape Architect/Engineer's sole discretion an item of Play Equipment, Interactive Fountain Equipment, site furnishings, or other Equipment or Material proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, or no reduction in play value, esthetics, or longevity, it may be considered by Landscape Architect/Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Landscape Architect/Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Paragraph 6.04A.1, a proposed item of Equipment or Material will be considered functionally equal to an item so named if: a. In the exercise of reasonable judgment Landscape Architect/Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to Owner; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. Cost for additional safety surfacing or concrete walk that may be needed for a piece of playground equipment not specified but added as an "equal" will be borne by the contractor. 2. Substitute Items: a. If in Landscape Architect/Engineer's sole discretion an item of Equipment or Material proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.04A.1, it will not be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer/Landscape Architect to determine that the item of Equipment or Material proposed is essentially equivalent to that named and an acceptable substitute therefor. Failure to provide sufficient information is reason for rejection. Requests for review of proposed substitute items of Equipment or Materials will not be accepted by Landscape Architect/Engineer from anyone other than Contractor. c. The procedure for review by Landscape Architect/Engineer will be as set forth in Paragraph 6.04, as may be supplemented in the General Requirements and as Landscape Architect/Engineer may decide is appropriate under the circumstances. 00700 General Conditions 00700 — 22 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) d. Contractor shall first make written application to Landscape Architect/Engineer for review of a proposed substitute item of Equipment or Material that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by Landscape Architect/ Engineer in evaluating the proposed substitute item. Landscape Architect/Engineer may require Contractor to furnish additional data about the proposed substitute item. B. If a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or use a substitute means, method, sequence, technique, or procedure of construction acceptable to Landscape Architect/Engineer, if Contractor submits sufficient information to allow Landscape Architect/Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Landscape Architect/Engineer will be similar to that provided in Paragraph 6.04A.2 as applied by Landscape Architect/Engineer and as may be supplemented in the General Requirements. C. Landscape Architect/Engineer will be allowed a reasonable time within which to evaluate each proposed substitute or "or -equal" item. Landscape Architect/Engineer will be the sole judge of acceptability, and no substitute or "or -equal" will be ordered, installed, or used until Landscape Architect/Engineer's review is complete, which will be evidenced by either (i) a Change Order for a substitute, or (ii) an approved Submittal for an "or -equal." Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. D. For consideration of substitutions after execution of the Agreement, Landscape Architect/Engineer will record time required by Landscape Architect/Engineer and, Engineer's Consultants, in evaluating substitute proposed or submitted by Contractor pursuant to Paragraphs 6.04A.2 and 6.0413 and in making changes in the Contract Documents or in the provisions of any other direct contract with Owner for work on the Project occasioned thereby. Whether or not Landscape Architect/Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall 00700 General Conditions 00700 — 23 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) reimburse Owner for the charges of, Landscape Architect/Engineer, and Engineer's Consultants for evaluating each such proposed substitute. 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS: A. Contractor shall not employ any Subcontractor, Supplier, or other person or organization (including those acceptable to Owner and Engineer as indicated in Paragraph 6.05B), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Contract Documents require the identity of certain Subcontractors, Suppliers, or other persons or organizations (including those who are to furnish the principal items of Equipment and Materials) to be submitted to Owner within the required time after execution of the Agreement for acceptance by Owner and Engineer and if Contractor has submitted a list thereof, Owner's or Engineer's 'acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor, Supplier, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit an acceptable substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by Owner or Landscape Architect/Engineer of any such Subcontractor, Supplier, or other person or organization shall constitute a waiver of any right of Owner or Landscape Architect/Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Landscape Architect/Engineer for all acts and omissions of the Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner, or Landscape Architect/Engineer and any such Subcontractor, Supplier, or other person or organization, nor shall it create any obligation on the part of Owner or Landscape Architect/Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other person or organization except as may otherwise be required by Laws and Regulations. D. All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Landscape Architect/Engineer and contains waiver provisions as required by Paragraph 5.02F. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to Paragraph 5.02D. 6.06 PATENT FEES AND ROYALTIES: A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work 00700 General Conditions 00700 — 24 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. Contractor shall indemnify and hold harmless Owner and Landscape Architect/Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.07 PERMITS: A. Unless otherwise provided in the Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of execution of the Agreement. City of Fayetteville will waive the fees of all city construction permits for this project. Contractor shall pay all charges of utility owners for connections to the Work, and Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.08 LAWS AND REGULATIONS: A. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Landscape Architect/Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Landscape Architect/Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.02. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Landscape Architect/Engineer, Contractor shall bear all costs arising therefrom; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. 6.09 TAXES: A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid or withheld by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.10 USE OF PREMISES: A. Contractor shall confine construction equipment, the storage of Equipment and Materials, and the operations of workers to the Project Site and land and areas identified in and permitted by the Contract Documents and shall not unreasonably 00700 General Conditions 00700 — 25 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) encumber the premises with construction equipment or other equipment and materials. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Landscape Architect/Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at Law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Landscape Architect/Engineer harmless from and against all claims, damages, losses, and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Landscape Architect/Engineer to the extent based on a claim arising out of Contractor's performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by Owner. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. D. This work occurs in a public park that will be open to park users. The contractor shall exercise caution in protecting the public from hazards that could be caused by the work and workers moving around the site. The contractor shall maintain site fencing in good order during the time needed to complete the work, along with gates, barricades, caution signage, and other measures as needed to protect park users and others. 6.11 RECORD DOCUMENTS: A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Test Records, Field Orders, and written interpretations and clarifications (issued pursuant to Paragraph 9.04) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Submittals shall be available to Landscape Architect/Engineer for reference. Upon completion of the Work, these record documents and Submittals shall be delivered to Landscape Architect/Engineer for Owner. B. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. 00700 General Conditions 00700 — 26 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 6.12 SAFETY AND PROTECTION: A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. All employees on the Work and other persons and organizations who may be affected thereby; 2. All the Work and Materials and Equipment to be incorporated therein, whether in storage on or off the Site; and 3. Other property at the Site or adjacent thereto, including trees shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. The work site is located within an active public park. Contractor shall take precautions to protect the public from possible dangers involved in the work including maintain signage warning park users to stay out of construction areas. C. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Landscape Architect/Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.09A that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). D. Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner and Engineer. 6.13 EMERGENCIES: A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor, without special instruction or authorization from Landscape Architect/Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Landscape Architect/Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused 00700 General Conditions 00700 — 27 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) thereby. If Landscape Architect/Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order will be issued to document the consequences of the changes or variations. 6.14 SUBMITTALS: A. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Landscape Architect/Engineer for review and acceptance by Landscape Architect/Engineer, in accordance with the accepted schedule of submissions, copies of Submittals which will bear the required information that Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Landscape Architect/Engineer may require. The data shown on Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to enable Landscape Architect/Engineer to review the information as required. B. Before submission of each Submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each Submittal with other Submittals and with the requirements of the Work and the Contract Documents. C. At the time of each submission, Contractor shall give Landscape Architect/Engineer specific written notice of each variation that the Submittal may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to Landscape Architect/Engineer for review and approval of each such variation. D. Landscape Architect/Engineer will review Submittals with reasonable promptness, but Landscape Architect/Engineer's review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Landscape Architect/Engineer and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Landscape Architect/Engineer on previous Submittals. E. Landscape Architect/Engineer's review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Contractor shall in writing call Landscape Architect/ Engineer's attention to each and every variation at the time of submission. Engineer will show approval of each such variation by a specific written notation thereof incorporated in or accompanying the Submittal. Acceptance by Landscape 00700 General Conditions 00700 — 28 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Architect/Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. F. Where a Submittal is required by the Specifications, any related Work performed prior to Landscape Architect/Engineer's review and acceptance of the pertinent submission will be at risk by the Contractor. The Landscape Architect/Engineer may reject such prematurely installed work/equipment, or accept the work/equipment and reduce the monetary value of such work if deemed inferior in any manner. 6.15 CONTINUING THE WORK: A. Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with Engineer or Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.03 or as Contractor and Owner may otherwise agree in writing. 6.16 INDEMNIFICATION: A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Landscape Architect, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense: 1. Is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and 2. Is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. B. In any and all claims against Owner or Engineer or Landscape Architect or any of their consultants, agents, or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation (Seer Paragraph 6.16A) shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability of Engineer, Landscape Architect, Engineer's Consultants, agents, or employees arising out o£ 1. The preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 00700 General Conditions 00700 — 29 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2. The giving of or the failure to give communications by Engineer, their agents, or employees provided such giving or failure to give is the primary cause of injury or damage. D. If necessary for enforcement of any indemnification and hold harmless requirement herein, or if applicable law requires the Contractor to obtain specified limits of insurance to insure any indemnity obligation; then Contractor shall obtain such applicable coverage with minimum limits not less than any specified in Paragraph 5.02B herein, the cost to be recovered and included in the Contract Price, and any indemnity attributable to the negligence of any indemnified party shall be limited to such insurance.: E. Contractor shall indemnify and hold harmless Owner, Landscape Architect, Engineer, Engineer's Consultants, and the officers, directors, partners, owners' employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense: 1. Is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and 2. Is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. In any and all claims against Owner or Engineer or Landscape Architect or any of their agents, or employees by any employee of Contractor, any Subcontractor, any person. ARTICLE 7 - OTHER WORK 7.01 RELATED WORK AT SITE: A. Owner may perform other work related to the Project at the Site by Owner's own forces, have other work performed by utility owners, or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefor as provided in Articles 11 and 12. B. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs; Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several 00700 General Conditions 00700 — 30 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner or Owner, Contractor shall inspect and promptly report to Landscape Architect/Engineer in writing any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 COMMUNICATIONS: A. Owner shall issue all communications to Contractor through designated Landscape Architect/Engineer. 8.02 CHANGE OF ENGINEER OR LANDSCAPE ARCHITECT: A. In case of termination of the employment of Landscape Architect/Engineer, Owner shall appoint an Landscape Architect/engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Landscape Architect/Engineer. Any dispute in connection with such appointment shall be addressed as discussed in Article 16. 8.03 REQUIRED DATA: A. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in Paragraphs 14.04A and 14.09A. 8.04 LANDS AND EASEMENTS: A. See other areas. 8.05 INSURANCE: A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 00700 General Conditions 00700 — 31 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 8.07 INSPECTIONS AND TESTS: A. Owner's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.03B. Additional inspections are not limited. 8.08 STOPPING THE WORK: A. In connection with Owner's right to stop Work or suspend Work, see Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to terminate services of Contractor under certain circumstances. 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: A. Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. ARTICLE 9 - LANDSCAPE ARCHITECT/ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S REPRESENTATIVE: A. Owner shall designate a qualified Landscape Architect or Engineer who will be the Owner's primary representative during the construction period. The duties and responsibilities and the limitations of authority of the Landscape Architect or Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Landscape Architect or Engineer. 9.02 VISITS TO SITE: A. Landscape Architect/Engineer will make visits to the Site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Landscape Architect/Engineer will not be required to make exhaustive or continuous on -Site inspections to check the quality or quantity of the Work. Landscape Architect/Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -Site observations as an experienced and qualified design professional, Landscape Architect/Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 9.03 PROJECT REPRESENTATION: A. Landscape Architect/Engineer may furnish Resident Project Representative and assistants to assist Owner and Engineer in observing the performance of the Work. 1. Communications pertaining to Submittals, written interpretations, and Change Orders shall be directed to Landscape Architect/Engineer at their email addresses or city offices. 00700 General Conditions 00700 — 32 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2. Communications pertaining to day-to-day operations at the Site shall be directed to Resident Project Representative. 3. Resident Project Representative, city inspectors, and their assistants will conduct observations of the Work in progress to assist Landscape Architect/Engineer in determining that the Work is proceeding in accordance with the Contract Documents. 4. Resident Project Representative and City Inspectors will not have authority to permit any deviation from the Contract Documents, except with concurrence of Owner and Landscape Architect/Engineer. 9.04 CLARIFICATIONS AND INTERPRETATIONS: A. Landscape Architect/Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as Landscape Architect/Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Times and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in Article 11 or Article 12. 9.05 AUTHORIZED VARIATIONS IN WORK: A. Landscape Architect/Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. 9.06 REJECTING DEFECTIVE WORK: A. Landscape Architect/Engineer will have authority to disapprove or reject Work which Landscape Architect/Engineer believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.0513, whether or not the Work is fabricated, installed, or completed. B. Resident Project Representative will have authority, subject to final decision of Landscape Architect/Engineer, to disapprove or reject any defective workmanship, Equipment, or Material. 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: A. In connection with Landscape Architect/Engineer's responsibility for Submittals, see Paragraph 6.14. B. In connection with Landscape Architect/Engineer's responsibilities as to Change Orders, see Articles 10, 11, and 12. C. In connection with Landscape Architect/Engineer's responsibilities in respect of Applications for Payment, see Article 14. 00700 General Conditions 00700 — 33 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 9.08 DETERMINATIONS FOR UNIT PRICES: A. Engineer/Landscape Architect will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. B. Engineer/Landscape Architect's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. 9.09 DECISIONS ON DISPUTES: A. Landscape Architect/Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to Landscape Architect/Engineer in writing with a request for a formal decision in accordance with this Paragraph, which Landscape Architect/Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute, and other matter will be delivered by the claimant to Landscape Architect/Engineer and the other parry to the Agreement promptly (but in no event later than 30 days) after the occurrence of the event giving rise thereto, and written supporting data shall be delivered to Landscape Architect/Engineer and the other party within 60 days after such occurrence unless Landscape Architect/Engineer allows an additional period of time to ascertain more accurate data in support of the claim. Owner may request written review by Landscape Architect/Engineer of claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents. B. When functioning as interpreter and judge under Paragraphs 9.08 and 9.09A, Landscape Architect/Engineer will not show partiality to Owner or Contractor and Landscape Architect/Engineer will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Landscape Architect/Engineer with respect to any such claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in Paragraph 14.11) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute, or other matter. 9.10 LIMITATIONS ON LANDSCAPE ARCHITECT/ENGINEER'S RESPONSIBILITIES: A. Neither Landscape Architect/Engineer's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by Landscape Architect/Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Landscape Architect/Engineer to Contractor, 00700 General Conditions 00700 — 34 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. B. Whenever in the Contract Documents the terms "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of Landscape Architect/Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Landscape Architect/Engineer any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraphs 9.1 OC or 9.1 OD. C. Landscape Architect/Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work or lack of safety precautions taken to protect workers, other agents, and the public. Landscape Architect/Engineer will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. D. Landscape Architect/Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. E. The presence or absence of Landscape Architect/Engineer, or any of their representatives will not act to relieve Contractor of any responsibility or of any guarantee of his performance. Neither will observation by Landscape Architect/Engineer, or any of their representatives in any way be understood to relieve Contractor of any responsibility for proper supervision of the Work at all times. F. Review by Landscape Architect/Engineer of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.08A and other areas of these documents will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with the Contract Documents. G. The limitations upon authority and responsibility set forth in this Paragraph 9.10 shall also apply to Landscape Architect/Engineer's Consultants, Resident Project Representative, and assistants. ARTICLE 10 - CHANGES IN THE WORK 10.01 GENERAL: A. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by a Written Amendment, a Change Order, or a Work 00700 General Conditions 00700 — 35 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which shall be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or a shortening of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in Article 11 or 12. C. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.05B. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: 1. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01A, are required because of acceptance of defective Work under Paragraph 13.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Landscape Architect/Engineer pursuant to Paragraph 9.09A, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.15. E. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11 - CHANGE OF CONTRACT PRICE 11.01 GENERAL: A. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities, and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. B. The Contract Price may only be changed by a Change Order or a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the parry making the claim to the other party and to Landscape Architect/Engineer promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of 00700 General Conditions 00700 — 36 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) the claim. Notice of the amount of the claim with supporting data shall be delivered within 60 days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect, and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by Landscape Architect/Engineer in accordance with Paragraph 9.09A if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.01B. C. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1. Where the Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions of Paragraphs 11.05A through 11.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 11.02A and 11.02B) plus a Contractor's Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.03B). Note that work or portions of work that is remedial in nature due to Contractor's actions may not be subject to profit. 4. For 2 and 3 above, the allowance for overhead and profit shall mean: a) A total maximum of fifteen percent (15%) for Work performed directly by the General Contractor's own forces. b) A maximum of ten percent (10%) to the Sub-subcontractor(s), plus up to an additional five percent (5%) to the General Contractor, for work performed by a Sub-subcontractor(s). 11.02 COST OF THE WORK: A. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Paragraph 11.02B. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation, and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the Site. The expenses of performing 00700 General Conditions 00700 — 37 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Work after regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all Equipment and Materials furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Costs, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, installation, dismantling, and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. £ Losses and damages not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, 00700 General Conditions 00700 — 38 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable; shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the cost of the Work for the purpose of determining Contractor's fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a fee proportionate to that stated in Paragraph 11.03A.2. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by Owner in accordance with Paragraph 5.02D.4. B. The term Cost of the Work shall not include any of the following: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.02A.1 or specifically covered by Paragraph 11.02A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work, and charges against Contractor for delinquent payments. 4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.02A.5.i above). 5. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.02A. 00700 General Conditions 00700 — 39 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 11.03 CONTRACTOR'S FEE: A. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: 1. A mutually acceptable fixed fee; or if none can be agreed upon, 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. For costs incurred under Paragraphs 11.02A.1 and 11.02A.2, the Contractor's Fee shall be a maximum of 10%(negotiable with Owner); b. For costs incurred under Paragraph 11.02A.3, the Contractor's Fee shall be 5%; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to Contractor on account of overhead and profit of all Subcontractors shall be 10%(negotiable with Owner); c. Where one or more tiers of subcontracts are on the basis of the Cost of the Work Plus a Fee and no fixed fee is agreed upon, the intent of Paragraphs 11.03A and 11.02A.1 through A.3 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of ten percent (10%) of the costs incurred by such Subcontractor under Paragraphs 11.02A.I and 11.02A.2. d. No fee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.5 and 11.02B; e. The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the net decrease; and f. When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with Paragraphs 11.03A.2.a through 11.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.02B, Contractor will submit in form acceptable to Landscape Architect/Engineer an itemized cost breakdown together with supporting data. 11.04 CASH ALLOWANCES: A. Not applicable. 11.05 UNIT PRICE WORK: A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established Unit Prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph 9.08. 00700 General Conditions 00700 — 40 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) B. Each Unit Price will be deemed to include an amount considered by Contractor to be adequate to cover all materials, sales taxes, labor, Contractor's overhead and profit and incidentals for each separately identified item. C. Where the quantity of any item of Unit Price Work performed by Contractor exceeds the estimated quantity of such item indicated in the Agreement by twenty-five percent or more and there is no corresponding adjustment with respect to any other item of Work and if Contractor believes that Contractor has incurred additional expense as a result thereof, Contractor may make a claim for an increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. 11.06 RIGHT OF AUDIT: A. Owner shall have the right to inspect and audit all of Contractor's books, records, correspondence, instructions, drawings, receipts, payment records, vouchers, and memoranda relating to the Work, and Contractor shall preserve all such records and supporting documentation for a period of three years after date of Final Payment. Contractor hereby grants to Owner the authority to enter Contractor's premises for the purpose of inspection of such records and supporting documentation or, at Contractor's option, Contractor may make such records and supporting documentation available to Owner at a location satisfactory to Owner. B. All of the records and supporting documentation shall be open to inspection and subject to audit and reproduction by Owner or its authorized representative for any and all purposes, including but not limited to (i) compliance with the Contract Documents; (ii) proper pricing of Change Orders; and (iii) claims submitted by or against Contractor or any Subcontractor or Supplier in connection with any performance under the Contract Documents. ARTICLE 12 - CHANGE OF CONTRACT TIMES 12.01 GENERAL: A. The Contract Times may only be changed by a Change Order or a Written Amendment. Contractor, in undertaking to complete the Work within the Contract Times, shall take into consideration and make allowances for all of the ordinary delays and hindrances incident to such Work, whether growing out of delays in securing equipment or materials or workmen or otherwise. B. Adjustments to the Contract Times will be made for delays in completion of the Work from causes beyond Contractor's control, including the following: 1. Federal embargoes, priority orders, or other restrictions imposed by the United States Government. 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. 5. Change Orders. 6. Neglect, delay, or default of any other contractor employed by Owner. 7. Unusual construction delays resulting from weather conditions abnormal to the geographical area and to the season of the year such as above normal 00700 General Conditions 00700 — 41 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) continuous days of precipitation, above normal amount of precipitation within a 24 hour period, or above normal days of extreme cold or hot temperature conditions affecting installation / application due to manufacturers or specifications limitations. These conditions will not be cause for extensions of time if abnormal weather conditions do not affect the stage of construction. All claims for extension of time due to abnormal weather conditions must be substantiated with evidence from a weather bureau or other authoritative source. Weather conditions normal to the geographical area and to the season of the year shall be taken into consideration in the Proposal. Normal conditions shall be defined as the average number of days, amounts, or both over a 5-year period averaged per season. 8. Conflicts, errors or discrepancies in the Contract Documents reported to Engineer as provided in these General Conditions. C. Owner shall award extensions of the Contract Times on account of such causes of delay, provided that adequate evidence is presented to enable Engineer to determine with exactness the extent and duration of delay for each item involved. D. No extension to the Contract Times will be granted for delays involving only portions of the Work, or which do not directly affect the time required for completion of the entire Work. E. Any claim for an extension to the Contract Times shall be delivered in writing to Owner and Landscape Architect/Engineer within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Times will be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change to the Contract Times resulting from any such claim will be incorporated in a Change Order or a Written Amendment. F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARRANTY AND GUARANTEE: A. Contractor warrants and guarantees to Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. B. No provision in the Contract Documents nor any specified guarantee time limit shall be held to limit Contractor's liability for defects to less than the legal limit of liability in accordance with the Law. C. All Equipment and Materials furnished by Contractor for the Work shall carry a written guarantee from the manufacturer or Supplier of such items when called for in the Specifications. Written guarantees shall be submitted to Landscape Architect/Engineer with other Submittals. Landscape Architect/Engineer will transmit such guarantees to Owner for review. 00700 General Conditions 00700 — 42 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 13.02 ACCESS TO THE WORK: A. Landscape Architect/Engineer and Engineer's representatives, other representatives of Owner, testing agencies, and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide proper and safe conditions for such access. 13.03 TESTS AND INSPECTIONS: A. Contractor shall give Landscape Architect/Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03C and 13.03D below; 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.05B shall be paid as provided in said Paragraph 13.0513; and 3. as otherwise specifically provided in the Contract Documents. 4. The costs of retest required due to failure of initial tests will be the responsibility of the contractor. C. Not used. D. Not used. E. All inspections, tests, or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to Owner and Contractor (or by Landscape Architect/Engineer if so specified). F. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Landscape Architect/Engineer, it must, if requested by Landscape Architect/Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Landscape Architect/Engineer timely notice of Contractor's intention to cover the same and Landscape Architect/Engineer has not acted with reasonable promptness in response to such notice. G. Neither observations by Landscape Architect/Engineer nor inspections, tests, or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 13.04 DEFECTIVE WORK: A. The term "defective" is used in these documents to describe Work that is unsatisfactory, faulty, not in conformance with the requirements of the Contract Documents, or not meeting the requirements of any inspection, test, approval, or acceptance required by Law or the Contract Documents. Concrete work that does not have clean lines following the geometry as shown on the construction drawings is an example of work that would be defective. 00700 General Conditions 00700 — 43 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) B. Any defective Work may be disapproved or rejected by Landscape Architect/ Engineer at any time before final acceptance even though it may have been overlooked and included in a previous Application for Payment. C. Prompt notice will be given by Engineer to Contractor of defects as they become evident. 13.05 UNCOVERING WORK: A. If any Work is covered contrary to the written request of Landscape Architect/Engineer, it shall, if requested, be uncovered for Landscape Architect/Engineer's observation and replaced at Contractor's expense. Drainage pipe and formwork are to be reviewed by the Landscape Architect/Engineer before covering. B. If Landscape Architect/Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Landscape Architect/Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Landscape Architect/Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in Articles I I and 12. 13.06 OWNER MAY STOP THE WORK: A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party. 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Landscape Architect/Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Landscape Architect/Engineer, remove it from the Site and replace it with nondefective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. 00700 General Conditions 00700 — 44 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: A. If within two years after the Date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the Site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect, and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) will be paid by Contractor. In special circumstances where a particular item of Equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. This is not to limit required longer warranties on play equipment, interactive fountain, site furnishings, pavilion, and other work. 13.09 ACCEPTANCE OF DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of defective Work, Owner and, prior to Landscape Architect/Engineer's recommendation of final payment, also Landscape Architect/Engineer prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Landscape Architect/Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys, and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Landscape Architect/Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Landscape Architect/Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this Paragraph, Owner shall proceed expeditiously. B. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the 00700 General Conditions 00700 — 45 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment, and machinery at the Site and incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. C. Contractor shall allow Owner, Owner's representatives, agents, and employees such access to the Site as may be necessary to enable Owner to exercise the rights and remedies under this Paragraph. D. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount approved as to reasonableness by Landscape Architect/Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. Such direct, indirect, and consequential costs will include but not be limited to fees and charges of engineers, landscape architects, architects, attorneys and other professionals, all court and arbitration costs, and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. E. Contractor shall not be allowed an extension of the Contract Times because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 SCHEDULE OF VALUES: A. The schedule of values including lump sums established will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 APPLICATION FOR PROGRESS PAYMENT: A. Not later than the 15'1i day of each month, or on the next business day thereafter, (but not more often than once a month), Contractor shall submit to Landscape Architect/Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. B. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. C. If payment is requested on the basis of Equipment and Materials not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the Equipment and Materials free and clear of all liens, charges, security interests, and encumbrances 00700 General Conditions 00700 — 46 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the Equipment and Materials are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which will be satisfactory to Owner. D. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.04G. 14.03 CONTRACTOR'S WARRANTY OF TITLE: A. Contractor warrants and guarantees that title to all Work, Materials, and Equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: A. Landscape Architect/Engineer will, within seven days after receipt of each Application For Payment, either indicate in writing a recommendation of payment and present the Application to Owner (subject to the provisions of the last sentence of Paragraph 14.04D), or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. After the required internal reviews and processing by the Owner, the Owner will diligently proceed to make payment to the Contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the Owner cannot guarantee the 30 days maximum time. B. Landscape Architect/Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Landscape Architect/ Engineer to Owner, based on Landscape Architect/Engineer's on -Site observations of the Work in progress as experienced and qualified design professionals and on Landscape Architect/Engineer's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Landscape Architect/ Engineer's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Landscape Architect/Engineer will not thereby be deemed to have represented that exhaustive or continuous on -Site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents, or that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or Owner to withhold payment to Contractor. C. Landscape Architect/Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled. 00700 General Conditions 00700 — 47 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) D. Landscape Architect/Engineer may refuse to recommend the whole or any part of any payment if, in Landscape Architect/Engineer's opinion, it would be incorrect to make such representations to Owner. Landscape Architect/Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: 1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 2. Written claims have been made against Owner or Liens have been filed in connection with the Work. 3. The Contract Price has been reduced by Written Amendment or Change Order 4. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.10, 5. Of Landscape Architect/Engineer's 'actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02B. 6. Of Contractor's unsatisfactory prosecution of the Work in accordance with the Contract Documents. 7. Contractor's failure to make payment to Subcontractors, or for labor, Materials, or Equipment, or 8. Landscape Architect/Engineer shall not certify payments requesting more than eighty (80) percent of the Contract amount until such time as all operation, maintenance, repair, and replacement manuals, and product data has been furnished by the Contractor to the Owner. E. Owner may refuse to make payment of the full amount recommended by Landscape Architect/Engineer because claims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 95% of the amount of the Work completed and 100% of Equipment and Materials suitably stored and documented as indicated on the Application for Payment less the sum of all previous payments. 14.05 SUBSTANTIAL COMPLETION: A. When Contractor considers the entire Work ready for its intended use, Contractor shall notify Owner and Landscape Architect/Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete, and their incompleteness not sufficient to prevent intended use of the work) and request that Engineer issue a certificate of Substantial Completion. B. Within a reasonable time thereafter, Contractor, and Landscape Architect/Engineer shall make an inspection of the Work to determine the status of completion. If Landscape Architect/Engineer does not consider the Work substantially complete, Landscape Architect/Engineer will notify Contractor in writing giving his reasons therefor. If Landscape Architect/Engineer considers the Work substantially 00700 General Conditions 00700 — 48 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) complete, Landscape Architect/Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion which will fix the Date of Substantial Completion. There shall be attached to the certificate a tentative list of items (punch list with estimated values) to be completed or corrected before final payment. C. Not used D. Not used E. Unless Owner and Contractor agree otherwise in writing and so inform Landscape Architect/Engineer prior to Landscape Architect/ Engineer's issuing the definitive certificate of Substantial Completion, Landscape Architect/Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. F. Owner shall have the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. 14.06 PARTIAL UTILIZATION: A. Not used. 14.07 FINAL INSPECTION: A. Upon written notice from Contractor that the Work or an agreed portion thereof is complete, Landscape Architect/Engineer will make a final inspection with Owner, and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 14.08 FINAL APPLICATION FOR PAYMENT: A. After Contractor has completed all such corrections to the satisfaction of Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents, and other documents as required by the Contract Documents, and after Landscape Architect/ Engineer has indicated that the Work is acceptable (subject to the provisions of Paragraph 14.11), Contractor may make application for final payment following the procedure for progress payments. B. The final Application for Payment shall be accompanied by all documentation (including but not limited to written warranties, manuals, operating instructions, maintenance kits, as builts) called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, Material, and Equipment for which a Lien could be filed, and that all payrolls, Equipment and Material bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 00700 General Conditions 00700 — 49 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 14.09 FINAL PAYMENT AND ACCEPTANCE: A. If, on the basis of Landscape Architect/Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation -- all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Landscape Architect/Engineer will, within fourteen days after receipt of the final Application for Payment, indicate in writing Landscape Architect/Engineer's recommendation of payment and present the Application to Owner for payment. Thereupon, Landscape Architect/Engineer will give written notice to Owner and Contractor that the Work is acceptable (subject to the provisions of Paragraph 14.11). Otherwise, Landscape Architect/Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. Thirty days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Landscape Architect/Engineer's recommendation and notice of acceptability, the amount recommended by Landscape Architect/Engineer will become due and will be paid by Owner to Contractor. B. If, through no fault of Contractor, final completion of the Work is significantly delayed and if Landscape Architect/Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment and recommendation of Landscape Architect/Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. The written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Landscape Architect/Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. C. The Final Pay Estimate will include all sums remaining to be paid. 14.10 CONTRACTOR'S CONTINUING OBLIGATION: A. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Landscape Architect/Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor any review and approval of a Submittal, nor the issuance of a notice of acceptability by Landscape Architect/Engineer pursuant to Paragraph 14.09, nor any correction of defective Work by Owner will constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in Paragraph 14.11). 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: A. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Paragraph 14.07, or from failure to comply with the Contract Documents or the terms 00700 General Conditions 00700 — 50 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents; and B. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 14.12 INTEREST: NOT APPLICABLE. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER MAY SUSPEND WORK: A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 days by notice in writing to Contractor, and Landscape Architect/Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to any suspension if Contractor makes an approved claim therefor as provided in Articles 11 and 12. 15.02 OWNER MAY TERMINATE: A. Upon the occurrence of any one or more of the following events: 1. If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state Law in effect at such time relating to the bankruptcy or insolvency; 2. If a petition is filed against Contractor under any chapter of the bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state Law in effect at the time relating to bankruptcy or insolvency; 3. If Contractor makes a general assignment for the benefit of creditors; 4. If a trustee, receiver, custodian, or agent of Contractor is appointed under applicable Law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due; 6. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable Equipment or Materials or failure to adhere to the progress schedule established under Paragraph 2.07 as revised from time to time); 7. If Contractor disregards Laws or Regulations of any public body having jurisdiction; 8. If Contractor disregards the authority of Landscape Architect/Engineer; or 00700 General Conditions 00700 — 51 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 9. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents; B. Owner may, after giving Contractor (and the surety, if there be one) ten days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the Site and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect, and consequential costs of completing the Work (including but not limited to fees and charges of engineers, landscape architects, architects, attorneys and other professionals, and court and arbitration costs), such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be approved as to reasonableness by Landscape Architect/Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. C. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due to Contractor by Owner will not release Contractor from liability. D. Upon ten days' written notice to Contractor and Landscape Architect/Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect, and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs). 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: A. If, through no act or fault of Contractor, the Work is suspended for a period of more than 100 days by Owner or under an order of court or other public authority, or Landscape Architect/Engineer fails to act on any Application for Payment within 40 days after it is submitted, or Owner fails for 40 days to pay Contractor any sum finally determined to be due, then Contractor may, upon ten days' written notice to Owner and Landscape Architect/Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Landscape Architect/Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon ten days' written notice to Owner and Landscape Architect/Engineer stop the Work until payment of all amounts then due. The provisions of this Paragraph shall not relieve Contractor of the obligations under Paragraph 6.15 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. 00700 General Conditions 00700 — 52 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) ARTICLE 16 - RESOLUTION OF DISPUTES 16.01 RESOLUTION OF CLAIMS AND DISPUTES A. Contractor's claims against Owner will be reviewed by Landscape Architect/Engineer, who shall take one or more of the following actions within ten (10) days after receipt of a claim: 1. Request additional supporting data from the claimant; 2. Submit a schedule to Contractor indicating reasonable time within which Landscape Architect/Engineer expects to take action; 3. Reject the Claim in whole or in part, stating reasons for rejection; 4. Recommend approval of the claim; or 5. Suggest a compromise. B. Owner's claims against Contractor will be reviewed by Contractor who shall take one or more of the following actions within ten (10) days after receipt of the Claim: 1. Request additional supporting data from Landscape Architect/Engineer; 2. Submit a schedule to the Landscape Architect/Engineer indicating a reasonable time within which Contractor expects to take action; 3. Deny the claim in whole or in part, stating reasons for denial; 4. Recommend approval of the claim; or 5. Suggest a compromise. C. If a claim has been resolved, the Owner will prepare or obtain appropriate documentation. D. If a claim has been denied or if no action has been taken in the manner provided in Paragraphs 16.01A or 16.01B, then the claimant, within ten (10) days thereafter, may notify the Owner, the other party, and Contractor's surety that Landscape Architect/Engineer and Contractor have been unable to resolve the claim. In that event, the Owner, pursuant to Paragraph 16.01 E shall review the claim and make a decision on the claim. E. If a claim is presented to the Owner, then the Owner shall review the claim and make a decision within fourteen (14) days. F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs 16.01A through 16.01E above, shall be settled as mutually agreed or in a court of competent jurisdiction within the State of Arkansas. G. Arbitration shall not be used in the settlement of disputes. ARTICLE 17 - MISCELLANEOUS 17.01 GIVING NOTICE: A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 00700 General Conditions 00700 — 53 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 17.02 COMPUTATION OF TIME: A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the Law of the applicable jurisdiction, such day will be omitted from the computation. B. A calendar day of 24 hours measured from midnight to the next midnight shall constitute a day. 17.03 CLAIMS. CUMULATIVE REMEDIES: A. Should Owner or Contractor suffer injury or damage to person or property because of any error, omission, or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other parry within a reasonable time of the first observance of such injury or damage. The provisions of this Paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. B. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by Paragraphs 6.16A, 13.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and remedies available to Owner and Landscape Architect/Engineer thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. All representations, warranties, and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. END OF GENERAL CONDITIONS DOCUMENT 00700 00700 General Conditions 00700— 54 Gully Park Play Equipment Specifications NOTE — Gulley Park has several different manufactures of equipment specified and each piece of equipment specified is to set the quality and functionality standards for that piece and as a template for minimum requirements. All play equipment manufacturers / contractors submitting proposals for this project must meet or exceed the minimum requirements listed below. Manufacture's installation instructions are to be considered as part of these specifications. Additional information is in the drawings. PRIOR APPROVED EQUALS: Play Equipment, site furnishings, interactive fountain components or other furnishings or materials specified in these documents set the minimum quality for this project. Those wishing to submit other equipment for consideration as "an equal" must do so within the allowable times and must have all information necessary to evaluate the proposed substitutions included in the substitution request. Failure to submit substitutions timely or with enough information to evaluate the substitution is reason for rejection. If a piece of equipment is substituted as equal, any additional costs required by that substitution, such as an increased fall height requiring deeper fall surfacing, is the responsibility of the contractor. QUALITY ASSURANCE A. Manufacturer Qualifications: Minimum 5-years experience manufacturing similar products. For metal playground equipment manufacture shall be IPEMA Certified ASTM F1487. B. Installer Qualifications: Minimum 2 year experience installing similar products. Playground Equipment installer shall be versed in requirements necessary to install a playground, including equipment and safety surfacing, meeting all relevant safety standards. C. All play equipment/structures and safety surfacing shall be certified and validated to be in conformance with the ASTM F1487 Standard Consumer Safety Performance Specification for Playground Equipment For Public Use and ASTM F1292 Standard Specification for Impact Attenuation of Surfacing Materials Within the Use Zone of Playground Equipment and CPSC Public Playground Safety Handbook Consumer Product Safety Commission. D. All Safety Surfacing shall be tested under ASTM F1292 after installation to insure that surfacing meets or exceeds designated and/or required fall heights and certified by the contractor. E. To the best of manufacturer's belief and knowledge play structures conform to the U.S. Consumer Products Safety Commission (CPSC) Guidelines. F. Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines for Buildings and Facilities and ICC Al 17.1 for playground equipment designated as accessible G. The contractor is responsible for ensuring the playground equipment and safety surfacing is installed meeting relevant standards such as American Society for Testing and Materials F1487, ASTM F1292, F2479, and ASTM F1951 and CPSC Public Playground Safety Handbook. Playground equipment installers must be experienced installers who have specialized in installing work similar in material, design, and extent to that indicated for this Project and who is acceptable to the manufacturer of the playground equipment being installed. Before construction begins, Installers shall submit qualifications, project history, and references, and other information needed to prove they are qualified to install playground equipment. Certifications through methods below should be proved: IPSI/CPSI Certified, NPCAI Playground Construction School or Playground manufacturer factory trained. 1.2 MINIMUM WARRANTIES A. Manufacturer warrants that all play structures and/or equipment installed will conform in kind and in quality to the specifications manual for the products identified in these construction documents and will be free of defects in manufacturing and material. Manufacturer further warrants: 1. Minimum of 25-Year Limited Warranty: On all aluminum posts, stainless steel fasteners, clamps, beams and caps against structural failure due to corrosion/natural deterioration or manufacturing defects, and on steel posts against structural failure due to material or manufacturing defects. 2. Minimum of 15-Year Limited Warranty: On all, all plastic components, all aluminum and steel components not covered above, against structural failure due to material or manufacturing defects. 3. Minimum of 10-Year Limited Warranty: On concrete products against structural failure due to natural deterioration or manufacturing defects. Does not cover minor chips, hairline cracks or efflorescence. 4. Minimum of 3-Year Limited Warranty: On all other parts, i.e. all swing seats and hangers, Ladders, Chain Ladders and Swing Chain, Track Ride trolleys and bumpers, all rocking equipment including Seesaws, etc., against failure due to corrosion/natural deterioration or manufacturing defects. 5. Warranties do not need to cover any cosmetic issues from wear and tear from normal use. 1.3 EXTRA MATERIALS A. Maintenance Kit: A maintenance kit shall be provided for each Play Structure. The kit will include a maintenance document with installation instructions, parts list, recommendations on how often to inspect, what to look for and what to do to keep the equipment safe and in like -new condition. The kit also shall include appropriate color touch-up paint and additional installation tools for the tamperproof fasteners and additional common fasteners. General Installation Notes: A. General: Note conditions on drawings. Notes on drawings set minimums. Comply with manufacturer's written installation instructions, unless more stringent requirements are indicated on the drawings. Anchor playground equipment securely, positioned at locations and elevations indicated on Drawings and to work with safety surfacing. Much of the playground equipment is accessible and flush transitions are required between surfaces. B. Maximum Equipment Height: Coordinate installed heights of equipment and components with installation of protective surfacing. Set equipment so fall heights and elevation requirements for age group use and accessibility are within required limits. Verify that playground equipment elevations comply with requirements for each type and component of equipment. Note that minimum thickness of safety surfaces is detailed in the drawings. Do not install surfacing less then these thicknesses even if the surfacing exceeds the required fall heights. Contractor responsible for installing thicker safety surfaces if required to meet the fall height requirements of the playground equipment installed at no additional costs to owner. Contractor to ensure that all playground safety surfacing meets or exceeds ASTM F1292 requirements. C. Play Equipment Mounting — Footers for play equipment and the pavilion will be per manufacture's recommendations. In no case will exposed footers be allowed. See drawings for additional information on design intent and safety surfacing. Play equipment shall have a manufactures indication of where the top of safety surfacing should be located visible on the playground equipment. D. Play Equipment Adjustment — Movable play equipment components shall be adjusted to operate smoothly, easily, and quietly, free from binding, warp, distortion, nonalignment, misplacement, disruption, or malfunction, through entire operational range and for sustained use. E. Cleaning — After completing playground and other equipment installation, inspect components, remove spots, dirt, debris. Repair damaged finishes to match original finish or replace component. Ensure cleaning is maintained till substantial completion. F. Materials - : All materials shall be structurally sound and suitable for safe play and public park use. Materials thickness and strengths shall be high quality for a heavily used public park environment. Durability shall be ensured on all materials such as steel parts by the use of time -tested coatings such as zinc plating, galvanizing, or use of stainless steel. Colors shall be as specified or selected from the manufacture's standard colors. G. Fasteners - Primary fasteners on play equipment shall be tamperproof in design, stainless -steel (SST) per ASTM F 879 unless otherwise indicated (see specific product installation/specifications). All primary fasteners shall include a locking patch type material that will meet the minimum torque requirements of IFI-125. Manufacturer to provide special tools for tamperproof fasteners. H. Items to have PVC Finish Coating - Metal components to be PVC -coated shall be thoroughly cleaned in a hot phospatising wash system, then primed with a water -based thermosetting solution or equivalent process. Primed parts shall be preheated prior to dipping in UV stabilized, liquid polyvinyl chloride (PVC), then salt cured at approximately 400 degrees. I. Colors for playground equipment will be determined by the Landscape Architect from the manufacture's standard colors. Playground equipment submitted as an equal shall be capable of matching standard colors similar to approved play equipment manufactures. END OF SECTION DIVISION 1- GENERAL REQUIREMENTS SECTION 01110 — SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701 is contracting for Work described in the Contract Documents. 1. Contract Identification: Gulley Park Playground and Splash Pad Improvements (See more information on Sourcewell Contracts with LSI and Poligon) 2. Location: 1850 E. Township Street, Fayetteville, Arkansas. C. Landscape Architect/Engineer: The Contract Documents were prepared by City of Fayetteville, Arkansas staff Engineers and Landscape Architects. 1.02 PROJECT DESCRIPTION: The project includes, but is not limited to, construction of an addition to the playground area including demolition, new playground equipment, safety surfacing, pavilion and shade structures, s'�s, concrete sidewalks, a splash pad, games area, bag toss -area, iffiga4ion, landseapin , drainage and other improvements. (See other documents for description of work) 1.03 WORK BY OTHERS: A. Work Under Other Contracts: See other Sourcewell Contract B. Work by Owner: Provide sleeve materials and utilities to site as detailed elsewhere. C. Other Activities: None. 1.04 CONTRACTOR'S USE OF PREMISES: A. Exclusive Use: During the construction period, Contractor shall have full use of portions of the site as outlined in the construction drawings for execution of the Work. Use of premises is limited only by Owner's right to perform duties and functions as stated in the GENERAL CONDITIONS and in this Section. 1.05 OWNER'S USE OF PREMISES: A. The owner does not anticipate a need to use the main contractor area (Area around playground inside of the construction fence) except for unforeseen maintenance needs. 01110 Summary of Work 01110 — 1 SECTION 01110 — SUMMARY OF WORK (continued) 1.06 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities, and subject to the requirements as indicated or specified. Note the contract has time for submittals and ordering equipment before work begins on the site. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present adjacent facilities will not be disrupted. Shutdown of Owner's operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. 1.07 PREORDERED EQUIPMENT AND MATERIALS: None. 1.08 MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in the Contract Documents shall be included in the "Unit Price Schedule" in the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. The unit price includes all costs such as, purchasing materials and equipment, labor, installation, taxes, and incidentals associated with the item. B. Specific Items: Measurement and payment of specific items shall be as specified in each applicable Section of the TECHNICAL SPECIFICATIONS. 1.09 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of full-size Contract Drawings including revised Drawings and the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. 1.10 LIST OF DRAWINGS (AND SCHEDULES): A. Contract Drawings: 1. Each sheet of the Contract Drawings bears the following general title: GULLEY PARK Playground and Splash Pad Improvements 2. Individual sheet numbers and titles are as stated on the SHEET INDEX page of the Contract Drawings. 1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: Egg Sculpture — See drawings for tot area. END OF SECTION 01110 01110 Summary of Work 01110 — 2 SECTION 01250-CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Minor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: 1. DOCUMENT 00700 — GENERAL CONDITIONS. 2. Supplementary Conditions, if any. 1.02 MINOR CHANGES 1N THE WORK A. Landscape Architect / Engineer will advise Contractor of minor changes in Work not involving an adjustment to Contract Price or Contract Times as authorized by the DOCUMENT 00700 — GENERAL CONDITIONS, Subparagraph 9.05 by issuing Field Orders. 1.03 PROPOSAL REQUEST A. Owner -Initiated Proposal Requests: 1. LANDSCAPE ARCHITECT / ENGINEER may issue a Proposal Request, including detailed descriptions of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. a. If necessary, the description will include supplemental or revised Drawings and Specifications. b. Proposal Requests issued by LANDSCAPE ARCHITECT / ENGINEER are for information only. Do not consider them instructions either to stop Work in progress or to execute the proposed change. 2. CONTRACTOR shall submit cost proposal, including any request for an extension in Contract Times, within 14 days of receipt of Proposal Request. 3. In order to facilitate checking of CONTRACTOR's proposals for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of cost including labor, materials, and Subcontracts. Labor and materials shall be itemized in a manner acceptable to the Landscape Architect / Engineer. Where major cost items are for Subcontracts, they shall be itemized also. Document each proposal for a change in cost or time with sufficient data to support computations, including the following: a. Include list of quantities of Products, labor, and equipment required or eliminated and unit costs, with total amount of purchases and credits to be made. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Indicate amounts for insurance and bonds. d. Indicate amounts for Contractor's overhead and profit. e. Include justification for any change in Contract Time. f. Include credit for deletions from Contract, similarity documented. 01250 Contract Modification Procedures 01250 — 1 SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) g. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. (1) Use available total float before requesting an extension of the Contract Time. 4. On Owner's approval of a proposal request, Landscape Architect / Engineer will issue Change Orders for signatures by Owner and Contractor as provided in the DOCUMENT 00700 — GENERAL CONDITIONS. a. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values accordingly. 1.04 WORK CHANGE DIRECTIVE A. Landscape Architect / Engineer may issue a Work Change Directive, signed by Owner and Landscape Architect / Engineer, including detailed descriptions of changes, and identifying method for determining any change in Contract Price or Contract Time, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Contractor shall promptly execute the change. 2. Work Change Directives shall be issued on Owner's standard form. B. Contractor shall maintain detailed records for changes in the Work performed on a time and material basis. 1. Submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. C. Landscape Architect / Engineer will issue Change Order CONDITIONS. D. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values for signatures by Owner and Contractor as provided in DOCUMENT 00700 — GENERAL accordingly. END OF SECTION 01250 01250 Contract Modification Procedures 01250-2 SECTION 01270 — UNIT PRICES PART1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: 1. DOCUMENT 00500 —AGREEMENT. 2. DOCUMENT 00700 — GENERAL CONDITIONS. 1.02 SUBMISSION PROCEDURES A. Include as an Appendix, Unit Prices for Work or materials listed in this Section. 1. Such Unit Prices shall apply for additions and deletions. 2. See Article 3.02 for additional information pertaining to lump sum bid and schedule of values. 1.03 CHANGES TO CONTRACT SUM A. Unit Prices shall constitute full compensation or credit, as the case may be, for the complete provision, fabrication, and installation of each item listed in this Section based solely on Work in place, including all necessary labor, product, tools, equipment, transportation, services and incidentals, appurtenances, and connections required to complete the Work in place, , and including insurance, sales taxes overhead, profit and supervision. B. Unit Prices accepted by the Owner and Contractor shall be identified in the Owner - Contractor Agreement. C. Contractor shall take measurements and compute quantities for which Unit Price items are applicable. 1. Engineer will verify measurements and quantities. a. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as the Engineer requires. 2. Final payment for Work governed by Unit Prices will be made on the basis of the actual measurements and quantities accepted by the Engineer or Landscape Architect multiplied by the Unit Price for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. f. Loading, hauling, and disposing of rejected Products. 01270 Unit Prices 01270 - 1 SECTION 01270 — UNIT PRICES (continued) 1.04 DESCRIPTION OF UNIT PRICES Measurement and Payment of specific items shall be as specified in each applicable section of the TECHNICAL SPECIFICATIONS. END OF SECTION 01270 01270 Unit Prices 01270-2 SECTION 01290 — PAYMENT PROCEDURES PART 1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Schedule of values. 2. Applications for payment. B. Related Sections: 1. DOCUMENT 00700 — GENERAL CONDTIONS. 1.02 APPLICATIONS FOR PAYMENT A. Format: Document 01290.01 supported by Document 01290.02 or other approved format. 1. Owner will provide Contractor an electronic copy of Documents 01290.01 and 01290.02. or other mutually aggregable document for working with Sourcewell Contracts. B. Payment Period: As specified under DOCUMENT 00700 — GENERAL CONDITONS Article 14. C. Preparation of Applications: 1. Present required information in typewritten form. 2. Execute application by signature of authorized officer of Contractor's firm. 3. Indicate dollar value in each column of each line item for portion of Work completed through the last day of the application period, and for products properly stored in accordance with the Contract Documents through the last day of the previous application period. 4. Not used. 5. Complete every entry on form. 6. Indicate each authorized Change Order as separate items on continuation sheet. a. List by appropriate Change Order Number. b. Indicate dollar value breakdown of each Change Order by each applicable Project Manual Section. D. Submittal Procedure: 1. Comply with DOCUMENT 00700 - GENERAL CONDITIONS Article 14. 2. Submit 5 copies of each Application for Payment. 3. Submit an updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub - subcontractors, and Material and Equipment Suppliers for amounts certified by Landscape Architect / Engineer for construction period covered by previous application for payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question. 0l 290 Payment Procedures 01290 — 1 SECTION 01290 — PAYMENT PROCEDURES (continued) b. Provide 1 copy of data with cover letter for each copy of Application for Payment. (1) Indicate application number and date. (2) List each item in question by continuation sheet identification. 6. Submit application for final payment in accordance with DOCUMENT 00700 — GENERAL CONDITIONS Article 14. END OF SECTION 01290 01290 Payment Procedures 01290 2 SECTION 01320 — PROJECT MEETINGS, SCHEDULES, AND REPORTS PART1- GENERAL 1.01 Summary: This Section includes the following administrative and procedural requirements: A. Project Meetings: 1. Preconstruction conference. 2. Progress meetings. B. Schedules and Reports: 1. Comply with SECTION 01321 SCHEDULE. C. Related Work Specified Elsewhere: 1. For Schedules: SECTION 01321. 2. For Submittal Requirements: SECTION 01330. 1.02 PROJECT MEETINGS: A. Preconstruction Conference: 1. Landscape Architect/Engineer will conduct a meeting within 20 days after the Effective Date of the Agreement, to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Contractor and his superintendent. b. Landscape Architect/Engineer and Resident Project Representative if any. c. Representative(s) of Owner. d. At Landscape Architect/Engineer's option, representatives of principal Subcontractors and Suppliers. Meeting Agenda: a. Construction schedules. b. Critical Work sequencing. c. Designation of responsible personnel. d. Project coordination. e. Procedures and Processing of- (1) Field decisions. (2) Substitutions. (3) Submittals. (4) Change Orders. (5) Applications for Payment. (6) Proposal Requests. (7) Contract Closeout. (8) Requests for Interpretation. (9) Field Orders. (10) Work Change Directives. f. Procedures for testing. g. Procedures for maintaining record documents. h. Use of Premises: (1) Office, work, and storage areas. (2) Owner's requirements. 01320 Project Meetings, Schedules and Reports 01320 — 1 SECTION 01320 — PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) i. Construction facilities, controls, and construction aids. j. Temporary utilities. k. Safety. 1. Security. m. Not used. n. Not used. o. Not used. 4. Location of Meeting: At or near the Project Site. 5. Reporting: a. Within 7 working days after the meeting, Landscape Architect/Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Progress Meetings: 1. Engineer shall schedule and conduct monthly meetings, or at other intervals as requested by Owner. Representatives of the Landscape Architect/Engineer, Resident Project Representative, and Contractor shall be present at each meeting. With Landscape Architect/Engineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. a. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. 2. Location of Meetings: At or near Project Site. 3. Reporting: a. Within 7 working days after each meeting, Landscape Architect/ Engineer shall prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall distribute copies to principle Subcontractors and Suppliers. PART 2 - PRODUCTS — Not Applicable. PART 3 - EXECUTION — Not Applicable. END OF SECTION 01320 01320 Project Meetings, Schedules and Reports 01320-2 SECTION 01321 —SCHEDULE PART 1 - GENERAL 1.01 SUMMARY A. This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. B. Related Work: 1. Documents affecting work of this Section include, but are not limited to: General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 01290 — Payment Procedures. 3. Section 01320 — Project Meetings, Schedules, and Reports. 1.02 FORMAT A. Prepare Schedules as a Gantt chart with separate bar for each major portion of Work or operation, identifying first work day of each week. B. Sequence of Listings: The chronological order of the start of each item of Work. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum multiples of 8-1/2 x 11 inches, preferred 1 lx17 inches. 1.03 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. The schedule shall clearly indicate the sequence of construction for the various items. B. Identify work of separate stages and other logically grouped activities. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the cut-off date for each monthly pay estimate. 1.04 SUBMITTALS A. Submit a finalized construction progress schedule within fifteen (15) days after date of Notice of Award or at least one (1) day prior to the pre -construction conference, whichever occurs first. After review, resubmit required revised data within ten (10) days. B. Submit monthly revisions with each pay estimate. 01321_Schedule Gulley 01321-1 SECTION 01321 —SCHEDULE (continued) 1.05 REVISIONS TO SCHEDULES A. Indicate progress of each major activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Not Used. 1.06 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. END OF SECTION 01321 01321—Schedule Gulley 01321-2 SECTION 01330 — VERIFICATION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. This section pertains to an awarded project and includes includes description and requirements for submittals the contractor will need to have approved: 1. Submittals types: a. Action Submittals b. Informational Submittals C. Mock Up Submittals B. Related sections: 1. 01290 — Payment Procedures. 2. 01310 — Project Management and Coordination. 1.2 DEFINITIONS A. Action Submittal: Written and graphic information submitted by Contractor that requires Landscape Architect/Engineer's approval. B. Informational Submittal: Information submitted by Contractor that does not require Landscape Architect/Engineer's approval. C. Mock Up Submittals: Contractor built examples of the work to show quality or test items such as finishes and colors. If included in the project, Mock-ups will be clearly defined and called out in the construction documents. 1.3 PROCEDURES A. Direct Submittals to Landscape Architect/Engineer. B. Contractor will submit all submittals electronically using the Landscape Architect/Engineer's email addresses. If file sizes are too large contractor will use drop box or other approved method to facilitate the transfer of submittals and related files. C. Transmittal of Submittal: 1. Contractor shall: a. Review each submittal and check for compliance with Contract Documents. b. Stamp each submittal with uniform approval stamp before submitting to Landscape Architect/Engineer. 1). Stamp to include Project name, submittal number, Specification number, Con- tractor's reviewer name, date of Contractor's approval and statement certifying that submittal has been reviewed, checked, and approved for compliance with Contract Documents. 2). Landscape Architect/Engineer will not review submittals that do not bear Con- tractor's approval stamp and will return them without action. 2. Complete, sign, and transmit with each submittal package, one Transmittal of Contractor's Submittal form. A blank Transmittal of Contractor's Submittal form may be provided by Landscape Architect/Engineer. 3. Identify Each Submittal with the Following: 01330 Submittal Procedures 01330-1 SECTION 01330 — SUBMITTAL PROCEDURES (continued) a. Numbering and Tracking System: 1) Submittal No. 1090-001, etc. b. Sequentially number each submittal. C. Resubmission of submittal shall have original number with sequential alphabetic suffix (ie: Resubmittal No. 1090-001-A). 1). Specification section and paragraph to which submittal applies. 2). Project title and Landscape Architect/Engineer's project number. 3). Date of transmittal. 4). Names of Contractor, subcontractor or Supplier and Manufacturer as appropri- ate. 4. Identify and describe each deviation or variation from Contract Documents. D. Format: 1. Do not base Shop Drawings on reproductions of Contract Documents. 2. Package submittal information by individual Specification section. Do not combine different Specification sections together in submittal package, unless otherwise directed in Specification. 3. Present in a clear and thorough manner and in sufficient detail to show kind, size, arrangement, and function of components, materials, and devices, and compliance with Contract Documents. 4. Index with labeled tab dividers in orderly manner. E. Timeliness: Schedule and submit in accordance Schedule of Submittals, and requirements of individual Specification sections. F. Processing Time: 1. Time for review shall commence on Landscape Architect/Engineer's receipt of submittal. 2. Landscape Architect/Engineer will act upon Contractor's submittal and transmit response to Contractor not later than 30 days after receipt, unless otherwise specified. 3. Re -submittals will be subject to same review time. 4. No adjustment of Contract Times or Price will be allowed due to delays in progress of Work caused by rejection and subsequent re -submittals. G. Re -submittals: Clearly identify each correction or change made. H. Incomplete Submittals: 1. Landscape Architect/Engineer will return entire submittal for Contractor's revision if preliminary review deems it incomplete. 2. When any of the following are missing, submittal will be deemed incomplete: a. Contractor's review stamp completed and signed. b. Transmittal of Contractor's Submittal completed and signed. 3. Submittals not required by Contract Documents may not be reviewed and may be returned stamped "Not Reviewed." 4. Landscape Architect/Engineer will keep one electronic copy and return one electronic copy to Contractor. I. Coordination with Project: 1. It is the Contractor's responsibility to coordinate all equipment furnished with project elevations and dimensions and safety surface play requirements. Approval of the submittal does not relieve the Contractor of the responsibility. 01330 Submittal Procedures 01330-2 SECTION 01330 — SUBMITTAL PROCEDURES (continued) 2. Contractor shall be responsible for coordinating all project aspects and project changes with all submittals. 1.4 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification sections. B. Shop Drawings: 1. Identify and Indicate: a. Applicable Contract Drawing and Detail number, products, units and assemblies, and system or equipment identification or tag numbers. b. Equipment and Component Title: Identical to title shown on Drawings. C. Critical field dimensions and relationships to other critical features of Work. Note dimensions established by field measurement. d. Project -specific information drawn accurately to scale. 2. Manufacturer's standard schematic drawings and diagrams as follows: a. Modify to delete information that is not applicable to the Work. b. Supplement standard information to provide information specifically applicable to the Work. 3. Product Data: Provide as specified in individual Specifications. 4. Foreign Manufacturers: When proposed, include following additional information: a. Names and addresses of at least two companies that maintain technical service representatives close to Project. b. Complete list of spare parts and accessories for each piece of equipment. C. Samples: 1. Copies: One, unless otherwise specified in individual Specifications. 2. Preparation: Mount, display, or package Samples in manner specified to facilitate review of quality. Attach label on unexposed side that includes the following: a. Manufacturer name. b. Model number. C. Material. d. Sample source. 3. Manufacturer's Color Chart: Units or sections of units showing full range of colors, textures, and patterns available. 4. Full-size Samples: a. Size as indicated in individual Specification section. b. Prepared from same materials to be used for the Work. C. Cured and finished in manner specified. d. Physically identical with product proposed for use. D. Action Submittal Dispositions: Landscape Architect/Engineer will review, mark, and label/stamp as appropriate, and distribute marked -up copies as noted: 1. Furnish as Submitted: a. Contractor may incorporate product(s) or implement Work covered by submittal. b. Distribution 1). One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Landscape Architect/Engineer's file. 3). One electronic copy returned to Contractor appropriately annotated. 2. Furnish as Corrected or Noted: 01330 Submittal Procedures 01330-3 SECTION 01330 — SUBMITTAL PROCEDURES (continued) a. Contractor may incorporate product(s) or implement Work covered by submittal, in accordance with Landscape Architect/Engineer's notations. b. Distribution: 1). One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Landscape Architect/Engineer's file. 3). One electronic copy to Contractor appropriately annotated. 3. Revise and Resubmit: a. Make corrections or obtain missing portions, and resubmit. b. Except for portions indicated, Contractor may begin to incorporate product(s) or implement Work covered by submittal, in accordance with Landscape Architect/Engineer's notations. C. Distribution: 1). One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Landscape Architect/Engineer's file. 3). One electronic copy to Contractor appropriately annotated. 4. Rejected: a. Contractor may not incorporate product(s) or implement Work covered by submittal. b. Distribution: 1). One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Landscape Architect/Engineer's file. 3). One electronic copy returned to Contractor appropriately annotated. 1.5 INFORMATIONAL SUBMITTALS A. General: 1. Refer to individual Specification sections for specific submittal requirements. 2. Landscape Architect/Engineer will review each submittal. If submittal meets conditions of the Contract, Landscape Architect/Engineer will forward electronic copies to appropriate parties. If Landscape Architect/Engineer determines submittal does not meet conditions of the Contract and is therefore considered unacceptable, Landscape Architect/Engineer will retain one electronic copy and return one electronic copy with review comments to Contractor, and require that submittal be corrected and resubmitted. 3. Installer: Prepare written statements on Manufacturer's letterhead certifying that installer complies with requirements as specified in individual Specification sections. 4. Material Test: Prepared by qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. 5. Certificates of Successful Testing or Inspection: Submit when testing or inspection is required by Laws and Regulations or governing agency or specified in individual Specification sections. B. Contractor -Design Data: 1. Written and graphic information. 2. List of assumptions. 3. List of performance and design criteria. 4. Summary of loads or load diagram, if applicable. 5. Calculations. 6. List of applicable codes and regulations. 7. Name and version of software. 8. Information requested in individual Specification section. 01330 Submittal Procedures 01330-4 SECTION 01330 — SUBMITTAL PROCEDURES (continued) C. Manufacturer's Instructions: Written or published information that documents Manufacturer's recommendations, guidelines, and procedures in accordance with individual Specification sections. D. Special Guarantee: Supplier's written guarantee as required in individual Specification sections. E. Test and Inspection Reports: 1. General: Shall contain signature of person responsible for test or report. 2. Factory: a. Identification of product and Specification section, type of inspection or test with referenced standard or code. b. Date of test, Project title and number, and name and signature of authorized person. C. Test results. d. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. e. Provide interpretation of test results, when requested by Landscape Architect/Engineer. f. Other items as identified in individual Specification sections, some 3. Field: As a minimum, include the following: a. Project title and number. b. Date and time. C. Record of temperature and weather conditions. d. Identification of product and Specification section. e. Type and location of test, Sample, or inspection, including referenced standard or code. f. Date issued, testing laboratory name, address, and telephone number, and name and signature of laboratory inspector. g. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. h. Provide interpretation of test results, when requested by Landscape Architect/Engineer. i. Other items as identified in individual Specification sections. END OF SECTION 01330 01330 Submittal Procedures 01330-5 SECTION 01420 — DEFINITIONS AND STANDARDS PART1- GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION I Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section and on the drawings. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Not Used. B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in imperative and abbreviated form. This imperative language of the technical Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," and "shall be," and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be" shall be supplied by inference where a colon () is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include "prescriptive," "compliance with standards," "performance," "proprietary," or a combination of these. The method used for specifying one unit of Work has no bearing on requirements for another unit of Work. c. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Landscape Architect/Engineer for a written decision. d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. These are normally defined at first instance of use. Organizational and association names and titles of general standards are also abbreviated. 01420 Definitions and Standards 01420-1 SECTION 01420 — DEFINITIONS AND STANDARDS (continued) C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Not used. 1.03 DRAWING SYMBOLS: A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Landscape Architect / Engineer for clarification. 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. 1. Referenced standards, referenced directly in Contract Documents or by governing regulations, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. 2. Where compliance with an industry standard is required, standard in effect shall be as stated in GENERAL CONDITIONS or drawings. 3. Where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work affected, the Engineer will decide whether to issue a Change Order to proceed with the updated standard. 4. In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to the Landscape Architect / Engineer for a decision before proceeding. 5. Splash Pad and Interactive Fountain are used interchangeably in these documents and refer to the water play feature described in these documents. 6. Playground safety surfacing may be referred to multiple ways in these documents such as, fall surface, safety surfacing, playground surfacing and refers to safety surfacing meeting ASTM and CPSC requirements for public playgrounds and as defined in these documents. 01420 Definitions and Standards 01420-2 SECTION 01420 — DEFINITIONS AND STANDARDS (continued) Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. END OF SECTION 01420 01420 Definitions and Standards 01420-3 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS PART1- GENERAL 1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4. Security. 5. Environmental controls. 6. Access roads and parking areas. 7. Traffic control and use of roadways. 8. Railroad service. B. Related Work Specified Elsewhere: 1. Temporary Utilities and Facilities: SECTION 01560. PART 2 - PRODUCTS — Not Applicable. PART 3 - EXECUTION 3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General: 1. Provide for the safety and protection of the Work as set forth in GENERAL CONDITIONS. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected. 2. Notify Landscape Architect/Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. 3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, pits, and trenches free of water. 4. Protect concrete and playground safety surfacing from damage by proper covering and care when handling heavy equipment, painting, or handling mortar or other such materials. . 5. Protect rock areas designed to hold water under surface to prevent sediment from filling the rock voids. 6. Not used. B. Property Other than Owner's: 1. Provide for the safety and protection of property as set forth in the GENERAL CONDITIONS. Report immediately to the owners thereof and promptly repair damage to existing facilities resulting from construction operations. 2. Names and telephone numbers of representatives of agencies and utilities having jurisdiction over streets and utilities in the Work area can be obtained from Engineer for the agencies listed below. Some of these contacts are listed in the Contract Drawings. Concerned agencies or utilities shall be contacted a 01530 Temporary Barriers and Controls 01530 — 1 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) minimum of 24 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. See drawings for more notice information. a. Water. b. Gas. c. Sanitary sewers. d. Storm drains. e. Pipeline companies. f. Telephone. g. Electric. h. Municipal streets. i. State highways. j. City engineer. k. Fire. 1. Police. 3. Not used. 4. Not used. 5. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. 6. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition. 3.02 BARRIERS: A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. Tree protection fencing should remain until the conclusion of the work or permission from the Landscape Architect to remove the tree protection fencing. 2. Materials for barriers may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. B. Tree and Plant Protection: 1. Preserve and protect existing trees and plants at the Site which are designated to remain and those adjacent to the Site. See drawings for additional information. 2. Provide temporary barriers around each, or around each group of trees and plants. Unless indicated or specified otherwise, construct to a height of 6 feet around trees. 01530 Temporary Barriers and Controls 01530 — 2 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 3. Consult with Landscape Architect and remove agreed -on roots and branches which will interfere with construction. 4. Protect root zones of trees and plants as follows: a. Do not allow vehicular traffic or parking under the drip line of trees. b. Do not store materials or products under the drip line of trees. c. Prevent dumping of refuse or chemically injurious materials or liquids anywhere on site. d. Prevent puddling or continuous running water. 5. Carefully supervise excavating, grading and filling, and subsequent construction operations to prevent damage of trees and tree roots. 6. Remove and replace trees which are damaged or destroyed due to construction operations, and which were designated to remain. 3.03 ENVIRONMENTAL CONTROLS: A. Noise Control: OSHA requirements shall be adhered to for this contract. Contractor shall also adhere to Chapter 96: Noise Control of the Fayetteville Code of Ordinances. The Contractor shall conduct their work during normal daytime working hours as approved by the City, with no weekend work without prior authorization. B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere. 2. Not used. 3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. C. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the Project, the Site, Niokaska Creek, and/or adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, and other construction areas; and to direct drainage to proper runoff. 4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 5. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the Site or to adjoining areas. 6. Prevent sediments and harmful chemicals from entering Niokaska Creek. 7. Comply with all other requirements indicated or specified. D. Debris Control and Clean -Up: 1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. 01530 Temporary Barriers and Controls 01530 - 3 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construction materials such as forms and scaffolding neatly stacked and secured from park users. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, surfaces, and metal surfaces before surfaces are marred. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements. 3. Final cleanup is specified in SECTION 01780 - CONTRACT CLOSEOUT. E. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off -site in approved locations, and replace with suitable compacted fill and topsoil. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. 4. Adhere to the Spill Prevention Control and Countermeasures Plan (SPCCP) requirements as stated in 40 CFR Part 112. 3.04 ACCESS ROADS AND PARKING AREAS: A. New Temporary On -Site Roads and Parking Areas: 1. Locate job trailer, storage areas, and other areas required for execution of the Contract in areas shown on drawings. a. Consult with Landscape Architect/Engineer regarding any desired deviation therefrom. b. Parking in the construction area is limited. Contractor's workforce, if space is not available in the construction area, may park in the Gulley Township Parking lot to the east of the site. No construction materials are allowed in the Township Parking Lot and no vehicles are allowed to cross the pedestrian bridge without the written approval of the Engineer. 2. Provide access for emergency vehicles. 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade the access drive as necessary to maintain suitable support for vehicular traffic under anticipated loadings. c. Not used. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 01530 Temporary Barriers and Controls 01530 — 4 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 7. Removal: a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove and dispose of compacted materials to depths required by various conditions to be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. 3.05 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Traffic Control: 1. The Contractor shall plan and execute the work so that interference with the flow of pedestrian will be the minimum possible. 2. Not used. 3. Provide flagmen and other measures for large equipment deliveries or as may be needed for other construction traffic coming to the site. 4. Remove temporary equipment and facilities when no longer required. Restore grounds to original, better, or specified condition when no longer required. 5. Not used. 6. Not used. 7. Bridge over open trenches where necessary to maintain traffic. 8. Not used. 9. The Contractor shall obtain permission from the applicable State, County or local authority(ies) before closing or obstructing any public highway, street or road. This shall include, but not necessarily be limited to, coordination with Fire Departments, 911 services, and other emergency services. 10. The Contractor shall make the same provisions as described above for the passage of vehicular and pedestrian traffic between private property and public highways, streets and roads or other provisions that are satisfactory to the Owner and the property owners involved. B. Maintenance of Roadways: 1. Do not allow dirt and construction debris to accumulate on E. Township Drive at the construction entrance area. If debris or dirt from construction activities is deposited on the road(s), immediately remove materials. 3.06 RAILROAD SERVICE: A. Maintenance: 1. Not used. 2. Not used. END OF SECTION 01530 01530 Temporary Barriers and Controls 01530-5 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES PART1- GENERAL 1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incorporated into final Work. It includes the following: 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection. B. Related Work Specified Elsewhere: 1. Temporary Barriers and Controls: SECTION 01530. 1.02 REFERENCES: A. American National Standards Association (ANSI): 1. A10 Series — Safety Requirements for Construction and Demolition. B. National Electrical Contractors Association (NECA): 1. Electrical Design Library — Temporary Electrical Facilities. C. National Fire Protection Association (NFPA): 1. 10 — Portable Fire Extinguishers. 2. 70 — National Electrical Code. 3. 241 — Safeguarding Construction, Alterations, and Demolition Operations. D. National Electrical Manufacturers Association (NEMA). E. Underwriters Laboratories (UL). 1.03 SUBMITTALS: A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities. B. Not used. 1.04 QUALITY ASSURANCE: A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards "Temporary Electrical Facilities." 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70. 01560 Temporary Utilities and Facilities 01560 — 1 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES (continued) C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS: A. Temporary Utilities: If temporary utilities are needed, prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service. Note contractor may use one 20amp circuit from the existing restroom for construction work as long as use does not interfere with public use of the restrooms. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous, unsanitary conditions, or public nuisances to develop or persist on the Site. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT: A. Provide new materials and equipment. If acceptable to Engineer, undamaged previously used materials and equipment in serviceable condition may be used. Provide materials and equipment suitable for the use intended, of capacity for required usage, and meeting applicable codes and standards. Comply with requirements of the TECHNICAL SPECIFICATIONS. B. Water: Provide potable water approved by local health authorities. C. Water Hoses: Provide adjustable shutoff nozzles at hose discharge. D. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120V plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. Keep temporary electric outlets protected from public access. E. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. F. Lamps and Light Fixtures: If needed, provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. G. Heating Units: If needed, provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. H. Fire Extinguishers: Provide hand -carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand -carried, portable, UL-rated, Class ABC, dry -chemical extinguishers or a 01560 Temporary Utilities and Facilities 01560 — 2 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES (continued) combination of extinguishers of NFPA-recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. PART 3 - EXECUTION 3.01 TEMPORARY UTILITIES: A. General: 1. Engage the appropriate local utility company to install temporary service or connect to existing service if needed. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 2. Provide adequate utility capacity at each stage of construction. 3. If needed, obtain and pay for temporary easements required to bring temporary utilities to the Project Site, where the Owner's permanent easement cannot be used for that purpose. 4. Furnish, install, and maintain temporary utilities required for adequate construction, safety, and security. Modify, relocate, and extend systems as Work progresses. Repair damage caused by installation or use of temporary facilities. Grade the areas of Site affected by temporary installations to required elevations and grades, and clean the area. Remove on completion of Work or until service or facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 5. Not used. 6. Inspect and test each service before placing temporary utilities in use. Arrange for required inspections and tests by governing authorities, and obtain required certifications and permits for use. 7. Materials used for temporary service shall not be used in the permanent system unless so specified or acceptable to Engineer. 3.02 TEMPORARY ELECTRICITY AND LIGHTING: A. New Service: 1. Arrange with utility company and provide service required for power and lighting. 2. Connect temporary service in a manner directed by utility company officials. Provide separate meter for metering of power used by all entities authorized to be at or perform Work at the Project Site. 3. The electric service shall be of sufficient capacity and characteristics for the various construction tools, machinery, lights, heating and air conditioning, pumps, and other tools required by Contractor and his Subcontractors. 4. Provide weatherproof, grounded, power distribution system sufficient to accommodate construction operations requiring power, use of power tools, electrical heating, and lighting. Provide overload protection. Locate multiple outlets spaced so that entire area of construction can be reached by power tools on a single extension cord of 100-foot maximum length. Supply power for electric welding, if any, from either temporary power distribution system or by engine -driven, power -generator sets at Contractor's option. 01560 Temporary Utilities and Facilities 01560 — 3 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES (continued) 5. Provide all necessary temporary wiring, panelboards, switches, outlets, and other devices so that power and lighting is available throughout the construction area. Include meters, transformers, overload protection disconnects, automatic ground fault interrupters, and main distribution switch gear. Include overcurrent protection on all conductors of the temporary system. 6. Provide adequate artificial lighting for all areas of Work when natural light is not adequate for Work. a. Sufficient light shall be provided for general construction areas and floor areas, with additional sufficient lighting for specific tasks and to meet safety requirements. B. Use of Existing System: 1. Contractor may use one 20amp circuit from the existing restroom for construction work as long as use does not interfere with public use of the restrooms. C. Use of Permanent System: 1. Prior to use of permanent system (facilities being constructed by Contractor) for construction purposes, obtain written permission of Owner. 2. Maintain permanent system as specified for temporary facilities. D. Costs of Installation and Operation: 1. Pay fees and charges for permits and applications. 2. Pay costs of installation, maintenance, removal of temporary services, and restoration of any permanent facilities used. 3. Pay costs of electrical power used. 4. Obtain and pay costs for temporary easements required across properties other than that of Owner. 3.03 TEMPORARY WATER: A. Contractor can use park supplied water for construction use, irrigation, and fountain use and testing. 1. Owner's existing system may be used for temporary water. 2. Make connections to existing facilities to provide water for construction purposes. a. Water Source: Make connections to Owner's service located at point indicated or where instructed by Owner. 3. Modify, supplement, and extend system as necessary to meet temporary water requirements and prevent overloading of existing system. 4. Regulate system to prevent interference with Owner's usage. B. Use of Permanent System: 1. Prior to use of permanent system for construction purposes, obtain written permission of Owner. 2. Prior to Use of System for Drinking Water: a. Disinfect piping. b. Obtain inspection and approval of governing authority. 01560 Temporary Utilities and Facilities 01560 — 4 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES (continued) C. Costs of Installation and Operation: 1. Pay all costs for installation, maintenance, and removal. 3.04 TEMPORARY SANITARY FACILITIES: A. Contractor -Furnished Facilities: 1. Contractor may use existing restroom if kept clean from contractor use. If problems arise in use of existing restroom, furnish, install, and maintain temporary sanitary facilities for use through construction period. Remove on completion of Work. 2. Provide for all construction workers under this Contract and representatives at the Site. 3. Toilet facilities shall be of the chemical, aerated recirculation, or combustion type, properly vented, and fully enclosed with a glass- fiber -reinforced polyester shell or similar nonabsorbent material. 4. Water and sewer connected facilities may be installed to extent permitted by governing regulations. a. Provide lavatories, mirrors, urinals (where applicable), and water closets in water and sewer connected units. Provide only potable water at lavatories. Provide individual compartments for water closets where the unit is intended for occupancy by more than one person. Provide suitable enclosure with nonabsorbent sanitary finish materials and adequate heat, ventilation and lighting. b. Provide separate toilet facilities for male and female construction personnel as required. 5. Wash Facilities: Install potable water -supplied wash facilities at locations convenient to construction personnel involved in the handling of compounds and materials where wash-up is necessary to maintain a safe, healthy and sanitary condition. Where recommended or required by governing authorities and regulations or recognized standards provide emergency safety showers, emergency eye -wash fountains, showers, and similar facilities. Dispose of drainage properly. Supply soap and other cleaning compounds appropriate for each condition. 6. Drinking Water Fixtures: Provide containerized tap -dispenser type drinking water units. Provide drinking water fountains if piped potable water is reasonably accessible from permanent or temporary lines. 7. Supply and maintain toilet tissue, paper towels, paper cups and similar disposable materials as appropriate for each facility. Provide appropriate covered waste containers for used material. B. Use of Existing Facilities: 1. Not applicable. 3.05 SEWERS AND DRAINAGE: A. General: Where sewers or drainage facilities are not available for discharge of effluent, provide containers to remove and dispose of effluent off the Site in a lawful manner. If existing sewers are available for temporary drainage near the Site prior to completion of permanent sewers, provide temporary connections to remove effluent that can be lawfully discharged into the sewers. If existing sewers cannot be used for 01560 Temporary Utilities and Facilities 01560 - 5 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES (continued) discharge, provide drainage ditches, dry wells, waste stabilization ponds, and similar discharge facilities to remove effluent that can be lawfully discharged in that manner. B. Connect temporary sewers to the municipal sewer systems in the manner directed by the sewer department officials. C. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy usage, restore to normal conditions promptly. Provide and maintain temporary earthen embankments and similar barriers in and around construction excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rain storms. 3.06 TEMPORARY CONSTRUCTION AIDS: A. General: 1. Provide construction aids and equipment required by personnel and to facilitate the execution of the Work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes, and other such facilities and equipment. 2. Materials may be new or used, must be suitable for the intended purpose, and meet the requirements of applicable codes, regulations, and standards. 3. When permanent stair framing is in place, provide temporary treads, platforms, and railings for use by construction personnel. 3.07 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be responsible for development of safety and health programs for personnel at Project Site as specified in the GENERAL CONDITIONS. 3.08 TEMPORARY FIRE PROTECTION: A. General: 1. Contractor shall be responsible for fire prevention and protection in work areas under this Contract. 3.09 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site. B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and allowed by use of permanent construction, or at completion of the Project. C. Repair: Clean and repair damage caused by installation or by use of temporary facilities. END OF SECTION 01560 01560 Temporary Utilities and Facilities 01560-6 Gulley R r k Playground and Splash Pad Improvements 0 I O 4n G U L L E Y _ 'y a � P A R K _ _ -.�r.. � - AD Wirp ch. of Chris,- c', \h1 Totvnsh7p St Baptist Ch. L ,. E Township StJJ i µ North Area Location Map Park Address: 1850 East Township Street Fayetteville, Arkansas a 00 N 00 N N 0 N 1. N D) 3 rn Q FLOOD PLAIN: THIS PROJECT IS CONSTRUCTED IN A FLOODPLAIN AND SMALL PORTION OF FLOODWAY. U 0 N a� L° 1850 E. Township Street, Fayetteville, AR Primary Work Area Property Legal Description (Portion of Park) Part of the SE 1/Z of the SW 1/4 of Section 36, T17N, R30W of the Fifth Principal Meridian in Washington County, Arkansas being more particularly described as follows, to -wit - Commencing at the Southwest Canner of said SE 1/4, SW 1/4, �? thence S 88' 48' E 192.50 Feet, thence N 01 a 1Z'E r05.33 Feet "; s to the Point of Beginning, thence N 0' 21'3$D'W SZ6.62 Feet to the East R/W of Old Wire fief. thence N 47'01'10"E Z37.68 Feet,' thence S 56'14'24"E 154.56 Feet, thence N 39*11 255.79 c' Feet thence N Z7"57'44"E 397.65 Feet, thence 5 47'43`48"E rti 859.9Z Feet, thence S O1°00'E 600.00 Feet, thence N 68"50'49"W171 1294.18 Feet to the Point of Beginning: Containing Z4.16 Acres more or less subject to R/W and easements of record. PROJECT AREA SOIL TYPE: ErE Enders -Leesburg complex, 8 to 20 percent slopes (North'] of site) FaC2 Fayetteville fine sandy loam, 3 to 8 percent slopes eroded (South } of site) Increase in impervious surface is 1590.5s.f. Appendix C - Drawings PROJECT CONTACT INFORMATION: PROJECT TED JACK, CPRP, PLA MANAGER: PARK PLANNING SUPERINTENDENT PHONE: 479-444-3469 PROJECT ENGINEER: MATT CASEY, PE ENGINEERING DESIGN MANAGER 479— 444— 3429 ALTERNATIVE CONTACTS: ZACH FOSTER, PARK PLANNER 479 444-3472 BYRON HUMPHRY, MAINTENANCE SUPERINTENDENT 479 575-8368 7S A T E 07 " "EN* �r4,' � ;yJ No.1 THE0V0 E JA 1 J, 9412 9TF OF SURVEYED er: city ownm ar: — city DESIGNED I city FlLE NAME: My Fiat Sedm Tin* cc a W J J W W U) W w O U REVISED W J J W WCQ 0 ~ z 0 �Q� ULLQ 8, 2022 Cover Gulley Playgrd/Ftn Q N (N O N N Q Sheet Index Page Sheet Count Cover page with site location and basics Cover 1 Sheet Index Contents 2 General Notes Al 3 Site Use Areas Information A2 4 Illustrative Conceptual Plan A3 5 Overal Site Layout A4 6 GIS Utilities Information A5 7 LIDAR Topo of Site A6 8 Erosion Control, Tree Protection, Demo A7 9 Additional Tree Protection Demo Info A8 10 More Demolition, Existi ng Swi ngs Border A9 11 Overall Layout B1 12 Grading Plan - Playground Area B2 13 Drainage Overview B3 14 Pavilion Section C1 15 Paviliion Area SW View C2 16 Pavilion Area SE View C3 17 Additional Shade Sail Information C3A 18 Main Tower Play Area Layout Blowup C4 19 Pavilion Area Layout Blowup C5 20 Seating Wall Details C6 21 Seating Wall, Greenway Connector C7 22 Chill Area Additional Layout Detail C8 23 Chill Area Section & Metal Keyway H-H1 C9 24 Chill Section & Playground Walk Details C10 25 Bag Toss Area Layout Blowup C11 26 Bag Toss Detai Is C12 27 Playground Conceputal Overview C13 28 Playground Eq - Mega Tower C14 29 Playground Eq - Mega Tower Information 2 C15 30 Playground Eq - Mega Tower Information 3 C16 31 Playground Eq - We Go Round 1 C17 32 Playground Eq - We Go Round 2 C18 33 Playground Eq - We -saw 1 C19 34 Playground Eq - We -saw 2 C20 35 Playground Eq - Cone Spinner w/ Floor 1 C21 36 Playground Eq - Cone Spinner w/ Floor 2 C22 37 Playground Eq - Swings 1 C23 38 Playground Eq - Swings Conceputal Rendering C24 39 Playground Eq - Swings Area Blowup C25 40 Sheet Index (Continued) Page Sheet Count Swings Infiltration Basin Section 1 C26 41 Swings Infiltration Basin Section 2 C27 42 General Joint/Footers Detail C28 43 Playground Pavilion Section C29 44 Playground Surfacing Details C30 45 Playground Eq - Cow Climber C31 46 Playground Eq - Stage Coach C32 47 Existing Play Equipment Slab Layout C33 48 Existing Play Equipment Slab Modifications C34 49 Existing Play Slab and Tot Area C35 50 Tot Area Play Surfacing & Play Mound Section C36 51 Tot Area Play Equipment & Egg Detail C37 52 Benches C38 53 Barbecue Pits C39 54 Trash Cans C40 55 Ping Pong/Chess Tables and Chairs C41 56 Bag Toss Synthetic Turf Surfaci ng C42 57 Bonded Rubber Mulch Playground Surfacing C43 58 8' Connnecting Walk C44 59 Sidewalk Connection at Old Wire Parking Lot C45 60 Fence Details C46 61 Interactive Fountain Layout F1 62 Fountain Jet Locations and Labrinth Layout F2 63 Interacitve Fountain Rebar Layout F3 64 Fountain Jets and Activation Valves F4 65 Layout and Stain Information F5 66 Fountain Deck Detail and Notes F6 67 Fountain Nozzels F7 68 Fountain Drainline Infiltration Basins F8 69 Grading & Drainage Blowup Area - North G1 70 Grading & Drainage Blowup Area - Fountain G2 71 Grading & Drainage Blowup Area - South G3 72 Existing 36" Water Line Depth Information G4 73 Empty Conduit Locations G5 74 Planting Plan L1 75 Irrigation Layout L2 76 Planting List, Details and Notes L3 77 Irrigation Details L4 78 Irrigation Detail / Notes L5 79 ' Ja Gso O� m w cc, ^ 6J 800-482 G' L9THEO 0 E 2F OF AR�P��P REMSM w J J w >CQ "z 0LL< Contents PRaEcr: Gulley Plcygrd/Ftn rn 3 v d s rn 0 s 0 0 U 0 U) V) T c� Q rn N ao N N 0 N L N D) 3 rn 3 Q GENERAL NOTES 1. THE CITY OF FAYETTEVILLE SHALL PROVIDE AN AUTOCAD DRAWING FOR USE BY THE CONTRACTOR TO ESTABLISH HIS/HER CONSTRUCTION STAKING. MINOR ADJUSTMENTS IN THE FIELD ARE TO BE EXPECTED AND CONSIDERED AS PART OF THE BASE BID. 2. CAUTION: UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS; HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONS SHOWN. SOME UTILITIES MAY HAVE BEEN RELOCATED SINCE THE TIME OF DESIGN AND THE CONTRACTOR'S NOTICE TO PROCEED. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY. ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORKING DAYS IN ADVANCE NOTIFICATION THROUGH THE ARKANSAS ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCY). THE ONE -CALL SYSTEM PHONE NUMBER IS 1-800-482-8998. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVERE PENALTY FOR NOT MAKING THE CALL. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING AND RESTORING ANY DAMAGED UTILITIES TO REMAIN. CONTRACTOR SHALL FIELD VERIFY LOCATIONS AND ELEVATIONS OF ALL UTILITIES, WATER LINES AND SANITARY SEWER LINES WITHIN PROPOSED CONSTRUCTION LIMITS 3. ALL TREES OUTSIDE THE CONSTRUCTION LIMITS SHALL BE PROTECTED AND SAVED. DO NOT PARK OR STORE EQUIPMENT AND MATERIALS UNDER THE DRIP LINE OF TREES TO REMAIN. DO NOT PUSH PILES OF DEBRIS OR SOIL AGAINST TREES TO REMAIN. 4. DO NOT EXCEED CLEARING AND GRUBBING LIMITS OF CONSTRUCTION INDICATED ON THE PLANS. KEEP HEAVY EQUIPMENT OUT OF NON CONSTRUCTION AREAS. 5. THE CONTRACTOR SHALL BE REQUIRED TO FOLLOW ADA REQUIREMENTS FOR SLOPES FOR ALL SURFACES. MINOR ADJUSTMENTS TO THE LAYOUT MAY BE NEEDED TO ACHIEVE THIS AND ARE TO BE CONSIDERED AS PART OF THE BASE BID. 6. CONTRACTOR SHALL CONDUCT WORK WITH THE KNOWLEDGE THAT PARK USERS WILL NEED TO WALK BY THIS SITE AND ALSO TO ACCESS THE RESTROOM FACILITY. MAINTAIN THE SITE IN A SAFE AND APPROPRIATE MANNER FOR THE PUBLIC INCLUDING CHILDREN. 7. THE CONTRACTOR SHALL PROVIDE ALL TEMPORARY DRAINAGE AS REQUIRED. 8. THE CONTRACTOR IS TO REMOVE AND DISPOSE OF ALL DEBRIS, RUBBISH, AND OTHER MATERIALS RESULTING FROM DEMOLITION OPERATIONS. DISPOSAL WILL BE IN ACCORDANCE WITH ALL LOCAL, STATE AND/OR FEDERAL REGULATIONS GOVERNING SUCH OPERATIONS. PLAYGROUND EQUIPMENT TO E REMOVED SHALL BE DEMOLISHED AND NOT REUSED. METAL MAY BE RECYCLED. 9. THE CONTRACTOR SHALL CONTROL EROSION ON THE SITE. GRASS SHALL BE MAINTAINED AND MOWED AS NEEDED UNTIL THE PROJECT IS COMPETED AND ACCEPTED. 10. CONTRACTOR WILL BE HELD SOLELY RESPONSIBLE FOR AND SHALL TAKE ALL PRECAUTIONS NECESSARY TO AVOID PROPERTY DAMAGE TO ADJACENT PROPERTIES DURING THE CONSTRUCTION AT THE SITE. 11. ALL WORK AND MATERIALS SHALL COMPLY WITH ALL CITY, COUNTY, STATE, AND FEDERAL REGULATIONS AND CODES AS WELL AS OSHA STANDARDS. 12. THE CONTRACTOR SHALL NOT BEGIN WORK, EXCEPT FOR INSTALLING TREE PROTECTION FENCING AND STORMWA TER POLLUTION CONTROLS, UNTIL THE STORMWA TER POLLUTION PREVENTION PLAN (SWPPP) HAS BEEN IMPLEMENTED, AND THE SWPPP, EROSION CONTROL PLAN, AND SIGNED AUTOMATIC NOTICE OF COVERAGE IS POSTED ON SITE.. 13. SITE CONTRACTOR IS RESPONSIBLE FOR INSTALLING, MONITORING, AND MAINTAINING ALL SEDIMENT AND EROSION CONTROL BMPS. THE SITE IS NEXT TO NIOKASKA CREEK AND PARTICULAR CARE IS NEEDED TO PREVENT SPILLS AND SEDIMENTS FROM ENTERING THE CREEK. 14. EROSION CONTROL DEVICES SHALL BE INSTALLED AS THE PROJECT PROGRESSES TO COVER AREAS THAT ARE DISTURBED. 15. THE CONTRACTOR SHALL IMPLEMENT BEST MANAGEMENT PRACTICES AS REQUIRED BY THE SWPPP AS A MINIMUM. ADDITIONAL BEST MANAGEMENT PRACTICES SHALL BE IMPLEMENTED AS DICTATED BY CONDITIONS AT NO ADDITIONAL COST TO THE OWNER THROUGHOUT ALL PHASES OF CONSTRUCTION. 16. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE DRAWINGS AND SPECIFI CA TIONS. 17. MUCH OF THE CONCRETE FORMWORK INCORPORATES CURVES. CONTRACTOR SHALL INSURE THATALL FORMWORKAND THE RESULTING CONCRETE EDGES ARE SMOOTH AND FREE OF WOBBLES OR DEVIATIONS. 18. THE CONTRACTOR SHALL VERIFY EXISTING CONDITIONS TO ENSURE THAT THE NEW WORK SHALL FIT INTO THE EXISTING SITE IN THE MANNER INTENDED AND AS SHOWN ON THE DRAWINGS. SHOULD ANY CONDITIONS EXISTING THAT ARE CONTRARY TO THOSE SHOWN ON THE DRAWINGS, THE CONTRACTOR SHALL NOTIFY THE OWNERS REPRESENTATIVE PRIOR TO PERFORMING ANY WORK IN THE ARES INVOLVING DIFFERENCES. NOTIFICATION SHALL BE IN THE FORM OF DRAWING OR SKETCH INDICATING FIELD MEASUREMENT AND NOTES RELATED TO THE AREA. MINOR MODIFICATIONS FOR THE FIELD CONDITIONS IS TO BE EXPECTED AND PART OF THE BASE BID. 19. FILL AREAS SHALL BE PROOF -ROLLED WITH RUBBER TIRED EQUIPMENT WITH A MINIMUM WEIGHT OF 15 TONS PRIOR TO BEGINNING FILL OPERATIONS. AREAS WHICH ARE SOFT OF UNSTABLE SHALL BE UNDERCUT AS NECESSARYAND FILLED WITH STRUCTURAL SOILS TO PROVIDE A STABLE FOUNDATION. 22. FILL AREAS SHALL BE RAISED IN LIFTS NOT EXCEEDING 81,AND COMPACTED W3TH PROPER EQUIPMENT SUITABLE FOR THE SITUATION AND ENVIRONMENT. 24. ANY FOREIGN ITEMS FOUND DURING CONSTRUCTION IS THE PROPERTY OF THE CITY. THIS INCLUDES, BUT IS NOT LIMITED TO PRECIOUS METALS, COINS, PAPER CURRENCY, ARTIFACTS, AND ANTIQUES. 25. ALL GRADED AREAS THAT WILL BE TURF SHALL BE FINE GRADED TO PROVIDE POSITIVE DRAINAGE WITH NO STANDING WATER. 26. ALL FILL AND CUT SLOPES SHALL BE 4:1 OR FLATTER UNLESS OTHERWISE NOTED ON PLANS. 27. THE CONTRACTOR SHALL MAINTAIN THE SITE IN A NEAT AND ORDERLY CONDITIONS AT ALL TIMES. DAILY AND MORE OFTEN IF NECESSARY INSPECT AND PICK UP ALL SCRAP, WASTE, AND TRASH GENERATED BY THE CONTRACTOR'S WORK AND WORKFORCE. 28. UPON COMPLETION OF THE PROJECT THE CONTRACTOR SHALL CLEAN THE PAVED AREAS AND EQUIPMENT. IF POWER WASHING IS NEEDED UTILIZE FILTERING MATERIAL TO PREVENT DIRT FROM ENTERING PLAYGROUND SURFACING. INSURE THAT SEDIMENT LADEN WATERS DO NOT ENTER NIOKASA CREEK. 29. THE CONTRACTOR SHALL PROVIDE SUCH BRACING, SHEETING AND SHORING, BLASTING PROTECTION WARNING LIGHTS, AND BARRICADES, FENCING, AND SAFETY S/GNAGE AS MAY BE NECESSARY FOR PROTECTION OF LIFE AND PROPERTY FOR EMPLOYEES AND THE GENERAL PUBLIC. THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE SAFETY STATUTES AND RULES REQUIRING CERTAIN PROTECTIVE PERSONAL APPAREL SUCH AS HARD HATS, EARPLUGS, EYE SHIELDS, PROTECTIVE SHOES, SAFETY S/GNAGE, ETC. THE CITY AND ENGINEER AND LANDSCAPE ARCHITECT ASSUME NO RESPONSIBILITY OR LIABILITY FOR ACTIONS TAKEN BY THE CONTRACTOR AND THE CONTRACTORS WORK FORCE WHICH ENDANGER LIFE AND PROPERTY. 30. INFORMATION IN THE DRAWINGS TAKE PRECEDENCE OVER INFORMATION IN THE WRITTEN SPECIFICATIONS IF THERE ARE DISCREPANCIES. CONTRACTOR TO BRING DISCREPANCIES TO THE ATTENTION OF THE ENGINEER/LANDSCAPE ARCHITECT. PLAYGROUND GENERAL NOTES: 1. THIS PROJECT CONTAINS A PLAYGROUND. THE CONTRACTOR OR SUB CONTRACTOR SHALL BE EXPERIENCED IN DESIGN AND CONSTRUCTION OF PLAYGROUNDS. WORK SHALL BE IN CONFORMANCE WITH AT A MINIMUM THE LATEST EDITIONS OF ASTM F1487 STANDARD CONSUMER SAFETY PERFORMANCE SPECIFICATION FOR PLAYGROUND EQUIPMENT FOR PUBLIC USE, ASTM F2223 STANDARD GUIDE FOR ASTM STANDARDS ON PLAYGROUND SURFACING, ASTM 12292 STANDARD SPECIFICATION FOR IMPACT ATTENUATION OF SURFACING MATERIALS WITHIN THE USE ZONE OF PLAYGROUND EQUIPMENT, F1951, F2479, F2373 AND THE CPSC PLAYGROUND SAFETY HANDBOOK. A MEMBER OF THE CONTRACTORS TEAM SHALL BEA CERTIFIED PLAYGROUND SAFETY INSPECTOR (CPSI) TO ASSIST WITH INSURING THE PLAYGROUND IS INSTALLED AND CONSTRUCTED TO INDUSTRY STANDARDS AS OUTLINED IN THE ASTM AND CPSC DOCUMENTS AND OTHER RELEVANT INDUSTRY STANDARDS. 2. PLAYGROUND SAFETY SURFACING SHALL BE TESTED AS OUTLINED IN ASTM F1292 AFTER INSTALLATION TO INSURE COMPLIANCE WITH THE SPECIFICATIONS. 3. ALL PLAYGROUND EQUIPMENT SHALL BE CERTIFIED BY THE INTERNATIONAL PLAYGROUND EQUIPMENT MANUFACTURES ASSOCIATION (IPEMA). 4. DURING PLAYGROUND WORK THE CONTRACTOR SHALL HAVE ON SITE A QUALIFIED SUPERINTENDENT CERTIFIED FOR PLAYGROUND INSTALLATION. 5. THE CONTRACTOR IS RESPONSIBLE FOR INSURING PLAYGROUND EQUIPMENT ACCEPTED AS AN ALTERNATE OR EQUAL FITS WITHIN THE DESIGN OF THE PLAYGROUND AREA. COSTS TO ADAPT, IF ALLOWED, SUCH AS INCREASED FALL SPACES SURFACES, WILL BE THE RESPONSIBILITY OF THE CONTRACTOR WITH NO ADDITIONAL COSTS TO THE OWNER.. 6. LIMITED INFORMATION IS PROVIDED ON PLAYGROUND EQUIPMENT INSTALLATION IN THESE DOCUMENTS. CONTRACTOR IS TO OBTAIN AND FOLLOW MANUFACTURES INSTALLATION INSTRUCTIONS. UTILITY CONTACTS (PROVIDED AS A CONVIENCE - THIS LIST MAY NOT BE UP TO DATE OR COMPREHESIVE) FAYETTEVILLE WATER & SEWER MARK ROGERS OPERATIONS MANAGER OFFICE PHONE: 479-575-8392 EMAIL: MROGERS@FAYETTEVILLE-AR.GOV CITY OF FAYETTEVILLE CONTACTS MATT CASEY ENGINEERING DESIGN MANAGER OFFICE PHONE: 479-444-3429 EMAIL: MCASEY@FAYETTEVI LLE-AR. GOV THEO 0 E ca �i.'ci JAI s� 9412'�lr P 9TF � OF AR�P� SURVEYED BY: City DRAWN BY: City DESIGNED BY: City ME NAME: W Fiat SKW TIw* W z Uj cc Q W J I REVISED COX COMMUNICATIONS AT&T BLACK HILLS ENERGY SWEPCO ELECTRIC OZARKS ELECTRIC III CHAD HODGE JEFF HAMILTON DON BRADSHAW JOHN LE LONNIE GRANT J PROJECT MANAGER ENGINEER FIELD COORDINATOR DISTRIBUTION ENGINEER STAKING TECH. III J OFFICE PHONE: OFFICE PHONE: OFFICE PHONE: WORK PHONE: 479-879-0873 WORK PHONE: 479-684-4691 W Q 479-717-3607 479-442-3107 479-435-1755 EMAIL: TTLE@AEP.COM CELL: 479-267-8563 L cn EMAIL: EMAIL: JH5430@ATT.COM EMAIL: EMAIL: o } Q Y CHAD.HODGE@COX.COM DONALD.BRADSHAW@ LGRANT@OZARKSECC.COM F BLACKHILLSCORP.COM U IL Q TED JACK PARK PLANNINING SUPERINTENDENT OFFICE PHONE: 479-444-3469 EMAIL: TJACK@FAYETTEVI LLE-AR. GOV BYRON HUMPHRY PARK MAINTENANCE SUPERINTENDENT OFFICE PHONE: 479-573-8368 EMAIL: BHUMPHRY@FAYETTEVILLE-AR.GOV JONATHAN ELY DEVELOPMENT & CONSTRUCTION MANAGER OFFICE PHONE: 479-444-3424 EMAIL: J ELY@FAYETTEVI LLE-AR. GOV Z JASON CARTE PUBLIC WORKS INSPECTOR OFFICE PHONE: DAiE 479-575-8206 duly s, 2022 CELL PHONE: 479-601-3509 EMAIL: JCARTE@FAYETTEVI LLE-AR. GOV /1 Gulley Playgrd/Ftn Construction Entrance and Laydown Area > IT f Overall Park Area with Construction Impacts At end of job restore all areas that were impacted by construction to North pre -construction conditions. I C)f Fayetteville, AR 12020 Imagery v' ! THEO 0 E JA l 9412 \� P 9TF OF AR�P�� J Q) TWO z O Q I � O ;z N Q w W !w W J J_ >CQ WQ 0 H Z 0 �a� UL�Q -July 8, 2022 SHEET: A2 PROJECT: Gulley Ploygrd/Ftn < This walk continues to tie in at Niokaska Trail tJ + E. _ -C N L - .tit _L L q u Ov) IAL _ Note: This conceptual plan was preliminary and does d 1 not fully reflect the work, as some areas have changed - slightly during the design process. - _ `.r �. L. W MM Wo ,k deb i 9 TWO W J J_ W >CQ ~ Z o0W� UU-< North July 8, 2022 � SHEET: A3 PROJECT: Gulley Ploygrd/Ftn i nis arawing proviaes context to snow aii worK areas. Q N DO N N O N U5 N O� Q 1 c Orr TOWNSHIP PARKING LOTS' 10 .ice - AL TOEOE A9412 \F AFC-; J J_ wQ z 0 >iY U U- July 8, 2022 SHEEP: A4 PR wr.. Gulley Playgrd/Ftn rn 3 v d s 01 7 O s 0 0 U N Ln N li T N 7 c� Q O N 00 N N O N In N m 3 m 3 Q U p N N 0 LL GENERAL NOTES: SEE DRAWINGS AND SPECIFICATIONS FOR MORE INFORMATION SURVEYED BY: city oRnvm Br: — city DESIGNED BY: RGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE city UCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE FILE NMIE: i W4 Fiat SKW TI=* 'LANS; HOWEVER, ALL EXISTING UTILITIES MAY NOT BE CTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE V. SOME UTILITIES MAY HAVE BEEN RELOCATED SINCE THE JD THE CONTRACTOR'S NOTICE TO PROCEED. PRIOR TO 'PE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE :) AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE 'ROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY GS UNTIL THEY ARE NO LONGER NECESSARY. ARKANSAS VDERGROUND FACILITIES DAMAGE PREVENTION ACT, )RKING DAYS IN ADVANCE NOTIFICATION THROUGH THE ILL SYSTEM CENTER BEFORE EXCAVATING USING PMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF 'ONE -CALL SYSTEM PHONE NUMBER IS 1-800-482-8998. THE )VISED THAT THERE IS A SEVERE PENALTY FOR NOT MAKING JTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING AND 4MAGED UTILITIES TO REMAIN. CONTRACTOR SHALL FIELD AND ELEVATIONS OF ALL UTILITIES, WATER LINES AND -INES WITHIN PROPOSED CONSTRUCTION LIMITS > AVAILABLE ON THE CITY OF FAYETTEVILLE GIS PORTAL. LIGHTING WAS INSTALLED AFTER THE SURVEYAND FOR THE PATH LIGHTING RUNS BETWEEN THE LIGHT POLES. JNS UNDER WHAT WILL BE PART OF THE PLAYGROUND AREA AS DESIGNED LOWEST EXCEVATION SHOULD BE 0" ABOVE THE TOP OF THE SEWER PIPE. CAUTION WILL BE RKING IN THAT AREA. LINE RUNS ALONG THE EDGE OF THE PROJECT AREA SHOWN SHEET. WHEN DIGGING ABOVE AND AROUND THIS LINE OWLIN WITH THE CITIES WATER AND SEWER DEPT. TO OPERATIONS. 479 601-7731. pim KCall-In a ftnaa�IYL This drawing provides context to show known utilities Other utilities may be present. Call before you dig. LPNDSC,4pF THE060'k ,� c� �dd �1a=� JA � J, 9412 �l1 L, •—•• 9TF �P��P A5 OF AR cc CL W J J Q) REVISED W J J_ W WCQ 0L z - 0 �QWs U Lt Q 8, 2022 Gulley Playgrd/Ftn avi � V) i.� Topo Map from City GIS LIDAR Data This map is for general site understanding. The project was designed based on a survey prepared by the city and included in the grading plans. tg betas you dig. < Existing Trail Circle and Tie in Point for Connecting Path �- C J C J C V e TWO C U) 0 o C o J H ] p J W J J_ >CQ WQ L 0—z }W� U ILL < A6 PROJECT: Gulley Ploygrd/Ftn Q M 00 N N 0 N In N rn rn Q t U v N aU U3 I° Safety Fence - Heavy Duty, 4 x 100', Orange Q. esarpe Control pedestrian and vehicle traffic around temporary hazards. • Use on construction sites, parking lots or warehouses. • Reusable plastic mesh. • 50% stronger for windy, snowy winter condifions. . Safety Fenee Port sold separately. aea—ros: FE■■ MODEL DESCRIPTION I MG "[CMESS 11EN9 E SMNM I TOLL PLAICE EAC � COLOR g11Pi iODAK Y 5222260 Henry Duty 4■ 10030 204 13 1 &10 I $N S38 ■ Orange • t0 NOTES: 1. CAUTION: UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS; HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONS SHOWN. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND. ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORKING DAYS IN ADVANCE NOTIFICATION THROUGH THE ARKANSAS ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCY). THE ONE -CALL SYSTEM PHONE NUMBER IS 1-800-482-8998. 2. ALL TREES OUTSIDE THE CONSTRUCTION LIMITS SHALL BE PROTECTED AND SAVED. DO NOT PARK OR STORE EQUIPMENT AND MATERIALS UNDER THE DRIP LINE OF TREES TO REMAIN. DO NOT PUSH PILES OF DEBRIS OR SOIL AGAINST TREES TO REMAIN. 3. DO NOT EXCEED CLEARING AND GRUBBING LIMITS OF CONSTRUCTION INDICATED ON THE PLANS. KEEP HEAVY EQUIPMENT OUT OF NON CONSTRUCTION AREAS. 4. CONTRACTOR SHALL CONDUCT WORK WITH THE KNOWLEDGE THAT PARK USERS WILL NEED TO WALK BY THIS SITE AND ALSO TO ACCESS THE RESTROOM FACILITY. MAINTAIN THE SITE IN A SAFE AND APPROPRIATE MANNER FOR THE PUBLIC INCLUDING CHILDREN. 5. THE CONTRACTOR IS TO REMOVE AND DISPOSE OF ALL DEBRIS, RUBBISH, AND OTHER MATERIALS RESULTING FROM DEMOLITION OPERATIONS. DISPOSAL WILL BE IN ACCORDANCE WITH ALL LOCAL, STATE AND/OR FEDERAL REGULATIONS GOVERNING SUCH OPERATIONS. PLAYGROUND EQUIPMENT TO E REMOVED SHALL BE DEMOLISHED AND NOT REUSED. METAL MAYBE RECYCLED. 6. THE CONTRACTOR SHALL CONTROL EROSION ON THE SITE. GRASS SHALL BE MAINTAINED AND MOWED AS NEEDED UNTIL THE PROJECT IS COMPETED AND ACCEPTED. 7. THE CONTRACTOR SHALL NOT BEGIN WORK, EXCEPT FOR INSTALLING TREE PROTECTION FENCING AND STORMWATER POLUTION CONTROLS, UNTIL THE STORMWA TER POLLUTION PREVENTION PLAN (SWPPP) HAS BEEN IMPLEMENTED, AND THE SWPPP, EROSION CONTROL PLAN, AND SIGNED AUTOMATIC NOTICE OF COVERAGE IS POSTED ON SITE.. 8. SITE CONTRACTOR IS RESPONSIBLE FOR INSTALLING, MONITORING, AND MAINTAINING ALL SEDIMENT AND EROSION CONTROL BMPS. THE SITE IS NEXT TO NIOKASKA CREEK AND PARTICULAR CARE IS NEEDED TO PREVENT SPILLS AND SEDIMENTS FROM ENTERING THE CREEK. 9. EROSION CONTROL DEVICES SHALL BE INSTALLED AS THE PROJECT PROGRESSES TO COVER AREAS THAT ARE DISTURBED. 10. THE CONTRACTOR SHALL IMPLEMENT BEST MANAGEMENT PRACTICES AS REQUIRED BY THE SWPPP AS A MINIMUM. ADDITIONAL BEST MANAGEMENT PRACTICES SHALL BE IMPLEMENTED AS DICTATED BY CONDITIONS AT NO ADDITIONAL COST TO THE OWNER THROUGHOUT ALL PHASES OF CONSTRUCTION. . • BY: city city D BY: city ME. REVISED No Equipment in this area. Protect the trees.i 4r J — •� Line Legend • 4' Orange Plastic Const/Tree Protection Fencin I' 1 6' Chain Link Barrier Fence w/ Gates as needed` Erosion Control Waddle Erosion Control Sediment Fence Note At drain under existing walknee• • • at construction entrance, also use waddles and if neededstorage areas. Contractor is responsible for • hay bales or other means to -" maintaining e adjusting erosion control prevent sediment from goiri' measures as • • to meet regulations. into Niokaska Creek�r� Remove Tree and major roots / • Replace hole with compacted fill The existing slab remains. Play Equipment & old safety sur - to be removed, unless an alternate is b accepted that keeps the current equipmer,c. Playequipment to bckdismantled and F ; not reused. See stage coach and cow details that require cutting and removing -:F • some of existing slab for mounting. w • The swings remain. Demo - t sand pit and large play unit. Move plastic containment Alf Ills wall to hold engineered - wood surfacing in for t& swings. I O G LU 0 z O F— U LU F- O W a LU W J O fY F- z O CU z O U) fly W Demolish and remove old playground equipment < Demolish and remove old playground tiles — Demolish short sidewalk connection Demolish old asphalt walk < rom existing walk to restroom (-162') Relocate old signs and dog station if necessary. a Demolish and remove these old wood benches. Carefully remove donor plaques and give to owner. Remove and properly dispose of all old benches, playground equipment, and other debris. Playground equipment must be demolished and can not be reused. No construction debris of any kind can be buried on site. These three trees are to be protected with tree fencing. Existing Path to remain open Remove old benches / sign in slab This tree and major roots are to be removed. W J J_ W >CQ 0 H Z 0 �Q� 0LL< A8 PROJECT: Gulley PlDygrd/Ftn Q 00 N N O N Ld N m rn Q R Keep existing swings. In space between play unit and swings that does not have plastic playground containment border, use unneeded sections to fill this hole. Slide ramp back so it is still functional. Touch up black swing frame before substantial completion with appropriate black paint. Make sure enough space for the fall zone for the swings is maintained. Save unused playground border sections for parks to pick up. .Tk-- Demolish, remove and properly dispose of old play unit including removing post in ground. Playground equipment must be demolished and can not be reused. Sod or seed space where safety surfacing was located. Level surface before sodding or seeding. Demolish, remove and properly dispose of old sand pit and wood structure. III 11I L 'I �� 1W I In C ", 16r Slide this existing plastic ramp back so it will continue to work with swings. A 1 �_p,ND THEO 0 E UJI A l s� sa1z\{ P 9TF OF cc W J C) ►1 a REVISED C) IL U ;o On X Ta a 0 T V J � I 1� P►� July 8, 2022 Gulley Playgrd/Ftn 1326' Note Trail and other work to the north/NW is not shown on this sheet. 1327' Potable Water urce Approximate Location of Waste water to drain Equipment Vault north of new sidewalk a 1327' y + do s 1327' .xr. 'ng' Boulders R s 1327' 1326' —6 floe back,o gaae et l:5 —� Drain < ope 2.0° Jet ations -Seeb up Rib'-6• This sheet is an overview with text generally to small to easily read. R14 °^«' -6 ° care, uae=4 4 as-'B' ° Unes R z' ao -D R e�Ht0wS"O See other sheets that are blow ups of parts of this sheet and . R38' � details for additional information. R2-°. q / 1328'-905sfof Artificial Turf Labrinth - Sandblaste in't - Stained - See blowup for la T over min. 4" clean compacted rock R 24' - 6" t z V-0' \ R 19,�„ h Score Lines 1/2" Deep 1326' EYED By: city N BY: city KED BY: city _ NAME: C C C W J C, J C, 0 O 30 x40 Pavilion name 5 . rp, '\ a O sn^ 2 ''-Is 1-Trp- REVISED Surface Mount 6' Benchs �� 21 11 `a/�'raace O Score Tower (3) Layout approved by IA R 24'-6" -tt tr4•min set censer nne of nrae R 4,p. Bag Toss Playing Board (6J ---_ ° si 12'-0• s' Existing Concrete e O 21 11 t 4- s a 6" x 5' deep concrete boarder 1328' I + a-0 45" Pitcher's Box is 3'x4' and defined with trawled score joints. 15^ + O cn Bench Boards are 2'x4' + O 1329' ° Bag Storage - Match little library by bridge/ parking lot -3021 sf Safety Surfacing ¢ O 4 So T.p�ce a are R 3' aa' + Existing Light Pole O B Pit \ shrooms R 3' >-0 a.) K Capped Spare 6" Pipe —1— 4 F� O r l U B Pit 2 Existing Pavilion 54 1 ne,.m 3 h eit'o O N _ � } O+ 1 + OR R 3 1.- ' NN� ILL Q i R CD R10 R 10' Ras' «r- a a't Rzs- 3 R6' O 0 zy + R 6, sting ght Prole V) T s• a° O m` if) O N u. 0 1328' R 3 R 4a r R h enter swings in swing space. Insure Ooo R4"�&, 1329' s ,714r,eax 3-°• proper fall zones. co Existing Restroom 2'-a R4' ,5'-6.5 e e �} Note: Low Fence work is not shown in Township Parking lot I� ,a.np y� o s R4 Existing Trees 16' °" O SUGGESTED LAYOUT P.O.B. Existing Playground Slab F� + RB 11'-4" 36'-6•minimum srrr . 631- wings-2410 if Safety Sur sing Layout Plan c1s'-o^ R80 F26, Fall Height 9'0" Layout based on centerline of existing J Surface Mount 6' Benchs 4 as 12- ° V Layout Layout approved by LA NEW OW CLI ER NEW STAGE rectangular playground slab. W CO °e nje� c C R2'° °. Note: All surfaces are below 5% slope o Z iOo s ,e� L1.� R 6' for ADA accessibility. Q tr-e" Set Concrete Ring Level S�etv�0 LL 06 �*yam Existing T , R �p,NDSCgpF 1 �� Pzdsinne,.,Ro North - ehir au—, 1329' 1329' y NOTE: EXISTING ASPHALT PATH TO ROOM 0 BE R CED WITH 6' WIDE CONCRETE PATH TH EO 0 E DAB WITH LAYOUT SET IN THE FIELD AND APP ED BY SCAP CHITECT OR ENGINEER. ELEVATIONS TO BE SIMILAR TO EXISTI WALK. I I 0 J Jul- 8 2022 0 0 w JA 1 y SNEkT: g Light Pole 9412 B1 9T F OF AR4'- PROJECT: Gulley Playgd/Ftn 13 3 0.4 9 °x36'f6" �a a 1 326. To ^"'? Aprox. 4" below sich- C 3 8329,66 � North Lake e 1 .48 TL 3 02 13 7.8 01 201 j Potable Water urce "a watert drain "U6" 1327' Equipme t northofn idewalk 3 �CPpe See Grading and Drainage Blow Up Pages (F-#) �A7 27' ,y o \ .90-1326.50 0 1 u re yq Cut path through high point. Tee use C Insure grade drains. Note: Minimum cut for PIArea Aprox. 4"-6"below existing grade � � 132.5 � 133 89 �P 8 ° °ul is areas areas that will have Nti _ 1327' concrete is 6". Slope bxkto gr at l:5 or leis 1327.70 Drains - Slope Up to center jet from drains °i 1 8.00 J t atio s - ee b p Fine grade surface before / installing turf for positive drainage to drains and away r`,.lVtl ,`�/YF(C 1328 Soro from hardswpe a ' 13 .0 1327' 2� W uo 1327.90 sanpe 6edo< 1 7.30 3 o J ®® 8.20 1328.05 r15 ° 3 1331.69 o 3 0 28 326 905sf of Artificial Turf 32 90 N N 1328,13 8 1329 o Le•wc -aoa Arrange drainage pipe in 13 0 . O la areas around la F O 30'x40' Pavilio 3 .15 Note: Contractor is to insure Aprox. 6" below existing e p Y P y 9�a/�. 13 8. positive drainage from coecr_I. C 3 2 equipment footings 13286 wore surfaces. ^ L27r77 CL U ® F9oa/ 0 1327.8 1327. 3331 mn 5 27.75 Score Tower (3) I 326.80 REVISED 8.2 1328' X 1328.39 13 8. 1327.80 O�45 g Concrete e O 4" Sue Pipe ---- O Fine grade urface before 1328, 0 1328.65 1327.2 1320 installing t for positive 6.20 0 t7a drainage hardto6 13 rains and away 1328.30 o c 'P5 4 P 1327.40 132T Bench 1326.10 P / ail in Tir o t7 1 9 P 13 acing 27.75 O e me 1322' ' � 21 sf Sa 8.33 1--,28.45 .45 1326' 7.0 EA ght Pole V) _ Pavilion,tl 28.45 32 '21 O shrcoms 3334 132.30 aIBB 822 SSst 3 3 3 3 B it 2 Basin TL N X 1329.48 X Existing Pavilion D 20 eep Infiltration om S. 5 1328 28 q" PVC 328.2 1329.48 �BDia U 1328.65 4 O q^ p 201f 4" PVC 1328.00 O 1 .10 !oo > 4" PVC 28.6 Arrange drainage pipe in play " areas around play equipment 132 . 0 ° /] footings and move water to we infiltration basins and out at co aouna1428' NW miner. See details. 1 28.56 13 .78 328.63 a F(yJ�� 9' .n tee,„"sav a'-n" / 28.70 R -8troo o .77 4' 15.-6. o Playground Surfacing 40 % Void J i.i4 i2l28. 9.00 28.75 N „ SUGGESTED LAYOUT P.O.B. > O son N Existing Tre 1329.10 Concrete Edge 1328.80 O p �� �� ; �� 1328.40 C'4 p Existing Playground Slab 1329' 4'X10'x20" deep Infiltration Basins > r N go 329.00 N O ace nt 6' Benchs �OF/h 30 IN o n x 86 am > g 6' sting grit Pole m p Note w could create In garden with about 17cu yards of storage here 854 2 7 >' Ln L, 1328 EAstin a Under 8' Walk r V TC� Fo 0x20" dee ock ch r 84 13 2y Qy �m I g ht 8 ��A 85 L 320,8 1 w 3 - NEW STAGE .E J 0) yo a oved by LA NEW COW CLIMBER "� 5� R6' 84 1327,8 0 w Z 330.26 Set Concrete Ring el cyV 7 } i Y C sin 84 LL. -D�,,Im� �7,93 ' 329.30 See Sheet C34 for Catch Basin Information �p,NDSCAp , zaaart r6 �p F s°r°`r 13 9' 1330 NOTE: EXISTING ASPHALT PATH TO RESTROOM IS TO BE REPLACED WITH 6' WIDE CONCRETE PATH WITH LAYOUT SET IN THE FIELD AND APPROVED BY LANDSCAPE ARCHITECT OR ENGINEER. ELEVATIONS TO BE SIMILAR TO EXISTING WALK. THE O DATE: N \ ght Pole 9412 � q July e, zozz NOTE: TOP OF GRATE ELEVATION IS GIVEN ON DRAWINGS. DRAINAGE LAYOUT GENERALLY FOLLOWS SLOPE OF GROUND I / I ^ 1 �� 941 2 USE A MINIMUM OF 1%SLOPE ON YARD DRAINAGE PIPES. V '-j' B 2 O 0 Contour Interval One Foot \� OF AR PROJECT: Gulley Gulley Playgd/Ftn Slightly Crown Top 1' - s" 20" Son itube for form 3/4" #3 Rebars - Circular 12" OC ♦ D h Edge of rebars no closer than 2" to edge of concrete 6 #4 Rebars Verticle ° Raise Concrete 1/4" to insure m ; positive drainage away from pedistal D N D Caulked Expansion Joint ° 3" hickened Edge of Plaza 6" V 4" of SB2 Compacted Base #3 Rebars on 32" Grid �, �„ All See Sheet F3 M ted Earth cted Base Add #4 Rebar continuous on edge. See other detail for other reinforcing. 6" Thickened Edge of Plaza Detail Note: This detail is for edge of plaza at fountain and pavilion except where future sitting wall will be located. D D ° G D ° D ° G ° D ° D ° g I � � 1—I I —I M � MI ° � � �—� � I—III-11 �-1 ICompacted Earth Four #4 Rebars Continuous M I I I M I I —� —II I —I I— #3 Rebars on 32"Grid —1 I I- —I I=I I M D I I I—� —I I I I I- 3 �6 4000psi Concrete '' I I I-, M.I.III—III—i 1 1 D ° 0 .I/// ° D ° ° 4„ ° Scale jj// 10 ° D c ° 0 Pedestals (2) without support post ° Note: This detail is for the two pedistals south of the pavilion. H 0 ", Compacted Earth 4" of SB2 Compacted Base 10" Thickened Edge of Plaza Detail Note: This detail is for edge of plaza where future seating walls will be located. p �W E ,i, 9412 \� kp F OF AR�P� Q [ C J J_ >U) WQ Liz 0 >}� �¢� ULLQ -MM Jan 9. 2023 S EEr. C6 REV PROJECT: Gulley Playgd/Ftn Note slope on finished concrete includes sloping to future drain slots in sitting wall and to two drains in concrete deck. See other details for those locations. D ° Note: Plaza Edge Varies by Post °° ManufarturP's post - Size TBD Top View I Slightly Crown Top Caulked Expansion Joint 101, Concrete thicke 2' - 4" See other dE 4" of SB2 Con D ° D D O L ° O COwil— III—III °° III III ' _ —� I MI I —I t _ _— — Compacted Earth -III—III II—I�I—I1I—_ I=1 °III —I I I —I I , III, D ° 0 D M ° Scale Place Concrete of this Contract curved Pedistal of this Contract This detail is for informational purposes The Sitting Walls, Above Grade Pedistal is future work that is not part of this contract. Pedestal Bases (8) with Shade Post Note: Shade post foundation design by others. This detail suggest how the design shall include a base able to support the future pedestal. Note: Post locations must be carefully set to be inline with arcs shown in these construction documents. THEO 0 Li JA 1 y s� 9412 �l� P �TF OF Ml�P i O � rc� V 0 ON Q) 0 xrc 4a R O yyyp = O S �No $ r N L D— W J J >U W)Q 11 I- OLUZ i } FQQ' 0LL.Q D,TF: Jan 9, 2023 SHEER. C7 REV PROJECT: Gulley Pleyyd/Ftn d 0 LO N N O N N Q t° sum BY. City DRAWN BY: City CHECKED BY: City FlLE NAME: W Minimum of 30' - 0" wide to 32' max. Eq. Distance, but min. of 2' Eq. Dista ce, but min. of 2' overhang Eq. Distance, but min of 12'-6" Eq. Distance, but min of 12'-6" overhang Z O Q P: Note that fabric shades must be mounted a minimum of 10' a y � from the ground on the low side which is at the round pipes. a 6 m o e p W � Z The shade sails also attach to the pavilion which must be 12 J y Zi engineered to allow the shade fabric to be attached to the = p > metal structure at the gable ends. Q a a 4 min slope z Shade fabric shall be fire retardant and pass NFPA 701 and 12 ASTM E84 test. Fabric shall block at minimum 80% of sun rays. UV stabilized. Connections to the shelter shall be clean, free of sharp edges, and professional looking. Design shall include anchor points f r fabric shades J Cables, connectors, and tighting devices shall be stainless steel a or hot dipped galvanized. 10 year warranty minimum. Roof is REVISED multi -ribbed galvanized steel 24 gauge. Color tentatively to be Supported by 4 metal post on each side. ---- Polygon Patina Green, but may be different selected from Minimum Post size is 6" O.D. standard colors of manufacture. 9.5' min clearance to surface Set mounting plates approximately 4" below surface. 0 Metal Pavilion, no wood pavilions. Poligon No exposed mounting hardware. Us metal keyway for } Rek(www.poligon.com), Smith Steel Works square concrete cover over mounting plates. htt s //www.smithsteelworks.com or other re approved ( p � ) p PP 5/8" Soft Surface �^ v oN manufactures. < Slope 1/8" per foot min. Slope 1/8" per foot min> Slope 1/8" per foot min. N o n x _0 Ta Design for pavilion and shade structures must meet relevant r o 4; building codes. = m See sheet C3A for additional information for gable end. N m NU. V) a 5" min. of sb2 rock compacted. Compacted Earth/Structural Fill Pavilion Structure, footers, & foundation per manufacture's drawings which must be stamped W by a Arkansas properly Licensed Engineer and designed to meet applicable codes. Note: Pavilion shall have a minimum of 1200sf under roof. W a Pavilion must meet codes, including 110mph wind load. o W z Engineer stamped shop drawings including the design of the pavilion, Pavilion Section - PSI-PS2}� <- 9'-3" to Center line 1.5" tappe pavilion footings, and shade sales, and support structures must be included �' �' 2' 3' 1/2" Soft Surface U � Q in submittal for pavilion. sj� AR SAS f STE n �� Soft Surface under pavilion is a poured -in -place 30% L 1/4"Deepx3/4"widetr�h DATE ENG E black, 70% colored EPDM rubber granules. Pattern July 8 2022 No. * 4 `v�% to be provided by owner. Colors expected to include Soft Surface Tie In to Concrete Under Pavilion `'' `�`�% �W �P" green, red, beige, and blue. Gulley. Playgd/Ftn 3 N N Ln 00 C O U N U) C O U N N N d7 C .3 i c O U N 7 C) This bird's eye view, and C3, is diagrammatic to give a sense of the overall pavilion and shade structures work. All features are not shown. The contractor will work with the pavilion / shade structure manufacture to realize the design within the parameters set in these documents. - — oa 'r, * * - IJ� No. 1 4 P��i W p G M North W W J J_ wWU) L ~ q 0 W Z Y ULLLLQ L% July 8, 2022 HEE'. C2 ROJEC . Gulley Playgd/Ftn hess Ta 0_ N N O N N D) N 3 m 3 Q t U 0 N t° Ping Pong T Shade Fabric to be designed to be supported from pavilion roof framing and post incorporated into sitting wall as shown conceptually in these documents. Shade area is approximately 750 square feet on each side of pavillion (1500sf total) with mirror image on both ends of pavilion. Fabric layout shown can be modified. Design shall be aesthetically pleasing as well as maintainable and meeting all applicable codes. 0 O o Connection points at post can be at different elevations on posts. No connection point or shade shall be lower Chess ables than 10.0' above surface. Drawings for pavilion and shade structures shall be stamped by properly licensed engineer in the state of Arkansas. MM 0 L (U 0 0 LU CU L= °J 0 %J E2� N 0 - 0 CO 0 C] —cs W SATE OP " "EN* Et'� �9l No.1 NcW D . SP� SURVEYED BY: city DRAWN BY: city CHECKED BY: City FlLE NAME: cc a W J REVISED W J J_ W WCQ 0 H Z 0 �QWs UWQ July 8, 2022 MA Gulley Playgd/Ftn N N O LL asily reed. id 3 N N u7 O 00 C U U N v existing e 55'-0" R16'-6" R 14' - 0" +/- Center Line = 4 R 73 4 R 2' R ' 9" 328.25 R3'9" R 2'-0" b 24' - 6" 8 11° O R 19' 2" / SURVEYED SY. City ORAYM BY: Drain (4) City CHECKED BY: I < S ope 2.0 'Jet Locations - See b o up I �ECity R 8LO" to_ 4' " P �� R 14'`0" Fine grade surface W 00/ installing turf for 8 0 drainage to drains o0 3:: 30'x40' Pavilion 1328' Labrinth - Sandb u 530 1328.65 V O rn C_ 3 v 0 21' 11 4" Surface M t 6' Benc s La out a ro b LA 28.2 R 24' - 6" -11 1/4"Min CP y pp y Set center line of circle 8. 1 �45 21' 11 4" 24'- 6" e grade urface before 13281 o ,6 talling to f for positive 20 1328.30 45° inage to rains and away 15„ Chess Lq m hardsca e O QN Q 0 1329' Top 1327.75 o 8.33 Ping Pong Table N 3021 sf Safety Surfacing Q° 4H S6t Rine 8.4 / Q UShrOOmS Ness Ta les 132 .30 Capped Spare 6" Pipe Landscape Structures Saw 54" 1328. 5 54fall height 13 8 13 .65 0 C:D 1 .10 t° R 29'- C/ i9 a[ 2 7 0 from hardscape a 1327.90 o Q a o >. Q J Ja J y w Q 'ne - Stained - See owup for Iayo 3' Q 0 2 . 5 13 7.90 2 z 3 a e ch a REVISED R 2' 1327.80 •7 1327.1 0 1 5 75 } 3" o 1327.80 R- � on x R 37' 8" " 30=m nm 1327.2 1 0 60 T a 4'- 0" U) U. V� ble Bench 1327.40 0_ .45 R 3' 34' 1327.20 28. 132 .25 J 5 s -o" WQ "tz 4'-0" 0W U LL< 3 1328.28 28 �PNuscq,,F , R3 0 ti 1327.90 5' -°" G' THE O 0 E DATE'D�, July 8. 2022 R 10' Ld JA 1 1 �\ SHEET: �IOo 0 J, 9412 C59TF �e OF AR PRaJECT: � Gulley Playgd/Ftn 3 v N N O 00 C O U N (n C O U N N a) C 3 v 0 fN C O U T N 3 c� N L6 N N O N N N 3 m Q These details are for the ends of the seating walls around pavilion. Sod or `D Landscape Beds \ Light Broom Finish Slightly Crown Top #4 Rebars Continuous 1' - 4" Edge of rebars no closer than 2" to edge of concrete 3/4„ #3 Rebars 24" o.c. R1/2" • _-Thinset Mortared Rock Ell D Note 4" x 16" Drain Holes (5) A ET r-' `Compacted Earth Caulked Expansion Joint s 0 Seating Wall Section O t_ This sheet not used. See Sheet C6 REV and C7 REV after Sheet B3 Embedded graphic indicates basic stone look Elevation of Pedestal and Sitting Wall Stone/Concrete Finishes THEO E 13 bi JA l s� 9412\� P 9TF OF AFKY- cc W J J BY: city BY.. city D BY: city J_ Q F- W i J Q Z w cn RENSED W J J w >CQ 0 ~ z 0 �Q� UL�Q AM July 8, 2022 MEET: C6 RQIECf: Gulley Playgd/Ftn rn 3 v N N u7 O Do C O U N (n v C O U (D V) rn C_ 3 v 0 fN C O U T 3 0 L6 N N O N N N 3 E)1 3 Q [a One Pedestal stands alone, One tied into sitting wall Note: Some Pedestals have post for fabric shades Post have expansion joints to protect pedestal —IT Slightly Crown Top #3 Rebars 24" o.c. Light Broom Finish on Exposed Concrete 6" #4 Rebars - Circular Edge of rebars no closer than 2" to edge of concrete Thinstone Veneer Mortared Rock Real rock small enough to "wrap" on pedestals. Caulked Expansion Joint / 4" Concrete - Plaza / / 4" of SB2 Compacted Base 1 Compacted Earth Pedestals (2) Note: One Pedestal stands alone, One tied into sitting wall This sheet not used. See Sheet C6 REV and C7 REV after sheet B3 Section Through Center Line of Pedistal & Seating Wall THEO 0 E w(( � JA 1 �, J, 9412 \� 9TF OF EYED BY: city N BY: city KED BY: city NAME: cc J J Q) 1® RENSED 0 K� O U ON 0 X Ta R 0. 0. 0 —0o2 9 = o 0Nm Ln�N V I� W J J_ >CQ WQ 0 ~ Z 0 �QWs ULL.Q DATE: July 8, 2022 SNEEI: C7 PROJECT: Gulley Playgd/Ftn — 22'-25" Tall 19"-22" Tall Sitting Boulders Small Sitting Boulders Slope 3/16" per foot for Mortar together to form "bench" positive drainage off surface CD C:D Bench 8" -10" Tall No large gaps between boulders — 15"-19" Tall < Flush > 0 (Above Walking Surface) 01 11 31 Scale Min. 5" Concrete Boarder Gulley Park Sandblasted & Stained Text Est, 1988 LA will Provide Paper Templete Chill Area Additional Detail 0' 2' 4' W J Q) Sandblasted & Stained Shapes LA will Provide Paper Template oN on a �a Surface Stained Concrete Light Broom Finish "T N� V One po this area. Note: Owner will provide paper stencil J for lettering in the center. Contractor W �Q will make stencil for sandblasting. °Q� ULLQ Remove 16 of concrete and stain letters �pNDSCgp , black. F THEO 0 E DATE U July 8, 2022 � JA �1 —� SHEET: J, 9412 C Q V 9TF OF AR�P��� �a.F,• Gulley Playgd/Ftn Ln N (N O N N Q 6" Metal Keyway set 1/4"-3/8" below surface and caulked with elastomeric compound 4 11or 5-1 /2'' 1 Welded Wire Fabric Thicken slab at joint itch metal keyway depth. #4 Smooth Rebar dowel 20" long and 24" O.C. max H - H 1 Metal Keyway Joint U ` THE0,fSO E Li � JA' l 9412 \1 9TF OF UJ J J Q) I RMSM I w J J_ F- >CQ 0 ~ Z 0Ws U LL< July 8, 2022 C9 Gulley Playgd/Ftn rn 3 v N N u7 O 00 C O U N (n C O U N (n U) C 3 v 0 D) C O U T N 3 c� ao Li N N 0 N N D) to 3 m 3 Q r U 0 N L° SURVEYED BY: city DRAWN BY: city CHECKED BY: city _ FILE NAME: Max of 27", Min 18", no more than 5" difference between tops of adjoining boulders Set so tops of Kids Boulders are same height � ; Mortar all joints at Kids Seating Boulders a Insure that seating rocks drain and do not hold water W Boulder J ' 711- 911 Q Kids Seating Boulders !1 Section at Chill Area - CA1 - CA2 Not to scale Medium Broom Finish Cross Slope 1 % to 2% sloped to drainage 4" min. #4 Rebar Continuous Welded Wire Fabric Widths Vary - See Plans 4" Concrete Walk Sod se4 Compacted Earth of SB2 Compacted Base p Playground Walks (Not against play areas) Safety Surfacing <Flush> Clean Crushed Rock 4 Y r r r r r r r r r r r r r r r r r r r d Landscape Fabric Medium Broom Finish 1 % to 2% slope away from Safety Surface > #4 Rebar Continuous 4" Concrete Walk T - 0" 1/2" radius Sod d III �I_I Compacted Earth —I 4" of SB2 Compacted Base Section - Circular Sidewalk at WeGoRound \ ; L7TH E���F OF REVISED W J J_ W >CQ 0 ~ Z 0 Q } W Y 0LL< DATE' July 8. 2022 SHEEP. C10 PROJECT: Gulley Playgd/Ftn 1327.90 Wne -Stained -See�Iowup for i 2 . 5 1327.90 1 R 2' 1327.80 •7 1 .75 1327.80 'R R37'8" 1327.2 .45 R 3' 34' 132 .25 - o° drainage to drains and away from hardscape rCo���res 39 -0 � Ser�Oc � roc 19'-011 • I 2 • ch 1 • „ �1 �O 41 �- 27' 0" 1327.1 Score Tower (3) 6'-Y • 11 0� 41,0 327.30 -905sf of Artificial Turf over min. 4" clean compacted rock s m — Score Lines 1/2" Deep A 5' - 0" Typ. 9' - 0" Typ. 6.80 Bag Toss Playing Board (6) 12'-011 6" x r.55"deep concrete boarder 41011 - Pitcher's Box is 3'x4' and defin with trawled score joints. Bench 1327.40 Boards are 2'x4' 1328.00 Bag Storage - Match little library by bridge / arking lot 1327.20 0 0 '6 CD O O THEO 0 E JA 412 9TF OF W e J C J C '= c V e W J J_ W WQ 0 ~ Z 0 �Q� ULLQ 410% ATE July 8, 2022 MEET: C11 FtWECT: Gulley Playgd/Ftn d L0 N N O N N N 3 m 3 Q s Regulation ACA size and slope . All concrete construction with polished concrete surfaceI• • • Sealed with two coats of concrete sealerB0 TM • Minimal maintenance required ■ Easy bag removal All Coi�11G1�AeC*rn54A§Gaffmns . Sloped bag area sheds water and wit not harbor animals • Optional bike deterrent block byobagt�g�me.c�m Most popular model 4111111111111 Brown (SB4) shown Also "able In Mesa Buff (SB2) Other colors avall ble by special order k& ;I LN Standard M49 shown Colors available by special orcier M ST I OF MCKINNE`f Sloped bag drop. Sheds water Optional bike deterrent Lagos available. Call for more and will riot harbor animals. information and quote. Doty&Sons All'Concrete F•Uriuct5, Inc. 1275 E. State Street Sycamore, IL 6017 Install Bag Toss Boards so they are flush with Concrete N O 1 Copper Top Cap z 15 ; s 9 Decorative Tie Point 19 Paint Black 11 . Use security screws for all fasteners. • 0 • TH JOE OF AR� Points and Holes for Peg 6x6 Cedar Post #1 — 44" tall - Stain Peg on Metal Leader Line 1001b min leader line Peg on Metal Leader Line Metal H Bracket - Paint Black 10.5" on post, w/ diamond window and snug fit to post Conc. Footer - Min 12" x12" by 18" deep Concrete (See other details) Budget for two colors of stain for Post and Storage Bag Toss Score Post Boh imann Model #: CIHB-Set www.bohimanln.com IIW- Bohlrnann or Doty & Sons or Approved Equal Use Gulley Park Little Library as Template. Do Post and H Bracket to match Bag Toss Post Bag Toss Storage Doty & Sans Model #: BYOB5531 www.dotyconcrete.com SURVEYED BY: city DRAWN BY: city CHECKED BY: city ME NAME: N I J W U) Cn 0 I Q m REVISED W J J_ W >CQ 0 H Z 0 }W� UlaiQ DATE July 8. 2022 SHEER C12 PROJECT: Gulley Playgd/Ftn m 3 N N O 00 C 0 U V) 0 U N (n In C .3 0 0 c 0 U T a� 7 U Vk Inclusive See -Save Mega To%oler 3 OW. �.. Inclusive Merry -Go -Round Gulley Park Playground Improvements Conceptual Outline Cone Spinner Tire Swing Pinta Pang bole Chess Tables ! k: Tr idiI1C ,ml Swing :- Parent}Child Swing 000' Ir Clusive G: ng This is a conceptual overview and does not necessarily reflect actual equipment specified or layouts This Sheet Provided for Informational Purposes. W w CL> O 0 J � a Q � a Cn LU J a O J ti U = Z Z Q � z � � J a Q a REVISED C) v U ;o ON � T a. am � o- x5 Vi m T N LL W J J ATE: July 8, 2022 HEM. C13 'ROIECF Gulley Playgd/Ftn o, 3 N N O OD C O U N in C O U N (n U) C .3 0 0 C 0 t U O N CO L, Y.� Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Insure that playground equipment is installed with proper fall zone requirements. Note the placement of this playground piece has the center of the roof structure set on the center line of the pavilion. Any equals submitted shall also have to maintain that relationship. Note: Not all installation instructions shown. Playground Equipment to be installed following the manufactures recommendations. Ae. 1qndKPv Mirracle MegaTower, Landscape Structures Tower, or Approved Equal W W 0 a c� w P►� I July 8. 2022 1 C14 Gulley Playgd/Ftn Lh N N O N N Q Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Note installafiob to This Sheet Provided for Informational Purposes. VER ALL SITE PLAN w manufacture's installation instructions. � e _. r ii LM1 n rum_ ■ in uq4q--i •-•sue. I [6d"1 P YRE -i'A F4;QR* . A wqj n-11+• t- . Ir SL da 64 &J 1410 1 Mr, %W% 1 � "Wlk Miracle Tim rmrt°z* � vW . CowWm inr-W jar if � ii `uch 1 P v-iff mky sl: kx r 714.-S580J ve C E F P* 0 FM DAM COMPI IF'S TO CPW AGLIS 0-1721017 5-12 A" t t F 'a'= F rt.: ATIVE SUJCE E PR07ECTI : AREA: 4 ! X 4V l� 4� � I� : �61��,�.0 '.i :t _ AOL. ri � ALL PLAY TEI�. I M� �_ � ( 111110 I :1-1 ::: T I Of Mirracle MegaTower, Landscape Structures Tower, or Approved Equal W J N Z O O LL w O F- Q 0 w I REVISED I W J J W >CQ 0 ~ z 0 F- 0LLQ July 8, 2022 C15 PROJECT. Gulley Playgd/Ftn LEVEL i 0_ Lh N N O N N U Q �L l (nST MckiIa - ° 70F SEAT ORUNCH STAMON 71 4— 782 DACKTR Al: K C.uR4 M� 714-67 -6 This Sheet Provided for Informational Purposes. THE H��,'f COMPOM TS ID-ERMF h THIS FLAN AHF I -r ° '--EH'IEIED_ THE USE AND LMW 1t THESE C0110PON11 �DNPDRM TD TW REWRIOME14TS W ASTM F1407 LEVEL 2 1 IF rD r- M Note: Contra( playground s� installed to m including AST and ASTM F1( Note: Not all installation instructions shown. Playground Equipment to be installed following the manufactures recommendations. 1 ra 71 80j 1 , PHEE7 20f 21 Mirracle MegaTower, Landscape Structures Tower, or Approved Equal W J M Z O O LL w O H LU 2 I REVISED I W J J_ W >CQ 0 ~ Z 0 F- 0LL< July 8, 2022 C16 PROJECT. Gulley Playgd/Ftn 4 2; t 'r Note: Not all installation instructions shown. Playground Equipment to be installed following the manufactures recommendations. landscape structures' :surraung Kids in Motion tm iso moos Sean the OR Code to the right, or •� type the U RL into dh a browser to view M ■ the video-Ittj:s I1i1.1y12ESCwd0 SAFETY NOTE Choose a ptDXK we sur acing malbRM Ural has a URI= rtdgm'Mue or al least the h6gM €rr ttre Hghest ACCeSIMle Pat,Fall Height at Me acgaoEM eglprr ent. f.Ref. MI M Ft 248819 e-Go-Round uW;PerfPanels Rage 1 Insure that playground equipment is installed with proper fall zone requirements. Landscape Structures We -go Round (Or Approved Equal) J 0 I* 0 9 <v I REVISED I 0 C3 0 U O N On � a � a am 7D a- �=o r No N� W J J_ W >CQ "�z 0 Ws UWQ July 8, 2022 This Sheet Provided for Informational Purposes. S'EE'° Equals shall have a top or roof. C 17 PROJECT. Gulley Playgd/Ftn 3 N N u) O 00 2 0 C) U N in a 0 U N V) .3 0 L c 0 U T N 0 00 N u7 N N O N N Q lasb�.,n�soapo structures• Frtished Grade DETAIL DIRECT BURY Finished Grade Compact Aggregate s (3251) DETAIL 4RY SURFACING 1"(19) inch slope rn We -Go -Round to finished grade (Dark Grey) Finished Grade 0. e! A ite i,b_3nU I{iisinMotion, 248819 We-Go-R{yundTmw/PerfPanels Page 9111 Icy ndumpe structures' DETAIL DIRECT BURY Center—_ Past 9 4.;.r .:' Concrete---- (2) 3/8" Diameter x 18" Long Rebar Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 ri p� N�pr 4 .. b'i Ar _. 48" Square � (1220) 9i RMSM C O v T � O On i �a a am .. �Nm Crushed too � �� Rock Kids in Motion 248819 e-Go-Rounds'"'iPanels Note: Not all installation instructions shown. Playground Equipment to be installed following the manufactures recommendations. Landscape Structures We -go Round (Or Approved Equal) Page 2 J J WCQ ~ Z This Sheet Provided for Informational Purposes. E: Q �, DAM July 8, 2022 S~EEr: C18 PROJECT: Gulley Playgd/Ftn m 3 N N L0 O 00 2 0 U N N 0 U V) 3 O rn O U T N 7 C' k`- We -Saw Products landscape structures Design Inspiration Playground Planning Our Company Model # 186490 �t■//VVVIff?ISQ14001www.playlsi.com� gr1FET,, NmE 'moosea aroeem+e svteano raoad cd� na~ a (SLheel Ha:yM 4khw <,r „i yael by We -saw"' landscape Model#186490 m structures" PLAN VIEW 7.14 rn Ir 4D GameTime n 1L_YCORe Visit gametime.com for more information Note: Not all installation instructions shown. Playground Equipment to be installed following the manufactures recommendations. RoxAll See Saw Model # 6245 www.gametime.com `k Minimum Use Zane Y WE�S2W iiSSO'7117�t/ �rg Caps Kids In Motion 186490 We -saw' meet 1 of 3 r V2019*1. >.. -, . .A Ir DDuJrTLent'#25758800 Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Insure that playground equipment is installed with proper fall zone requirements. This Sheet Provided for Informational Purposes. U N N Landscape Structures We -saw, GameTime RoxAll See Saw, or Approved Equal 0 li W J W J J_ W >U) O H Z }>-Y 0LLLLQ Q N w I►� 2022 C19 PROJECT: Gulley Playgd/Ftn SAFETY NaTE h.. C M H ise MRnr melt-1 It l I. a Nerlr t4,Fr al r W Ilw 1�,� �9r MIp1Y M Mn VAgh.al nuo".1Ma PaeFal ... ii��,/a 014ti01 .9alp -nl. IR"I. DETAIL ® A911rF1JA)'I'�'a'nl o..n... landscape BUMPER FOOT€R strUctUres� Faoter ATTACHMENT 2f 6877e G" Guide Plates DETAIL WE -SAW ASSEMBLY (4)V."K1v,"BHCS (a)-J,'x3• ATTACHMENT wJPin Hex Head GreyAnllSaixe Bolts We�aw Assembly (8}'Jr"x9'!=" (4) It." x'le` BHCS wJPin wJtc BHCS. in Grey AntFSelze ��ung Patch wl f41 Bumoar _ YWeahera Anchor Cage NOTE: Concrete fasting ' should not bs, larger than outside di me�nslons of anchor cage. Concrete should be flush with top atanchorcage. 7Q" crete Footing F (4) Rul Caps Loose FBI Protective Surfaong DETAIL CONURETE F0UTINGS (WITH FOOTER GLIDE-LA-FS) 361, Cage (4)Bumper I" Vl DETAIL ICI J J Footers RUNG CAP ATTACHMENT ta• 14)iJe'xt'r' ,'t? - BHCS wlPin C-1n w!Orange Patch aotats '" Kids in Motion 186490 We-saw C 4'Jlg by �+s+?s 3'v Crew AI rpYLrs •eso++ei xzq SAFETY MOTE celouae. • prredlm a kseq mernel Nei ii�V bn a LraI Hed. -Q d r keel .. rmlAh[ N M WgM1an Acmulj. R Far 1��@/k f r +.�e = 14ON BAFETT NOTE Chwee . "akcW a.ut(aF"g melmd hel Ir.e a n.lifAl Fairlil veke M er laaa� r" ealgel M CWDmaM, YRA. ®J Orn Mer ASTrIF W.It V' L. agIM F,�BT� landscape DETAIL landscape structures' (2)11. xt l�s WE -SAW ASSEMBLY structures, BRCS w1Pin Platform wl %, SAE Flat Handholl Washers {4) ale, x r/r" (S) °Je" % 2" BH1S'SAE DETAIL BHC5 wiPln B1H1C, SAE FIR1 wJ pJti' SAE Flal Washers FILLER PLATE DETAIL Washers Q PQeter ATTACHMENT DIRECT BURY WITH I N CITE POUR -IN -PLACE SURFACING Flange _ (4}Center Pad needs to i Edges ' -T-_�_ facedown) - CONCRETE FOOTINGS {12 ) 014 x 1 tr,° (WITH FOOTER GUIDE PLA.TLsj BHCS w1Pin (2) Filler I nsen Plates l 28' 36' 29' (4) %' Law concrete \`� 737 914 737 f^ Nuts Cap Center Nuts Fooling 25 — Pad SAE I Fwi lat Flat Washers �--� r (4) Bumper Footar m Guide Plates n N r�H 1' (4)Rung - m @ - 25 Cape ' Pour-l:PIVM Anchor Cage _ SurfacrmJ y c (B)'J,'Low Crown Cap - Nuts,;0. SAE Flat Washers DETAIL Concrete ` DETAIL SEATATTACHMENT RUNGS CAP ATTACHMENT (2) J; Low Slab Or Compacted r r Crown Gap Nutswl'J," We.saw",.tr°sa Gravel ,+:,. .�' - Washers SAEFIal Assembly (2 Filler We-gaw ,. ;# �;, •( .' ; -- les s� ti aJ," Assembly � Subgrade SAgrade (4) Seats (12)'f BHCS W)pm, r Concrete ry wlWSAE Fiat DETAIL Concrete r Washer (12) Rung Cap$ 4 Bumper (4)um Foalam 12" RUNG CAP ATTACHMENT DETAIL Jub (4) Seats (MS 0.24 x'i," (4)'fa" 1 BHGS wJPin - FH wJ Orange, Patch ar Loops Footman � Loops (4) Rung —(; Cape {d)Bumper Footers l Ill I I i (24) 11." x rl&" BHCS WPM I i We -saw Assembly wJ V,- SAE at Washers Kids In Motion 186490 We -saw'" Sheet 2of3 1664901Ne-saw"" Kj[iS In Motion o xa+r nr L*+eaarr" Y•' _. w Jr , .. .:� D01L rr Crt 425758W ,<.,ar,ta�a..awautcm_�. - - - Note: Not all installation instructions shown. Playground Equipment to be installed following the manufactures recommendations. Note'. Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 This Sheet Provided for Informational Purposes. Landscape Structures We -saw (Or Approved Equal) EYED BY: city N BY: city KED BY: city NAME: cc W J V W J J ATE July 8, 2022 HEET: C20 MECT: Gulley Playgd/Ftn rn 3 v N N u7 O 00 C O U N U) v C O U N N rn rn C C O U 0 t U N 0 LL Cyclo Cone Base Climber Model # 306-1 www.miracle-recreation.com Visit miracle-recreation.com for more information ..�1 PLA�RLD Cyclo Spinner w/ Floor Model # ZZXX0911 www.playworld.com Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 oescriptim Cone Spinner wlFloor OPLATAMD .7L � � EIIIS "-w*.p1a)r:cr%ystern5 [on - Product Specifications CONE SPINNER W! FLOOR Frame- 1.90" x 13 ga. Shall be an all welded assembly fabricated from 1 90 in outside diameter .113 gauge gahrinized steel tubing (See Steel Tubing) and 7 gauge zinc plated balck sheet sleet. Finished with a baked on superdurablepolyester powder coating. (See Superdurable Polyster Powder Coat Finish). Bearing Cover Casting Cast of regular 319 (319.0-F) aluminum. ASTM Specifications: B-26. Federal Specifications, 061-A-601. Cone Spinner Net Shaul be manufactured of 16 rnm rope with aluminum connectors, Plate - 8 Gauge Galy Sheet Steel Shall be fabricated from 8 guuge galvanized hot rolled flat steel_ Finished with a baked on polyester powder coating_ (See Superdurable Polyester Powder Coat Finish) erl�rarta s,��. � ntao>a,<-. �a3-os. zo2o ZZXXO911 photo not available . See Note Component plumber: ZZXX0911 Specification Rev: NA Component Weight; 366,10 Lbs, Amount of Concrete: 1.17 Yds. Post- 5" OD x 11 ga. Pre -Consumer Recycle: 80.16 Lbs. Shall be fabricated from F' O D x 11 gauge galvanized steel tubing. Post -Consumer 81,45 Lbs. finished with a baked on polyester powder coating. (See Recycle: Superdurable Polyester Powder Coat Finish) Material shall be 1010 - 1026 low carbon steel per ASTM A513 C07e Footprint: - Assembly- Cone Spinner Bearing Shall be an assembly fabricated of 5 in. outside diameter 7 gauge galvanized steel tubing (See Tubing); bearing unit shall be 4340 annealed steel and bearing post support fabricated from carbon steel and finished in zinc plating 5' Bearing Wedge Shall be fabricated from mild grade carbon steel made from either 1018, A36 or 1215 and finished with a zinc plating. Pfasdc Pane) - .75 In. And -Skid Shall be fabricated from colored marine grade..75 in. high density polyethylene and machined with a nonskid surface. Shall be ultraviolet (UV) stabilized. Meets FDA requirements. ASTM Specifications: D-1238 (Melt Index), D-1505 (Material Density). D- 638 (Tensile Strength). D-648 (Heat Distortion Temperature) D-790 (Flexural Modulus), 0-1693 and 0-2561 IEnvironmental Stress Crack Resistance), D-2240 (Hardness). D1822 (Tensile Impact) D-746 (Brittleness), D-1525 (Softening Point) Rom Number Ages Space Required size Fall tie* Play Events Child Capacity Install Hours 18,10"x18,10- 6,11"x6"11"x8"1" 5,0" 7�C10911 5-12 (5,74m x 5,74m) (2,1m x 2,1m x 2,47m) (1,52m) 1 8,431 A 0 Kgs. Weight 367 Ibs (167kg) This Sheet Provided for Informational Purposes. Playworld Cone Spinner w/ Floor, Miracle Recreation Cyclo Cone Base Climber, or Approved Equal L 0 0 LL LLI Z Z a N LLI Z O U REVISED P►� July 8, 2022 C21 Gulley Playgd/Ftn d In N N O N N D) to 3 :1 3 Q PLAYWRLD Installation Instructions Model ZZXX0911 - Cone Spinner w/ Floor Model' 306-1 - Cyclo Cane Basso Climber Model 200203546 - ZoomTist w/ Floor Assembly View Recommended Crew :........................... Three (3) adults Installation Time: ................................... 9 man-hours Concrete Required ............................... 1.17 cubic yard (0,89 cubic meters) Use Zone ............................. ........... Refer to Adjacent Detail User Group Age (yearly ....................... ASTMICSA: 5-12, EN: 6-14 Equipment Use Zone A- (ASTMj 72 in- (1929 mm) (CSA) 27410 mm (EN) 20U0 mm A Installation Instructions Protective Surfacing Lure 4 2" j1067mW Square 2" (.5° mm) End Cap #Dni Post Shipping Tube (Dnf1Wes in cap to allow for water cfrarnage) Cone Spinner Support Frost Footing Detail (ASTM/CSA) FOOTING NOTES • Support post footing depth equals 42 in- (1067 mm) less the depth of the protective surfacing material. The post is designed to have 4" (610 mm) in concrete. Insure that playground equipment is installed with proper fall zone requirements. Note, Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Playworld Cone Spinner w/ Floor (Or Approved Equal) EYED BY: city N BY: city KED BY: city NAME: cc CL W J 0 REVISED w J J_ >CQ u.i 0 ~ Z QWs F- } 0LL< July 8, 2022 This Sheet Provided for Informational . Pur osesC22 p PRQIECT: Gulley Playgd/Ftn rn 3 v N N L0 O tb C O U N (n C 0 U N (n N lT C_ 3 O C C O U N 3 Lri N N O N N rN 3 rn 3 Q r U O N L a1 0 0 LL Oodle Swing Model # 173592 www.playlsi.com has, Gulley Park 138?-01-01-01 02,23.202' Hybrid Swing Model # U10OL108 www.blueimp.com NOTE: Swings consist of four bays. Bays on the end are 8'-0" mounting height. One end bay has two tot swings and the other end bay has the circular swing (Hybrid, Oodle, etc.). The two middle bays are 9-0" mounting height. The two middle bays have two typical belt swings in each bay. 9& landscape structures, D ETAI L SWING LEG ATTACHMENT LOP (4) & Legs (2) Swing B Assemblies (4) S-N Hang Assemblies Beam (32) Vj Flange Nuts w1Pin w11J2" seal washers (6)64 Ya Cables im a FEiT NswaaTEmeenei eu, �..�,� 2 M nen,r.�� be vvFa TWi M bM1t oltV.c etln,rM edulnmrnl earl. DETAIL CABLE ATTACMENT (8) 4.' O.D. x If. Lang BushffW (8) If.' x 1 'L" — HCS w1Po Limited Thread 1 (8) 64 qt" C. Lang Cables Tap � Beam (2) Swing Beam Assemblies • E Ong Lap Swing _ (2) Double code Plates_ (2) Swing Seats p a (a) Labek — —1 (8) 14" x 1J.' 4 BHCS wJPin _ 0 '4 wJ' SAE O Finished /FFlat. Washers a Grade Y .n (4 Bumpers (8)641. (1z)'f," DETAIL DETAIL crown cap Protective Long I2) Double Nuts wl 1." Sudacing _ Cates (1HC3 •wJPin'" SAE Flet Oodle Plates tmaea mesa wtcshess (8) Rope Tab (16) % O.D. x sl,' (12) ga• x It." swivels. $ Long Bushings BHCS w1Pin (4) Smog Y` w! YM1" SAE (4) Cross Ann — Legs wfrabs Flat Washers Suppar8 -ng Seat Swings 210117 Oodles Swing, Double Sreet2of3 Document #26367500 Poured in Place Rubber Mulch Safety Surfacing Minimum of 3", but as required for fall heights of swings. Surfacing shall meet relevant ASTM standards including F-2223-10 See grading and Swing Footer per manufactures recommendations. sod plan for finish No concrete above bottom of rubber safety surfacing. dirt work. Stained Concrete Edge Med Broom Finish Welded Wire Fabric /Concrete Edge #4 Rebars Continuous 3" Compacted SB2 Compacted Earth Uncompacted ��I A C Swing Bay Section Landscape Structures Oodle, Buie Imp Hybrid Swing, or Approved Equal 6" Clean Crushed Rock Drained by pipe SURVEYED BY: City DRAWN BY: city CHECKED BY: City FILE NAME: W J J_ W W IL I— Z Q =<lz ULLQ AM July 8, 2022 HEEF. C23 RQIECr: Gulley Playgd/Ftn Lh N N O N N Q Note the two middle bays have a 9' height for the swings. Eight foot height not acceptable for middle bays. I i Note: Contractor is responsible for.ensurirgtflat playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 1 and ASTM F1951 Conceptual Rendering of Swings Gulley Parr. 1151382-41-01-04 • 02,23,2021 a- playground adventures )l La-dseaf::` 5lr,.r,:_u er-. II J"ls -=esi ,..c( Surfacing is not representative of this project. W J J w J J_ >CQ WQ 0 ~ z 0 �QWs U li Q Z ER W 0 Z W CL 0 c 0 U Cn 0 Z_ Cn July 8, 2022 1 C24 kOJECf: Gulley Ploygd/Ftn rn N L6 N N O N N N 3 m 3 Q N N O LL 3 v N N u7 O 00 C O U N C O U D) (n rn C_ 3 v 0 D) C O U T D) 3 c� d O N If) N N O N N D) to 3 m 3 Q Swing Basins = 4'xl O'xl.67'=66.8cf x .40=26.7cf x 4 basins = 106.8 cf of storage Ld LTHEO 0 EA9412F OF Non Compacted Earth Note slight slope downward to the north. Adjust infiltration basins as necessary. Perforated 6" Sh. 40 Pipe Solid 6" Pipe where pipe touches earth Section at Swings through infiltration Basin Use clay on top and around pipe as necessary to prevent water from scouring out around pipe. SURVEYED BY: City DRAWN BY: city CHECKED BY: City FILE NAME: Q. W J REVISED W J J_ W >CQ 0 H Z 0 �QWs UWQ z 0 U W N Z N Q m z 0 a H J LL z U) 0 z N July 8, 2022 C26 Gulley Playgd/Ftn rn 3 N N O 00 C O U N (n C O U N N C 3 v 0 D) C O U T N 3 c� 0_ O N L0 N N O N N D) to 3 m Q Poured in Place Rubber Mulch Safety Surfacing Minimum of 3.5", but as needed for fall heights of equipment. Surfacing shall meet relevant ASTM standards including F-2223-10 6" Drainge Pipe. See drainage plans. C r Concrete Boarder w/ #4 Rebars Continuous Stained Concrete Med Broom Finish a rrrrrrrrrr rrrrrrrrrrrrrr r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r \ rrrrrrr rrrrrrr \ \ \•i j/\rrrrrrr rrrrrrr /\\//\/\\�I \/r r r r r r r r r r r r r r I,• \ rrrrrrrrrrrrr \r r r r r r r r r r r r r r See grading, sod, and landscaping plans for finish dirt work. 1' - 0" 1 Varies R1/2" Deep a 4 ° • ° ° d a Compacted Earth Permeable Landscape Fabric Approx. Existing Grade Existing Trail Create Shallow Swale draining to existing pipe to north. Swale should be 6" to 8" deep in center, following existing grade. Non Compacted Earth ��\\��\\� Clean washed rock. Depth varies under safety surfacing. 4' wide Create 4'x10' infiltration basins as indicated. Insure they do not become filled with debris during construction. Section at Swings SW1-SW2 Note: Swing height in the middle bay is 9'. The other bays are to be treated as 8' as a minimum. If contractor adjusted the thinkness of the safety surface it must be done below grade so that the top of surface remains smooth and consistent. Pack the rock in in no more than 6" lifts. Use sandbags and/or other measures to keep storm water from flowing into clean rock before construction is complete. LPN�CgpF THEO 0 E w s�,2 lcol 9TF OF ARKP�� 38W minlmum � A Fall H p 10' 20" deep IRmtradian B R 6' / : SURVEYED BY: City DRAWN BY: City CHECKED BY: City FILE NAME: Q. W J V REVISED July 8, 2022 Location Detail - See Other Details/Plans C27 PROJECT: Gulley Playgd/Ftn Sawed contraction joint 1" deep Caulked with elastomeric compound 1/2" Asphaltic Expansion Joint Caulked with elastomeric compound 6x6 W2.9/W2.9 Welded Wire Mesh Panels (WWM) #4 Rebar along Edge < Thickness Varies < Thickness Varies #4 Rebar (18" min) smooth rebar w/ sock dowel 16" O.C. max, no more than 8" from edge of slab Sawcut Contraction Joint / Expansion Joint Note: All expansion joints, including sidewalks, receive the rebar dowels as specified above. LH N N O N N ul Q t U 0 N a� 0 LI Playground Equipment mounted per manufactures recommendations. Note: No concrete or hard surface can be above the bottom of the safety surfacing. Play eqiupment - Varies Footers - Varies Safety Surfacing - Varies Contractor to insure thickness meets required fall heights. -- Thickness Varies Clean Crushed Rock Packed Uncompacted Earth Footers and equipment per manufactures recommendations which shall meet relevant ASTM standards including F-1487-11 Playground Safety Surfacing & Footers \_ ,NDSCgp� �� U �L wTHEO 0 E CCA s 9412 9TF OF A0-P��P SURVEYED BY: city DRAWN BY: City CHECKED BY: City FILE NAME: co W W cc IIX 0 T cc a 0 CA as 0 0 U- 31 a� a� 0 0 V pN iz Y Ta a C �=m in in LL v J � Ne t 1� W J J_ W U) 0 ~ Z 0 )- Qy 0LL< DATE: SHEEP: C28 PROJECT: 3 N N u7 0 00 2 0 C) U N (n C O U .3 0 L O U T N 7 0 NO M Lh N N 0 N N Q Poured in Place Rubber Mulch Safety Surfacing Minimum of 2", but as needed for fall heights of equipment. Surfacing shall meet relevant ASTM standards including F-2223-10 6" Sch 40 PVC Ridged Perforated Drain Pipe 4" Perforated Soc/Drain Pipe Clean Compacted Rock Depth Varies Permeable Landscape Fabric Non Compacted Earth r r r r r r r r r r r r r r r r r r r r r r r rrrrrrr .-� •--� \r Compacted Earth 5" tall "Dam" THEO 0 E , JA s, sa12 �l� 9TF OF AR�P�� 1'-3" a v Compacted Earth Under Concrete Playground Containment Stained Concrete Edge - Med Broom Finish / Expansion Joint / #4 16" Smooth Rebars 24" O.0 5.5" Concrete - Medium Broom Finish aX /Welded Wire Fabric � a a a >- W J 4" of Compacted SB2 Compacted Earth/Structural Fill #4 Rebar Continous PD1-PD2 Section 0' 611 PVC Perforated Ridged Drain Pipe Note: The infiltration Basins in the playground surfacing areas are meant to allow rainwater to infiltrate into the ground as part of the required storm water requirements. During construction these areas as well as the rest of the playground surfacing areas must be protected from sediment build up. / 21' 11 4" 28.2 R 24' - 6" -11 1/4" Min Set center line of circle 8 1 e45 .20 1328' 1328.30 \ 15" O � ZQry op 1327.75 01-cm�� 1.1 C) O �a o. am � Vi \ too LO L� 21' Qa 411'0 e ushrooms 132 Landscape Structures We -Saw 54" fall height W J J W >CO 0 ~ z �Q� ULLQ July 8, 2022 MEET. C29 ROJECT: Gulley Playgd/Ftn See grading and sod plan for finish dirt work. Stained Concrete Edge - Med Broom Finish Poured in Place Rubber Mulch Safety Surfacing V - 3" #4 Rebars Continuous Minimum of 2", but as needed for fall heights of equipment. Surfacing shall meet relevant ASTM standards including F-2223-10 R 1 /2" rrrrrrrrrrrr rrr Slope 1.5' per 10' > ° \i��i��Yi, Compacted Earth Under Concrete Perforated Ridged 4" Sch 40 Drain Pipe to Basins. Keep off of bottom min 3" 8' circular infiltration basin Clean Crushed Rock Similar size rock, no fines. Compacted and leveled so stone does not displace when walked upon. Depth varies 5" to 12" Permeable Landscape Fabric Non Compacted Earth 6" Sch. 40 PVC perforated drainage pipe r j�� j� Trench depth vairies, slope 1 % min. r /-- - Set on min. 2" of clean bedding sand. Playground Safety Surfacing and Infiltration Basin Concrete: All concrete used in this work shall meet or exceed 4000psi at 28 days or higher standards if required by manufactures's recommendations. L 0 0 N U) 0 LL � %` THEO 1 ` JAI �fl y41L \ (ij 9TF OF AR6P Playground Equipment mounted per manufactures recommendations. Note: No concrete or hard surface can be above the bottom of the safety surfacing. N Play eqiupment - Varies - Varies fety Surfacing - Varies Contractor to insure thickness meets required fall heights. -'- Thickness Varies Clean Crushed Rock Packed Uncompacted Earth Footers and equipment per manufactures recommendations which shall meet relevant ASTM standards including F-1487-11 Playground Safety Surfacing & Footers city BY: city D BY: city Q W ►I CO J_ Q H W 0 0 Z U LL N Z M C� Q J a O (D-� C Ta a ao o> 4 � =o V1 0 N� V Ne L r July 8. 2022 C30 Gulley Playgd/Ftn Q U O `Cue to the custom nature of the product, all dimensions are approArnate. Aztual sizes may differ slightly. 1hemecrete' formula is a mixture with a Glass Fiber Reinforced Concrete (GFRQ base:. GFRC is a cement/ agg,regare slurry reinforced throughout with chopped ,glass fibers. Cement used is Type 1 Portland cement meeting the requirement of -the ,ASTM C 150. Sand used is washed silica sarxl passing a U.S. No.20 sieve, and c-onfornui_lg to ASTM C 144. GLass'Fibers used are alkali -resistant (AR) fiber specifically designed for use in concrete and chopped to 1 "-2" lengths. Thickness of the cast and built up surfaces and panels shall be a minimum of 518" and up, depending on the face configuration. Shall be galvanized steel `diamond lathe'; tied in place -with aiuiealed steel wire and reinforced with #3 or #4 steel reinforcing rods. Minimum physical properties shall be: 1500 pounds per square inch for tension and 5000 pounds per square inch for compression. themed ON EPT ` Set_ ng [rre standard In custom ermirurwroants strlm 1971. J - I 19,1 rn] li_a•- y 6' TFIk1I 11 C4 CLIMBER � Embossing Mortar and Cement Plaster is site mixed cernentlaggregate meeting the same criteria as GFRC, but ornitting the glass fibers; for filling the irregular voids between mold cast panels and/or special therned feature s. All rackivork and colored pairing construction shall be colored integrally and for colored with dust on color hardeners or acid stain surface coloring or concrete water based stain. 1. Integral Color: Shall be ` Chrornixa as nanufactured by L.M.. Scofield Co. Los Angeles, CA or egUal. 2. Dust: on color hardeners shall be @Lithochrome' Color Hardener by LAL Scofield Ca. Los Angeles, CA or equal. 3. Acid Stain: Shall be'Litho chronie" acid base stains as manufactured by L.M. Scofield Ca: Los Angeles, CA 4° modified exterior latex paints: As needed for final color highlighting equal to Sherwvin Williams outdoor concrete stain. S. All other special features- Shall be colored with owner approved materials submitted by specialty Contractor. E. Miscellaneous Special Materials: All features created by Spe cult} Contractor shall have drawings indicating materials to be used and shall be .submitted and approved by owner prior to construction. pfian= Realisbc mama tear dirnber with nubs Used as irtideperrdeMt cliMber or far deck access PartNG- UC-513 Weight 2 WO lbs Length: 9�' UseZ.one: fithemed CONCEPTS 17'�° x 2Q' t wwriedwneeQts-cam ages: 2-12 Height: 4T Width: 6w Category: U-CLlhiB 855-724-3270 Qthemed CONCEPTS Concrete Wedge Anchor Image Ito2:VINIto] 29 CONCRETE ANCHOR ..aq 1 < FORK POCKET/ a ANCHOR SPOT Q - d d' a. d. . CONCRETE SLAB p .4. d. p d. 4' ' 9 g d• a a. 'A o a Note that poured in place rubber mulch playground surfacing will be placed on concrete. See other details. Order footer for mounting on concrete surface. Cut existing concrete slab and pour new footer as needed. Insure there is positive drainage around the climber. Landscape Architect to approve Cow orientation in the field. Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Themed Concepts Cow and Calf Climber as displayed on this sheet or approved equal. For approved equals the size and materials should be similar. Provide information including drawings or photographs that clearly shows the size, materials, and aesthetics of proposed alternates. This Sheet Provided for Informational Purposes. UJI J REVISED w J J F- >CQ C) H Z 0 �Q� Uu-Q E U 3 0 U C31 Gulley Playgd/Ftn -•- Elan uiew with use zone. SI-5� f a 4' '*iL4 �!. R -e stageco,ac4 Travel off into an old west adventure with the Stagecoach, a life-sized concrete sculpt with award -winning detail. It's a perfect piece for imagiinative garne5, acti0r), or ju5t far looks - Color ��- h�latcr"al, Irnagacast Standard pi�tl.�rt3d, FinisI7,''Texture: Light s,�r�clk�las,t �lr�.t4l�tt ��ra.la�Yle. Anti -graffito; Acrylic sealer Full or partial 7'-e mosaic available. ForAges:.5_:L2 Colors inlay vary Estimated Users- 12 from pictures. Footing: Integral to part Highest [designated Play Surface_ 6'-o" Installation: Install using tWO (2) straps under part. zi' of wocdehips •c - EPDM surfacing and fill. a.x"ofpart mustheinstalled below top ofsurfaeing. wgigltscan vary u'pec5%ord(Jimensions: t inrl, Fart Name. F' r. t, . 4Y'eia�rrt: an C. Q U O 7r_0ir Note that poured in place rubber mulch playground surfacing will be placed on concrete. See other details. Order footer for mounting on concrete REMSM surface. Cut existing concrete slab and pour new footer as needed. Insure there is positive drainage around the stage coach. •C) Landscape Architect to approve Stage Coach orientation in the field. oN � Note: Contractor is responsible for ensuring that playground safety �a � 00 = m 9 surfacing and playequipment is installed to meet all relevant "T ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM N� F2373 and ASTM F1951 UPC Parks Stage Coach as displayed on this sheet or approved equal. For approved equals the size and materials should be similar. Provide information including drawings or photographs LW< that clearly shows the size, materials, and aesthetics of 0 proposed alternates. u U lai Q q1FL& C32 This Sheet Provided for Informational Purposes.° I Gulley Playgd/Ftn rn 12 Lri N N O N N N 3 m 7 Q Note: Contractor is to ensure that playground safety surfacing and playequipment is installed to all relevant Existing Playground Slab > / / / / / / ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Existing Concrete Surface To be Cleaned and Stained ;/ ;/ iiiiii 6' Infiltration Basin CD —620 sf of Fall Surface U' 5 Benchs NEW AGE NEW OW CU ER I Contractor to set exact layout of fall surface in the field. ReplacedXCnection alk Note: if a larger area of concrete is cut out requiring pouring new / concrete to form the safety surfacing shape, use dowels on 30" center z 3 to tie new concrete to old. Use a cold joint for connection. Note: Benches locations on drawings are approximate. Final location to be approved in field by Landscape Architect or Engineer. Safety Fall Surfacing 2" min or as needed to meet fall heights Existing Concrete Pad / Base Adjust / Add Clean Compacted Rock as Needed but to a minimum of 4" depth below safety surfacing. �PND ^CAIcF w LJAI' E � 2F Nz OF z � J o m a a Cc J Q H Q a z ULJ >- Q a ►! a C: DY w � z � Q J o a 0 o z >- N J W a O U ON N 0 a � 0= =m p�m I1� July 8, 2022 S,M: C33 Gulley Playgd/Ftn Existing Deck to be stained Existing Concrete Deck Poured in Place Rubber Mulch Safety Surfacing Minimum of 2", but as needed for fall heights of equipment. Cut or New Poured Edge / Surfacing shall meet relevant ASTM standards including F-2223-10 / Surfacing shall meet relevant ASTM standards including F-2223-10 < FlusTi > rrrr rrrrrrrrrrr�_ rrr rrrrrrrrrr rr�� r r r r r y10 rrr rrrrrrrrr rrrrr —�113 r Spe 1" per 10 >-rrrrr`� r r rrrrr� r Clean Crushed Rock Similar size rock, no fines. Compacted and leveled so stone does not displace when walked upon. r rrr rrrrrrr 'j\\j\\j\\j\\j\ r frrr r� 6' circular infiltration basin Install play equipment (Cow & Stage) base per manufactures recommendations insuring that the top of the playground safety surface is located at the proper location on the equipment. Remove concrete deck and material under deck as needed for equipment, new clean rock, infiltration basin and safety surfacing. ■■■■■■IIIIIIIIIIIIIIIIIIIIII I Section SS 1 - SS 1 B Existing Playground Slab Modifications for Equipment and Safety Surfacing Catch Basins: Provide Plastic Catch Basins equal to NDS 1200 series for catch basins shown for site and two NDS 1800 series catch basins or approved equal. Note 1800 catch basins need the reinforced top. Use Use 1211 Polyolefin Grate for 12" basins. 6" of soil must be above drainage pipes and use Catch Basin Risers if needed and other fittings as required. rul I _r_ . . 1 U O N 12 ,. a� 1200BL KIT 12COGRKIT 12O0KITDISP 1200 1203 1204 12" x 12" Catch Bruin Kit 12" x 12" Catch Basin Kit. 12"' x 12" Catch Basin Kits in Display Box 12"' x 12" Catch Basin, 2 Openings 12"' x 12" Catch Basin, 3 Openings 12"' x 12" Catch Basin, 4 Openings Black Grate 4 7.59 Green Grate 4 7.59 Blk/Grn Grates �7.59 Black 4.25 Black 3.75 Black 4 3.75 1OND 10ND 1OND 1OND 1OND 1OND Requires eb e r #1206, #1242, #1243, 41245, 41266 or *1889 UaNersal Outlet t-o connect pips to Iba-: i7 (see page 35). Bottom cutout can be removed. 12" x 12" Tapered Catch (Basin. Polypropylene, Kits include 2--opening Catch Basin, Grate, Screws, 2 Outlets and 1 Plug. DISP includes d kits with black grates and 4 green I = �pNDI pF w,r 9TFTHEOE J9 412 OF ARKP, _, ao cc 0 a a cn J C z w C� Q >, o � o a' r � y 'X Q w a w J J >� w< LL�Z 0 U IL < C34 Gulley Playgd/Ftn a 00 r? u7 N N O N N ul rn Q CHARACTERISTICS Dyco 9050 Pool Deck Waterborne Acyclic Stain is specifically for- mulated for use on Pahl Deck surfaces with a low sheen and hard protective finish- May be applied to old deck paints if firmly bonded to the deck surface- Self printing when applied to bare concrete pool deck surfaces. Easy to use and cleans up with soap and wane water - RECOMMENDED USES • Hew Concrete Pool or Patio Decks • Previously Painted Pool or Patio Decks • New Kool Deck Surfaces. FEATURES/BENEFITS • Adheres to Bare or Painted Concrete Surfaces • Select from Light to Mid -Range Colors • Fast Drying and Easy to .Apply • Re sists Cracki rig and Reeling, • Resists Mildewy • Resists Fading • Easy Soap and Water Clean tip RECOMMENDED PRIMERS • Previously Painted Decks - #9040 SPECIAL NOTES Existing painted surfaces must be cleaned and de -gassed. Not recommended for woad decks or vehicular traffic - SLIPPERY WHEN WET QYC9050 TECHNICAL DATA Vehicle Type ...................... Waterborne Acrylic Finish/Sheen --. _-. ---. ---. -._.. Lowy Solids by weight ---------------- 42% Solids by Volume............... 30% Viscosity ........................... 70 d: 2 KU VOC P..o. p..•.. : ------------- 50 g/L- Weight per Gallon-------------- 10-2 Ibs/gal_ COVERAGE 175-225 S.F/Gal. @ 4 mils Wet; 1.0 mil DFT (Actual coverage may vary depending on type of substrate and appileation method.) COLOR • 9050 Tint Base - Light and Medium Colors KEY AIMBUTES AppGcatbon Temperatures_ 50 - 110 °F (10 - 43-33 °C) Applicabon Tools: Roller or Airless Dry Tunes: Touch - 1 Hour: Recoat - 2 Hours (Dry Tlme Based on 77 °F (25'C), 5M Relative Humldrty) Thinner: Water Reducible Clean Up: Warm Soapy water If the surface to be coated is exposed to water from rain, sprin- klers, pools or by other means or if the surface is an inclined Add Grit for Slip Resistance. plane, such as a ramp or if concrete steps are being, coated. Dyco recommends mixing SKID GARD #i45 at 0.2lbs per gallon. If SKID GARD ,45 is not available, see your paint specialist for a recornmen lation of a suitable aggregate to be used at 0-2lbs per gal lion. FOR ADDITIONAL INFORMATION See 5DS or caiI tall -free 1-SCC}282 101. Install per manufacture's recommendations Color to be chosen by LA from standard colors Sun Paints & Coatings..' Dyco Paints - 5850 Ulmerton Road - Clearwater, FL 33160 G-20 MADE IN USA Phone: 1.800-282.7901 • Facsimile: 727.536.0561 • www.SunPaint3AndCoatings.com R-1 Existing Play Equipment Slab Stain or Approved Equal < Landscape Structures Nook or Approved Equal < 16" Diameter Play Dots < 20" Diameter Play Dots Note: Contractor is to ensure that playground safety surfacing and playequipment is installed to all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Tot Play Area Information See other details for dimensions of space W J J_ W WQ LL�z 0 ULLL< L% 8, 2022 C35 Gulley Playgd/Ftn Play Dots 16 & 20 diameters Safety Surfacing - See Details Landscape Structures Nook or Prior Approved Equal fall zone must fit in space Area of poured in place rubber mulch safety surfacing. Depth is minimum of 2" but more if needed for fall heights. Egg Sculpture - Provided by Owner to be mounted by Contractor < Score Pattern on Concrete with stain Note: Play Dots are colored rubber surfacing (min 7 different colors) that become integral and flush to the rubber mulch surfacing. See sheet titled "Bonded Rubber Mulch Playground Surfacing " for additional information and requirements. t fit;! �s m� M DRAWING UPDATED ON 9/27/2022 O ca 0) O L O 4—j U rO V W J 0 W J J W>U) Q Liz 0LU �Qry 0LL.Q 0 m Cn 0 a _ N cc EL 0 July 8, 2022 C36 PROJE . Gulley Playgd/Ftn d r� N N O N N D) 3 rn 3 Q Nook Model # 223856 www.playlsi.com Looking for farm themed piece. 20'_1" z � INSIDE: 223856 ` \ WINDOW SWART PLAY MIFd-??—R NOOK \ / 223856 5 2 "n1 SMART PLAII40M 23m 6-23 ALPFiPIlEf TABLE PANEL NUMBERS W/�E i 9l�l0 PANEL BELLS 4 to _ _ USI�TES BALACE RAIL ,- PANEL jjrrI \ SIDE I,' 1 LIM6Eit 1 a — 2" FRUIT aAs FRoIh�IER$ PAMELPAffirT DOORBELL SLIDER FLOWERS FRONT FANt-L BALMCE RAIL fLOWER LEAF I INN FLQWER MARBLES � A2503 WELCOME SrA Smart ROLY9, (6-23 months) Max Fall Height, 7 inches 209 .` 15.4M2 '60cm e Kompan Chicken Farm & Horse Carriage Model # MSC542600 Visit www.kompan.co.uk for more information Note: Contractor is responsible for ensuring that playground safety surfacing and playequipment is installed to meet all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487, ASTM F2373 and ASTM F1951 Egg NTS - Approximately 2' Tall (Above surfacing) Orientation approved in in field by LA or Engineer Hatching Egg - Provided by Owner Set height of Egg so that the safety surfacing is at Safety Surfacing Min 1.5" the correct location on Egg but as needed for fall base height. Direct Burial Base d °d 6" or more Clean Crushed c Rock Packed Earth Hatch Egg Sculpture Landscape Structures Nook, Little Tikes Playhouse, Adventure Play Cottage Playhouse, or Approved Equal M SC542600 `100cm •' 166CM 18.2m' co THEO 0 E Ld Al y 9412 l� P 9TF OF ARC' EYED BY: city N BY: city KED BY: city NAME: cc W J J REVISED W J J_ F- WCQ 0 ~ Z 0 FQ� ULLQ J_ Q F— W 0 LU 0 Z Q H Z LU a_ S Ot LU Q J a LU oc 0 July 8, 2022 C37 Gulley Playgd/Ftn 3 N N O 00 C 0 L) U aI (n O U N to N C .3 c 0 U T a� 0 t U O N 0 0 t� t k RA � 1 I '' DuMar Product Inform ction - MODEL NUMBERSAND PR;CES 160-60 6' CAST BENCH, STEEL SEAT 266lbs 160-80 8' CAST BENCH, STEEL SEAT 314lbs 160 ARMREST OPTIONAL CENTER ARMREST 181bs For pricing please register HERE. If you have already registered) login H OPTIONS GameTme® @L., CORE Series 100 is a classic. With traditional slats and a sleek armrest, its the perfect complement to any park or street. A perennial favorite throughout the world, this Is going to be your new favorite place to rest and relax. Sitescapes Westport w/ Street Loop Ends is an approved equal. *Miracle OUR PRODUCTS 6' metal Park Bench - All benchs must be of the same style/manufaacture. 6' Covington Bench with Black - Powerder Coat - Surface Mount per Manufacture's recommendations. Back/Arms — slat — Portable/Surface Mount Benches must be new. Cut bolts so no more than two threads are .,i_ exposed above nut. Paint bolts and nuts black. i1r109 These three benches are approved equals. Covington Bench with Back/Arrns - Slat Note some locations to be approved in the field. ' Poirtablo/Su0&ce Mount quantity • Use benches shown or prior approved equal. 44� This Sheet Provided for Informational purposes to show design intent and set standard for equipment. Pimar • 3"M Series 100 Bench, Vertical Slat Features and Benefits: • Available in *w 6' and 8' lengths • Choose from horizontal or vertical slat design • Durable powder -coat finish Gametime am Model; 5105 Limited Lifetime Warranty on uprights, hardware and connections. Visit gamatime.cam/warranty for full warranty information MARKETS PLANNING ABOUT US CALLERIES Miracle W J In LU 2 U Z W on v U ;o (D r xQ T o. am � o- xm Vi m Lno U)L, n 8, 2022 C38 Gulley Playgd/Ftn d Ln N N 0 N N Q • Cover protects inner pants of the grill. from the elements to prolong grill life • Fire grate allows better draft LuntFol and keeps the fire off of the bottom of the firebox to prolong gtrifl life • roan draft vents for heat and. smoke control • Fire and cooking grates .are permanently attached to the firebox but tips up for easy cleaning ■ Public use -type grips of coiled steel bar "Deft -proof base attachment * Full 36W rotation for draft control Utility shelf included • Quality construction throughout AVAIL, CrPT10Ai5 Pnrta1+4C 4',1161er Anse Pax tabk DiskDolt-dcF%-n Haw platc Base l3a covered Perk Grill with utility Grill Model. No. 136-1025 SPEC11FI ATIONS-, e Is a ?Ia13r1025 is I9-1/7 x 41-1/2` x 16-1/22' high has a coaldw area Ln exom of 5W s41. In. ■Grill is Pippomed by a 31/2" O,D,. 44r bng. OM pipe kq parmanant InstaWlpn In concrete Footing imEdm of firebox and cover wtlit:h ow" arc stiffened with a . All edp caviiectivrrs are enttelyr welded. CcwF of 14 gauge sfw� metal is rebiforced with 11 gas a steel and panels Rrobox is faa6rieated from 10 ego Steel pWe with. 11 owige s[M end pwwb. Cover mid firebox cordeln 4 sots d vurt latkxn tales with adjustable steel went cows. *C4%w is secured to the firebm by two hkxps dessgrtcd tc etludrole finger pinch points between the corer and the f vbax. A bracket despaedwfih a salety stop hokis the cover ow to vrewm wciden l ekwnlp, •Cooking grate is constnxted Amb a one-piece, formed peAmMer har and grate bars cf 1/2' dta. A-36 steel bat Cmling grate tips hack to provde aceem to the lke grate For fhv buikhng and ash remo al_ +Fire grate Is ounshmxled A!th a one-plece, formed perkmiier bar and ileate bars of 1/2` dla. A-36 steel. bau f um flrebart Two steel retalrxer bars paver removal of 9raia Ward allow wate to be upped verwAk wtth hwk deed otte hook for easy ash r4?rr4M 8 thinpiLgh dean -%A hWb. * Cow and grate handies rice mica nLud from 51W dia, A-36 steel 'bar .aryl provided u4h a stmbstantlaf sprk g U* handie sutable for use by the ptbk made karn 1/T x 1/27 steel flat bw ;not %ire tprEV1. *A base attechmirrlt me hmis+n corsbucted ham 3/16' steel pLate is dwfllwoof antl lave con&rm xa rotation in. etther direalon. 4,Erlth unit h ilntrhod in high tetrtlxmMure. heat reiislartt.. no-nio do black erwinut. -b blan dwd: lncklldes one 3/16 x 9" x 19-1 /4 steel W Me Low tlhlrlf SOVI S-Md: boli-&y nt tape plate bane. 009*ienalr porlable dire base "M ain pertabl* c u4*.Arsr -rh4a Park aIl'f_td Faciiftlas Catalcpg 220 Congress Par-i< Dr. &215 Delray Neat 's,, Fl. 33445 wwwww.thepar-kcatralou Ph: 800-6195-.3503 49 3.A 41 3�6 25112 I-•+- 26114 H O%% 1i91TIH DRAT ES AND ASH DOOR IN CL€MING f TI ON I 26 la 8 114 k I 34 114 17 DLA_ MINIMUM 201 1F,? 14 T .' 16 TJtB e' i f el I ALL DIMEN5FMS 14 WHES d R,/dWN BY IA WM rive ar _: COVERED PAW [;WlUE %M" BASE NC40ft. Cmllalc,y 220 miss ?ark 0r_ OATE 10-20-08 Dena" IUEh FL 33445 © WG b1f] Al-1 46 Barbecue Pit Location At the existing pavilion old barbecue pits have been removed. Install one new barbecue pit on the south west corner on the slab at existing pavilion. Insure pit is solidly mounted. Use models specified or pre -approved equal. Surface mount. After installation, cook a round of ' • burgers/hot dogs to make sure they are functional. 4 W J 0 H a LU U LU m m I RVASM I W J J_ W Cn Q L 0—z 0 }W� UIaJ_Q I July 8, 2022 1 C39 PROJECT: Gulley Playgd/Ftn Trash Cans Surface Mount -Install Per Manufacture's Recommendation Color and finish to match benches. Du Mar 157-22-T10 or Gametime Series 1000 Solid Top or approved equal. All trash cans shall be of the same manufacture and new. (GaMeTimme) n I-' LP, C017E —, -v Pure, clean lines with rolled edges present a beautiful and polished style to any seating) area. Features our premium, powder -coated finish for max imu m durability. Series 1000 Receptacle, Solid Top Features and Benefits.: a Linear design with rolled edges fora polished look ! Durable steel materials and premium powder -coated finish • Available in a full range of colors Model: 51005 Limited Lifetime barranty on uprights, hardware and connections- Visit gametimte.com/warranty for full warranty information ue•.Igniaware-wlttNtag plaItgtoutds LenffleilInslaIWrrWtwork GarneTlme tralrea complies won Asim staroams before It s1r"3 2nq 9. ir tar Gamellme playgrtrunds. leaves the facbxy. t U O N 0 L, 1/ CA SR 1/+' % I Sn Dw+ 22OAL pulfft MI RfR WF114r s I" SSIL Sr H7 W SCR W/ WGRO s LMK rut 1/s'XS slt IN 19 s/4, 4 1/+" IrBI. 9L PIR F-E 23 3i+• i _ n jt6 a ucacR ro.>: 4DTES: ( 5-9AQU ? 1.} ALL STL_ MEMBERS COATED W/ ZINC RICH EPDXY THEN -IN -En W/ POLYESTER POWDER COATING. 2j 1/2" X 3 3/4' EXPANSION ANCHOR BOLTS PROVIDED, 3.) LATCH PROVIDED W/ KEY, USE OF KEY OPTIONAL, # WALE . NONE m r EDu Mor, inc. DATE M. — — 1141E gININa : , I i 13 P.O. Box 142 KffllnLoun, PA 17058-0142 REV. Bf RECEPIACLE -4UWNG MINER 157-22-FTO t CF 2 W 0 a Q Q z � a a % U Uj a Cl) J y = Q � c) Q z Q J a REVISED C) 0 Ta � a o_ m o- 4 x> vit �o V� Ne I July 8. 2022 C40 Gulley Playgd/Ftn Ping Pong /Table Tennis Table Surface Mount - Assemble and Install Per Manufacture's Recommendations Colors to be choosen from standard colors available Cornilleou Park Outdoor model or approved equal. cornilleou FRANCF e PARK OUTOOOR N Tables location to be approved by Landscape Architect/Engineer before mounting N Chess Table and Chairs Surface Mount - Assemble and Install Per Manufacture's Recommendations Insure table is installed at proper orintation for chess play. Concrete Classics Iron Base Table and 4' World Fair Benches or approved equal HOME ABOUT US TABLES BENCHES PLANTERS SHIPPING INSTALLATION CONTACT US Iron Base Table ReturntaTablas (Item #710) tm+ My Cart (0 items) 1939 World's Fair Style Game Table, Ductile Iron Base with Cast stone Chess Table Top. This companion table to the World's Fair bench series adds an elegant touch to any garden or park setting. The table can be placed directly on any stable flat surface and has the option of anchoring through the feet. Use 2 of the armless World's Fair benches as the seating, typically 4' long benches are used, allowing for an observer as well as the player. Size: 32" L x 32" W x 29" H, 450 Ibs F C— O O , N � 0 Q) o^ Ta � a am o> V Vi 0 a In 0 N V Ne I C3 11711 Ld J J_ >� W LL~Z 0LLI a� U LL Q P►� 8, 2022 C41 Gulley Playgd/Ftn O L0 N N O N N N 3 m 3 Q U 0 N 0 lob., % ri 9 P hysi ca I' Properties 1 id,oqreen PLYj conausts of themul berried (clmed-crlleM emsi-linked) Fttyettnaiene ftwn WM. This femur c&y s Rom product "dues and torytain5 no canna hams. "w ploy is Ieged tad on -1cro ological re5lS et-D oma thMrq caid;itrnn, ards,� TN- pnr i durakylrry of P€X n' ,,1 r1r5 mri n uni TechnicaI SpeCifiCaticins l irkne-s ai I Idea iu _ I. k ad 1A6 in Kn5 Per unit area 6610111' Crri" 1`441 Hp9k (Hmd Injury Craerim — IWO 4.27 h A5TM F 129� 1h eimal co(Kia L i,iiyA LAV3 n3 sT1 ^rtcF k9M C 177 ontifrq T'h£Irnlal resistance Ilt- ahm) 4ZW-l-rA"7F&TU ISTFA C I? I 0 HIGHLAND PRODUCT SPECIFICATIONS 2 BLADE COMBINATION Grass Fibers: W-Blade in Field/Olive, Diamond Blade in Field/Lime, with tan/green Thatch Grass Yam Denier: 14,400total Pile Height: 1 1/2- tall GrassYam FaceWeight: 48 Wsy Tufting Gauge: 3/8 inch Processing: USA Primary Backing: UV stabilized, multi -layer woven polypropylene - grab tear strength guaranteed) Reinforcement Coating: 20 oz/sy of high-grade polyurethane Drainage Rates: 40 inches per hour - guaranteed) Melting Point: Over 220°F - guaranteed!* Water, Heat And Frost Resistant Yes - guaranteed!* Standard Roll Sire: 15 feet wide by 100 feet long Recommended Infill: Approximately pounds per square foot for landscaping use Recommended Applications: Moderate /High Traffic, Playgrounds, Pets, Commercial Four primary colors fora natural blend: 2 W-Blade in Field/011ve Colors: 2 Diamond Blade in Lime/Hunter 2 Thatch yarn - Fresh Green and Tan lndustry leading, 15 Year Limited ManufactureCs Warranty - WarraY' guaranteed workmanship, UV stability, water/heat/frost resistance, grab -tear strength, drainage, grassyam melt paints and chetniical and environmental regulations.* Environmental: Meets EN71-3 (European Toy Standard) and EPA/ RCRA regulations for toxic waste and heavy -metals • guaranteed!* Surfacing for Bag Toss Area Synthetic Grass. Surfacing to include padding. Products shown on this sheet and Miracle Play Terrain Synthetic Turf, and any prior approved equals. Note transition from artificial turf to surrounding concrete shall be flush to accommodate wheelchair use. Installed per manufacture's recommendations. Turf infill to be included. 15 Year Limited Warranty cc Q Q. J 0 W J J_ >CQ WQ CO 0 ~ Z 7 }LUY F Q ULLQ July 8, 2022 C42 Gulley Playgd/Ftn NoFault or Gametime Impax Bonded Rubber single layer or approved equal. https://www.gametime.com/playground-surfacing/recycled-bonded-rubber Note: Contractor is to ensure that playground safety surfacing is installed to all relevant ASTM/CPSI Standards including ASTM F1292, ASTM F1487 and ASTM F1951. Safety surfacing for playground equipment areas shall be poured in place Bonded Rubber Mulch suitable for an outdoor accessible public playground . Note that minimum thickness are called out in the drawings, but some areas will require greater depths to meet fall height requirements. The contractor is responsible for insuring that the proper depth of safety surfacing is installed to meet or exceed fall height and other safety requirements. The contractor is responsible for testing and certification of the safety surfacing after installation per requirements and methods outlined in ASTM F1292 and ASTM F1951. Surfacing connections to other accessible surfaces shall be flush to accommodate wheelchair use. Installed per manufacture's recommendations including compacted stone base. Contractor to provide a repair kit including additional rubber mulch for repairs. Mulch coloring expected to be a blend or mixed colors for play equipment areas with the exception of the tot area. Note the surfacing on the west side of the pavilion at the Tot Area has a circle pattern that will be incorporated into the two color areas of the surfacing as indicated by the drawings. Contractor to provide a mock up for one circle to show preferred method for approval by the LA/Engineer. EPDM rubber granules may be used for the circles if that produces a strong finished product. GZ IMPA,. Rtcycled Bonded Rubber Surfacing Black BONDED RUBBER COLOR CHART Brown Cypress W J J_ W >CQ 0 ~ Z 0 }W� UIaiQ July 8, 2022 SHEET: C43 PRO IECT: Gulley Playgd/Ftn N N O N N 3 m 3 U 0 N s= (D U) I° Tie in Point for Fountain Water > Conceptual Alignment of Path > TONCRETE CIRCLE 1-1 NTERLINE OF CIRCLE / FLUSH CONNECTION XIMUM SLOPE DOES NOT EXCEED 4.9% < Note: TIE IN FOR WATER FOR FOUNTAIN IS IN THIS AREA. L UNDER WALK WILL BE NEEDED IN THIS AREA - USE SOIL FROM PLAYGROUND EXCAVATION INCREASE DEPTH OF BASE ROCK FROM 4" TO 6" AT AREA OF FILL 20'JOINT OF 18" HPDE BLACK CORRUGATED DRAINAGE PIPE ELEVATION SET IN FIELD. INSURE GRADING ALLOWS POSITIVE DRAINAGE TWO EXPANSION JOINTS IN THIS STRETCH LOCATED IN FIELD. PATH ALIGNMENT SET IN THE FIELD AND APPROVED BY LA OR ENGINEER SEE CROSS SECTION THIS SHEET FOR ADDITIONAL INFORMATION .8'WIDE CONCRETE CONNECTING WALK MATCH BROOM FINISH AND JOINT PATTERN ON OTHER 8' WIDE WALKS IN PARK. NEW CIRCLE AT TIE IN TO WALK AT FOUNTAIN SIMILAR TO EXISTING 8' WIDE WALKS AT THE SET TOP OF WALK GENERALLY 2" MINIMUM ABOVE EXIStN ELEVATIONS TO INSURE POSITIVE DRAINAGE. ADD DIRT TO EDGE FOR SMOOTH TRANSITION BACK TO GRADE. < Pipe View from Old Wire Side at Existing Walk Circle Note 36" Existing Water Line shown on grading sheets. Also note four 3" PVC sleeves are to be installed under 8' walk for future work. See grading sheets for additional information. 8'- o° NEW CIRCLE AT TIE IN TO WALK AT FOUNTAIN ­7:� Rs- -o° MATCH COLOR AND DESIGN OF EXISTING SCALED DOWN TO SMALLER SIZE OF WALK GENERALLY Y-2" MIN. ABOVE EXISTING ELEVATIONS t \ ® \ 0' 8' 16' 24' \ \510-7 DOWEL TO EXISTING CONCRETE, EXPANSION JOINT i AT ALL THREE CIRCLES. Y EXISTING CONCRETE CIRCLE BY BRIDGE TIE IN ON CENTERLINE OF CIRCLE Additional Layout and Information for Connecting Walk THEO�tE � JAW' A, 9412 \1 Nz 9TF OF c co 3 v 0 n �E 0 0 o � E Da) 52 W O J Cc O a a a = Z >. Q U W a w J y z O Z Q U Q BO O Q a REVISED W J J_ W >CQ 0 H Z 0 F < 2 0LL< July 8, 2022 C44 Gulley Playgd/Ftn r7 L0 N N O N N to 3 m 3 Q �J 'r, 4 V-W/ Old Wire Parking Lot 3 castings arrayed eca 1:3 19. 875" bait down �,dee NOTES: 1. Material: cast Iron 2. Finish: natural ti 3. 1 place, total thickness; $4" 7 TDA7►} i /e 1L+ 2104 SW 152nd St. /4 TEL 206.271i,0645 4. Fits; Iran Aga Aram & IRO AG Burien. WA 98166 FAX 206.257.0315 30M1111ZO O www.Ironagagratas. com5- NO Openings }.12" 6. Due to casting Ineon slstencles. Tulie 12" x 20" Trench Grate all dimensions are nominal. drsww ayi co drawing no. TUL,1.12x20 Zo: 2/0t/in C 2010 Iron Age Designs Or Approved Equal Expansion joint at old concrete ITrench Drain - See Detail / Cross Slope 1.59/b I \ / I Old Wire Parking Lot 5 L \J #4 Rebar 3" from edge in center of ncrete, both sides Cut Curb and create flush s ew Ik connnection 5' wide Sidewalk. 5.5" Thick Approximately 60 linear feet of walk. Broom Finish to Match Walking Path Use four,12" long, #4 rebar Bowls to tie into exsiting concrete, both ends Layout is approximate and will be approved by landscape architect in the field. Use signage and barracades as needed to protect work and public Plan work to effect this area as short a time as reasonably possible a r J Connectivity Sidewalk from Old Wire Parking Lot to Existing Walking Path Drawing not to scale _" Avoid water valve. � ' Flush Connection Expansion joint at old Existing Walking Path Ex. Utility Pedestal Or pp Fe i Js Grate is Iron Age "Tulie" Patten - Cast Ductile Iron - Raw Finish or approved equal Three 12"x20" Plates - Adjust width of 5' wide sidewalk to match exactly. Use manufactures mounting foundation. Grate Covering must be mounted flush. Modify interface with Concrete as needed and based on manufactures recommendations. Grate must be securely fastened to trench. Four #3 Rebars for strength Two #4 Rebars on Edge of Concrete Under Trench \ /Compacted Subgrade No S132 under this walk Trench to be loc at low point of s,.._. 1 VVV rrT 1\G UclIa Trench and Grate Detail Not To Scale c' THEO Li JA 1 `�,' s, 9 qV 'S 9TF OF AR�P�� EYED BY: City N BY: city KED BY: city NAME: cc C C W J C J C, C r U) a REVISED W J J_ W >CQ 0 H Z 0 �Q� UL�Q ATE July 8, 2022 MEET: C45 RDJECT: Gulley Playgd/Ftn 3 N N If') O 00 C 0 U N (n C 0 U .3 0 L S_ U T N 7 (D 0_ r M Ln N (N O N N Q Fence etal"I 8" Metal Plate with laser cut graphics. Weld Plate to Pickets. 34 approximately 14"x20" Plates Needed. There are two areas with fence. One by the swings, and the second by the rain garden at Township Parking Lot Total Length is 270 linear feet. Approximate Fence Location at Township Parking Lot Layout to be determine in the field' Expected fence length is 100 linear feet: Approximate Fence Location at Playground Expected fence length is 164 linear feet ,,/- �_p,NDSICAp�, THEO 0 E , JA l A 9412 \� P 9TF OF G RVrh�7YY A R 90 lL5~ 1! 34 134' !21 5 13 i5 s� ati 4 T W J J_ W >CQ 0 H Z 0 �Q� ULL.Q AM July 8, 2022 MEET: C46 ftwwr.. Gulley Playgd/Ftn LO Li N N O N N N 3 m 3 Q N N O LL L0 N N O N N m 3 m 3 Q SURVEYED BY: City DRAWN B'(: City Approximate location of activation device CHECKED 1'1*. city FlLE IM E� Coordinate location of benches � a o 3: a z � � m t and Exit for Labyrinth - Owner will provide paper Q a J tem a for sandblasting Arrows in Concrete Deck a y N W o a J y Q ' ti Boulders Q o 8' o z �6' Z a o Drain 4 Jet Locati n 31 Jets total R`_°SED o LN Radius 19' - "This is high point for slope - No Jets O' 4' 8' 16' —6' Outer Ra i s 14' - 0" 6 Jets on this radius pointing slightly inward to center �o R2' Middle ius 8' - 0" 16 Jets on this radius =n 8' Inner a ius 4' - 0" 8 Jets on this radius o m Cen 1 Jet = N m R 1911 1 '-8" 0 T No 10'-0" Radius 6" NU. Radius 19'-8" C3 Labrinth - Sandblasted 2" e - Stained - See blowup for layout 20" Typical OC W J J_ >� WQ H 20'-0" o~z / Radius 1' -10" �Q� U LL Q �pNDSCgpc, ID ,1 � y THE O 0 E 0 DATE Ld JA Maros 17. 2021 SHEEP: 91112 o, F29TF OF AR�P��P PROJECT: GULLEY PARK 3 N N O 00 2 0 C) U N V) I= 0 U V) .3 0 0 O U T 0 d r Ln N N O N N Q O Fountain equipment vault location 4' 8' 16' %INTE 0; " "ENGHQE' ,yJ No.1,�R4 ;_EW D . GP1 6' Sittin oulders set bef concrete pour. $► Keep rebars in from jets and drains • 28'-9" Expansion Joint See Detail Drainb(4) #3 Epoxy Co t d Rebars on 20" min. Grid Keep reb rs in from jets, piping, and drains • dju e necessary for plumbing • FD2 Fountain Deck / Walk Deck Detail Mount Fountain Equipment Per Manufacture's Requirements Modify Rebar layout if needed to accommodate equipment #3 Rebars on 32" Grid Keep rebar grid 4" min from bench bases. � and 2.5" min from edges. Plumbing under slab not shown. Contractor responsible for routing Q following best practices, manufacture's recommendations, and all North relevant codes and ordinances. Contractor to provide installation / construction drawings for fountain equipment, plumbing, and layout stamped by a properly licensed Arkansas Engineer. LPND THEOVO E w// e� rr Al � 9412 \1 P 9TF OF AFt�P�� REVISED W J J_ W WCQ 0 H Z 0 �Qs ULLQ July 8, 2022 F3 Gulley Playgd/Ftn 3 N N u7 O 00 0 U N 0 U N !n N C .3 0 0 0 U T N 7 d O Ln N N O N N Q Contractor to size controller box(s) so that it is large enough to easily work on valves and other elements. Approximately 135 if to water tie in point. Tie in Pipe is 3" Sch 40 PVC. Run 3" Sch 40 to Fountain. Orient box(s) perpendicular to center point of fountain Use minimum of Schedule 40 PVC pipe for runs from valve box to valves. Size pipe so water velocity in pipes does not exceed 7 feet per second or less if need for pressure. Minimum pipe size shall be 1". 0' 4' 8' 161 Jet and Valve Relationship Diagram Power for controller and valves to be run from Restroom by contractor. Electrical work to be done by properly licensed electrician. �PND ^CgAF G' THEOVOiE Li A < Sitting Boulders 1 Jet on one valve 2 Jets on one valve 3 Jets on one valve 19 valves minimum. System / controller must be capable of creating/programming dynamic patterns. Contractor will provide a minimum of three patterns a minimum of 2 minutes long each. Each valve or valve group shall be programmable by itself. I REVISED I W J J_ W >CQ 0 ~ Z 0 �Q� ULLQ July 8, 2022 R Gulley Playgd/Ftn Approximate location of activation device d O to L0 N N O N N D) to 3 m 3 Q ,abyrinth - Owner will provide paper lasting Arrows in Concrete Deck 31 Jets total " Lines - Stained Black swings for center location ►lowup for layout LPN�CgpF THEO 0 E w 9412 \ P 9TF OF cc CL W J J 51 Q) REVISED 0 4- cc E L ,` n ca 0 c� J 0 �0� 0 _� T a � a —0 0..! o= 9 �xm 0Nm T N U. N� 0� W J J_ W >CQ 0 ~ Z 0 �Qs UL�Q DATE July 8. 2022 F5 Gulley Playgd/Ftn L6 N N O N N N 3 m 3 Q U 0 N t° Fountain Area Deck - Minimum 6" 4000psi Concrete Medium Heavy Broom Finish #3 Epoxy Coated Rebar Grid - 20" O.C. on chairs #4 Epoxy Coated smooth rebar dowel 16" long, 24" O.C. #3 Epoxy Coated Rebar Continuous along expansion joint both sides. < Slope I Slope> _.. d Compacted Subgrade - See other details for concrete slopes. Expansion Joint w/ Elastomeric Seal Note: Fountain Nozzles and plumbing installed per manufacture's recommendation FD1-FD2 Fountain Deck / Walk Detail 1 Note: This detail shows minimums. If manufacture's recommendations require additional effort contractor shall meet those requirements at no additional cost to the owner. Walk Area Deck - 4" 4000psi Concrete Medium Broom Finish #3 Rebar Grid - 32" O.C. on chairs #3 r continuous along edge Note: Benches are surface mount. Note: Fountain Jets /drains will require thicker concrete/ rock areas for footers per manufacture's recommendations. 9. All metal fountain jets, and other equipment shall be grounded. 10. For drains, it is intended to do 4 small grates. Grates shall be fastened to drain box. Concrete elevations at grates shall insure that the deck drains well with no birdbaths. 11. Six sitting boulders for fountain, set in base with concrete poured up to them. Boulders should be fairly level on top with top about 14" to 19" above surface. Set top so that it will drain. Contractor shall locate and acquire boulders. Boulders shall be aesthetically pleasing and approved by the landscape architect or engineer. Center boulders are larger and about 8" long. Outside boulders (4) are about 6' long. Boulders are minimum 3' wide. Positioning of the boulders to be approved by the landscape architect / engineer. 12. Concrete surface for the interactive fountain shall be a broom finish sufficient to form a non slip surface similar to the surfacing at Walker Park splash pad also located in Fayetteville, Arkansas. GENERAL INTERACTIVE FOUNTAIN NOTES: 1. All materials shall be in conformance with local and Uniform National Plumbing Codes, and all other applicable codes and ordinances that govern this type of work. Nothing in the plans and specifications shall be construed to permit work not conforming to the applicable codes and ordinances. Contractor to get approval through Arkansas Department of Health. 2. Not all work necessary to build the interactive fountain is shown in the drawings and specifications. Contractor is to include all work and every aspect of work as obvious or implied and necessary to make the work complete and fully operational. 3. Equipment vaults are to be located to the East of the Fountain and arranged in a symmetrical and visually appeasing manner with space to allow for screening landscaping. Drawings are schematic and final layout to be approved in the field by the Landscape Architect or Engineer. 4. Contractor is to provide an as built drawing and photographs showing underground piping and electrical runs. Contractor is also to provide before substantial completion, operation and maintenance manuals including cut sheets and model numbers of each product and all written warranties. Contractor is to provide operating and maintenance training and instructions on site to owner's maintenance personal once fountain is operational but before substantial completion. 5. All products or materials described herein shall be new, unless otherwise specified and shall be from the specified manufacturer or approved equal. Products shall be complete in all respects and in perfect working order. 6. This interactive fountain shall have a controller capable of a minimum of three different programs that activate thejets in timed sequences that will add enjoyment for kids and those watching the fountain. Two programs shall be water efficient and a third can be less efficient but with more impact. Contractor shall insure that the programs are operational at completion and that they sequence thorough with activation by the public. Controller shall be capable of setting days by the week that the fountain can operate and the hours each day for operation. 7. The fountain shall be a pass through system using potable water supplied from an existing 3" pipe. Maximum water use shall be 80 gpm. Contractor shall install a pressure reducing valve or other devices if needed to insure proper function of this system. 8. Contractor shall obtain construction documents for the approved fountain manufacture's equipment and layout for shop drawings and for necessary approvals. Fountain construction documents to be stamped by properly licensed Arkansas engineer. 71NTE OF 0 THEOft JAW " "ENGNgFc'�,If I�yJ No. * X/YEW D L flap de9vl—p. M•r babes grade splaAi patl-9tairnleu steel or gae warned �n.dme eo am amoamr tnae Haas prcrrera - preaure swaon switch earrsa,nder the •Henn W9l/4 Darer wRM1--yme•a textured, cdored cover. •Cu[amgrapM1ic owar .h— p.—press the butbrn a cgral will go to the conbd par»I to activate water How xtiva Pack ar sad to activate an anti a.Pl.h pad features ar desig,ed zoned areas. 6 66 aquatix. arum m, —.m..—.... .s2—sstas 1enesa.osos •aertia.pt•Na.ee,n Step Pad Activator EYED BY: city N BY: city KED BY: city NAME: W J REVISED W J J_ W >CQ 0 ~ Z0 }W� U LL< July 8, 2022 F6 Gulley Playgd/Ftn Ln N N O N N Q 4016 aquafix , by landscape structures Ground Sprays Arch Jet Product Overview The Arch Jet is a ground spray element that emits a single stream of water arching outward. The feature flow rates can be adjusted to increase or decrease the spray height and projection. The Arch jet is designed for wet deck applications with no standing water. Product Specs Material Options PVC, Stainless Steel Dimensions 5' 0' x 3' 6' (1,52 m x 1,10 m) Splash Zane S'a"x8,0' (1,52 m x 2,44 m) Standard Flow Rate 1 to 10 GPM 3.78 to 37.85 LPM PSI 3 VOR 7512 and VOR 0305 Directional Jet JET STREAM N01 PRODUCT HIGHLIGHT - Enjoy running your feet and hands in this feature • Provide high interactivity with low water consumption • aquatI. . by landscape structures Product Overview Ground Sprays Stream Jet The Stream Jet is a ground spray element that emits a single stream of water upward. The feature flow rates can be adjusted to increase or decrease the spray height. The Stream Jet is designed for wet deck applications with no standing water. Product Specs Materials Options PVC, Stainless Steel Dimensions 5' 0" x 0" 3'• (1,52 m x 0,09 m) Splash Zone S' Dia. (2,44 m Dia.) Youmay also like .................................. .--------- ................,..................................... • 5-k. H`S • L', rapt � owns In N 1 Noll tVW wodd'carder in aquatic ploy 504uL,Ulas with over T TE G.fX74 installatia3s xrrlrtwdrir 4.V0R:rteK-i"tl.corn infoavertex-lntl.coril 1,877,586.7839 (tree UWC4M404) • +1,514.694 3868 (INTERNATIONAL) Standard Flow Rate 1 to 10 GPM 3.78 to 37.85 LPM PSI 6 Ground 1;prays Jumping Strearn Jet a uafix.. by landscape structures Product Overview The Jumping Stream Jet is a ground spray element that emits a single stream of water upward. The water has intermittent interruptions creating a jumping water stream effect. The Jumping Stream Jet is designed for wet deck applications with no standing water. Product Specs Material Options Stainless Steel Dimensions 5•a'xo'7' (1,52 m x 0,21 m) Splash Zone 10' 0" Dia. (3,05 m Dia.) Aquatix and Vortex or approved equals. Standard Flow Rate 7 GPM 26.50 LPM PSI 6 This Splash Pad or Interactive Fountain consist of ground Jets. The ground jets shown on this sheet by Aquatix and Vortex are approved equals. Contractors can submit other manufacture's to be considered as prior approved equals. Q LU J I REVISED Cl) J W N O z z a I— z O LL C) v � Ix 0 U 2 N a � a am D- =o r No N� V w J J w >CQ 0 ~ z 0 }W� UIaJ_Q July 8, 2022 F7 Gulley Playgd/Ftn N Lq u7 N N O N N D) N 3 m 3 Q Minimum of 1' Cover over Chamber 6" Sch 40 PVC Ridged Perforated Drain Pipe Set top of pipe 2"-3" from top of chamber \ Grass Surface Wrap landscape fabric over top and 5" down sides \/2' - 0" \ Clean Rock Similar size rock, no fines. Rough sides and bottom of trench to help infiltration \/� rrrrrrrrr /\/\/ � r r r r r r r r Infiltration Trench is 2'x2' by 25' long. /\\ \N r r r r r r r r r rrrrrrrr.-- r r r r r r r r r r r r r r r r r r r r r r r r r r r 0' 1 25' Infiltration Trench Plan View - NTS See plan for location of drain line Infiltration Trench on Splash Pad Drain Line \_p,NDSCgp� G' THEO 0 E w JA � l � J, 9412 9TF OF EYED BY: city N BY: city KED BY: city NAME: cc CL W J Q) REVISED W J J_ W >CQ 0L Z — 0 �QWs ULLQ July 8, 2022 Gulley Playgd/Ftn 622 6P 3 N N LO 0 00 C O U N C 0 U N to C / 3 v 0 N � C O 0 T N 3 TA179�� �331,�42 Concrete Circli ItlWalk 5, 741327.49 x` 1329,99 6 41 28,67 /* 713 67q�11328,57 �328,86 j 669 ,82 S�oQ 132 r- c. Use Soil Removed From Play Ground for Base < Note: Increase rock base to 6" depth over this fill area cs tom0 0 702 o�Q90 F L 30.29 30 13 0� 330 1329,2 r 3 C 713 0,3/ T� 1327,28 764 3 2 029.54 301329.89 638030, 7 DO oe17r ` 4 0 629 1330.91 NT� 2 4 331330. 6 330,61 3 0 132 ,31 0 N co LJU < 4 I / Playgroundlking Llpop co \ I 3 I \ \ \ \ * 1330.49 1 / \ 1 k 1 2 3 8 Lake e 1 48 1329,66 3 02 �p 4� _ r 13 7, T U dV�0 ID (:-d N V � � o L0 n n se 704 g T B 1 051325.64 8/4-r Use 8 sf of native stone to protect outfall Daylight pipe into ditch 1 " below existing g de --- 7091325.63 8 324.84 - 25.12 25' Infiltratio Trench - See Detail 495 o` 1325,36 TR IN CAGE 4 Approximate location of 30" line - Use caution when digging for drain lines. 1325.6 or ab t 4" below existing grade 0 1326.1 O 132 AAp ox'76/f61i n 0D 1326. Aprox. 4" below sidew ems' North 01 201 j Potable Water urce _ stewatert drain a 66/f6^p 1327' Equipme t north of n idewalk 3 ��pipe 27' .90--1326.50 731325.12 C Cut path through high point. Insure grade drains. G' THEO Uj CC 9412 \� P 9TF OF A0,P�� EYED BY: city N BY: city KED BY: city NAME: H ' z �a =0 [ m w i C!) z [ Q i z 0 a REVISED W J J_ W >CQ Z 0 F<� 0LI_< ,, AM July 8, 2022 NEST: G1 R0,IMr: Gulley Playgd/Ftn yi uui iu v v Glif\ii iy Lyup 1326' gpprox26 a 00 1327 \ Aprox. 4" below sidew / CO 3 02 13 T8 T Potable Water urce •S O 1327' Equi 0 1 27' 1326. North } o\� aSte water t d in W 66 /f6^ north of ne idewa of 201 SURVEYED BY. city D WN BY: city pNDSCgp CHECKED Br: City FILE NAME: LU W ti THEO 0 E JA � LL sue. \9Tic 9412 Alt P z LL ccC W J r J c C u re 55�` Cut path through high point. _ all Tee u Se ri Insure grade drains. 0 (D D�6 .I Z C14N I Area 0 Aprox. 4" -6" below existing grade d`�to so e n oul rs Q Q C O U 8.0 C9 1 6' REVISED Slope back to grad at 1:5 or less C ° �v 1327.70 Drains - Slope Up to center jet from drains ---- N 4 N 80J t L ati s- See b o up Fine grade surface before Q 13 8.00 installing turf for positive vP) drainage to drains and away 0 0 S*/O from hardscape } 0 1326 rdi r 13 .0 1327' T 28 �me 0 u✓ 3 1327.90 for Se�toC 1 27.30 U oN n ® 28.25 8.20 1328.05 TQ o a 00 1328 905sf of Artificial Turf 28. 5 3 0 J 5 1327.90 \ U Cn 1328,13 B. 0 1329 - �'` 00 6" PVC - 301f 13 8 0 Arrange drainage pipe in o 30'x40' Pavilio 32 .15 dt la areas around la F Note: Contractor is to insure � NAprox. 6" below existing e equipment footingP y 1328 6 9Ua/�ifia�CP 1328. u�facee drainage from concrete 0 0 cl' , CL A94166. F9v 1327.80 •7 1327. d/D/o 1 5 327.75 Score T wer (3) 1326.80 w N Lc 1328' hie � 3 ��� 28.2 1328. 1327.80 0 > Q 1 e45 w < �Q 4" Soc Pipe p w z Fine grade urface efore 13 8' 0 1328.65 1327.2 } } installing to f for p sitive 8.20 o Chess ables U< Q drainage to rains nd away 132 30 4 PV hardsca e o Bench 1327.40 1326.10 , z 1328. a 13 9' op 1327.75 o 8.33 Ping Pong Table ,45 1328' Qo" \ 28.45 1327.20 3 21 sf Safet acing U lion Pit 1 28.45 132 .25 DATE'U y 8, 2022 IN July Chess Tables �` p SHEET 35�6 Q s a) 132 .30 \ /'� Landscape Structures 1 822 F/ L o ln%tration Basin we -saw 1328. 5 1328.28 8.26 �, Do rh 0 peep 54" fall height 1328 28 4" PVC 'ZQ P/ PROJECT: 1328.65 B pte „ VC sr cO Gulley Playgd/Ftn oolf F O x avf to ,a Aprox. 6" below existing a la areas around la equipment footings y 1328.6 9oa7Dyrtdnca 1328. O _ CL / F9U 1327.80 •7 1327. I 3331 a/D�Jtd o 1 5 327.75 Score T wer (3) GC�� 28.2 1328' 1328. ncP 1327.80 X 1328,3 1 e45 0 Fine grade urface efore 1 8' 0 1328.65 1327.2 installing to for p sitive 8.20 0 drainage to rains nd away 132 30 Chess ables 4 PV hardsca e O Bench 1327.40 1328. Q 13 9' op 1327.75 o 3 8.33 Ping Pong Table 45 1328' 21 sf Safe acing 28.45 1327.20 P a v i l i o r�Pit lO 28.45 132 .25 $hr00m$ Chess Tables �C �82235\E 6 Q Landscape Structures 132 .30 1 B it 2 Infiltration Basin We -Saw 1328. 5 1328.28 Existing Pavilion p p 54" fall height 1328 28 4" PVC 8.26 1328.65 � gpia - 20" ee 0 4' p 201f 4" PVC 1328.00 4 O 1 .10 > 4" PVC Oo 28.6 \\ N Arrange drainage pipe in play Chill Area positive drainag DRY--' surfaces. csty CHECKED BY: cityFlLE H4ME: 1326.80 WINA"Ood 4" Soc Pipe 1327' 1326.10 cc C o s � G � Ljj Do J G a P7rh 0'o d. � /, areas around play equipment ` 132 . 0 6' stl ht Pole Q o / p footings and to move water to Wheelchair Accessa O Q o � infiltration basins and out at We Go Round Note w Id create a NW corner. See details. N,� 9 53 328.58 1328. Existin pe Under 8' eE�sEo 2 \ M13 8.78 �•63 ____ p Miracle 0 Mracle er 714-580JX 1329' s ° 28.70 fn 3 0 7R4 15'-6.5" 3 Playground Surfacing 40 /o Void ❑ Yg g o �0 85.7g 326.7� Swings Fo Ox20" dee rock cha er C) o /// O L 9.00 J 328.75 j 0 Existing Trees o > SUGGESTED LAYOUT P.O.B. > 1329.10 Concrete Edge O 90 1328.80 ��� ,; 1328.40 cIL Existing Playground Slab Sw' 10 sf ty Sur cing cb 0 U o n 1329' 4'x10'x20" deep Infiltration Basins > ht O o SzA�O 1329.00 0. m 329.00 m "5 r o 0 € 0 Surface Mo:mt 6' Benchs \STAGE ayout approved by LA NEW COW CLIMBER 'i J �/ h ZEE �v O L0 00 V `ore\ R 6' 84 N - - - Set Concrete Ring el eta`°Q��� 0 1 6 ��' r. ���' �. � 5e� 3131 TB1 13 2 0 842 N X :;tin na w 1329.30 Q W Playworld Spinner w/ Floor 1-- Q -275sf Safety Su 1329' 0 I- Z NOTE: EXISTING ASPHALT PATH TO RESTROOM IS TO BE REPLACED WITH 6' WIDE CONCRETE PATH /�30 I I la WITH LAYOUT SET IN THE FIELD AND APPROVED BY LANDSCAPE ARCHITECT OR ENGINEER. ELEVATIONS TO BE SIMILAR TO EXISTING WALK. / �p,NDSCgp� ,, i i ght Pole U NOTE: TOP OF GRATE ELEVATION IS GIVEN ON DRAWINGS. DRAINAGE LAYOUT GENERALLY FOLLOWS SLOPE OF GROUND THEO 01 O I G I 41 0 E DATE y o V fv USE A MINIMUM OF 1% SLOPE ON YARD DRAINAGE PIPES. JA Jul 8, zoz2 a� Contour Interval One Foot 9412 P u` 9TF OF ARPROJECT. Gulley Ploygd/Ftn 13W 1345 134 13M 133A 1325 132G 1315 1310 1FALL faijpt E 1YG.!9Tr PLN= Alralho eo1E RT CUM13 bM O'r7AaRje3 NEw M- DUOTLE IRON , ... p7!}+p!I, TE SHUP-0OFN GF OVATER MAIM ' ;P' : r ',.? TeN "+ef e•� s, wr ,.: MT319 -M F101 WeYW WIN , r H arr£ OF FAYETIE'A" - A. 54M F- ir �, s.r:, i.�s. �y.-� - i� F3f.h:_ S.4■A CdX pi y� �... , . ,. +. srer A 4.n 9W+Lr PI+I- Ar hMTH 31Q 2a19 311ti+11 I%'E'�Q13 3W uIN. RAX9 - Or rR LAI 91711[£ W& � . V' —_. _-- - - aa'-•99 1 fY BB$ _ - - ■ MILL DDM17■I MOM ; 14 f irrupwz Mmo- 'S5 r.. -r'=Y�,..• j a ,+,i •.+..a:e �.ay 1 r - _ _ #- - - - - .W-" low rid qP r _ ti r`,, s*=�r, -_ - ------------ -- --- ", --- - YIr] ..e WA _ r ....x ---- - --- ____ -' e • 3 tlr raA. Wl +09 TG STAL diG'04 • I+rSS "•`- -- ,a.v ow a .s r..s,s�s, liy°+Yyf B6N[a 3TE[L Gi6HMi "34'�•` -�� 3-*Ai Fx am L*/ ��Q+4VE �7°•9" 5M SIOS re: �vIEp403E6 sa' 4i�.ATfA r+wI�c,Au. F�Cuk � •ur�Lr p 6 6►56 �M51+u �-e` FYC ppr-� .,u�f�s +lanm �e ear ueFa W�.[ vualw.raW Is M aRG94E9R 4 + aWp+irs n.,wft w/ MFY OOH+FG70r+ T4 6mrno lax. FROM W WE FIVA% ?' f MUM [ni+• ST. 3e i 11- ! kf-W owtr "r !ri . oo WT MM MM nisi A. d+1M — CAi1Q V/ OO Co" can3lx evm MUMS lT. ° � •}k. TK37' 1 ic F INSTALL e` 44f 7p.PgFaRY r�ia.8. YrwA "„M .M W WlYt$ j. lA23 BENNN A.fP1 7 FAA AT 10Q W TR kL d11GDC LT& a+ san >i-iMf MO Mk4EL 3DrelCi IHavc ' A fT;. 4tMJ li'i 7P'R' VJ T,�FT f E :Il V46 0 OULLE} pUIK AQ%$$ f4,"u M Ale -:Q H x' OF .i iL%% 'A/ & M i 11,4.¢ fp ,T CR now W mmAr I W km =A. S FImYjB P+� rpQyyrl, CA46'a pCC!! "31 TiAf,rVT pEt11ly1 ALL not 'AA16L5 AMP LT. 5 4,•�' l tie IJ. '%1 L' _ � / 1.,40° Approximate location of drain lines crossing existing 30" Note digging for the water line extension and drainage lines — I _.. water line. Contractor to contact Bobby Bowling with crossing the 30" water pipe and setting fence posts and landscaping requires contacting Water and Sewer so that Water & Sewer to be present for digging* near 30 water Bobby Bowling can be present. - —. j-,,.Viline. 479-601-7731. Use caution while digging. - — - — 0+D8 1+Q0 — 2+40 3+00 4+00 5+00 This drawing is an as -built from when the 30" water line was installed and is for informational purposes. PROFILE Sheet A5 - GIs Utility Information has additional information on approximate layout. Contractor must insure line is located in the field. ,� a 40° HVRI- __ i"- s'yarr -------------- - ...__sPA._s+s9ro-SrA_a�os Ri_ W,.w i isle RECORD DRAWINGS APRIL 2010 PLAN & PROFILE STATION €}+00 TO 1 1 +QED o- EYED 9Y: city N BY: city KED BY: city NAME: RENSED W J J_ W >CQ LL~Z 0 �Q� ULL.Q ,, ATE July 8, 2022 HEET: G4 MMr: Gulley Playgd/Ftn 3 v N N u7 O 00 C O U N (n C O U D) cn N C_ 3 v 0 N C O U T 3 c� N N O N N 3 m 3 Q a 1 C 1-1 EMPTY/ SPARE CONDUIT LOCATIONS 0 See Detail This Page. O L Legend: 3" sch 40 Pvc Sleeve Location See detail for installation Length Varies v D � v U C O U 0) O �.+ O L O � Q O UO ; ca Q Y a ° 0 C� d o > U O coJ D E D W D v � C a) 5 c o co U SURVEYED BY: City -DRAWN BY: City CHECKED BY: City FILE NAME: a REVISED 0 0: O 0n X a � 0. a am o> �xm � 06o T Lf)U. W J J_ W >CQ L 0—z F Q UL�Q THEO 0 E W JA 9412 DATE: July 8, 2022 SHEET: J, G, 9TF G 5 OF A PROJECT: Gulley Playgd/Ftn \ 1 - Short Leaf Pine Arragement of all equipment and valves to be semetrical and approved in field. Coordinate location of Magnolias with equipment. 6 - Magnolia virginiana Aproximalte areas to be sodded. locations to be approved by landscape 2 - Crape Myrtle - Natchez 1.5" of Poured In Place Rubber Mulch on Soil Leave 2' Dia hole. Install after Tree is installE 2 @ 30sf 9 Oakleaf Hydrangias Planting Bed Edge - See detail - Planting Beds Q In 00 N N O N L6 N N O Q Flag tree locations in the field. Landscape Architect to approve, and possibly adjust the locations before planting. Elm'Jefferson or New Harmony, or New Horizon" 5 - Short Leaf Pine 4 - Short Leaf Pines Coordinate low fence location with tree and irrigation equipment locations. 1 - Silver Bell 3 - Little Jim Magnolias A t O Z Irrigation Legend - See Details For Additional Information Zoysia Sod O O O O 00000000 Planting Beds (Most are prep only) -0-0-0-0 BY: city city BY., city 3 DI Z J a 0 Z i= Z Q J a 0' 3' to, 20' 40' Scale Gulley Park Playground Planting B Pit 2 \ Existing Pavilion Existing Trees TO WATER 1.5" 25-75psi Pressure Zone 5 5 hedtis � iI ;yam � 1 a•� ��i�•, � � , kj Note. Corrdinate valve boxes and ,� • fountainequipment with basins plantings.subject Placement and orientation areRaw— to approval by LA/Engineer. Play Equfpment Area aRo�� Irf Ration Le2end - See Details For Additional Information 3" Sleeve 18" min. of dirt on top of pipe. Put 1 circle in concrete at edges above pipe to mark location. 1" PVC Sch40 Set depth so 12" of dirt on top of pipe 1" PVC Sch40 Set depth so 18" min. of dirt on top of pipe 1.5" PVC Sch40 Set depth so 18" min. of dirt on top of pipe 3" PVC Sch40 to Fountain Set depth so 24" min. of dirt on top of pipe • Pop Up Sprinkler Head Locations ® Hose bib in box (5) Valves Box - Wiring not shown. Contractor to provide. *a Gate Valves - match incoming pipe size IG Pressure Reducing Valve Zoysia Sod 0000000o Planting Beds (Some are prep only) • • ism_ f Set/adjust sprinker heads to keep water oZone 15� off of playground surfacing. C 5 heads V64 0 < Pop Up Sprinkler Head Locations L 0 Z < Existing Drainage Pipe F Note. Maximum flow per zone is 20 GPM Notify Engineer/Landscape Architect if any zone will exceed 20 GPM and/or if detrimental issues are anticipated. I 0' 3' 10' 20 40' Scale Irrigation Plan SURVEYED BY: city DRAWN BY: city CHECKED BY: city Fla NAME Gulley Sec 3 pl w J J_ >� w< i`F-z 0 Y >i F < 0-, 0LL< �p,NDSCq,o, THEO 0 E Li I A ° y DACE: 9412 s9T� SHEET: 0 P L2 Gulley Park Playground Botanical Name Common Name Size Qty Cercis canadensis - White Red Bud - White Cultivar 1.5" bb 1 Chionanthus virginicus White Fringe 2" bb 3 Cladrastis kentukea Yellowood 2" bb 8 Cornus florida Dogwood 1.5" bb 13 Halesia diptera Silver Bell 2" bb 1 Hydrangea quercifolia Oakleaf Hydrangia 5 gal Cont 9 Lagerstroemia indica'Natchez' Crape Myrtle (Natchez) 2" bb 2 Liriodendron tulipifera Tuilp tree 2" bb 2 Magnolia grandiflora 'Little Gem' Little Gem Magnolia 7 gal 3 Magnolia virginiana Magnolia (Sweet Bay) 2" bb 6 Pinus echinata Shortleaf Pine 2" bb 10 Pinus gla bra Spruce Pines 2" bb 2 Platanus occidentalis Sycamore 2" bb 2 Rhus thyphina Staghorn Sumac 5 gal Cont 8 Ulmus americana 'Jefferson' or'New Harmony' or'New Horizon' American Elm �211 bb 2 Know mars below. Call before you dig. a O 00 N N O N Lri N 7 o+ a Landscape Notes \_ ,NDSCAp �O �1, 1. Prior to construction, the contractor is responsible for contacting Arkansas one -call and shall be responsible for locating all THEO 0 E underground utilities and shall avoid damage to all utilities during the course of the work. The contractor is responsible for cc JA ,� —� repairing any and all damage to utilities, structures, site appurtenances, etc. which occurs as a result of the construction at no cost 9412 69 to the owner. SITE OF A?\ P- 2. All plants must be healthy, vigorous and free of pests and disease. 3. Standards set forth in "American Standard for Nursery Stock" represent guideline specifications only and shall constitute minimum quality requirements for plant material. 4. All plants must be container grown or balled and burlapped as indicated on the plant list. 5. All required trees shall be free of damage to bark and major limbs. 6. All trees must be straight trunked and full headed, unless specified otherwise, and must meet all requirements specified on plans. 7. All trees and shrubs shall be installed per planting details in these documents. 8. All plants are subject to the approval of the landscape architect. 9. All planting areas must be completely mulched with a 3" layer of organic hardwood mulch. Mulch shall be not be placed immediately adjacent to tree trunks, but shall be kept at least 3" from root collar at the soil line. Cypress mulch is not acceptable. 10. All proposed planting areas covered by grass shall have the existing sod if any completely removed before planting begins. 11. All planting beds shall be contained by metal edging material specifically designed for planting beds unless edges are contained by concrete. N [OT9� 1. TRELS SHA. BE 2" GMl'ER MINIMUM. Z. THI HOLE FIR THE TREE SHALL BE EXUA'VATED J—' TWIS TIRE ;QK CF THE AiMT @ALL .3. STAKE ONLY IF NE 19=MAY AHO AS D1RECM- @Y TW P14OJEtT MAN*GM 4- REWOW ANY T1A1NE. ROFE. FLA,QNIG. VAAPPIWI #t 0.1ARDS FWN TREE. RUNE ONLY DEAD OR LIEN BRANCHES OR KXJBLE LEADERS A7 TIME DF 'PLANTMPG 007134L - RD07 COILL lA WALL BE 'A91HLE. tEMO 1E EXCESS Sal. MOW TOP OF EUILL IF AMA- SET TOP OF BALL 1 TO T• AWA FliSIXII) AADE TO ALLOW FOR SEM% AFTER SETTING LOLL IN PLANTING HIL CUT AWAY OR REMOVE THE NrAF_ AW 9ASKE.T. CUT OR AEI OV[ ALL TROPES OR TWNE FROM HALL CUT AWAY OR REMOVY 0.1RW, . IF ROOTBALL Ft$ FALLING APART YUR94 INSIALLAIiION ,OR TI 4LE AE1I NIllQ ME HARE Li S ET PEEL THE TAIRE AND/M BUR -AP RA.CX TO TW $QTO W CF THE PLANTING KLE ,ArNQ R1EWC%E .ANY PEELED ONN MATEItLL TREE PLUMS SO THE MAIN LEAM 14 SIRAGHT `-]' OF ORGMIIO MULCH. YPRESS MULCH. NO SHREDDED Im mtxcH. No Oym MULCH IKUSM. 4ATE AND REPLACE F.S VING 'SOI[L AM SOL 4DI,TENTS IF NECESSA" AS DIRECTED BY WT YAbliXFL WATER THORgLIfHLY TO NAM AII$ POC: rt. OO NOT TAMP_ 5HALLOM1 HOLES MTR TAPERED 5iDE5 BREAK H 'OR ROUGHEN SIDES OF THE WX_E_ BALL ON F'Rm SOL STIJREED SUBMA17E 12. The contractor is responsible for verifying all quantities shown on these plans before pricing the work. 13. The contractor is responsible for fully maintaining all planting material (including but not limited to: watering, spraying, mulching, fertilizing, etc.) In all planting areas and lawn areas until the work is accepted in total by the owner. 14. Substitutions of plant material can only be made with written approval of landscape architect or engineer. 15. Contractor to insure trees are planted vertical and they remain vertical. 2 TO 3 TIMES ROOTBALL DIAMETER SHRUB PLANTING DETAIL NOT TO SCALE FOR WOODY PLANTS, PRUNE ALL DAMAGED, DISEASED OR 'WEAK STEMS BEGIN MULCH 3" TO 4" AWAY FROM BASE 2" TO 3" OF ORGANIC MULCH NO CYPRESS MULCH SHALL BE USED EXCAVATE AND REPLACE EXISTING SOIL, ADD SOIL AMENDMENTS IF NECESSARY. WATER THOROUGHLY TO ELIMINATE AIR POCKETS. DO NOT TAMP. ROOTBALL — ROOT COLLAR SHALL BE VISIBLE. REMOVE EXCESS SOIL FROM TOP OF BALL IF NEEDED. SET TOP OF BALL 1" TO 2" ABOVE FINISHED GRADE TO ALLOW FOR SETTLING. TAPERED SIDES — BREAK DOWN OR ROUGHEN SIDES OF HOLE SET BALL ON FIRM SOIL UNDISTURBED SUBGRADE I aley See 3 Cn LU H O z 06 N J H Lu N J C� z z Q J a I REVISED I W J J Lu w LLI-Z O } LU Y LQ� ULLQ 12, 2022 L3 Gulley Park Playground Q ao N N O N Lri N NU) 7 Q FINISH GRADE/TOP OF MULCH POP—UP SPRAY SPRINKLER: RAIN BIRD 1802 WITH 1800 NP COVER ( PVC LATERAL PIPE ( PVC SCH 40 TEE OR ELL 5 5OSWING ASSEMBLY: RAIN BIRD MODEL SA6050 PVC SCH 40 TEE OR ELL 1/2—INCH MALE NPT x 3BARB ELBOW: ZMODEL SBE-050 Note: Use 6" pop up height in turf, and 12" pop up height in beds. PVC LATERAL PIPE Pop -Up Spray Head/Assembly Rainbird 1802 or Hunter ProSpray with Swing Pipe Nozzels: Use Rainbird R-VAN Variable ARC Sprays, or Hunter MP Rotors, or approved equal. I STANDARD RECTANGULAR SENES (W&STD(l T.14.FLx9XWx12XH i8. fan i 34 4snl 1Uh @@RECTANGULAR T U.I'Li.l2.2'WIt1LArH 1kL24 rl ic 173 W IT cx�a113D.9-nxm7anl 12.61.1 mx44.3Srv: SUPERJUM30 TAINIGULAIR SEMS T. Li' L x 13J3Wi.lijF H 8 2LrLx r25'1'ilr 9.1 cn7 334ci r131 ai�! IMM an3 9.6cnI boaram okk-oul. -.mIrye uiim WFxk-ata 'IN knikk-iouu Noffmom Lipba KIDurwablrLIPIDA bawfmdmiA LIP 'lai 327M900111101m p4w- 3- W& rxierPM 35"IK(j0)Ak itrp0-6 awelm 10ftimt'Lm UP&MkLk WiL- IrLij 1XMW &Wf1 day tlp'ld La'. Lti56wd dk6lldi WN .490 INCH BIRD O \_ODSCgp F c ti G THEO 0 E ms, bi M l 9412 \� P 9TF OF Automatic Valve Boxes - Rainbird VB Series or Approved Equal VB-STD-H Standard — Black Body with Green Lid + Lock VB-JMB-H Jumbo — Black Body with Green Lid + Lock VB-SPR-H Super Jumbo — Black Body with Green Lid + 2 Locks Use 6" Extensions if necessary. Contractor to use most appropriate size from three sizes. Rainbird ESP-4ME3 Outdoor Controller w/ WiFi Module or Pro-HC Controller w/WiFi Module or approved equal Controller to be mounted with the Interactive Fountain Equipment Contractor to provide a ground fault protected weatherproof receptical for power Controller mounted and installed per manufacture's recommendations DVfDVF Residential / Light Commercial The industry leader for more than 20 years Typical Clustered Valve Box Installation Hunter Irrigation Control Valve Rainbird DVF100 or Approved Equal Control valves installed and wired per manufacture's recommendations All irrigation control valves are 1" cc W J J C� I REVISED I LU J J_ LU W LL~Z O > )- Y I- Q Q' 0LLQ L4 SURVEYED BY: City DRAWN BY. Q 00 N N O N L N D) N 7 En a IRRIGATION SHUT OFF/ AUTOMATIC VALVE DETAILS PLAN VIEW - NOT TO SCALE SECTION VIEW - NOT TO SCALE Finish Grade 1" or larger Lateral 1" Automatic Irrigation Valves Valve Box — To Controller - Op 1-2" MAIN LINEI— ' III —III —III —I � J IVIdII I Not all fittings shown Adjust configuration as needed for site conditions General Irrigation Notes: 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE PROJECT STANDARD SPECIFICATIONS. 2. THE CONTRACTOR IS TO INSTALL IRRIGATION EQUIPMENT NECESSARY TO PROVIDE A COMPLETE AND FUNCTIONAL SYSTEM THAT IS IN COMPLIANCE WITH THE PLANS, SPECIFICATIONS, ALL APPLICABLE CODES, AND REGULATIONS. 3. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD STAKE SYSTEM PRIOR TO DIGGING/ TRENCHING WITH FINAL APPROVAL BY LANDSCAPE ARCHITECT OR ENGINEER. 4. THE IRRIGATION CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGES TO THE GROUNDS, PAVEMENT, SIDEWALKS, CURBS, ELECTRICAL SYSTEMS, AND OTHER SITE ELEMENTS CAUSED BY LEAKS IN PIPE ALREADY INSTALLED OR PIPE/ OTHER SYSTEM ELEMENTS BEING INSTALLED. REPAIR TO ALL DAMAGE CAUSED SHALL BE MADE AT IRRIGATION CONTRACTOR'S EXPENSE. 5. SUBMIT ALL PRODUCT INFORMATION AND ANY PROPOSED DIFFERENCES FROM THE PLANS TO THE LANDSCAPE ARCHITECT PRIOR TO COMMENCEMENT OF CONSTRUCTION FOR APPROVAL. 6. UPON COMPLETION OF INSTALLATION AND SYSTEM ACCEPTANCE, CONTRACTOR SHALL PROVIDE THE OWNER WITH A 3-RING BINDER CONTAINING ONE (1) COPY OF AS -BUILT DRAWINGS OF THE IRRIGATION SYSTEM, CUT SHEETS FROM IRRIGATION PRODUCTS USED, AND INFORMATION ON CONTROLLER(S), INCLUDING IRRIGATION SCHEDULE PROGRAMMED INTO THE CONTROLLER. CONTROLLER SHALL BE MOUNTED IN THE SAME AREA AS THE FOUNTAIN EQUIPMENT. COORDINATE LOCATIONS OF EQUIPMENT FOR EFFICIENCY AND AESTHETICS. POWER (120V) SHALL BE LOCATED WITHIN 5-FEET OF CONTROLLER. INSTALL RAIN / FREEZE SENSOR WITH CONTROLLER. 7. CONTRACTOR IS TO SET PROGRAM FOR CONTROLLER THAT WILL OPERATE THE VALVES ON A SCHEDULE BETWEEN MIDNIGHT AND 5:OOAM ON OPERATING DAYS. 8. AUTOMATIC VALVES ARE CLUSTERED IN FIVE LOCATIONS. RAINBIRD AND HUNTER AUTOMATIC VALVES ARE ALLOWABLE. AUTOMATIC VALVES SHALL BE INSTALLED IN VALVE BOXES SIZED FOR THE VALVES AND ALLOW FOR MANUAL OPERATION, REMOVAL OF SOLENOID AND/ OR VALVE COVER WITHOUT THE NEED FOR EXCAVATION. SEE DETAIL FOR ACCEPTABLE VALVE BOXES. EACH ZONE SHALL HAVE AUTOMATIC DRAIN VALVES INSTALLED. RECTANGULAR BOX WITH BOLT DOWN LOCKABLE LID SLOPE GRADE UP TO BOX RIM SLIGHTLY SO WATER DOESN'T DRAIN INTO VALVE BOX 2" CLEARANCE OR MORE BETWEEN _I I_BOX AND VALVE ON ALL SIDES 11 �II�I�I�III�IIIII�IIII���III���III��� i��� 3" DEEP LAYER OF CRUSHED ROCK. \ VALVE BOX SHALL REST ON TOP OF CRUSHED ROCK. NOTE: -NOT ALL FITTINGS SHOWN \ -BOTTOM OF VALVES SHALL BE ABOVE GRAVEL -ADJUST CONFIGURATION AS NEEDED FOR NUMBER OF VALVES & SITE CONDITIONS -ALIGN VALVE BOXES WITH NEAREST BUILDING, SIDEWALK, OR CURB -USE 7 STRAND MULTI -WIRE TO EACH VALVE BOX. COIL WIRE IN BOX FOR EXTRA LENGTH -COIL SPARES. ALL WIRE SPLICES SHALL BE SEALED 9. SLEEVES ARE 1.5" SCH 40 PVC. CONTRACTOR SHALL CAP ALL PIPE ENDS WITH PVC PIPE CAPS. TEMPORARILY MARK END OF SLEEVES WITH T-POSTS OR VERTICAL PIPES. PERMANENT MARKING SHALL BE 1" CIRCLE IN EDGE OF CONCRETE OR TOP OF CURB. SEE DETAIL. LOCATE SLEEVING AS INDICATED ON THE IRRIGATION SITE PLAN. COORDINATE WORK WITH CONCRETE WORK. 10. PVC PIPE SIZES SHOWN ON PLANS ARE MINIMUMS. CONTRACTOR IS TO INCREASE SIZE IF NECESSARY FOR PROPER OPERATION OF SYSTEM. 11. CONTRACTOR IS TO TAKE MEASURES TO KEEP DIRT OUT OF THE PIPES. CONTRACTOR IS REQUIRED TO FLUSH ALL THE DIRT AND DEBRIS OUT OF THE PIPES BEFORE INSTALLING THE VALVES. 12. WATER PROOF WIRE CONNECTORS, MANUFACTURED WITH MOISTURE RESISTANT MATERIALS SUCH AS SILICONE, GREASE, OR PETROLEUM TO PREVENT CORROSION OF THE EXPOSED WIRE ENDS ARE REQUIRED. 13. MINIMUM COMMON WIRE SIZE FOR AUTOMATIC VALVES IS 18. CONTRACTOR TO PULL ONE SPARE WIRE FROM CONTROLLER TO EACH OF THE FIVE AUTOMATIC VALVE BOXES FOR A SPARE. USE A DIFFERENT COLOR FOR THE SPARE. 14. USE GROUND ROD AND PROPERLY GROUND IRRIGATION SYSTEM. THEO 0 E w s� 9412 \ Q 9TF OF CHECKED FILE NAME: Gulley Sec 3 planGng.dwg SHEET: REVISED W J J_ >� WQ LL I— z M 0LL< L5 N w F- O z J FQ— W 0 z O r` Q C7 This diagram delineates the area of work for done under the Sourcewell Contract. This document is not comprehensive and an additional document tiled "Work Clarification Information for Gulley Park Playground and Splash Pad Improvements", is part of the contract and adds information to delineate the work to be done under this contract and work that may be done by others. Work under this Sourcewell Contracts includes all items necessary to complete the Interactive Fountain, Pavilion Area, and New Playground Area minus items not included as listed in the Work Clarification document. Areas not relevant to the Sourcewell Contract, will/may be constructed thorough other means. In this diagram, Playground work refers to work intended to be done under the Sourcewell Contracts. Along with this diagram, the bid documents/construction drawings, titled "Playground Specifications and Splash Pad Improvements", used in City of Fayetteville's bid 22-46 Construction - Gulley Park Imiprovements, are included as part of the contract documents. Note that the "Old Playground Area" as indicated in Bid Package 5 and shaded in light red in this document, is not included in this contract. Un highlighted drainage not included in Playground Work Al 6' below existing Surface t 6' Bent Layout appro. byL, Fine grad urfacebefore nslallina parnpcs^tive drainage tore dawsy tron hal f sf Safety Stncuing Surfaca Mount 6' Benchs Layout approved by LA Work on existing playground slab not part of this contract/ No playground or a "-alk work to the south In this contract Laydown area. tree and site fencing needed. Potable Water o ce Approxinate Location of Was' Equipment Vault north O Aprox. a' 6' below existing grade 25' Infiltration Trench - See Detail Highlighted drainage pipe, basins, and related work included in Sourcewell Work 1325.6 or about 4" below existing grade SURVEYED BY: city Dil EM city CHECKED I city FILE NAME: Playground Contractor Work Areas cc 0 Interactive Fountain Area >. NIC 0 Pavilion Area W J 0 New Playground Area 0 Old Playground Area §� Note these areas do not show all areas where c 3 3 ��a work and equipment is necessary. 1327 NIC = work not included in Sourcewell Work B°°ere and to be done by others. '326 Is s 132' so REVISED oram (a) Je Loratians-See I wup Fine grade surface before installing tud for court. + drainage to drains and away from hardscape + NIC o } @ / 0 30'x40'Paxton FQaiQ�a A, 3 — FQWrQa o as � 0 Existing Concrete Circle Tc O' o v O — O O is- t 0 N T O U) N u. o V) Y ��.p��� aS \ O Sourcewell Contracts not responsible for providing ping pong table, chess table and movable chairs,sitting walls \\ Existing 9M a ° f (BP3-items 8 9f f f f 10 12) Chill Area & low fence (BP4 items 06 � Center In Insure 10 1 sand blasted labyrinth, connecting trail and old W $ ,� swings swing space. Existing Pipe Under B' Walk \�✓/ properfell=one, wire parking walk (BP6), Bag Toss Area (BP7), Trees & J tuber Landscaping, and irrigation (PB9). a 6x26'dee ockch oQz Swin In'saletys cing U LL Q Ucc �a 1 (Len he z e� [0'x20" de o nf'tltra'ion Ba ' 5 P e\ Se DATL January 6, 2023 � AppendiD • Existing Tree 1 of 1 ® North 329' , 0' 20 PRQIECr: Gulley Playgd/Ftn Appendix E - Work Clarification Information for Gulley Park Playground and Splash Pad Improvements Sourcewell Contracts January 17, 2023 Purpose of this document: The Work Areas Diagram — Sourcewell Contracts provides information on what work is included in the contract with both Landscape Structures and Poligon but due to its graphic nature some areas or not clearly delineated. This document adds additional information to clearly delineate what work is to be done under the Sourcewell contracts as detailed in the Gulley Park Playground and Splash Pad Improvements Construction Documents and specifications. In this document each construction drawing sheet is listed below and labeled with one of three labels. Some pages are completely relevant to Sourcewell contract work (INC), some sheets contain information relevant for Sourcewell contract work and information for work not included in the Sourcewell contract work (MIX), and some sheets show work, none of which is in Sourcewell scope of work (NIC). Format: Page / Listing / Notes Cover-INC Sheet Index— MIX A1— INC - General Notes — INC Note: The required playground testing will be paid for by the city. If deficient contractor will modify the surfacing to reach compliance at no additional costs to city. (Note 2 under playground general notes) A2 — MIX — Note Sourcewell impact areas are likely smaller than shown on this drawing and do not include areas near Old Wire parking lot. A3 — INC— Conceptual drawing for overview purposes that does not have construction document specifics A4 — MIX — Overall site view does show some areas not relevant to Sourcewell contract work. AS and A6 — INC A7 — MIX —This drawing shows fencing and erosion control. Sourcewell contract fencing and erosion control work does not need to encompass the areas shown near the Old Wire parking lot. A8 and A9 — NIC 131, B2, and B6 — MIX — Overall and blow up layout plans C1— INC C2 — INC —(Note seating walls are not part of A6 REV and A7 REV) C3 — INC C4 — MIX (Note concrete connections to future work shall have rebar dowels on 20" centers for future walks/concrete to tie into) C5 — MIX C6 and C7 — MIX (See modified details A6 REV and A7 REV for pedestals for this page) Seating wall is not included in Sourcewell work. C8 NIC C9 and C10— MIX — Chill area details are not relevant to Sourcewell work. C11 and C12 - NIC C13 — INC — This sheet is just for informational purposes and does not provide construction information. C14 through C24 — INC C25 — MIX — Note the low decorative fence is not included in Sourcewell work C26 through C30—All sheets INC C31, C32, C33 — NIC C34 — INC — Note existing playground modifications not part of this contract. C35 — MIX — Stain information is not relevant to Sourcewell work C36, C37, C38 — INC Note that 14 benches are included in Sourcewell work. C39 — NIC C40 — I N C C41 and C42 — NIC C43- INC C44, C45, C46 — N I C F1—through F8 — INC — Note that the sandblasting and staining is not included in Sourcewell work. Also note revised detail for handling the edge of splash pad area. Additionally, note that the City is responsible for providing power and water to within 5' of the vault area for the splash pad. G1- G5 — MIX — Note the drainage lines that are included in the Sourcewell work are delineated in blue on the Pricing Diagram. These drawings show other drain lines not included in the Sourcewell work. On sheet G5 sleeves are needed some of which are in the areas of work by Sourcewell. The city will provide conduits (pipes) for those locations to be installed by Sourcewell. Also, the city will provide conduit for sleeves for Sourcewell to install for future electrical to the SW corner post of the pavilion. L1-L5 — NIC — Due note that irrigation equipment will be located next to the splash pad equipment and the layout done in the field should consider that. Appendix F Gulley Playground and Splash Pad - Sourcewell Contract Schedule of Values Poligon 1/17/2023 Line Item Descriptions: Item Unit Est. Qty. Unit $ Amount 1 Bonds/Insurance LS 1 $6,502 $6,502 2 Poligon & DuMor Material Product LS 1 $175,626 $175,626 3 Site Work 3.a Dirt Work, Site/Tree Protection, Drainage LS 1 $205,891 $205,891 3.b Concrete Site Work LS 1 $144,722 $144,722 4 Assembly and Installation of Equipment LS 1 $62,318 $62,318 $595,059 *Totals must equal $595,059.10 Landscape Structures, Inc - Change Order No. 1 City of Fayetteville Staff Review Form 2023-0845 Item ID N/A ARCHIVED City Council Meeting Date- Agenda Item Only N/A for Non -Agenda Item Ted Jack 8/7/2023 PARKS & RECREATION (520) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order Nl in the amount of $1,864 to contract 2023-00000014 with landscape Structures, Inc. for playground improvements at Gulley Park. Budget Impact: 2250.520.9256-5806.00 Park Development Account Number Fund 13001.1803 Gulley Park Splash Pad & Playground Project Number Project Title Budgeted Item? Yes Total Amended Budget $ 1,445,466.00 Expenses(Actual+Encum) $ 1,329,996.07 Available Budget $ 115,469.93 Does item have a direct cost? Yes Item Cost $ 1,864.00 Is a Budget Adjustment attached? No Budget Adjustment $ - Remaining Budget $ 113,605. 33 Purchase Order Number: Change Order Number: Original Contract Number: 2023-00000254 1 2023-00000014 Previous Ordinance or Resolution g 31-23 Approval Date: 08/11/2023 Comments: This adds a playground piece, called a spinner, to the playground elevating the play experience. CITY OF FAYETTEVILLE STAFF MEMO ARKANSAS TO: Lioneld Jordan, Mayor THRU: Susan Norton, Chief of Staff Alison Jumper, Director Parks, Natural Resources and Cultural Affairs FROM: Ted Jack, Park Planning Superintendent DATE: August 7, 2023 SUBJECT: Change Order One for Gulley Playground — Add Spinner RECOMMENDATION: Approval of Change Order #1 in the amount of $1,864 to contract 2023-00000014 with Landscape Structures, Inc. for playground improvements at Gulley Park. BACKGROUND: The city entered a Sourcewell contract with LSI pursuit to Res. #31-23, Contract # 2023- 00000014 and Sourcewell RFPIContrad 012621-PPC. Spinners are small pieces of play equipment that allow children to sit and spin. There was space to fit one in at Gulley Playground and staff recommends adding the spinner to elevate the play experience. DISCUSSION: The contract costs of $734,936.97 will be increased by $1864.00 to $736,800.97. BUDGETISTAFF IMPACT: Funds are available to cover this increase in Project 13001.1803 GL Account 2250.520.9256- 5806.00. Attachments: Change order One Mailing Address: 113 W. Mountain Street www.fayetteville-acgov Fayetteville, AR 72701 o 14- 0 Change Order 1 M=Y m a� 2 Change Order No. 2 - Landscape Structures, Inc. City of Fayetteville Staff Review Form LUL3-1U14 Item ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Ted Jack 10/13/2023 PARKS & RECREATION (520) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Change Order Two in the amount of $19,810.92 to contract 2023-00000014 with Landscape Structures, Inc. for additional playground surfacing and additional bond costs at Gulley Park Playground. 2250.520.9256-5806.00 Account Number 13001.1803 Project Number Budgeted Item? Yes Does item have a direct cost? Is a Budget Adjustment attached? Budget Impact: Park Development Fund Gulley Park Splash Pad & Playground Project Title Total Amended Budget Expenses (Actual+Encum) Available Budget Yes Item Cost No Budget Adjustment Remaining Budget $ 1,447,443.00 $ 1,329,996.07 $ 117,446.93 $ 19,810.92 � $ 97,636.01 V20221130 Purchase Order Number: 2023-00000254 Previous Ordinance or Resolution # 31-23 Change Order Number: 2 Original Contract Number: 2023-00000014 Approval Date: 10/19/2023 Comments: This adds playground safety sufacing for the Cow and Stagecoach pieces and funds to increase construction bonds. CITY OF FAYETTEVILLE ARKANSAS TO: Lioneld Jordan, Mayor STAFF MEMO THRU: Susan Norton, Chief of Staff Alison Jumper, Director Parks, Natural Resources and Cultural Affairs FROM: Ted Jack, Park Planning Superintendent DATE: October 13, 2023 SUBJECT: Change Order Two for Gulley Playground — Add Surfacing RECOMMENDATION: Approval of Change Order Two in the amount of $19,810.92 to contract 2023-00000014 with Landscape Structures, Inc. for additional playground surfacing and additional bond costs at Gulley Park Playground. BACKGROUND: The city entered a Sourcewell contract with LSI pursuit to Res. #31-23, Contract # 2023- 00000014 and Sourcewell RFP/Contract 012621-PPC. Change Order 1 added a spinner play equipment piece for $1864.00. In August of this year the city hired Eugene Sargent to build playground pieces including a Cow and Stagecoach for the playground (2023-0899). Change Order 2 adds safety surfacing that will be installed under and around the pieces being built by Eugene Sargent. This allows the playground contractor to install the safety surfacing to meet all applicable guidelines. Additionally, this change order adds funds to increase the bond for the project to reflect increases in costs from the original bid price as required by state law. DISCUSSION: The original contract cost of $734,936.97 was increased by $1864.00 to $736,800.97 for Change Order One and will be increased by $19,810.92 to $756,611.89 for Change Order Two. BUDGET/STAFF IMPACT: Funds are available to cover this increase in Project 13001.1803 GL Account 2250.520.9256- 5806.00. Attachments: SRF CO #2 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Change Order 2 Request Sourcewell LANaPE TRUCTURES, STRUCTURES,INC 601 TTH STREET SOUTH DELANO IAN 55328 U SA 7634rr 3gf 800632114016 October 3, 2023 FM: 783472-31166 DATE CONTACT: Amanda Beilfuss Destination: Fayetteville AR 72703 ORGANIZATION: City of Fayetteville, Purchasing Division F 0 B EMAIL: .. .••..- r . PHONE: T 479 575 8220 Will be Added to Orderand Billed at the Same Time FAX: F479575,9257 TERMS (Subject Ta Credit Approve l By ACS) SHIP TO: Gulley Park To Sh:F — Rest of PI" Ecuir—I 1850 East Township Street Cument la�.ecuie Fayetteville, AR 72073 Equipment Pacing Gaotl for 60 days BILLTO: Invoice will be emalied to email address above All Other Pricine_ Good for 60 Days from Dale of Proposal unless another email address or mailing address is provided We ere pleased to submtt this prop—( to supply the fallowing items: OTM NO. Vviam DESC7MnOFE I LUT I cp I URT►RICT I I TOTAL COST Profect Name: Gullw Perk Plavepurd and Splash Ped Int—m ntb Adding Surfacing its the Wagon / Co. A— L5, Add Surfacing Adding Surfacing to the Wagon/Cow Area SF 750 $ 2331 $ 17,48418 Including Additional Rod Base Per Manufactures Fall Height LS' Bond Band 15 1 $ 57500 $ 57500 P015530:-0' Quoted with Sauna Agreement Londscope5lrucfures Cort- X010521-LV M14fp _ g&Rdgg1MEMRaa Ag—d th o , Concrete Cut Out, EAcavation, or Base -rk SIGNATURE BELOW ACCEPTING THIS PROPOSAL WILL CONSTITUTE A PURCHASE Tord W"hr ORDER ONLY UPON AP OVAI6Y ACSPIAYGROUN DV 'LiBTOTAL rAAt EfPAL $ 18,1159.16 LL AORDERS ARE TAX EE SA SALESIIRTXFMA IS MIDIVIDED. AGENTLETTTA MUSTALSOBEPAQW&D WITNACS PLAYDROMD AOVFWWRES AS AUTNOAUED USER OFMEULJSTAXF MPTION. W NOA IT Y f AX AU MA r eE TAME I D 01 FORM �BASED ORDER ACR[•C U ION FORM 5,0VOMIlm Freight 10/19/2023 Tao S 1.75174 ACC EOT y wSI EA DATE May Liatetd Jordan TOTAL S 29.810.92 PAINT NAME sob Green 1 479-305-50501 roMlacs 1f 1202S PROPOSED BY ACS REPRESENTATIVE DATE