299
GREATER DAYTON REGIONAL TRANSIT AUTHORITY CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED BY GREATER DAYTON REGIONAL TRANSIT AUTHORITY SEPTEMBER 12, 2017

CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

CONSTRUCTION -- INVITATION FOR BID

FOR

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

CONTRACT BID NO. GD 17-28

PREPARED BY

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

SEPTEMBER 12, 2017

Page 2: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

SEPTEMBER 12, 2017

DEAR PROSPECTIVE BIDDERS:

Re: Invitation for Bid (IFB)

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

IFB No. GD 17-28

The Greater Dayton Regional Transit Authority (RTA) is soliciting bids for a WRIGHT STOP PLAZA

CONCOURSE FACADE RENOVATION. Your firm is invited to submit a bid.

Please send your completed bid clearly marked "WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION" to the undersigned by 2:00 PM, Dayton (Eastern) time, OCTOBER 11, 2017. Bids

may be hand delivered or sent by delivery service, such as Federal Express, addressed to: Manager of

Procurement, Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH 45402. Mailed

bids should be addressed to: Manager of Procurement, Greater Dayton Regional Transit Authority

(RTA), 4 South Main Street Dayton, OH 45402. Please allow a minimum of five (5) additional working

days for the delivery of mailed bids. If you will be attending the bid opening, plan to arrive at least

20 minutes early as there is no parking available at our facility and you will need to locate public

parking.

A pre-bid conference for this procurement will be held on SEPTEMBER 19, 2017 at 2:00 P.M. at

Wright Stop Plaza 4 South Main Street, Dayton, OH 45402. All bidders are encouraged to attend.

Any questions or inquiries should be submitted in writing to ensure accuracy.

Any interpretation, correction or change of the bid documents will be made by addendum.

Interpretations, corrections or changes made in any other manner will not be binding, and bidders shall

not rely upon such interpretations, corrections and changes. Addenda will be mailed to every bidder of

record.

DBE Participation: It is the policy of the Department of Transportation (DOT) that DBE’s, as defined

in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in the performance of

contracts financed in whole or in part with federal funds under this Agreement. The DBE goal for this

procurement is10%.

BASIS OF AWARD: The award of this contract is based on the lowest responsive and responsible

bidder(s) as determined by the Greater Dayton Regional Transit Authority (RTA).

Please Note: This bid package and any addenda are available on the Procurement Department page of

our website, http://proc.greaterdaytonrta.org/ . Please continue checking the website for any updates or

addenda. If you have received this bid package via email or regular mail, all addenda will also be sent to

you by the same method. However, if you accessed this bid package from our website, we may not

have you in our database. In order to ensure that you receive all updates and addenda, please

contact JoAnn Oliver by phone at 937-425-8313 or email at [email protected] to be

added to our database.

Please contact me with any questions or comments concerning the IFB at

[email protected] . No phone calls.

Sincerely,

Joe Swisshelm

Joe Swisshelm

Senior Purchasing Agent

Attachment

Page 3: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

i

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

TABLE OF CONTENTS

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION .......................................... 1 SECTION I .......................................................................................................................................... 1

INVITATION FOR BID......................................................................................................................... 2 RTA BACKGROUND ........................................................................................................................... 4 BID FORM ............................................................................................................................................. 5

GENERAL: BASE BID ....................................................................................................................... 6

BIDDER QUALIFICATIONS ............................................................................................................... 8

SUMMARY OF BID REQUIREMENTS ............................................................................................ 10 AFFIDAVIT OF INTENDED DISADVANTAGED BUSINESS ENTERPRISE .............................. 12

AFFIDAVIT OF DISADVANTAGED BUSINESS ENTERPRISE ................................................... 13 DBE UNAVAILABILITY CERTIFICATION .................................................................................... 14

NON-COLLUSION AFFIDAVIT ........................................................................................................ 15 PERSONAL PROPERTY TAX AFFIDAVIT ..................................................................................... 18 BUY AMERICA PROVISION ............................................................................................................ 19

RTA CLEAN AIR POLICY ................................................................................................................. 20 ADDENDA ACKNOWLEDGMENT FORM ..................................................................................... 22

CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, ................ 24 CERTIFICATE OF PROCUREMENT INTEGRITY .......................................................................... 25 AFFIDAVIT OF CONTRACTOR OR SUBCONTRACTORS - PREVAILING WAGES ................ 26 CERTIFICATION OF LOWER-TIER PARTICIPANTS (SUBCONTRACTORS) REGARDING

DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY

EXCLUSION ........................................................................................................................................ 27

SECTION II ...................................................................................................................................... 28 INSTRUCTIONS TO BIDDERS AND SPECIAL CONDITIONS ..................................................... 28

1. Request for Bid ..................................................................................................................................... 29 2. Sealed Bids - Date ................................................................................................................................ 29

3. Contract Award .................................................................................................................................... 30 4. Funding ................................................................................................................................................. 31 5. Bid Security .......................................................................................................................................... 31

6. Sensitive Security Information ............................................................................................................. 31 7. Statement of Qualification .................................................................................................................... 32

8. Price Complete ..................................................................................................................................... 32 9. Payment Terms ..................................................................................................................................... 32 10. Prompt Payment ................................................................................................................................... 32 11. Retainage .............................................................................................................................................. 33 12. Tax Exempt .......................................................................................................................................... 33

13. Quantity and Time of Delivery ............................................................................................................ 33 14. Liability of RTA ................................................................................................................................... 34 15. Specified Material and "Approved Equals" ......................................................................................... 34

Page 4: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-ii-

16. Performance Bond ................................................................................................................................ 35

17. Affirmative Action Assurance Plan ..................................................................................................... 35 18. Bid Submission ..................................................................................................................................... 36 19. Warranty and Guarantee ....................................................................................................................... 36

20. Duration of Contract ............................................................................................................................. 37 21. Option to Extend the Term of the Contract .......................................................................................... 37 22. Restoration of Property Owned by, or Commissioned by, RTA upon Termination ............................ 37 23. Non-Waiver by Acceptance or Payment .............................................................................................. 37 24. Time for Performance .......................................................................................................................... 38

25. Descriptions .......................................................................................................................................... 38 26. Appearance ........................................................................................................................................... 38 27. Nondiscrimination ................................................................................................................................ 38 28. Contract Assurance (Nondiscrimination Assurance) ........................................................................... 39

29. Proposal/Bid Protest Procedures .......................................................................................................... 40 30. Disadvantaged Business Enterprise Participation ................................................................................ 42

31. Cargo Preference - Use of United States Flag Vessels ........................................................................ 48 32. Buy America Act .................................................................................................................................. 48

33. Patents - Copyrights – Trademarks ...................................................................................................... 49 34. Audit and Inspection of Records .......................................................................................................... 49 35. Disputes ................................................................................................................................................ 50

36. Ownership of Documents ..................................................................................................................... 50 37. Maintenance of Records ....................................................................................................................... 50

38. Payments .............................................................................................................................................. 50 39. Covenant against Contingent Fees ....................................................................................................... 51 40. Indemnifications ................................................................................................................................... 51

41. Entire Agreement ................................................................................................................................. 51

42. Subcontracts Approval ......................................................................................................................... 51 43. Parts ...................................................................................................................................................... 52 44. Laws of Ohio ........................................................................................................................................ 52

45. State Industrial Compensation .............................................................................................................. 53 46. Independent Contractor ........................................................................................................................ 53

47. Limited Liability ................................................................................................................................... 53 48. Insurance .............................................................................................................................................. 53

49. Assignability ......................................................................................................................................... 56 50. Partial Payments ................................................................................................................................... 57 51. Final Payment ....................................................................................................................................... 57 52. Waivers of Claims ................................................................................................................................ 57 53. Environmental Violations ..................................................................................................................... 58

54. Energy Conservation ............................................................................................................................ 58 55. Clean Water Act/Clean Air Act ............................................................................................................ 58

56. Release of Liens ................................................................................................................................... 58 57. Certified Payrolls and Wage Determination ........................................................................................ 59 58. Contractor's Superintendence ............................................................................................................... 59 59. Title VI, Civil Rights Act of 1964, Compliance .................................................................................. 60 60. Safety .................................................................................................................................................... 61 61. Compliance with RTA Security Measures ........................................................................................... 62

Page 5: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-iii-

62. Occupancy during the Work ................................................................................................................. 62

63. Site Access ........................................................................................................................................... 62 64. Parking .................................................................................................................................................. 62 65. Project Signs ......................................................................................................................................... 63

66. Differing Site Conditions ..................................................................................................................... 63 67. Site Investigation and Conditions Affecting the Work ........................................................................ 63 68. Other Contracts ..................................................................................................................................... 64 69. Protection of Existing Vegetation, Structures, Equipment and Utilities and Improvements ............... 64 70. Operations and Storage Areas .............................................................................................................. 64

71. Accident Prevention ............................................................................................................................. 65 72. Availability and Use of Utility Services ............................................................................................... 66 73. Schedules for Construction Contracts .................................................................................................. 66 74. Layout of Work .................................................................................................................................... 67

75. Organization and Direction of the Work .............................................................................................. 67 76. Specifications and Drawings for Construction ..................................................................................... 68

77. Pre-construction Conference ................................................................................................................ 69 78. Material and Workmanship (based on APR 1984) .............................................................................. 69

79. Superintendence by the Contractor (based on APR 1984) ................................................................... 70 80. Permits and Responsibilities (based on NOV 1991) ............................................................................ 70 81. Use and Possession Prior to Completion .............................................................................................. 70

82. Cleaning Up (based on APR 1984) ...................................................................................................... 71 83. Americans with Disabilities Act (ADA) .............................................................................................. 71

84. Recycled Products ................................................................................................................................ 72 85. Debarment and Suspension .................................................................................................................. 72 86. Lobbying .............................................................................................................................................. 73

87. Disputes Concerning Labor Standards ................................................................................................. 73

88. Certification of Eligibility .................................................................................................................... 73 89. Environmental, Resource Conservation and Energy Requirements..................................................... 74 90. Labor and Materialmen Bond ............................................................................................................... 75

91. Builders Risk Insurance ........................................................................................................................ 75 92. Excusable Delays ................................................................................................................................. 76

93. Fly America .......................................................................................................................................... 76 94. Trade Secret Notification ..................................................................................................................... 77

95. Program Fraud and False or Fraudulent Statements or Related Acts ................................................... 77 96. Seismic Safety ...................................................................................................................................... 77 97. No Obligation by Federal Government ................................................................................................ 78 98. Changes in the Work/Change Orders ................................................................................................... 78 99. Late Submissions, Modifications, and Withdrawals of Bids ............................................................... 78

100. Duty to Inform ...................................................................................................................................... 79 101. Federal Changes ................................................................................................................................... 79

102. Incorporation of Federal Transit Administration (FTA) Terms ........................................................... 79 103. Drug and Alcohol Rules ....................................................................................................................... 79 104. Seat Belt Use ........................................................................................................................................ 80 105. Texting While Driving and Distracted Driving .................................................................................... 80 106. Intelligent Transportation Systems ....................................................................................................... 80 107. Contract Work Hours and Safety Act ................................................................................................... 80

Page 6: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-iv-

108. Veterans Employment .......................................................................................................................... 80

SECTION III ..................................................................................................................................... 82 SPECIAL CONDITIONS ..................................................................................................................... 82

SECTION IV ..................................................................................................................................... 88 CONTRACT EXAMPLE ..................................................................................................................... 88 ARTICLE I – SCOPE ........................................................................................................................... 89 ARTICLE II – CONTRACT ................................................................................................................ 89 ARTICLE III - TIME FOR PERFORMANCE .................................................................................... 90 ARTICLE IV - METHOD OF PAYMENT AND MAXIMUM COMPENSATION .......................... 90

ARTICLE V - TERMINATION OF CONTRACT FOR DEFAULT .................................................. 90 ARTICLE VI - TERMINATION FOR CONVENIENCE OF THE RTA ........................................... 91 ARTICLE VII - CONTRACT CHANGES .......................................................................................... 91 ARTICLE VIII - INTEREST OF MEMBERS OF OR DELEGATES TO CONGRESS .................... 91

ARTICLE IX - PROHIBITED INTEREST ......................................................................................... 91 ARTICLE X - EQUAL EMPLOYMENT OPPORTUNITY ............................................................... 91

ARTICLE XI - DISADVANTAGED BUSINESS ENTERPRISE ...................................................... 91 ARTICLE XIII - SUBCONTRACT APPROVAL ............................................................................... 92

ARTICLE XIV – NONDISCRIMINATION........................................................................................ 92 ARTICLE XIV - AUDIT AND INSPECTION OF RECORDS .......................................................... 93

SECTION V ....................................................................................................................................... 95 TECHNICAL SPECIFICATION ......................................................................................................... 95

01 0115 - LIST OF DRAWING SHEETS 01 1000 – SUMMARY 01 1020 - ALLOWANCES 01 2200 - UNIT PRICES 01 2300 - ALTERNATES 01 3100 - PROJECT MANAGEMENT AND COORDINATION 01 3200 - CONSTRUCTION PROGRESS DOCUMENTATION 01 3300 - SUBMITTAL PROCEDURE 01 3310 - SUBMITTAL CHECKLIST 01 4000 - QUALITY REQUIREMENTS 01 4200 - REFERENCES 01 5000 - TEMPORARY FACILITIES AND CONTROLS 01 6000 - PRODUCT REQUIREMENTS 01 7300 - EXECUTION 01 7419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 7700 - CLOSEOUT PROCEDURES 01 7823 - OPERATION AND MAINTENANCE DATA 01 7839 - PROJECT RECORD DOCUMENTS 01 7900 - DEMONSTRATION AND TRAINING ............................................................... 96

DIVISION 05 METALS................................................................................................................. 96 DIVISION 06 WOOD, PLASTICS, AND COMPOSITES ........................................................... 96

DIVISION 07 THERMAL MOISTURE PROTECTION .............................................................. 96 DIVISION 08 OPENINGS ............................................................................................................ 97 DIVISION 09 FINISHES ............................................................................................................... 97

DIVISION 10 SPECIALTIES ........................................................................................................ 97

END OF SECTION........................................................................................................................... 99 PART 1 - GENERAL 1.01 SUMMARY ............................................................................................ 1

1.02 PROJECT INFORMATION A. PROJECT IDENTIFICATION: GDRTA EAST

CONCOURSE FAÇADE RENOVATION ............................................................................................ 1 1.03 COVERED BY CONTRACT DOCUMENTS ........................................................................... 1 1.04 PHASED CONSTRUCTION ..................................................................................................... 2 1.06 ACCESS TO SITE ...................................................................................................................... 2 1.07 COORDINATION WITH OCCUPANTS ...................................................................................... 2

1.08 WORK RESTRICTIONS ........................................................................................................... 2 1.09 SPECIFICATION AND DRAWING CONVENTIONS............................................................ 3

END OF SECTION ................................................................................................................................ 4

Page 7: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-v-

END OF SECTION............................................................................................................................. 7

END OF SECTION............................................................................................................................. 8 END OF SECTION............................................................................................................................. 8

END OF SECTION............................................................................................................................. 9 END OF SECTION........................................................................................................................... 11 END OF SECTION............................................................................................................................. 6 END OF SECTION............................................................................................................................. 4 END OF SECTION............................................................................................................................. 8

END OF SECTION........................................................................................................................... 10 END OF SECTION............................................................................................................................. 4 END OF SECTION............................................................................................................................. 7 END OF SECTION............................................................................................................................. 4 END OF SECTION............................................................................................................................. 4

PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................. 1 1.02 RELATED REQUIREMENTS ...................................................................................................... 1

1.03 REFERENCE STANDARDS......................................................................................................... 1 1.04 SUBMITTALS ............................................................................................................................... 1

1.05 QUALITY ASSURANCE .............................................................................................................. 1 PART 3 EXECUTION 3.01 SCOPE ...................................................................................................... 1 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS ...................................................... 1

3.03 EXISTING UTILITIES .................................................................................................................. 2 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS .................................................................... 3

3.05 DEBRIS AND WASTE REMOVAL ............................................................................................. 4 PART 1 GENERAL ................................................................................................................................ 1 1.02 RELATED REQUIREMENTS ...................................................................................................... 1

1.03 REFERENCE STANDARDS......................................................................................................... 1

1.04 SUBMITTALS ............................................................................................................................... 2 1.05 QUALITY ASSURANCE .............................................................................................................. 2 1.06 MOCK-UP ...................................................................................................................................... 2

1.07 DELIVERY, STORAGE, AND HANDLING ............................................................................... 2 PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS ............................................................. 2

2.02 BRICK UNITS ............................................................................................................................... 2 2.03 GRANITE ....................................................................................................................................... 2

2.04 MORTAR AND GROUT MATERIALS ....................................................................................... 3 2.05 REINFORCEMENT AND ANCHORAGE ................................................................................... 3 2.06 FLASHINGS .................................................................................................................................. 4 2.07 ACCESSORIES .............................................................................................................................. 5 2.09 MORTAR AND GROUT MIXES ................................................................................................. 5

PART 3 EXECUTION 3.01 EXAMINATION ...................................................................................... 6 3.02 PREPARATION ............................................................................................................................. 6

3.03 COLD AND HOT WEATHER REQUIREMENTS ...................................................................... 6 3.04 COURSING .................................................................................................................................... 6 3.05 PLACING AND BONDING .......................................................................................................... 7 3.06 WEEPS/CAVITY VENTS ............................................................................................................. 7 3.07 CAVITY MORTAR CONTROL ................................................................................................... 7 3.08 REINFORCEMENT AND ANCHORAGE - GENERAL ............................................................. 7

Page 8: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-vi-

3.09 REINFORCEMENT AND ANCHORAGE - SINGLE WYTHE MASONRY ............................. 8

3.10 REINFORCEMENT AND ANCHORAGE - MASONRY VENEER ........................................... 8 3.11 REINFORCEMENT AND ANCHORAGES - CAVITY WALL MASONRY ............................. 8 3.12 MASONRY FLASHINGS ............................................................................................................. 9

3.13 LINTELS ........................................................................................................................................ 9 3.14 CONTROL AND EXPANSION JOINTS ...................................................................................... 9 3.15 BUILT-IN WORK ........................................................................................................................ 10 3.16 TOLERANCES ............................................................................................................................ 10 3.17 CUTTING AND FITTING ........................................................................................................... 10

3.18 FIELD QUALITY CONTROL .................................................................................................... 10 3.19 CLEANING .................................................................................................................................. 10 3.20 PROTECTION.............................................................................................................................. 11 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................. 1

1.02 RELATED REQUIREMENTS ...................................................................................................... 1 1.03 REFERENCE STANDARDS......................................................................................................... 1

1.04 SUBMITTALS ............................................................................................................................... 2 1.05 QUALITY ASSURANCE .............................................................................................................. 3

PART 2 PRODUCTS 2.01 MATERIALS ............................................................................................. 3 2.02 FABRICATION.............................................................................................................................. 4 2.03 FINISH............................................................................................................................................ 4

PART 3 EXECUTION 3.01 EXAMINATION ...................................................................................... 4 3.02 ERECTION ..................................................................................................................................... 5

3.03 TOLERANCES .............................................................................................................................. 5 3.04 FIELD QUALITY CONTROL ...................................................................................................... 5 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................ 1

1.02 RELATED REQUIREMENTS ...................................................................................................... 1

1.03 REFERENCE STANDARDS ......................................................................................................... 1 1.04 ADMINISTRATIVE REQUIREMENTS ...................................................................................... 2 1.05 SUBMITTALS ............................................................................................................................... 2

1.06 QUALITY ASSURANCE .............................................................................................................. 2 PART 2 PRODUCTS 2.01 MANUFACTURERS ................................................................................ 3

2.02 FRAMING SYSTEM ..................................................................................................................... 3 2.03 FRAMING MATERIALS .............................................................................................................. 3

2.04 WALL SHEATHING ..................................................................................................................... 4 2.05 ACCESSORIES .............................................................................................................................. 4 2.06 FASTENERS .................................................................................................................................. 4 PART 3 EXECUTION 3.01 EXAMINATION ..................................................................................... 4 3.02 INSTALLATION OF STUDS ........................................................................................................ 4

3.03 WALL SHEATHING ..................................................................................................................... 5 3.04 TOLERANCES............................................................................................................................... 5

PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................. 1 1.02 RELATED REQUIREMENTS ...................................................................................................... 1 1.03 REFERENCE STANDARDS......................................................................................................... 1 1.04 SUBMITTALS ............................................................................................................................... 3 1.05 QUALITY ASSURANCE .............................................................................................................. 3 PART 2 PRODUCTS 2.01 MATERIALS - STEEL .............................................................................. 3

Page 9: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-vii-

2.02 MATERIALS - ALUMINUM ........................................................................................................ 3

2.04 FABRICATED ITEMS .................................................................................................................. 4 2.05 PREFABRICATED LADDERS..................................................................................................... 4 2.06 ADJUSTABLE COLUMNS - STEEL ........................................................................................... 4

2.07 FINISHES - STEEL........................................................................................................................ 4 2.08 FABRICATION TOLERANCES................................................................................................... 5 3.02 PREPARATION ............................................................................................................................. 5 3.03 INSTALLATION ........................................................................................................................... 5 3.04 TOLERANCES .............................................................................................................................. 5

PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................ 1 1.02 REFERENCES ............................................................................................................................... 1 1.04 QUALITY ASSURANCE .............................................................................................................. 2 1.05 DELIVERY, STORAGE, AND HANDLING ............................................................................... 2

PART 2 PRODUCTS 2.01 DIMENSION LUMBER FOR CONCEALED APPLICATIONS ............ 2 2.02 EXPOSED DIMENSION LUMBER ............................................................................................. 2

2.03 CONSTRUCTION PANELS.......................................................................................................... 3 2.05 FACTORY WOOD TREATMENT ............................................................................................... 3

PART 3 EXECUTION 3.01 FRAMING INSTALLATION ................................................................. 4 3.02 INSTALLATION OF ACCESSORIES AND MISCELLANEOUS WOOD ................................ 5 3.03 INSTALLATION OF CONSTRUCTION PANELS ..................................................................... 5

3.04 SITE APPLIED WOOD TREATMENT ........................................................................................ 5 3.05 TOLERANCES............................................................................................................................... 5

3.06 CLEANING .................................................................................................................................... 5 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................ 1 1.02 RELATED REQUIREMENTS ...................................................................................................... 1

1.03 REFERENCE STANDARDS ......................................................................................................... 1

1.04 ADMINISTRATIVE REQUIREMENTS ...................................................................................... 2 1.05 SUBMITTALS ............................................................................................................................... 2 1.06 QUALITY ASSURANCE .............................................................................................................. 2

PART 2 PRODUCTS 2.01 FINISH CARPENTRY ITEMS ................................................................. 3 2.02 WOOD-BASED COMPONENTS.................................................................................................. 3

2.03 LUMBER MATERIALS ................................................................................................................ 3 2.04 SHEET MATERIALS .................................................................................................................... 4

2.05 PLASTIC LAMINATE MATERIALS........................................................................................... 4 2.06 FASTENINGS ................................................................................................................................ 4 2.07 ACCESSORIES .............................................................................................................................. 4 2.08 HARDWARE ................................................................................................................................. 4 2.09 FABRICATION .............................................................................................................................. 5

2.10 SHOP FINISHING ......................................................................................................................... 5 PART 3 EXECUTION 3.01 EXAMINATION ..................................................................................... 5

3.02 INSTALLATION ........................................................................................................................... 6 3.03 PREPARATION FOR SITE FINISHING ...................................................................................... 6 3.05 TOLERANCES............................................................................................................................... 6 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................ 1 1.02 RELATED REQUIREMENTS ...................................................................................................... 1 1.03 REFERENCE STANDARDS ......................................................................................................... 1

Page 10: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-viii-

1.04 SUBMITTALS ............................................................................................................................... 2

1.05 FIELD CONDITIONS .................................................................................................................... 2 2.02 FOAM BOARD INSULATION MATERIALS ............................................................................. 2 2.03 FIBER BOARD INSULATION MATERIALS ............................................................................. 3

2.04 BATT INSULATION MATERIALS ............................................................................................. 4 2.05 ACCESSORIES .............................................................................................................................. 4 PART 3 EXECUTION 3.01 EXAMINATION ..................................................................................... 5 3.02 BOARD INSTALLATION AT FOUNDATION PERIMETER .................................................... 5 3.03 BOARD INSTALLATION AT EXTERIOR WALLS................................................................... 5

3.04 BOARD INSTALLATION AT CAVITY WALLS ....................................................................... 6 3.06 BATT INSTALLATION ................................................................................................................ 7 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................ 1 1.02 REFERENCES ............................................................................................................................... 1

1.03 SUBMITTALS ............................................................................................................................... 1 1.04 ENVIRONMENTAL REQUIREMENTS ...................................................................................... 1

1.06 WARRANTY ................................................................................................................................. 1 PART 2 PRODUCTS 2.01 SEALANTS ............................................................................................... 2

2.02 ACCESSORIES .............................................................................................................................. 2 PART 3 EXECUTION 3.01 EXAMINATION ..................................................................................... 3 3.02 PREPARATION ............................................................................................................................. 3

3.03 INSTALLATION ........................................................................................................................... 3 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................. 1

1.02 RELATED REQUIREMENTS ...................................................................................................... 1 1.03 REFERENCE STANDARDS......................................................................................................... 1 1.04 SUBMITTALS ............................................................................................................................... 2

1.05 QUALITY ASSURANCE .............................................................................................................. 2

1.06 DELIVERY, STORAGE, AND HANDLING ............................................................................... 2 PART 2 PRODUCTS 2.01 MANUFACTURERS ................................................................................. 3 2.02 DOORS AND FRAMES ................................................................................................................ 3

2.03 STEEL DOORS .............................................................................................................................. 3 2.05 ACCESSORY MATERIALS ......................................................................................................... 4

2.06 FINISH MATERIALS .................................................................................................................... 5 PART 3 EXECUTION 3.01 EXAMINATION ...................................................................................... 5

3.02 PREPARATION ............................................................................................................................. 5 3.03 INSTALLATION ........................................................................................................................... 5 3.04 TOLERANCES .............................................................................................................................. 5 PART 1 GENERAL 1.01 WORK INCLUDED ................................................................................ 1 1.02 RELATED WORK ..................................................................................................................... 1

1.04 LABORATORY TESTING AND PERFORMANCE REQUIREMENTS ............................... 1 1.05 QUALITY ASSURANCE .......................................................................................................... 2

1.06 SUBMITTALS ........................................................................................................................... 2 1.07 WARRANTIES .......................................................................................................................... 2 PART 2 PRODUCTS 2.01 MATERIAL ............................................................................................ 3 2.02 FABRICATION .......................................................................................................................... 4 PART 3 EXECUTION 3.01 INSPECTION ....................................................................................... 4 3.02 INSTALLATION ....................................................................................................................... 5

Page 11: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-ix-

3.03 ANCHORAGE ........................................................................................................................... 5

3.04 PROTECTION AND CLEANING............................................................................................. 5

END OF SECTION............................................................................................................................. 5 PART 1 GENERAL 1.01 WORK INCLUDED ................................................................................. 1

1.02 RELATED WORK ..................................................................................................................... 1 1.03 LABORATORY TESTING AND PERFORMANCE REQUIREMENTS ............................... 1 1.04 QUALITY ASSURANCE .......................................................................................................... 2 1.05 SUBMITTALS ........................................................................................................................... 2 1.06 WARRANTIES .......................................................................................................................... 3

PART 2 PRODUCTS 2.01 MATERIALS .......................................................................................... 3 2.02 FABRICATION .......................................................................................................................... 4 PART 3 EXECUTION 3.01 INSPECTION ....................................................................................... 4 3.02 INSTALLATION ....................................................................................................................... 4

3.03 ANCHORAGE ........................................................................................................................... 5 3.04 PROTECTION AND CLEANING............................................................................................. 5

PART 1 GENERAL 1.01 SUBMITTALS ............................................................................................. 1 1.02 QUALITY ASSURANCE .............................................................................................................. 1

1.03 WARRANTY ................................................................................................................................. 1 PART 2 PRODUCTS 2.01 GLAZING TYPES ..................................................................................... 1 2.02 EXTERIOR GLAZING ASSEMBLIES........................................................................................ 1

2.03 GLASS MATERIALS .................................................................................................................... 2 2.04 SEALED INSULATING GLASS UNITS ..................................................................................... 2

2.05 GLAZING COMPOUNDS ............................................................................................................ 2 2.06 GLAZING ACCESSORIES ........................................................................................................... 2 PART 3 EXECUTION 3.01 INSTALLATION - EXTERIOR/INTERIOR DRY METHOD (GASKET

GLAZING) ............................................................................................................................................. 3

3.02 INSTALLATION - EXTERIOR PUTTY METHOD (WOOD WINDOW RE-GLAZING) ........ 3 PART 1 GENERAL 1.01 SECTION INCLUDES ................................................................................. 1 1.02 RELATED REQUIREMENTS ...................................................................................................... 1

1.03 REFERENCE STANDARDS......................................................................................................... 1 1.04 SUBMITTALS ............................................................................................................................... 2

1.05 QUALITY ASSURANCE .............................................................................................................. 2 PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES ........................................................... 2

2.02 METAL FRAMING MATERIALS ............................................................................................... 3 2.03 BOARD MATERIALS................................................................................................................... 3 2.04 ACCESSORIES .............................................................................................................................. 5 3.02 FRAMING INSTALLATION ........................................................................................................ 6 3.03 ACOUSTIC ACCESSORIES INSTALLATION ........................................................................... 6

3.04 BOARD INSTALLATION ............................................................................................................ 6 3.05 INSTALLATION OF TRIM AND ACCESSORIES ..................................................................... 7

3.06 JOINT TREATMENT .................................................................................................................... 7 3.7 TOLERANCES........................................................................................................................... 8 1.01 SECTION INCLUDES ................................................................................................................... 1 1.04 REFERENCE STANDARDS ......................................................................................................... 1 1.05 SUBMITTALS ............................................................................................................................... 1 1.06 QUALITY ASSURANCE .............................................................................................................. 2

Page 12: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-x-

1.07 MOCK-UP ...................................................................................................................................... 2

1.08 DELIVERY, STORAGE, AND HANDLING ............................................................................... 2 1.09 FIELD CONDITIONS .................................................................................................................... 2 2.01 MANUFACTURERS ..................................................................................................................... 3

109. 1. Basis of Design: Sherwin Williams Company: www.sherwin-williams.com .................................. 3 2.02 PAINTS AND COATINGS - GENERAL ...................................................................................... 3 2.04 PAINT SYSTEMS – INTERIOR ................................................................................................... 4 2.05 ACCESSORY MATERIALS ......................................................................................................... 5 PART 3 EXECUTION 3.01 EXAMINATION ..................................................................................... 5

3.02 PREPARATION ............................................................................................................................. 5 3.03 APPLICATION .............................................................................................................................. 6 3.04 CLEANING .................................................................................................................................... 6 3.05 PROTECTION ................................................................................................................................ 7

3.06 SCHEDULE - PAINT SYSTEMS.................................................................................................. 7 PART 1 GENERAL 1.01 WORK INCLUDED ................................................................................. 8

1.02 RELATED WORK ..................................................................................................................... 8 1.03 PERFORMANCE REQUIREMENTS ....................................................................................... 8

1.04 PROJECT CONDITIONS .......................................................................................................... 8 1.05 SUBMITTALS ........................................................................................................................... 8 1.06 WARRANTIES .......................................................................................................................... 9

PART 2 PRODUCTS 2.01 MANUFACTURERS ............................................................................. 9 2.01 MATERIALS .............................................................................................................................. 9

2.02 FABRICATION ........................................................................................................................ 10 PART 3 EXECUTION 3.01 INSPECTION ..................................................................................... 10 3.02 INSTALLATION ..................................................................................................................... 10

3.03 ANCHORAGE ......................................................................................................................... 10

3.04 PROTECTION AND CLEANING........................................................................................... 11 END OF SECTION .............................................................................................................................. 11

SECTION VI ..................................................................................................................................... 12 ATTACHMENTS ............................................................................................................................. 12

GENERAL SAFETY RULES .............................................................................................................. 13

PRIME CONTRACTOR – REQUEST FOR INFORMATION .......................................................... 17 REQUEST FOR SUBSTITUTION ...................................................................................................... 19

PREVAILING WAGE RATE .............................................................................................................. 20 DRAWINGS ......................................................................................................................................... 27

Page 13: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-1-

SECTION I

INVITATION FOR BID

Page 14: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-2-

Legal Notice GD 17-28

INVITATION FOR BID

Notice is hereby given that the Greater Dayton Regional Transit Authority (RTA) is receiving

bids for the following procurement until 2:00 PM local time, OCTOBER 11, 2017, for the

following:

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

In accordance with the drawings and specifications prepared by ARCH/ENGINEER and on file

at the Greater Dayton Regional Transit Authority (RTA).

All bidders will be required to comply with all applicable Equal Employment Opportunity laws

and regulations.

Pursuant to Section 153.54 et seq. of the Ohio Revised Code, the bidder shall submit a BID

GUARANTY in the form of either:

a. A bond for the full amount of the bid, conditioned that if the bid is accepted, the

bidder after the awarding or the recommendation for awarding the contract, will enter

into a proper contract based upon the bid; or

b. A certified check, cashier's check, or letter of credit pursuant to Chapter 1305, Ohio

Revised Code, in the amount of 10 percent of the base bid amount. If a 10 percent

GUARANTY is submitted, provided that the bid is accepted, the bidder will, after

the awarding or recommendation for awarding the contract, enter into a proper

contract and indemnify the RTA against all damages suffered by failure to perform

the contract by supplying a performance bond in accordance with Section 153.54(2)

et. seq. of the Ohio Revised Code for the FULL AMOUNT OF THE CONTRACT.

All bids and related documents shall be subject to a financial assistance contract between the

RTA and the United States Department of Transportation under the Urban Mass Transportation

Administration Act of 1964, as amended, terms and conditions established under the act will

apply. All bidders will be required to certify they are not on the U.S. Comptroller General's

Consolidated list of ineligible contractors. Manufacturers appearing on said list will be

considered ineligible.

A pre-bid meeting will be held on SEPTEMBER 19, 2017, at 2:00 P.M., local time, at

Wright Stop Plaza 4 South Main Street, Dayton, OH 45402.

The RTA hereby notifies all bidders that in regard to any contract entered into pursuant to this

Invitation for Bid, advertisement or solicitation, Disadvantaged Business Enterprises will be

afforded full opportunity to submit bids and/or proposals in response and will not be subjected to

discrimination on the basis of race, color, sex or national origin in consideration for an award.

Page 15: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-3-

Any interpretation, correction or change of the bid documents will be made by addendum.

Interpretations, corrections or changes made in any other manner will not be binding. Addenda

will be mailed to every bidder of record.

No bid may be withdrawn for a period of one hundred twenty (120) days after bid opening. The

RTA reserves the right, as the interests of the RTA may require, to postpone, accept or reject any

and all bids and to waive any information in bids received and to award the contract to the lowest

responsive and responsible bidder as determined by its Board of Trustees.

Deborah Howard

Manager of Procurement

Page 16: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-4-

RTA BACKGROUND

History

RTA is an independent political subdivision of the State of Ohio organized pursuant to Ohio

Revised Code Section 306.30 through 306.71, inclusive, as amended.

The RTA was created on July 6, 1971, pursuant to the Revised Code, by ordinances of the

Councils of the City of Dayton and the City of Oakwood. After completing the purchase of the

assets of City Transit, the major privately owned public transportation system in the area, the

RTA became operational on November 5, 1972. In July, 1980, after the approval in the

preceding April by the voters of the County of a one-half percent sales and use tax of unlimited

duration for all purposes of the RTA, the boundaries of the RTA were extended to be

coextensive with the boundaries of Montgomery County and parts of Greene County.

Governing Body

All power and authority of the RTA is vested in and exercised by its nine (9) member Board of

Trustees.

Page 17: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-5-

The Greater Dayton Regional Transit Authority BID FORM

BIDS WILL BE RECEIVED UNTIL

2:00 PM on OCTOBER 11, 2017, AND THEN

PUBLICLY OPENED AT:

4 S. Main Street

Dayton, OH 45402

BID BOND REQUIREMENT:

A BID BOND, CASHIER'S CHECK OR

CERTIFIED CHECK MUST ACCOMPANY

THIS BID FOR NOT LESS THAN

10%

OF THE BASE BID PRICE.

BID NUMBER: GD 17-28

CURRENT DATE: SEPTEMBER 12, 2017

PERFORMANCE BOND REQUIREMENT:

IN THE EVENT BID IS ACCEPTED, A

PERFORMANCE BOND WILL BE

REQUIRED IN THE AMOUNT OF 100% OF

THE CONTRACT AMOUNT WITHIN TEN

(10) CALENDAR DAYS AFTER

NOTIFICATION OF AWARD.

The undersigned hereby agrees to provide the goods/services/equipment as listed below and in

accordance with the specifications on file at the office of the Manager of Procurement, Greater

Dayton Regional Transit Authority, 4 S. Main Street, Dayton, Ohio 45402, which have been

carefully examined and which are incorporated herein and made a part of the bid documentation.

See Bid Forms on the Following Pages.

ALL BLANK SPACES MUST BE FILLED OUT ON THIS BID FORM. IF THE BID

AMOUNT IS ZERO OR A DEDUCTION, PLEASE INDICATE THIS AMOUNT IN

BRACKETS.

THIS FORM IS CONTINUED ON THE NEXT PAGE

Page 18: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-6-

GENERAL: BASE BID

As defined in Contract Documents

Material

Labor

TOTAL BID

(Basis of Award)

(Total bid shown here is to be written out)

The Architect's Estimate for Base Bid Category: $ 118,612

(This form is continued)

Page 19: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-7-

BASIS OF AWARD:

The award of this contract is based on the lowest responsive and responsible bidder(s) as

determined by the Greater Dayton Regional Transit Authority (RTA).

Terms of Payment

Payment terms of net 30 days after installation/delivery and acceptance.

Delivery

No later than 90 calendar days. Product will be delivered FOB Destination.

The undersigned understands that any condition stated in the bid, clarification made to the bid, or

information submitted on or with this form, other than requested, may render the bid non-

responsive and it may be rejected; and further agrees that this bid may not be withdrawn for a

period of ONE HUNDRED TWENTY (120) days after the date set for the opening of the bids.

OFFER: By execution below, Bidder hereby offers to furnish the goods and/or services as

indicated herein.

Name of Individual, Partner or Corporation

Address City, State and Zip Code

Telephone Number Fax Number

E-mail Address Mobile Phone Number

Authorized Signature Title Date

Printed Authorized Signature Printed Title

Page 20: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-8-

The Greater Dayton Regional Transit Authority

BIDDER QUALIFICATIONS

Firm Name: ______________________________________________________________________ (Company Name)

________________________________________________________________________________ (Address) (City, State, Zip Code)

________________________________________________________________________________ (Phone Number) (Fax Number) (E-mail)

Date: _______________________________

Construction Capabilities: (Check all that apply)

General Contracting Electrical Plumbing

HVAC Demolition Carpeting

Asbestos Abatement Painting Other ________________

For Corporations Only:

Federal ID Number: _________________________________________________________________

Name of State(s) in which incorporated: _________________________________________________

Date(s) of incorporation: ______________________________________________________________

If not incorporated in Ohio:

1. Attach Certificate of Authority to do Business in Ohio

2. Certificate Number: _____________________ Date: _____________________

_______________________________________ _______________________________________

(President’s Name) (Vice-President’s Name)

_______________________________________ _______________________________________

(Secretary’s Name)

For Partnerships Only: Date of Organization:

(Treasurer’s Name)

_______________________________________

Type of Partnership: General Limited Association

Names and Addresses of all partners: (Use additional sheet if necessary)

1.________________________________________________________________________________

(Name) (Address) (City, State, Zip Code)

2.________________________________________________________________________________

(Name) (Address) (City, State, Zip Code)

General Information:

Federal ID Number: _____________________ or SSN: ________________________________

Percent of work done by Contractor: _______ Number of Permanent Employees: ___________

Number of years in business: _____________

(This form is continued)

Page 21: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-9-

Geographical limits of operation: ___________________________________________________

If you have done business under a different name, please give name and location: _____________

______________________________________________________________________________

Has firm ever failed to complete a project or defaulted on a contract? If so, state where and why:

___________________________________________________________________________

___________________________________________________________________________

Date: Dated this ________________ day of _________________________, 20_____.

Signatures:

Individual

Partnership

Joint Venture

Corporation

Business Name: ________________________________________________________________

Address: ______________________________________________________________________

______________________________________________________________________________

Telephone: _________________________ Fax Number: __________________________

Federal ID Number: __________________ Social Security Number: _________________

Incorporated under the laws of the State of: ___________________________________________

(If a corporation organized in a state other than Ohio, attach certificate of Authority to do business

in the State of Ohio.)

___________________________________

____________________________________ (Bidder’s Signature) (Corporate Secretary’s Signature and Seal)

___________________________________ (Typed or Printed Name of Signor) (Seal)

___________________________________ (Partner/Joint Venture Signature)

___________________________________ (Typed or Printed Name of Signor)

Page 22: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-10-

The Greater Dayton Regional Transit Authority

Bid Requirement

SUMMARY OF BID REQUIREMENTS

FAILURE TO SUBMIT ANY OF THE FOLLOWING DOCUMENTS MAY RENDER

YOUR BID NON-RESPONSIVE

Bid Submission:

Complete the following checklist indicating that the documents required for this bid are enclosed.

Bid Form

Bidder Qualifications

Summary of Bid Requirements

Affidavit of Intended Disadvantaged Business Enterprise

Affidavit of Disadvantaged Business Enterprise

DBE Unavailability Certification

Non-Collusion Affidavit

Personal Property Tax Affidavit

Buy America Certification (applicable if bid is over $100,000)

RTA Clean Air Policy Verification

Certification of Restrictions on Lobbying

Addenda Acknowledgment

Letter of AAAP Approval from the City of Dayton, Human Relations

Council

Certification of Contractor Regarding Debarment, Suspension and Other

Ineligibility and Voluntary Exclusion

Certification of Procurement Integrity

Bid Bond (as required)

Bidder's Warranty Information (as required)

SIGNATURE:

NAME PRINTED:

TITLE:

COMPANY:

DATE:

Page 23: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-11-

BID REQUIREMENT

Disadvantaged Business Enterprise (DBE) Information

Refer to Section II, Paragraph 30, Page 43

NOTE: All bidders must complete and submit with their bid one (1) or more of the DBE

forms on Pages 12, 13, and 14. Failure to complete these forms may cause your bid to be

considered non-responsive and, therefore, rejected.

Page 24: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-12-

The Greater Dayton Regional Transit Authority

TO BE COMPLETED BY PRIME CONTRACTOR AFFIDAVIT OF INTENDED DISADVANTAGED BUSINESS ENTERPRISE

State of

County of

Comes now of lawful age, and being duly sworn

(Name of individual)

upon his/her oath states as follows:

This affidavit is made for the purpose of complying with that part of the specifications of the Greater Dayton

Regional Transit Authority's DBE program, which requires that

(Name of Bidder)

as a Contractor/vendor bidding on the project, sets forth the names of certified disadvantage Contractors,

subcontractors, and suppliers with whom it will contract if awarded a contract for this project, the area(s) and scope

of work and corresponding NAICS code of each listed Contractor, subcontractor and supplier and the approximate

dollar amount of each listed item and corresponding NAICS Code.

That the following list is true and accurate to the best of my knowledge:

Contractor Description Corresponding NAICS Code Dollar Amount

I certify that

is

is not

a disadvantaged

(Firm Submitting Bid)

owned business as defined in DOT 49 CFR Parts 23 and 26.

That I am authorized to make this affidavit in my capacity as

of this bidder. (Title)

Dated this day of , 20 .

(Name of Company)

By:

(Affiant) (Title)

Email:

Subscribed and sworn to before me this day of , 20 .

(Notary Public)

My Commission Expires: (SEAL)

The Greater Dayton Regional Transit Authority

Page 25: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-13-

TO BE COMPLETED BY EACH DISADVANTAGED BUSINESS ENTERPRISE THAT IS

BEING UTILIZED

AFFIDAVIT OF DISADVANTAGED BUSINESS ENTERPRISE

State of

County of

I hereby declare and affirm that I am the

(Title)

and duly authorized representative of

(Name of Company)

whose address is

I hereby declare and affirm that I am a disadvantaged business enterprise as defined by The

Greater Dayton Regional Transit Authority in the Instructions to Bidders for Contract No. GD

17-28 and that I will provide information requested by the Greater Dayton Regional Transit

Authority to document this fact.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY

THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT,

AND THAT I AM AUTHORIZED, ON BEHALF OF THE ABOVE FIRM, TO MAKE THIS

AFFIDAVIT.

By:

(Affiant) (Date)

On this day of , 20 , before me,

, known to me to be the person described in the

foregoing affidavit and acknowledged that he/she executed the same in the capacity therein

stated and for the purpose therein contained.

IN WITNESS WHEREOF, I hereunto set my hand and official seal.

(Notary Public)

My Commission

Expires:

(SEAL)

Page 26: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-14-

The Greater Dayton Regional Transit Authority DBE UNAVAILABILITY CERTIFICATION

(See Good Faith - Section II, Paragraph 29, C.)

(Affiant) (Date)

of certify that prior to

(Prime or General Bidder)

the bid opening date, I contacted the following DBE contractors to obtain a bid/proposal for

services/supplies necessary to be performed on the Greater Dayton Regional Transit Authority

Legal Notice No. GD 17-28.

Disadvantaged Service/Supplies

Date Contractor Item(s) Sought

(Must be DBE) (i.e.., Unit Price, Material & Labor, Labor

Only, etc.)

Attach a detailed narrative of efforts made to involve disadvantage contractor(s),

subcontractor(s) and suppliers which should answer, but not be limited to, the specific

affirmative action steps, as detailed in Section II Paragraph 29, C.

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

______________________________________________________________________________

To the best of my knowledge and belief, said disadvantaged contractor(s) was unavailable

(exclusive of unavailability due to lack of agreement on price) for work on this project, or unable

to prepare a bid/proposal for the following reasons:

Signature:

(Prime or General Contractor)

Date:

was offered an opportunity

(DBE firm)

participate on the above identified Legal Notice on by

(date) (Source)

Page 27: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-15-

THE GREATER DAYTON REGIONAL TRANSIT AUTHORITY

Bid Requirement

NON-COLLUSION AFFIDAVIT

NOTE: Each bidder shall furnish this affidavit, properly executed and containing all required information, with

their bid.

IF YOU FAIL TO COMPLY, YOUR BID WILL NOT BE CONSIDERED.

STATE OF }

} SS: NON-COLLUSION AFFIDAVIT

COUNTY }

being first duly sworn deposes and says:

Individual only: That he is an individual doing business under the name of

at

in the City of ,

State of .

Partnership only: That he is the duly authorized representative of a partnership doing business under the name

Of at

in the City of ,

State of .

Corporation only: That he is the duly authorized, qualified and acting

Of , a corporation organized and

existing under the laws of the State of , and that he,

said partnership or said corporation, is filing herewith a proposal or bid to the Greater

Dayton Regional Transit Authority in conformity with the foregoing specifications.

Individual only: Affiant further says that the following is a complete and accurate list of the names and

addresses of all persons interested in said proposed contract:

Affiant further says that he is represented by the following attorney(s):

and is also represented by the following resident agents in the City of Dayton:

(This form is continued)

Page 28: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-16-

Partnership only: Affiant further says that the following is a complete and accurate list of the names and

addresses of the members of said partnership:

Affiant further says that said partnership is represented by the following attorney(s):

and is also represented by the following resident agents in the City of Dayton:

Corporation only: Affiant further says that the following is a complete and accurate list of the

officers,

directors and attorney(s) of said corporation:

President:

Directors:

Vice President:

Secretary:

Treasurer:

Local Manager of Statutory Agent:

Attorney(s):

And that the following officers are authorized to execute contracts on behalf of said

corporation:

Affiant further says that the bid filed herewith is not made in the interest of or on behalf of

any undisclosed person, partnership, company, association, organization or corporation;

that such bid is genuine and not collusion or sham; that said bidder has not, directly or

indirectly, induced or solicited any other bidder to put in a false or sham bid, and has not

directly or indirectly, colluded, conspired, connived or agreed with any bidder or anyone

else to put in a sham bid, or that anyone shall refrain from bidding; that said bidder has not

in any manner, directly or indirectly, sought by agreement, communication or conference

with anyone to fix the bid price of said bidder or of any other bidder or to fix any overhead,

profit, or cost element of such bid price or that of any other bidder, or to secure any

advantage against the Greater Dayton Regional Transit Authority, or anyone interested in

the proposed contract; that all statements contained in such bid are true; that said bidder has

not directly, or indirectly, submitted his price or any breakdown thereof or the contents

thereof, or divulged information or data relative thereto, or paid or agreed to pay, directly or

(This form is continued)

Page 29: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-17-

indirectly, any money or other valuable consideration for assistance or aid rendered or to be

rendered in procuring or attempting to procure the contract above referred to, to any

corporation, partnership, company, association, organization, or to any member or agent

thereof, or to any other individual, except such persons as herein above disclosed to have a

partnership or other financial interest with said bidder will not pay or agree to pay, directly

or indirectly, any money or other valuable consideration to any corporation, partnership,

company, association, organization or to any member or agent thereof, or to any other

individual, for aid or assistance in securing contract above referred to in the event the same

is awarded to:

Further Affiant saith not.

(Sign here)

Sworn to before me and subscribed in my presence this day of ,

20 .

(Notary Public)

My Commission Expires: (SEAL)

Page 30: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-18-

The Greater Dayton Regional Transit Authority

PERSONAL PROPERTY TAX AFFIDAVIT

(O.R.C. 5719.042)

The person making a bid shall submit to the RTA Chief Financial Officer a statement affirmed under oath

that the person with whom the contract is to be made was not charged at the time the bid was submitted

with any delinquent personal property taxes on the general tax list of personal property of any county in

which the taxing district has territory or that such person was charged with delinquent personal property

taxes on any such tax list, in which case the statement shall also set forth the amount of such due and

unpaid delinquent taxes and any due and unpaid penalties and interest thereon. If the statement indicates

that the taxpayer was charged with any such taxes, a copy of the statement shall be transmitted by the

Chief Financial Officer to the county treasurer within thirty (30) days of the date it is submitted.

STATE OF

COUNTY OF

The undersigned being first duly sworn states that he/she is (check one):

the bidder OR the duly-authorized representative of the bidder

to whom a contract pursuant to Invitation for Bid No. GD 17-28 for WRIGHT STOP PLAZA

CONCOURSE FACADE RENOVATION was

awarded; and further states that, at the time the bidder’s bid was submitted (check and complete as

required):

bidder was not charged with any delinquent personal property taxes on the general tax list of personal

property of .

(County, State)

bidder was charged with delinquent personal property taxes on the general tax list of personal property

of as follows: (County, State)

$ in due and unpaid delinquent taxes

$ in due and unpaid penalties and interest thereon

Name of Bidder:

Authorized Signature:

Title:

Company:

Address:

City, State, Zip:

Sworn to before me and subscribed in my presence this day of

, 20 .

(Notary Public’s Signature)

My Commission Expires: (SEAL)

Page 31: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-19-

The Greater Dayton Regional Transit Authority

Bid Requirement BUY AMERICA PROVISION

Complete applicable section below (not both).

CERTIFICATE OF COMPLIANCE WITH 49 U.S.C. 5323(j)(1)

The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and

the applicable regulations in 49 CFR part 661.

Date

Signature

Company Name

Title

CERTIFICATE OF NON-COMPLIANCE WITH 49 U.S.C. 5323(j)

The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but

it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended,

and the applicable regulations in 49 CFR 661.7.

Date

Signature

Company Name

Title

The Greater Dayton Regional Transit Authority

Page 32: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-20-

RTA CLEAN AIR POLICY

As the region's public transportation provider, the Greater Dayton Regional Transit Authority

(RTA) recognizes its role in improving the environment, specifically air quality. Therefore,

RTA is committed to environmentally sound solutions that adhere to its primary mission of

affordable, flexible, reliable and convenient public transportation that meets the needs of an

ever-changing regional community.

In order to meet this clean air commitment, RTA shall:

Encourage use of the RTA system in an effort to offset the growing use of

single-occupant vehicles, the greatest source of ozone pollution.

Adjust and expand service, when feasible, in response to population shifts and

regional needs in an effort to increase use of the system.

Assure that RTA vehicles, either through adaptation or purchase, meet or

exceed the emission standards of the Environmental Protection Agency

(EPA). RTA will continue to investigate technologies developed to aid public

transportation in its mission to improve air quality.

Contract only with vendors and suppliers who comply with EPA Clean Air

standards.

Invite area employers to participate in RTA's corporate pass purchase program

to increase ridership among their employees.

Lobby for development of municipal land use ordinances and policies that

encourage accessibility to mass transit.

Maintain open communication with riders, taxpayers, public interest groups,

private organizations, and government agencies to encourage free exchange of

information regarding environmental issues and improvements.

PLEASE EXECUTE: RTA CLEAN AIR POLICY VERIFICATION

There is no action pending against

(Name of Bidder)

for violating the Environmental Protection Agency Clean Air standards.

Company:

By: Date:

(Duly Authorized Company Representative)

Page 33: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-21-

The Greater Dayton Regional Transit Authority

Bid Requirement

CERTIFICATION OF RESTRICTIONS ON LOBBYING

The undersigned hereby certifies on behalf of

that: (Name of Bidder)

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the

undersigned, to any person for influencing or attempting to influence an officer or

employee of any agency, a Member of Congress, an officer or employee of Congress, or

an employee of a Member of Congress in connection with the awarding of any federal

contract, the making of any federal grant, the making of any federal loan, the entering

into of any cooperative agreement, and the extension, continuation, renewal, amendment,

or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any

person for influencing or attempting to influence an officer or employee of any agency, a

Member of Congress, an officer or employee of Congress, or an employee of a grant,

loan, or cooperative agreement, the undersigned shall complete and submit standard

Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

(3) The undersigned shall require that all language of this certification be included in the

award documents for all subawards at all tiers (including subcontracts, subgrants, and

contracts under grants, loans, and cooperative agreements) and that all subrecipients shall

certify and disclose accordingly.

This certification is a material representation of fact upon which reliance is placed when this

transaction was made or entered into. Submission of this certification is a prerequisite for

making or entering into this transaction imposed by 49 CFR Part 20, modified as necessary by 31

U.S.C. Section 1352. Any person who fails to file the required certification shall be subject to a

civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Executed this day of , 20 .

Name of Bidder:

Address:

City, State, Zip:

Signature

Title of Official:

Telephone:

Date:

Page 34: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-22-

The Greater Dayton Regional Transit Authority

Bid Requirement ADDENDA ACKNOWLEDGMENT FORM

Bidders must indicate below the addenda received and the

dates addenda were received. (If none received, write "none

received".)

Addendum No. Date Received:

Addendum No. Date Received:

Addendum No. Date Received:

Addendum No. Date Received:

Addendum No. Date Received:

Addendum No. Date Received:

Name of individual, partner or corporation:

Street Address:

City, State, Zip Code:

Telephone Number:

E-Mail Address:

Name Printed:

Authorized Signature:

Title:

Page 35: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-23-

BID REQUIREMENT

Insert Here:

CITY OF DAYTON LETTER OF AFFIRMATIVE

ACTION ASSURANCE PLAN APPROVAL (AAAP)

(Refer to Section II, Paragraph 17)

Note: All bidders must submit with their bid a letter from the City of Dayton's Human Relations Council,

stating that they have an approved Affirmative Action Assurance Plan. Failure to furnish the letter from the

City of Dayton's Human Relations Council may be cause for rejection of your bid. If your firm is not on the

approved list, or your approval has expired (approvals are valid for a one-year period), please contact the following

office to obtain an application and submit a COPY of the completed application with your bid:

City of Dayton, Ohio

Human Relations Council

371 W. Second Street

Dayton, OH 45402

(937) 333-1403

The bid of any firm, who in RTA's judgment has failed to comply with such laws and regulations, even though their

bid may be the lowest most responsive and responsible, may be considered non-responsive, and may be rejected.

(Reference Section II, Item 15)

Page 36: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-24-

The Greater Dayton Regional Transit Authority

CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION,

AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION

The undersigned, an authorized official of the Bidder stated below, certifies, by submission of

this bid, that neither it nor its principals are presently debarred, suspended, proposed for

debarment, declared ineligible, or voluntarily excluded from participation in this transaction by

any Federal department or agency.

(If the undersigned is unable to certify to any of the statements in this certifications, such official

shall attach an explanation to this bid).

THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND

ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH

THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 2 CFR Part

1200 and 2 CFR Part 180, 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE

THERETO.

Name of Bidder:

Address:

City, State, Zip:

Signature of Authorized Official:

Title of Official:

Telephone: Date:

Page 37: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-25-

The Greater Dayton Regional Transit Authority

CERTIFICATE OF PROCUREMENT INTEGRITY

I, am the officer or employee responsible

(Name of Certifier)

for the preparation of this offer or bid and hereby certify that, to the best of my knowledge and

belief, with the exception of any information described in this certificate, I have no information

concerning a violation or possible violation of Subsection 27(a), (b),(c), or (e) of the Office of

Federal Procurement Policy Act* (41 U.S.C. 423) (hereinafter referred to as "the Act"), as

implemented in the FAR, occurring during the conduct of this procurement (Solicitation No. GD

17-28). As required by Subsection 27(d)(1)(B) of the Act, I further certify that each officer,

employee, agent, representative, and consultant of ____________________________________ (Name of Offer)

who has participated personally and substantially in the preparation or submission of this offer

has certified that he or she is familiar with, and will comply with, the requirements of Subsection

27(a) of the Act, as implemented in the FAR, and will report immediately to me any information

concerning any violation or possible violation of the Act, as implemented in the FAR, pertaining

to this procurement.

Violations or possible violations: (Continue on plain bond paper if necessary and label it

‘Certificate of Procurement Integrity (Continuation Sheet)’. ENTER ‘NONE’ IF NONE

EXISTS)

(Signature of the Officer or Employee

Responsible for the Offer)

Date

(Typed name of the Officer or

Employee Responsible for the Offer)

*Section 27 became effective on July 16, 1989.

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN

AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR

FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO

PROSECUTION UNDER TITLE 18, UNITED STATES CODE SECTION 1001.

Page 38: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-26-

The Greater Dayton Regional Transit Authority

AFFIDAVIT OF CONTRACTOR OR SUBCONTRACTORS - PREVAILING WAGES

(THIS AFFIDAVIT TO BE COMPLETED BY THE SUCCESSFUL CONTRACTOR

AFTER NOTIFICATION OF AWARD HAS BEEN RECEIVED)

I, ,

(Name of person signing affidavit and title)

of the , do hereby certify that the

(Company's Name)

wages paid to all employees for the full number of hours worked in connection with the Legal

Notice No. GD 17-28, titled WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

during the following period from

to is in accordance with

the prevailing wage prescribed by the contract document. I further certify that no rebates or

deductions for any wages due any person have been directly or indirectly made other than those

provided by law.

(Signature of Officer or Agent)

Sworn to and subscribed in my presence this _____ day of ________, 20______.

(Notary Public)

My commission expires:

(SEAL)

The above affidavit must be executed and sworn to by an officer or agent or the Contractor or

Subcontractor who supervises the payment of employees, before the Owner will release the

surety and/or make a final payment due under the terms of the Contract.

Page 39: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-27-

The Greater Dayton Regional Transit Authority

CERTIFICATION OF LOWER-TIER PARTICIPANTS (SUBCONTRACTORS) REGARDING

DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY

EXCLUSION

(THIS AFFIDAVIT TO BE COMPLETED BY THE SUCCESSFUL CONTRACTOR’S

SUB-CONTRACTORS AFTER NOTIFICATION OF AWARD HAS BEEN RECEIVED)

The Lower Tier Participant [Subcontractor to the Primary Contractor(s)],

, certifies by submission of this bid, that neither it nor its principals

are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily

excluded from participation in this transaction by any federal department or agency.

If the above named Lower Tier Participant (Subcontractor) is unable to certify to any of the

statements in this certification, such participant shall attach an explanation to this certification.

The Lower-Tier Participant (Subcontractor), ,

certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on

or with this certification and understands that the provisions of 31. U.S.C. Section 3801 et seq. is

applicable thereto.

___________________________________________

Signature and Title of Authorized Official

___

Date

NOTICE TO BIDDER: THIS CERTIFICATION SHALL BE COMPLETED BY ALL

SUBCONTRACTORS WHICH WILL HAVE A FINANCIAL INTEREST IN THIS

PROJECT WHICH EXCEEDS $25,000 OR SUBCONTRACTORS WHICH WILL HAVE

A CRITICAL INFLUENCE ON OR A SUBSTANTIVE CONTROL OVER THE

PROJECT.

Page 40: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-28-

SECTION II

INSTRUCTIONS TO BIDDERS AND SPECIAL CONDITIONS

Page 41: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-29-

INSTRUCTIONS TO BIDDERS AND SPECIAL CONDITIONS

The Greater Dayton Regional Transit Authority, hereinafter called "RTA", requests bids for:

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION under the following

requirements and conditions, which shall be considered an essential part of the contract

documents.

1. Request for Bid

Bids are requested for: WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION per the special conditions, specifications and drawings.

2. Sealed Bids - Date

A. Sealed bids shall be submitted in an envelope marked "Sealed Bid No. GD 17-28

for WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

opening at 2:00 PM, Dayton (Eastern) time, on OCTOBER 11, 2017 and will be

received at the office of the Manager of Procurement, Greater Dayton Regional

Transit Authority at 4 S. Main Street Dayton, Ohio 45402, at which time and

place the bids will be opened in public. Any bid received after the time referred

to will not be considered and will be returned unopened. Any bid received and

opened may not be withdrawn by the bidder for ONE HUNDRED TWENTY

(120) days from the date on which the bids were opened.

B. Bids may be withdrawn by personal, written or telegraphic requests received from

bidders prior to bid opening date. No bid may be withdrawn for 60 days after

opening. Modifications of bids already submitted will be considered if received

prior to bid opening date. When submitting a request for withdrawal, please

ensure that the envelope is boldly labeled "Withdrawal of Bid" and submitted to

the same address as the bid.

C. Because bids and offers can at times be ambiguous, in its solicitation documents,

the RTA reserves the right to request additional information before making an

award. The RTA also reserves the right to seek clarification from any bidder or

offeror about any statement in its bid or proposal that the RTA finds ambiguous.

D. The RTA reserves the right, as the interests of the RTA may require, to postpone,

accept or reject any and all bids and to waive defects or irregularities in bids

received and to award a contract(s) in the best interest of the RTA.

E. In determining the successful bidder, consideration will be given to the price,

experience of the bidder, responsibility of the bidder including financial

responsibility, responsiveness to these specifications, and the bidder's record as an

Equal Opportunity Employer. RTA's maintenance history with equipment

previously furnished by a bidder, directly or indirectly through a manufacturer,

will also be considered.

Page 42: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-30-

F. All bids submitted are subject to instructions and general conditions, and any

special conditions and specifications contained herein, all of which are made a

part of this bid by reference and constitute the contract documents, and shall

become a part of any agreement/purchase order between the RTA and successful

bidder.

G. Only bids printed in ink (which may include legible hand-printing) or typewritten,

and properly signed by a member of the firm or authorized representative, will be

accepted. Pencil figures or signatures will disqualify bidder.

H. With respect to actions prior to award of a contract, only the RTA's Chief

Financial Officer, Manager of Procurement, Purchasing Agents, or Chief

Executive Officer have the authority to take action on behalf of the RTA. Only

the RTA's Board of Trustees has the authority to award a contract(s) in excess of

$100,000.

3. Contract Award

All bidders will be required to comply with all Equal Employment Opportunity laws and

regulations and file with RTA's DBE Officer, if requested, an Affirmative Action

Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA

approval.

All bidders must submit with their bid a letter from the City of Dayton's Human Relation

Council, stating that they have an approved Affirmative Action Assurance Plan. Failure

to furnish the letter from the City of Dayton's Human Relations Council may be cause for

rejection of your bid. If a bidder is not on the approved list, please contact the City of

Dayton Human Relations Council to obtain an application.

The RTA reserves the right, as the interests of the RTA may require, to postpone, accept

or reject any and all bids and to waive defects or irregularities in the bids received, and to

award a contract(s) to the lowest bidder the RTA deems responsive and responsible.

In awarding a contract(s), the RTA reserves the right to consider all elements entering

into the determination of the responsibility of the bidder. Any bid which is incomplete,

conditional, obscure, or which contains additions not called for or irregularities of any

kind, may be cause for rejection of the bid.

Contract(s) for the purchase of goods and/or services will be awarded within ONE

HUNDRED TWENTY (120) calendar days from the date upon which bids were opened

to the lowest bidder the RTA deems responsive and responsible. The successful bidder

will be required to execute the attached contract within five (5) calendar days after

notification of award.

In the event a single bid is received, the RTA will conduct a price and/or cost analysis of

the bid. A price analysis is the process of examining and evaluating a price submitted

without examining in detail the separate cost elements and the profit included in the cost

Page 43: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-31-

bid. It should be recognized that a price analysis through comparison to other similar

procurements must be based on an established or competitive price of the elements used

in the comparison.

The comparison must be made to a purchase of similar quantities and involving similar

specifications. Where a difference exists, detailed analysis must be made of this

difference and costs associated thereto.

RTA has the right to enter into a negotiated procurement should only a single bid be

received.

Where it is impossible to obtain a valid price analysis, it may be necessary for the RTA to

conduct a cost analysis of the bid price.

If the RTA does not have the capabilities to perform the needed analysis, FTA will lend

support in obtaining the services of the Defense Contract Audit Agency. RTA shall

submit to FTA all data and analyses of the determination prior to award of the contract.

4. Funding

The proposed contract shall be funded in part from the Federal Transit Administration

(FTA) and the Ohio Department of Transportation (ODOT). Each bidder shall examine

all contract documents noting particularly all requirements, which will affect bidder's

work in any way.

5. Bid Security

As security for the acceptance of a contract, each bid must be accompanied by a certified

check, cashier's check, or bid bond in the amount of 10% of the total bid amount drawn

payable to the Greater Dayton Regional Transit Authority (RTA). Such bid deposits of

all bidders will be held by RTA until all bids submitted shall have been canvassed and the

bids have either been rejected or the contract has been awarded. The bid deposit of the

successful bidder will be held until the contract is duly executed. Bid deposits will be

returned to the unsuccessful bidder(s) as soon as possible after award of the contract. The

successful bidder under this bid shall execute a contract with the RTA, or its authorized

representative, within ten (10) calendar days after notification of the award. If the

successful bidder with whom the contract shall have been awarded refuses to execute the

contract within ten (10) calendar days after notification of award of the contract, the

amount of the bid deposit shall be forfeited to and retained by RTA as liquidated

damages for such neglect or refusal.

6. Sensitive Security Information

Each third party contractor must protect, and take measures to ensure that its

subcontractors at each tier protect, “sensitive security information” made available during

the administration of a third party contract or subcontract to ensure compliance with 49

U.S. C. Section 40119(b) and implementing DOT regulations, “Protection of Sensitive

Security Information,” 49 CRF Part 15, and with 49 U.S.C. Section 114(r) and

Page 44: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-32-

implementing Department of Homeland Security regulations, “Protection of Sensitive

Security Information,” 49 CFR Part 1520.

7. Statement of Qualification

RTA reserves the right to award a contract to the low bidder it deems responsive and

responsible. The bidder may be required, upon request, to prove to the satisfaction of the

RTA that the bidder has the skill and experience and the necessary facilities and financial

resources to perform the contract in a responsible and satisfactory manner.

8. Price Complete

The price quoted shall include all items of labor, material, tools, equipment and other

costs necessary to fully complete the WRIGHT STOP PLAZA CONCOURSE

FACADE RENOVATION pursuant to the specifications. It is the intention of the

specifications to provide and require complete goods and/or services prescribed.

Anything omitted from the specifications, which is clearly necessary for the use of or

operation of the goods and/or services shall be considered to be included within the scope

of such goods and/or services although not directly specified or called for in the

specifications. No advantage shall be taken by the manufacturer or supplier in the

omission of any part or detail, which goes to make WRIGHT STOP PLAZA

CONCOURSE FACADE RENOVATION complete and ready for service or use. All

parts shall be new and in no case will used (except for testing), reconditioned or obsolete

parts be accepted. The RTA and the manufacturer/supplier shall mutually agree when it

is necessary or desirable to make changes in, additions to or deductions from the work to

be performed, or the goods and/or serviced to be furnished, pursuant to the provisions of

the contract documents. Any such changes which affect the contract price shall require

the approval of the RTA, in writing, in which the effect on the contract price is

specifically set forth. All requests and responses shall be in writing.

9. Payment Terms

Net 30 days after date of delivery of an order by the prime contractor. Payment for

products or services delivered to and accepted by RTA shall be at the contract price.

RTA shall order materials by use of a purchase order referencing this contract, and such

purchase order shall be the only authorization the contractor shall use to deliver materials

and invoice the RTA.

10. Prompt Payment

We will include the following clause in each DOT-assisted prime contract:

The prime contractor agrees to pay each subcontractor under this prime contract for

satisfactory performance of its contract no later than 15 days from the receipt of each

payment the prime contractor receives from RTA. The prime contractor agrees further to

return retainage payments to each subcontractor within 15 days after the subcontractor's

work is satisfactorily completed. Any delay or postponement of payment from the above

referenced time frame may occur only for good cause following written approval of the

RTA. This clause applies to both DBE and non-DBE subcontractors.

Page 45: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-33-

When applicable, the RTA may use the following mechanisms to ensure prompt

payment.

A. Language providing that prime contractors and subcontractors will use

appropriate alternative dispute resolution mechanisms to resolve payment

disputes.

B. Language providing that prime contractors will not be reimbursed for work

performed by subcontractors until the prime contractor ensures that the

subcontractors are paid promptly for work they have performed.

C. Enforcement of public funds liens law and use of a similar mechanism for

nonpublic improvement projects.

D. Other applicable mechanisms as necessary.

11. Retainage

The prime contractor agrees to return retainage payments to each subcontractor within 15

days after the subcontractors work is satisfactorily completed. Any delay or postpone-

ment of payment from the above referenced time frame may occur only for good cause

following written approval of the RTA. This clause applies to both DBE and non-DBE

subcontracts.

12. Tax Exempt

The RTA is exempt from payment of all taxes, and taxes must not be included in bid

prices. Necessary exemption certificates shall be furnished to the successful bidder upon

request.

13. Quantity and Time of Delivery

A. Delivery shall be made: NO LATER THAN 90 CALENDAR DAYS

B. In the event the WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION delivered, installed and tested by the Contractor does not satisfy

fully all of the specifications and all other requirements appearing in the contract

documents the RTA may reject the WRIGHT STOP PLAZA CONCOURSE

FACADE RENOVATION or any portion in which case the equipment rejected

shall be deemed not to have been delivered, and the RTA shall have the rights set

forth in Article V of the contract, in addition to any other rights and remedies to

which it may be entitled by law.

C. Further, if the WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION is delivered, installed and tested incomplete or contains any

defective or damaged parts, said parts shall be removed and new parts shall be

furnished. The new parts furnished, including the transportation charges for same

plus the labor for removal and installation of said parts, shall be free of all costs to

RTA. If RTA finds it necessary to perform any work, which should have been

Page 46: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-34-

done by the contractor, the contractor agrees to reimburse RTA all costs incident

thereto including material, labor and overhead.

D. In case the delivery, installation and testing of the WRIGHT STOP PLAZA

CONCOURSE FACADE RENOVATION, under this contract shall be

necessarily delayed because of strike, injunctions, government controls or by

reason of any causes or circumstances beyond the control of the contractor which

could not reasonably have been foreseen by the contractor at the time of bid

opening, the time of completion of delivery shall be extended by a number of

days to be determined in each instance by the RTA.

E. Acceptance of the WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION shall not release the contractor from liability for faulty

workmanship or materials even after final payment has been made. The RTA

shall have the right to reject all materials and workmanship, which does not

conform to the specifications. The contractor shall not be relieved of any

obligation to furnish materials and workmanship strictly in accordance with the

specifications.

F. Contractor shall make all deliveries in accordance with the time requirements and

other terms and conditions set in all applicable specifications and special

conditions.

14. Liability of RTA

The contractor shall agree to save, keep, bear harmless and fully indemnify the RTA and

all its employees or agents for damages, costs or expenses in law and equity including

reasonable attorney fees, if any, that may at any time arise, or be set up, for any

infringement of the patent rights of any person or persons in consequence of the use by

the RTA or by any of its employees or agents, of articles supplied under this contract.

The RTA will give to the contractor notice in writing ten (10) days after the RTA has

received actual notice of the institution of any suit or proceeding and permit the

contractor, through his counsel, to defend same and will give all needed information,

assistance and authority to enable contractor to do so.

15. Specified Material and "Approved Equals"

A. In all cases the WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION must be furnished as specified. Where brand names or specific

items or processes are used in the specifications, consider the term "or approved

equal" to follow. However, a request for approval for any proposed substitution

as an equal must be submitted in writing to RTA TEN (10) days prior to the bid

opening date.

B. For all items listed and which are described or defined by dimensions or other

measure of physical characteristics or performance, it is understood that such

information indicates the character of the required items and so strict

Page 47: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-35-

interpretations with respect to nonessential details shall not be made as to limit

competition among manufacturers of substantially equivalent items.

Whenever this specification defines the material or article required by using a

proprietary product or of a manufacturer or vendor, rather than by using

descriptive detail of substance and function, the term "or equal" always is

understood to follow immediately the name of the make, vendor or proprietary

product. An item of material shall be considered equal to the item so named in

the specifications if: (1) it is at least equal in quality, durability, appearance,

strength, and design; (2) it will perform at least equally the function imposed by

the general design for the material or equipment being purchased; and (3) it

conforms substantially, even with deviations, to the detailed requirements for the

item in this specification.

Whenever in this specification the names of one or more manufacturers are

mentioned as indicating that their product will comply with a particular

specification or where specific trade names are mentioned, it is not intended to

exclude products of other manufacturers whose names or symbols have not been

provided, only however, that such products conform to the detailed requirements

for the item as indicated in the specifications.

C. Bidder shall be responsible to provide the RTA with information in the latest

applicable revision of any part or process specifically called for in the

specifications for consideration.

D. The RTA shall have the power to reject the WRIGHT STOP PLAZA

CONCOURSE FACADE RENOVATION, furnished under the Contract, which

does not conform, to the terms and conditions as set forth in the contract

documents.

16. Performance Bond

The successful bidder shall furnish, at its own expense, a performance bond in the

percentage/amount stipulated on the Bid Form within ten (10) calendar days after

notification of award, as a guarantee of good faith on behalf of the contractor that the

terms of the specifications will be complied with in every particular. The performance

bond shall, on its face, reference the date(s) of the contract period and the material,

equipment or service covered by the contract. This bond shall be guaranteed by a surety

company licensed to do business in the State of Ohio. The performance bond shall be

conditioned on the complete performance of the contract, in accordance with the Ohio

Revised Code Section 306.43. The RTA will not agree to release the surety on a

performance bond until at least sixty (60) days after the acceptance of the WRIGHT

STOP PLAZA CONCOURSE FACADE RENOVATION, to be provided under the

contract, and the RTA reserves the right to require the surety to remain bound thereafter

to the extent that the RTA may reasonably deem it necessary to do so to protect itself

from the possibility of defective goods and/or services.

17. Affirmative Action Assurance Plan

Page 48: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-36-

All bidders will be required to comply with all Equal Employment Opportunity laws and

regulations and file with RTA's DBE Officer, as required, an Affirmative Action

Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA

approval. All bidders must submit with their bid a letter from the City of Dayton's

Human Relations Council, stating that they have an approved Affirmative Action

Assurance Plan. Failure to furnish the letter from the City of Dayton's Human Relations

Council may be cause for rejection of your bid. If a bidder is not on the approved list,

please contact the following office to obtain an application:

City of Dayton

Human Relations Council

371 W. Second Street

Dayton, OH 45402

(937) 333-1413

The bid of any bidder, who in RTA's judgment has failed to comply with such laws and

regulations, even though their bid may be the lowest in dollar amount, may be considered

non-responsive and may be rejected.

18. Bid Submission

The bid submitted shall contain: (1) The Bid Form; (2) Bidder Qualifications; (3)

Summary of Bid Requirements; (4) Affidavit of Intended Disadvantaged Business

Enterprise (if applicable); (5) Affidavit of Disadvantaged Business Enterprise (if

applicable); (6) Non-Collusion Affidavit; (7) Personal Property Tax Affidavit; (8) Bid

Bond (if applicable); (9) Buy America Certification (if applicable); (10) RTA Clean Air

Policy Verification; (11) Certification of Restrictions on Lobbying; (12) Addenda

Acknowledgment; (13) Bidder's Warranty Information (as required); (14) Letter of

AAAP Approval from the City of Dayton, Human Relations Council; (15) Certification

of Contractor Regarding Debarment, Suspension and Other Ineligibility and Voluntary

Exclusion; (16) Certificate of Procurement Integrity; (17) Affidavit of Contractor or

Subcontractor-Prevailing Wages; (18) Certification of Lower Tier Participants

(Subcontractors) Regarding Debarment, Suspension, and Other Ineligibility and

Voluntary Exclusion and all other information required herein. Bid shall be submitted in

a sealed envelope and endorsed that it is a "Sealed Bid" and for what purpose. Bids shall

be on the RTA's forms, which will be made available upon request to any person

interested in bidding.

19. Warranty and Guarantee

Contractor guarantees that all equipment delivered and installed under the Contract will

be made from materials suitable and adequate for the purposes intended and described in

the Contract, and in a workmanlike manner in accordance with the best engineering

practice, and that such equipment will fully comply with the Contract Drawings,

Specifications and Contractor’s bid including all performance requirements and

representations included in the Contract Drawings, Specifications or the Contractor’s bid,

whether set forth on data sheets, performance curves, or otherwise.

Page 49: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-37-

All specialties, equipment and parts supplied by the Contractor shall be the same design

and model on all equipment purchased under this Specification. The Contractor shall

assume all responsibility for these specialties, parts and equipment whether manufactured

by the Contractor or purchase by him/her from another source.

The contractor shall warrant and guarantee the WRIGHT STOP PLAZA

CONCOURSE FACADE RENOVATION for a period of one (1) year from date

of acceptance for both labor and materials. Any and all materials, specialties,

equipment or accessories that prove defective in normal operation within the above

period shall be replaced or repaired by the Contractor free of any cost to the RTA,

including all material, labor, and transportation costs. Transportation of warranty

replacement parts shall be by the fastest means possible, including airfreight if the part is

of a size that can be reasonably shipped via airfreight.

If it becomes necessary under the terms of this guarantee that any part or material must be

redesigned, replaced or repaired by this contractor, such replaced items and any other

item affected by this replacement shall be guaranteed for an additional one (1) year

period from date of replacement. Any needed redesign efforts to correct defective parts

will be at additional cost to RTA.

All Contractors will provide the Owner with a written Statement of Warranty to include

the Material and Labor to replace any defective parts/components provided under this

project for a period of one (1) year.

20. Duration of Contract

The duration of contract shall be until delivery, installation, testing and acceptance of the

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION not to exceed 90

calendar days from notification of award.

21. Option to Extend the Term of the Contract

The Greater Dayton Regional Transit Authority may extend the term of this contract by

written notice to the Contractor within 30 days, provided that the RTA shall give the

Contractor a preliminary written notice of its intent to extend at least 60 days before the

contract expires. The preliminary notice does not commit the RTA to an extension. If

the RTA exercises this option, the extended contract shall be considered to include this

option provision. The total duration of this contract, including the exercise of any options

under this clause, shall not exceed 90 Days.

22. Restoration of Property Owned by, or Commissioned by, RTA upon Termination

In the event of termination either for default or for the convenience of the RTA, the

contractor shall account for any property in its possession paid for from funds received

from the RTA, or property supplied to the contractor by the RTA.

23. Non-Waiver by Acceptance or Payment

Page 50: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-38-

Neither the acceptance by the RTA of any goods and/or services; the payment by the

RTA for any goods and/or services; nor both acceptance and payment, shall be deemed to

waive, to compromise, or to affect in any manner the liability of the contractor for any

breach of contract, of warranty or of both contract and of warranty.

24. Time for Performance

Time is of the essence in the performance of this contract. The Contractor shall fully

perform all of its obligations, including, without limitation, the satisfactory performance

of all work to be done, by no later than the delivery or completion date set forth in the

Special Conditions and Bid Document. The Contractor and the RTA recognize it will be

difficult to compute the RTA's damage resulting from unexcused delays in the perfor-

mance of the contract, particularly in view of the fact that the RTA is not a profit-making

entity. Accordingly, it is agreed that the RTA will have the right to recover liquidated

damages for delay in the completion of this contract beyond the date specified and not

subject to the contract excusable delays clause to be computed as follows: $ 0. Costs

caused by delays or defective construction shall be borne by the party responsible

thereafter.

Alternatively, if the delivery or performance is so delayed, the RTA may terminate the

contract in whole or in part under the Termination for Cause clause in the contract

document and in that event, the Contractor shall be liable for fixed, agreed, liquidated

damages accruing until the time the RTA may reasonably obtain delivery or performance

of similar supplies or services.

The RTA may cancel the unfilled portion of the contract for default; purchase substitute

requirements elsewhere; and recover from the Contractor any increased costs thereby

incurred, together with all resulting incidental and consequential damages.

25. Descriptions

Bidders shall furnish with their bids, as an integral part thereof, complete descriptions

and specifications of the product they propose to furnish.

When the descriptions and specifications of the product meet the description and

specifications provided in the bid document, no additional submission is required.

26. Appearance

The highest standard of accepted practice shall govern the workmanship throughout.

27. Nondiscrimination

During the performance of this contract, Contractor agrees as follows:

Contractor will not discriminate against any employee or applicant for employment

because of race, religion, color, creed, sexual orientation, gender identity, disability, age,

or national origin. Contractor will take affirmative action to ensure that applicants are

employed, and the employees are treated during the employment without regard to their

Page 51: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-39-

race, religion, color, creed, sexual orientation, gender identity, disability, age, or national

origin. Such action shall include, but not be limited to the following: employment,

upgrading, demotion, or transfer; recruitment advertising; layoff or termination; rates of

pay or other forms of compensation; and selection for training including apprenticeship.

Contractor agrees to post in accessible places, available to employees and applicants for

employment, notices setting forth the provisions of this nondiscrimination clause.

Contractor will, in all solicitations or advertisements for employees placed by or on

behalf of Contractor, state that all qualified applicants will receive consideration for

employment without regard to race, religion, color, creed, sexual orientation, gender

identity, disability, age, or national origin.

Contractor will send to each labor union or representative of workers with which it has a

collective bargaining agreement or other contract or understanding, a notice advising the

said labor union or workers' representative of Contractor's commitments under this

section, and shall post copies of the notice in accessible places available to employees

and applicants for employment. Contractor will comply with all provisions of Executive

Order 11246 of September 24, 1965, as amended, and of the rules, regulations and

relevant orders of the Secretary of Labor.

Contractor will furnish all information and reports required by Executive Order 11246 of

September 24, 1965, as amended, and by rules, regulations and orders of the Secretary of

Labor, or pursuant thereto, and will permit access to its books, records and accounts by

FTA and the Secretary of Labor for purposes of investigation to ascertain compliance

with such rules, regulations and orders.

In the event of Contractor's noncompliance with the nondiscrimination clauses of this

contract or with any of the said rules, regulations or orders, this contract may be canceled,

terminated or suspended in whole or in part and Contractor may be declared ineligible for

further RTA contracts or federally assisted construction contracts in accordance with

procedures authorized in Executive Order 11246 of September 24, 1965, as amended, or

by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law.

Contractor will include the foregoing provisions of this paragraph in every subcontract or

purchase order unless exempted by rules, regulations or orders of the Secretary of Labor

issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as

amended, so that such provisions will be binding upon each subcontractor or vendor.

Contractor will take such action with respect to any subcontract or purchase order as

RTA may direct as a means of enforcing such provisions, including sanctions for

noncompliance, providing, however, that in the event Contractor becomes involved in, or

is threatened with, litigation with a subcontractor or vendor as a result of such direction

by RTA, Contractor may request the United States to enter into such litigation to protect

the interest of the United States.

28. Contract Assurance (Nondiscrimination Assurance)

Page 52: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-40-

The contractor, sub-recipient, or subcontractor shall not discriminate on the basis of race,

color, national origin, or sex in the performance of this contract. The contractor shall

carry out applicable requirements of 49 CFR Part 26 in the award and administration of

DOT-assisted contracts. Failure by the contractor to carry out these requirements is a

material breach of this contract, which may result in the termination of this contract or

such other remedy, as the recipient deems appropriate.

29. Proposal/Bid Protest Procedures

The RTA will hear and consider a bona fide bid protest regarding its procurement actions

in accordance with the following procedures. Due to the significantly limited role of

FTA in bid protests, it is anticipated that the majority of all protests will be evaluated and

the final decision rendered by RTA. The RTA intends to provide a thorough review of

all bona fide bid protests. The RTA's primary concern is the timely procurement of

needed capital equipment, supplies or services. It does not intend to allow the filing of

bid protests to unnecessarily delay the procurement process.

Parties are encouraged to exhaust all methods described in the bid documents for

resolving a procurement issue before filing a formal bid protest with the RTA.

1. RTA reserves the right to postpone bid openings/proposal October 11, 2017s for

its own convenience and to reject any and all bids/proposals received.

2. Changes to the specifications/Scope of Work, will be made by addendum only

and sent to all bidders/proposers of record.

3. Prime bidders/proposers may make appointments to discuss the

specifications/scope of work; however, this does not relieve proposers/bidders

from submitting the written documentation required below.

4. Protests may be filed during the pre-award, award or post-award phases of the

procurement. Bidders/proposers may protest a bid/proposal award as soon as

practical, but not later than five (5) business days following the receipt of

proposed recommendation of award or receipt of rejection notification. All

protests must be submitted in writing and be addressed to RTA's Chief Executive

Officer.

The protest shall:

Name the protester;

Name the solicitation/contract (e.g., GD 16-XX);

State the grounds of the protest; and

State the relief sought.

The protester shall submit with the protest any and all documents which he/she

believes supports the protest. The protester shall state further if it wishes an

informal conference in which to discuss the protest with the RTA.

Page 53: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-41-

5. If any information is omitted or incomplete, the RTA will notify the protester in

writing and the protester shall be required to provide such information within

three (3) business days if the protest is to be further considered.

6. The Chief Executive Officer shall give consideration to all facts and issues

involved. The RTA's Manager of Procurement shall present all relevant facts and

issues to the Chief Executive Officer. The Chief Executive Officer may, at

his/her own discretion, form a committee which may include the general counsel

and the department or division head who will benefit from the Contract, or any

combination thereof.

7. If an informal conference is requested, the Chief Executive Officer shall give the

protester written notice of the place, location and time of the informal conference,

which shall be within three (3) business days of such notice. Any information to

be considered in the protest decision must be submitted in writing within twenty-

four (24) hours after the conference.

8. The Chief Executive Officer will return a written decision to the protester within

ten (10) business days of the receipt of the protest including the submission of

additional written information submitted to RTA under these rules as part of the

protest process. The written response from the RTA shall address each

substantive issue raised in the protest. Such decision is final unless a request for

reconsideration is filed.

9. If the protester is dissatisfied with the initial decision made by RTA, it may

request in writing a reconsideration based on data which was not previously

known, or because there has been an error of law or regulation. The request shall

be delivered to the Chief Executive Officer within three (3) business days of

receipt of the initial decision made by the Chief Executive Officer. The request

shall state the reason(s) why the decision should be reconsidered and any

information to support such a position. The Chief Executive Officer, in the

manner provided above for an initial protest, shall consider and decide the request

for reconsideration and shall issue a written decision to the protester within ten

(10) business days. The protester will be notified of the decision and all

substantive issues will be addressed that were raised in the request for

reconsideration. Such a decision is final.

10. FTA will only entertain a protest that alleges RTA has failed to have or adhere to

a protest procedure. A protest to FTA must be filed in accordance with FTA

Circular 4220.1F.

11. RTA may only proceed with the procurement, when a protest is pending, when

the conditions spelled out in FTA Circular 4220.1F have been met. RTA will not

award prior to resolution of a protest, or open bids or proposals prior to resolution

Page 54: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-42-

of a protest filed before bid opening/proposal October 11, 2017, except as

provided in FTA Circular 4220.1F.

12. Potential bidders/proposers will be advised of a pending protest if made before

award.

13. Should the protester be dissatisfied with the decision rendered by the RTA, and

the protest sent to the FTA has not been taken or relief granted thereunder, the

protest would have to be taken to the appropriate state or local administrative or

judicial authority.

14. All protest documents shall be faxed, hand delivered or sent by overnight courier

with return receipt requested to the RTA Chief Executive Officer or the protestor

and shall be deemed received on date delivered by fax, hand delivery, or

overnight courier.

15. Potential protesters and other interested parties include all interested

bidders/proposers and any subcontractor or supplier with a substantial economic

interest in a portion of the IFB/RFP.

16. The FTA will be notified of any and all protests received. RTA will keep FTA

informed of the status of the project.

30. Disadvantaged Business Enterprise Participation

A. Policy

It is the policy of the Department of Transportation (DOT) that DBE's, as defined

in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in

the performance of contracts financed in whole or in part with federal funds under

this Agreement. The Disadvantaged Business requirements of these sections

apply to this agreement.

B. DBE Obligation

The recipient or its Contractor agrees to ensure that DBE's, as defined in 49 CFR

Parts 23 and 26, have the maximum opportunity to participate in the performance

of contracts and subcontracts financed in whole or in part with federal funds

provided under this agreement. In this regard, all recipients or contractors shall

take all necessary and reasonable steps in accordance with 49 CFR Parts 23 and

26 to ensure that DBE's have the maximum opportunity to compete for and

perform contracts. Recipients and their contractors shall not discriminate on the

basis of race, religion, color, creed, sex, disability, age or national origin in the

award and performance of DOT-assisted contracts.

Further, the Department of Transportation's Regulation 49 CFR Parts 23 and 26

requires recipients to set goals consistent with our own circumstances.

Page 55: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-43-

In keeping with that requirement, the RTA has established a DBE goal of 10%

for this project. Any bidder that fails to comply with the goal or make good faith

efforts shall not be eligible to be awarded this contract.

C. Procedure

DBE’s are required to be certified, prior to submission of bid, under the Federal

Unified Certification Program (UPC), by the Ohio Department of Transportation

(ODOT) or the City of Dayton’s Human Relations Council. Please note that the

City of Dayton’s other socio-economic programs are not acceptable. The

certification application is available upon request from ODOT at

http://www.dot.state.oh.us/Divisions/ODI/SDBE/Pages/default.aspx or by calling

614/466-7699. The City of Dayton may be reached at 937/333-1403. The

application is to be completed by all DBE firms and submitted to ODOT or the

City of Dayton, who will review and approve or disapprove the firm as a DBE.

D. Good Faith

To demonstrate that sufficient reasonable efforts were taken to meet the DBE

contract goal, the bidder shall document the steps it has taken to obtain DBE

participation including but not limited to the following:

(1) Whether the contractor/supplier solicited through all reasonable and

available means (attendance at pre-bid meetings, advertising and/or

written notices) the interest of all certified DBEs who have the capacity to

perform the work of the contract;

(2) Whether the contractor/supplier solicited this interest within sufficient

time to allow the DBEs to respond to the solicitation;

(3) Whether the contractor/supplier took appropriate steps to follow up initial

solicitations.

(4) Whether the contractor/supplier selected portions of work to be performed

by DBE's to increase the likelihood that DBE goals will be achieved

(including, when appropriate, dividing contracts into economically

feasible units to facilitate participation, even when the prime contractor

might otherwise prefer to perform these work items with its own forces);

(5) Whether the contractor/supplier provided adequate information about

plans, specifications, and/or bidder requirements of the contract in a timely

manner to assist them in responding to a solicitation;

(6) Whether the contractor/supplier negotiated in good faith with interested

DBEs.

(a) It is the bidder's responsibility to make a portion of the work

available to DBE subcontractors and suppliers and to select those

Page 56: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-44-

portions of the work or material needs consistent with the available

DBE subcontractors and suppliers, so as to facilitate DBE

participation. Evidence of such negotiation includes the names,

addresses, and telephone numbers of DBEs that were considered; a

description of the information provided regarding the plans and

specifications for the work selected for subcontracting; and

evidence as to why additional agreements could not be reached for

DBEs to perform the work.

(b) A bidder using good business judgment would consider a number

of factors in negotiating with subcontractors, including DBE

subcontractors, and would take a firm's price and capabilities as

well as contract goals into consideration. However, the fact that

there may be some additional costs involved in finding and using

DBEs is not in itself sufficient reason for a bidder's failure to meet

the contract DBE goal, as long as such costs are reasonable. Also,

the ability or desire of a prime contractor to perform the work of a

contract with its own organization does not relieve the bidder of

the responsibility to make good faith efforts. Prime contractors are

not, however, required to accept higher quotes from DBEs if the

price difference is excessive or unreasonable.

(7) Whether the contractor/supplier rejected DBEs as being unqualified

without sound reasons based on a thorough investigation of their

capabilities. The contractor's standing within its industry, membership in

specific groups, organizations, or associations and political or social

affiliations (for example union vs. non-union employee status) are not

legitimate causes for the rejection or non-solicitation of bids in the

contractor's efforts to meet the project goal.

(8) Whether the contractor/supplier made efforts to assist interested DBEs in

obtaining bonding, lines of credit, or insurance as required by the recipient

or contractor.

(9) Whether the contractor/supplier made efforts to assist interested DBEs in

obtaining necessary equipment, supplies, materials, or related assistance or

services.

(10) Whether the contractor/supplier effectively used the services of available

contractors' groups; local, state, and federal minority/women business

assistance offices; and other organizations as allowed on a case-by-case

basis to provide assistance in the recruitment and placement of DBEs.

(11) In determining whether a bidder has made good faith efforts, the RTA

may take into account the performance of other bidders in meeting the

contract. For example, when the apparent successful bidder fails to meet

the contract goal, but others meet it, RTA may reasonably raise the

Page 57: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-45-

question of whether, with additional reasonable efforts, the apparent

successful bidder could have met the goal. If the apparent successful

bidder fails to meet the goal, but meets or exceeds the average DBE

participation obtained by other bidders, the RTA may view this, in

conjunction with other factors, as evidence of the apparent successful

bidder having made good faith efforts.

E. DBE Program Definitions, as used in the contract:

(1) Disadvantaged Business Enterprise means a small business concern:

(a) That is at least 51 percent owned by one or more individuals who

are both socially and economically disadvantaged or, in the case of

a corporation, in which 51 percent of the stock is owned by one or

more such individuals; and

(b) Whose management and daily business operations are controlled

by one or more of the socially and economically disadvantaged

individuals who own it.

(2) Small business concern means, with respect to firms seeking to participate

as DBEs in DOT-assisted contracts, a small business concern as defined

pursuant to Section 3 of the Small Business Act and the Small Business

Administration regulations implementing it (13 CFR Part 121) that also

does not exceed the cap on average annual gross receipts specified in

26.65(b).

(a) Socially and economically disadvantaged individual means any

individual who is a citizen (or lawfully admitted permanent

resident) of the United States and who is —

(b) Any individual who a recipient finds to be socially and

economically disadvantaged on a case-by-case basis.

i. Any individual in the following groups, members of which

are reputably presumed to be socially and economically

disadvantaged:

ii. "Black Americans," which includes persons having origins

in any of the Black racial groups of Africa;

iii. "Hispanic Americans," which includes persons of Mexican,

Puerto Rican, Cuban, Dominican, Central or South

American, or other Spanish or Portuguese culture or origin,

regardless of race;

iv. "Native Americans," which includes persons who are

American Indians, Eskimos, Aleuts, or Native Hawaiians;

Page 58: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-46-

v. "Asian-Pacific Americans," which includes persons whose

origins are from Japan, China, Taiwan, Korea, Burma

(Myanmar), Vietnam, Laos, Cambodia (Kampuchea),

Thailand, Malaysia, Indonesia, the Philippines, Brunei,

Samoa, Guam, the U.S. Trust Territories of the Pacific

Islands (Republic of Palau), the Commonwealth of the

Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati,

Tuvalu, Nauru, Federated States of Micronesia, or Hong

Kong.

vi. "Subcontinent Asian Americans," which includes persons

whose origins are from India, Pakistan, Bangladesh,

Bhutan, the Maldives Islands, Nepal or Sri Lanka;

vii. Women;

viii. Any additional groups whose members are designated as

socially and economically disadvantaged by the SBA, at

such time as the SBA designation becomes effective.

Tribally owned concern means any concern at least 51

percent owned by an Indian tribe as defined in this section.

F. Assurances

(1) Federal Financial Assistance Agreement Assurance:

RTA shall not discriminate on the basis of race, color, national origin, or

sex in the award and performance of any DOT assisted contract or in the

administration of its DBE Program or the requirements of 49 CFR Part 26.

The recipient shall take all necessary and reasonable steps under 49 CFR

Part 26 to ensure nondiscrimination in the award and administration of

DOT assisted contracts. The recipient’s DBE Program, as required by 49

CFR Part 26 and as approved by DOT, is incorporated by reference in this

agreement. Implementation of this program is a legal obligation and

failure to carry out its terms shall be treated as a violation of this

agreement. Upon notification to the [Recipient] of its failure to carry out

its approved program, the Department may impose sanction as provided

for under Part 26 and may, in appropriate cases, refer the matter for

enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil

Remedies Act of 1986 (31 U.S.C. 3801 et seq.).

(2) Contract Assurance:

The contractor, sub-recipient, or subcontractor shall not discriminate on

the basis of race, color, national origin, or sex in the performance of this

contract. The contractor shall carry out applicable requirements of 49

CFR Part 26 in the award and administration of DOT assisted contracts.

Page 59: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-47-

Failure by the contractor to carry out these requirements is a material

breach of this contract, which may result in the termination of this contract

or such other remedy as the recipient deems appropriate.

G. Disadvantaged Business Enterprise Substitutions:

It is strictly prohibited that a Contractor change the DBE(s) identified in a

contract. If bidders/proposers submit the names and addresses of DBE firms that

will participate in a contract; a description of the work that each DBE will

perform; the dollar amount of the participation of each DBE firm, etc., changes

cannot be made without prior approval of the DBE Officer. Furthermore, the

Contractor may not terminate a subcontract agreement, reduce the scope of work

nor decrease the proposed price to the DBE without prior approval of the DBE

Officer. Should a Contractor determine that it is necessary to request the

substitution of a DBE for reasons such as default on the part of the DBE, poor

work performance, etc., the Contractor must request in writing authorization to

make a change, prior to subcontracting with other certified DBE’s.

Should it be determined that a need exists to request a substitution of a DBE or

modify a DBE's contract, the following steps are to be taken:

(1) The Contractor must notify the DBE Officer in writing of the necessity to

reduce, modify or terminate a DBE's contract and when necessary,

propose a substitute firm to fulfill the commitment. This notification

should include the rationale for the proposed substitution. Examples of

acceptable reasons would be as follows:

(a) A committed DBE was found unable to comply with the contract

within the required timeframe.

(b) A DBE was discovered not to be bona fide.

(c) The DBE desires to make significant changes in the contract.

(2) The request should include the name, address and principal official of any

proposed substitute, as well as the dollar value and specification/scope of

work of the proposed contract or change order.

(3) RTA will review and evaluate the submitted documentation and respond

to the request as soon as practicable. The RTA retains the right to request

additional information or request an interview.

(4) A change must not be made until approved by RTA. The Contractor will

then provide RTA with an executed copy of the DBE contract or change

order with signatures of both parties to the agreement, within five (5) days.

(5) The RTA will not approve additional monies for escalated costs incurred

by a Contractor when a substitution is necessary.

Page 60: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-48-

31. Cargo Preference - Use of United States Flag Vessels

The Contractor agrees:

A. To utilize privately owned United States-flag commercial vessels to ship at least

50% of the gross tonnage (computed separately for dry bulk carriers, dry cargo

liners, and tankers) involved, whenever shipping any equipment, materials, or

commodities pursuant to this contract, to the extent such vessels are available at

fair and reasonable rates for United States-flag commercial vessels.

B. To furnish within 20 days following the date of loading for shipments originating

within the United States, or within 30 working days following the date of loading

for shipments originating outside the United States, a legible copy of a rated, "on-

board" commercial bill-of-lading in English for each shipment of cargo described

in the paragraph above, to the RTA (through the prime Contractor) and the

Division of National Cargo, Office of Market Development, Maritime

Administration, Washington, DC 20590, marked with appropriate identification

for the project.

C. To insert the substance of the provisions of this clause in all subcontracts issued

pursuant to this contract.

32. Buy America Act

The Contractor is to be governed by the latest provisions of the “Buy America” clause of

the Surface Transportation Assistance Act of 1982, as amended, terms and conditions

established under this act will apply, and execute the “Buy America” Certificate made a

part of this document. See Title 23, Section 169, below:

Section 169

A. Notwithstanding any other provisions of law, the Secretary of Transportation shall

not obligate any funds authorized or appropriated by this Act or by an act

amended by this Act or, after the date of enactment of this Act, Title 23, United

States Code, the Urban Mass Transportation Act of 1964, or the Surface

Transportation Assistance Act of 1978, as amended, terms and conditions

established under this act will apply, and administered by the Department of

Transportation, unless steel, iron, and manufactured products used in such project

are produced in the United States.

B. The provisions of Subsection “A” of this Section shall not apply where the

Secretary finds:

(1) That their application would be inconsistent with the public interest.

(2) That such materials and products are not produced in the United States in

sufficient and reasonably available quantities and of a satisfactory quality.

Page 61: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-49-

(3) In the case of procurement of bus or other rolling stock (including train

control, communication and traction power equipment) under the Urban

Mass Transportation Act of 1964, that:

(a) The cost of components which are produced in the United States is

more than 60 per centum (60%) of the cost of all components of

the vehicle or equipment described in this paragraph; and

(b) Final assembly of the vehicle or equipment described in this

paragraph has taken place in the United States.

(4) That inclusion of domestic material will increase the cost of the overall

project contract by more than ten per centum (10%) in the case of projects

for the acquisition of rolling stock, and twenty-five per centum (25%) in

the case of all other projects.

C. For the purposes of this section, in calculating components costs, labor costs

involved in final assembly shall not be included in the calculation.

D. The Secretary of Transportation shall not impose any limitation or condition on

assistance provided under this Act, the Urban Mass Transportation Act of 1964,

the Surface Transportation Assistance Act of 1968, as amended, terms and

conditions established under this act will apply, or Title 23, United States Code,

which restricts any State from imposing more stringent requirements than this

Section on the use of articles, materials and supplies mined, produced or

manufactured in foreign countries in projects carried out with such assistance or

restricts any recipient of such assistance from complying with such state imposed

requirements.

E. Section 401 of the Surface Transportation Assistance Act of 1978 is repealed.

33. Patents - Copyrights – Trademarks

Contractor shall assume the defense of all claims and suits against RTA, its officers,

agents and employees for infringement of the patents, copyrights or trademarks of any

person arising out of the use by RTA, its officers, agents and employees of any article

supplied under this contract, and the Contractor shall indemnify and hold harmless RTA,

its officers, agents and employees from any and all liability, loss or damage arising from

such claims or suits, including attorney fees.

34. Audit and Inspection of Records

Contractor shall permit the authorized representatives of RTA, its member entities, the

Ohio Auditor of State, the U.S. Department of Transportation, and the Comptroller

General of the United States access to any books, documents, papers and records of the

Contractor which are directly pertinent to this contract, for the purpose of making audit,

examination, excerpts and transcriptions until the expiration of three (3) years after final

payment under this contract. Contractor further agrees to include all its subcontracts

hereunder, a provision to the effect that the subcontractor agrees that RTA, its member

Page 62: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-50-

entities, the Ohio Auditor of State, the U.S. Department of Transportation and the

Comptroller General of the United States or any of their duly authorized representatives

shall, until the expiration of three (3) years after final payment under the subcontract,

have access to books, documents, papers and records of such subcontractor involving

transactions, related to the subcontractor for the purpose of making audit, examination,

excerpts and transcriptions. The term "subcontract" as used in this clause excludes (1)

purchase orders not exceeding $10,000 and (2) subcontractor or purchase orders for

public utility services at rates established for uniform applicability to the general public.

The periods of access and examination described above, for records which relate to (1)

appeals under the "Disputes" clause of this contract, (2) litigation of the settlement of

claims arising out of the performance of this contract, or (3) costs and expense of this

contract as to which exception has been taken by the Comptroller General or any of his

duly authorized representatives, shall continue until such appeals, litigation, claims or

exceptions have been disposed.

35. Disputes

Any dispute arising under this contract, which is not disposed by agreement, shall be

decided by RTA, which shall reduce its decision to writing and furnish a copy of same to

Contractor. RTA's obligation to provide a written decision shall be limited to its

providing a written statement setting forth its conclusion; it shall not be required to state

its reasoning, although it may choose to do so.

Pending any administrative decision or litigation concerning any dispute arising

under this contract, Contractor shall proceed diligently with the performance with

this contract.

36. Ownership of Documents

RTA shall be the owner of all plans, scope of work and related documents prepared

pursuant to this Contract or provided to Contractor by RTA. Any re-use of the plans,

scope of work or related documents by RTA for other than the purpose intended by this

Contract shall impose no liability on the Contractor.

37. Maintenance of Records

The Contractor shall, at all times, maintain records of actual overhead costs and actual

general and administrative costs in conformity with generally accepted accounting

principles, and subject to Title 41 of the C.F.R. The Contractor shall maintain records of

direct labor costs and other applicable payroll expenses. Labor and payroll records shall

be in sufficient detail to indicate, at a minimum, employees by name, employee's time

spent on the project, and itemization of applicable fringe benefit expenses.

38. Payments

Contractor shall be paid, upon the submission of activity reports with proper invoices or

vouchers, the prices stipulated herein for supplies delivered and accepted or services

rendered and accepted, less deduction, if any, as herein provided, within thirty (30) days.

Page 63: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-51-

39. Covenant against Contingent Fees

Contractor warrants that no person or selling agency has been employed or retained to

solicit or secure this contract upon an agreement or understanding for a commission,

percentage, brokerage, or contingent fee, except bona fide employees or bona fide

established commercial or selling agencies maintained by Contractor for the purpose of

securing business. For breach of violation of this warranty, RTA shall have the right to

annul this contract without liability or, at its discretion, to deduct from the contract price

or consideration, or otherwise recover, the full amount of such commission, percentage,

brokerage or contingent fee.

40. Indemnifications

Contractor shall indemnify and save harmless RTA, its trustees, officers and employees

from and against all claims, suits, damages, injuries, deaths, costs, liability, damage and

expense whether direct, consequential or incidental, for personal injury and for property

damage, such loss, costs, liability, damage and expense arising out of, or resulting in

whole or in part, directly or indirectly, from work or operations under the contract but not

limited to the acts, errors, omissions and negligence of Contractor's employees and

agents, except to the extent of liability imposed due to RTA's own negligence.

41. Entire Agreement

This contract which includes project specifications and drawings, and any amendments or

change orders contains the entire agreement between the RTA and the Contractor and

supersedes all prior negotiations, representations or agreements, either written or oral.

This contract may be amended only by a written instrument, signed by both RTA and the

Contractor.

42. Subcontracts Approval

RTA shall have the right to approve or disapprove all subcontracts in accordance with the

following provisions.

As used in this clause, the term "subcontract" includes subcontractors and major suppliers

of material or services to the Contractor.

Contractor shall notify RTA reasonably in advance of entering into any subcontract if

Contractor's procurement system has not been approved by RTA and if the subcontract:

A. Is to be a cost-reimbursement, time and materials, or labor-hour contract, which,

is estimated to involve an amount in excess of ten thousand dollars ($10,000)

including any fee;

B. Is expected to exceed one hundred thousand dollars ($100,000); or

C. Is one of a number of subcontracts, under this contract, with a single

subcontractor for the same or related supplies or services which, in the aggregate,

are expected to exceed one hundred thousand dollars ($100,000);

Page 64: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-52-

The advance notification required by the above shall include: A description of the

supplies or services to be called for by the subcontract;

Identification of the proposed subcontractor and an explanation of why and how

the proposed subcontractor was selected including the competition obtained: The

proposed subcontract price, together with Contractor's cost or price analysis

thereof; the subcontractor's current, complete and accurate cost or pricing data and

Certificate of Current Cost of Pricing Data, when such data and certificates are

required by other provisions of this contract to be obtained from the

subcontractor; Identification of the type of subcontract to be used;

and a memorandum of negotiation, which sets forth the principle elements of the

subcontract price negotiations. A copy of this memorandum shall be retained in

Contractor's file for use of RTA's reviewing authorities. The memorandum shall

be in sufficient detail to reflect the most significant considerations controlling the

establishment of initial or revised prices.

Contractor shall not enter into any subcontract for which advance notification to

RTA is required by this clause, without prior written consent of RTA, provided,

that RTA, in its discretion, may ratify in writing any subcontract. Such

ratification shall constitute the consent of RTA required by this paragraph.

Neither, consent by RTA to any subcontract nor any provisions thereof nor

approval of Contractor's procurement system shall be construed to be a

determination of the acceptability of any subcontract price or of any amount paid

under any subcontract or to relieve Contractor of any responsibility for

performing this contract, unless such approval or consent specifically provides

otherwise.

Contractor agrees that no subcontract placed under this contract shall provide for

payment on a cost-plus-a percentage-of-cost basis. Strict compliance with the

provisions of this paragraph shall be a condition or any reimbursement by RTA of

the costs of subcontracts or material purchased by Contractor. The provisions of

this clause in no way limit the provision of the clause entitled "Substitution of

DBE Subcontractors".

43. Parts

Only standard parts of units that conform in material, design and workmanship to the best

procedure known in the industry shall be used. No reconditioned or obsolete parts shall

be used. All parts shall be identical and interchangeable in its class.

44. Laws of Ohio

The rights and duties of the parties hereto shall be determined by the laws of the State of

Ohio, and to that end, the contract shall be construed and considered as a contract made

and to be performed in the County of Montgomery, Ohio.

Page 65: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-53-

45. State Industrial Compensation

Contractor shall comply with the state law known as the Workers' Compensation Act,

Chapter 4123, Ohio Revised Code as applicable, and shall pay into the State Insurance

Fund the necessary premiums required by that Act to cover all employees furnishing the

services purchased under the terms of this contract and under the control of Contractor,

and shall relieve RTA from any costs due to accidents or other liabilities mentioned in

said Act. If Contractor is a self-insurer under the Ohio Workers' Compensation Act, and

duly authorized as such by the Industrial Commission of Ohio, it shall tender to RTA

proof of such status. Contractor shall, from time to time upon request, tender to RTA a

certificate evidencing its compliance with the Workers' Compensation Act.

46. Independent Contractor

Contractor shall be and remain an independent contractor with respect to all service

performed hereunder and agrees to and does hereby accept full and exclusive liability for

the payment of any and all contributions or taxes for Social Security, unemployment

insurance, or old age retirement benefits, pensions, or annuities now or hereafter imposed

under any state or federal law which are measured by the wages, salaries, or other

remuneration paid under this contract, and further agrees to indemnify and save harmless

RTA from any such contributions or taxes or liability thereof.

47. Limited Liability

By virtue of the provisions of Section 306.31 of the Ohio Revised Code, RTA is a

political subdivision of the State of Ohio, a body corporate with all the powers of a

corporation. It is understood and agreed that only the corporate entity, RTA, shall be

liable hereunder.

48. Insurance

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

CONTRACTOR INSURANCE REQUIRMENTS

The Contractor shall maintain, at its own expense, throughout the period of the Contract and any

extensions thereof the following minimum insurance coverages of the types and in the amounts

described below that are applicable to the scope of work being performed:

1. Workers Compensation and Employer’s Liability Insurance. Contractor must carry

Workers' Compensation Insurance (including occupational disease) in compliance with Workers'

Compensation statutes of any applicable jurisdiction in which the Work is to be performed. For

the attainment of Workers Compensation in monopolistic states, including Ohio, coverage must

be secured through the state fund. If Contractor is a qualified self-insurer in compliance with the

laws of the state, this is also acceptable. A certificate of compliance from the appropriate

workers' compensation bureau or board must be provided with the certificate of insurance.

Page 66: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-54-

Contractor must also carry Employer’s Liability Insurance with minimum limits of $500,000

each accident; $500,000 for disease (per employee); and $500,000 for disease (policy limit).

This policy must include Ohio "Stop Gap" coverage.

2. Commercial General Liability Insurance. Contractor must carry Commercial General

Liability Insurance written on ISO form CG 00 01 10 01 (or its equivalent) with limits of

$1,000,000 per occurrence and $2,000,000 in the aggregate. The general aggregate limit shall

apply separately to this project. RTA (including its directors, officers, employees and

volunteers) must be named as an additional insured on the CGL for liability arising out of the

acts or omissions of the Contractor, including coverage for liability arising out of products and

completed operations. The coverage afforded to RTA shall be primary to any other insurance

carried by the RTA, and the RTA's coverage shall not contribute to any loss made pursuant to

this coverage grant. Commercial General Liability coverage (including RTA's status as

additional insured) shall be maintained for at least two years after completion of Contractor's

work performed under this contract.

3. Commercial Auto Liability Insurance. Contractor shall carry Commercial Automobile

Liability Insurance covering all owned, leased and non-owned vehicles used in connection with

the work to be performed under this contract, with limits of not less than $1,000,000 combined

single limit per accident for bodily injury and property damage. RTA shall be afforded coverage

under this policy for any liability arising out of the acts or omissions of Contractor.

4. Excess/Umbrella Insurance. Contractor shall carry Commercial Excess or Umbrella

Liability Insurance over the Commercial General Liability, Employer's Liability and Commercial

Automobile Liability policies in the amount of $2,000,000 combined single limit. The

Excess/Umbrella policy is subject to all requirements of the underlying policies as set forth

herein.

5. Builders' Risk Insurance. Contractor shall provide and maintain, during the progress of

the work and until execution of the Certificate of Contract Completion, a Builder's Risk

Insurance policy to cover all work in the course of construction including falsework, temporary

buildings, scaffolding, and materials used in the construction process (including materials

designated for the project but stored off site or in transit). The coverage shall equal the total

completed value of the work and shall provide recovery at replacement cost.

a. Such insurance shall be on a special cause of loss form, providing coverage on an

open perils basis insuring against the direct physical loss of or damage to covered property,

including but not limited to theft, vandalism, malicious mischief, earthquake, tornado, lightning,

explosion, breakage of glass, collapse, water damage, and testing/startup.

b. Coverage shall include coverage for "soft costs" (costs other than replacement of

building materials) including, but not limited to, the reasonable extra costs of the

architect/engineer and reasonable Contractor extension or acceleration costs. This coverage shall

also include the reasonable extra costs of expediting temporary and permanent repairs to, or

permanent replacement of, damaged property. This shall include overtime wages and the extra

Page 67: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-55-

cost of express or other means for rapidly transporting materials and supplies necessary to the

repair or replacement.

c. The policy shall specifically permit and allow for partial occupancy by the owner

prior to execution of the final Certification of Contract Completion, and coverage shall remain in

effect until all punch list items are completed.

d. The Builder's Risk deductible may not exceed $5,000. The Contractor or

subcontractor experiencing any loss claimed under the Builder's Risk policy shall be responsible

for that loss up to the amount of the deductible.

e. If Contractor is involved solely in the installation of material and equipment and

not in new building construction, the Contractor shall provide an Installation Floater policy in

lieu of a Builder's Risk policy. The policy must comply with the provisions of this Paragraph 5.

6. Pollution Liability Insurance. If the Work involves environmental remediation,

demolition or such other risks as the RTA reasonably determines create a pollution hazard,

Contractor shall purchase and maintain pollution liability coverage of at least $1,000,000 per

occurrence. This policy shall cover property damage, bodily injury and cleanup/pollution

remediation costs caused by a pollution event and otherwise excluded under Contractor's

Commercial General Liability policy. RTA shall be afforded protection under this policy as an

additional insured, including coverage for claims arising out of Contractor's products and

completed operations.

7. Aircraft/Watercraft Liability Insurance. If the Contractor is using aircraft or watercraft in

performance of the Work under this contract, Contractor shall disclose this to RTA prior to

contract execution. Contractor shall carry aircraft and/or watercraft liability insurance, including

coverage for non-owned and hired craft, and RTA shall determine the appropriate limits which

must be carried by Contractor.

8. Railroad Protective Liability Insurance. If the Work is being performed within 50 feet of

a railroad, Contractor shall maintain Railroad Protective Liability insurance coverage with limits

of $2,000,000 per occurrence and $6,000,000 in the aggregate. Contractor shall name RTA and

the affected railroad as additional insured(s) on such policy for liability arising out of Work

performed under this contract.

9. Requirements common to all policies.

a. Contractor shall be solely responsible for reimbursing any deductible amount to the

insurer, even if payment is being made on behalf of RTA as an additional insured on Contractor's

policy. Any deductibles or self-insured retentions in excess of $5,000 must be disclosed and

approved in writing by RTA.

b. Contractor waives all rights of recovery it may otherwise have against RTA including its

directors, officers, employees and volunteers) to the extent these damages are covered by any of

Contractor’s insurance policies as required in this contract.

Page 68: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-56-

c. All insurance required hereunder shall be placed with insurers that have a minimum A.M.

Best’s rating of A-/X and shall be licensed, admitted insurers authorized to do business in the

state of Ohio.

d. A certificate(s) of insurance showing that Contractor’s insurance coverages are in

compliance with the insurance requirements set forth below must be completed by the

Contractor’s insurance agent, broker, or insurance company after the contract has been awarded.

All certificates (other than Ohio workers' compensation) shall provide for thirty (30) days written

notice to RTA prior to cancellation or non-renewal of any insurance referred to therein. The

certificate shall reference RTA's status as an additional insured with primary/noncontributory

coverage under both the General Liability and Auto policies.

e. Failure of RTA to certificate(s) or other evidence of full compliance with these insurance

requirements (or failure of RTA to identify and/or object to a deficiency in the certificate(s) that

is/are provided by Contractor) shall not be construed as a waiver of Contractor’s obligations to

maintain such insurance. RTA shall have the right, but no the obligation, to prohibit Contractor

from beginning performance under this contract until such certificates or other evidence that

insurance has been placed in complete compliance with the above insurance requirements is

received and approved by RTA. Contractor shall provide certified copies of all insurance

policies required above within ten (10) days of written request from RTA.

f. By requiring insurance herein, RTA does not represent that coverage and limits will

necessarily be adequate to protect Contractor, and such coverage limits shall not be deemed as a

limitation on Contractor’s liability under the indemnities granted to RTA.

g. Any subcontractors engaged by Contractor to perform the Work shall comply with these

insurance and indemnification provisions and shall provide primary/noncontributory coverage to

RTA as set forth herein.

49. Assignability

The terms and provisions of the Contract Documents shall be binding upon RTA and the

Contractor and their respective partners, successors, heirs, executors, administrators,

assigns and legal representatives. The rights and obligations of the Contractor under the

Contract may not be transferred, assigned, sublet, mortgaged, pledged or otherwise

disposed of or encumbered in any way. The Contractor may subcontract a portion of its

obligations to other firms or parties but only after having obtained the written approval by

RTA of the subcontractor, which approval shall not be unreasonably withheld. RTA may

assign its rights and obligations under the Contract to any successor to the rights and

functions of RTA or to any governmental agency to the extent required by applicable

laws and governmental regulations or to the extent RTA deems necessary or advisable

under the circumstances.

Page 69: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-57-

Should RTA agree to the assignment of a contract, Contractor shall be responsible for all

associated costs, including all RTA’s legal fees. The total expense will be deducted from

Contractor’s invoice.

50. Partial Payments

RTA shall make payment to the Contractor for work actually performed and accepted by

RTA, less deductions, if any, as herein provided. RTA shall withhold eight percent (8%).

Withholding is not subject to interest, nor will the RTA be liable for same. Final

payment will be made in accordance with Final Payment below. All payments will be

made within 30 days after acceptance by RTA.

RTA may elect to reduce retainage in accordance with applicable provisions of the Ohio

Revised Code.

An escrow agreement authorizing an escrow agent mutually agreed to by the RTA and

Contractor shall be established for deposit of withheld funds in accordance with

applicable sections of Chapter 153 of the Ohio Revised Code.

51. Final Payment

After the Contractor has completed all work and made all corrections to the satisfaction

of the RTA and delivered all maintenance and operating instructions, schedules,

guarantees, bonds, certificates of inspection, as-built plans and other documents - all as

required by the contract document, he may make application for final payment following

the procedures for Partial Payments.

The application for final payment shall be accompanied by three (3) copies of the

affidavits certifying that all work required to be performed under this contract has been

fully completed in accordance with the contract document, and that all claims, liens, bills

for labor and materials, and/or other obligations incurred in connection with the

performance of the work, including work performed by subcontractors, have been fully

paid and settled.

The date of approval of the application for final payment by the RTA for all completed

items of work will be the date upon which all guarantees and warranties begin, unless

otherwise noted in the RTA's approval. In cases where some predetermined amount of

money has been withheld from final payment on certain contract items due to delay in

their completion, as approved by the RTA, then the date of start of the guarantees and

warranties on the whole amount of these particular delayed contract items will start on

the date of approval of their final payments by the RTA.

52. Waivers of Claims

The Contractor's obligation to perform the work and complete the project in accordance

with the contract document shall be absolute. Neither approval or any partial or final

payment by the RTA, nor the issuance of a list of work to be completed or corrected, or

any payment by the RTA to the Contractor under the contract document, nor any use or

occupancy of the project or any part thereof by the RTA, nor any act of acceptance by the

Page 70: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-58-

RTA shall constitute an acceptance of work not in accordance with the contract

document.

The making and acceptance of final payment shall constitute:

A. A waiver of all claims by the RTA against the Contractor other than those arising

from unsettled liens, from faulty or defective work appearing after final payment,

or from failure to comply with the requirements of the contract document, or the

terms of any special guarantees therein.

B. A waiver of all claims by the Contractor against the RTA, other than those

previously made in writing and still unsettled.

53. Environmental Violations

For all contracts and subcontracts, Contractor agrees to comply with all applicable

standards, orders, or requirements issued under Section 306 of the Clean Air Act, 42 USC

(1857(h), Section 508 of the Clean Water Act, 33 USC 1368. Executive Order 11738,

and Environmental Protection Agency regulations (40 CFR, Part 15) which prohibit the

use under non-exempt federal contracts, grants or loans of facilities included on the EPA

List of Violating Facilities. Contractor shall report violations to FTA and to the U.S.

EPA Assistant Administrator for Enforcement (EN0329).

54. Energy Conservation

Contractor shall recognize 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, as amended, 42 U.S.C. Sections 6321 et seq.

55. Clean Water Act/Clean Air Act

Contractor must comply with the requirements of Section 508 of the Clean Water Act, as

amended, 33 U.S.C. Section 1368, and other appl. req. of the CWA, as amended, 33

U.S.C. Section 1251-1377 and Section 306, as amended, 42 U.S.C. Section 7414, and

other applicable of the Clean Air Act, as amended, 42 U.S.C. Section 7414, and other

applicable provisions of the Clean Air Act, as amended, 42 U.S.C. Sections 7401-7671q,

which prohibits the use of facilities included in the Environmental Protection Agency

(EPA) "List of Violating Facilities." This provision also requires the reporting of any

violations to RTA and the EPA.

56. Release of Liens

The lien laws of the State of Ohio shall govern all work and materials.

The Contractor shall furnish the Owner with each estimate for payment and before final

payment is made, a full Release of Lien signed by all Subcontractors and Materialmen

associated in any way with the work.

Page 71: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-59-

If any Subcontractor refuses to furnish a release or receipt in full, the Contractor may

furnish a bond satisfactory to Owner to indemnify the Owner against any lien.

If any lien remains unsatisfied after all payments are made, the Contractor shall refund to

the Owner all the monies that the later may have been compelled to pay in discharging

such lien, including all costs and a reasonable Attorney's fee.

57. Certified Payrolls and Wage Determination

The Contractor shall provide RTA with contractor and subcontractor certified copies of

each weekly payroll within seven (7) days after the regular payroll date. Following a

review by the Owner for compliance with state and federal labor laws, the payroll copy

shall be retained for later review by FTA.

A contractor may use the Department of Labor Form WH-347, "Optional Payroll Form",

which provides for all the necessary payroll information and certifications. This

Department of Labor form may be purchased at nominal cost from the Superintendent of

Documents, U.S. Government Printing Office, Washington, D.C. 20402.

Prevailing Wages shall be paid in accordance with the Federal Wage Decision and the

Ohio Department of Industrial Relations Wage Determination Schedule(s) effective

during the period of the Contract and as provided for in Sections 4115.02 through

4115.16 of the Ohio Revised Code. The higher rate per classification will be used.

Each Contractor must submit an affidavit that Prevailing Wages have been paid prior to

receipt of final payment.

58. Contractor's Superintendence

The Contractor shall keep the same competent superintendent and any necessary

assistants on the work during its progress. All shall be satisfactory to the Project

Manager.

Superintendent shall have previous experience in this type of work and shall maintain

progress schedule and be authorized to make field decisions in the absence of the

Contractor. He shall not be required to perform work not related to administering,

expediting or coordinating the work under this Contract.

The Contractor shall attend to every part of the work personally, or through his

competent foremen, who shall be constantly on the work, lay it out and give all necessary

lines, levels, patterns and dimensions according to the accompanying drawings and these

Specifications, and shall verify that Drawings and Specifications are observed by all

subcontractors and employees.

He shall inspect all materials when delivered and see that they are properly stored and

protected from damage until used and must keep himself familiar with the working

drawings, scale and full size details and Specifications concerning all parts of the work at

Page 72: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-60-

all times, and must report to the Project Manager for correction of apparent errors, either

in the drawings or Specifications, as soon as discovered.

The Contractor shall provide a Project Manager during the entire duration of the delivery,

installation and field testing of the WRIGHT STOP PLAZA CONCOURSE FACADE

RENOVATION at the job site.

59. Title VI, Civil Rights Act of 1964, Compliance

The Greater Dayton Regional Transit Authority (RTA), in accordance with Title VI of

the Civil Rights Act of 1964, as amended, 78 Stat. 252, 42 U.S.C. 2000d et seq. and Title

49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the

Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department

of Transportation issued pursuant to such Act, hereby notifies all bidders that it will

affirmatively insure that in any contract entered into pursuant to this advertisement,

minority business enterprises will be afforded full opportunity to submit bids in response

to this invitation and will not be discriminated against on the grounds of race, color, or

national origin in consideration for an award.

During the performance of this contract, the Contractor, for itself, its assignees and

successors in interest (hereinafter referred to as the "Contractor") agrees as follows:

A. Compliance with Regulations: The Contractor shall comply with the Regulations

relative to nondiscrimination in federally-assisted programs of the Department of

Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part

21, as they may be amended from time to time, (hereinafter referred to as the

Regulations), which are herein incorporated by reference and made a part of this

contract.

B. Nondiscrimination: The Contractor, with regard to the work performed by it

during the contract, shall not discriminate on the grounds of race, color, creed,

sex, age, or national origin in the selection and retention of subcontractors,

including procurements of materials and leases of equipment. The Contractor

shall not participate either directly or indirectly in the discrimination prohibited

by Section 21.5 of the Regulations, including employment practices when the

contract covers a program set forth in Appendix B of the Regulations.

C. Solicitations for Subcontracts, Including Procurements of Materials and

Equipment: In all solicitations either by competitive bidding or negotiation made

by the Contractor for work to be performed under a subcontract, including

procurements of materials or leases of equipment, each potential subcontractor or

supplier shall be notified by the Contractor of the Contractor's obligations under

this contract and the Regulations relative to nondiscrimination on the grounds of

race, color, creed, sex, age or national origin.

D. Information and Reports: The Contractor shall provide all information and

reports required by the Regulations or directives issued pursuant thereto, and shall

permit access to its books, records, accounts, other sources of information, and its

Page 73: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-61-

facilities as may be determined by the RTA or the Federal Transit Administration

(hereinafter, "FTA") to be pertinent to ascertain compliance with such

Regulations, orders and instructions. Where any information required of a

Contractor is in the exclusive possession of another who fails or refuses to furnish

this information, the Contractor shall so certify to the RTA, or the FTA as

appropriate, and shall set forth what efforts it has made to obtain the information.

E. Sanctions for Noncompliance: In the event of the Contractor's noncompliance

with nondiscrimination provisions of this contract, the RTA shall impose contract

sanctions as it or the FTA may determine to be appropriate, including, but not

limited to:

(1) withholding of payments to the Contractor under the contract until the

Contractor complies; and/or

(2) cancellation, termination, or suspension of the contract, in whole or in

part.

F. Incorporation of Provisions: The Contractor shall include the provisions of

paragraphs (1) through (6) in every subcontract, including procurements of

materials and leases of equipment, unless exempt by the Regulations, or directives

issued pursuant thereto. The Contractor shall take such action with respect to any

subcontract or procurement as the RTA or the FTA may direct as a means of

enforcing such provisions, including sanctions for noncompliance: provided,

however, that in the event a Contractor becomes involved in, or is threatened

with, litigation with a subcontractor or supplier as a result of such direction, the

Contractor may request the RTA to enter into such litigation to protect the

interests of the RTA, and, in addition, the Contractor may request the United

States to enter into such litigation to protect the interests of the United States.

60. Safety

The Contractor should be aware that RTA is a constantly operating organization, with

activity 24 hours a day, seven days a week.

It is the intention of the RTA to protect RTA employees, customers and property from

harm due to Contractor activity, and to reduce RTA’s liability exposure limits regarding

safety and environmental infractions.

During the pre-construction or post award meeting, the RTA will provide upon request

RTA’s System Wide Safety Manual and any additional required information to assure

that contractors comply with RTA’s safety rules.

In addition, the RTA expects all contractors and sub-contractor to comply with and abide

with any and all applicable regulatory standards.

Some special and unique safety and environmental concerns found at RTA and

incumbent upon the contractor and sub-contractor include:

Page 74: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-62-

A. RTA is a 24-hour per day operation.

B. Multiple sized vehicles move about the interior and exterior of most buildings, 24

hours per day. Please be advised that set traffic patterns have been established

and must be followed.

C. Operators of all equipment are expected to be certified to operate appropriate

equipment.

D. Restrictive rules apply to running of engines inside all buildings.

E. Restrictive storm water pollution rules apply.

F. Material Safety Data Sheets must be provided for all materials used. Specific

notification is required if a product to be used on the job has been classified as an

“Extremely Hazardous Material”.

G. Building evacuation procedures.

H. Fire safety and prevention procedures.

I. First aid procedures.

J. Hazardous material safety

61. Compliance with RTA Security Measures

All contractors are required to display an identification badge supplied by RTA while on

RTA premises. Badges must be worn where they can be seen at all times. This

requirement applies to every employee of all contractors and/or subcontractors. All

contractors’ employees are also required to wear clothing which identifies the company

for which they work (i.e., uniform, hard hat, jacket, etc.). Badges must be obtained from

the Project Manager and must be returned upon completion of the project. A fee will be

charged for any badges that are lost or not returned, and will be deducted from the final

project invoice.

62. Occupancy during the Work

The building scheduled for improvements will not be used during the work of this

contract.

63. Site Access

Access will be restricted to those areas designated by the Owner. Protection must be

provided to insure damage does not occur. In the event that Contractor operations result

in any damage, damages shall be repaired within 24 hours at no additional cost to the

RTA.

64. Parking

Page 75: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-63-

Limited parking will be made available for contractor’s employees.

65. Project Signs

No project signs will be allowed on the project other than a project sign provided by

Owner.

66. Differing Site Conditions

A. The Contractor shall promptly, and before the conditions are disturbed, give a

written notice to the Project Manager of (1) subsurface or latent physical

conditions at the site which differ materially from those indicated in this contract,

or (2) unknown physical conditions at the site, of an unusual nature, which differ

materially from those ordinarily encountered and generally recognized as inherent

in work of the character provided for in the contract.

B. The Project Manager shall investigate the site conditions promptly after receiving

notice. If the conditions do materially differ and cause an increase or decrease in

the Contractor's cost of, or the time required for, performing any part of the work

under this contract, whether or not changed as a result of the conditions, an

equitable adjustment shall be made under this clause and the contract modified in

writing accordingly.

C. No request by the Contractor for an equitable adjustment to the contract under this

clause shall be allowed, unless the Contractor has given written notice required;

provided that the time prescribed in (A) above for giving written notice may be

extended by the Owner.

D. No request by the Contractor for an equitable adjustment to the contract for

differing site conditions shall be allowed if made after final payment under this

contract.

67. Site Investigation and Conditions Affecting the Work

A. The Contractor acknowledges that it has taken steps reasonably necessary to

ascertain the nature and location of the work, and that it has investigated and

satisfied itself as to the general and local conditions which can affect the work or

its costs, including but not limited to (1) conditions bearing upon transportation,

disposal handling, and storage of materials; (2) the availability of labor, water,

electric power and roads; (3) uncertainties of weather, river stages, tides, or

similar physical conditions at the site; (4) the conformation and conditions of the

grounds; and (5) the character of equipment and facilities needed preliminary to

and during work performance. The Contractor also acknowledges that it has

satisfied itself as to the character, quality, and quantity of surface and subsurface

materials or obstacles to be encountered insofar as this information is reasonably

ascertainable from an inspection of the site, including all exploratory work done

by the RTA, as well as from the drawings and specifications made a part of this

contract. Any failure of the Contractor to take the actions described and

acknowledged in this paragraph will not relieve the Contractor from responsibility

Page 76: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-64-

for estimating properly the difficulty and cost of successfully performing the

work, or for proceeding to successfully perform the work without additional

expense to the RTA.

B. The RTA assumes no responsibility for any conclusions or interpretations made

by the Contractor based on the information made available by the RTA. Nor does

the RTA assume responsibility for any understanding reached or representation

made concerning conditions, which can affect the work by any of its officers or

agents before the execution of the contract, unless the understanding or

representation is expressly stated in the contract.

68. Other Contracts

The RTA may undertake and award other contracts for additional work at or near the site

of the work under this contract. The Contractor shall fully cooperate with the other

contractors and with RTA employees and shall carefully adapt scheduling and

performing the work under this contract to accommodate the additional work, heeding

any directions that may be provided by the Project Manager. The Contractor shall not

commit or permit any act that will interfere with the performance of work by any other

Contractor or by RTA employees.

69. Protection of Existing Vegetation, Structures, Equipment and Utilities and Improvements

A. The Contractor shall preserve and protect all structures, equipment, and

vegetation (such as trees, shrubs and grass) on or adjacent to the work site, which

was not to be removed and which do not unreasonably interfere with the work

required under the contract. The Contractor shall only remove trees when

specifically authorized to do so, and shall avoid damaging vegetation that will

remain in place. If any limbs or branches of trees are broken during contract

performance, or by the careless operation of equipment, or by workmen, the

Contractor shall trim those limbs or branches with a clean cut and paint the cut

with a tree-pruning compound as directed by the Project Manager.

B. The Contractor shall protect from damage all existing improvements and utilities

(1) at or near the work site, and (2) on adjacent property of a third party, the

locations of which are made known to or should be known by the Contractor. The

Contractor shall repair any damage to those facilities, including those that are the

property of a third party, resulting from failure to comply with the requirements of

the contract or failure to exercise reasonable care in performing the work. If the

Contractor fails or refuses to repair the damages promptly, the Owner may have

the necessary work performed and charge the cost to the Contractor.

70. Operations and Storage Areas

A. The Contractor shall confine all operations (including storage of materials) on

RTA premises to areas authorized or approved by the Owner. The Contractor

shall hold and save the RTA, its officers and agents, free and harmless from

liability of any nature occasioned by the Contractor’s performance.

Page 77: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-65-

B. Temporary buildings (e.g., storage sheds, shop, offices) and utilities may be

erected by the Contractor only with the approval of the Project Manager and shall

be built with labor and materials furnished by the Contractor without expense to

the RTA. The temporary buildings and utilities shall remain the property of the

Contractor and shall be removed by the Contractor at its expense upon completion

of the work. With the written consent of the Project Manager, the buildings and

utilities may be abandoned and need not be removed.

C. The Contractor shall, under regulations prescribed by the Project Manager, use

only established roadways, or use temporary roadways constructed by the

Contractor when and as authorized by the Project Manager. When materials are

transported in performing the work, vehicles shall not be loaded beyond the

loading capacity recommended by the manufacturer of the vehicle or prescribed

by any federal, state or local law or regulation. When it is necessary to cross

curbs or sidewalks, the Contractor shall protect them from damage. The

Contractor shall repair or pay for the repair of any damaged curbs, sidewalks or

roads.

71. Accident Prevention

A. The Contractor shall provide and maintain work environments and procedures

which will (1) safeguard the public and RTA personnel, property, materials,

supplies, and equipment exposed to Contractor operations and activities; (2) avoid

interruptions of RTA operations and delays in project completion dates; and (3)

control costs in the performance of this contract.

B. For these purposes of contracts for construction or dismantling, demolition, or

removal of improvements, the Contractor shall:

(1) Provide appropriate safety barricades, signs, and signal lights;

(2) Comply with the standards issued by the Secretary of Labor at 29 CFR

Part 1926 and 29 CFR Part 1910; and

(3) Ensure that any additional measures the Project Manager determines to be

reasonably necessary for the purposes are taken.

C. If this contract is for construction or dismantling, demolition or removal of

improvements with any Department of Transportation agency or component, the

Contractor shall comply with all pertinent provisions of the latest version of U.S.

Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1,

in effect on the date of the solicitation.

D. Whenever the Owner or its representatives become aware of any noncompliance

with these requirements or any condition which poses a serious or imminent

danger to the health or safety of the public or RTA personnel, the Project

Manager shall notify the Contractor orally, with written confirmation, and request

immediate initiation of corrective action. This notice, when delivered to the

Page 78: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-66-

Contractor or the Contractor’s representative at the work site, shall be deemed

sufficient notice of noncompliance and that corrective action is required. After

receiving the notice, the Contractor shall immediately take corrective action. If

the Contractor fails or refuses to promptly take corrective action, the Owner may

issue an order stopping all or part of the work until satisfactory corrective action

has been taken. The Contractor shall not be entitled to any equitable adjustment

of the contract price or extension of the performance schedule on any stop work

order issued under this clause.

E. The Contractor shall insert this clause, including this paragraph (e), with

appropriate changes in the designation of parties, in subcontracts.

Alternate I

If the contract will involve (a) work of a long duration with hazardous nature, or

(b) performance on a government facility that on the advice of the technical

representatives involves hazardous materials or operations that might endanger

the safety of the public and/or RTA personnel or property, add the following

paragraph (f) to the basic clause:

F. Before commencing the work, the Contractor shall:

(1) Submit a written proposal plan for implementing this clause. The plan

shall include an analysis of the significant hazards to life, limb, and

property inherent in contract work performance and a plan for controlling

these hazards; and

(2) Meet with representatives of the RTA to discuss and develop a mutual

understanding relative to administration of the overall safety program.

72. Availability and Use of Utility Services

A. The RTA shall make all reasonably required amounts of utilities available to the

Contractor from existing outlets and supplies, as specified in the contract. The

Contractor shall carefully conserve any utilities furnished.

B. The Contractor, at its expense and in a workmanship manner satisfactory to the

Project Manager, shall install and maintain all necessary temporary connections

and distribution lines. Before final acceptance of the work by the RTA, the

Contractor shall remove all the temporary connections, distribution lines, meters,

and associated paraphernalia.

73. Schedules for Construction Contracts

A. The Contractor shall, within five (5) days after the work commences on the

contract or another period of time determined by the Project Manager, prepare

and submit to the Project Manager for approval three copies of a practicable

schedule and show the order in which the Contractor proposes to perform the

work, and the dates on which the Contractor contemplates starting and completing

Page 79: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-67-

several salient features of the work (including acquiring materials, plant, and

equipment). The schedule shall be in the form of a progress chart of suitable scale

to indicate appropriately the percentage of work scheduled within the time

prescribed. The Owner may withhold approval of progress payments until the

Contractor submits the required schedule.

B. The Contractor shall enter the actual progress on the chart as directed by the

Project Manager, and upon doing so shall immediately deliver three copies of the

annotated schedule to the Project Manager. If, in the opinion of the Project

Manager, the Contractor falls behind the approved schedule, the Contractor shall

take steps necessary to improve its progress, including those that may be required

by the Project Manager, without additional cost to the RTA. In this circumstance,

the Owner may require the Contractor to increase the number of shifts, overtime

operations, days of work, and/or the amount of construction plant, and to submit

for approval any supplementary schedule or schedules in chart form as the Project

Manager deems necessary to demonstrate how the approved rate of progress will

be regained.

C. Failure of the Contractor to comply with requirements of the Owner under this

clause shall be grounds for a determination by the Owner that the Contractor is

not prosecuting the work with sufficient diligence to ensure completion within the

time specified in the contract. Upon making this determination, the Owner may

terminate the Contractor’s right to proceed with the work, or any separable part of

it, in accordance with the default terms of this contract.

74. Layout of Work

The Contractor shall lay out its work from RTA established base lines and benchmarks

indicated on the drawings, and shall be responsible for all measurements in connections

with the layout. The Contractor shall furnish, at its own expense, all stakes, templates,

platforms, equipment, tools, materials, and labor required to lay out any part of the work.

The Contractor shall be responsible for executing the work to the lines and grades that

may be established or indicated by the Project Manager. The Contractor shall also be

responsible for maintaining and preserving all stakes and other marks established by the

Project Manager until authorized to remove them. If such marks are destroyed by the

Contractor through its negligence before their removal is authorized, the Project Manager

may replace them and deduct the expense of the replacement from any amounts due or to

become due to the Contractor.

75. Organization and Direction of the Work

A. When the contract is executed, the Contractor shall submit to the Project Manager

a chart showing the general executive and administrative organization, the

personnel to be employed in connection with the work under the contract, and

their respective duties. The Contractor shall keep the data furnished current by

supplementing it as additional information becomes available.

Page 80: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-68-

B. Work performance under the contract shall be under the full-time direction of (1)

the Contractor, if the Contractor is an individual; (2) one or more principal

partners, if the Contractor is a partnership; or (3) one or more senior officers, if

the Contractor is a corporation, association, or similar legal entity. However, if

the Project Manager approves, the Contractor may be represented in the direction

of the work by a specific person or persons holding positions other than those

identified in this paragraph.

76. Specifications and Drawings for Construction

A. The Contractor shall keep on the work site a copy of the drawings and

specifications and shall at all times give the Owner and its representatives access

thereto. Anything mentioned in the specifications and not shown on the drawings,

or shown on the drawings and not mentioned in the specifications, shall be of like

effect as if shown or mentioned in both. In case of difference between drawings

and specifications, the specifications shall govern. In case of discrepancy in the

figures, in the drawings, or in the specifications, the matter shall be promptly

submitted to the Project Manager, who shall promptly make a determination in

writing. Any adjustment by the Contractor without such a determination shall be

at its own risk and expense. The Project Manager shall furnish from time to time

such detailed drawings and other information as considered necessary, unless

other provided.

B. Wherever in the specifications or upon the drawings the words "directed,

required, ordered, designated, prescribed", or words of like import are used, it

shall be understood that the direction, requirement, order, designation, or

prescription, of the Owner is intended; and similarly the words "approved,

acceptable, satisfactory", or words of like import shall mean approved by, or

acceptable to, or satisfactory to the Owner, unless otherwise expressly stated.

C. When "as shown, as indicated, as detailed", or words of like import are used, it

shall be understood that the reference is made to the drawings accompanying the

contract unless stated otherwise. The word "provide", as used herein, shall be

understood to mean provide completed in place that is, furnished and installed.

D. Shop drawings means drawings, submitted to the Project Manager by the

Contractor, subcontractor, or any lower tier subcontractor pursuant to a

construction contract, showing in detail (1) the proposed fabrication and assembly

of structural elements, and (2) the installation (i.e., fit, and attachment details) of

materials or equipment. It includes drawings, diagrams, layouts, schematics,

descriptive literature, illustrations, schedules, performance and test data, and

similar materials furnished by the Contractor to explain in detail specific portions

of the work required by the contract. The RTA may duplicate, use, and disclose

in any manner and for any purpose shop drawings delivered under the contract.

E. If the contract requires shop drawings, the Contractor shall coordinate all such

drawings, and review them for accuracy, completeness, and compliance with

contract requirements and shall indicate its approval thereon as evidence of such

Page 81: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-69-

coordination and review. Shop drawings submitted to the Project Manager

without evidence of the Contractor’s approval may be returned for resubmission.

The Project Manager will indicate an approval or disapproval of the shop

drawings, and if not approved as submitted, shall indicate reasons therefor. Any

work done before such approval shall be at the Contractor’s risk. Approval by the

Project Manager shall not relieve the Contractor from responsibility for any errors

or omissions in such drawings, nor from responsibility for complying with the

requirements of the contract, except with respect to variations described and

approved in accordance with (f) below.

F. If shop drawings show variations from the contract requirements, the Contractor

shall describe such variations in writing, separate from the drawings, at the time

of submission. If the Project Manager approves any such variations, the RTA

shall issue an appropriate contract modification, except that, if the variation is

minor or does not involve a change in price or in time of performance, a

modification need not be issued.

G. The Contractor shall submit a minimum of four (4) “Owner’s copies” for each

shop drawing and submittal. The Owner will retain one (1) copy during

construction for owner’s purposes. Upon completion of the job, the Contractor

shall provide the Owner with three (3) original copies. Any additional copies

required by the Contractor shall also be provided. Owner will review each

submittal, mark as appropriate to indicate action taken, and return copies less one

(1) retained. As an example, if the Contractor needs three (3) copies of a

submittal (one for the Vendor, one for a Subcontractor and one for the

Contractor), the Contractor shall provide a minimum of seven (7) copies (three for

the Contractor’s purposes, three for the Contractor to submit with three copies of

Operation and Maintenance Manuals upon completion of the job, and one copy

for the Owner to utilize during construction.

H. Upon completing the work under the contract, the Contractor shall furnish three

(3) complete sets of all shop drawings as finally approved, to be included in the

Operation and Maintenance Manuals. These drawings shall show all changes and

revisions made up to the time the project is completed and accepted by the RTA.

77. Pre-construction Conference

If the Owner decides to conduct a pre-construction conference, the successful Contractors

will be notified and will be required to attend. The Project Manager’s notification will

include specific details regarding the date, time, and location of the conference, any need

for attendance by subcontractors, and information regarding the items to be discussed.

78. Material and Workmanship (based on APR 1984)

A. All equipment, material, and articles incorporated into the work covered by this

contract shall be new and of the most suitable grade for the purpose intended,

unless otherwise specifically provided in this contract. References in the

specifications to equipment, material, articles, or patented processes by trade

Page 82: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-70-

name, make, or catalog number, shall be regarded as establishing a standard of

quality and shall not be construed as limiting competition. The Contractor may,

at its option, use any equipment, material, article, or process that, in the judgment

of the Contracting Officer, is equal to that named in the specifications, unless

otherwise specifically provided in this contract.

B. The Contractor shall obtain the Contracting Officer’s approval of the machinery

and mechanical and other equipment to be incorporated into the work. When

requesting approval, the Contractor shall furnish to the Contracting Officer the

name of the manufacturer, the model number, and other information concerning

the performance, capacity, nature, and rating of the machinery, mechanical and

other equipment. When required by this contract or by the Contracting Officer,

the Contractor shall also obtain the Contracting Officer’s approval of the material

or articles that the Contractor contemplates incorporating into the work. When

requesting approval, the Contractor shall provide full information concerning the

material or articles. When directed to do so, the Contractor shall submit samples

for approval at the Contractor’s expense, with all shipping charges prepaid.

Machinery, equipment, material, and articles that do not have the required

approval shall be installed or used at the risk of subsequent rejection.

C. All work under this contract shall be performed in a skillful and workmanlike

manner. The Contracting Officer may require, in writing, that the Contractor

remove from the work any employee the Contracting Officer deems incompetent,

careless, or otherwise objectionable (R 7-602.9 1964 JUN).

79. Superintendence by the Contractor (based on APR 1984)

At all times during performance of this contract and until the work is completed and

accepted, the Contractor shall directly superintend the work or assign and have on the

work site a competent superintendent who is satisfactory to the Contracting Officer and

has authority to act for the Contractor. Each prime contractor shall provide

superintendence for work covered by respective prime contract and to coordinate his

work with the other Prime Contractors and the Construction Manager. The Construction

Manager shall also provide superintendence over all other contracts.

80. Permits and Responsibilities (based on NOV 1991)

The Contractor shall, without additional expense to the Greater Dayton Regional Transit

Authority, be responsible for obtaining any necessary licenses and permits, and for

complying with any federal, state, and municipal laws, codes, and regulations applicable

to the performance of the work. The Contractor shall also be responsible for all damages

to persons or property that occur as a result of the Contractor’s fault or negligence. The

Contractor shall also be responsible for all materials delivered and work performed until

completion and acceptance of the entire work, except for any completed unit of work

which may have been accepted under the contract.

81. Use and Possession Prior to Completion

Page 83: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-71-

A. The Greater Dayton Regional Transit Authority shall have the right to take

possession of or use any completed or partially completed part of the work.

Before taking possession of or using any work, the Administrative Team shall

furnish the Contractor a list of items of work remaining to be performed or

corrected on those portions of the work that the Greater Dayton Regional Transit

Authority intends to take possession of or use. However, failure of the

Contracting Officer to list any item of work shall not relieve the Contractor of

responsibility for complying with the terms of the contract. The Greater Dayton

Regional Transit Authority’s possession or use shall not be deemed an acceptance

of any work under the contract.

B. While the Greater Dayton Regional Transit Authority has such possession or use,

the Contractor shall be relieved of the responsibility for the loss of or damage to

the work resulting from the Greater Dayton Regional Transit Authority’s

possession or use, notwithstanding the terms of the clause in this contract entitled

“Permits and Responsibilities”. If prior possession or use by the Greater Dayton

Regional Transit Authority delays the progress of the work or causes additional

expense to the Contractor, an equitable adjustment shall be made in the contract

price or the time of completion, and the contract shall be modified in writing

accordingly.

82. Cleaning Up (based on APR 1984)

The Contractor shall at all times keep the work area, including storage areas, free from

accumulations of waste materials. Before completing the work, the Contractor shall

remove from the work premises any rubbish, tools, scaffolding, equipment, and materials

that are not the property of the Greater Dayton Regional Transit Authority. Upon

completing the work, the Contractor shall leave the work area in a clean, neat, and

orderly condition satisfactory to the Contracting Officer. Clean up is the specific

responsibility of each separate contractor. The Construction Manager will ensure all

contractors have adequately performed cleanup tasks. Cleanup shall take place on a daily

basis.

83. Americans with Disabilities Act (ADA)

The Contractor agrees to comply with, and assure that any subcontractor under this

Project complies with all applicable requirements for the American with Disabilities Act

(ADA) of 1990, as amended, 42 U.S.C. Section 12101 et seq. and 49 U.S.C. Section 322;

Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. Section 794;

Section 16 of the Federal Transit Act, as amended, 49 U.S.C. app. Section 1612, and the

following regulations and any amendments thereto:

A. U.S. DOT regulations, "Transportation Services for Individuals with Disabilities

(ADA)," 49 C.F.R. Part 37;

B. U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs

and Activities Receiving or Benefiting from Federal Financial Assistance," 49

C.F.R. Part 27;

Page 84: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-72-

C. U.S. DOT regulations, "Americans with Disabilities (ADA) Accessibility

Specifications for Transportation Vehicles," 49 C.F.R. Part 38; and 36 CFR Part

1192.

D. Department of Justice (DOJ) regulations, Nondiscrimination on the Basis of

Disability in State and Local Government Services," 28 C.F.R. Part 35;

E. Department of Justice (DOJ) regulations, "Nondiscrimination on the Basis of

Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R.

Part 36;

F. General Services Administration, "Construction and Alteration of Public

Building." Accommodations of the Physically Handicapped," 41 C.F.R. Part 101-

19;

G. Equal Employment Opportunity Commission (EEOC) "Regulations to Implement

the Equal Employment Provisions of the Americans with Disabilities Act," 29

C.F.R. Part 1630;

H. Federal Communications regulations, "Telecommunications Relay Services and

Related Customer Premises Equipment for the Hearing and Speech Disabled," 47

C.F.R. Part 64, Subpart F; and

I. FTA regulations, "Transportation for Elderly and Handicapped Persons," 49

C.F.R. Part 609.

84. Recycled Products

The Contractor agrees to comply with all the requirements of Section 6002 of the

Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962),

including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive

Order 12873, as they apply to the procurement of the items designed in Subpart B of 40

CFR Part 247.

85. Debarment and Suspension

The Contractor agrees to comply with U.S. Department of Transportation regulations,

"Government Debarment and Suspension (Non-procurement)", 2 CFR Part 1200 and 2

CFR Part 180, and otherwise comply with the requirements of those regulations. This

includes the requirement of the bidder to submit the Certification of Primary Contractor

Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion for

all projects when the total aggregate value of the Contract exceeds $25,000 and to submit

a Certification of Lower Tier Participation Regarding Debarment, Suspension and Other

Ineligibility and Voluntary Exclusions for each subcontractor which will have a financial

interest in this Project which exceeds $25,000 or will have a critical influence on or a

substantive control over the Project.

During the term of the Contract the Contractor agrees to immediately notify RTA of 1)

any potential subcontractor that is subject to this provision and to submit the appropriate

Page 85: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-73-

certification prior to award of the subcontract, 2) any information that its certification or

certification of its subcontractors was erroneous when submitted, 3) any information that

certifications have become erroneous by reason of changed circumstances.

The Contractor shall submit with each request for payment a list of all subcontractors to

this contract which have a financial interest in this Project which exceeds $25,000 or

have had a critical influence on or substantive control over the Project and submit

evidence that the appropriate certificates have been submitted and that they remain valid.

RTA will not make payment to the Contractor or subcontractor which 1) does not comply

with this contract provision, or 2) is not in compliance with the above cited federal

requirements.

86. Lobbying

During the term of this Contract the Contractor agrees to comply with the provisions of

31 USC Section 1352, which prohibits the use of federal funds for lobbying by any

official or employee of any federal agency, or member or employee of Congress; and

requires the Contractor to disclose any lobbying of any official or employee of any

federal agency, or member or employee of Congress in connection with federal

assistance. The Contractor agrees to comply with U.S. DOT regulations, "New

Restrictions on Lobbying," 49 CFR Part 20 and include these requirements in any

subcontract, which exceeds $25,000.

The Contractor and all subcontractors in receipt of contracts exceeding $25,000 shall

submit Standard Form LLL quarterly to RTA. The Contractor shall also submit with

each request for payment 1) a list of each contractor and subcontractor that is subject to

the Lobbying Certifications, 2) certifications or evidence of certification for all sub-

contractors, 3) information regarding material changes in the previous certifications or

disclosures, and 4) Standard Form LLL or evidence that the form was previously

submitted to RTA.

RTA will not make any payment to the Contractor or subcontractor which 1) does not

comply with the contract provisions, or, 2) is not in compliance with the above-cited

federal requirements.

87. Disputes Concerning Labor Standards

Disputes arising out of the labor standard provisions of this Contract shall not be subject

to the general disputes clause of the contract. Such disputes shall be resolved in

accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5,

6, and 7. Disputes within the meaning of this clause include disputes between the

Contractor (or any of its Subcontractors) and the contracting agency, the U.S. Department

of Labor, or the employees or their representatives.

88. Certification of Eligibility

By entering into this agreement or a third party contract financed under this agreement,

the Contractor certifies that neither it (nor he nor she) nor any person or firm that has an

Page 86: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-74-

interest in the Contractor's firm is a person or firm ineligible to be awarded government

contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

No part of this Contract shall be subcontracted to any person or firm ineligible for award

of a government Contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR

Section 5.12(a)(1).

The penalty for making false statements as prescribed in the U.S. Criminal Code, 18 USC

Section 1001.

89. Environmental, Resource Conservation and Energy Requirements

Environmental Protection: The Contractor agrees to comply with applicable

requirements of the National Environmental Policy Act of 1969, as amended, 42 USC

Section 4321 et seq.; Section 14 of the Federal Transit Act, as amended, 49 USC app.

Section 1610; Council in Environmental Quality Regulations, 40 CFR Part 1500 et seq.;

and joint FHWA/FTA Regulations, "Environmental Impact and Related Procedures" at

23 CFR Part 771 and 49 CFR Part 622.

Air Quality: The Contractor agrees to comply with applicable requirements of EPA

regulations, "Conformity to State or Federal Implementation Plans of Transportation

Plan, Programs, and Project Developed, Funded or Approved Under Title 23 USC or The

Federal Transit Act," 40 CFR Part 51, Subpart T; and "Determining Conformity of

Federal Actions to State or Federal Implementation Plans," 40 CFR Part 93. To support

the requisite air quality conformity finding for the Project, the Contractor agrees to

implement each air quality mitigation and control measure incorporated in the Project.

The Contractor agrees that any Project identified in an applicable State Implementation

Plan (SIP) as a Transportation Control Measure, will be wholly consistent with the

description of the design concept and scope of the Project set forth in the SIP.

EPA also imposes requirements pertaining to the Clean Air Act, as amended that may

apply to transit operators, particularly operators of large transit bus fleets. Thus, the

Contractor should be aware that the following EPA regulations, among others, may apply

to this Project; "Control of Air Pollution from Motor Vehicles and Motor Vehicle

Engines", 40 CFR Part 85; "Control of Air Pollution and New and In-Use Motor Vehicles

and New and In-Use Motor Vehicle Engines: Certification and Test Procedures", 40

CFR Part 86; and "Fuel Economy of Motor Vehicles", 40 CFR Part 600.

Use of Public Lands: No publicly owned land from a park, recreation area, or wildlife or

waterfowl refuge of national, state, or local officials having jurisdiction thereof, or any

and from an historic site of national, state, or local significance may be used for the

Project unless specific findings required by 49 CFR Section 303 are made by U.S. DOT.

Mitigations of Adverse Environmental Effects: Should the proposed Project cause

adverse environmental effects, the Contractor agrees to take all reasonable steps to

minimize such effects pursuant to 49 USC app. Section 1610, all other applicable statues,

and the procedures set forth in 23 CFR Part 771 and 49 CFR Part 622. The Contractor

Page 87: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-75-

agrees to undertake all environmental mitigation measures that may be identified as

commitments in applicable environmental documents (such as environmental

assessments, environmental impact statements, memoranda of agreements, and

statements required by 49 USC Section 303) and with any conditions imposed by the

government as part of a finding of no significant impact or a record of this Agreement by

reference. As soon as the government and the Contractor reach agreement on any

mitigation measures that have been deferred, those measures will then be incorporated

into this Agreement. Such mitigation measures may not be modified or withdrawn

without the express written approval of the government.

90. Labor and Materialmen Bond

The successful Bidder shall supply a separate Labor and Materialmen Bond with a surety

in the amount equal to 100 percent of the total Contract award amount.

91. Builders Risk Insurance

Contractor shall provide builders risk insurance coverage covering both the interests of

the Owner, Contractor and all applicable subcontractors in accordance with the

following:

A. Said policy of insurance to be written utilizing either a) the 1995 ISO Builders

Risk Coverage Form CPOO 20 with Special Causes of Loss, Form CP 20 30 11

attached and endorsed to include the perils of flood, surface water, backup of

sewers and drains, and earthquakes or b) an inland marine builders risk coverage

form which is certified by the insurance underwriter to be no more restrictive than

the ISO Form CP 00 20, 1995 edition.

B. The policy will carry a maximum deductible of $1,000-$5,000, depending on the

size of the project. The Contractor will be financially responsible for absorbing

all losses within the deductible.

C. The policy will be written on a Completed Value basis. The limit will be equal to

100% of the total contract award amount.

D. Valuation for all property, including but not limited to property of others in the

insured’s care, custody and control, will be replacement cost.

E. Policy will be endorsed to cover property in transit.

F. Policy will be endorsed to cover off-site storage of building materials, contents,

and supplies.

G. Policy will be endorsed to include Form CP 11 21 Builders Risk-Theft of

Building Materials.

H. Policy shall be endorsed to provide Owner with the right to approve/disapprove

all settlements.

Page 88: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-76-

I. Contractor shall provide Owner with a certificate of insurance evidencing each of

the above items prior to initiating any construction activity. Said certificate of

insurance will include a provision providing the Owner with 30 days written

notice of cancellation, material change or non-renewal. The standard "Endeavor

To" wording will be deleted from any certifications provided by the Contractor to

the Owner.

J. It is agreed that all coverage placed by the Contractor on behalf of the Owner

shall be underwritten by an insurance company licensed and admitted by the State

of Ohio. Said insurance company will carry a current minimum A.M. Best rating

of A-7.

92. Excusable Delays

Except for defaults of subcontractors at any tier, the Contractor shall not be in default

because of any failure to perform this contract under its terms if the failure arises from

causes beyond the control and without the fault or negligence of the Contractor.

Examples of theses causes are (1) acts of God or of the public enemy, (2) acts of the RTA

in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6)

quarantine restrictions, (7) strikes, (8) freight embargoes and (9) unusually severe

weather. In each instance, the failure to perform must be beyond the control and without

the fault or negligence of the Contractor. "Default" includes failure to make progress in

the work so as to endanger performances.

If the failure to perform is caused by the failure of the subcontractor at any tier to perform

or make progress, and if the cause of failure was beyond the control of both the

Contractor and subcontractor, and without the fault or negligence of either, the Contractor

shall not be deemed to be in default, unless-

A. The subcontracted supplies or services were obtainable from other sources.

B. The RTA ordered the Contractor in writing to purchase these supplies or services

from the other source; and

C. The Contractor failed to comply reasonably with this contract.

Upon request of the Contractor, the RTA shall ascertain the facts and extent of

the failure. If the RTA determines that any failure to perform results from one

or more of the causes above, the delivery schedule shall be revised, subject to

the rights of the RTA under the termination clause of the contract.

93. Fly America

The Recipient understands and agrees that the federal government will not participate in

the costs of international air transportation of any persons involved in or property

acquired for the project unless that air transportation is provided by U.S.-flag air carriers

to the extent service by these carriers is available, in accordance with Section 5 of the

International Air Transportation Fair Competitive Practices Act of 1974, as amended, 49

Page 89: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-77-

U.S.C. 40118, and with U.S. General Services Administration (U.S. GSA) regulations

pertaining to the use of United States flag air carriers, at 41 C.F.R. 301-10.131 thru

301-10.143.

94. Trade Secret Notification

Under Ohio Law, a bid document may be a public record unless it meets an exception

under the Public Records Law. One such exception is for trade secrets. Trade secrets

must be treated with confidentiality. However, the bidder must notify the RTA in all of

their bid documents as to which portions of their bid documents constitute trade secrets

and are to be treated as confidential. As bidder, it is your responsibility to mark those

parts of the bid, which you wish to have treated as confidential. While this does not

assure that these portions of the document will constitute a trade secret and be exempt

from public records requests under Ohio Law, in the absence of notice from you to us

that those documents are to be treated as trade secrets and to be held confidential, they

will be made available to the public upon a public records request unless another

exception applies to exempt them from disclosure.

95. Program Fraud and False or Fraudulent Statements or Related Acts

The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies

Act of 1986, as amended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, “Program

Fraud Civil Remedies, “49 C.F. R. Part 31, apply to its actions pertaining to this Project.

Upon execution of the underlying contract, the Contractor certifies or affirms the

truthfulness and accuracy of any statement it has made, it makes, it may make, or causes

to be made, pertaining to the underlying contract or the FTA assisted project for which

this contract work is being performed. In addition to other penalties that may be

applicable, the Contractor further acknowledges that if it makes, or causes to be made, a

false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal

Government reserves the right to impose the penalties of the Program Fraud Civil

Remedies Act of 1986 on the Contractor to the extent the Federal Government deems

appropriate.

The Contractor also acknowledges that if it makes, or causes to be made, a false,

fictitious, or fraudulent claim, statement, submission, or certification to the Federal

Government under a contract connected with a project that is financed in whole or in part

with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. §

5307, the Government reserves the right to impose the penalties of 18 U.S. C. § 1001 and

49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems

appropriate.

The Contractor agrees to include the above two clauses in each subcontract financed in

whole or in part with Federal assistance provided by FTA. It is further agreed that the

clauses shall not be modified, except to identify the subcontractor who will be subject to

the provisions.

96. Seismic Safety

Page 90: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-78-

The contractor agrees that any new building or addition to an existing building will be

designed and constructed in accordance with the standards for Seismic Safety required in

42 U.S.C. Sections 7701 et seq. and Department of Transportation Seismic Safety

Regulations 49 CFR Part 41 Sections 41.117 and 41.120 and will certify to compliance to

the extent required by the regulation. The contractor also agrees to ensure that all work

performed under this contract including work performed by a subcontractor is in

compliance with the standards required by the Seismic Safety Regulations and the

certification of compliance issued on the project.

97. No Obligation by Federal Government

The Purchaser and contractor acknowledge and agree that, notwithstanding any

concurrence by the Federal Government in or approval of the solicitation or award of the

underlying contract, absent the express written consent by the Federal Government, the

Federal Government is not a party of this contract and shall not be subject to any

obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a

party to that contract) pertaining to any matter resulting from the underlying contract.

The Contractor agrees to include the above clause in each subcontract financed in whole

or in part with Federal assistance provided by FTA. It is further agreed that the clause

shall not be modified, except to identify the subcontractor who will be subject to its

provisions.

98. Changes in the Work/Change Orders

Oral changes are not permitted. No change in the contract shall be made unless the RTA

gives prior written approval therefor. The Contractor shall be liable for all costs resulting

from, and/or for satisfactorily correcting any change in the work not authorized by the

RTA in writing.

The Contractor shall submit to the RTA a detailed pricing and schedule proposal for the

work to be performed under the change order. The proposal may be accepted by the

RTA or may be modified by negotiations between the Contractor and RTA. A change

order amendment shall be executed in writing by both parties. Disagreements that cannot

be resolved within negotiations shall be resolved in accordance with the contract

“Disputes” clause. Regardless of any disputes, the Contractor shall proceed with the

work ordered, provided the Contractor has obtained the prior concurrence of RTA.

99. Late Submissions, Modifications, and Withdrawals of Bids

Any bid received at the office designated in the solicitation after the exact time specified

for receipt will not be considered.

The exact time (also referred to as official time) is the date and time the bid is actually

received in the RTA’s Procurement Department.

The only acceptable evidence to establish the time of receipt at the RTA office is the

time/date stamp of the RTA on the bid wrapper or other documentary evidence of receipt

maintained by the RTA.

Page 91: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-79-

Bids may be withdrawn by written or telegraphic request received from bidders prior to

the time set for the receipt of bids. Bids may be withdrawn in person by a bidder or an

authorized representative, if the representative’s identity is made known and the

representative signs a receipt for the bids before award.

100. Duty to Inform

If at any time during the performance of this contract, the Contractor becomes aware of

actual or potential problems, fault defect in the project or any nonconformance with any

contract document, federal, state or local law, rule or regulation, the Contractor shall give

immediate notice thereof to the RTA’s Purchasing Agent.

101. Federal Changes

Contractor shall at all times comply with all applicable FTA regulations, policies,

procedures and directives, including without limitation those listed directly or by

reference in the Agreement (Form FTA MA (7) dated October 2000) between Purchaser

and FTA, as they may be amended or promulgated from time to time during the term of

this contract. Contractor’s failure to so comply shall constitute a material breach of this

contract.

102. Incorporation of Federal Transit Administration (FTA) Terms

The preceding provisions include, in part, certain Standard Terms and Conditions

required by DOT, whether or not expressly set forth in the preceding contract provisions.

All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, dated

November 1, 2008, as amended, are hereby incorporated by reference. Anything to the

contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in

the event of a conflict with other provisions contained in this Agreement. The Contractor

shall not perform any act, fail to perform any act, or refuse to comply with any Greater

Dayton RTA requests which would cause RTA to be in violation of the FTA terms and

conditions.

103. Drug and Alcohol Rules

The Greater Dayton Regional Transit Authority (RTA) is required to comply with the

Federal Transit Administration’s drug and alcohol rule, 49 CFR Part 655. This rule

requires RTA to ensure that any entity performing a safety-sensitive function on our

behalf implement a drug and alcohol program which complies with the following clause:

“The contractor agrees to establish and implement a drug and alcohol

testing program that complies with 49 CFR Part 655, produce any

documentation necessary to establish its compliance with Part 655, and

permit any authorized representative of the United States Department of

Transportation or its operating administrations, the State of Ohio, or

Greater Dayton Regional Transit Authority to inspect the facilities and

records associated with the implementation of the drug and alcohol testing

program as required under 49 CFR Part 655 and review the testing

Page 92: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-80-

process. The contractor agrees further to certify annually its compliance

with Parts 655.”

104. Seat Belt Use

In compliance with Federal Executive Order No. 13043, “Increasing Seat Belt Use in the

United States,” April 16, 1997, 23 U.S.C. Section 402 note, FTA encourages each third

party contractor to adopt and promote on-the-job seat belt use policies and programs for

its employees and other personnel that operate company owned, rented, or personally

operated vehicles, and to include this provision in each third party subcontract involving

the project.

105. Texting While Driving and Distracted Driving

Consistent with Executive Order No. 13513, “Federal Leadership on Reducing Text

Messaging While Driving,” October 1, 2009, 23 U.S.C. Section 402 note, and DOT

Order 3902.10, “Text Messaging While Driving,” December 30, 2009, FTA encourages

each third party contractor to promote policies and initiatives for its employees and other

personnel that adopt and promote safety policies that to decrease crashes by distracted

drivers, including policies to ban text messaging while driving, and to include this

provision in each third party subcontract involving the project.

106. Intelligent Transportation Systems

Intelligent transportation system (ITS) property and services must comply with the

National ITS Architecture and Standards to the extent required by 23 U.S.C. Section

517(d) and FTA Notice, “FTA National ITS Architecture Policy on Transit Projects,” 66

FR 1455 et seq., January 8, 2001, and later published policies or implementing directives

FTA may issue. Consequently, third party contracts involving ITS are likely to require

provisions to ensure compliance with Federal requirements.

107. Contract Work Hours and Safety Act

Mechanics and laborers are required to be paid on the basis of a standard 8-hour workday

and a 40-hour workweek. Any work in excess of eight (8) hours a day or 40 hours a

week must be compensated at a rate no less than 1-1/2 times the worker’s base rate.

Further, no laborer or mechanic will be required to work in surroundings or under

working conditions that are unsanitary, hazardous, or dangerous, as determined under the

standards established by the Secretary of Labor.

108. Veterans Employment

Recipients and subrecipients of Federal financial assistance under this chapter shall

ensure that contractors working on a capital project funded using such assistance give a

hiring preference, to the extent practicable, to veterans (as defined in section 2108 of title

5) who have the requisite skills and abilities to perform the construction work required

under the contract. This subsection shall not be understood, construed or enforced in any

manner that would require an employer to give preference to any veteran over any

Page 93: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-81-

equally qualified applicant who is a member of any racial or ethnic minority, female, an

individual with a disability, or former employee.

Page 94: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-82-

SECTION III

SPECIAL CONDITIONS

Page 95: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-83-

SPECIAL CONDITIONS

BUILDING CODE: The Contractor shall comply in every respect with the latest edition of The

Ohio Building Code and the Code’s subsequent approved amendments. The Contractor shall be

solely responsible for any damage, injury or delay caused to the Owner, or others, through any

failure or negligence to observe said laws or regulations.

SHOP DRAWINGS, BROCHURES AND SAMPLES: Submit for approval, prior to

preparation of shop drawings, a list of proposed submittals and a tentative schedule of all

proposed shop drawings, brochures and samples called for under the Contract.

Prepare shop drawings that establish the actual details of the work; indicate proper relation to

adjoining work; amplify design details of all general, structural, architectural, mechanical and

electrical equipment in proper relation to verified physical spaces; and incorporate minor

changes of design or construction to suit actual conditions. Fully describe all materials and

equipment to be incorporated into the project, including manufacturer’s specifications and

special detailed information.

The Project Manager will review shop drawings, brochures and samples submitted in accordance

with approved shop drawing submittal schedule and return to the Contractor in a timely manner.

The Project Manager’s review of shop drawings, brochures or samples is for general design

information only and is not a complete check of the method of assembly, erection, or

construction. Review shall in no way be construed as:

Permitting any departure whatsoever from the contract documents, except where the Contractor,

in accordance with the provisions of the General Conditions, has previously notified the RTA of

such departure.

Relieving the contractual responsibility for any error in quality of materials, details, omissions or

otherwise that may exist.

Relieving the contractual responsibility for adequate field connections, erection techniques,

bracing or deficiencies in strength.

Relieving the full contractual responsibility for satisfactory performance of all work and

coordination of work.

Permitting departure from additional details or instructions previously furnished by RTA.

PROTECTION OF WORK AND PROPERTY: Maintain adequate protection for all work

under construction. Protect the RTA’s property from injury or loss arising in connection with the

Contract.

Protect all work materials and equipment to be incorporated in this Contract whether in transit or

in storage on or off the site and under the care, custody or control of the Contractor.

Page 96: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-84-

Protect all partially installed and completed work associated with this Contract.

Furnish all temporary work required to complete this Contract. This will include all temporary

work required to keep in operation all requisite guards, sidewalks, fences and other safeguards

for the protection of the work and safety of the premises and the public.

Provide all temporary heat required for the prevention of damage to work and materials by

freezing, as found necessary to carry on construction operations.

Protect other property at the site or adjacent thereto not designated for removal or replacement in

the course of construction.

Protect all public and private property and all persons who may be affected directly or indirectly

by work performed under this Contract.

Promptly remedy all damage or loss (other than damage or loss covered by the "Insurance

Requirements") to original condition at no additional cost to the RTA.

SAFETY: The Contractor shall take all necessary and appropriate precautions to ensure the

safety of the public and of workmen on the job to prevent accidents or injury to any persons on,

about, or adjacent to the premises where the work is being performed. The Contractor shall

comply with all laws, ordinances, codes, rules and regulations relative to health, safety and the

prevention of accidents.

CONTRACT CHANGES: Any proposed change in this Contract shall be submitted to the

RTA for its prior approval, and shall not become effective unless it is contained in writing,

signed by the Chief Executive Officer of the RTA. No undertaking of the RTA in connection

with this Contract at the time that the Contract is awarded, or thereafter, shall bond the RTA until

and unless such undertaking is executed in writing and signed by the Chief Executive Officer of

the RTA.

BASIS OF AWARD: Lowest bidder the RTA deems responsive and responsible.

PREVAILING SCALE OF WAGES: The successful bidder must comply with the Prevailing

Rates of Wages on Public Improvements, as ascertained by the Department of Industrial

Relations, State of Ohio, and as provided for in Sections 4115.03 through 4115.04 of the Ohio

Revised Code and the United States Department of Labor.

PERMITS AND INSPECTION FEES: The Contractor shall, without additional expense to the

RTA, be responsible for obtaining any necessary licenses, permits and inspections, and for

complying with federal, state and municipal laws, codes, and regulations applicable to the

performance of the work. The Contractor shall also be responsible for all damages to persons or

properties that occur as a result of the Contractor’s fault or negligence. The Contractor shall also

be responsible for all materials delivered and work performed until completion and acceptance of

Page 97: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-85-

the entire work, except for any completed unit of work, which, may have been accepted under

the contract.

EXECUTION OF CONTRACT: The successful bidder must, within ten (10) days after the

date of notification of the award and before the signing of the contract, furnish a Performance

Bond; Labor and Materialmen Bond; certificates of insurance and compliance from the Industrial

Commission and Bureau of Workers' Compensation; the requirements of which are stated in the

following sections.

LIABILITY AND PROPERTY INSURANCE: The successful bidder shall procure and

furnish, before the execution of the contract, satisfactory evidence that he is keeping in full force

and in effect during the term of the contract, a liability insurance policy containing a contractual

liability coverage endorsement covering his operations and his assumed liability and an Owner's

protective liability policy, with the RTA as the insured, providing protection against claims

arising out of the performance of this contract, or in any way connected therewith, in amounts

not less than $1,000,000 combined bodily injury and property damage coverage per occurrence.

WORKERS' COMPENSATION: The Contractor shall take out and maintain during the life of

the contract, workers' compensation insurance for his employees before the time of the execution

of the contract.

DOCUMENTS AND PROCUREMENT AFTER EXECUTION OF CONTRACT: Within

ten (10) days after the execution of the contract, the Contractor shall furnish the RTA:

1. List of materials the bid is based upon and supplier.

2. List of proposed subcontractors.

3. An itemized Schedule of Values including labor, materials and equipment, for all

items in the bid.

4. Name of foreman or superintendent.

5. List of emergency (24-hour) telephone numbers(s).

WAIVERS OF CLAIMS: The Contractor's obligation to perform the work and complete the

project in accordance with the Contract Document shall be absolute. Neither approval of any

progress or final payment by the RTA, nor the issuance of a list of work to be completed or

corrected, nor any payment by the RTA to the Contractor under the Contract Document, nor any

use or occupancy of the project or any part thereof by the RTA, nor any act of acceptance by the

RTA shall constitute an acceptance of work not in accordance with the contract document.

The making and acceptance of final payment shall constitute:

1. A waiver of all claims by the Contractor against the RTA, other than those previously

made in writing and still unsettled.

Page 98: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-86-

2. A waiver of all claims by the RTA against the Contractor other than those arising from

unsettled liens, from faulty or defective work appearing after final payment, or from

failure to comply with the requirements of the Contract documents, or the terms of any

special guarantees therein.

COMPLIANCE: The Contractor agrees to comply with all applicable federal, state and local

laws in the conduct of work thereunder. The Contractor accepts full responsibility for payment

of all unemployment compensation, insurance premiums, workers' compensation premiums, all

income tax deductions, pension deductions, and any and all employees engaged by the

Contractor for the performance of the work authorized by this agreement.

TESTS AND INSPECTIONS: If the Contract Document, law, ordinances, rules, regulations,

or directives of the RTA or any public authority having jurisdiction require any work to be

specifically inspected, tested or approved by someone other than the Contractor, the Contractor

will give RTA timely notice of readiness thereof. The Contractor will furnish the RTA the

required certificates of inspection, testing, or approval.

The cost of all such inspections, tests, and approvals shall be borne by the Contractor unless

otherwise provided. Neither observation by the RTA, nor inspections, tests or approvals by

persons other than the Contractor shall relieve the Contractor from obligations to perform the

work in accordance with the requirements of the Contract Documents.

CERTIFIED PAYROLLS: The Contractor shall provide the RTA with Contractor and

subcontractor certified copies of each weekly payroll within seven (7) days after the regular

payroll date. Following a review by the RTA for compliance with state and federal labor laws,

the payroll copy shall be retained at the project site for later review by FTA.

A Contractor may use the Department of Labor Form WH-347, "Optional Payroll Form", which

provides for all the necessary payroll information and certifications. This Department of Labor

form may be purchased at a nominal cost from the Superintendent of Documents, U.S.

Government Printing Office, Washington, DC 20402. However, the Contractor may use his own

payroll form provided it includes the same information and certifications as the Department of

Labor form WH-348, "Statement of Compliance".

WARRANTY OF CONSTRUCTION: See Section II, Instructions to Bidders, Clause 18.

COPELAND ANTI-KICKBACK: Contractor must comply with the COPELAND

Anti-Kickback Act, which prohibits the Contractor from inducing any persons employed on the

project to give up any portion of their pay.

DAVIS-BACON ACT: The Contractor will pay all laborers and mechanics employed on the

project at least once a week and at a rate not less than the minimum wage specified in a wage

determination formally issued by the Secretary of Labor. A copy of this determination is

included in this solicitation, and the award of the contract is to be conditioned upon the

Contractor accepting the terms of this wage determination schedule.

Page 99: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-87-

RTA'S RIGHT TO PERFORM WORK: The Contractor hereby acknowledges that it is the

RTA's right to enter said site to perform necessary and vital work at any time, to perform such

works as installation of trolley coach electrical system, etc., with its own work forces, providing

the RTA does not interfere with the Contractor's performance.

CONTRACT WORK HOURS AND SAFETY ACT: Mechanics and laborers are required to

be paid on the basis of a standard 8-hour workday and a 40-hour workweek. Any work in excess

of eight (8) hours a day or 40 hours a week must be compensated at a rate no less than 1-1/2

times the worker's base rate. Further, no laborer or mechanic will be required to work in

surroundings or under working conditions that are unsanitary, hazardous, or dangerous, as

determined under the standards established by the Secretary of Labor.

CODE COMPLIANCE: The Contractor shall give all requisite notices to the proper authorities

(including those for traffic obstruction), obtain all official inspections, permits and licenses made

necessary by the work and shall comply with all laws, ordinances, rules and regulations

pertaining thereto.

MANUFACTURER'S DIRECTIONS: All manufactured articles, material and equipment,

shall be applied, installed, connected, erected, used, cleaned, adjusted and conditioned as

directed by the manufacturer, unless herein specified to the contrary.

CLEANING UP: The Contractor shall at all times keep the work area, including storage area,

free from accumulations of waste materials. Before completing the work, the Contractor shall

remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials

that are not the property of the RTA.

Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly

condition satisfactory to the Project Manager.

Clean up shall take place daily.

UTILITIES: The Contractor shall determine presence of underground utilities by utilizing the

Ohio Utilities Protection Service 1-800-362-2764 at least 48 hours prior to excavation.

PRICES: The prices quoted shall be "FIRM" for the term of the contract.

DELIVERY: All work will be complete No later than 90 calendar days.

Page 100: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-88-

SECTION IV

CONTRACT EXAMPLE

Page 101: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-89-

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

CONTRACT

Agreement made this day of , 20 , by and between

the Greater Dayton Regional Transit Authority, Dayton, Ohio, a political subdivision organized

and existing under and by virtue of the laws of the State of Ohio, hereinafter

called "RTA," and , hereinafter called "Contractor."

The parties hereto, intending to be legally bound, hereby agree as follows:

ARTICLE I – SCOPE

The Contractor shall sell, and the RTA shall purchase, the following described goods and/or

services:

WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION

all as more fully described in Legal Notice IFB No. GD 17-28.

All goods and/or services to be sold pursuant to this contract shall satisfy completely each

and every specification appearing in the specifications and all other requirements, which may

appear in the Contract Documents.

The Contractor shall furnish all supervision, technical personnel, labor, materials,

machinery, tools, equipment and services which may be necessary to perform completely all

services, and to deliver and install, if necessary, all goods to be sold pursuant to this Contract, all

in strict accordance with the Contract Documents.

ARTICLE II – CONTRACT

Contract Documents shall consist of the following:

A) This contract E) Signed Copy of Bid

B) Invitation to Bid F) Performance Bond

C) General Conditions of (If required)

Contract and Special G) Addenda Issued

Conditions, includes H) Contractor's

Instructions to Bidders Technical Proposal

D) Drawings & Project Manual,

Including Technical

Specifications

The Contract Documents form the entire contract between the parties hereto, any oral

understandings or agreements to the contrary notwithstanding.

Page 102: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-90-

ARTICLE III - TIME FOR PERFORMANCE

Time is of the essence in the performance of this contract. The Contractor shall fully

perform all of his obligations, including, without limitation the satisfactory delivery and

installation of all goods to be sold, and the satisfactory performance of all work to be done but

not later than . This article applies even in the

event of a union or employee strike, as this is a foreseeable circumstance that can be prevented,

mitigated, and expected by the Contractor.

ARTICLE IV - METHOD OF PAYMENT AND MAXIMUM COMPENSATION

The maximum aggregate compensation payable by RTA to Contractor shall not exceed

.

The Contractor shall, for the payment of all sums due under this contract, look solely to

the monies provided the RTA from tax revenues resulting from duly authorized taxes which shall

now or hereafter be levied by the RTA, and from grant contract funds, if any, which may actually

be received by the RTA from the federal government under the Urban Mass Transportation Act

of 1964, as amended, for the purpose of underwriting, in whole or in part, the RTA's costs

pursuant to this contract.

It is expressly understood that the RTA shall be under no obligation whatsoever for any

excess costs arising from changes, modifications or extra work orders not specifically approved

by the RTA in one or more writings in which the excess cost or costs is specifically set forth.

The RTA will make payment to the Contractor within thirty (30) days after its acceptance

of all of the goods and/or services to be sold pursuant to this contract.

ARTICLE V - TERMINATION OF CONTRACT FOR DEFAULT

If, through any cause, the Contractor shall fail to perform fully, timely and in proper

manner its obligations under this contract, or if the Contractor shall breach any of the covenants,

conditions or agreements contained in the contract, the RTA shall thereafter have the right to

terminate this contract by giving notice in writing which shall specify the effective date thereof,

to the Contractor of such termination. In such event, any goods delivered and/or installed by the

Contractor under this contract shall, at the option of the RTA, become the RTA's property and

the Contractor shall be entitled to receive just and equitable compensation therefor, not to exceed

the amount payable therefor under Article IV hereof. In the event of a termination pursuant to

this Article, the RTA may elect instead to remove any goods delivered and/or installed and

redeliver the same to the Contractor, all at the Contractor's sole expense, including reasonable

charges for any time and/or labor expended by the RTA's employees.

Notwithstanding the above, the Contractor shall not be relieved of any liability to the

RTA for damages sustained by the RTA by virtue of any breach of contract or warrants, or of

both, by the Contractor for the purpose of setoff and/or recoupment until such time as the exact

amount of damages due the RTA from the Contractor is determined.

Page 103: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-91-

ARTICLE VI - TERMINATION FOR CONVENIENCE OF THE RTA

The RTA may terminate this contract any time by a notice in writing that shall specify the

effective date thereof, from the RTA to the Contractor, at least thirty (30) days before the

effective date of such termination. In that event, any goods accepted by the RTA prior to the

effective date of the termination shall become the RTA's property and the Contractor shall be

entitled to receive just and equitable compensation therefor and for any services accepted by the

RTA prior to the effective date; provided, nevertheless, that the amount of such compensation

shall not, in any event, exceed the amount of the total contract price, as set forth in Article IV,

above, properly attributable to the goods and/or services so accepted.

Neither the acceptance, by the RTA, of any goods and/or services; the payment, by the

RTA, for any goods and/or services; nor both acceptance and payment, shall be deemed to

waive, to compromise, or to affect in any manner the liability of the Contractor for any breach of

contract, of warranty, or both of contract and of warranty.

ARTICLE VII - CONTRACT CHANGES

Any proposed change in this contract shall be submitted to the RTA for its prior approval, and

shall not become effective unless it is contained in a writing signed by the Chief Executive

Officer of the RTA.

ARTICLE VIII - INTEREST OF MEMBERS OF OR DELEGATES TO CONGRESS

No member of or delegate to the Congress of the United States shall be admitted to any share or

part of this contract or to any benefit arising therefrom.

ARTICLE IX - PROHIBITED INTEREST

No member, officer or employee of the RTA or of a local public body during his/her tenure or

one year thereafter shall have any interest, direct or in direct, in this contract or the proceeds

thereof.

ARTICLE X - EQUAL EMPLOYMENT OPPORTUNITY

In connection with the execution of this contract, the Contractor shall not discriminate

against any employee or applicant for employment because of race, religion, color, creed, sexual

orientation, gender identity, disability, age, or national origin. The Contractor shall take

Affirmative Action to ensure that applicants are employed, and that employees are treated during

their employment, without regard to their race, religion, color, creed, sexual orientation, gender

identity, disability, age, or national origin. Such actions shall include, but not be limited to, the

following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising;

layoff or termination; rates of pay or other forms of compensation; and selection for training,

including apprenticeship.

ARTICLE XI - DISADVANTAGED BUSINESS ENTERPRISE

In connection with the performance of this contract, the Contractor will cooperate with

the RTA in meeting its commitments and goals with regard to the maximum utilization of

disadvantaged business enterprises and will use its best efforts to ensure that minority, women or

other disadvantaged business enterprises shall have the maximum practicable opportunity to

Page 104: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-92-

compete for subcontract work, if any, and for the supply of materials or services, if any, which

may be necessary or desirable for the performance of this contract.

ARTICLE XII - ASSIGNABILITY

The terms and provisions of the Contract Documents shall be binding upon RTA and the

Contractor and their respective partners, successors, heirs, executors, administrators, assigns and

legal representatives. The rights and obligations of the Contractor under the Contract may not be

transferred, assigned, sublet, mortgaged, pledged or otherwise disposed of or encumbered in any

way. The Contractor may subcontract a portion of its obligations to other firms or parties but

only after having obtained the written approval by RTA of the subcontractor, which approval

shall not be unreasonably withheld. RTA may assign its rights and obligations under the

Contract to any successor to the rights and functions of RTA or to any governmental agency to

the extent required by applicable laws and governmental regulations or to the extent RTA deems

necessary or advisable under the circumstances.

ARTICLE XIII - SUBCONTRACT APPROVAL

The Contractor shall not subcontract or otherwise transfer any part of or interest in this

contract (whether by assignment or notation) without the prior written consent of the RTA. Any

such transfer without prior written consent of the RTA shall be void and of no effect.

ARTICLE XIV – NONDISCRIMINATION

During the performance of this contract, the Contractor agrees as follows:

(1) The Contractor will not discriminate against any employee or applicant for

employment because of race, religion, color, creed, sexual orientation, gender

identity, disability, age, or national origin. The Contractor will take affirmative

action to ensure that applicants are employed, and that employees are treated

during employment, without regard to their race, religion, color, creed, sexual

orientation, gender identity, disability, age, or national origin. Such action shall

include, but not be limited to the following: Employment, upgrading, demotion,

or transfer; recruitment advertising; layoff or termination; rates of pay or other

forms of compensation; and selection for training, including apprenticeship. The

Contractor agrees to post in conspicuous places available to employees and

applicants for employment, notices to be provided setting forth the provisions of

this nondiscrimination clause.

(2) The Contractor will, in all solicitations or advertisements for employees placed by

or on behalf of the Contractor, state that all qualified applicants will receive

consideration for employment without regard to race, religion, color, creed, sexual

orientation, gender identity, disability, age, or national origin.

(3) The Contractor will send to each labor union or representative of workers with

which he has a collective bargaining agreement or other contract or

understanding, a notice to be provided advising the said labor union or workers'

representatives of the Contractor's commitments under this section, and shall post

Page 105: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-93-

copies of the notice in conspicuous places available to employees and applicants

for employment.

(4) The Contractor will comply with all provisions of Executive Order 11246 of

September 24, 1965, and of the rules, regulations, and relevant orders of the

Secretary of Labor.

(5) The Contractor will furnish all information and reports required by Executive

Order 11246 of September 24, 1965, and by rules, regulations, and orders of the

Secretary of Labor, or pursuant thereto, and will permit access to his books,

records, and accounts by the administering agency and the Secretary of Labor for

purposes of investigation to ascertain compliance with such rules, regulations, and

orders.

(6) In the event of the Contractor's noncompliance with the non-discrimination

clauses of this contract or with any of the said rules, regulations or orders, this

contract may be canceled, terminated, or suspended in whole or in part and the

Contractor may be declared ineligible for further grantee contracts or Federally

assisted construction contracts in accordance with procedures authorized in

Executive Order 11246 of September 24, 1965, and such other sanctions may be

imposed and remedies invoked as provided in Executive Order 11246 of

September 24, 1965, or by rule, regulation, or order, of the Secretary of Labor, or

as otherwise provided by law.

(7) The Contractor will include the portion of the sentence immediately preceding

paragraph (1) and the provisions of paragraphs (1) through (7) in every

subcontract or purchase order unless exempted by rules, regulations or orders of

the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246

of September 24, 1965, so that such provisions will be binding upon each

subcontractor or vendor. The Contractor will take such action with respect to any

subcontract or purchase order as the administering agency may direct as a means

of enforcing such provisions, including sanctions for non-compliance: Provided,

however, that in the event a Contractor becomes involved in, or is threatened

with, litigation with a subcontractor or vendor as a result of such direction by the

administering agency, the Contractor may request the United States to enter into

such litigation to protect the interests of the United States.

ARTICLE XIV - AUDIT AND INSPECTION OF RECORDS

In the event a single bid is received, the following will be considered part of the contract.

In the case of all negotiated contracts, and contracts for construction, reconstruction, or

improvement of facilities and equipment, which entered into under other than competitive

bidding procedures, Contractor agrees that the grantee, the Comptroller General of the United

States, or any of their duly authorized representatives, shall, for the purpose of audit and

examination shall be permitted to inspect all work, materials, payrolls, and other data and records

Page 106: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-94-

with regard to the project, and to audit the books, records, and accounts with regard to the

project.

Further, Contractor agrees to maintain all required records for at least three years after

grantees make final payments and all other pending matters are closed.

IN WITNESS WHEREOF, the parties to this contract have set their hands to triplicate

copies on the day and year hereinabove written with each copy to be considered an original.

Greater Dayton Regional Transit Authority

RTA Contractor

By: By:

Mark Donaghy

Chief Executive Officer

Date: Date:

Attest: Attest:

By: By:

Date: Date:

CERTIFICATE OF FUNDS

I hereby certify that the funds estimated to be required to meet the payment called for in the

Contract between the Greater Dayton Regional Transit Authority and

dated , 20_____, lawfully

appropriated for that purpose and are in the treasury or in the process of collection to the credit of

the appropriate fund, free from any previous encumbrances.

Date:

Mary K. Stanforth

Chief Financial Officer

Page 107: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

-95-

SECTION V

TECHNICAL SPECIFICATION

Page 108: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

TECHNICAL SPECIFICATION

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

SPECIFICATION INDEX

DIVISION 01 GENERAL REQUIREMENTS

01 0115 - LIST OF DRAWING SHEETS 01 1000 – SUMMARY 01 1020 - ALLOWANCES 01 2200 -

UNIT PRICES 01 2300 - ALTERNATES 01 3100 - PROJECT MANAGEMENT AND COORDINATION 01

3200 - CONSTRUCTION PROGRESS DOCUMENTATION 01 3300 - SUBMITTAL PROCEDURE 01

3310 - SUBMITTAL CHECKLIST 01 4000 - QUALITY REQUIREMENTS 01 4200 - REFERENCES 01

5000 - TEMPORARY FACILITIES AND CONTROLS 01 6000 - PRODUCT REQUIREMENTS 01 7300 -

EXECUTION 01 7419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 7700 -

CLOSEOUT PROCEDURES 01 7823 - OPERATION AND MAINTENANCE DATA 01 7839 - PROJECT

RECORD DOCUMENTS 01 7900 - DEMONSTRATION AND TRAINING

DIVISION 02 EXISTING CONDITIONS

02 4100 – DEMOLITION

DIVISION 04 MASONRY

04 2000 – UNIT MASONRY

DIVISION 05 METALS

05 1200 – STRUCTURAL STEEL FRAMING

05 4000 – COLD FORMED METAL FRAMING

05 5000 – METAL FABRICATIONS

DIVISION 06 WOOD, PLASTICS, AND COMPOSITES

06 1000 – ROUGH CARPENTRY

06 2000 – FINISH CARPENTRY

DIVISION 07 THERMAL MOISTURE PROTECTION

07 2100 – THERMAL

INSULATION 07 9005 –

JOINT SEALERS

Page 109: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS CONCOURSE RENOVATION INDEX DESIGN GROUP 3, LLC 1

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

SPECIFICATION INDEX

DIVISION 08 OPENINGS

08 1113 – HOLLOW METAL DOORS AND FRAMES

08 4113 – ALUMINUM ENTRANCES

08 4413 – ALUMINUM GLAZED CURTAINWALL

08 8000 – GLAZING

DIVISION 09 FINISHES

09 2116 – GYPSUM BOARD ASSEMBLIES

09 9000 – PAINTING AND COATING

DIVISION 10 SPECIALTIES

10 7113 – EXTERIOR SUN SHADES

Page 110: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS CONCOURSE RENOVATION INDEX DESIGN GROUP 3, LLC 2

SECTION 01 0115 - LIST OF DRAWING SHEETS

PART 1 – LIST OF DRAWING SHEETS

1.01 LIST OF DRAWINGS

A. Drawings: Drawings consist of the Contract Drawings.

Drawing No. Title

G101 Title Sheet and Architectural Site Plan

A004 Elevation, Door Schedule and Door/Window Types

A102 First Floor Plan

A301

Details And Building Sections

Page 111: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

END OF SECTION

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE LIST OF DRAWING SHEETS DESIGN GROUP 3, LLC 01 0115 - 1

Page 112: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUMMARY DESIGN GROUP 3, LLC. 01 1000 - 1

SECTION 01 1000 - SUMMARY

PART 1 - GENERAL 1.01 SUMMARY

A. Section Includes:

1. Project information.

2. Work covered by Contract Documents.

3. Phased construction.

4. Owner-furnished products.

5. Access to site.

6. Coordination with occupants.

7. Work restrictions.

8. Specification and drawing conventions.

B. Related Requirements:

1. Section 01 5000 "Temporary Facilities and Controls" for limitations and

procedures governing temporary use of Owner's facilities.

1.02 PROJECT INFORMATION A. PROJECT IDENTIFICATION: GDRTA EAST CONCOURSE FAÇADE RENOVATION

1. Project Location: South Main Street and Third Street

B. Owner: Greater Dayton Regional Transit Authority, 4 S. Main St., Dayton, OH

C. Owner's Representative: Robert Ruzinsky

D. Architect: Design Group 3, LLC. 55 Hillside Ct., Englewood, OH 45322

E. Architect's Consultants: The Architect has retained the following design professionals

who have prepared designated portions of the Contract Documents:

1. Not Applicable.

1.03 COVERED BY CONTRACT DOCUMENTS

A. The Work of Project is defined by the Contract Documents and includes but is not limited

to the following:

1. Modification to existing concourse façade including removal of existing

storefront and replacing with new curtainwall, entrances, and the addition of

sunshades. Repair and replacement of interior finishes associated with façade

modifications.

B. Type of Contract:

1. Project will be constructed under a single prime contract.

Page 113: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUMMARY DESIGN GROUP 3, LLC. 01 1000 - 2

1.04 PHASED CONSTRUCTION

A. It is anticipated that the Work will be conducted in phases to allow for daily operation of

the Hub to continue. All phasing is to be as developed and implemented by the

successful bidder once reviewed and approved by the RTA prior to construction.

B. Before commencing Work of each phase, submit an updated copy of Contractor's

construction schedule showing the sequence, commencement and completion dates, and

move-out and -in dates of Owner's personnel (if necessary) for all phases of the Work .

1.06 ACCESS TO SITE

A. General: Contractor shall have limited use of Project site for construction operations as

indicated on Drawings by the Contract limits and as indicated by requirements of this

Section.

B The adjacent RTA Transit Hub will remain in operation at all times and cannot be disturbed

or blocked. Retail operations and Second Floor offices must also remain in operation at

all times.

C. Condition of Existing Building: Maintain portions of existing building affected by

construction operations in a weathertight condition throughout construction period.

Repair damage caused by construction operations.

1.07 COORDINATION WITH OCCUPANTS

A. Partial Owner Occupancy: Owner will occupy the premises during entire construction

period, with the exception of areas under construction. Cooperate with Owner during

construction operations to minimize conflicts and facilitate Owner usage. Perform the

Work so as not to interfere with Owner's operations. Maintain existing exits unless

otherwise indicated.

1. Maintain access to existing walkways, corridors, and other adjacent occupied or

used facilities. Do not close or obstruct walkways, corridors, or other occupied or

used facilities without written permission from Owner and authorities having

jurisdiction. Provide covered walkways to protect pedestrians.

2. Provide not less than 72 hours’ notice to Owner of activities that will affect

Owner's operations.

1.08 WORK RESTRICTIONS

A. Work Restrictions, General: Comply with restrictions on construction operations.

1 Comply with limitations on use of public streets and with other requirements of

authorities having jurisdiction.

Page 114: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUMMARY DESIGN GROUP 3, LLC. 01 1000 - 3

B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by

Owner or others unless permitted under the following conditions and then only after

providing temporary utility services according to requirements indicated:

1 Notify Owner not less than two days in advance of proposed utility interruptions.

2 Obtain Owner's written permission before proceeding with utility interruptions.

C. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise

and vibration, odors, or other disruption to Owner occupancy with Owner.

1 Notify Owner not less than two days in advance of proposed disruptive

operations.

2 Obtain Owner's written permission before proceeding with disruptive operations.

D. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of

entrances, operable windows, or outdoor-air intakes.

E. Controlled Substances: Use of tobacco products and other controlled substances on

project site is not permitted.

F. Employee Identification: Owner will provide identification tags for contractor personnel

working on project site. Require personnel to use identification tags at all times.

G. Employee Screening: Comply with Owner's requirements for drug and background

screening of Contractor personnel working on project site.

1 Maintain list of approved screened personnel with Owner's representative.

1.09 SPECIFICATION AND DRAWING CONVENTIONS

A Specification Content: The Specifications use certain conventions for the style of

language and the intended meaning of certain terms, words, and phrases when used in

particular situations. These conventions are as follows:

1 Imperative mood and streamlined language are generally used in the

Specifications. The words "shall," "shall be," or "shall comply with," depending

on the context, are implied where a colon (:) is used within a sentence or phrase.

2 Specification requirements are to be performed by Contractor unless specifically

stated otherwise.

B Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 01 Specification Sections, apply to the Work of all Sections in

the Specifications.

C Drawing Coordination: Requirements for materials and products identified on Drawings

are described in detail in the Specifications. One or more of the following are used on

Drawings to identify materials and products:

1 Terminology: Materials and products are identified by the typical generic terms

used in the individual Specifications Sections.

2 Abbreviations: Materials and products are identified by abbreviations scheduled

on Drawings.

Page 115: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUMMARY DESIGN GROUP 3, LLC. 01 1000 - 4

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 116: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 1

SECTION 01 3100 - PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative provisions for coordinating construction operations on Project

including, but not limited to, the following:

1. General coordination procedures. 2. Requests for Information (RFIs). 3. Project meetings.

B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are

assigned to a specific contractor. C. Related Requirements:

1. Section 013200 "Construction Progress Documentation" for preparing and submitting

Contractor's construction schedule. 2. Section 017300 "Execution" for procedures for coordinating general installation and

field-engineering services, including establishment of benchmarks and control points. 3. Section 017700 "Closeout Procedures" for coordinating closeout of the Contract.

1.02 DEFINITIONS

A. RFI: Request from Owner, Architect, or Contractor seeking information required by or

clarifications of the Contract Documents.

1.03 INFORMATIONAL SUBMITTALS

A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each

portion of the Work, including those who are to furnish products or equipment fabricated to a

special design. Include the following information in tabular form:

1. Name, address, and telephone number of entity performing subcontract or supplying

products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract.

B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key

personnel assignments, including superintendent and other personnel in attendance at Project

site. Identify individuals and their duties and responsibilities; list addresses and telephone

numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide

names, addresses, and telephone numbers of individuals assigned as alternates in the absence of

individuals assigned to Project. 1. Post copies of list in project meeting room, in temporary field office, and by each temporary

telephone. Keep list current at all times.

Page 117: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 2

1.04 GENERAL COORDINATION PROCEDURES

A. Coordination: Coordinate construction operations included in different Sections of the

Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate

construction operations, included in different Sections that depend on each other for proper

installation, connection, and operation.

1. Schedule construction operations in sequence required to obtain the best results where

installation of one part of the Work depends on installation of other components, before

or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and

accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation.

B. Prepare memoranda for distribution to each party involved, outlining special procedures required

for coordination. Include such items as required notices, reports, and list of attendees at

meetings.

1. Prepare similar memoranda for Owner and separate contractors if coordination of their

Work is required.

C. Administrative Procedures: Coordinate scheduling and timing of required administrative

procedures with other construction activities and activities of other contractors to avoid conflicts

and to ensure orderly progress of the Work. Such administrative activities include, but are not

limited to, the following:

1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems.

D. Conservation: Coordinate construction activities to ensure that operations are carried out with

consideration given to conservation of energy, water, and materials. Coordinate use of

temporary utilities to minimize waste.

1. Salvage materials and equipment involved in performance of, but not actually incorporated

into, the Work. See other Sections for disposition of salvaged materials that are

designated as Owner's property.

1.05 REQUESTS FOR INFORMATION (RFIs)

A. General: Immediately on discovery of the need for additional information or interpretation of the

Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by

Contractor with no response.

Page 118: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 3

2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's

work or work of subcontractors.

B. Content of the RFI: Include a detailed, legible description of item needing information or

interpretation and the following:

1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the

Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop

Drawings, coordination drawings, and other information necessary to fully describe items

needing interpretation.

a. Include dimensions, thicknesses, structural grid references, and details of affected

materials, assemblies, and attachments on attached sketches.

C. RFI Forms: Software-generated form with substantially the same content as indicated above,

acceptable to Architect.

1. Attachments shall be electronic files in Adobe Acrobat PDF format.

D. Architect's Action: Architect will review each RFI, determine action required, and respond.

Allow seven working days for Architect's response for each RFI. RFIs received by Architect

after 1:00 p.m. will be considered as received the following working day.

1. The following Contractor-generated RFIs will be returned without action:

a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract

Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs.

2. Architect's action may include a request for additional information, in which case

Architect's time for response will date from time of receipt of additional information.

Page 119: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 4

3. Architect's action on RFIs that may result in a change to the Contract Time or the

Contract Sum may be eligible for Contractor to submit Change Proposal according to

Section 012600 "Contract Modification Procedures."

a. If Contractor believes the RFI response warrants change in the Contract Time or the

Contract Sum, notify Architect in writing within 10 days of receipt of the RFI

response.

E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number.

Submit log weekly.Include the following:

1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received.

F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response

to affected parties. Review response and notify Architect within seven days if Contractor

disagrees with response.

1. Identification of related Minor Change in the Work, Construction Change Directive, and

Proposal Request, as appropriate. 2. Identification of related Field Order, Work Change Directive, and Proposal Request, as

appropriate.

1.06 PROJECT MEETINGS

A. General: Schedule and conduct meetings and conferences at Project site unless otherwise

indicated.

1. Attendees: Inform participants and others involved, and individuals whose presence is

required, of date and time of each meeting. Notify Owner and Architect of scheduled

meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions

and agreements achieved. Distribute the meeting minutes to everyone concerned,

including Owner and Architect, within three days of the meeting.

B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting

construction, at a time convenient to Owner and Architect, but no later than 15 days after

execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Owner's Commissioning Authority,

Architect, and their consultants; Contractor and its superintendent; major subcontractors;

suppliers; and other concerned parties shall attend the conference. Participants at the

Page 120: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 5

conference shall be familiar with Project and authorized to conclude matters relating to

the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following:

a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Lines of communications. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Distribution of the Contract Documents. i. Submittal procedures. j. Preparation of record documents. k. Use of the premises and existing building. l. Work restrictions. m. Working hours. n. Owner's occupancy requirements. o. Responsibility for temporary facilities and controls. p. Procedures for moisture and mold control. q. Procedures for disruptions and shutdowns. r. Construction waste management and recycling. s. Parking availability. t. Office, work, and storage areas. u. Equipment deliveries and priorities. v. First aid. w. Security. x. Progress cleaning.

4. Minutes: Entity responsible for conducting meeting will record and distribute meeting

minutes.

C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each

construction activity that requires coordination with other construction.

1. Attendees: Installer and representatives of manufacturers and fabricators involved in or

affected by the installation and its coordination or integration with other materials and

installations that have preceded or will follow, shall attend the meeting. Advise Architect

and Owner's Commissioning Authority of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the

particular activity under consideration, including requirements for the following: a.

Contract Documents.

b. Related RFIs. c. Purchases. d. Deliveries. e. Submittals. f. Possible conflicts.

Page 121: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 6

g. Compatibility requirements. h. Time schedules. i. Weather limitations. j. Manufacturer's written instructions. k. Warranty requirements. l. Compatibility of materials. m. Acceptability of substrates. n. Temporary facilities and controls. o. Space and access limitations. p. Testing and inspecting requirements. q. Installation procedures. r. Coordination with other work. s. Required performance results. t. Protection of adjacent work. u. Protection of construction and personnel.

3. Record significant conference discussions, agreements, and disagreements, including

required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties

requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded.

Initiate whatever actions are necessary to resolve impediments to performance of the

Work and reconvene the conference at earliest feasible date. D. Progress Meetings:

Conduct progress meetings at weekly intervals.

1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner, Owner's Commissioning Authority

and Architect, each contractor, subcontractor, supplier, and other entity concerned with

current progress or involved in planning, coordination, or performance of future activities

shall be represented at these meetings. All participants at the meeting shall be familiar

with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review

other items of significance that could affect progress. Include topics for discussion as

appropriate to status of Project.

a. Contractor's Construction Schedule: Review progress since the last meeting. Determine

whether each activity is on time, ahead of schedule, or behind schedule, in relation

to Contractor's construction schedule. Determine how construction behind

schedule will be expedited; secure commitments from parties involved to do so.

Discuss whether schedule revisions are required to ensure that current and

subsequent activities will be completed within the Contract Time.

1) Review schedule for next period. b. Review present and future needs of each entity present, including the following:

1) Sequence of operations. 2) Status of submittals. 3) Deliveries.

Page 122: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PROJECT MANAGEMENT & COORDINATION DESIGN GROUP 3, LLC 01 3100 - 7

4) Access. 5) Site utilization. 6) Temporary facilities and controls. 7) Progress cleaning. 8) Quality and work standards. 9) Status of correction of deficient items. 10) Field observations. 11) Status of RFIs. 12) Pending changes. 13) Pending claims and disputes.

4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting

minutes to each party present and to parties requiring information.

a. Schedule Updating: Revise Contractor's construction schedule after each progress

meeting where revisions to the schedule have been made or recognized. Issue

revised schedule concurrently with the report of each meeting.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 123: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE DESIGN GROUP 3, LLC

Page 124: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 1

PROJECT MANAGEMENT & COORDINATION 01 3100 - 8

SECTION 01 3200 - CONSTRUCTION PROGRESS DOCUMENTATION

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for documenting the progress

of construction during performance of the Work, including the following:

1. Contractor's construction schedule. 2. Daily construction reports. 3. Material location reports. 4. Site condition reports. B. Related Requirements:

1. Section 013300 "Submittal Procedures" for submitting schedules and reports. 2. Section 014000 "Quality Requirements" for submitting a schedule of tests and

inspections.

1.02 DEFINITIONS

A. Activity: A discrete part of a project that can be identified for planning, scheduling,

monitoring, and controlling the construction project. Activities included in a construction

schedule consume time and resources.

1. Critical Activity: An activity on the critical path that must start and finish on the planned

early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network.

B. Cost Loading: The allocation of the schedule of values for the completion of an activity as

scheduled. The sum of costs for all activities must equal the total Contract Sum unless

otherwise approved by Architect.

C. CPM: Critical path method, which is a method of planning and scheduling a construction

project where activities are arranged based on activity relationships. Network calculations

determine when activities can be performed and the critical path of Project.

D. Critical Path: The longest connected chain of interdependent activities through the network

schedule that establishes the minimum overall Project duration and contains no float.

E. Event: The starting or ending point of an activity. F. Float: The measure of leeway in starting and completing an activity.

1. Float timeis not for the exclusive use or benefit of either Owner or Contractor, but is a

jointly owned, expiring Project resource available to both parties as needed to meet

schedule milestones and Contract completion date.

Page 125: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 2

2. Free float is the amount of time an activity can be delayed without adversely affecting the

early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without

adversely affecting the planned Project completion date.

G. Resource Loading: The allocation of manpower and equipment necessary for the completion

of an activity as scheduled.

1.03 INFORMATIONAL SUBMITTALS

A. Format for Submittals: Submit required submittals in the following format:

1. Working electronic copy of schedule file, where indicated. 2. PDF electronic file. 3. Two paper copies.

B. Startup Network Diagram: Of size required to display entire network for entire construction

period. Show logic ties for activities.

C. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule

for entire construction period.

1. Submit a working electronic copy of schedule, using software indicated, and labeled to

comply with requirements for submittals. Include type of schedule (initial or updated)

and date on label.

D. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for

each activity in reports shall contain activity number, activity description, cost and resource

loading, original duration, remaining duration, early start date, early finish date, late start date,

late finish date, and total float in calendar days.

1. Activity Report: List of all activities sorted by activity number and then early start date,

or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for all activities, sorted in

ascending order by activity number and then early start date, or actual start date if

known. 3. Total Float Report: List of all activities sorted in ascending order of total float. 4. Earnings Report: Compilation of Contractor's total earnings from the Notice to Proceed

until most recent Application for Payment. E. Daily Construction Reports: Submit at

weekly intervals.

F. Material Location Reports: Submit at weekly intervals.

G. Site Condition Reports: Submit at time of discovery of differing conditions.

H. Qualification Data: For scheduling consultant.

1.04 QUALITY ASSURANCE

Page 126: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 3

A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling and

reporting, with capability of producing CPM reports and diagrams within 24 hours of

Architect's request.

1.05 COORDINATION

A. Coordinate preparation and processing of schedules and reports with performance of

construction activities and with scheduling and reporting of separate contractors.

B. Coordinate Contractor's construction schedule with the schedule of values, submittal

schedule, progress reports, payment requests, and other required schedules and reports.

1. Secure time commitments for performing critical elements of the Work from entities

involved. 2. Coordinate each construction activity in the network with other activities and schedule

them in proper sequence.

PART 2 - PRODUCTS

2.01 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL

A. Time Frame: Extend schedule from date established forthe Notice to Proceed to date of

final completion.

1. Contract completion date shall not be changed by submission of a schedule that

shows an early completion date, unless specifically authorized by Change Order.

B. Activities: Treat each story or separate area as a separate numbered activity for each main

element of the Work. Comply with the following:

1. Activity Duration: Define activities so no activity is longer than 20 days, unless

specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following

long lead items and major items, requiring a cycle of more than 60 days, as

separate activities in schedule. Procurement cycle activities include, but are not

limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in

Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review

times in Contractor's construction schedule with submittal schedule. 4. Startup and Testing Time: Include no fewer than 15 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for

Substantial Completion, and allow time for Architect's administrative procedures

necessary for certification of Substantial Completion. 6. Punch List and Final Completion: Include not more than 15 days for completion

of punch list items and final completion.

Page 127: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 4

C. Constraints: Include constraints and work restrictions indicated in the Contract

Documents and as follows in schedule, and show how the sequence of the Work is

affected.

1. Phasing: Arrange list of activities on schedule by phase. 2. Products Ordered in Advance: Include a separate activity for each product.

Include delivery date indicated in Section 011000 "Summary." Delivery dates

indicated stipulate the earliest possible delivery date. 3. Owner-Furnished Products: Include a separate activity for each product. Include

delivery date indicated in Section 011000 "Summary." Delivery dates indicated

stipulate the earliest possible delivery date. 4. Work Restrictions: Show the effect of the following items on the schedule:

a. Coordination with existing construction. b. Limitations of continued occupancies. c. Uninterruptible services. d. Use of premises restrictions. e. Environmental control.

5. Construction Areas: Identify each major area of construction for each major portion

of the Work. Indicate where each construction activity within a major area must

be sequenced or integrated with other construction activities to provide for the

following:

a. Completion of electrical installation.

D. Milestones: Include milestones indicated in the Contract Documents in schedule,

including, but not limited to, the Notice to Proceed, Substantial Completion, and final

completion, and the following interim milestones:

1. Temporary enclosure and space conditioning. 2. Completion of each Phase of Work and start of next Phase.

E. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and actual

costs. On the line, show planned and actual dollar volume of the Work performed as of

planned and actual dates used for preparation of payment requests. F. Upcoming Work Summary: Prepare summary report indicating activities scheduled to

occur or commence prior to submittal of next schedule update. Summarize the

following issues:

1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and Contract Time.

G. Recovery Schedule: When periodic update indicates the Work is 10 or more calendar

days behind the current approved schedule, submit a separate recovery schedule

indicating means by which Contractor intends to regain compliance with the schedule.

Page 128: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 5

Indicate changes to working hours, working days, crew sizes, and equipment required to

achieve compliance, and date by which recovery will be accomplished.

2.02 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE)

A. General: Prepare network diagrams using AON (activity-on-node) format.

B. CPM Schedule: Prepare Contractor's construction schedule using a cost- and resource-

loaded, time-scaled CPM network analysis diagram for the Work.

1. Develop network diagram in sufficient time to submit CPM schedule so it can be

accepted for use no later than 30 days after date established forthe Notice to

Proceed.

a. Failure to include any work item required for performance of this Contract

shall not excuse Contractor from completing all work within applicable

completion dates, regardless of Architect's approval of the schedule.

2. Conduct educational workshops to train and inform key Project personnel,

including subcontractors' personnel, in proper methods of providing data and

using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for

reporting progress. Coordinate procedures with progress meeting and payment

request dates. 4. Use "one workday" as the unit of time for individual activities. Indicate

nonworking days and holidays incorporated into the schedule in order to

coordinate with the Contract Time.

C. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work.

Using the startup network diagram, prepare a skeleton network to identify probable

critical paths.

1. Activities: Indicate the estimated time duration, sequence requirements, and

relationship of each activity in relation to other activities. Include estimated time

frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. c. Purchase of materials. d. Delivery. e. Utility interruptions. f. Installation. g. Punch list and final completion.

2. Critical Path Activities: Identify critical path activities, including those for

interim completion dates. Scheduled start and completion dates shall be

consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time-

scaled network. Revise data, reorganize activity sequences, and reproduce as

Page 129: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 6

often as necessary to produce the CPM schedule within the limitations of the

Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network;

locate paths with most float near the edges.

a. Subnetworks on separate sheets are permissible for activities clearly off the critical

path.

5. Cost- and Resource-Loading of CPM Schedule: Assign cost to construction activities

on the CPM schedule. Do not assign costs to submittal activities. Obtain

Architect's approval prior to assigning costs to fabrication and delivery activities.

Assign costs under main subcontracts for testing and commissioning activities,

operation and maintenance manuals, punch list activities, Project record

documents, and demonstration and training (if applicable), in the amount of 5

percent of the Contract Sum.

a. Each activity cost shall reflect an appropriate value subject to approval by

Architect. b. Total cost assigned to activities shall equal the total Contract Sum.

D. Contract Modifications: For each proposed contract modification and concurrent with its

submission, prepare a time-impact analysis using a network fragment to demonstrate

the effect of the proposed change on the overall project schedule.

E. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list

indicating straight "early start-total float." Identify critical activities. Prepare tabulated

reports showing the following:

1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Main events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. 10. Dollar value of activity (coordinated with the schedule of values).

F. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated

reports showing the following:

1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time.

Page 130: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 7

G. Value Summaries: Prepare two cumulative value lists, sorted by finish dates.

1. In first list, tabulate activity number, early finish date, dollar value, and cumulative dollar

value. 2. In second list, tabulate activity number, late finish date, dollar value, and cumulative

dollar value. 3. In subsequent issues of both lists, substitute actual finish dates for activities completed as

of list date. 4. Prepare list for ease of comparison with payment requests; coordinate timing with

progress meetings.

a. In both value summary lists, tabulate "actual percent complete" and "cumulative

value completed" with total at bottom. b. Submit value summary printouts one week before each regularly scheduled

progress meeting.

2.03 REPORTS

A. Daily Construction Reports: Prepare a daily construction report recording the following

information concerning events at Project site:

1. List of subcontractors at Project site. 2. Approximate count of personnel at Project site. 3. Equipment at Project site. 4. Material deliveries. 5. High and low temperatures and general weather conditions, including presence of rain or

snow. 6. Accidents. 7. Meetings and significant decisions. 8. Stoppages, delays, shortages, and losses. 9. Orders and requests of authorities having jurisdiction. 10. Work Change Directives received and implemented. 11. Services connected and disconnected. 12. Equipment or system tests and startups. 13. Partial completions and occupancies.

B. Material Location Reports: At weekly intervals, prepare and submit a comprehensive list

of materials delivered to and stored at Project site. List shall be cumulative, showing

materials previously reported plus items recently delivered. Include with list a statement

of progress on and delivery dates for materials or items of equipment fabricated or

stored away from Project site. Indicate the following categories for stored materials:

1. Material stored prior to previous report and remaining in storage. 2. Material stored prior to previous report and since removed from storage and installed. 3. Material stored following previous report and remaining in storage.

C. Site Condition Reports: Immediately on discovery of a difference between site conditions

and the Contract Documents, prepare and submit a detailed report. Submit with a

Page 131: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE CONSTRUCTION PROGRESS DOCUMENTATION DESIGN GROUP 3, LLC 01 3200 - 8

Request for Information. Include a detailed description of the differing conditions,

together with recommendations for changing the Contract Documents.

PART 3 - EXECUTION

3.01 CONTRACTOR'S CONSTRUCTION SCHEDULE

A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to

reflect actual construction progress and activities. Issue schedule one week before each

regularly scheduled progress meeting.

1. Revise schedule immediately after each meeting or other activity where revisions

have been recognized or made. Issue updated schedule concurrently with the

report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but

not limited to, changes in logic, durations, actual starts and finishes, and activity

durations. 3. As the Work progresses, indicate final completion percentage for each activity.

B. Distribution: Distribute copies of approved schedule to Architect, Owner, separate

contractors, testing and inspecting agencies, and other parties identified by Contractor

with a need-to-know schedule responsibility.

1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and

post in the same locations. Delete parties from distribution when they have

completed their assigned portion of the Work and are no longer involved in

performance of construction activities.

END OF SECTION

Page 132: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 1

SECTION 01 3300 - SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes requirements for the submittal schedule and administrative and procedural

requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B.

Related Requirements:

1. Section 013200 "Construction Progress Documentation" for submitting schedules

and reports, including Contractor's construction schedule. 2. Section 017823 "Operation and Maintenance Data" for submitting operation and

maintenance manuals. 3. Section 017839 "Project Record Documents" for submitting record Drawings,

record Specifications, and record Product Data. 4. Section 017900 "Demonstration and Training" for submitting video recordings of

demonstration of equipment and training of Owner's personnel.

1.02 DEFINITIONS

A. Action Submittals: Written and graphic information and physical samples that require

Architect's responsive action. Action submittals are those submittals indicated in

individual Specification Sections as "action submittals."

B. Informational Submittals: Written and graphic information and physical samples that do

not require Architect's responsive action. Submittals may be rejected for not complying

with requirements. Informational submittals are those submittals indicated in individual

Specification Sections as "informational submittals."

C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to

and from another computer over a network and that serves as the basis for standard

Internet protocols. An FTP site is a portion of a network located outside of network

firewalls within which internal and external users are able to access files.

D. Portable Document Format (PDF): An open standard file format licensed by Adobe

Systems used for representing documents in a device-independent and display

resolution-independent fixed-layout document format.

1.03 ACTION SUBMITTALS

A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by

dates required by construction schedule. Include time required for review, ordering,

manufacturing, fabrication, and delivery when establishing dates. Include additional

time required for making corrections or revisions to submittals noted by Architect and

additional time for handling and reviewing submittals required by those corrections.

Page 133: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 2

1. Coordinate submittal schedule with list of subcontracts, the schedule of values,

and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include

submittals required during the first 60 days of construction. List those submittals

required to maintain orderly progress of the Work and those required early

because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of

Contractor's construction schedule.

a. Submit revised submittal schedule to reflect changes in current status and

timing for submittals.

4. Format: Arrange the following information in a tabular format:

a. Scheduled date for first submittal. b. Specification Section number and title. c. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. i. Scheduled dates for installation. j. Activity or event number.

1.04 SUBMITTAL ADMINISTRATIVE REQUIREMENTS

A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will

not be provided by Architect for Contractor's use in preparing submittals.

B. Coordination: Coordinate preparation and processing of submittals with performance of

construction activities.

1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other

submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently

unless partial submittals for portions of the Work are indicated on approved

submittal schedule. 3. Submit action submittals and informational submittals required by the same

Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the

Work so processing will not be delayed because of need to review submittals

concurrently for coordination.

a. Architect reserves the right to withhold action on a submittal requiring

coordination with other submittals until related submittals are received.

C. Processing Time: Allow time for submittal review, including time for resubmittals, as

follows. Time for review shall commence on Architect's receipt of submittal. No

Page 134: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 3

extension of the Contract Time will be authorized because of failure to transmit

submittals enough in advance of the Work to permit processing, including resubmittals.

1. Initial Review: Allow 10 days for initial review of each submittal. Allow

additional time if coordination with subsequent submittals is required. Architect

will advise Contractor when a submittal being processed must be delayed for

coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same

manner as initial submittal. 3. Resubmittal Review: Allow 5 days for review of each resubmittal.

D. Electronic Submittals: Identify and incorporate information in each electronic submittal

file as follows:

1. Assemble complete submittal package into a single indexed file incorporating

submittal requirements of a single Specification Section and transmittal form

with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision

identifier.

a. File name shall use project identifier and Specification Section number

followed by a decimal point and then a sequential number (e.g., LNHS-

061000.01). Resubmittals shall include an alphabetic suffix after another

decimal point (e.g., LNHS-061000.01.A).

3. Provide means for insertion to permanently record Contractor's review and

approval markings and action taken by Architect. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to

Owner, containing the following information: a. Project name.

b. Date. c. Name and address of Architect. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Specification Section number and title. j. Specification paragraph number or drawing designation and generic name

for each of multiple items. k. Drawing number and detail references, as appropriate. l. Location(s) where product is to be installed, as appropriate. m. Related physical samples submitted directly. n. Indication of full or partial submittal. o. Transmittal number, numbered consecutively. p. Submittal and transmittal distribution record. q. Other necessary identification. r. Remarks.

Page 135: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 4

5. Metadata: Include the following information as keywords in the electronic submittal

file metadata: a. Project name.

b. Number and title of appropriate Specification Section. c. Manufacturer name. d. Product name.

E. Options: Identify options requiring selection by Architect.

F. Deviations and Additional Information: On an attached separate sheet, prepared on

Contractor's letterhead, record relevant information, requests for data, revisions other

than those requested by Architect on previous submittals, and deviations from

requirements in the Contract Documents, including minor variations and limitations.

Include same identification information as related submittal.

G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal.

1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent

of revision. 3. Resubmit submittals until they are marked with approval notation from

Architect's action stamp.

H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors,

suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary

for performance of construction activities. Show distribution on transmittal forms.

I. Use for Construction: Retain complete copies of submittals on Project site. Use only final

action submittals that are marked with approval notation from Architect's action stamp. PART 2 - PRODUCTS

2.01 SUBMITTAL PROCEDURES

A. General Submittal Procedure Requirements: Prepare and submit submittals required by

individual Specification Sections. Types of submittals are indicated in individual

Specification Sections.

1. Submit electronic submittals via email as PDF electronic files.

a. Architect will return annotated file. Annotate and retain one copy of file as an

electronic Project record document file.

3. Action Submittals: Submit three paper copies of each submittal unless otherwise

indicated. Architect will return two copies. 4. Certificates and Certifications Submittals: Provide a statement that includes

signature of entity responsible for preparing certification. Certificates and

certifications shall be signed by an officer or other individual authorized to sign

documents on behalf of that entity.

Page 136: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 5

a. Provide a digital signature with digital certificate on electronically

submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and

certifications where indicated.

B. Product Data: Collect information into a single submittal for each element of construction

and type of product or equipment.

1. If information must be specially prepared for submittal because standard

published data are not suitable for use, submit as Shop Drawings, not as Product

Data. 2. Mark each copy of each submittal to show which products and options are

applicable. 3. Include the following information, as applicable:

a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements.

4. For equipment, include the following in addition to the above, as applicable:

a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on

accompanying Shop Drawings.

5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format:

a. PDF electronic file. b. Three paper copies of Product Data unless otherwise indicated. Architect

will return two copies.

C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not

base Shop Drawings on reproductions of the Contract Documents or standard printed

data.

1. Preparation: Fully illustrate requirements in the Contract Documents. Include the

following information, as applicable: a. Identification of products.

b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement.

Page 137: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 6

f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified.

2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit

Shop Drawings on sheets at least 8-1/2 by 11 inches , but no larger than 22 by 34

inches.

3. Submit Shop Drawings in the following format:

a. PDF electronic file.

D. Product Schedule: As required in individual Specification Sections, prepare a written

summary indicating types of products required for the Work and their intended location.

Include the following information in tabular form:

1. Type of product. Include unique identifier for each product indicated in the

Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format:

a. PDF electronic file.

E. Contractor's Construction Schedule: Comply with requirements specified in Section

013200 "Construction Progress Documentation." F. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply

with requirements specified in Section 014000 "Quality Requirements."

G. Closeout Submittals and Maintenance Material Submittals: Comply with requirements

specified in Section 017700 "Closeout Procedures."

H. Maintenance Data: Comply with requirements specified in Section 017823 "Operation

and Maintenance Data."

I. Qualification Data: Prepare written information that demonstrates capabilities and

experience of firm or person. Include lists of completed projects with project names and

addresses, contact information of architects and owners, and other information

specified.

J. Installer Certificates: Submit written statements on manufacturer's letterhead certifying

that Installer complies with requirements in the Contract Documents and, where

required, is authorized by manufacturer for this specific Project.

K. Manufacturer Certificates: Submit written statements on manufacturer's letterhead

certifying that manufacturer complies with requirements in the Contract Documents.

Include evidence of manufacturing experience where required.

L. Product Certificates: Submit written statements on manufacturer's letterhead certifying

that product complies with requirements in the Contract Documents.

Page 138: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 7

M. Material Certificates: Submit written statements on manufacturer's letterhead certifying

that material complies with requirements in the Contract Documents.

N. Material Test Reports: Submit reports written by a qualified testing agency, on testing

agency's standard form, indicating and interpreting test results of material for

compliance with requirements in the Contract Documents.

O. Product Test Reports: Submit written reports indicating that current product produced by

manufacturer complies with requirements in the Contract Documents. Base reports on

evaluation of tests performed by manufacturer and witnessed by a qualified testing

agency, or on comprehensive tests performed by a qualified testing agency.

P. Compatibility Test Reports: Submit reports written by a qualified testing agency, on

testing agency's standard form, indicating and interpreting results of compatibility tests

performed before installation of product. Include written recommendations for primers

and substrate preparation needed for adhesion.

Q. Field Test Reports: Submit written reports indicating and interpreting results of field tests

performed either during installation of product or after product is installed in its final

location, for compliance with requirements in the Contract Documents.

R. Design Data: Prepare and submit written and graphic information, including, but not

limited to, performance and design criteria, list of applicable codes and regulations, and

calculations. Include list of assumptions and other performance and design criteria and a

summary of loads. Include load diagrams if applicable. Provide name and version of

software, if any, used for calculations. Include page numbers.

2.02 DELEGATED-DESIGN SERVICES

A. Performance and Design Criteria: Where professional design services or certifications by a

design professional are specifically required of Contractor by the Contract Documents,

provide products and systems complying with specific performance and design criteria

indicated.

1. If criteria indicated are not sufficient to perform services or certification required,

submit a written request for additional information to Architect.

B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and

other required submittals, submit digitally signed PDF electronic file,, and 2 paper

copies of certificate, signed and sealed by the responsible design professional, for each

product and system specifically assigned to Contractor to be designed or certified by a

design professional.

1. Indicate that products and systems comply with performance and design criteria in

the Contract Documents. Include list of codes, loads, and other factors used in performing these

services. PART 3 - EXECUTION

3.01 CONTRACTOR'S REVIEW

Page 139: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE SUBMITTAL PROCEDURES DESIGN GROUP 3, LLC 01 3300 - 8

A. Action and Informational Submittals: Review each submittal and check for coordination

with other Work of the Contract and for compliance with the Contract Documents. Note

corrections and field dimensions. Mark with approval stamp before submitting to

Architect.

B. Project Closeout and Maintenance Material Submittals: See requirements in Section

017700 "Closeout Procedures."

C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project

name and location, submittal number, Specification Section title and number, name of

reviewer, date of Contractor's approval, and statement certifying that submittal has been

reviewed, checked, and approved for compliance with the Contract Documents.

3.02 ARCHITECT'S ACTION

A. Action Submittals: Architect will review each submittal, make marks to indicate

corrections or revisions required, and return it. Architect will stamp each submittal with

an action stamp and will mark stamp appropriately to indicate action.

B. Informational Submittals: Architect will review each submittal and will not return it, or

will return it if it does not comply with requirements. Architect will forward each

submittal to appropriate party.

C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial

submittals has received prior approval from Architect.

D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be

returned for resubmittal without review.

E. Submittals not required by the Contract Documents may be returned by the Architect

without action.

END OF SECTION

Page 140: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 1

SECTION 01 4000 - QUALITY REQUIREMENTS

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for quality assurance and

quality control.

B. Testing and inspecting services are required to verify compliance with requirements

specified or indicated. These services do not relieve Contractor of responsibility for

compliance with the Contract Document requirements.

1. Specific quality-assurance and -control requirements for individual construction

activities are specified in the Sections that specify those activities. Requirements

in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other

quality-assurance and -control procedures that facilitate compliance with the

Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services

required by Architect, Owner, Commissioning Authority, or authorities having

jurisdiction are not limited by provisions of this Section. C. Related

Requirements:

1. Section 012100 "Allowances" for testing and inspecting allowances.

1.02 DEFINITIONS

A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate

that proposed construction will comply with requirements.

B. Quality-Control Services: Tests, inspections, procedures, and related actions during and

after execution of the Work to evaluate that actual products incorporated into the Work

and completed construction comply with requirements. Services do not include contract

enforcement activities performed by Architect.

C. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are

constructed to verify selections made under Sample submittals; to demonstrate aesthetic

effects and, where indicated, qualities of materials and execution; to review

coordination, testing, or operation; to show interface between dissimilar materials; and

to demonstrate compliance with specified installation tolerances. Mockups are not

Samples. Unless otherwise indicated, approved mockups establish the standard by

which the Work will be judged. D. Preconstruction Testing: Tests and inspections performed specifically for Project before

products and materials are incorporated into the Work, to verify performance or

compliance with specified criteria.

Page 141: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 2

E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a

testing agency qualified to conduct product testing and acceptable to authorities having

jurisdiction, to establish product performance and compliance with specified

requirements.

F. Source Quality-Control Testing: Tests and inspections that are performed at the source,

e.g., plant, mill, factory, or shop.

G. Field Quality-Control Testing: Tests and inspections that are performed on-site for

installation of the Work and for completed Work.

H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing

laboratory shall mean the same as testing agency.

I. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an

employee, Subcontractor, or Sub-subcontractor, to perform a particular construction

operation, including installation, erection, application, and similar operations.

1. Use of trade-specific terminology in referring to a trade or entity does not require that

certain construction activities be performed by accredited or unionized

individuals, or that requirements specified apply exclusively to specific trade(s).

J. Experienced: When used with an entity or individual, "experienced" means having

successfully completed a minimum of five previous projects similar in nature, size, and

extent to this Project; being familiar with special requirements indicated; and having

complied with requirements of authorities having jurisdiction.

1.03 CONFLICTING REQUIREMENTS

A. Referenced Standards: If compliance with two or more standards is specified and the

standards establish different or conflicting requirements for minimum quantities or

quality levels, comply with the most stringent requirement. Refer conflicting

requirements that are different, but apparently equal, to Architect for a decision before

proceeding.

B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified

shall be the minimum provided or performed. The actual installation may comply

exactly with the minimum quantity or quality specified, or it may exceed the minimum

within reasonable limits. To comply with these requirements, indicated numeric values

are minimum or maximum, as appropriate, for the context of requirements. Refer

uncertainties to Architect for a decision before proceeding. 1.04 INFORMATIONAL SUBMITTALS

A. Contractor's Statement of Responsibility: When required by authorities having

jurisdiction, submit copy of written statement of responsibility sent to authorities having

jurisdiction before starting work on the following systems:

1. Seismic-force-resisting system, designated seismic system, or component listed

in the designated seismic system quality-assurance plan prepared by Architect.

Page 142: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 3

2. Main wind-force-resisting system or a wind-resisting component listed in the

wind-force-resisting system quality-assurance plan prepared by Architect.

B. Schedule of Tests and Inspections: Prepare in tabular form and include the following:

1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service.

1.05 CONTRACTOR'S QUALITY-CONTROL PLAN

A. Quality-Control Plan, General: Submit quality-control plan within 10 days ofNotice to

Proceed, and not less than five days prior to preconstruction conference. Submit in

format acceptable to Architect. Identify personnel, procedures, controls, instructions,

tests, records, and forms to be used to carry out Contractor's quality-assurance and

quality-control responsibilities. Coordinate with Contractor's construction schedule.

B. Submittal Procedure: Describe procedures for ensuring compliance with requirements

through review and management of submittal process. Indicate qualifications of

personnel responsible for submittal review.

C. Testing and Inspection: In quality-control plan, include a comprehensive schedule of

Work requiring testing or inspection, including the following:

1. Contractor-performed tests and inspections including subcontractorperformed

tests and inspections. Include required tests and inspections and Contractor-

elected tests and inspections. 2. Special inspections required by authorities having jurisdiction and indicated on

the "Statement of Special Inspections."

D. Continuous Inspection of Workmanship: Describe process for continuous inspection

during construction to identify and correct deficiencies in workmanship in addition to

testing and inspection specified. Indicate types of corrective actions to be required to

bring work into compliance with standards of workmanship established by Contract

requirements and approved mockups.

E. Monitoring and Documentation: Maintain testing and inspection reports including log of

approved and rejected results. Include work Architect has indicated as nonconforming

or defective. Indicate corrective actions taken to bring nonconforming work into

compliance with requirements. Comply with requirements of authorities having

jurisdiction.

Page 143: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 4

1.06 REPORTS AND DOCUMENTS

A. Test and Inspection Reports: Prepare and submit certified written reports specified in

other Sections. Include the following:

1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and

testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies

with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and re-inspecting.

B. Manufacturer's Technical Representative's Field Reports: Prepare written information

documenting manufacturer's technical representative's tests and inspections specified in

other Sections. Include the following:

1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of

product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with

requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed

performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections.

C. Factory-Authorized Service Representative's Reports: Prepare written information

documenting manufacturer's factory-authorized service representative's tests and

inspections specified in other Sections. Include the following:

1. Name, address, and telephone number of factory-authorized service

representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed

performance complies with requirements. 4. Statement whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections.

D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits,

licenses, certifications, inspection reports, releases, jurisdictional settlements, notices,

Page 144: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 5

receipts for fee payments, judgments, correspondence, records, and similar documents,

established for compliance with standards and regulations bearing on performance of

the Work.

1.07 QUALITY ASSURANCE

A. General: Qualifications paragraphs in this article establish the minimum qualification

levels required; individual Specification Sections specify additional requirements.

B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems

similar to those indicated for this Project and with a record of successful in-service

performance, as well as sufficient production capacity to produce required units.

C. Fabricator Qualifications: A firm experienced in producing products similar to those

indicated for this Project and with a record of successful in-service performance, as well

as sufficient production capacity to produce required units.

D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project,

whose work has resulted in construction with a record of successful inservice

performance.

E. Professional Engineer Qualifications: A professional engineer who is legally qualified to

practice in jurisdiction where Project is located and who is experienced in providing

engineering services of the kind indicated. Engineering services are defined as those

performed for installations of the system, assembly, or product that are similar in

material, design, and extent to those indicated for this Project.

F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with

the experience and capability to conduct testing and inspecting indicated, as

documented according to ASTM E 329; and with additional qualifications specified in

individual Sections; and, where required by authorities having jurisdiction, that is

acceptable to authorities.

1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary

Laboratory Accreditation Program.

G. Manufacturer's Technical Representative Qualifications: An authorized representative of

manufacturer who is trained and approved by manufacturer to observe and inspect

installation of manufacturer's products that are similar in material, design, and extent to

those indicated for this Project.

H. Factory-Authorized Service Representative Qualifications: An authorized representative

of manufacturer who is trained and approved by manufacturer to inspect installation of

manufacturer's products that are similar in material, design, and extent to those

indicated for this Project.

Page 145: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 6

1.08 QUALITY CONTROL

A. Owner Responsibilities: Where quality-control services are indicated as Owner's

responsibility, Owner will engage a qualified testing agency to perform these services.

1. Owner will furnish Contractor with names, addresses, and telephone numbers of

testing agencies engaged and a description of types of testing and inspecting they

are engaged to perform. 2. Payment for these services will be made from testing and inspecting allowances,

as authorized by Owner. 3. Costs for retesting and reinspecting construction that replaces or is necessitated

by work that failed to comply with the Contract Documents will be charged to

Contractor.

B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are

Contractor's responsibility. Perform additional quality-control activities required to

verify that the Work complies with requirements, whether specified or not.

1. Unless otherwise indicated, provide quality-control services specified and those

required by authorities having jurisdiction. Perform quality-control services

required of Contractor by authorities having jurisdiction, whether specified or

not. 2. Where services are indicated as Contractor's responsibility, engage a qualified

testing agency to perform these quality-control services.

a. Contractor shall not employ same entity engaged by Owner, unless agreed to in

writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that

requires testing or inspecting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility,

submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspecting requested by Contractor and not required by the Contract

Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having

jurisdiction, when they so direct.

C. Manufacturer's Field Services: Where indicated, engage a factory-authorized service

representative to inspect field-assembled components and equipment installation,

including service connections. Report results in writing as specified in Section 013300

"Submittal Procedures."

D. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical

representative to observe and inspect the Work. Manufacturer's technical

representative's services include participation in preinstallation conferences,

examination of substrates and conditions, verification of materials, observation of

Installer activities, inspection of completed portions of the Work, and submittal of

written reports.

Page 146: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 7

E. Retesting/Reinspecting: Regardless of whether original tests or inspections were

Contractor's responsibility, provide quality-control services, including retesting and

reinspecting, for construction that replaced Work that failed to comply with the

Contract Documents.

F. Testing Agency Responsibilities: Cooperate with Architect, Commissioning Authority

and Contractor in performance of duties. Provide qualified personnel to perform

required tests and inspections.

1. Notify Architect, Commissioning Authority, and Contractor promptly of

irregularities or deficiencies observed in the Work during performance of its

services. 2. Determine the location from which test samples will be taken and in which in-situ

tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested

and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar

quality-control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or

approve or accept any portion of the Work. 6. Do not perform any duties of Contractor.

G. Associated Services: Cooperate with agencies performing required tests, inspections, and

similar quality-control services, and provide reasonable auxiliary services as requested.

Notify agency sufficiently in advance of operations to permit assignment of personnel.

Provide the following:

1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing

and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control

by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at

Project site.

H. Coordination: Coordinate sequence of activities to accommodate required quality-

assurance and -control services with a minimum of delay and to avoid necessity of

removing and replacing construction to accommodate testing and inspecting.

1. Schedule times for tests, inspections, obtaining samples, and similar activities.

I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar

quality-control services required by the Contract Documents. Coordinate and submit

concurrently with Contractor's construction schedule. Update as the Work progresses.

Page 147: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 8

1. Distribution: Distribute schedule to Owner, Architect, Commissioning Authority,

testing agencies, and each party involved in performance of portions of the Work

where tests and inspections are required.

1.09 SPECIAL TESTS AND INSPECTIONS

A. Special Tests and Inspections: Conducted by a qualified testing agency as required by

authorities having jurisdiction, as indicated in individual Specification Sections, and as

follows:

1. Verifying that manufacturer maintains detailed fabrication and qualitycontrol

procedures and reviews the completeness and adequacy of those procedures to

perform the Work. 2. Notifying Architect, Commissioning Authority, and Contractor promptly of

irregularities and deficiencies observed in the Work during performance of its

services. 3. Submitting a certified written report of each test, inspection, and similar quality-

control service to Architect and Commissioning Authority with copy to

Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial

Completion, which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and

inspected work complies with or deviates from the Contract Documents. 6. Retesting and reinspecting corrected work.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 TEST AND INSPECTION LOG

A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following:

1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection.

B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to

test and inspection log for Architect's, Commissioning Authority's, reference during

normal working hours.

3.02 REPAIR AND PROTECTION

A. General: On completion of testing, inspecting, sample taking, and similar services, repair

damaged construction and restore substrates and finishes.

Page 148: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE QUALITY REQUIREMENTS DESIGN GROUP 3, LLC 01 4000 - 9

1. Provide materials and comply with installation requirements specified in other

Specification Sections or matching existing substrates and finishes. Restore

patched areas and extend restoration into adjoining areas with durable seams that

are as invisible as possible. Comply with the Contract Document requirements

for cutting and patching in Section 017300 "Execution."

B. Protect construction exposed by or for quality-control service activities.

C. Repair and protection are Contractor's responsibility, regardless of the assignment of

responsibility for quality-control services.

END OF SECTION

Page 149: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE DESIGN GROUP 3, LLC

SECTION 01 4200 - REFERENCES

PART 1 - GENERAL

1.01 DEFINITIONS

A. General: Basic Contract definitions are included in the Conditions of the Contract.

B. "Approved": When used to convey Architect's action on Contractor's submittals,

applications, and requests, "approved" is limited to Architect's duties and

responsibilities as stated in the Conditions of the Contract.

C. "Directed": A command or instruction by Architect. Other terms including "requested,"

"authorized," "selected," "required," and "permitted" have the same meaning as

"directed."

D. "Indicated": Requirements expressed by graphic representations or in written form on

Drawings, in Specifications, and in other Contract Documents. Other terms including

"shown," "noted," "scheduled," and "specified" have the same meaning as "indicated."

E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having

jurisdiction, and rules, conventions, and agreements within the construction industry

that control performance of the Work.

F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly,

installation, and similar operations.

G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work

to dimension, finish, cure, protect, clean, and similar operations at Project site.

H. "Provide": Furnish and install, complete and ready for the intended use.

I. "Project Site": Space available for performing construction activities. The extent of

Project site is shown on Drawings and may or may not be identical with the description

of the land on which Project is to be built.

1.02 INDUSTRY STANDARDS

A. Applicability of Standards: Unless 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 to the extent referenced.

Such standards are made a part of the Contract Documents by reference.

REFERENCES 01 4200 - 1

B. Publication Dates: Comply with standards in effect as of date of the Contract Documents

unless otherwise indicated.

Page 150: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE DESIGN GROUP 3, LLC

C. Copies of Standards: Each entity engaged in construction on Project should be familiar

with industry standards applicable to its construction activity. Copies of applicable

standards are not bound with the Contract Documents.

1. Where copies of standards are needed to perform a required construction activity, obtain

copies directly from publication source.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

REFERENCES 01 4200 - 2

Page 151: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE TEMPORARY FACILITIES & CONTROLS DESIGN GROUP 3, LLC 01 5000 - 1

SECTION 01 5000 - TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes requirements for temporary utilities, support facilities, and security and

protection facilities. B. Related Requirements:

1. Section 011000 "Summary" for work restrictions and limitations on utility

interruptions. 2. Section 321313 "Concrete Paving" for construction and maintenance of cement

concrete pavement for temporary roads and paved areas.

1.02 USE CHARGES

A. General: Installation and removal of and use charges for temporary facilities shall be

included in the Contract Sum unless otherwise indicated. Allow other entities to use

temporary services and facilities without cost, including, but not limited to, Owner's

construction forces, Architect, occupants of Project, testing agencies, and authorities

having jurisdiction.

1.03 INFORMATIONAL SUBMITTALS

A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for

construction personnel.

B. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA

Construction General Permit or authorities having jurisdiction, whichever is more

stringent.

C. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities

having jurisdiction. Indicate Contractor personnel responsible for management of fire-

prevention program.

D. Moisture-Protection Plan: Describe procedures and controls for protecting materials and

construction from water absorption and damage.

1. Describe delivery, handling, and storage provisions for materials subject to water

absorption or water damage. 2. Indicate procedures for discarding water-damaged materials, protocols for

mitigating water intrusion into completed Work, and replacing waterdamaged

Work.

3. Indicate sequencing of work that requires water, such as sprayed fireresistive

materials, plastering, and terrazzo grinding, and describe plans for dealing with

Page 152: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE TEMPORARY FACILITIES & CONTROLS DESIGN GROUP 3, LLC 01 5000 - 2

water from these operations. Show procedures for verifying that wet construction

has dried sufficiently to permit installation of finish materials.

E. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates

the dust- and HVAC-control measures proposed for use, proposed locations, and

proposed time frame for their operation. Identify further options if proposed measures

are later determined to be inadequate. Include the following:

1. Locations of dust-control partitions at each phase of work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air-filtration system discharge. 4. Waste handling procedures. 5. Other dust-control measures.

1.04 QUALITY ASSURANCE

A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for

temporary electric service. Install service to comply with NFPA 70.

B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each

temporary utility before use. Obtain required certifications and permits.

C. Accessible Temporary Egress: Comply with applicable provisions in the U.S.

Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility

Guidelines and ICC/ANSI A117.1.

1.05 PROJECT CONDITIONS

A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to

assume responsibility for operation, maintenance, and protection of each permanent

service during its use as a construction facility before Owner's acceptance, regardless of

previously assigned responsibilities.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Dust-Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches . PART 3 - EXECUTION

3.01 INSTALLATION, GENERAL

A. Locate facilities where they will serve Project adequately and result in minimum

interference with performance of the Work. Relocate and modify facilities as required

by progress of the Work.

Page 153: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE TEMPORARY FACILITIES & CONTROLS DESIGN GROUP 3, LLC 01 5000 - 3

1. Locate facilities to limit site disturbance as specified in Section 011000

"Summary."

B. Provide each facility ready for use when needed to avoid delay. Do not remove until

facilities are no longer needed or are replaced by authorized use of completed

permanent facilities.

3.02 SUPPORT FACILITIES INSTALLATION

A. General: Comply with the following:

1. Provide construction for temporary offices, shops, and sheds located within

construction area or within 30 feet of building lines that is noncombustible

according to ASTM E 136. Comply with NFPA 241. 2. Maintain support facilities until Architect schedules Substantial Completion

inspection. Remove before Substantial Completion. Personnel remaining after

Substantial Completion will be permitted to use permanent facilities, under

conditions acceptable to Owner.

B. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved

areas in same location as permanent roads and paved areas. Construct and maintain

temporary roads and paved areas adequate for construction operations. Extend

temporary roads and paved areas, within construction limits indicated, as necessary for

construction operations.

1. Coordinate elevations of temporary roads and paved areas with permanent roads

and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved

areas according to Section 312000 "Earth Moving."

C. Traffic Controls: Comply with requirements of authorities having jurisdiction.

1. Protect existing site improvements to remain including curbs, pavement, and

utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants.

D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted.

1. Identification Signs: Provide Project identification signs as indicated on

Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform

public and individuals seeking entrance to Project.

a. Provide temporary, directional signs for construction personnel and

visitors.

3. Maintain and touchup signs so they are legible at all times.

3.03 SECURITY AND PROTECTION FACILITIES INSTALLATION

Page 154: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE TEMPORARY FACILITIES & CONTROLS DESIGN GROUP 3, LLC 01 5000 - 4

A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures,

utilities, and other improvements at Project site and on adjacent properties, except those

indicated to be removed or altered. Repair damage to existing facilities.

B. Environmental Protection: Provide protection, operate temporary facilities, and conduct

construction as required to comply with environmental regulations and that minimize

possible air, waterway, and subsoil contamination or pollution or other undesirable

effects.

1. Comply with work restrictions specified in Section 011000 "Summary."

C. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion

and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to

adjacent properties and walkways, according torequirements of 2003 EPA Construction

General Permit or authorities having jurisdiction, whichever is more stringent.

1. Verify that flows of water redirected from construction areas or generated by

construction activity do not enter or cross tree- or plant- protection zones. 2. Inspect, repair, and maintain erosion- and sedimentation-control measures during

construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and

sedimentation from Project site during the course of Project. 4. Remove erosion and sedimentation controls and restore and stabilize areas

disturbed during removal.

D. Stormwater Control: Comply with requirements of authorities having jurisdiction.

Provide barriers in and around excavations and subgrade construction to prevent

flooding by runoff of stormwater from heavy rains.

E. Tree and Plant Protection: Comply with requirements specified in Section 015639

"Temporary Tree and Plant Protection."

F. Security Enclosure and Lockup: Install temporary enclosure around partially completed

areas of construction. Provide lockable entrances to prevent unauthorized entrance,

vandalism, theft, and similar violations of security. Lock entrances at end of each work

day. G. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having

jurisdiction for erecting structurally adequate barricades, including warning signs and

lighting.

H. Temporary Egress: Maintain temporary egress from existing occupied facilities as

indicated and as required by authorities having jurisdiction.

3.04 MOISTURE AND MOLD CONTROL

A. Contractor's Moisture-Protection Plan: Avoid trapping water in finished work. Document

visible signs of mold that may appear during construction.

Page 155: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE TEMPORARY FACILITIES & CONTROLS DESIGN GROUP 3, LLC 01 5000 - 5

B. Controlled Construction Phase of Construction: After completing and sealing of the

building enclosure but prior to the full operation of permanent HVAC systems, maintain

as follows:

1. Control moisture and humidity inside building by maintaining effective dryin

conditions. 2. Use permanent HVAC system to control humidity. 3. Comply with manufacturer's written instructions for temperature, relative

humidity, and exposure to water limits.

a. Hygroscopic materials that may support mold growth, including wood and

gypsum-based products, that become wet during the course of construction

and remain wet for 48 hours are considered defective. b. Measure moisture content of materials that have been exposed to moisture

during construction operations or after installation. Record readings

beginning at time of exposure and continuing daily for 48 hours. Identify

materials containing moisture levels higher than allowed. Report findings

in writing to Architect. c. Remove materials that can not be completely restored to their

manufactured moisture level within 48 hours.

3.05 OPERATION, TERMINATION, AND REMOVAL

A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste

and abuse, limit availability of temporary facilities to essential and intended uses.

B. Maintenance: Maintain facilities in good operating condition until removal.

1. Maintain operation of temporary enclosures, heating, cooling, humidity control,

ventilation, and similar facilities on a 24-hour basis where required to achieve

indicated results and to avoid possibility of damage.

C. Termination and Removal: Remove each temporary facility when need for its service has

ended, when it has been replaced by authorized use of a permanent facility, or no later

than Substantial Completion. Complete or, if necessary, restore permanent construction

that may have been delayed because of interference with temporary facility. Repair

damaged Work, clean exposed surfaces, and replace construction that cannot be

satisfactorily repaired.

1. Materials and facilities that constitute temporary facilities are property of

Contractor. Owner reserves right to take possession of Project identification

signs. 2. Remove temporary roads and paved areas not intended for or acceptable for

integration into permanent construction. Where area is intended for landscape

development, remove soil and aggregate fill that do not comply with

requirements for fill or subsoil. Remove materials contaminated with road oil,

asphalt and other petrochemical compounds, and other substances that might

Page 156: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE TEMPORARY FACILITIES & CONTROLS DESIGN GROUP 3, LLC 01 5000 - 6

impair growth of plant materials or lawns. Repair or replace street paving, curbs,

and sidewalks at temporary entrances, as required by authorities having

jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used

during construction period. Comply with final cleaning requirements specified in

Section 017700 "Closeout Procedures."

END OF SECTION

Page 157: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PRODUCT REQUIREMENTS DESIGN GROUP 3, LLC 01 6000 - 1

SECTION 01 6000 - PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for selection of products for

use in Project; product delivery, storage, and handling; manufacturers' standard

warranties on products; special warranties; and comparable products.

B. Related Requirements:

1. Section 014200 "References" for applicable industry standards for products specified.

1.02 DEFINITIONS

A. Products: Items obtained for incorporating into the Work, whether purchased for Project

or taken from previously purchased stock. The term "product" includes the terms

"material," "equipment," "system," and terms of similar intent.

1. Named Products: Items identified by manufacturer's product name, including

make or model number or other designation shown or listed in manufacturer's

published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another

project or facility. Products salvaged or recycled from other projects are not

considered new products. 3. Comparable Product: Product that is demonstrated and approved through

submittal process to have the indicated qualities related to type, function,

dimension, in-service performance, physical properties, appearance, and other

characteristics that equal or exceed those of specified product.

B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's

product is named and accompanied by the words "basis-ofdesign product," including

make or model number or other designation, to establish the significant qualities related

to type, function, dimension, in-service performance, physical properties, appearance,

and other characteristics for purposes of evaluating comparable products of additional

manufacturers named in the specification.

1.03 ACTION SUBMITTALS

A. Comparable Product Requests: Submit request for consideration of each comparable

product. Identify product or fabrication or installation method to be replaced. Include

Specification Section number and title and Drawing numbers and titles.

Page 158: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PRODUCT REQUIREMENTS DESIGN GROUP 3, LLC 01 6000 - 2

1. Include data to indicate compliance with the requirements specified in

"Comparable Products" Article. 2. Architect's Action: If necessary, Architect will request additional information or

documentation for evaluation within one week of receipt of a comparable product

request. Architect will notify Contractor of approval or rejection of proposed

comparable product request within 10 days of receipt of request, or 3 days of

receipt of additional information or documentation, whichever is later.

a. Form of Approval: As specified in Section 013300 "Submittal Procedures."

b. Use product specified if Architect does not issue a decision on use of a

comparable product request within time allocated.

B. Basis-of-Design Product Specification Submittal: Comply with requirements in Section

013300 "Submittal Procedures." Show compliance with requirements.

1.04 QUALITY ASSURANCE

A. Compatibility of Options: If Contractor is given option of selecting between two or more

products for use on Project, select product compatible with products previously

selected, even if previously selected products were also options.

1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products using means and methods that will prevent damage,

deterioration, and loss, including theft and vandalism. Comply with manufacturer's written

instructions. B. Delivery and Handling:

1. Schedule delivery to minimize long-term storage at Project site and to prevent

overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for

items that are flammable, hazardous, easily damaged, or sensitive to

deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's

original sealed container or other packaging system, complete with labels and

instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract

Documents and to determine that products are undamaged and properly

protected. C. Storage:

1. Store products to allow for inspection and measurement of quantity or counting

of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a

weathertight enclosure above ground, with ventilation adequate to prevent

condensation.

Page 159: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PRODUCT REQUIREMENTS DESIGN GROUP 3, LLC 01 6000 - 3

4. Comply with product manufacturer's written instructions for temperature,

humidity, ventilation, and weather-protection requirements for storage. 5. Protect stored products from damage and liquids from freezing. 6. Provide a secure location and enclosure at Project site for storage of materials and

equipment by Owner's construction forces. Coordinate location with Owner.

1.06 PRODUCT WARRANTIES

A. Warranties specified in other Sections shall be in addition to, and run concurrent with,

other warranties required by the Contract Documents. Manufacturer's disclaimers and

limitations on product warranties do not relieve Contractor of obligations under

requirements of the Contract Documents.

1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer

for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to

provide specific rights for Owner.

B. Special Warranties: Prepare a written document that contains appropriate terms and

identification, ready for execution.

1. Manufacturer's Standard Form: Modified to include Project-specific information

and properly executed. 2. See other Sections for specific content requirements and particular requirements

for submitting special warranties.

C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures."

PART 2 - PRODUCTS

2.01 PRODUCT SELECTION PROCEDURES

A. General Product Requirements: Provide products that comply with the Contract

Documents, are undamaged and, unless otherwise indicated, are new at time of

installation.

1. Provide products complete with accessories, trim, finish, fasteners, and other

items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard

options are specified, provide standard products of types that have been produced

and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in

conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make

selection.

Page 160: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE PRODUCT REQUIREMENTS DESIGN GROUP 3, LLC 01 6000 - 4

5. Descriptive, performance, and reference standard requirements in the

Specifications establish salient characteristics of products. B. Product Selection

Procedures:

1. Basis-of-Design Product: Where Specifications name a product, or refer to a product

indicated on Drawings, and include a list of manufacturers, provide the specified

or indicated product or a comparable product by one of the other named

manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions,

and other characteristics that are based on the product named. Comply with

requirements in "Comparable Products" Article for consideration of an unnamed

product by one of the other named manufacturers.

2.02 COMPARABLE PRODUCTS

A. Conditions for Consideration: Architect will consider Contractor's request for comparable

product when the following conditions are satisfied. If the following conditions are not

satisfied, Architect may return requests without action, except to record noncompliance

with these requirements:

1. Evidence that the proposed product does not require revisions to the Contract

Documents, that it is consistent with the Contract Documents and will produce

the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those

named in the Specifications. Significant qualities include attributes such as

performance, weight, size, durability, visual effect, and specific features and

requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and

addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 161: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 1

SECTION 01 7300 - EXECUTION

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes general administrative and procedural requirements governing execution

of the Work including, but not limited to, the following:

1. Installation of the Work. 2. Cutting and patching. 3. Progress cleaning. 4. Starting and adjusting. 5. Protection of installed construction. B. Related Requirements:

1. Section 011000 "Summary" for limits on use of Project site. 2. Section 013300 "Submittal Procedures" for submitting surveys. 3. Section 017700 "Closeout Procedures" for submitting final property survey with

Project Record Documents, recording of Owner-accepted deviations from

indicated lines and levels, and final cleaning. 4. Section 024119 "Selective Demolition" for demolition and removal of selected

portions of the building.

1.02 DEFINITIONS

A. Cutting: Removal of in-place construction necessary to permit installation or performance

of other work.

B. Patching: Fitting and repair work required to restore construction to original conditions

after installation of other work.

1.03 INFORMATIONAL SUBMITTALS

A. Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the

time cutting and patching will be performed. Include the following information:

1. Extent: Describe reason for and extent of each occurrence of cutting and

patching. 2. Changes to In-Place Construction: Describe anticipated results. Include changes

to structural elements and operating components as well as changes in building

appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will

perform patching work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utilities and Mechanical and Electrical Systems: List services and systems that

cutting and patching procedures will disturb or affect. List services and systems

Page 162: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 2

that will be relocated and those that will be temporarily out of service. Indicate

length of time permanent services and systems will be disrupted.

a. Include description of provisions for temporary services and systems during

interruption of permanent services and systems.

1.04 QUALITY ASSURANCE

A. Cutting and Patching: Comply with requirements for and limitations on cutting and

patching of construction elements.

1. Structural Elements: When cutting and patching structural elements, notify Architect

of locations and details of cutting and await directions from Architect before

proceeding. Shore, brace, and support structural elements during cutting and

patching. Do not cut and patch structural elements in a manner that could change

their load-carrying capacity or increase deflection

a. Foundations of existing buildings or structures.

2. Operational Elements: Do not cut and patch operating elements and related

components in a manner that results in reducing their capacity to perform as

intended or that results in increased maintenance or decreased operational life or

safety. Operational elements include the following:

a. Primary operational systems and equipment. b. Control systems. c. Communication systems. d. Electrical wiring systems. e. Operating systems of special construction.

3. Other Construction Elements: Do not cut and patch other construction elements or

components in a manner that could change their loadcarrying capacity, that

results in reducing their capacity to perform as intended, or that results in

increased maintenance or decreased operational life or safety. Other construction

elements include but are not limited to the following:

a. Exterior curtain-wall construction. b. Piping, ductwork, vessels, and equipment.

4. Visual Elements: Do not cut and patch construction in a manner that results in visual

evidence of cutting and patching. Do not cut and patch exposed construction in a

manner that would, in Architect's opinion, reduce the building's aesthetic

qualities. Remove and replace construction that has been cut and patched in a

visually unsatisfactory manner. B. Cutting and Patching Conference: Before proceeding, meet at Project site with parties

involved in cutting and patching, including mechanical and electrical trades. Review

areas of potential interference and conflict. Coordinate procedures and resolve potential

conflicts before proceeding.

C. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's

written recommendations and instructions for installation of products and equipment.

Page 163: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 3

PART 2 - PRODUCTS

2.01 MATERIALS

A. General: Comply with requirements specified in other Sections.

B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed

surfaces, use materials that visually match in-place adjacent surfaces to the fullest

extent possible.

1. If identical materials are unavailable or cannot be used, use materials that, when

installed, will provide a match acceptable to Architect for the visual and functional performance

of in-place materials. PART 3 - EXECUTION

3.01 EXAMINATION

A. Existing Conditions: The existence and location of underground and other utilities and

construction indicated as existing are not guaranteed. Before beginning sitework,

investigate and verify the existence and location of underground utilities, plumbing,

mechanical and electrical systems, and other construction affecting the Work.

1. Before construction, verify the location and invert elevation at points of

connection of sanitary sewer, storm sewer, and water-service piping;

underground electrical services, and other utilities. 2. Furnish location data for work related to Project that must be performed by

public utilities serving Project site.

B. Examination and Acceptance of Conditions: Before proceeding with each component of

the Work, examine substrates, areas, and conditions, with Installer or Applicator present

where indicated, for compliance with requirements for installation tolerances and other

conditions affecting performance. Record observations.

1. Examine roughing-in for mechanical and electrical systems to verify actual

locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and

systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility

with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of

the Work is required by other Sections, include the following:

1. Description of the Work. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections.

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

Proceeding with the Work indicates acceptance of surfaces and conditions.

Page 164: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 4

3.02 PREPARATION

A. Existing Utility Information: Furnish information to local utility and Owner that is

necessary to adjust, move, or relocate existing utility structures, utility poles, lines,

services, or other utility appurtenances located in or affected by construction.

Coordinate with authorities having jurisdiction.

B. Field Measurements: Take field measurements as required to fit the Work properly.

Recheck measurements before installing each product. Where portions of the Work are

indicated to fit to other construction, verify dimensions of other construction by field

measurements before fabrication. Coordinate fabrication schedule with construction

progress to avoid delaying the Work.

C. Space Requirements: Verify space requirements and dimensions of items shown

diagrammatically on Drawings.

D. Review of Contract Documents and Field Conditions: Immediately on discovery of the

need for clarification of the Contract Documents caused by differing field conditions

outside the control of Contractor, submit a request for information to Architect

according to requirements in Section 013100 "Project Management and Coordination."

3.03 INSTALLATION

A. General: Locate the Work and components of the Work accurately, in correct alignment

and elevation, as indicated.

1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for

maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. 4. Maintain minimum headroom clearance of 96 inches in occupied spaces and 90

inches in unoccupied spaces.

B. Comply with manufacturer's written instructions and recommendations for installing

products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results.

Maintain conditions required for product performance until Substantial Completion.

D. Conduct construction operations so no part of the Work is subjected to damaging

operations or loading in excess of that expected during normal conditions of occupancy.

E. Sequence the Work and allow adequate clearances to accommodate movement of

construction items on site and placement in permanent locations.

F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.

G. Templates: Obtain and distribute to the parties involved templates for work specified to

be factory prepared and field installed. Check Shop Drawings of other work to confirm

Page 165: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 5

that adequate provisions are made for locating and installing products to comply with

indicated requirements.

H. Attachment: Provide blocking and attachment plates and anchors and fasteners of

adequate size and number to securely anchor each component in place, accurately

located and aligned with other portions of the Work. Where size and type of

attachments are not indicated, verify size and type required for load conditions.

1. Mounting Heights: Where mounting heights are not indicated, mount components

at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and

directions for installing anchorages, including sleeves, concrete inserts, anchor

bolts, and items with integral anchors, that are to be embedded in concrete or

masonry. Deliver such items to Project site in time for installation.

I. Joints: Make joints of uniform width. Where joint locations in exposed work are not

indicated, arrange joints for the best visual effect. Fit exposed connections together to

form hairline joints.

J. Hazardous Materials: Use products, cleaners, and installation materials that are not

considered hazardous.

3.04 CUTTING AND PATCHING

A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching.

Proceed with cutting and patching at the earliest feasible time, and complete without

delay. 1. Cut in-place construction to provide for installation of other components or

performance of other construction, and subsequently patch as required to restore

surfaces to their original condition.

B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or

damaged during installation or cutting and patching operations, by methods and with

materials so as not to void existing warranties.

C. Temporary Support: Provide temporary support of work to be cut.

D. Protection: Protect in-place construction during cutting and patching to prevent damage.

Provide protection from adverse weather conditions for portions of Project that might

be exposed during cutting and patching operations.

E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption

of free passage to adjoining areas is unavoidable, coordinate cutting and patching

according to requirements in Section 011000 "Summary."

F. Existing Utility Services and Mechanical/Electrical Systems: Where existing

services/systems are required to be removed, relocated, or abandoned, bypass such

services/systems before cutting to prevent interruption to occupied areas.

Page 166: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 6

G. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and

similar operations, including excavation, using methods least likely to damage elements

retained or adjoining construction. If possible, review proposed procedures with

original Installer; comply with original Installer's written recommendations.

1. In general, use hand or small power tools designed for sawing and grinding, not

hammering and chopping. Cut holes and slots neatly to minimum size required,

and with minimum disturbance of adjacent surfaces. Temporarily cover openings

when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed

surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a

diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections

where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions

to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit

to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are

complete.

H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar

operations following performance of other work. Patch with durable seams that are as

invisible as practicable. Provide materials and comply with installation requirements

specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to

demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish

restoration into retained adjoining construction in a manner that will minimize

evidence of patching and refinishing.

a. Clean piping, conduit, and similar features before applying paint or other

finishing materials. b. Restore damaged pipe covering to its original condition.

3. Floors and Walls: Where walls or partitions that are removed extend one finished

area into another, patch and repair floor and wall surfaces in the new space.

Provide an even surface of uniform finish, color, texture, and appearance.

Remove in-place floor and wall coverings and replace with new materials, if

necessary, to achieve uniform color and appearance.

a. Where patching occurs in a painted surface, prepare substrate and apply primer

and intermediate paint coats appropriate for substrate over the patch, and

apply final paint coat over entire unbroken surface containing the patch.

Provide additional coats until patch blends with adjacent surfaces.

4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an

even-plane surface of uniform appearance.

Page 167: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 7

5. Exterior Building Enclosure: Patch components in a manner that restores

enclosure to a weathertight condition and ensures thermal and moisture integrity

of building enclosure.

I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove

paint, mortar, oils, putty, and similar materials from adjacent finished surfaces.

3.05 PROGRESS CLEANING

A. General: Clean Project site and work areas daily, including common areas. Enforce

requirements strictly. Dispose of materials lawfully.

1. Comply with requirements in NFPA 241 for removal of combustible waste

materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three

days if the temperature is expected to rise above 80 deg F . 3. Containerize hazardous and unsanitary waste materials separately from other

waste. Mark containers appropriately and dispose of legally, according to

regulations.

a. Use containers intended for holding waste materials of type to be stored.

4. Coordinate progress cleaning for joint-use areas where Contractor and other

contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris.

C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary

for proper execution of the Work.

1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum

the entire work area, as appropriate.

D. Installed Work: Keep installed work clean. Clean installed surfaces according to written

instructions of manufacturer or fabricator of product installed, using only cleaning

materials specifically recommended. If specific cleaning materials are not

recommended, use cleaning materials that are not hazardous to health or property and

that will not damage exposed surfaces.

E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.

F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to

ensure freedom from damage and deterioration at time of Substantial Completion.

G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste

materials down sewers or into waterways. Comply with waste disposal requirements in

Section 017419 "Construction Waste Management and Disposal."

Page 168: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE EXECUTION DESIGN GROUP 3, LLC 01 7300 - 8

H. During handling and installation, clean and protect construction in progress and adjoining

materials already in place. Apply protective covering where required to ensure

protection from damage or deterioration at Substantial Completion.

I. Clean and provide maintenance on completed construction as frequently as necessary

through the remainder of the construction period. Adjust and lubricate operable

components to ensure operability without damaging effects.

J. Limiting Exposures: Supervise construction operations to assure that no part of the

construction, completed or in progress, is subject to harmful, dangerous, damaging, or

otherwise deleterious exposure during the construction period.

3.06 STARTING AND ADJUSTING

A. Start equipment and operating components to confirm proper operation. Remove

malfunctioning units, replace with new units, and retest.

B. Adjust equipment for proper operation. Adjust operating components for proper

operation without binding.

C. Test each piece of equipment to verify proper operation. Test and adjust controls and

safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Section 014000

"Quality Requirements."

3.07 PROTECTION OF INSTALLED CONSTRUCTION

A. Provide final protection and maintain conditions that ensure installed Work is without

damage or deterioration at time of Substantial Completion.

B. Comply with manufacturer's written instructions for temperature and relative humidity.

END OF SECTION

Page 169: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

DESIGN GROUP 3, LLC

SECTION 01 7419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for the following:

1. Disposing of nonhazardous demolition and construction waste. B. Related

Requirements:

1. Section 02 4100 "Demolition" for disposition of waste resulting from partial

demolition of buildings, structures, and site improvements. 2. Section 31 1000 "Excavation and Fill " for disposition of waste resulting from site

clearing and removal of above- and below-grade improvements.

1.02 DEFINITIONS

A. Construction Waste: Building and site improvement materials and other solid waste resulting

from construction, remodeling, renovation, or repair operations. Construction waste includes

packaging.

B. Demolition Waste: Building and site improvement materials resulting from demolition or

selective demolition operations.

C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction.

D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation

for reuse.

E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another

facility.

F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation

into the Work.

1.03 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having

jurisdiction.

GDRTA WSC RENOVATION OF CONCOURSE CONSTRUCTION WASTE MGMNT & DISPOSAL 01 7419 - 1

Page 170: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

DESIGN GROUP 3, LLC

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.01 DISPOSAL OF WASTE

A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove

waste materials from Project site and legally dispose of them in a landfill or incinerator

acceptable to authorities having jurisdiction.

1. Except as otherwise specified, do not allow waste materials that are to be disposed of

accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces

and areas.

B. Burning: Do not burn waste materials.

C. Disposal: Remove waste materials from Owner's property and legally dispose of them.

END OF SECTION

GDRTA WSC RENOVATION OF CONCOURSE CONSTRUCTION WASTE MGMNT & DISPOSAL

Page 171: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

DESIGN GROUP 3, LLC

01 7419 - 2

Page 172: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE CLOSEOUT PROCEDURES DESIGN GROUP 3, LLC 01 7700 - 1

SECTION 01 7700 - CLOSEOUT PROCEDURES

PART 1 – GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for contract closeout,

including, but not limited to, the following:

1. Final completion procedures. 2. Warranties. 3. Final cleaning. 4. Repair of the Work. B. Related Requirements:

1. Section 01 7300 "Execution" for progress cleaning of Project site. 2. Section 01 7823 "Operation and Maintenance Data" for operation and

maintenance manual requirements. 3. Section 01 7839 "Project Record Documents" for submitting record Drawings,

record Specifications, and record Product Data. 4. Section 01 7900 "Demonstration and Training" for requirements for instructing

Owner's personnel.

1.02 ACTION SUBMITTALS

A. Product Data: For cleaning agents.

B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion.

C. Certified List of Incomplete Items: Final submittal at Final Completion.

1.03 MAINTENANCE MATERIAL SUBMITTALS

A. Schedule of Maintenance Material Items: For maintenance material submittal items

specified in other Sections.

1.04 FINAL COMPLETION PROCEDURES

A. Inspection: Submit a written request for final inspection to determine acceptance a

minimum of 10 days prior to date the work will be completed and ready for final

inspection and tests. On receipt of request, Architect will either proceed with

inspection or notify Contractor of unfulfilled requirements. Architect will prepare a

final Certificate for Payment after inspection or will notify Contractor of construction

that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections

as incomplete is completed or corrected.

Page 173: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE CLOSEOUT PROCEDURES DESIGN GROUP 3, LLC 01 7700 - 2

1.05 SUBMITTAL OF PROJECT WARRANTIES

A. Time of Submittal: Submit written warranties on request of Architect for designated

portions of the Work where commencement of warranties other than date of Substantial

Completion is indicated, or when delay in submittal of warranties might limit Owner's

rights under warranty.

B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of

designated portions of the Work that are completed and occupied or used by Owner

during construction period by separate agreement with Contractor.

C. Organize warranty documents into an orderly sequence based on the table of contents of

Project Manual.

1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, looseleaf binders, thickness as necessary to accommodate contents, and sized to receive 8-

1/2-by-11-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate

warranty. Mark tab to identify the product or installation. Provide a typed

description of the product or installation, including the name of the product and

the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title

"WARRANTIES," Project name, and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete

warranty and bond submittal package into a single indexed electronic PDF file

with links enabling navigation to each item. Provide bookmarked table of

contents at beginning of document.

D. Provide additional copies of each warranty to include in operation and maintenance

manuals.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or

fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially

hazardous to health or property or that might damage finished surfaces.

1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not

applicable, use products that comply with the California Code of Regulations

maximum allowable VOC levels. PART 3 - EXECUTION

3.01 FINAL CLEANING

A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to

comply with local laws and ordinances and Federal and local environmental and

antipollution regulations.

Page 174: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE CLOSEOUT PROCEDURES DESIGN GROUP 3, LLC 01 7700 - 3

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean

each surface or unit to condition expected in an average commercial building cleaning

and maintenance program. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection for

certification of Substantial Completion for entire Project or for a designated

portion of Project:

a. Clean Project site, yard, and grounds, in areas disturbed by construction

activities, including landscape development areas, of rubbish, waste

material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and

other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, eventextured

surface. d. Remove tools, construction equipment, machinery, and surplus material

from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirtfree

condition, free of stains, films, and similar foreign substances. Avoid

disturbing natural weathering of exterior surfaces. Restore reflective

surfaces to their original condition. g. Sweep concrete floors broom clean in unoccupied spaces. h. Clean transparent materials, including mirrors and glass in doors and

windows. Remove glazing compounds and other noticeable, vision-

obscuring materials. Polish mirrors and glass, taking care not to scratch

surfaces. i. Remove labels that are not permanent. j. Leave Project clean and ready for occupancy.

C. Construction Waste Disposal: Comply with waste disposal requirements in Section 01

7419 "Construction Waste Management and Disposal."

3.02 REPAIR OF THE WORK

A. Complete repair and restoration operations before requesting inspection for determination

of Substantial Completion.

B. Repair or remove and replace defective construction. Repairing includes replacing

defective parts, refinishing damaged surfaces, touching up with matching materials, and

properly adjusting operating equipment. Where damaged or worn items cannot be

repaired or restored, provide replacements. Remove and replace operating components

that cannot be repaired. Restore damaged construction and permanent facilities used

during construction to specified condition.

1. Remove and replace chipped, scratched, and broken glass, reflective surfaces,

and other damaged transparent materials.

Page 175: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE CLOSEOUT PROCEDURES DESIGN GROUP 3, LLC 01 7700 - 4

2. Touch up and otherwise repair and restore marred or exposed finishes and

surfaces. Replace finishes and surfaces that that already show evidence of repair

or restoration.

a. Do not paint over "UL" and other required labels and identification, including

mechanical and electrical nameplates. Remove paint applied to required

labels and identification.

3. Replace parts subject to operating conditions during construction that may

impede operation or reduce longevity. 4. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and

defective and noisy starters in fluorescent and mercury vapor fixtures to comply

with requirements for new fixtures.

END OF SECTION

Page 176: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 1

SECTION 01 7823 - OPERATION AND MAINTENANCE DATA

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for preparing operation and

maintenance manuals, including the following:

1. Operation manuals for systems, subsystems, and equipment. 2. Product maintenance manuals. 3. Systems and equipment maintenance manuals. B. Related Requirements:

1. Section 01 3300 "Submittal Procedures" for submitting copies of submittals for

operation and maintenance manuals.

1.02 DEFINITIONS

A. System: An organized collection of parts, equipment, or subsystems united by regular

interaction.

B. Subsystem: A portion of a system with characteristics similar to a system.

1.03 CLOSEOUT SUBMITTALS

A. Manual Content: Operations and maintenance manual content is specified in individual

Specification Sections to be reviewed at the time of Section submittals. Submit

reviewed manual content formatted and organized as required by this Section.

1. Architect will comment on whether content of operations and maintenance

submittals are acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to

revisions and field conditions.

B. Format: Submit operations and maintenance manuals in the following format:

1. PDF electronic file. Assemble each manual into a composite electronically

indexed file. Submit on digital media acceptable to Architect.

a. Name each indexed document file in composite electronic index with

applicable item name. Include a complete electronically linked operation

and maintenance directory. b. Enable inserted reviewer Comments on draft submittals.

2. Three paper copies. Include a complete operation and maintenance directory. Enclose

title pages and directories in clear plastic sleeves. Architect will return two

copies.

Page 177: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 2

PART 2 - PRODUCTS

2.01 REQUIREMENTS FOR EMERGENCY, OPERATION, AND MAINTENANCE MANUALS

A. Organization: Unless otherwise indicated, organize each manual into a separate section

for each system and subsystem, and a separate section for each piece of equipment not

part of a system. Each manual shall contain the following materials, in the order listed:

1. Title page. 2. Table of contents. 3. Manual contents.

B. Title Page: Include the following information:

1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Architect.

C. Table of Contents: List each product included in manual, identified by product name,

indexed to the content of the volume, and cross-referenced to Specification Section

number in Project Manual.

1. If operation or maintenance documentation requires more than one volume to

accommodate data, include comprehensive table of contents for all volumes in

each volume of the set.

D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically

by system, subsystem, and equipment. If possible, assemble instructions for subsystems,

equipment, and components of one system into a single binder.

E. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite

electronic PDF file for each manual type required.

1. Electronic Files: Use electronic files prepared by manufacturer where available.

Where scanning of paper documents is required, configure scanned file for

minimum readable file size. 2. File Names and Bookmarks: Enable bookmarking of individual documents based

on file names. Name document files to correspond to system, subsystem, and

equipment names used in manual directory and table of contents. Group

documents for each system and subsystem into individual composite bookmarked

files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in

a readily navigated file tree. Configure electronic manual to display bookmark

panel on opening file.

Page 178: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 3

F. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled

volumes.

1. Binders: Heavy-duty, three-ring, vinyl-covered,post-type binders, in thickness

necessary to accommodate contents, sized to hold 8-1/2-by-11inch paper; with

clear plastic sleeve on spine to hold label describing contents and with pockets

inside covers to hold folded oversize sheets.

a. If two or more binders are necessary to accommodate data of a system,

organize data in each binder into groupings by subsystem and related

components. Cross-reference other binders if necessary to provide

essential information for proper operation or maintenance of equipment or

system. b. Identify each binder on front and spine, with printed title "OPERATION

AND MAINTENANCE MANUAL," Project title or name, and subject

matter of contents, and indicate Specification Section number on bottom of

spine. Indicate volume number for multiple-volume sets.

2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the

manual. Mark each tab to indicate contents. Include typed list of products and

major components of equipment included in the section on each divider, cross-

referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose

diagnostic software storage media for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-11-inch white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with

text.

a. If oversize drawings are necessary, fold drawings to same size as text

pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in

labeled envelopes and bind envelopes in rear of manual. At appropriate

locations in manual, insert typewritten pages indicating drawing titles,

descriptions of contents, and drawing locations.

2.02 OPERATION MANUALS

A. Content: In addition to requirements in this Section, include operation data required in

individual Specification Sections and the following information:

1. System, subsystem, and equipment descriptions. Use designations for systems

and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor has delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams.

Page 179: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 4

8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions:

Include the following:

1. Product name and model number. Use designations for products indicated on

Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating

Procedures: Include the following, as applicable:

1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures.

D. Systems and Equipment Controls: Describe the sequence of operation, and diagram

controls as installed.

E. Piped Systems: Diagram piping as installed, and identify color-coding where required for

identification.

2.03 PRODUCT MAINTENANCE MANUALS

A. Content: Organize manual into a separate section for each product, material, and finish.

Include source information, product information, maintenance procedures, repair

materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name

and arranged to match manual's table of contents. For each product, list name, address,

and telephone number of Installer or supplier and maintenance service agent, and cross-

reference Specification Section number and title in Project Manual and drawing or

schedule designation or identifier where applicable.

C. Product Information: Include the following, as applicable:

Page 180: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 5

1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products.

D. Maintenance Procedures: Include manufacturer's written recommendations and the

following:

1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions.

E. Repair Materials and Sources: Include lists of materials and local sources of materials and

related services.

F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances

and conditions that would affect validity of warranties or bonds.

1. Include procedures to follow and required notifications for warranty claims.

2.04 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS

A. Content: For each system, subsystem, and piece of equipment not part of a system,

include source information, manufacturers' maintenance documentation, maintenance

procedures, maintenance and service schedules, spare parts list and source information,

maintenance service contracts, and warranty and bond information, as described below.

B. Source Information: List each system, subsystem, and piece of equipment included in

manual, identified by product name and arranged to match manual's table of contents.

For each product, list name, address, and telephone number of Installer or supplier and

maintenance service agent, and cross-reference Specification Section number and title

in Project Manual and drawing or schedule designation or identifier where applicable.

C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation

including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including

disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts.

D. Maintenance Procedures: Include the following information and items that detail essential

maintenance procedures:

1. Test and inspection instructions. 2. Troubleshooting guide.

Page 181: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 6

3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly

instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available.

E. Maintenance and Service Schedules: Include service and lubrication requirements, list of

required lubricants for equipment, and separate schedules for preventive and routine

maintenance and service with standard time allotment.

1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly,

quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording

maintenance.

F. Spare Parts List and Source Information: Include lists of replacement and repair parts,

with parts identified and cross-referenced to manufacturers' maintenance documentation

and local sources of maintenance materials and related services.

G. Maintenance Service Contracts: Include copies of maintenance agreements with name

and telephone number of service agent.

H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances

and conditions that would affect validity of warranties or bonds.

1. Include procedures to follow and required notifications for warranty claims.

PART 3 - EXECUTION

3.01 MANUAL PREPARATION

A. Product Maintenance Manual: Assemble a complete set of maintenance data indicating

care and maintenance of each product, material, and finish incorporated into the Work. B. Operation and Maintenance Manuals: Assemble a complete set of operation and

maintenance data indicating operation and maintenance of each system, subsystem, and

piece of equipment not part of a system.

1. Engage a factory-authorized service representative to assemble and prepare

information for each system, subsystem, and piece of equipment not part of a

system. 2. Prepare a separate manual for each system and subsystem, in the form of an

instructional manual for use by Owner's operating personnel.

C. Manufacturers' Data: Where manuals contain manufacturers' standard printed data,

include only sheets pertinent to product or component installed. Mark each sheet to

identify each product or component incorporated into the Work. If data include more

than one item in a tabular format, identify each item using appropriate references from

the Contract Documents. Identify data applicable to the Work and delete references to

information not applicable.

Page 182: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE OPERATION & MAINTENANCE DATA DESIGN GROUP 3, LLC 01 7823 - 7

1. Prepare supplementary text if manufacturers' standard printed data are not

available and where the information is necessary for proper operation and

maintenance of equipment or systems.

D. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the

relationship of component parts of equipment and systems and to illustrate control

sequence and flow diagrams. Coordinate these drawings with information contained in

record Drawings to ensure correct illustration of completed installation.

1. Do not use original project record documents as part of operation and

maintenance manuals. 2. Comply with requirements of newly prepared record Drawings in Section 01

7839 "Project Record Documents."

E. Comply with Section 01 7700 "Closeout Procedures" for schedule for submitting

operation and maintenance documentation.

END OF SECTION

Page 183: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PROJECT RECORD DOCUMENTS DESIGN GROUP 3, LLC 01 7839 - 1

SECTION 01 7839 - PROJECT RECORD DOCUMENTS

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for project record documents,

including the following:

1. Record Drawings. 2. Record Product Data. 3. Miscellaneous record submittals. B. Related Requirements:

1. Section 01 7300 "Execution" for final property survey. 2. Section 01 7700 "Closeout Procedures" for general closeout procedures. 3. Section 01 7823 "Operation and Maintenance Data" for operation and

maintenance manual requirements.

1.02 CLOSEOUT SUBMITTALS

A. Record Drawings: Comply with the following:

1. Number of Copies: Submit copies of record Drawings as follows:

a. Submittal:

1) Submit one paper-copy set(s) of marked-up record prints. 2) Submit PDF electronic files of scanned record prints and one of file

prints. 3) Architect will indicate whether general scope of changes, additional

information recorded, and quality of drafting are acceptable.

B. Record Specifications: Submit one paper copy of Project's Specifications, including

addenda and contract modifications.

C. Record Product Data: Submit one paper copy of each submittal.

1. Where record Product Data are required as part of operation and maintenance

manuals, submit duplicate marked-up Product Data as a component of manual.

D. Miscellaneous Record Submittals: See other Specification Sections for miscellaneous

record-keeping requirements and submittals in connection with various construction

activities. Submit one paper copy of each submittal. E. Reports: Submit written report weekly indicating items incorporated into project record

documents concurrent with progress of the Work, including revisions, concealed

conditions, field changes, product selections, and other notations incorporated.

PART 2 - PRODUCTS

Page 184: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PROJECT RECORD DOCUMENTS DESIGN GROUP 3, LLC 01 7839 - 2

2.01 RECORD DRAWINGS

A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and

Shop Drawings, incorporating new and revised drawings as modifications are issued.

1. Preparation: Mark record prints to show the actual installation where installation

varies from that shown originally. Require individual or entity who obtained

record data, whether individual or entity is Installer, subcontractor, or similar

entity, to provide information for preparation of corresponding marked-up record

prints.

a. Give particular attention to information on concealed elements that would

be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. c. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record prints to corresponding archive photographic

documentation.

2. Content: Types of items requiring marking include, but are not limited to, the

following:

a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Locations and depths of underground utilities. d. Revisions to routing of piping and conduits. e. Revisions to electrical circuitry. f. Actual equipment locations. g. Locations of concealed internal utilities. h. Changes made by Change Order or Work Change Directive. i. Changes made following Architect's written orders. j. Details not on the original Contract Drawings. k. Field records for variable and concealed conditions. l. Record information on the Work that is shown only schematically.

3. Mark the Contract Drawings and Shop Drawings completely and accurately. Use

personnel proficient at recording graphic information in production of marked-up

record prints. 4. Mark record sets with erasable, red-colored pencil. Use other colors to

distinguish between changes for different categories of the Work at same

location. 5. Mark important additional information that was either shown schematically or

omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order

numbers, and similar identification, where applicable.

B. Format: Identify and date each record Drawing; include the designation "PROJECT

RECORD DRAWING" in a prominent location.

Page 185: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PROJECT RECORD DOCUMENTS DESIGN GROUP 3, LLC 01 7839 - 3

1. Record Prints: Organize record prints and newly prepared record Drawings into

manageable sets. Bind each set with durable paper cover sheets. Include

identification on cover sheets. 2. Record Digital Data Files: Organize digital data information into separate

electronic files that correspond to each sheet of the Contract Drawings. Name

each file with the sheet identification. Include identification in each digital data

file. 3. Identification: As follows:

a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor.

2.02 RECORD PRODUCT DATA

A. Preparation: Mark Product Data to indicate the actual product installation where

installation varies substantially from that indicated in Product Data submittal.

1. Give particular attention to information on concealed products and installations

that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in

manufacturer's written instructions for installation. 3. Note related Change Orders, record Specifications, and record Drawings where

applicable.

B. Format: Submit record Product Data as paper copy.

1. Include record Product Data directory organized by Specification Section number and

title, electronically linked to each item of record Product Data.

2.03 MISCELLANEOUS RECORD SUBMITTALS

A. Assemble miscellaneous records required by other Specification Sections for

miscellaneous record keeping and submittal in connection with actual performance of

the Work. Bind or file miscellaneous records and identify each, ready for continued use

and reference.

B. Format: Submit miscellaneous record submittals as scanned PDF electronic file(s) of

marked-up miscellaneous record submittals. 1. Include miscellaneous record submittals directory organized by Specification Section number and title, electronically linked to each item of miscellaneous record submittals. PART 3 - EXECUTION

3.01 RECORDING AND MAINTENANCE

A. Recording: Maintain one copy of each submittal during the construction period for

project record document purposes. Post changes and revisions to project record

documents as they occur; do not wait until end of Project.

Page 186: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PROJECT RECORD DOCUMENTS DESIGN GROUP 3, LLC 01 7839 - 4

B. Maintenance of Record Documents and Samples: Store record documents and Samples in

the field office apart from the Contract Documents used for construction. Do not use

project record documents for construction purposes. Maintain record documents in good

order and in a clean, dry, legible condition, protected from deterioration and loss.

Provide access to project record documents for Architect's reference during normal

working hours.

END OF SECTION

Page 187: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMONSTRATION AND TRAINING DESIGN GROUP 3, LLC 01 7900 - 1

SECTION 01 7900 - DEMONSTRATION AND TRAINING

PART 1 - GENERAL

1.01 SUMMARY

A. Section includes administrative and procedural requirements for instructing Owner's

personnel, including the following:

1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment.

1.02 QUALITY ASSURANCE

A. Facilitator Qualifications: A firm or individual experienced in training or educating

maintenance personnel in a training program similar in content and extent to that

indicated for this Project, and whose work has resulted in training or education with a

record of successful learning performance.

B. Instructor Qualifications: A factory-authorized service representative, complying with

requirements in Section 01 4000 "Quality Requirements," experienced in operation and

maintenance procedures and training.

1.03 COORDINATION

A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to

minimize disrupting Owner's operations and to ensure availability of Owner's

personnel.

B. Coordinate instructors, including providing notification of dates, times, length of

instruction time, and course content.

C. Coordinate content of training modules with content of approved emergency, operation,

and maintenance manuals. Do not submit instruction program until operation and

maintenance data has been reviewed and approved by Architect.

PART 2 - PRODUCTS

2.01 INSTRUCTION PROGRAM

A. Program Structure: Develop an instruction program that includes individual training

modules for each system and for equipment not part of a system, as required by

individual Specification Sections. B. Training Modules: Develop a learning objective and teaching outline for each module.

Include a description of specific skills and knowledge that participant is expected to

Page 188: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMONSTRATION AND TRAINING DESIGN GROUP 3, LLC 01 7900 - 2

master. For each module, include instruction for the following as applicable to the

system, equipment, or component:

1. Basis of System Design, Operational Requirements, and Criteria: Include the

following:

a. System, subsystem, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design

responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves.

2. Documentation: Review the following items in detail:

a. Emergency manuals. b. Operations manuals. c. Maintenance manuals. d. Project record documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing

commitments.

3. Operations: Include the following, as applicable:

a. Startup procedures. b. Equipment or system break-in procedures. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Control sequences. f. Safety procedures. g. Instructions on stopping. h. Normal shutdown instructions. i. Operating procedures for emergencies. j. Operating procedures for system, subsystem, or equipment failure. k. Seasonal and weekend operating instructions. l. Required sequences for electric or electronic systems. m. Special operating instructions and procedures.

4. Adjustments: Include the following:

a. Alignments. b. Checking adjustments. c. Noise and vibration adjustments. d. Economy and efficiency adjustments.

5. Troubleshooting: Include the following:

Page 189: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMONSTRATION AND TRAINING DESIGN GROUP 3, LLC 01 7900 - 3

a. Diagnostic instructions. b. Test and inspection procedures.

6. Maintenance: Include the following:

a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Procedures for routine cleaning e. Procedures for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools.

7. Repairs: Include the following:

a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and

reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance.

PART 3 - EXECUTION

3.01 PREPARATION

A. Assemble educational materials necessary for instruction, including documentation and

training module. Assemble training modules into a training manual organized in

coordination with requirements in Section 01 7823 "Operation and Maintenance Data."

B. Set up instructional equipment at instruction location.

3.02 INSTRUCTION

A. Facilitator: Engage a qualified facilitator to prepare instruction program and training

modules, to coordinate instructors, and to coordinate between Contractor and Owner for

number of participants, instruction times, and location.

B. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires

seasonal operation, provide similar instruction at start of each season.

C. Training Location and Reference Material: Conduct training on-site in the completed and

fully operational facility using the actual equipment in-place. Conduct training using final operation and maintenance data submittals.

D. Cleanup: Collect used and leftover educational materials and give to Owner. Remove

instructional equipment. Restore systems and equipment to condition existing before

initial training use.

Page 190: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMONSTRATION AND TRAINING DESIGN GROUP 3, LLC 01 7900 - 4

END OF SECTION

Page 191: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMOLITION DESIGN GROUP 3, LLC 02 4100 - 1

SECTION 02 4100 – DEMOLITION

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Selective demolition of built site elements.

B. Selective demolition of building elements for alteration purposes.

1.02 RELATED REQUIREMENTS

A. Section 31 2316 – Excavation and Fill: Fill material for filling holes, pits, and

excavations generated as a result of removal operations.

1.03 REFERENCE STANDARDS

A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition.

B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition

Operations; 2013.

1.04 SUBMITTALS

A. Project Record Documents: Accurately record actual locations of capped and active

utilities and subsurface construction.

1.05 QUALITY ASSURANCE

A. Demolition Firm Qualifications: Company specializing in the type of work required.

1. Minimum of 5 years of documented experience.

PART 2 PRODUCTS 2.01 MATERIALS

A. Fill Material: As specified in Section 31 2316 – Excavation and Fill.

PART 3 EXECUTION 3.01 SCOPE

A. Remove portions of existing buildings as indicated on drawings.

B. Remove paving and curbs as required to accomplish new work.

C. Break up paving within site boundaries to permit natural moisture drainage; leave pieces

not larger than 1 square yard (1 square meter).

D. Remove other items indicated, for salvage, relocation and recycling.

E. Fill excavations, open pits, and holes in ground areas generated as result of removals,

using specified fill; compact fill as specified in Section 31 2316.

3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS

A. Comply with applicable codes and regulations for demolition operations and safety of

adjacent structures and the public.

1. Adjacent Transit Pavilion and Retail Store to remain in operation at all

times. Obtain required permits.

Page 192: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMOLITION DESIGN GROUP 3, LLC 02 4100 - 2

2. Comply with applicable requirements of NFPA 241.

3. Use of explosives is not permitted.

4. Take precautions to prevent catastrophic or uncontrolled collapse of structures to

be removed; do not allow worker or public access within range of potential

collapse of unstable structures.

5. Provide, erect, and maintain temporary barriers and security devices.

6. Use physical barriers to prevent access to areas that could be hazardous to workers

or the public.

7. Conduct operations to minimize effects on and interference with adjacent

structures and occupants.

8. Do not close or obstruct roadways or sidewalks without permit.

9. Conduct operations to minimize obstruction of public and private entrances and

exits; do not obstruct required exits at any time; protect persons using entrances

and exits from removal operations.

10. Obtain written permission from owners of adjacent properties when demolition

equipment will traverse, infringe upon or limit access to their property.

B. Do not begin removal until receipt of notification to proceed from Owner.

C. Do not begin removal until built elements to be salvaged or relocated have been

removed. D. Do not begin removal until vegetation to be relocated has been removed

and specified measures have been taken to protect vegetation to remain.

E. Protect existing structures and other elements that are not to be removed.

1. Provide bracing and shoring.

2. Prevent movement or settlement of adjacent structures.

3. Stop work immediately if adjacent structures appear to be in danger.

F. Minimize production of dust due to demolition operations; do not use water if that will

result in ice, flooding, sedimentation of public waterways or storm sewers, or other

pollution.

G. If hazardous materials are discovered during removal operations, stop work and notify

Architect and Owner; hazardous materials include regulated asbestos containing

materials, lead, PCB's, and mercury.

H. Hazardous Materials: Comply with 29 CFR 1926 and state and local regulations.

I. Perform demolition in a manner that maximizes salvage and recycling of materials.

1. Dismantle existing construction and separate materials.

2. Set aside reusable, recyclable, and salvageable materials; store and deliver to

collection point or point of reuse.

J. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface.

3.03 EXISTING UTILITIES

A. Coordinate work with utility companies; notify before starting work and comply with

their requirements; obtain required permits.

B. Protect existing utilities to remain from damage.

Page 193: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMOLITION DESIGN GROUP 3, LLC 02 4100 - 3

C. Do not disrupt public utilities without permit from authority having jurisdiction.

D. Do not close, shut off, or disrupt existing life safety systems that are in use without at

least 7 days prior written notification to Owner.

E. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use

without at least 3 days prior written notification to Owner.

F. Locate and mark utilities to remain; mark using highly visible tags or flags, with

identification of utility type; protect from damage due to subsequent construction, using

substantial barricades if necessary.

G. Remove exposed piping, valves, meters, equipment, supports, and foundations of

disconnected and abandoned utilities.

H. Prepare building demolition areas by disconnecting and capping utilities outside the

demolition zone; identify and mark utilities to be subsequently reconnected, in same

manner as other utilities to remain.

3.04 SELECTIVE DEMOLITION FOR ALTERATIONS

A. Drawings showing existing construction and utilities are based on casual field

observation and existing record documents only.

1. Verify that construction and utility arrangements are as shown.

2. Report discrepancies to Architect before disturbing existing installation.

3. Beginning of demolition work constitutes acceptance of existing conditions that

would be apparent upon examination prior to starting demolition.

B. Separate areas in which demolition is being conducted from other areas that are still

occupied.

1. Provide, erect, and maintain temporary dustproof partitions of construction in

locations indicated on drawings.

C. Maintain weatherproof exterior building enclosure except for interruptions required for

replacement or modifications; take care to prevent water and humidity damage. D.

Remove existing work as indicated and as required to accomplish new work.

1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete;

replace with new construction specified.

2. Remove items indicated on drawings.

E. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical,

Telecommunications): Remove existing systems and equipment as indicated.

1. Maintain existing active systems that are to remain in operation; maintain access

to equipment and operational components.

2. Where existing active systems serve occupied facilities but are to be replaced with

new services, maintain existing systems in service until new systems are complete

and ready for service.

3. Verify that abandoned services serve only abandoned facilities before removal.

4. Remove abandoned pipe, ducts, conduits, and equipment, including those above

accessible ceilings; remove back to source of supply where possible, otherwise cap

stub and tag with identification.

Page 194: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE DEMOLITION DESIGN GROUP 3, LLC 02 4100 - 4

F. Protect existing work to remain.

1. Prevent movement of structure; provide shoring and bracing if necessary.

2. Perform cutting to accomplish removals neatly and as specified for cutting new

work.

3. Repair adjacent construction and finishes damaged during removal work.

4. Patch as specified for patching new work.

3.05 DEBRIS AND WASTE REMOVAL

A. Remove debris, junk, and trash from site.

B. Leave site in clean condition, ready for subsequent work.

C. Clean up spillage and wind-blown debris from public and private lands. END OF

SECTION

Page 195: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 1

SECTION 04 2000 - UNIT MASONRY

PART 1 GENERAL

1.01 SECTION

INCLUDES A.

Concrete Block.

B. Clay Facing Brick.

C. Mortar and Grout.

D. Reinforcement and Anchorage.

E. Flashings.

F. Lintels.

G. Accessories.

1.02 RELATED REQUIREMENTS

A. Section 05 5000 - Metal Fabrications: Loose steel lintels.

B. Section 06 1000 - Rough Carpentry: Nailing strips built into masonry.

C. Section 07 2100 - Thermal Insulation: Insulation for cavity spaces.

D. Section 07 6200 - Sheet Metal Flashing and Trim: Through-wall masonry flashings.

E. Section 07 9005 - Joint Sealers: Backing rod and sealant at control and expansion joints.

1.03 REFERENCE STANDARDS

A. ACI 530/530.1/ERTA - Building Code Requirements and Specification for Masonry

Structures and Related Commentaries; American Concrete Institute International; 2011.

B. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon Steel Bars

for Concrete Reinforcement; 2012.

C. ASTM A641/A641M - Standard Specification for Zinc-Coated (Galvanized) Carbon

Steel Wire; 2009a.

D. ASTM C55 - Standard Specification for Concrete Building Brick; 2011.

E. ASTM C62 - Standard Specification for Building Brick (Solid Masonry Units Made

From Clay or Shale); 2013.

F. ASTM C67 - Standard Test Methods for Sampling and Testing Brick and Structural Clay

Tile; 2013.

G. ASTM C91/C91M - Standard Specification for Masonry Cement; 2012.

H. ASTM C129 - Standard Specification for Nonloadbearing Concrete Masonry Units;

2011.

I. ASTM C140/C140M - Standard Test Methods of Sampling and Testing Concrete

Masonry Units and Related Units; 2013.

J. ASTM C216 - Standard Specification for Facing Brick (Solid Masonry Units Made From

Clay or Shale); 2013.

K. ASTM C270 - Standard Specification for Mortar for Unit Masonry; 2012.

Page 196: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 2

L. ASTM C1314 - Standard Test Method for Compressive Strength of Masonry Prisms;

2012.

M. ASTM C1357 - Standard Test Methods for Evaluating Masonry Bond Strength; 2009.

N. ASTM E514/E514M - Standard Test Method for Water Penetration and Leakage

Through Masonry; 2011.

O. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition.

1.04 SUBMITTALS

A. Product Data: Provide data for masonry units, fabricated wire reinforcement, mortar, and

masonry accessories.

B. Manufacturer's Certificate: Certify that masonry units meet or exceed specified

requirements.

1.05 QUALITY ASSURANCE

A. Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by

requirements of the contract documents.

1.06 MOCK-UP

A. Construct a masonry wall as a mock-up panel sized 8 feet (2.4 m) long by 6 feet (1.8 m) high; include mortar and accessories and structural backup in mock-up. B. Locate where directed.

C. Mock-up may remain as part of the Work.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Deliver, handle, and store masonry units by means that will prevent mechanical damage

and contamination by other materials.

B. Handle and store ceramic glazed masonry units in protective cartons or trays. Do not

remove from protective packaging until ready for installation.

PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS

A. Concrete Block: Comply with referenced standards and as follows:

1. Size: Standard units with nominal face dimensions of 16 x 8 inches (400 x 200

mm) and nominal depths as indicated on the drawings for specific locations.

2.02 BRICK UNITS

A. Manufacturers:

1. Basis of Design: See drawings

B. Facing Brick: ASTM C216, Type FBS, Grade SW.

1. Color and texture: See drawings.

3. Nominal size: As indicated on drawings.

4. Special shapes: Molded units as required by conditions indicated, unless standard

units can be sawn to produce equivalent effect.

2.03 GRANITE

A. Manufacturers:

1. Polycor or approved equal B. Granite:

1. Type/Color: Cambrian Black

2. Finish: polished

Page 197: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 3

2.04 MORTAR AND GROUT MATERIALS

A. Masonry Cement: ASTM C91, Type N.

1. Colored mortar: Premixed cement as required to match Architect's color

sample.

2. Color: Mapei/09 Gray

B. Portland Cement: ASTM C150, Type I; color as required to produce approved color

sample.

1. Not more than 0.60 percent alkali. C. Hydrated Lime: ASTM C207, Type

S.

D. Mortar Aggregate: ASTM C144.

E. Grout Aggregate: ASTM C404.

F. Water: Clean and potable.

2.05 REINFORCEMENT AND ANCHORAGE

A. Manufacturers of Joint Reinforcement and Anchors:

1. Blok-Lok Limited; www.blok-lok.com.

2. Hohmann & Barnard, Inc (including Dur-O-Wal brand); www.h-b.com.

3. WIRE-BOND: www.wirebond.com.

B. Reinforcing Steel: Type specified in Section 03 2000; size as indicated on drawings;

galvanized finish.

C. Reinforcing Steel: ASTM A615/A615M Grade 40 (280) deformed billet bars; galvanized.

D. Joint Reinforcement: Use ladder type joint reinforcement where vertical reinforcement is

involved and truss type elsewhere, unless otherwise indicated.

E. Single Wythe Joint Reinforcement: Truss or ladder type; ASTM A 82/A 82M steel wire,

mill galvanized to ASTM A 641/A 641M, Class 3; 0.1483 inch (3.8 mm) side rods with

0.1483 inch (3.8 mm) cross rods; width as required to provide not more than 1 inch (25

mm) and not less than 1/2 inch (13 mm) of mortar coverage on each exposure.

F. Multiple Wythe Joint Reinforcement: Truss type; fabricated with moisture drip; ASTM A

82/A

82M steel wire, hot dip galvanized after fabrication to ASTM A 153/153M, Class B;

0.1483 inch (3.8 mm) side rods with 0.1483 inch (3.8 mm) cross rods; width as required to

provide not more than 1 inch (25 mm) and not less than 1/2 inch (13 mm) of mortar

coverage on each exposure. G. Adjustable Multiple Wythe Joint Reinforcement: Truss type

with adjustable ties or tabs spaced at 16 in (406 mm) on center and fabricated with moisture

drip; ASTM A 82/A 82M steel wire, hot dip galvanized after fabrication to ASTM A

153/153M, Class B; 0.1875 inch (4.8 mm) side rods with 0.1483 inch (3.8 mm) cross rods

and adjustable components of 0.1875 inch (4.8 mm) wire; width of components as required

to provide not more than 1 inch (25 mm) and not less than 1/2 inch (13 mm) of mortar

coverage from each masonry face.

1. Vertical adjustment: Not less than 2 inches (50 mm).

2. Seismic Feature: Provide lip, hook, or clip on extended leg of wall ties to engage

or enclose not less than one continuous horizontal joint reinforcement wire of

0.1483 inch (3.8 mm) diameter.

Page 198: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 4

3. Insulation Clips: Provide clips at tabs or ties designed to secure insulation against

outer face of inner wythe of masonry.

H. Strap Anchors: Bent steel shapes configured as required for specific situations, 1-1/4 in

(32 mm) width, 0.105 in (2.7 mm) thick, lengths as required to provide not more than 1

inch (25 mm) and not less than 1/2 inch (13 mm) of mortar coverage from masonry

face, corrugated for embedment in masonry joint, hot dip galvanized to ASTM A 153/A

153M, Class B.

I. Flexible Anchors: 2-piece anchors that permit differential movement between masonry

and building frame, sized to provide not more than 1 inch (25 mm) and not less than 1/2

inch (13 mm) of mortar coverage from masonry face.

1. Concrete frame: Dovetail anchors of bent steel strap, nominal 1 inch (25 mm)

width x 0.024 in (0.61 mm) thick, with trapezoidal wire ties 0.1875 inch (4.75

mm) thick, hot dip galvanized to ASTM A 153/A 153M, Class B.

2. Concrete frame: Dovetail anchors of bent steel strap, nominal 1 inch (25 mm)

width x 0.024 in (0.61 mm) thick, with corrugated strap ties of nominal 1 inch (25

mm) width and

0.075 inch (1.91 mm) thick, hot dip galvanized to ASTM A 153/A 153M, Class B.

3. Steel frame: Crimped wire anchors for welding to frame, 0.25 inch (6.3 mm) thick,

with trapezoidal wire ties 0.1875 inch (4.75 mm) thick, hot dip galvanized to

ASTM A 153/A 153M, Class B.

J. Wall Ties: Corrugated formed sheet metal, 7/8 inch (22 mm) wide by 0.05 inch (1.22

mm) thick, hot dip galvanized to ASTM A 153/A 153M, Class B, sized to provide not

more than 1 inch (25 mm) and not less than 1 inch (25 mm) of mortar coverage from

masonry face.

K. Two-Piece Wall Ties: Formed steel wire, 0.1875 inch (4.8 mm) thick, adjustable, eye and

pintle type, hot dip galvanized to ASTM A 153/A 153M, Class B, sized to provide not

more than 1 inch (25 mm) and not less than 1/2 inch (13 mm) of mortar coverage from

masonry face and to allow vertical adjustment of up to 1-1/4 in (32 mm).

L. Masonry Veneer Anchors: 2-piece anchors that permit differential movement between

masonry veneer and structural backup, hot dip galvanized to ASTM A 153/A 153M,

Class B.

1. Anchor plates: Not less than 0.075 inch (1.91 mm) thick, designed for fastening to

structural backup through sheathing by two fasteners; provide design with legs that

penetrate sheathing and insulation to provide positive anchorage.

2. Wire ties: Manufacturer's standard shape, 0.1875 inch (4.75 mm) thick.

3. Vertical adjustment: Not less than 3-1/2 inches (89 mm).

4. Seismic Feature: Provide lip, hook, or clip on end of wire ties to engage or enclose

not less than one continuous horizontal joint reinforcement wire of 0.1483 inch

(3.8 mm) diameter.

2.06 FLASHINGS

A. Polymer Coated Copper Flashing: Polymer coating bonded to a 2 oz/sq ft (0.61 kg/sq m)

copper sheet through a fiberglass scrim.

1. Manufacturer:

a. Hohmann & Barnard, Inc; Copper-Tuff: www.h-b.com. b Substitutions: See Section 01 6000 - Product Requirements.

Page 199: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 5

B. Flashing Sealant/Adhesive: Butyl type as specified in Section 07 9005.

2.07 ACCESSORIES

A. Preformed Control Joints: Rubber material. Provide with corner and tee accessories,

fused joints.

1. Manufacturers:

a. Blok-Lok Limited: www.blok-lok.com.

b. Hohmann & Barnard, Inc (including Dur-O-Wal brand); www.h-b.com.

c. WIRE-BOND: www.wirebond.com.

B. Cavity Mortar Control: Semi-rigid polyethylene or polyester mesh panels, sized to

thickness of wall cavity, and designed to prevent mortar droppings from clogging

weeps and cavity vents and allow proper cavity drainage.

1. Mortar Diverter: Panels designed for installation at flashing locations.

a. Manufacturers:

1) Advanced Building Products Inc;

www.advancedflashing.com.

2) Mortar Net Solutions; Mortar Net with Insect Barrier:

www.mortarnet.com. C. Building Paper: ASTM D226/D226M, Type I

("No.15") asphalt felt.

D. Nailing Strips: Softwood lumber, preservative treated; as specified in Section 06 1000.

E. Weeps: Cotton rope.

F. Cavity Vents: Preformed aluminum vents with sloping louvers.

1. Manufacturers:

a. Blok-Lok Limited; www.blok-lok.com.

b. CavClear/Archovations, Inc: www.cavclear.com.

c. Hohmann & Barnard, Inc; www.h-b.com.

d. Wire-Bond; www.wirebond.com.

e. Mortar Net Solutions; Mortar Net Weep Vents:

www.mortarnet.com.

f. Mortar Net Solutions; Mortar Net CellVent: www.mortarnet.com.

G. Drainage Fabric: Polyester mesh.

1. Manufacturers:

a. Mortar Net Solutions; Mortar Net WallNet: www.mortarnet.com.

H. Cleaning Solution: Non-acidic, not harmful to masonry work or adjacent materials.

2.08 LINTELS

A. Precast Concrete Lintels: 4,000 psi strength at 28 days.

2.09 MORTAR AND GROUT MIXES

A. Mortar for Unit Masonry: ASTM C270, using the Proportion Specification.

1. Masonry below grade and in contact with earth: Type S.

2. Exterior, loadbearing masonry: Type N.

3. Exterior, non-loadbearing masonry: Type N.

4. Interior, loadbearing masonry: Type N.

5. Interior, non-loadbearing masonry: Type O.

Page 200: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 6

B. New Mortar for Old Brick: Proportioned by volume only; not more than 20 percent of the

total volume of Portland cement and lime combined shall be Portland cement.

1. Sand: Match original mortar as closely as possible in color, size, and texture,

without use of other additives.

2. Do not use modern additives unless permitted in writing by Architect.

3. Repointing Mortar: Use proportions from 1 part lime to 2 parts sand with no

Portland cement, up to 2 parts Portland cement to 3 parts lime to 6 parts sand.

4. White Portland Cement: Use for repointing mortar where Portland cement is

permitted.

5. Use mortar within 30 minutes after final mixing; do not add more water after the

initial mix is prepared.

C. Grout: ASTM C476. Consistency required to fill completely volumes indicated for

grouting; fine grout for spaces with smallest horizontal dimension of 2 inches (50 mm)

or less; coarse grout for spaces with smallest horizontal dimension greater than 2 inches

(50 mm).

D. Admixtures: Add to mixture at manufacturer's recommended rate and in accordance with

manufacturer's instructions; mix uniformly.

E. Mixing: Use mechanical batch mixer and comply with referenced standards.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that field conditions are acceptable and are ready to receive masonry.

B. Verify that related items provided under other sections are properly sized and located.

C. Verify that built-in items are in proper location, and ready for roughing into masonry

work.

3.02 PREPARATION

A. Direct and coordinate placement of metal anchors supplied for installation under other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing.

3.03 COLD AND HOT WEATHER REQUIREMENTS

A. Comply with requirements of ACI 530/530.1/ERTA or applicable building code,

whichever is more stringent.

B. Maintain materials and surrounding air temperature to minimum 40 degrees F (5 degrees

C) prior to, during, and 48 hours after completion of masonry work.

C. Maintain materials and surrounding air temperature to maximum 90 degrees F (32

degrees C) prior to, during, and 48 hours after completion of masonry work.

3.04 COURSING

A. Establish lines, levels, and coursing indicated. Protect from displacement.

B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of

uniform thickness.

C. Lay CMU and Brick units as indicated on drawings.

D. Concrete Masonry Units:

1. Bond: Running.

2. Coursing: One unit and one mortar joint to equal 8 inches (200 mm).

3. Mortar Joints: Concave. E. Brick Units:

Page 201: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 7

1. See Drawings

2. Mortar Joints: Concave.

3.05 PLACING AND BONDING

A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed

with other work.

B. Lay hollow masonry units with face shell bedding on head and bed joints.

C. Buttering corners of joints or excessive furrowing of mortar joints is not permitted.

D. Remove excess mortar and mortar smears as work progresses.

E. Remove excess mortar with water repellent admixture promptly. Do not use acids,

sandblasting or high pressure cleaning methods.

F. Interlock intersections and external corners, except for units laid in stack bond.

G. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment

must be made, remove mortar and replace.

H. Perform job site cutting of masonry units with proper tools to provide straight, clean,

unchipped edges. Prevent broken masonry unit corners or edges.

I. Cut mortar joints flush where wall tile is scheduled or resilient base is scheduled.

3.06 WEEPS/CAVITY VENTS

A. Install weeps in veneer and cavity walls at 24 inches (600 mm) on center horizontally

above through-wall flashing, above shelf angles and lintels, and at bottom of walls.

B. Install cavity vents in veneer and cavity walls at 32 inches (800 mm) on center

horizontally below shelf angles and lintels and near top of walls.

3.07 CAVITY MORTAR CONTROL

A. Do not permit mortar to drop or accumulate into cavity air space or to plug weep/cavity

vents.

B. For cavity walls, build inner wythe ahead of outer wythe to accommodate accessories.

C. Install cavity mortar diverter at base of cavity and at other flashing locations as

recommended by manufacturer to prevent mortar droppings from blocking weep/cavity

vents.

3.08 REINFORCEMENT AND ANCHORAGE - GENERAL

A. Unless otherwise indicated on drawings or specified under specific wall type, install

horizontal joint reinforcement 16 inches (400 mm) on center.

B. Place masonry joint reinforcement in first and second horizontal joints above and below

openings. Extend minimum 16 inches (400 mm) each side of opening.

C. Place continuous joint reinforcement in first and second joint below top of walls.

D. Lap joint reinforcement ends minimum 6 inches (150 mm).

E. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 inches

(400 mm) on center.

F. Fasten anchors to structural framing and embed in masonry joints as masonry is laid.

Unless otherwise indicated on drawings or closer spacing is indicated under specific

Page 202: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 8

wall type, space anchors at maximum of 36 inches (900 mm) horizontally and 24 inches

(600 mm) vertically.

3.09 REINFORCEMENT AND ANCHORAGE - SINGLE WYTHE MASONRY

A. Install horizontal joint reinforcement 8 inches (200 mm) on center.

B. Place masonry joint reinforcement in first and second horizontal joints above and below

openings. Extend minimum 16 inches (400 mm) each side of opening.

C. Place continuous joint reinforcement in first and second joint below top of walls.

D. Lap joint reinforcement ends minimum 6 inches (150 mm).

E. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 inches

(400 mm) on center.

3.10 REINFORCEMENT AND ANCHORAGE - MASONRY VENEER

A. Install horizontal joint reinforcement 16 inches (400 mm) on center.

B. Place masonry joint reinforcement in first and second horizontal joints above and below

openings. Extend minimum 16 inches (400 mm) each side of opening.

C. Place continuous joint reinforcement in first and second joint below top of walls.

D. Lap joint reinforcement ends minimum 6 inches (150 mm).

E. Masonry Back-Up: Embed anchors to bond veneer at maximum 16 inches (400 mm) on

center vertically and 36 inches (900 mm) on center horizontally. Place additional

anchors at perimeter of openings and ends of panels, so maximum spacing of anchors is

8 inches (200 mm) on center.

F. Masonry Back-Up: Embed anchors in masonry back-up to bond veneer at maximum 1.77

sq ft (0.16 sq m) of wall surface per anchor. Place additional anchors at perimeter of

openings and ends of panels, so maximum spacing of anchors is 8 inches (200 mm) on

center.

G. Stud Back-Up: Secure veneer anchors to stud framed back-up and embed into masonry

veneer at maximum 16 inches (400 mm) on center vertically and 24 inches (600 mm)

on center horizontally. Place additional anchors at perimeter of openings and ends of

panels, so maximum spacing of anchors is 8 inches (200 mm) on center.

H. Stud Back-Up: Secure veneer anchors to stud framed back-up and embed into masonry

veneer at maximum 1.77 sq ft (0.16 sq m) of wall surface per anchor. Place additional

anchors at perimeter of openings and ends of panels, so maximum spacing of anchors is

8 inches (200 mm) on center.

I. Seismic Reinforcement: Connect veneer anchors with continuous horizontal wire

reinforcement before embedding anchors in mortar.

J. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 inches

(400 mm) on center.

3.11 REINFORCEMENT AND ANCHORAGES - CAVITY WALL MASONRY

A. Install horizontal joint reinforcement 16 inches (400 mm) on center.

B. Place masonry joint reinforcement in first and second horizontal joints above and below

openings. Extend minimum 16 inches (400 mm) each side of openings.

C. Place continuous joint reinforcement in first and second joint below top of walls.

Page 203: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 9

D. Lap joint reinforcement ends minimum 6 inches (150 mm).

E. Fasten anchors to structural framing and embed in masonry joints as masonry is laid.

Space anchors at maximum of 24 inches (600 mm) horizontally and 16 inches (400

mm) vertically.

F. Reinforce stack bonded unit joint corners and intersections with strap anchors 16 inches

(400 mm) on center.

3.12 MASONRY FLASHINGS

A. Whether or not specifically indicated, install masonry flashing to divert water to exterior

at all locations where downward flow of water will be interrupted.

1. Extend flashings full width at such interruptions and at least 4 inches (100 mm)

into adjacent masonry or turn up at least 4 inches (100 mm) to form watertight pan

at nonmasonry construction.

2. Remove or cover protrusions or sharp edges that could puncture flashings.

3. Seal lapped ends and penetrations of flashing before covering with mortar.

B. Extend metal flashings through exterior face of masonry and turn down to form drip.

Install joint sealer below drip edge to prevent moisture migration under flashing.

C. Extend plastic, laminated and flashings to within 1/4 inch (6 mm) of exterior face of

masonry.

D. Lap end joints of flashings at least 6 inches (152 mm) and seal watertight with mastic or

elastic sealant.

3.13 LINTELS

A. Install precast concrete lintels over openings.

B. Install reinforced unit masonry lintels over openings where steel or precast concrete

lintels are not scheduled.

1. Openings to 42 inches (1070 mm): Place two, No. 3 (M9) reinforcing bars 1 inch

(25 mm) from bottom web.

2. Openings from 42 inches (1070 mm) to 78 inches (1980 mm): Place two, No. 5

(M16) reinforcing bars 1 inch (25 mm) from bottom web.

3. Openings over 78 inches (1980 mm): Reinforce openings as detailed.

4. Do not splice reinforcing bars.

5. Support and secure reinforcing bars from displacement. Maintain position within

1/2 inch (13 mm) of dimensioned position.

6. Place and consolidate grout fill without displacing reinforcing.

7. Allow masonry lintels to attain specified strength before removing temporary

supports. C. Maintain minimum 6 inch bearing on each side of opening.

3.14 CONTROL AND EXPANSION JOINTS

A. Do not continue horizontal joint reinforcement through control and expansion joints.

B. Form control joint with a sheet building paper bond breaker fitted to one side of the

hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint at

exposed unit faces for placement of backer rod and sealant.

C. Install preformed control joint device in continuous lengths. Seal butt and corner joints in

accordance with manufacturer's instructions.

Page 204: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 10

D. Size control joint in accordance with Section 07 9005 for sealant performance.

E. Form expansion joint as detailed.

3.15 BUILT-IN WORK

A. As work progresses, install built-in metal door frames and other items to be built into the

work and furnished under other sections.

B. Install built-in items plumb, level, and true to line.

C. Bed anchors of metal door and glazed frames in adjacent mortar joints. Fill frame voids

solid with grout.

1. Fill adjacent masonry cores with grout minimum 12 inches (300 mm) from framed

openings.

D. Do not build into masonry construction organic materials that are subject to deterioration.

3.16 TOLERANCES

A. Maximum Variation from Alignment of Columns: 1/4 inch (6 mm).

B. Maximum Variation From Unit to Adjacent Unit: 1/16 inch (1.6 mm).

C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft (6 mm/3 m) and 1/2 inch in 20

ft (13 mm/6 m) or more.

D. Maximum Variation from Plumb: 1/4 inch (6 mm) per story non-cumulative; 1/2 inch (13

mm) in two stories or more.

E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft (3 mm/m) and 1/4 inch in 10 ft

(6 mm/3 m); 1/2 inch in 30 ft (13 mm/9 m).

F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft (3 mm/m).

G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch (6 mm).

3.17 CUTTING AND FITTING

A. Cut and fit for chases. Coordinate with other sections of work to provide correct size,

shape, and location.

B. Obtain approval prior to cutting or fitting masonry work not indicated or where

appearance or strength of masonry work may be impaired.

3.18 FIELD QUALITY CONTROL

A. An independent testing agency will perform field quality control tests.

B. Clay Masonry Unit Tests: Test each variety of clay masonry in accordance with ASTM

C67 requirements, sampling 5 randomly chosen units for each 50,000 installed.

C. Concrete Masonry Unit Tests: Test each variety of concrete unit masonry in accordance

with ASTM C140/C140M for conformance to requirements of this specification.

D. Mortar Tests: Test each type of mortar in accordance with ASTM C780, testing with

same frequency as masonry samples.

3.19 CLEANING

A. Remove excess mortar and mortar droppings.

B. Replace defective mortar. Match adjacent work.

C. Clean soiled surfaces with cleaning solution.

D. Use non-metallic tools in cleaning operations.

Page 205: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE UNIT MASONRY DESIGN GROUP 3, LLC 04 2000 - 11

3.20 PROTECTION

A. Without damaging completed work, provide protective boards at exposed external

corners that are subject to damage by construction activities.

END OF SECTION

Page 206: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE STRUCTURAL STEEL FRAMING DESIGN GROUP 3, LLC 05 1200 - 1

SECTION 05 1200 - STRUCTURAL STEEL FRAMING

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Structural steel framing members, support members, suspension cables, sag rods, and

struts.

B. Base plates, shear stud connectors and expansion joint plates.

C. Grouting under base plates.

1.02 RELATED REQUIREMENTS

A. Section 05 5000 - Metal Fabrications: Steel fabrications affecting structural steel work.

B. Section 06 0573 - Wood Treatment: Field-applied termiticide and mildicide for wood.

1.03 REFERENCE STANDARDS

A. AISC (MAN) - Steel Construction Manual; American Institute of Steel Construction,

Inc.; 2011.

B. AISC S303 - Code of Standard Practice for Steel Buildings and Bridges; American

Institute of Steel Construction, Inc.; 2005.

C. AISC S348 - Specification for Structural Joints Using ASTM A325 or A490 Bolts; 2004.

D. ASTM A1 - Standard Specification for Carbon Steel Tee Rails; 2000 (Reapproved 2010)

E. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2012.

F. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-

Coated, Welded and Seamless; 2012.

G. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold Finished;

2013.

H. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings

on Iron and Steel Products; 2012.

I. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and

Steel Hardware; 2009.

J. ASTM A242/A242M - Standard Specification for High-Strength Low-Alloy Structural

Steel; 2004 (Reapproved 2009).

K. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105

ksi Minimum Tensile Strength; 2010.

L. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830

MPa Tensile Strength (Metric); 2013.

M. ASTM A449 - Standard Specification for Hex Cap Screws, Bolts and Studs, Steel, Heat

Treated, 120/105/90 ksi Minimum Tensile Strength, General Use; 2010.

N. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat-Treated, 150

ksi Minimum Tensile Strength; 2012.

O. ASTM A490M - Standard Specification for High-Strength Steel Bolts, Classes 10.9 and

10.9.3, for Structural Steel Joints (Metric); 2012.

Page 207: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE STRUCTURAL STEEL FRAMING DESIGN GROUP 3, LLC 05 1200 - 2

P. ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless

Carbon Steel Structural Tubing in Rounds and Shapes; 2010a.

Q. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless Carbon

Steel Structural Tubing; 2007.

R. ASTM A514/A514M - Standard Specification for High-Yield Strength, Quenched and

Tempered Alloy Steel Plate, Suitable for Welding; 2005 (Reapproved 2009).

S. ASTM A529/A529M - Standard Specification for High-Strength Carbon-Manganese

Steel of Structural Quality; 2005 (Reapproved 2009).

T. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts; 2007a.

U. ASTM A563M - Standard Specification for Carbon and Alloy Steel Nuts [Metric]; 2007.

V. ASTM A572/A572M - Standard Specification for High-Strength Low-Alloy

ColumbiumVanadium Structural Steel; 2012.

W. ASTM A588/A588M - Standard Specification for High-Strength Low-Alloy Structural

Steel with 50 ksi (345 MPa) Minimum Yield Point with Atmospheric Corrosion

Resistance; 2010. X. ASTM A759 - Standard Specification for Carbon Steel

Crane Rails; 2010.

Y. ASTM A992/A992M - Standard Specification for Structural Steel Shapes; 2011.

Z. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon,

Structural, High-Strength Low Alloy, High-Strength Low-Alloy with Improved

Formability, Solution Hardened, and Bake Hardenable; 2013.

AA. ASTM A1011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled,

Carbon,

Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved

Formability and Ultra-High Strength; 2013.

AB. ASTM C1007 - Standard Specification for Installation of Load Bearing (Transverse

and Axial) Steel Studs and Related Accessories; 2011a.

AC. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic-Cement

Grout (Nonshrink); 2013.

AD. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi

Yield Strength; 2007a.

AE. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive

Examination; American Welding Society; 2012.

AF. AWS D1.1/D1.1M - Structural Welding Code - Steel; American Welding Society;

2010.

AG. SSPC-Paint 15 - Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed.

2004).

AH. SSPC-Paint 20 - Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic");

Society for Protective Coatings; 2002 (Ed. 2004).

AI. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition.

1.04 SUBMITTALS

A. Shop Drawings:

Page 208: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE STRUCTURAL STEEL FRAMING DESIGN GROUP 3, LLC 05 1200 - 3

1. Indicate profiles, sizes, spacing, locations of structural members, openings,

attachments, and fasteners.

2. Connections not detailed.

3. Indicate cambers and loads.

4. Indicate welded connections with AWS A2.4 welding symbols. Indicate net weld

lengths. B. Manufacturer's Mill Certificate: Certify that products meet or

exceed specified requirements.

C. Mill Test Reports: Indicate structural strength, destructive test analysis and non-

destructive test analysis.

D. Welders Certificates: Certify welders employed on the Work, verifying AWS

qualification within the previous 12 months.

E. Fabricator's Qualification Statement: Provide documentation showing steel fabricator is

accredited under IAS AC172.

1.05 QUALITY ASSURANCE

A. Fabricate structural steel members in accordance with AISC "Steel Construction

Manual."

B. Comply with Section 10 of AISC "Code of Standard Practice for Steel Buildings and

Bridges" for architecturally exposed structural steel.

C. Maintain one copy of each document on site.

D. Fabricator: Company specializing in performing the work of this section with minimum

10 years of documented experience.

E. Fabricator Qualifications: A qualified steel fabricator that is accredited by the

International Accreditation Service (IAS) Fabricator Inspection Program for Structural

Steel (AC172).

F. Erector: Company specializing in performing the work of this section with minimum

________ years of documented experience.

G. Design connections not detailed on the drawings under direct supervision of a

Professional Structural Engineer experienced in design of this work and licensed in the

State in which the Project is located.

PART 2 PRODUCTS

2.01 MATERIALS

A. Steel Angles and Plates: ASTM A36/A36M.

B. Steel W Shapes and Tees: ASTM A992/A992M.

C. Rolled Steel Structural Shapes: ASTM A992/A992M.

D. Steel Shapes, Plates, and Bars: ASTM A529/A529M high-strength, carbon-manganese

structural steel, Grade 50.

E. Crane Rails: ASTM A759 high strength alloy, head-hardened, heat-treated, ends

hardened, and ends chamfered; cross section and length as indicated on the drawings.

F. Steel Plates and Bars: ASTM A572/A572M, Grade 50 (345) high-strength,

columbiumvanadium steel.

Page 209: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE STRUCTURAL STEEL FRAMING DESIGN GROUP 3, LLC 05 1200 - 4

G. Cold-Formed Structural Tubing: ASTM A500, Grade B.

H. Hot-Formed Structural Tubing: ASTM A501, seamless or welded.

I. Steel Plate: ASTM A514/A514M.

J. A1008/A1008M, Designation SS, Grade 30 cold-rolled.

K. Pipe: ASTM A53/A53M, Grade B, Finish black.

L. Shear Stud Connectors: Made from ASTM A 108 Grade 1015 bars.

M. Structural Bolts and Nuts: Carbon steel, ASTM A307, Grade A galvanized to ASTM A

153/A 153M, Class C.

N. High-Strength Structural Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type

1, medium carbon, galvanized.

O. High-Strength Structural Bolts: ASTM A490 (ASTM A490M), with matching ASTM

A563 (ASTM A563M) nuts and ASTM F436 washers; Type 1 alloy steel.

P. Unheaded Anchor Rods: ASTM F1554, Grade 36, plain, with matching ASTM A563 or

A563M nuts and ASTM F436 Type 1 washers.

Q. Headed Anchor Rods: ASTM A 307, Grade C, plain.

R. Welding Materials: AWS D1.1; type required for materials being welded.

S. Sliding Bearing Plates: Teflon coated.

T. Grout: Non-shrink, non-metallic aggregate type, complying with ASTM C1107/C1107M

and capable of developing a minimum compressive strength of 7,000 psi at 28 days.

U. Shop and Touch-Up Primer: Fabricator's standard, complying with VOC limitations of

authorities having jurisdiction.

V. Touch-Up Primer for Galvanized Surfaces: Fabricator's standard, complying with VOC

limitations of authorities having jurisdiction.

2.02 FABRICATION

A. Shop fabricate to greatest extent possible.

B. Continuously seal joined members by continuous welds. Grind exposed welds smooth.

C. Fabricate connections for bolt, nut, and washer connectors.

D. Develop required camber for members.

2.03 FINISH

A. Prepare structural component surfaces in accordance with SSPC SP.

B. Shop prime structural steel members. Do not prime surfaces that will be fireproofed, field

welded, in contact with concrete, or high strength bolted.

C. Galvanize structural steel members to comply with ASTM A123/A123M. Provide

minimum 1.7 oz/sq ft galvanized coating.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that conditions are appropriate for erection of structural steel and that the work

may properly proceed.

Page 210: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE STRUCTURAL STEEL FRAMING DESIGN GROUP 3, LLC 05 1200 - 5

3.02 ERECTION

A. Erect structural steel in compliance with AISC "Code of Standard Practice for Steel

Buildings and Bridges".

B. Allow for erection loads, and provide sufficient temporary bracing to maintain structure

in safe condition, plumb, and in true alignment until completion of erection and

installation of permanent bracing.

C. Field weld components and shear studs indicated on shop drawings.

D. Use carbon steel bolts only for temporary bracing during construction, unless otherwise

specifically permitted on drawings. Install high-strength bolts in accordance with AISC

"Specification for Structural Joints Using ASTM A325 or A490 Bolts".

E. Do not field cut or alter structural members without approval of Architect.

F. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to

be in contact with concrete.

G. Grout solidly between column plates and bearing surfaces, complying with

manufacturer's instructions for nonshrink grout. Trowel grouted surfaces smooth,

splaying neatly to 45 degrees.

3.03 TOLERANCES

A. Maximum Variation From Plumb: 1/4 inch per story, non-cumulative.

B. Maximum Offset From True Alignment: 1/4 inch.

3.04 FIELD QUALITY CONTROL

A. High-Strength Bolts: Provide testing and verification of field-bolted connections in

accordance with AISC "Specification for Structural Joints Using ASTM A325 or A490

Bolts", testing at least 5 percent of bolts at each connection.

B. Welded Connections: Visually inspect all field-welded connections and test at least 10

percent of welds using one of the following:

1. Radiographic testing performed in accordance with ASTM E94.

2. Ultrasonic testing performed in accordance with ASTM E164.

3. Liquid penetrant inspection performed in accordance with ASTM E165.

4. Magnetic particle inspection performed in accordance with ASTM E709. END OF

SECTION

Page 211: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE COLD FORMED METAL FRAMING

DESIGN GROUP 3, LLC. 05 4000 - 1

SECTION 05 4000 - COLD-FORMED METAL FRAMING

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Formed steel stud exterior wall and interior wall framing.

B. Exterior wall sheathing.

C. Water-resistive barrier over sheathing.

1.02 RELATED REQUIREMENTS

A. Section 05 1200 - Structural Steel framing.

B. Section 04 2000 – Unit Masonry: Veneer masonry supported by wall stud metal framing.

C. Section 06 1000 - Rough Carpentry: Wood blocking and miscellaneous framing.

D. Section 07 2100 - Thermal Insulation: Insulation within framing members.

E. Section 07 2500 – Weather Barriers.

F. Section 09 2116 - Gypsum Board Assemblies: Lightweight, non-load bearing metal stud

framing.

1.03 REFERENCE STANDARDS

A. AISI SG02-1 - North American Specification for the Design of Cold-Formed Steel

Structural

Members; American Iron and Steel Institute; 2001 with 2004 supplement. (replaced

SG-971) B. ANSI A208.1 - American National Standard for Particleboard; 2009.

C. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and

Steel Hardware; 2009.

D. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized)

or ZincIron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2011.

E. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon,

Structural, High-Strength, Low Alloy, and High-Strength Low-Alloy with Improved

Formability, Solution Hardened, and Bake Hardenable; 2012.

F. ASTM A1011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled,

Carbon,

Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved

Formability, and Ultra-High Strength; 2012.

G. ASTM C208 - Standard Specification for Cellulosic Fiber Insulating Board; 2008a.

H. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation;

2011be1.

Page 212: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE COLD FORMED METAL FRAMING

DESIGN GROUP 3, LLC. 05 4000 - 2

I. ASTM C955 - Standard Specification for Load-Bearing (Transverse and Axial) Steel

Studs, Runners (Tracks), and Bracing or Bridging for Screw Application of Gypsum

Panel Products and Metal Plaster Bases; 2011c.

J. ASTM C1177/C1177M - Standard Specification for Glass Mat Gypsum Substrate for

Use as Sheathing; 2008.

K. ASTM C1396/C1396M - Standard Specification for Gypsum Board; 2011.

L. AWS D1.1/D1.1M - Structural Welding Code - Steel; American Welding Society; 2010.

M. AWS D1.3 - Structural Welding Code - Sheet Steel; American Welding Society; 2008.

N. ICC-ES AC38 - Acceptance Criteria for Water-Resistive Barriers; ICC Evaluation

Service, Inc.; 2009.

O. PS 1 - Structural Plywood; 2007.

P. SSPC-Paint 15 - Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed.

2004).

Q. SSPC-Paint 20 - Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic");

Society for Protective Coatings; 2002 (Ed. 2004).

1.04 ADMINISTRATIVE REQUIREMENTS

A. Coordinate with work of other sections that is to be installed in or adjacent to the metal

framing system, including but not limited to structural anchors, cladding anchors,

utilities, insulation, and firestopping.

1.05 SUBMITTALS

A. See Section 01 3000 - Administrative Requirements, for submittal procedures.

B. Product Data: Provide manufacturer's data on factory-made framing connectors, showing

compliance with requirements.

C. Shop Drawings: Indicate component details, framed openings, bearing, anchorage,

loading, welds, and type and location of fasteners, and accessories or items required of

related work.

1. Indicate stud and ceiling joist layout.

2. Describe method for securing studs to tracks and for bolted framing connections.

3. Provide design engineer's stamp on shop drawings.

D. Manufacturer's Installation Instructions: Indicate special procedures, conditions requiring

special attention.

1.06 QUALITY ASSURANCE

A. Designer Qualifications: Design framing system under direct supervision of a

Professional Structural Engineer experienced in design of this Work and licensed in the

State in which the Project is located.

B. Manufacturer Qualifications: Company specializing in manufacturing the types of

products specified in this section, and with minimum three years of documented

experience.

Page 213: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE COLD FORMED METAL FRAMING

DESIGN GROUP 3, LLC. 05 4000 - 3

C. Installer Qualifications: Company specializing in performing the work of this section

with minimum five (5) years of experience.

PART 2 PRODUCTS 2.01 MANUFACTURERS

A. Metal Framing, Connectors, and Accessories:

1. Clarkwestern Dietrich Building Systems LLC; www.clarkdietrich.com.

2. Marino\Ware; www.marinoware.com.

3. The Steel Network, Inc; www.SteelNetwork.com.

4. Substitutions: See Section 01 6000 - Product Requirements.

2.02 FRAMING SYSTEM

A. Provide primary and secondary framing members, bridging, bracing, plates, gussets, clips, fittings, reinforcement, and fastenings as required to provide a complete framing system. B. Design Criteria: Provide completed framing system having the following characteristics:

1. Design: Calculate structural characteristics of cold-formed steel framing members

according to AISI North American Specification for the Design of Cold-Formed

Steel Structural Members.

2. Structural Performance: Design, engineer, fabricate, and erect to withstand

specified design loads for project conditions within required limits.

3. Design Loads: In accordance with applicable codes.

4. Live load deflection meeting the following, unless otherwise indicated:

A. Exterior Walls: Maximum horizontal deflection under wind load of 1/600 of

span.

5. Able to tolerate movement of components without damage, failure of joint seals,

undue stress on fasteners, or other detrimental effects when subject to seasonal or

cyclic day/night temperature ranges.

6. Able to accommodate construction tolerances, deflection of building structural

members, and clearances of intended openings.

C. Shop fabricate framing system to the greatest extent possible.

D. Deliver to site in largest practical sections.

2.03 FRAMING MATERIALS

A. Studs and Track: ASTM C955; studs formed to channel, "C" shape with punched web;

Ushaped track in matching nominal width and compatible height.

1. Depth: As indicated on the drawings.

2. Gage: 16 GA. min.

3. Galvanized in accordance with ASTM A653/A653M G90/Z275 coating.

4. Provide components fabricated from ASTM A1008/A1008M, Designation SS steel.

B. Framing Connectors: Factory-made formed steel sheet, ASTM A653/A653M SS Grade

50, with G60/Z180 hot dipped galvanized coating and factory punched holes.

1. Structural Performance: Maintain load and movement capacity required by

applicable code, when evaluated in accordance with AISI North American

Specification for the Design of Cold Formed Steel Structural Members; minimum

16 gage, 0.06 inch thickness.

2. Movement Connections: Provide mechanical anchorage devices that accommodate

movement using slotted holes, screws and anti-friction bushings, while maintaining

Page 214: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE COLD FORMED METAL FRAMING

DESIGN GROUP 3, LLC. 05 4000 - 4

structural performance of framing. Provide movement connections where indicated

on drawings.

a. Where continuous studs bypass elevated floor slab, connect stud to slab in

manner allowing vertical movement of slab without affecting studs; allow for

minimum movement of 1/2 inch.

b. Where top of stud wall terminates below structural floor or roof, connect studs

to structure in manner allowing vertical movement of slab without affecting

studs; allow for minimum movement of 1/2 inch.

3. Provide non-movement connections for tie-down to foundation, floor-to-floor tie-

down, roofto-wall tie-down, joist hangers, gusset plates, and stiffeners.

2.04 WALL SHEATHING

A. Wall Sheathing: Plywood; PS 1, Grade C-D, Exposure I.

B. Wall Sheathing: Glass mat faced gypsum; ASTM C1177/C1177M, square long edges,

5/8 inch Type X fire-resistant.

2.05 ACCESSORIES

A. Bracing, Furring, Bridging: Formed sheet steel, thickness determined for conditions

encountered; finish to match framing components.

B. Plates, Gussets, Clips: Formed Sheet Steel, thickness determined for conditions

encountered; finish to match framing components.

C. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic,

complying with VOC limitations of authorities having jurisdiction.

2.06 FASTENERS

A. Self-Drilling, Self-Tapping Screws, Bolts, Nuts and Washers: Hot dip galvanized per

ASTM A153/A153M.

B. Anchorage Devices: In conformance with AISI SG 02-1.

C. Welding: In conformance with AWS D1.1.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that substrate surfaces are ready to receive work.

B. Verify field measurements and adjust installation as required.

3.02 INSTALLATION OF STUDS

A. Install components in accordance with manufacturers' instructions and ASTM C1007

requirements.

B. Align floor and ceiling tracks; locate to wall layout. Secure in place with fasteners at

maximum 24 inches on center. Coordinate installation of sealant with floor and ceiling

tracks.

C. Place studs at spacing indicated; not more than 2 inches from abutting walls and at each

side of openings. Connect studs to tracks using clip and tie method.

Page 215: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE COLD FORMED METAL FRAMING

DESIGN GROUP 3, LLC. 05 4000 - 5

D. Construct corners using minimum of three studs. Install double studs at wall openings,

door and window jambs.

E. Coordinate placement of insulation in multiple stud spaces made inaccessible after

erection.

F. Install intermediate studs above and below openings to align with wall stud spacing.

G. Provide deflection allowance in stud track, directly below horizontal building framing at

non-load bearing framing.

H. Attach cross studs to studs for attachment of fixtures anchored to walls.

I. Install framing between studs for attachment of mechanical and electrical items, and to

prevent stud rotation.

J. Touch-up field welds and damaged primed surfaces with primer.

3.03 WALL SHEATHING

A. Wall Sheathing: Secure with long dimension perpendicular to wall studs, with ends over

firm bearing and staggered, using self-tapping screws.

1. Use plywood or other acceptable structural panels at building corners, for not less

than 96 inches, measured horizontally.

2. Provide steel diagonal bracing at corners as required.

3. Place water-resistive barrier horizontally over wall sheathing, weather lapping

edges and ends.

3.04 TOLERANCES

A. Maximum Variation from True Position: 1/8 inch.

B. Maximum Variation of any Member from Plane: 1/8 inch.

END OF SECTION

Page 216: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE METAL FABRICATIONS DESIGN GROUP 3, LLC 05 5000 - 1

SECTION 05 5000 - METAL FABRICATIONS

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Shop fabricated steel and aluminum.

B. Prefabricated ladders and ship ladders.

1.02 RELATED REQUIREMENTS

A. Section 03 3000 - Cast-in-Place Concrete: Placement of metal fabrications in concrete.

B. Section 04 2000 - Unit Masonry: Placement of metal fabrications in masonry.

C. Section 09 9000 - Painting and Coating: Paint finish.

1.03 REFERENCE STANDARDS

A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American

Architectural Manufacturers Association; 2012.

B. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures

for Pigmented Organic Coatings on Aluminum Extrusions and Panels; 2013.

C. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures

for High Performance Organic Coatings on Aluminum Extrusions and Panels; 2013.

D. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures

for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2013.

E. ANSI A14.3 - American National Standard for Ladders -- Fixed -- Safety Requirements;

2008.

F. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2012.

G. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-

Coated, Welded and Seamless; 2012.

H. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings

on Iron and Steel Products; 2012.

I. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and

Steel Hardware; 2009.

J. ASTM A167 - Standard Specification for Stainless and Heat-Resisting Chromium-Nickel

Steel Plate, Sheet, and Strip; 1999 (Reapproved 2009).

K. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength

Carbon Steel Plates; 2012.

L. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod

60,000 PSI Tensile Strength; 2012.

M. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105

ksi Minimum Tensile Strength; 2010.

N. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830

MPa Tensile Strength (Metric); 2013.

O. ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless

Carbon Steel Structural Tubing in Rounds and Shapes; 2010a.

Page 217: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE METAL FABRICATIONS DESIGN GROUP 3, LLC 05 5000 - 2

P. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless Carbon

Steel Structural Tubing; 2007.

Q. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized)

or ZincIron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2011.

R. ASTM A1011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled,

Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with

Improved Formability, and Ultra-High Strength; 2013.

S. ASTM B26/B26M - Standard Specification for Aluminum-Alloy Sand Castings; 2012.

T. ASTM B85/85M - Standard Specification for Aluminum-Alloy Die Castings; 2010.

U. ASTM B177/B177M - Standard Guide for Engineering Chromium Electroplating; 2011.

V. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and

Plate; 2010. W. ASTM B209M - Standard Specification for Aluminum and Aluminum-

Alloy Sheet and Plate [Metric]; 2010.

X. ASTM B210 - Standard Specification for Aluminum and Aluminum-Alloy Drawn

Seamless Tubes; 2012.

Y. ASTM B210M - Standard Specification for Aluminum and Aluminum-Alloy Drawn

Seamless Tubes (Metric); 2012.

Z. ASTM B211 - Standard Specification for Aluminum and Aluminum-Alloy Rolled or

Cold Finished Bar, Rod, and Wire; 2012e1.

AA. ASTM B211M - Standard Specification for Aluminum and Aluminum-Alloy Rolled or

Cold-Finished Bar, Rod, and Wire (Metric); 2012e1.

AB. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded

Bars, Rods, Wire, Profiles, and Tubes; 2013.

AC. ASTM B221M - Standard Specification for Aluminum and Aluminum-Alloy Extruded

Bars, Rods, Wire, Profiles, and Tubes [Metric]; 2013.

AD. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive

Examination; American Welding Society; 2012.

AE. AWS D1.1/D1.1M - Structural Welding Code - Steel; American Welding Society;

2010.

AF. AWS D1.2/D1.2M - Structural Welding Code - Aluminum; American Welding

Society; 2008.

AG. IAS AC172 - Accreditation Criteria for Fabricator Inspection Programs for Structural

Steel; International Accreditation Service, Inc.; 2011.

AH. SSPC-Paint 15 - Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed.

2004).

AI. SSPC-Paint 20 - Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic");

Society for Protective Coatings; 2002 (Ed. 2004).

AJ. SSPC-SP 2 - Hand Tool Cleaning; Society for Protective Coatings; 1982 (Ed. 2004).

Page 218: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE METAL FABRICATIONS DESIGN GROUP 3, LLC 05 5000 - 3

1.04 SUBMITTALS

A. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage,

size and type of fasteners, and accessories. Include erection drawings, elevations, and

details where applicable.

1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate

net weld lengths.

B. Welders' Certificates: Submit certification for welders employed on the project, verifying

AWS qualification within the previous 12 months.

C. Fabricator's Qualification Statement: Provide documentation showing steel fabricator is

accredited under IAS AC172.

1.05 QUALITY ASSURANCE

A. Fabricator Qualifications: A qualified steel fabricator that is accredited by the

International Accreditation Service (IAS) Fabricator Inspection Program for Structural

Steel (AC172).

PART 2 PRODUCTS 2.01 MATERIALS - STEEL

A. Steel Sections: ASTM A36/A36M.

B. Steel Tubing: ASTM A500, Grade B cold-formed structural tubing.

C. Plates: ASTM A283.

D. Pipe: ASTM A53/A53M, Grade B Schedule 40, black finish.

E. Slotted Channel Framing: ASTM A653, Grade 33.

F. Slotted Channel Fittings: ASTM A1011/A1011M.

G. Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type 1, galvanized to ASTM

A153/A153M where connecting galvanized components.

H. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded.

I. Shop and Touch-Up Primer: SSPC-Paint 15, complying with VOC limitations of

authorities having jurisdiction.

J. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic,

complying with VOC limitations of authorities having jurisdiction.

2.02 MATERIALS - ALUMINUM

A. Extruded Aluminum: ASTM B221 (ASTM B221M), 6063 alloy, T6 temper.

B. Sheet Aluminum: ASTM B209 (ASTM B209M), 5052 alloy, H32 or H22 temper.

C. Aluminum-Alloy Drawn Seamless Tubes: ASTM B210 (ASTM B210M), 6063

alloy, T6 temper.

D. Aluminum-Alloy Bars: ASTM B211 (ASTM B211M), 6061 alloy, T6 temper.

E. Bolts, Nuts, and Washers: Stainless steel.

F. Welding Materials: AWS D1.2/D1.2M; type required for materials being welded.

2.03 FABRICATION

A. Fit and shop assemble items in largest practical sections, for delivery to site.

B. Fabricate items with joints tightly fitted and secured.

C. Continuously seal joined members by intermittent welds and plastic filler.

Page 219: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE METAL FABRICATIONS DESIGN GROUP 3, LLC 05 5000 - 4

D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints

butt tight, flush, and hairline. Ease exposed edges to small uniform radius.

E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively

located; consistent with design of component, except where specifically noted

otherwise.

F. Supply components required for anchorage of fabrications. Fabricate anchors and related

components of same material and finish as fabrication, except where specifically noted

otherwise.

2.04 FABRICATED ITEMS

A. Ladders: Steel; in compliance with ANSI A14.3; with mounting brackets and

attachments; prime paint finish.

1. Side Rails: 3/8 x 2 inches (9 x 50 mm) members spaced at 20 inches (500 mm).

2. Rungs: one inch (25 mm) diameter solid round bar spaced 12 inches (300 mm)

on center.

3. Space rungs 7 inches (175 mm) from wall surface.

B. Bumper Posts and Guard Rails: As detailed; prime paint finish.

C. Bollards: Steel pipe, concrete filled, crowned cap, as detailed; prime paint finish.

D. Ledge Angles, Shelf Angles, Channels, and Plates Not Attached to Structural Framing:

For support of metal decking; prime paint finish. E. Lintels: As detailed; prime

paint finish.

F. Door Frames for Overhead Door Openings and Wall Openings. Channel sections; prime

paint finish.

G. Slotted Channel Framing: Fabricate channels and fittings from structural steel complying

with the referenced standards; factory-applied, rust-inhibiting thermoset acrylic enamel

finish.

2.05 PREFABRICATED LADDERS

A. Prefabricated Ladder: Welded metal unit complying with ANSI A14.3; factory

fabricated to greatest degree practical and in the largest components possible.

1. Components: Manufacturer's standard rails, rungs, treads, handrails. returns,

platforms and safety devices complying with the requirements of the

MATERIALS article of this section.

2. Materials: Aluminum; ASTM B221/B221M, alloy 6063-T52.

3. Finish: Natural aluminum.

8. Products: Lapeyre Stair alternating tread aluminum stair or approved equal.

2.06 ADJUSTABLE COLUMNS - STEEL

A. 3 1/2 “ O.D. , Schedule 40 Mono Posts as manufactured by The Akron Products

Company or approved equal.

1. Accessories: Grabber Saddle Plate.

2.07 FINISHES - STEEL

A. Prime paint all steel items.

Page 220: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE METAL FABRICATIONS DESIGN GROUP 3, LLC 05 5000 - 5

1. Exceptions: Galvanize items to be embedded in concrete, items to be imbedded in

masonry, and where indicated on drawings.

B. Prepare surfaces to be primed in accordance with SSPC-SP2.

C. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing.

D. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM

A123/A123M requirements.

E. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M

requirements.

2.08 FABRICATION TOLERANCES

A. Squareness: 1/8 inch (3 mm) maximum difference in diagonal measurements.

B. Maximum Offset Between Faces: 1/16 inch (1.5 mm).

C. Maximum Misalignment of Adjacent Members: 1/16 inch (1.5 mm).

D. Maximum Bow: 1/8 inch (3 mm) in 48 inches (1.2 m).

E. Maximum Deviation From Plane: 1/16 inch (1.5 mm) in 48 inches (1.2 m).

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that field conditions are acceptable and are ready to receive work.

3.02 PREPARATION

A. Clean and strip primed steel items to bare metal where site welding is required.

B. Supply setting templates to the appropriate entities for steel items required to be cast into

concrete or embedded in masonry.

3.03 INSTALLATION

A. Install items plumb and level, accurately fitted, free from distortion or defects.

B. Provide for erection loads, and for sufficient temporary bracing to maintain true

alignment until completion of erection and installation of permanent attachments. C.

Field weld components indicated.

D. Perform field welding in accordance with AWS D1.1/D1.1M.

E. Obtain approval prior to site cutting or making adjustments not scheduled.

F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized,

except surfaces to be in contact with concrete.

3.04 TOLERANCES

A. Maximum Variation From Plumb: 1/4 inch (6 mm) per story, non-cumulative.

B. Maximum Offset From True Alignment: 1/4 inch (6 mm).

C. Maximum Out-of-Position: 1/4 inch (6 mm).

END OF SECTION

Page 221: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ROUGH CARPENTRY

DESIGN GROUP 3, LLC. 06 1000 - 1

SECTION 06 1000 - ROUGH CARPENTRY

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Preservative treatment of wood.

B. Fire retardant treatment of wood.

C. Miscellaneous framing and sheathing.

D. Telephone and electrical panel boards.

E. Roofing cant strips.

F. Concealed wood blocking for support of toilet and bath accessories, wall cabinets, and

wood trim.

G. Miscellaneous wood nailers and furring strips.

1.02 REFERENCES

A. ANSI A208.1 - American National Standard for Particleboard; 1999.

B. ASTM A 153/A 153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and

Steel Hardware; 2003.

C. ASTM D 2898 - Standard Test Methods for Accelerated Weathering of Fire-Retardant-

Treated Wood for Fire Testing; 1994 (Reapproved 1999).

D. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building

Materials; 2004.

E. AWPA C2 - Lumber, Timber, Bridge Ties and Mine Ties -- Preservative Treatment by

Pressure Processes; American Wood-Preservers' Association; 2002.

F. AWPA C9 - Plywood -- Preservative Treatment by Pressure Processes; American

WoodPreservers' Association; 2003.

G. AWPA C20 - Structural Lumber -- Fire Retardant Treatment by Pressure Processes;

American Wood-Preservers' Association; 2002.

H. AWPA C27 - Plywood -- Fire-Retardant Treatment by Pressure Processes; American

WoodPreservers' Association; 2003.

I. AWPA U1 - Use Category System: User Specification for Treated Wood; American

WoodPreservers' Association; 2004.

J. PS 1 - Construction and Industrial Plywood; National Institute of Standards and

Technology (Department of Commerce); 1995.

K. PS 20 - American Softwood Lumber Standard; National Institute of Standards and

Technology (Department of Commerce); 1999.

L. SPIB (GR) - Grading Rules; Southern Pine Inspection Bureau, Inc.; 2002.

Page 222: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ROUGH CARPENTRY

DESIGN GROUP 3, LLC. 06 1000 - 2

M. WWPA G-5 - Western Lumber Grading Rules; Western Wood Products Association;

2005. 1.03 SUBMITTALS

A. Product Data: Provide technical data on wood preservative materials. 1.04 QUALITY ASSURANCE

A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies.

B. Fire-Retardant Treated Wood: Mark each piece of wood with producer's stamp

indicating compliance with specified requirements.

C. Preservative-Treated Wood: Provide lumber and plywood marked or stamped by an

ALSCaccredited testing agency, certifying level and type of treatment in accordance

with AWPA standards.

1.05 DELIVERY, STORAGE, AND HANDLING

A. General: Cover wood products to protect against moisture. Support stacked products to

prevent deformation and to allow air circulation.

B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage,

or installation.

PART 2 PRODUCTS 2.01 DIMENSION LUMBER FOR CONCEALED APPLICATIONS

A. Grading Agency: Southern Pine Inspection Bureau, Inc. (SPIB).

B. Grading Agency: Western Wood Products Association (WWPA).

C. Sizes: Nominal sizes as indicated on drawings, Rough (unsurfaced).

D. Moisture Content: S-dry or MC19.

E. Stud Framing (2 x 2 through 2 x 6 ):

1. Species: Douglas Fir or Southern Pine.

2. Grade: No. 1 or construction grade.

F. Miscellaneous Blocking, Furring, and Nailers:

1. Lumber: S4S, No. 1 or Construction Grade.

2. Boards: Standard or No. 3.

2.02 EXPOSED DIMENSION LUMBER

A. Grading Agency: Southern Pine Inspection Bureau, Inc. (SPIB).

B. Grading Agency: Western Wood Products Association (WWPA).

C. Sizes: Nominal sizes as indicated on drawings, S4S.

D. Moisture Content: Kiln-dry or MC15. E. Stud Framing (2 x 2 through 2 x 6 ):

1. Species: Douglas Fir or Southern Pine.

2. Grade: Clear.

Page 223: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ROUGH CARPENTRY

DESIGN GROUP 3, LLC. 06 1000 - 3

2.03 CONSTRUCTION PANELS

A. Subfloor/Underlayment Combination: APA Rated Sturd-I-Floor.

1. Exposure Class: 1.

2. Span Rating: 24 inches;

48 inches. B. APA Rated

Subflooring:

1. Exposure Class: 1.

2. Span Rating: 48/24 inches.

C. APA Rated Underlayment: Exterior exposure class,

1/2 inch thick. Fully sanded faces at

resilient flooring.

D. Particleboard Underlayment: ANSI A208.1, Grade

PBU. E. Miscellaneous Panels:

1. Concealed Plywood: PS 1, C-C Plugged, exterior grade.

2. Exposed Plywood: PS 1, A-D, interior grade.

3. Electrical Component Mounting: APA rated sheathing, fire retardant

treated. 2.04 ACCESSORIES

A. Fasteners and Anchors:

1. Metal and Finish: Hot-dipped galvanized steel per ASTM A 153/A 153M for high

humidity and preservative-treated wood locations, unfinished steel elsewhere.

2. Drywall Screws: Bugle head, hardened steel, power driven type, length three times

thickness of panels.

3. Anchors: Toggle bolt type for anchorage to hollow masonry; Expansion shield and

lag bolt type for anchorage to solid masonry or concrete.

2.05 FACTORY WOOD TREATMENT

A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category

System for wood treatments determined by use categories, expected service conditions,

and specific applications.

B. Fire Retardant Treatment:

1. Manufacturers:

a. Chemical Specialties Inc.: DeBlaze: www.treatedwood.com.

b. Arch Wood Protection, Inc: www.wolmanizedwood.com.

c. Hoover Treated Wood Products, Inc: www.frtw.com.

d. Osmose, Inc: www.osmose.com.

2. Exterior Type: AWPA Use Category UCFB, Commodity Specification H

(Treatment C20 for lumber and C27 for plywood), chemically treated and pressure

impregnated; capable of providing a maximum flame spread rating of 25 when

Page 224: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ROUGH CARPENTRY

DESIGN GROUP 3, LLC. 06 1000 - 4

tested in accordance with ASTM E 84, with no evidence of significant combustion

when test is extended for an additional 20 minutes both before and after accelerated

weathering test performed in accordance with ASTM D 2898.

a. Kiln dry wood after treatment to a maximum moisture content of 19 percent

for lumber and 15 percent for plywood.

b. Treat exposed exterior rough carpentry items.

c. Do not use treated wood in direct contact with the ground.

3. Interior Type A: AWPA Use Category UCFA, Commodity Specification H

(Treatment C20 for lumber and C27 for plywood), low temperature (low

hygroscopic) type, chemically treated and pressure impregnated; capable of

providing a maximum flame spread rating of 25 when tested in accordance with

ASTM E 84, with no evidence of significant combustion when test is extended for

an additional 20 minutes.

a. Kiln dry wood after treatment to a maximum moisture content of 19 percent

for lumber and 15 percent for plywood.

b. Do not use treated wood in applications exposed to weather or where the wood

may become wet.

C. Preservative Treatment:

1. Manufacturers:

a. Arch Wood Protection, Inc: www.wolmanizedwood.com.

b. Chemical Specialties, Inc: www.treatedwood.com.

c. Osmose, Inc: www.osmose.com.

D. Preservative Pressure Treatment of Lumber Above Grade: AWPA Use Category UC3B,

Commodity Specification A (Treatment C2) using waterborne preservative to 0.25 lb/cu

ft retention.

1. Kiln dry lumber after treatment to maximum moisture content of 19 percent.

2. Treat lumber in contact with roofing, flashing, or waterproofing.

3. Treat lumber in contact with masonry or concrete.

4. Treat lumber less than 18 inches above grade.

a. Treat lumber in other locations as indicated.

5. Preservative Pressure Treatment of Plywood Above Grade: AWPA Use Category

UC2 and UC3B, Commodity Specification F (Treatment C9) using waterborne

preservative to 0.25 lb/cu ft retention.

a. Kiln dry plywood after treatment to maximum moisture content of 19 percent.

b. Treat plywood in contact with roofing, flashing, or waterproofing.

c. Treat plywood in contact with masonry or concrete.

d. Treat plywood less than 18 inches above grade.

e. Treat plywood in other locations as indicated.

PART 3 EXECUTION 3.01 FRAMING INSTALLATION

A. Select material sizes to minimize waste.

Page 225: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ROUGH CARPENTRY

DESIGN GROUP 3, LLC. 06 1000 - 5

B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as

accessory components, including: shims, bracing, and blocking.

C. Set structural members level, plumb, and true to line. Discard pieces with defects that

would lower required strength or result in unacceptable appearance of exposed

members.

D. Make provisions for temporary construction loads, and provide temporary bracing

sufficient to maintain structure in true alignment and safe condition until completion of

erection and installation of permanent bracing.

E. Comply with member sizes, spacing, and configurations indicated, and fastener size and

spacing indicated,

F. Provide miscellaneous members as indicated or as required to support finishes, fixtures,

specialty items, and trim.

G. Where treated wood is used on interior, provide temporary ventilation during and

immediately after installation sufficient to remove indoor air contaminants.

3.02 INSTALLATION OF ACCESSORIES AND MISCELLANEOUS WOOD

A. Curb roof openings except where prefabricated curbs are provided. Form corners by

alternating lapping side members.

B. Coordinate curb installation with installation of decking and support of deck openings,

roofing vapor retardant, and parapet construction.

3.03 INSTALLATION OF CONSTRUCTION PANELS

A. Subflooring/Underlayment Combination: Glue and nail, or screw to framing; staples are

not permitted.

B. Subflooring: Glue and nail; or screw to framing; staples are not permitted.

C. Underlayment: Secure to subflooring with nails and glue.

1. At locations where resilient flooring will be installed, fill and sand splits, gaps, and

rough areas.

3.04 SITE APPLIED WOOD TREATMENT

A. Apply preservative treatment compatible with factory applied treatment at site-sawn cuts,

complying with manufacturer's instructions.

B. Allow preservative to dry prior to erecting members.

3.05 TOLERANCES

A. Framing Members: 1/4 inch from true position, maximum.

B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in

30 feet maximum.

3.06 CLEANING

A. Waste Disposal: Comply with the requirements of Section 01 7419.

Page 226: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ROUGH CARPENTRY

DESIGN GROUP 3, LLC. 06 1000 - 6

1. Comply with applicable regulations.

2. Do not burn scrap on project site.

3. Do not burn scraps that have been pressure treated.

4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co-

generation facilities or “waste-to-energy” facilities.

B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill.

C. Prevent sawdust and wood shavings from entering the storm drainage system.

END OF SECTION

Page 227: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE FINISHED CARPENTRY DESIGN GROUP 3, LLC. 06 2000 - 1

SECTION 06 2000 - FINISH CARPENTRY

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Finish carpentry items.

B. Wood door frames, glazed frames.

C. Wood base casings and moldings.

D. Hardware and attachment accessories.

1.02 RELATED REQUIREMENTS

A. Section 06 1000 - Rough Carpentry: Support framing, grounds, and concealed blocking.

B. Section 09 9000 - Painting and Coating: Painting and finishing of finish carpentry items.

1.03 REFERENCE STANDARDS

A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials; current edition.

B. ANSI A135.4 - American National Standard for Basic Hardboard; 2004.

C. ANSI A208.1 - American National Standard for Particleboard; 2009.

D. ANSI Z97.1 - American National Standard for Safety Glazing Materials Used in

Buildings, Safety Performance Specifications and Methods of Test; 2010.

E. ASTM C1036 - Standard Specification for Flat Glass; 2011e1.

F. ASTM C1048 - Standard Specification for Heat-Strengthened and Fully Tempered Flat

Glass; 2012.

G. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building

Materials; 2012.

H. AWI (QCP) - Quality Certification Program, www.awiqcp.org; current edition at

www.awiqcp.org.

I. AWI/AWMAC/WI (AWS) - Architectural Woodwork Standards; 2009.

J. AWMAC (GIS) - Guarantee and Inspection Services Program; current edition at

www.awmac.com/gis.php.

K. AWPA U1 - Use Category System: User Specification for Treated Wood; American

WoodPreservers' Association; 2010.

L. BHMA A156.9 - American National Standard for Cabinet Hardware; Builders Hardware

Manufacturers Association; 2010 (ANSI/BHMA A156.9).

M. HPVA HP-1 - American National Standard for Hardwood and Decorative Plywood;

Hardwood Plywood & Veneer Association; 2004.

Page 228: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE FINISHED CARPENTRY DESIGN GROUP 3, LLC. 06 2000 - 2

N. NEMA LD 3 - High-Pressure Decorative Laminates; National Electrical Manufacturers

Association; 2005.

O. NHLA G-101 - Rules for the Measurement & Inspection of Hardwood & Cypress;

National Hardwood Lumber Association; 2007. P. PS 1 - Structural Plywood;

2007.

Q. PS 20 - American Softwood Lumber Standard; National Institute of Standards and

Technology (Department of Commerce); 2005.

R. WDMA I.S.4 - Water-Repellent Preservative Non-Pressure Treatment for Millwork;

Window and Door Manufacturers Association; 2009.

S. WI (CCP) - Certified Compliance Program (CCP); current edition at

www.woodworkinstitute.com/certification.

T. WI (MCP) - Monitored Compliance Program (MCP); current edition at

www.woodworkinstitute.com/certification.

1.04 ADMINISTRATIVE REQUIREMENTS

A. Coordinate the work with plumbing rough-in, electrical rough-in, installation of

associated and adjacent components.

B. Sequence installation to ensure utility connections are achieved in an orderly and

expeditious manner.

1.05 SUBMITTALS

A. See Section 01 3000 - Administrative Requirements for submittal procedures.

B. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing

details, and accessories.

1. Minimum Scale of Detail Drawings: 1-1/2 inch to 1 foot.

2. Provide the information required by AWI/AWMAC/WI Architectural Woodwork

Standards.

3. Include certification program label.

C. Samples: Submit two samples of finish plywood, _6___x__6__ inch in size illustrating

wood grain and specified finish.

D. Samples: Submit two samples of wood trim 12 inch long.

1.06 QUALITY ASSURANCE

A. Fabricator Qualifications: Company specializing in fabricating the products specified in

this section with minimum five years of documented experience.

1. Company with at least one project in the past 5 years with value of woodwork

within 20 percent of cost of woodwork for this Project.

2. Accredited participant in the specified certification program prior to the

commencement of fabrication and throughout the duration of the project.

3. Single Source Responsibility: Provide and install this work from single fabricator.

Page 229: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE FINISHED CARPENTRY DESIGN GROUP 3, LLC. 06 2000 - 3

B. Quality Certification: Provide AWI Quality Certification Program inspection report and

quality certification of completed work.

1. Provide labels or certificates indicating that the work complies with requirements

of AWS Grade or Grades specified.

2. Prior to delivery to the site provide shop drawings with certification labels.

3. Provide labels on each product when required by certification program.

4. Upon completion of installation provide certificate certifying that the installation

and products meet the specified requirements.

5. Arrange and pay for inspections required for certification.

6. Replace, repair, or rework all work for which certification is refused.

1.07 DELIVERY, STORAGE, AND

HANDLING A. Protect work from

moisture damage.

PART 2 PRODUCTS 2.01 FINISH CARPENTRY ITEMS

A. Quality Grade: Unless otherwise indicated provide products of quality specified

by AWI/AWMAC/WI Architectural Woodwork Standards for Premium Grade.

B. Surface Burning Characteristics: Provide materials having fire and smoke

properties as required by applicable code. C. Interior Woodwork Items:

1. Moldings, Bases, Casings, and Miscellaneous Trim: As indicated for Transparent

finish.

2. Window Sills: Clear fir; prepare for transparent finish.

3. Loose Shelving: Birch plywood; prepare for paint finish.

2.02 WOOD-BASED COMPONENTS

A. Wood fabricated from old growth timber is not permitted.

B. Provide sustainably harvested wood, certified or labeled as specified in Section 01 6000.

C. Wood fabricated from timber recovered from riverbeds or otherwise abandoned is

permitted, unless otherwise noted, provided it is clean and free of contamination;

identify source; provide lumber re-graded by an inspection service accredited by the

American Lumber Standard Committee, Inc.

2.03 LUMBER MATERIALS

A. Softwood Lumber: Match existing species and grain, maximum moisture content of 6

percent; with vertical grain, of quality suitable for transparent finish.

1. Grading: In accordance with rules certified by ALSC; www.alsc.org.

B. Hardwood Lumber: Match existing species and grain, maximum moisture content of 6

percent; with vertical grain, of quality suitable for transparent finish.

1. Grading: In accordance with NHLA Grading Rules; www.natlhardwood.org.

Page 230: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE FINISHED CARPENTRY DESIGN GROUP 3, LLC. 06 2000 - 4

2.04 SHEET MATERIALS

A. Softwood Plywood Not Exposed to View: Any face species, veneer core; PS 1 Grade A-

B; glue type as recommended for application.

B. Softwood Plywood Exposed to View: Face species as indicated, plain sawn, medium

density fiberboard core; PS 1 Grade A-B; glue type as recommended for application.

1. Grading: Certified by the American Plywood Association.

C. Hardwood Plywood: Face species as indicated, plain sawn, book matched, medium

density fiberboard core; HPVA HP-1, Front Face Grade AA, Back Face Grade 1; glue

type as recommended for application.

D. Particleboard: ANSI A208.1; composed of wood chips, sawdust, or flakes of medium

density, made with waterproof resin binders; of grade to suit application; sanded faces.

E. Hardboard: AHA A135.4; Pressed wood fiber with resin binder, Class 1 - Tempered, 1/4

inch thick, smooth one side (S1S).

F. Pegboard: Pressed wood fiber with resin binder, standard grade; 1/8 in thick, with holes

spaced at 1 in on center in both directions.

2.05 PLASTIC LAMINATE MATERIALS

A. Plastic Laminate: NEMA LD 3, HGS; color; textured, low gloss finish; As scheduled on

drawings.

B. Low Pressure Laminate: Melamine; color, pattern, and gloss surface texture as scheduled

on drawings.

C. Laminate Adhesive: Type recommended by laminate manufacturer to suit application;

not

containing formaldehyde or other volatile organic compounds.

2.06 FASTENINGS

A. Adhesive for Purposes Other Than Laminate Installation: Suitable for the purpose; not containing formaldehyde or other volatile organic compounds. B. Fasteners: Of size and type to suit application.

C. Concealed Joint Fasteners: Threaded steel.

2.07 ACCESSORIES

A. Lumber for Shimming, Blocking, Softwood lumber of pine species.

B. Glass: As specified in Section 08 8000.

C. Plain Glass: ASTM C1036 annealed float glass, clear, 6 mm thick minimum.

D. Safety Glass: ASTM C1048, fully tempered; clear; 3 mm thick minimum.

E. Primer: Alkyd primer sealer.

F. Wood Filler: Solvent base, tinted to match surface finish color.

2.08 HARDWARE

A. Hardware: Comply with BHMA A156.9.

Page 231: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE FINISHED CARPENTRY DESIGN GROUP 3, LLC. 06 2000 - 5

B. Shelf Standards: Match existing.

2.09 FABRICATION

A. Shop assemble work for delivery to site, permitting passage through building openings.

B. Fit exposed sheet material edges with 3/8 inch matching hardwood edging. Use one

piece for full length only.

C. Cap exposed plastic laminate finish edges with aluminum trim.

D. Shop prepare and identify components for book match grain matching during site

erection.

E. When necessary to cut and fit on site, provide materials with ample allowance for cutting.

Provide trim for scribing and site cutting.

F. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured

sizes. Fit corners and joints hairline; secure with concealed fasteners. Slightly bevel

arises. Locate counter butt joints minimum 2 feet from sink cut-outs.

G. Apply laminate backing sheet to reverse face of plastic laminate finished surfaces.

2.10 SHOP FINISHING

A. Sand work smooth and set exposed nails and screws.

B. Apply wood filler in exposed nail and screw indentations.

C. On items to receive transparent finishes, use wood filler that matches surrounding

surfaces and is of type recommended for the applicable finish.

D. Finish work in accordance with AWI/AWMAC/WI Architectural Woodwork Standards,

Section 5 - Finishing for Grade specified and as follows:

1. Transparent:

a. System - 1, Lacquer, Nitrocellulose.

b. Stain: As selected by Architect.

c. Sheen: Flat.

2. Opaque:

a. System - 1, Lacquer, Nitrocellulose.

b. Color: As selected by Architect.

c. Sheen: Flat.

E. Stain, seal, and varnish exposed to view surfaces. Brush apply only.

F. Seal internal surfaces and semi-concealed surfaces. Brush apply only.

G. Prime paint surfaces in contact with cementitious materials.

H. Back prime woodwork items to be field finished, prior to installation.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify adequacy of backing and support framing.

Page 232: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE FINISHED CARPENTRY DESIGN GROUP 3, LLC. 06 2000 - 6

B. Verify mechanical, electrical, and building items affecting work of this section are placed

and ready to receive this work.

C. See Section _06-1000 for installation of recessed wood blocking.

3.02 INSTALLATION

A. Install work in accordance with AWI/AWMAC/WI Architectural Woodwork Standards

requirements for grade indicated.

B. Set and secure materials and components in place, plumb and level.

C. Carefully scribe work abutting other components, with maximum gaps of 1/32 inch. Do

not use additional overlay trim to conceal larger gaps.

D. Install hardware in accordance with manufacturer's instructions.

3.03 PREPARATION FOR SITE FINISHING

A. Set exposed fasteners. Apply wood filler in exposed fastener indentations. Sand work

smooth.

B. Site Finishing: See Section 09 9000.

C. Before installation, prime paint surfaces of items or assemblies to be in contact with

cementitious materials.

3.05 TOLERANCES

A. Maximum Variation from True Position: 1/16 inch.

B. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch.

END OF SECTION

Page 233: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 1

SECTION 07 2100 - THERMAL INSULATION

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Board insulation and integral vapor retarder at cavity wall construction, perimeter

foundation wall, underside of floor slabs, and exterior wall behind wall finish.

B. Batt insulation and vapor retarder in exterior wall, ceiling, and roof construction.

C. Batt insulation for filling perimeter window and door shim spaces and crevices in exterior

wall and roof.

1.02 RELATED REQUIREMENTS

A. Section 05 4000 - Cold-Formed Metal Framing: Board insulation as wall sheathing.

B. Section 06 1000 - Rough Carpentry: Supporting construction for batt insulation.

C. Section 07 8400 - Firestopping: Insulation as part of fire-rated through-penetration

assemblies.

D. Section 09 2116 - Gypsum Board Assemblies: Acoustic insulation inside walls and

partitions.

1.03 REFERENCE STANDARDS

A. ASTM C240 - Standard Test Methods of Testing Cellular Glass Insulation Block;

2008e1.

B. ASTM C552 - Standard Specification for Cellular Glass Thermal Insulation; 2007.

C. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation;

2011be1.

D. ASTM C612 - Standard Specification for Mineral Fiber Block and Board Thermal

Insulation; 2010.

E. ASTM C665 - Standard Specification for Mineral-Fiber Blanket Thermal Insulation for

Light Frame Construction and Manufactured Housing; 2012.

F. ASTM C1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate

Thermal Insulation Board; 2012.

G. ASTM D2842 - Standard Test Method for Water Absorption of Rigid Cellular Plastics;

2006.

H. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building

Materials; 2012.

I. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials;

2010.

J. ASTM E136 - Standard Test Method for Behavior of Materials in a Vertical Tube

Furnace At 750 Degrees C; 2011.

Page 234: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 2

K. ASTM E2357 - Standard Test Method for Determining Air Leakage of Air Barrier

Assemblies; 2011.

L. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building

Materials; National Fire Protection Association; 2006.

M. NFPA 285 - Standard Fire Test Method for Evaluation of Fire Propagation

Characteristics of Exterior Non-Load-Bearing Wall Assemblies Containing

Combustible Components; 2012.

N. UL 723 - Standard for Test for Surface Burning Characteristics of Building Materials;

Underwriters Laboratories Inc.; Current Edition, Including All Revisions.

1.04 SUBMITTALS

A. See Section 01 3000 - Administrative Requirements, for submittal procedures.

B. Product Data: Provide data on product characteristics, performance criteria, and product

limitations.

C. Manufacturer's Installation Instructions: Include information on special environmental

conditions required for installation and installation techniques.

D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements.

1.05 FIELD CONDITIONS

A. Do not install insulation adhesives when temperature or weather conditions are

detrimental to successful installation.

PART 2 PRODUCTS 2.01 APPLICATIONS

A. As indicated on drawings.

2.02 FOAM BOARD INSULATION MATERIALS

A. Expanded Polystyrene Board Insulation: ASTM C578; with the following

characteristics:

1. Flame Spread Index: 25 or less, when tested in accordance with ASTM E84.

2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84.

3. Complies with fire-resistance requirements shown on the drawings as part of an

exterior non-load-bearing exterior wall assembly when tested in accordance with

NFPA 285.

4. Board Size: 48 x 96 inch.

5. Board Thickness: 1-1/2 inches.

6. Board Edges: Square.

7. Water Absorption: 4 percent by volume, maximum, when tested In accordance

with ASTM D2842.

8. Board Density: 0.7 lb/cu ft.

9. Compressive Resistance: 5 psi.

10. Thermal Conductivity (k factor) at 25 degrees F: 0.28.

11. Manufacturers:

Page 235: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 3

a. AFM Corp: www.r-control.com.

b. Diversifoam Products: www.diversifoam.com.

12. Substitutions: See Section 01 6000 - Product Requirements.

B. Extruded Polystyrene Board Insulation: ASTM C578, Type X; Extruded polystyrene

board with either natural skin or cut cell surfaces; with the following characteristics:

1. Flame Spread Index: 25 or less, when tested in accordance with ASTM E84.

2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84.

3. Complies with fire-resistance requirements shown on the drawings as part of an

exterior non-load-bearing exterior wall assembly when tested in accordance with

NFPA 285.

4. Board Size: 48 x 96 inch.

5. Board Thickness: 1-1/2 inches.

6. Board Edges: Square.

7. Thermal Conductivity (k factor) at 25 degrees F: 0.18.

8. Compressive Resistance: 15 psi.

9. Board Density: 1.3 lb/cu ft.

10. Water Absorption, maximum: 0.3 percent, volume.

11. Manufacturers:

a. Dow Chemical Co: www.dow.com.

b. Owens Corning Corp: www.owenscorning.com.

c. Pactiv Building Products: greenguard.pactiv.com.

12. Substitutions: See Section 01 6000 - Product Requirements.

C. Polyisocyanurate Board Insulation: Rigid cellular foam, complying with ASTM C1289;

Type I, aluminum foil both faces; Class 1, non-reinforced foam core.

1. Flame Spread Index: 25 or less, when tested in accordance with ASTM E84.

2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84.

3. Complies with fire-resistance requirements shown on the drawings as part of an

exterior non-load-bearing exterior wall assembly when tested in accordance with

NFPA 285. 4. Compressive Strength: 16 psi

5. Board Size: 48 x 96 inch.

6. Board Thickness: 1 inch.

7. Thermal Resistance: R-value of __6.5____.

8. Board Edges: Square.

9. Manufacturers:

a. Atlas Roofing Corporation; Energy Shield: www.atlasroofing.com.

b. Dow Chemical Co: www.dow.com.

c. GAF Materials Corporation: www.gaf.com.

d. Hunter Panels, LLC; Xci Class A Foil: hunterxci.com.

e. Rmax Inc.; ECOMAXci: www.rmax.com.

10. Substitutions: See Section 01 6000 - Product Requirements.

2.03 FIBER BOARD INSULATION MATERIALS

A. Where fiber board insulation is indicated, either glass fiber or mineral fiber board

insulation may be used, at Contractor's option.

Page 236: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 4

B. Glass Fiber Board Insulation: Rigid glass fiber, ASTM C612.

1. Facing: None, unfaced.

2. Flame Spread Index: 25 or less, when tested with facing, if any, in accordance with

ASTM E84 .

3. Smoke Developed Index: 50 or less, when tested with facing, if any, in accordance

with ASTM E84.

4. Board Size: 48 x 48 inch.

5. Board Thickness: 1 inch.

6. Board Edges: Square.

7. Thermal Conductivity (k factor): 0.26.

8. Maximum Density: 8.0 lb/cu ft.

9. Combustibility: Except for facing, if any, non-combustible when tested in

accordance with ASTM E136.

10. Manufacturers:

a. CertainTeed Corporation: www.certainteed.com.

b. Johns Manville Corporation: www.jm.com.

c. Owens Corning Corp: www.owenscorning.com.

11. Substitutions: See Section 01 6000 - Product Requirements.

2.04 BATT INSULATION MATERIALS

A. Where batt insulation is indicated, use glass fiber batt insulation.

B. Glass Fiber Batt Insulation: Flexible preformed batt or blanket, complying with ASTM

C665; friction fit.

1. Flame Spread Index: 25 or less, when tested in accordance with ASTM E84.

2. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84.

3. Combustibility: Non-combustible, when tested in accordance with ASTM E136,

except for facing, if any.

4. Formaldehyde Content: Zero.

5. Thermal Resistance: R of _4.2___.

6. Facing: Unfaced.

7. Facing: Aluminum foil, one side.

8. Manufacturers:

a. CertainTeed Corporation: www.certainteed.com.

b. Johns Manville Corporation: www.jm.com.

c. Owens Corning Corp: www.owenscorning.com.

9. Substitutions: See Section 01 6000 - Product Requirements.

2.05 ACCESSORIES

A. Sheet Vapor Retarder: Black polyethylene film for above grade application, 10 mil thick.

B. Tape: Bright aluminum self-adhering type, mesh reinforced, 2 inch wide.

C. Insulation Fasteners: Impaling clip of unfinished steel with washer retainer and clips, to

be adhered to surface to receive insulation, length to suit insulation thickness and

substrate, capable of securely and rigidly fastening insulation in place.

Page 237: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 5

D. Nails or Staples: Steel wire; electroplated, or galvanized; type and size to suit

application.

E. Wire Mesh: Galvanized steel, hexagonal wire mesh.

F. Protection Board for Below Grade Insulation: Cementitious, 1/4 inch thick.

G. Adhesive: Type recommended by insulation manufacturer for application.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that substrate, adjacent materials, and insulation materials are dry and that

substrates are ready to receive insulation and adhesive.

B. Verify substrate surfaces are flat, free of honeycomb, fins, irregularities, or materials or

substances that may impede adhesive bond.

3.02 BOARD INSTALLATION AT FOUNDATION PERIMETER

A. Adhere a 6 inch wide strip of polyethylene sheet over construction, control, and

expansion joints with double beads of adhesive each side of joint.

1. Tape seal joints.

2. Extend sheet full

height of joint. B. Apply

adhesive to back of boards:

1. Three continuous beads per board length.

C. Install boards horizontally on foundation perimeter.

1. Place boards to maximize adhesive contact.

2. Install in running bond pattern.

3. Butt edges and ends tightly to adjacent boards and to protrusions.

D. Extend boards over expansion joints, unbonded to foundation on one side of joint.

E. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane.

F. Immediately following application of board insulation, place protective boards over

exposed insulation surfaces.

1. Apply adhesive in five continuous beads per board length.

2. Install boards horizontally from base of foundation to top of insulation.

3. Butt boards tightly, with joints staggered from insulation joints.

3.03 BOARD INSTALLATION AT EXTERIOR WALLS

A. Adhere a 6 inch wide strip of polyethylene sheet over expansion joints with double

beads of adhesive each side of joint.

1. Tape seal joints

between sheets.

Page 238: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 6

2. Extend sheet full

height of joint. B. Apply

adhesive to back of boards:

1. Three continuous beads per board length.

C. Install rigid insulation directly to steel studs or exterior grade sheathing at 16 inches

on center with manufacturer recommended mechanical fasteners. Tape all joints with

manufacturer's minimum 4 inch wide sealant tape; comply with ASTM E2357. D. Install

boards horizontally on walls.

1. Place boards to maximize adhesive contact.

2. Install in running bond pattern.

3. Butt edges and ends tightly to adjacent boards and to protrusions.

E. Extend boards over expansion joints, unbonded to wall on one side of joint.

F. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane.

G. Place 6 inch wide polyethylene sheet at perimeter of wall openings, from adhesive vapor

retarder bed to window and door frames. Tape seal in place to ensure continuity of

vapor retarder and air seal.

H. Tape insulation board joints.

3.04 BOARD INSTALLATION AT CAVITY WALLS

A. Secure impale fasteners to substrate at a frequency as follows:

1. 6 per insulation board.

B. Adhere a 6 inch wide strip of polyethylene sheet over expansion joints with double beads

of adhesive each side of joint.

1. Tape seal joints between sheets.

2. Extend sheet full height of joint. C. Apply adhesive to back of boards:

1. Three continuous beads per board length. D. Install boards to fit snugly between wall ties.

1. Place membrane surface against adhesive.

2. Place membrane surface facing out, and tape seal

board joints. E. Install boards horizontally on walls.

1. Place boards to maximize adhesive contact.

2. Install in running bond pattern.

3. Butt edges and ends tightly to adjacent boards and to protrusions.

4. Place impale fastener locking discs.

F. Cut and fit insulation tightly to protrusions or interruptions to the insulation plane.

G. Place 6 inch wide polyethylene sheet at perimeter of wall openings, from adhesive vapor

retarder bed to window and door frames. Tape seal in place to ensure continuity of

vapor retarder and air seal.

Page 239: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE THERMAL INSULATION DESIGN GROUP 3, LLC. 07 2100 - 7

3.06 BATT INSTALLATION

A. Install insulation and vapor retarder in accordance with manufacturer's instructions.

B. Install in exterior wall and roof spaces without gaps or voids. Do not compress

insulation.

C. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids.

D. Fit insulation tightly in cavities and tightly to exterior side of mechanical and electrical

services within the plane of the insulation.

E. Install with factory applied vapor retarder membrane facing warm side of building

spaces. Lap ends and side flanges of membrane over framing members.

F. Staple or nail facing flanges in place at maximum 6 inches on center.

G. Tape insulation batts in place.

H. Retain insulation batts in place with spindle fasteners at 12 inches on center.

I. Retain insulation batts in place with wire mesh secured to framing members.

J. Tape seal butt ends, lapped flanges, and tears or cuts in membrane.

K. At wood framing, place vapor retarder on warm side of insulation by stapling at 6 inches

on center. Lap and seal sheet retarder joints over member face.

L. At metal framing, place vapor retarder on warm side of insulation; lap and seal sheet

retarder joints over member face.

M. Tape seal tears or cuts in vapor retarder.

N. Extend vapor retarder tightly to full perimeter of adjacent window and door frames and

other items interrupting the plane of the membrane. Tape seal in place.

O. Coordinate work of this section with construction of air barrier seal specified in Section

05 4500.

3.07 PROTECTION

A. Do not permit installed insulation to be damaged prior to its concealment.

END OF SECTION

Page 240: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE JOINT SEALERS DESIGN GROUP 3, LLC 07 9005 - 1

SECTION 07 9005 - JOINT SEALERS

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Sealants and joint backing.

B. Precompressed foam sealers.

1.02 REFERENCES

A. ASTM C 834 - Standard Specification for Latex Sealants; 2000.

B. ASTM C 919 - Standard Practice for Use of Sealants in Acoustical Applications; 2002.

C. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants; 2002.

D. ASTM C 1193 - Standard Guide for Use of Joint Sealants; 2000.

E. ASTM D 1667 - Standard Specification for Flexible Cellular Materials--Vinyl Chloride

Polymers and Copolymers (Closed-Cell Foam); 1997.

F. BAAQMD 8-51 - Bay Area Air Quality Management District Regulation 8, Rule 51,

Adhesive and Sealant Products; www.baaqmd.gov; current edition.

G. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current

edition; www.aqmd.gov.

1.03 SUBMITTALS

A. See Section 01 3000 - Administrative Requirements, for submittal procedures.

B. Product Data: Provide data indicating sealant chemical characteristics, performance

criteria, substrate preparation, limitations, and color availability.

C. LEED Report: Submit VOC content documentation for all non-preformed sealants and

primers. D. Manufacturer's Installation Instructions: Indicate special procedures,

surface preparation, and perimeter conditions requiring special attention.

1.04 ENVIRONMENTAL REQUIREMENTS

A. Maintain temperature and humidity recommended by the sealant manufacturer during

and after installation.

1.05 COORDINATION

A. Coordinate the work with all sections referencing this section.

1.06 WARRANTY

A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements.

B. Correct defective work within a five year period after Date of Substantial Completion.

C. Warranty: Include coverage for installed sealants and accessories which fail to achieve

airtight seal and watertight seal, exhibit loss of adhesion or cohesion, or do not cure.

Page 241: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE JOINT SEALERS DESIGN GROUP 3, LLC 07 9005 - 2

PART 2 PRODUCTS 2.01 SEALANTS

A. Sealants and Primers - General: Provide only products having lower volatile organic

compound (VOC) content than required by the more stringent of the South Coast Air

Quality Management District Rule No.1168 and the Bay Area Air Quality Management

District Regulation 8, Rule 51.

B. Provide only products having lower volatile organic compound (VOC) content than

required by South Coast Air Quality Management District Rule No.1168.

C. Type A - General Purpose Exterior Sealant: Polyurethane; ASTM C 920, Grade NS,

Class 25, Uses M, G, and A; single component.

1. Color: Standard colors matching finished surfaces.

2. Product: Manufactured by Pecora: www.pecora.com.

3. Applications: Use for:

a. Control, expansion, and soft joints in masonry.

b. Joints between concrete and other materials.

c. Joints between metal frames and other materials.

d. Other exterior joints for which no other sealant is indicated.

D. Type C - Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying,

nonskinning, noncuring.

1. Product: Manufactured by Pecora, Inc.: www.pecora.com.

2. Applications: Use for:

a. Concealed sealant bead in sheet metal work.

b. Concealed sealant bead in siding overlaps.

E. Type G – Concrete Paving Exterior Sealant: Self-leveling Polyurethane; ASTM C 920,

Grade NS, Class 25, Uses M, G, and A; single component.

1. Color: Standard colors matching finished surfaces.

2. Product: Manufactured by Pecora: www.pecora.com.

3. Applications: Use for:

a. Control, expansion, and soft joints in concrete and stone paving.

2.02

ACCESSORIES

A. Primer: Non-staining type, recommended by sealant manufacturer to suit application.

B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant

manufacturer; compatible with joint forming materials.

C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell

PVC; oversized 30 to 50 percent larger than joint width.

Page 242: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE JOINT SEALERS DESIGN GROUP 3, LLC 07 9005 - 3

D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit

application.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that substrate surfaces and joint openings are ready to receive work.

B. Verify that joint backing and release tapes are compatible with sealant.

3.02 PREPARATION

A. Remove loose materials and foreign matter which might impair adhesion of sealant.

B. Clean and prime joints in accordance with manufacturer's instructions.

C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193.

D. Protect elements surrounding the work of this section from damage or disfigurement.

3.03 INSTALLATION

A. Perform work in accordance with sealant manufacturer's requirements for preparation of

surfaces and material installation instructions.

B. Perform installation in accordance with ASTM C 1193.

C. Perform acoustical sealant application work in accordance with ASTM C 919.

D. Measure joint dimensions and size joint backers to achieve width-to-depth ratio, neck

dimension, and surface bond area as recommended by manufacturer, except where

specific dimensions are indicated.

E. Install bond breaker where joint backing is not used.

F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.

G. Apply sealant within recommended application temperature ranges. Consult

manufacturer when sealant cannot be applied within these temperature ranges. H. Tool

joints concave.

I. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and

intersections; install with face 1/8 to 1/4 inch below adjoining surface.

3.04 CLEANING

A. Clean adjacent soiled surfaces.

3.05 PROTECTION OF FINISHED WORK

A. Protect sealants until cured.

3.06 SCHEDULE

A. Joint Sealer Schedule on drawing.

Page 243: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE JOINT SEALERS DESIGN GROUP 3, LLC 07 9005 - 4

END OF SECTION

Page 244: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE HOLLOW METAL DOORS AND FRAMES DESIGN GROUP 3, LLC 08 1113 - 1

SECTION 08 1113 - HOLLOW METAL DOORS AND FRAMES

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Non-fire-rated steel doors and frames.

B. Steel frames for wood doors.

C. Fire-rated steel doors and frames.

D. Thermally insulated steel doors.

E. Steel glazing frames.

F. Accessories, including glazing, louvers, and matching panels.

1.02 RELATED REQUIREMENTS

A. Section 08 8000 - Glazing: Glass for doors and borrowed lites.

C. Section 09 9000 - Painting and Coating: Field painting.

1.03 REFERENCE STANDARDS

A. ANSI/ICC A117.1 - American National Standard for Accessible and Usable Buildings

and Facilities; International Code Council; 2009.

B. ANSI A250.3 - Test Procedure and Acceptance Criteria for Factory-Applied Finish

Painted Steel Surfaces for Steel Doors and Frames; 2007 (R2011).

C. ANSI A250.8 - SDI-100 Recommended Specifications for Standard Steel Doors and

Frames; 2003.

D. ANSI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel

Surfaces for Steel Doors and Frames; 1998 (R2011).

E. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized)

or ZincIron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2011.

F. ASTM C1363 - Standard Test Method for Thermal Performance of Building Assemblies

by Means of a Hot Box Apparatus; 2011.

G. ASTM E90 - Standard Test Method for Laboratory Measurement of Airborne Sound

Transmission Loss of Building Partitions and Elements; 2009.

H. ASTM E413 - Classification for Rating Sound Insulation; 2010.

I. ASTM E1408 - Standard Test Method for Laboratory Measurement of the Sound

Transmission Loss of Door Panels and Door Systems; 1991 (Reapproved 2000).

J. BHMA A156.115 - Hardware Preparation in Steel Doors and Steel Frames; 2006.

K. ITS (DIR) - Directory of Listed Products; Intertek Testing Services NA, Inc.; current

edition.

L. NAAMM HMMA 840 - Guide Specifications for Installation and Storage of Hollow

Metal Doors and Frames; The National Association of Architectural Metal

Manufacturers; 2007.

M. NAAMM HMMA 860 - Guide Specifications for Hollow Metal Doors and Frames; The

National Association of Architectural Metal Manufacturers; 2011.

Page 245: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE HOLLOW METAL DOORS AND FRAMES DESIGN GROUP 3, LLC 08 1113 - 2

N. NAAMM HMMA 861 - Guide Specifications for Commercial Hollow Metal Doors and

Frames; The National Association of Architectural Metal Manufacturers; 2006.

O. NAAMM HMMA 862 - Guide Specifications for Commercial Security Hollow Metal

Doors and Frames; The National Association of Architectural Metal Manufacturers;

2013.

P. NAAMM HMMA 863 - Guide Specifications for Detention Security Hollow Metal

Doors and Frames; The National Association of Architectural Metal Manufacturers;

2004.

Q. NAAMM HMMA 865 - Guide Specifications for Sound Control Hollow Metal Doors

and Frames; The National Association of Architectural Metal Manufacturers; 2013.

R. NFPA 80 - Standard for Fire Doors and Other Opening Protectives; 2013.

S. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire

Protection Association; 2012.

T. UL (BMD) - Building Materials Directory; Underwriters Laboratories Inc.; current

edition.

U. UL 10B - Standard for Fire Tests of Door Assemblies; Current Edition, Including All

Revisions.

V. UL 10C - Standard for Positive Pressure Fire Tests of Door Assemblies; Current Edition,

Including All Revisions.

W. UL 752 - Standard for Bullet-Resisting Equipment; Current Edition, Including All

Revisions.

X. UL 1784 - Standard for Air Leakage Tests of Door Assemblies; Current Edition,

Including All Revisions.

1.04 SUBMITTALS

A. Product Data: Materials and details of design and construction, hardware locations,

reinforcement type and locations, anchorage and fastening methods, and finishes; and

one copy of referenced grade standard.

B. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, and

identifying location of different finishes, if any.

C. Installation Instructions: Manufacturer's published instructions, including any special

installation instructions relating to this project.

D. Manufacturer's Certificate: Certification that products meet or exceed specified

requirements.

1.05 QUALITY ASSURANCE

A. Manufacturer Qualifications: Company specializing in manufacturing the products

specified in this section with minimum three years documented experience.

B. Maintain at the project site a copy of all reference standards dealing with installation.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Store in accordance with NAAMM HMMA 840.

B. Protect with resilient packaging; avoid humidity build-up under coverings; prevent

corrosion.

Page 246: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE HOLLOW METAL DOORS AND FRAMES DESIGN GROUP 3, LLC 08 1113 - 3

PART 2 PRODUCTS 2.01 MANUFACTURERS

A. Steel Doors and Frames:

1. Assa Abloy Ceco, Curries, or Fleming: www.assaabloydss.com.

2. Republic Doors; www.republicdoor.com.

3. Steelcraft, an Allegion brand; www.allegion.com.

4. Technical Glass Products; SteelBuilt Window & Door Systems:

www.tgpamerica.com.

5. Steelcraft; Product www.steelcraft.com.

6. Overhead Door; Aluminum Door Systems

2.02 DOORS AND FRAMES

A. Requirements for All Doors and Frames:

1. Accessibility: Comply with ANSI/ICC A117.1.

2. Door Top Closures: Flush with top of faces and edges.

3. Door Edge Profile: Beveled on both edges.

4. Door Texture: Smooth faces.

5. Glazed Lights: Non-removable stops on non-secure side; sizes and configurations

as indicated on drawings.

6. Hardware Preparation: In accordance with BHMA A156.115, with reinforcement

welded in place, in addition to other requirements specified in door grade standard.

7. Galvanizing for all Units in: All components hot-dipped zinc-iron alloy-coated

(galvannealed), manufacturer's standard coating thickness.

8. Finish: Factory primed, for field finishing.

B. Combined Requirements: If a particular door and frame unit is indicated to comply with

more than one type of requirement, comply with all the specified requirements for each

type; for instance, an exterior door that is also indicated as being sound-rated must

comply with the requirements specified for exterior doors and for sound-rated doors;

where two requirements conflict, comply with the most stringent.

2.03 STEEL DOORS

A. Exterior Doors

1. Grade: ANSI A250.8 Level 3, physical performance Level A, Model 2, seamless.

2. Core: Polystyrene foam.

3. Top Closures for Outswinging Doors: Flush with top of faces and edges.

4. Galvanizing: All components hot-dipped zinc-iron alloy-coated (galvannealed) in

accordance with ASTM A653/A653M, with manufacturer's standard coating

thickness.

5. Texture: Smooth faces.

6. Insulating Value: U-value of 0.50, when tested in accordance with ASTM C1363.

7. Weatherstripping: Separate, see Section 08 7100.

8. Finish: Factory primed, for field finishing.

B. Panels: Same construction, performance, and finish as doors.

Page 247: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE HOLLOW METAL DOORS AND FRAMES DESIGN GROUP 3, LLC 08 1113 - 4

2.04 STEEL

FRAMES A.

General:

1. Comply with the requirements of grade specified for corresponding door.

a. ANSI A250.8 Level 1 Doors: 16 gage frames.

b. Frames for Wood Doors: Comply with frame requirements specified in ANSI

A250.8 for Level 1, 16 gage

2. Finish: Same as for door.

3. Provide mortar guard boxes for hardware cut-outs in frames to be installed in

masonry or to be grouted.

4. Frames in Masonry Walls: Size to suit masonry coursing with head member 4

inches (100 mm) high to fill opening without cutting masonry units.

5. Frames Wider than 48 Inches (1200 mm): Reinforce with steel channel fitted

tightly into frame head, flush with top.

6. Frames Installed Back-to-Back: Reinforce with steel channels anchored to floor

and overhead structure.

B. Exterior Door Frames: Face welded, seamless with joints filled.

1. Galvanizing: All components hot-dipped zinc-iron alloy-coated (galvannealed) in

accordance with ASTM A653/A653M, with manufacturer's standard coating

thickness.

2. Finish: Factory primed, for field finishing.

C. Mullions for Pairs of Doors: Fixed, of profile similar to jambs.

D. Frames for Interior Glazing or Borrowed Lights: Construction and face dimensions to

match door frames, and as indicated on drawings.

E. Transom Bars: Fixed, of profile same as jamb and head.

2.05 ACCESSORY MATERIALS

A. Louvers: Roll formed steel with overlapping frame; finish same as door components;

factoryinstalled.

B. Glazing: As specified in Section 08 8000, factory installed.

C. Removable Stops: Formed sheet steel, shape as indicated on drawings, mitered or butted

corners; prepared for countersink style tamper proof screws. D. Astragals for Double

Doors: Specified in Section 08 7100.

1. Exterior Doors: Steel, Z-shaped.

2. Fire-Rated Doors: Steel, shape as required to accomplish fire rating.

E. Mechanical Fasteners for Concealed Metal-to-Metal Connections: Self-drilling, self-

tapping, steel with electroplated zinc finish.

F. Grout for Frames: Portland cement grout of maximum 4-inch slump for hand troweling;

thinner pumpable grout is prohibited.

G. Silencers: Resilient rubber, fitted into drilled hole; 3 on strike side of single door, 3 on

center mullion of pairs, and 2 on head of pairs without center mullions.

HI. Temporary Frame Spreaders: Provide for all factory- or shop-assembled frames.

Page 248: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE HOLLOW METAL DOORS AND FRAMES DESIGN GROUP 3, LLC 08 1113 - 5

2.06 FINISH MATERIALS

A. Primer: Rust-inhibiting, complying with ANSI A250.10, door manufacturer's standard.

B. Bituminous Coating: Asphalt emulsion or other high-build, water-resistant, resilient

coating.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify existing conditions before starting work.

B. Verify that opening sizes and tolerances are acceptable.

3.02 PREPARATION

A. Coat inside of frames to be installed in masonry or to be grouted, with bituminous

coating, prior to installation.

B. Coat inside of other frames with bituminous coating to a thickness of 1/16 inch (1.5 mm).

3.03 INSTALLATION

A. Install in accordance with the requirements of the specified door grade standard and

NAAMM HMMA 840.

B. In addition, install fire rated units in accordance with NFPA 80.

C. Coordinate frame anchor placement with wall construction.

D. Grout frames in masonry construction, using hand trowel methods; brace frames so that

pressure of grout before setting will not deform frames. E. Coordinate

installation of hardware.

F. Coordinate installation of glazing.

G. Coordinate installation of electrical connections to electrical hardware items.

H. Touch up damaged factory finishes.

3.04 TOLERANCES

A. Clearances Between Door and Frame: As specified in ANSI A250.8.

B. Maximum Diagonal Distortion: 1/16 in (1.5 mm) measured with straight edge,

corner to corner. 3.05 ADJUSTING

A. Adjust for smooth and balanced door movement.

B. Adjust sound control doors so that seals are fully engaged when door is closed.

C. Test sound control doors for force to close, latch, and unlatch; adjust as required to

comply.

3.06 SCHEDULE

A. Refer to Door and Frame Schedule ON DRAWINGS.

END OF SECTION

Page 249: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM ENTRANCES DESIGN GROUP 3, LLC. 08-4113 - 1

SECTION 08 4113 - ALUMINUM ENTRANCES

PART 1 GENERAL 1.01 WORK INCLUDED

A. Furnish and install aluminum entrance, entrance door frames complete with hardware,

and related components as shown on the drawings and specified in this section.

B. All doors shall be Medium Stile Entrance Doors as manufactured by the following or

approved equal:

1. EFCO Series D300

2. Oldcastle MS-375

C. Glass and Glazing

1. All units shall be factory glazed. Refer to Section 08 8000 for Glass and Glazing

Selections.

1.02 RELATED WORK

A. Section 08 4413 – Glazed Aluminum Curtain Walls

B. Section 08 8000 – Glazing

C. Section 10 7113 – Exterior Sun Control Devices

1.03 ITEMS INSTALLED BUT NOT FURNISHED

A. Structural support of the framing, wood framing, structural steel, and final cleaning.

1.04 LABORATORY TESTING AND PERFORMANCE REQUIREMENTS

A. Test Units

1. Air test unit shall be minimum size of 36" (914 mm) x 84" (2134 mm).

B. Test Procedures and Performances

1. Entrance doors shall conform to all requirements for the door type referenced in

1.01.B. In addition, the following specific performance requirements shall be met.

2. Air Infiltration Test

a. With door sash closed and locked, test unit in accordance with ASTM E 283 at a

static air pressure difference of 1.57 psf (75 Pa).

b. Air infiltration shall not exceed .50 cfm/SF (2.54 l/s•m²) of unit, for single doors.

C. Project Wind Loads

Page 250: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM ENTRANCES DESIGN GROUP 3, LLC. 08-4113 - 2

1. The system shall be designed to withstand the following loads normal to the plane of

the wall:

a. Positive pressure of 21.5 psf at non-corner zones.

b. Negative pressure of 21.5 psf at non-corner zones.

c. Negative pressure of 39.5 psf at corner zones.

1.05 QUALITY ASSURANCE

A. Provide test reports from AAMA accredited laboratories certifying the performance as

specified in

1.05.

B. Test reports shall be accompanied by the entrance door manufacturer's letter of

certification stating that the tested door meets or exceeds the referenced performance

standard for the appropriate door type.

1.06 SUBMITTALS

A. Contractor shall submit shop drawings, finish samples, test reports, and warranties.

1. Samples of materials as may be requested without cost to owner, i.e., metal, glass,

fasteners, anchors, frame sections, mullion section, corner section, etc.

1.07 WARRANTIES

A. Total Entrance Door Installation

1. The responsible contractor shall assume full responsibility and warrant for one year

the satisfactory performance of the total door installation which includes that of the

manufacturer supplied doors, hardware, glass (including insulated units), glazing,

anchorage and setting system, sealing, flashing, etc., as it relates to air, and structural

adequacy as called for in the specifications and approved shop drawings.

2. Any deficiencies due to such elements not meeting the specifications shall be

corrected by the responsible contractor at their expense during the warranty period.

B. Window Material and Workmanship

1. Provide written guarantee against defects in material and workmanship for 3 years

from the date of final shipment.

C. Glass

1. Provide written warranty for insulated glass units that they will be free from

obstruction of vision as a result of dust or film formation on the internal glass

surfaces caused by failure of the hermetic seal due to defects in material and

workmanship.

2. Warranty period shall be for 10 (ten) years.

D. Finish

Page 251: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM ENTRANCES DESIGN GROUP 3, LLC. 08-4113 - 3

1. Warranty period shall be for 5 years from the date of final shipment.

2. Provide organic finish warranty based on AAMA standard 2605.

PART 2 PRODUCTS 2.01 MATERIAL

A. Aluminum

1. Extruded aluminum shall be 6063-T6 alloy and temper.

B. Hardware

1. Hardware for aluminum entrances shall be furnished and installed in the doors by

the door manufacturer, and shall include the following EFCO standard hardware.

a. Hinging shall be continuous geared hinge.

b. Locks shall be latch lock.

c. Closers shall be surface mounted.

d. Panic devices shall be rim device (removable mullion with pair of doors).

e. Push-pull hardware shall be Ultraline wire push-pull.

f. Thresholds

g. Miscellaneous hardware items (give description)

2. Hardware for entrance doors (check with entrance door manufacturer for

compatibility with door) is specified under “Hardware Section” of the

specifications and shall be sent to the door manufacturer for application. The finish

hardware supplier shall be responsible for furnishing physical hardware and

templates of all hardware to the entrance door manufacturer prior to fabrication,

and for coordinating hardware delivery requirements with the hardware

manufacturer, the general contractor and the entrance door manufacturer to ensure

the building project is not delayed.

C. Glass

Type 2 – Single pane Glass Units: Vision glazing.

1. Application(s): In aluminum entrances unless otherwise indicated.

2. Single Lite: Tempered safety glass, 1/4 inch (6 mm) thick, minimum.

a. Tint: Clear.

3. Glazing Method: Gasket glazing.

4. Locations: Project “A”

Type 5 – Single Pane Glass Units: Vision glazing.

1. Application(s): In aluminum entrances unless otherwise indicated.

2. Single Lite: Laminated safety glass, 1/4 inch (6 mm) thick, minimum.

a. Tint: PPG Azuria “Solarban 60” blue.

Page 252: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM ENTRANCES DESIGN GROUP 3, LLC. 08-4113 - 4

3. Glazing Method: Gasket glazing.

4. Locations: Project “B”

2.02 FABRICATION

A. General

1. Major portions of the door sections shall have .125" (3 mm) wall thickness. Glazing

stop sections shall have .050" (1.2 mm) wall thickness.

B. Entrance Doors

1. Door stiles shall be no less than 3 1/2" (88 mm) wide (not including glass stops).

2. Door stiles and rails shall have hairline joints at corners. Heavy concealed

reinforcement brackets shall be secured with screws and shall be of deep penetration

and fillet welded.

3. All doors shall have an adjusting mechanism in the top rail to provide for minor

clearance adjustments.

4. Weather stripping shall be wool pile and shall be installed in one stile of pairs of

doors and in jamb stiles of center pivoted doors.

5. All pairs of doors shall have a removable mullion between leaves.

C. Glazing

1. All units shall be dry glazed with extruded pressure fitting aluminum glazing stops,

and EPDM gaskets.

D. Finish

1. Organic

a. Finish all exposed areas of aluminum windows and components with the

following:

AA Description Description AAMA Guide Spec.

AA-M12-C42-R1X 70% PVDF Ultrapon™ 2605-98

2, Colors: Provide up to 5 colors as directed by Architect. Colors selected from

manufacturers standard color line.

PART 3 EXECUTION 3.01 INSPECTION

A. Job Conditions

1. Verify that openings are dimensionally within allowable tolerances, plumb, level,

clean, provide a solid anchoring surface and are in accordance with approved shop

drawings.

Page 253: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM ENTRANCES DESIGN GROUP 3, LLC. 08-4113 - 5

2. Provide for manufacturer representation to conduct pre-installation site meeting.

3.02 INSTALLATION

A. Use only skilled tradesmen with work done in accordance with approved shop drawings

and specifications.

B. Plumb and align entrance door faces in a single plane for each wall plane and erect doors

and materials square and true. Adequately anchor to maintain positions permanently

when subjected to normal thermal movement, specified building movement, and

specified wind loads.

C. Adjust doors for proper operation after installation.

D. Furnish and apply sealants to provide a weather tight installation at all joints and

intersections and at opening perimeters. Wipe off excess material and leave all exposed

surfaces and joints clean and smooth.

3.03 ANCHORAGE

A. Adequately anchor to maintain positions permanently when subjected to normal thermal

movement, specified building movement, and specified wind loads.

3.04 PROTECTION AND CLEANING

A. After completion of entrance installation, entrance doors shall be inspected, adjusted, put

into working order and left clean, free of labels, dirt, etc. Protection from this point shall

be the responsibility of the general contractor.

END OF SECTION

Page 254: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM GLAZED CURTAINWALL DESIGN GROUP 3, LLC. 08-4413 - 1

SECTION 08 4413 - ALUMINUM GLAZED CURTAIN WALL

PART 1 GENERAL 1.01 WORK INCLUDED

A. Furnish and install architectural aluminum curtain wall complete with related components

as shown on drawings and specified in this section.

B. Basis of design: EFCO® Series 5600 Outside Glazed.

C. Acceptable manufactirers: EFCO Corporation, Oldcastle Building Products, or approved

equal.

D. Glass

1. Reference Section 08 8000 for Glass and Glazing.

1.02 RELATED WORK

A. Section 08 4113 – Aluminum – Framed Entrances and

Storefronts B. Section 08 8000 – Glazing

C. Section 10 7113 – Exterior Sun Shades

1.03 LABORATORY TESTING AND PERFORMANCE REQUIREMENTS

A. Test Units

1. Air, water, and structural test unit size shall be a minimum of two stories high and

three lites wide.

2. Thermal test unit sizes shall be 80" (2032 mm) wide x 80" (2032 mm) high with one

intermediate vertical mullion and two lites of glass.

B. Test Procedures and Performance

1. Air Infiltration Test

a. Test unit in accordance with ASTM E 283 at a static air pressure difference of

6.24 psf (300 Pa).

b. Air infiltration shall not exceed .06 cfm/SF (.31 l/s•m²) of unit.

2. Water Resistance Test

a. Test unit in accordance with ASTM E 331.

b. The test for static water penetration (ASTM E 331) shall be conducted at an air

pressure difference of 15.0 psf (720 Pa). There shall be no water leakage as

defined by AAMA 501.1, paragraph 5.5.

3. Uniform Load Deflection Test

a. Test in accordance with ASTM E 330.

Page 255: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM GLAZED CURTAINWALL DESIGN GROUP 3, LLC. 08-4413 - 2

b. Deflection under design load shall not exceed L/175 for spans less than 162"

(4114 mm).

c. Deflection under design load shall not exceed L/240 +1/4” (6 mm) for spans

greater than 162" (4114 mm).

4. Uniform Load Structural Test

a. Test in accordance with ASTM E 330 at a pressure 1.5 times the design wind

pressure in 1.05.B.3.b.

b. At conclusion of the test there shall be no glass breakage, permanent damage to

fasteners, curtain wall parts, or any other damage that would cause the curtain

wall to be defective.

5. Seismic Performance

a. Test unit in accordance to AAMA 501.4 system to meet design displacement of

0.010 x the greater adjacent story height and ultimate displacement of 1.5 x the

design displacement.

6. Sound Transmission Loss

a. Test unit in accordance with ASTM E 90-02.

b. Sound Transmission Class (STC) shall not be less than 29.

C. Project Wind Loads

1. The system shall be designed to withstand the following loads normal to the

plane of the wall:

a. Positive pressure of 21.5 psf at non-corner zones.

b. Negative pressure of 21.5 psf at non-corner zones.

c. Negative pressure of 39.5 psf at corner zones.

1.04 QUALITY ASSURANCE

A. Provide test reports from AAMA accredited laboratories certifying the performance as

specified in

1.05.

B. Test reports shall be accompanied by the curtain wall manufacturer’s letter of

certification stating that the tested curtain wall meets or exceeds the referenced criteria

for the appropriate curtain wall type.

1.05 SUBMITTALS

Page 256: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM GLAZED CURTAINWALL DESIGN GROUP 3, LLC. 08-4413 - 3

A. Contractor shall submit shop drawings; finish samples, test reports, and warranties.

1. Samples of materials as may be requested without cost to owner, i.e., metal, glass,

fasteners, anchors, frame sections, mullion section, corner section, etc.

1.06 WARRANTIES

A. Total Curtain Wall Installation

1. The responsible contractor shall assume full responsibility and warrant for one year

the satisfactory performance of the total curtain wall installation. This includes the

glass (including insulated units), glazing, anchorage and setting system, sealing,

flashing, etc. as it relates to air, water, and structural adequacy and the specifications

and approved shop drawings.

2. Any deficiencies due to such elements not meeting the specifications shall be

corrected by the responsible contractor at their expense during the warranty period.

B. Window Material and Workmanship

1. Provide written guarantee against defects in material and workmanship for 5 years

from the date of final shipment.

C. Glass

1. Provide written warranty for insulated glass units, that they will be free from

obstruction of vision as a result of dust or film formation on the internal glass

surfaces caused by failure of the hermetic seal due to defects in material and

workmanship.

2. Warranty period shall be for 10 (ten) years.

D. Finish

1. Warranty period shall be for 5 years from the date of final shipment.

2. Provide organic finish warranty based on AAMA standard 2605.

PART 2 PRODUCTS 2.01 MATERIALS

A. Aluminum

1. Extruded aluminum shall be 6063-T6 alloy and temper.

C. Anchors

1. Perimeter and floor line anchors shall be aluminum or steel. All steel anchors shall be

properly insulated from the aluminum.

D. Thermal Barrier

1. The thermal barrier shall be extruded PVC used as an applied thermal isolator.

Page 257: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM GLAZED CURTAINWALL DESIGN GROUP 3, LLC. 08-4413 - 4

2.02 FABRICATION

A. General

1. All aluminum vertical and horizontal extrusions shall have a minimum wall thickness

of .093" (2.3 mm) to .125" (3 mm).

B. Frame

1. Frame components shall be mechanically fastened by means of extruded aluminum

shear blocks attached to vertical mullions.

2. Curtain wall system is able to accommodate separate interior and exterior finishes and

colors.

C. Glazing

1. Outside glazed curtain wall system shall be dry glazed with an exterior aluminum

pressure plate and snap cover with interior and exterior dense EPDM preset gaskets.

D. Finish

1. Organic

a. Finish all exposed areas of aluminum windows and components with:

AA Description Description AAMA Guide Spec.

AA-M12-C42-R1X 70% PVDF Ultrapon™ 2605-98

2. Colors: Provide up to 5 colors as directed by Architect. Colors selected from

manufacturers stardard color line.

PART 3 EXECUTION 3.01 INSPECTION

A. Job Conditions

1. All openings shall be prepared by others to the proper size and shall be plumb, level,

and in the proper location and alignment as shown on the architect's drawings.

2. Provide for manufacturer representation to conduct pre-installation site meeting.

3.02 INSTALLATION

A. Use only skilled tradesmen with work done in accordance with approved shop drawings

and established specifications, and erect all curtain wall components to all building bench

marks and column center lines.

Page 258: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE ALUMINUM GLAZED CURTAINWALL DESIGN GROUP 3, LLC. 08-4413 - 5

B. Plumb and align curtain wall faces in a single plane for each wall plane, and erect curtain

wall materials square and true. Adequately anchor to maintain positions permanently

when subjected to normal thermal movement, building movement, and specified wind

loads.

C. Adjust windows in curtain wall for proper operation after installation.

D. Furnish and apply sealants to provide a weather tight installation at all joints and

intersections and at opening perimeters. Wipe off excess material, leave all exposed

surfaces and joints clean and smooth.

3.03 ANCHORAGE

A. Adequately anchor to maintain positions permanently when subjected to normal thermal

movement, specified building movement, and specified wind loads.

3.04 PROTECTION AND CLEANING

A. The general contractor shall protect the aluminum materials and finish against damage

from construction activities and harmful substances. The general contractor shall remove

any protective coatings as directed by the architect, and shall clean the aluminum surfaces

as recommended for the type of finish applied.

END OF SECTION

Page 259: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GLAZING DESIGN GROUP 3, LLC. 08-8000 - 1

SECTION 08 8000 – GLAZING

PART 1 GENERAL 1.01 SUBMITTALS

A. Product Data on Glass Types: Provide structural, physical and environmental

characteristics, size limitations, special handling or installation requirements.

B. Product Data on Glazing Compounds: Provide chemical, functional, and environmental

characteristics, limitations, special application requirements. Identify available colors.

C. Samples: Submit two samples 12 x 12 inch in size of glass and plastic units, showing

coloration and design.

1.02 QUALITY ASSURANCE

A. Perform Work in accordance with GANA Glazing Manual and GANA Sealant Manual

for glazing installation methods.

1.03 WARRANTY

A. Sealed Insulating Glass Units: Provide a five (5) year warranty to include coverage for

seal failure, interpane dusting or misting, including replacement of failed units.

B. Laminated Glass: Provide a five (5) year warranty to include coverage for delamination,

including replacement of failed units.

PART 2 PRODUCTS 2.01 GLAZING TYPES

A. Type 1 - Sealed Insulating Glass Units: Vision glazing.

1. Application(s): Exterior glazing in storefront & curtain walls unless otherwise

indicated.

Tempered as noted on drawings.

2. Outboard Lite: Annealed float glass, 1/4 inch (6 mm) thick, minimum.

a. Tint: Clear.

b. Coating: Low-E type, on #2 surface.

3. Inboard Lite: Annealed float glass, 1/4 inch (6 mm) thick, minimum.

a. Tint: Clear.

4. Glazing Method: Gasket glazing.

B. Type 2 – Single pane Glass Units: Vision glazing.

1. Application(s): In aluminum entrances unless otherwise indicated.

2. Single Lite: Tempered safety glass, 1/4 inch (6 mm) thick, minimum.

a. Tint: Clear.

3. Glazing Method: Gasket glazing.

2.02 EXTERIOR GLAZING ASSEMBLIES

A. Structural Design Criteria: Select type and thickness to withstand dead loads and wind

loads acting normal to plane of glass at design pressures calculated in accordance with

Ohio Building Code.

1. Use the procedure specified in ASTM E1300 to determine glass type and

thickness.

Page 260: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GLAZING DESIGN GROUP 3, LLC. 08-8000 - 2

2. Limit glass deflection to 1/200 or flexure limit of glass, whichever is less, with full

recovery of glazing materials.

3. Thicknesses listed are minimum.

B. Air and Vapor Seals: Provide completed assemblies that maintain continuity of building

enclosure vapor retarder and air barrier:

1. In conjunction with vapor retarder and joint sealer materials described in other

sections.

2. To utilize the inner pane of multiple pane sealed units for the continuity of the air

barrier and vapor retarder seal.

3. To maintain a continuous air barrier and vapor retarder throughout the glazed

assembly from glass pane to heel bead of glazing sealant.

2.03 GLASS MATERIALS

A. Float Glass: All glazing is to be float glass unless otherwise indicated.

1. Annealed Type: ASTM C1036, Type I, transparent flat, Class 1 clear, Quality Q3

(glazing select).

2. Heat-Strengthened and Fully Tempered Types: ASTM C1048.

3. Tinted Types: Color and performance characteristics as indicated.

4. Thicknesses: As indicated; for exterior glazing comply with specified

requirements for wind load design regardless of specified thickness.

B. Laminated Glass: Float glass laminated in accordance with ASTM C1172.

1. Laminated Safety Glass: Comply with 16 CFR 1201 test requirements for

Category II.

2. Plastic Interlayer: 0.060 inch (1.52 mm) thick, minimum.

3. Where fully tempered is specified or required, provide glass that has been

tempered by the tong-less horizontal method.

2.04 SEALED INSULATING GLASS UNITS

A. Sealed Insulating Glass Units: Types as indicated.

1. Locations: Exterior, except as otherwise indicated.

2. Durability: Certified by an independent testing agency to comply with ASTM

E2190.

3. Edge Spacers: Aluminum, bent and soldered corners.

4. Edge Seal: Glass to elastomer with supplementary silicone sealant.

5. Purge interpane space with dry hermetic air.

2.05 GLAZING COMPOUNDS

A. Butyl Sealant: Single component; ASTM C 920, Grade NS, Class 12-1/2, Uses M and

A; Shore A hardness of 10 to 20; black color; non-skinning.

2.06 GLAZING ACCESSORIES

A. Setting Blocks: Neoprene, 80 to 90 Shore A durometer hardness, ASTM C864 Option I.

Length of 0.1 inch for each square foot (25 mm for each square meter) of glazing or

minimum 4 inch (100 mm) x width of glazing rabbet space minus 1/16 inch (1.5 mm) x

height to suit glazing method and pane weight and area.

Page 261: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GLAZING DESIGN GROUP 3, LLC. 08-8000 - 3

B. Spacer Shims: Neoprene, 50 to 60 Shore A durometer hardness, ASTM C 864 Option I.

Minimum 3 inch (75 mm) long x one half the height of the glazing stop x thickness to

suit application, self adhesive on one face.

C. Glazing Clips: Manufacturer's standard type.

PART 3 EXECUTION 3.01 INSTALLATION - EXTERIOR/INTERIOR DRY METHOD

(GASKET GLAZING)

A. Place setting blocks at 1/4 points with edge block no more than 6 inches (150 mm) from

corners.

B. Rest glazing on setting blocks and push against fixed stop with sufficient pressure on

gasket to attain full contact.

C. Install removable stops without displacing glazing gasket; exert pressure for full

continuous contact.

3.02 INSTALLATION - EXTERIOR PUTTY METHOD (WOOD WINDOW RE-GLAZING)

A. Remove existing putty, glazing points & glass.

B. Clean & dress frames down to bare wood.

C. Treat wood with penetrating, solvent based wood sealer.

D. Set glass with glazing points maximum 6” o.c.

C. Apply oil based glazing putty.

END OF SECTION

Page 262: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 1

SECTION 09 2116 - GYPSUM BOARD ASSEMBLIES A

PART 1 GENERAL 1.01 SECTION INCLUDES

A. Performance criteria for gypsum board assemblies.

B. Metal stud wall framing.

C. Metal channel ceiling framing.

E. Gypsum sheathing.

F. Cementitious backing board.

G. Gypsum wallboard.

H. Joint treatment and accessories.

I. Predecorated gypsum board.

1.02 RELATED REQUIREMENTS

A. Section 05 4000 - Cold-Formed Metal Framing: Exterior wind-load-bearing metal stud

framing.

B. Section 06 1000 - Rough Carpentry: Building framing and sheathing.

C. Section 07 2100 - Thermal Insulation: Acoustic insulation.

D. Section 07 9005 - Joint Sealers: Acoustic sealant.

1.03 REFERENCE STANDARDS

A. AISI SG02-1 - North American Specification for the Design of Cold-Formed Steel

Structural Members; American Iron and Steel Institute; 2001 with 2004 supplement.

(replaced SG-971)

B. ANSI A108.11 - American National Standard for Interior Installation of Cementitious

Backer Units; 2013.1.

C. ANSI A118.9 - American National Standard Specifications for Test Methods and

Specifications for Cementitious Backer Units; 2013.1.

D. ASTM C475/C475M - Standard Specification for Joint Compound and Joint Tape for

Finishing Gypsum Board; 2012.

E. ASTM C514 - Standard Specification for Nails for the Application of Gypsum Board;

2004 (Reapproved 2009)e1.

F. ASTM C840 - Standard Specification for Application and Finishing of Gypsum Board;

2011.

G. ASTM C954 - Standard Specification for Steel Drill Screws for the Application of

Gypsum Panel Products or Metal Plaster Bases to Steel Studs From 0.033 in. (0.84 mm)

to 0.112 in. (2.84 mm) in Thickness; 2011.

H. ASTM C1288 - Standard Specification for Discrete Non-Asbestos Fiber-Cement Interior

Substrate Sheets; 1999 (Reapproved 2010).

I ASTM C1396/C1396M - Standard Specification for Gypsum Board; 2013.

K. ASTM D3273 - Standard Test Method for Resistance to Growth of Mold on the Surface

of Interior Coatings in an Environmental Chamber; 2012.

Page 263: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 2

L. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building

Materials; 2013a.

M. UL 752 - Standard for Bullet-Resisting Equipment; Current Edition, Including All

Revisions.

N. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition.

1.04 SUBMITTALS

A. Shop Drawings: Indicate special details associated with fireproofing and acoustic seals.

B. Product Data: Provide data on metal framing, gypsum board, accessories, and joint

finishing system.

C. Product Data: Provide manufacturer's data on partition head to structure connectors,

showing compliance with requirements.

D. Test Reports: For all stud framing products that do not comply with ASTM C645 or C

754, provide independent laboratory reports showing maximum stud heights at required

spacings and deflections.

E. Test Reports: Bullet resistant sheathing and wallboard.

F. Samples: Submit two samples of predecorated gypsum board, 12 by 12 inches (300 by

300 mm) in size, illustrating finish color and texture.

1.05 QUALITY ASSURANCE

A. Installer Qualifications: Company specializing in performing gypsum board application

and finishing, with minimum 5 years of documented experience.

B. Copies of Documents at Site: Maintain at the project site a copy of each referenced

document that prescribes execution requirements.

PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES

A. Provide completed assemblies complying with ASTM C840 and GA-216.

1. See PART 3 for finishing requirements.

B. Interior Partitions Indicated as Acoustic: Provide completed assemblies with the

following characteristics:

1. Acoustic Attenuation: STC of 45-49 calculated in accordance with ASTM E413,

based on tests conducted in accordance with ASTM E90.

C. Shaft Walls at HVAC Shafts: Provide completed assemblies with the following

characteristics:

1. Air Pressure Within Shaft: Sustained loads of 5 lbf/sq ft (0.24 kPa) with maximum

midspan deflection of L/240.

2. Acoustic Attenuation: STC of 35-39 calculated in accordance with ASTM E413,

based on tests conducted in accordance with ASTM E90.

3. Gypsum Association File Numbers: Comply with requirements of GA-600 for the

particular assembly.

4. UL Assembly Numbers: Provide construction equivalent to that listed for the

particular assembly in the current UL Fire Resistance Directory.

Page 264: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 3

2.02 METAL FRAMING MATERIALS

A. Manufacturers - Metal Framing, Connectors, and Accessories:

1. See 05 4000 Cold Foremed Metal Framing

B. Non-Loadbearing Framing System Components: ASTM C645; galvanized sheet steel, of

size and properties necessary to comply with ASTM C754 for the spacing indicated,

with maximum deflection of wall framing of L/240 at 5 psf (240 Pa).

1. Studs: "C" shaped with flat or formed webs with knurled faces.

2. Runners: U shaped, sized to match studs.

3. Ceiling Channels: C shaped.

4. Furring: Hat-shaped sections, minimum depth of 7/8 inch (22 mm).

5. Resilient Furring Channels: 1/2 inch (12 mm) depth, for attachment to substrate

through one leg only.

C. Exterior Non-Loadbearing Studs and Furring for Application of Gypsum Board: As

specified in Section 09 2216.

D. Loadbearing Studs for Application of Gypsum Board: As specified in Section 05 4000.

E. Shaft Wall Studs and Accessories: ASTM C645; galvanized sheet steel, of size and

properties necessary to comply with ASTM C754 and specified performance

requirements.

F. Ceiling Hangers: Type and size as specified in ASTM C754 for spacing required.

G. Partition Head To Structure Connections: Provide track fastened to structure with legs of

sufficient length to accommodate deflection, for friction fit of studs cut short and

fastened as indicated on drawings.

H. Partition Head to Structure Connections: Provide mechanical anchorage devices that

accommodate deflection using slotted holes, screws and anti-friction bushings,

preventing rotation of studs while maintaining structural performance of partition.

1. Structural Performance: Maintain lateral load resistance and vertical movement

capacity required by applicable code, when evaluated in accordance with AISI

North American Specification for the Design of Cold-Formed Steel Structural

Members.

2. Material: ASTM A653/A653M steel sheet, SS Grade 50/340, with G60/Z180 hot

dipped galvanized coating.

3. Provide components UL-listed for use in UL-listed fire-rated head of partition joint

systems indicated on drawings.

4. Deflection and Firestop Track:

a. Provide mechanical anchorage devices as described above that accommodate

deflection while maintaining the fire-rating of the wall assembly.

b. Acceptable Products:

1) "Posi Clip" by Fire Trak Corporation. 2) "The System" by Metal-Lite, Inc.

5. Provide top track preassembled with connection devices spaced to fit stud spacing

indicated on drawings; minimum track length of 12 feet (3660 mm).

2.03 BOARD MATERIALS

A. Manufacturers - Gypsum-Based Board:

1. American Gypsum: www.americangypsum.com.

Page 265: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 4

2. CertainTeed Corporation: www.certainteed.com.

3. Georgia-Pacific Gypsum: www.gpgypsum.com.

4. Lafarge North America Inc: www.lafargenorthamerica.com.

5. National Gypsum Company: www.nationalgypsum.com.

6. USG Corporation: www.usg.com.

B. Gypsum Wallboard: Paper-faced gypsum panels as defined in ASTM C1396/C1396M;

sizes to minimize joints in place; ends square cut.

1. Application: Use for vertical surfaces and ceilings, unless otherwise indicated.

2. Glass-mat-faced gypsum panels as defined in ASTM C1658/C1658M, suitable for

paint finish, of the same core type and thickness may be substituted for paper-

faced board.

3. Unfaced fiber-reinforced gypsum panels as defined in ASTM C1278/C1278M,

suitable for paint finish, of the same core type and thickness may be substituted for

paper-faced board.

4. Mold Resistance: Score of 10, when tested in accordance with ASTM D3273.

a. Mold-resistant board is required whenever board is being installed before the

building is enclosed and conditioned.

b. Mold-resistant board is required at all locations.

5. At Assemblies Indicated with Fire-Rating: Use type required by indicated tested

assembly; if no tested assembly is indicated, use Type X board, UL or WH listed.

6. Thickness: as indicated on drawings.

C. Backing Board For Wet Areas: One of the following products:

1. Application: Surfaces behind tile in wet areas including tub and shower surrounds,

shower ceilings.

2. Mold Resistance: Score of 10, when tested in accordance with ASTM D3273.

3. ANSI Cement-Based Board: Non-gypsum-based; aggregated Portland cement

panels with glass fiber mesh embedded in front and back surfaces complying with

ANSI A118.9 or ASTM C1325.

a. Thickness: 1/2 inch (12.7 mm).

b. Products:

1) Custom Building Products; Wonderboard.

2) National Gypsum Company; PermaBase Brand Cement Board.

3) National Gypsum Company; PermaBase Flex Brand Cement Board. 4)

USG Corporation; Durock Brand Cement Board.

D. Ceiling Board: Special sag-resistant gypsum ceiling board as defined in ASTM

C1396/C1396M; sizes to minimize joints in place; ends square cut.

1. Application: Ceilings, unless otherwise indicated.

2. Thickness: 1/2 inch (13 mm).

3. Edges: Tapered.

4. Products:

a. American Gypsum; Interior Ceiling Board.

b. CertainTeed Corporation; ProRoc Interior Ceiling.

c. Georgia-Pacific Gypsum; ToughRock CD Ceiling Board.

Page 266: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 5

d. Lafarge North America Inc; Sagcheck.

e. National Gypsum Company; High Strength Brand Ceiling Board.

f. USG Corporation; Sheetrock Brand Sag-Resistant Interior Gypsum Ceiling

Board. E. Exterior Sheathing Board: As specified in Section 06 1000.

2.04 ACCESSORIES

A. Acoustic Insulation: As specified in Section 07 2100.

B. Acoustic Sealant: Non-hardening, non-skinning, for use in conjunction with gypsum

board.

C. Acoustic Sealant: As specified in Section 07 9005.

D. Water-Resistive Barrier: As specified in Section 07 2500.

E. Finishing Accessories: ASTM C1047, galvanized steel or rolled zinc, unless otherwise

indicated.

1. Types: As detailed or required for finished appearance.

2. Special Shapes: In addition to conventional cornerbead and control joints, provide

U-bead at exposed panel edges.

3. Manufacturers - Finishing Accessories:

a. Same manufacturer as framing materials.

F. Joint Materials: ASTM C475 and as recommended by gypsum board manufacturer for

project conditions.

1. Tape: 2 inch (50 mm) wide, coated glass fiber tape for joints and corners, except as

otherwise indicated.

2. Tape: 2 inch (50 mm) wide, creased paper tape for joints and corners, except as

otherwise indicated.

3. Ready-mixed vinyl-based joint compound.

G. Screws for Attachment to Steel Members Less Than 0.03 inch (0.7 mm) In Thickness, to

Wood Members, and to Gypsum Board: ASTM C1002; self-piercing tapping type;

cadmium-plated for exterior locations.

H. Screws for Attachment to Steel Members From 0.033 to 0.112 inch (0.8 to 2.8 mm) in

Thickness: ASTM C954; steel drill screws for application of gypsum board to

loadbearing steel studs.

I. Nails for Attachment to Wood Members: ASTM C514.

J. Staples For Attachment of Base Ply of Two-Ply Assembly to Wood Members: Flattened

galvanized wire type as specified in ASTM C840.

K. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and

size to suit application; to rigidly secure materials in place. L. Adhesive for

Attachment to Wood: ASTM C557.

M. Exterior Soffit Vents: One piece, perforated, ASTM B 221 6063 T5 alloy aluminum,

with edge suitable for direct application to gypsum board and manufactured especially

for soffit application. Provide continuous vent.

PART 3 EXECUTION 3.01 EXAMINATION

Page 267: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 6

A. Verify that project conditions are appropriate for work of this section to commence.

3.02 FRAMING INSTALLATION

A. Metal Framing: Install in accordance with ASTM C754 and manufacturer's instructions. B. Suspended Ceilings and Soffits: Space framing and furring members as indicated.

1. Level ceiling system to a tolerance of 1/1200.

2. Laterally brace entire suspension system.

3. Install bracing as required at exterior locations to resist wind uplift. C.

Studs: Space studs as permitted by standard.

1. Extend partition framing to structure where indicated and to ceiling in other

locations.

2. Partitions Terminating at Ceiling: Attach ceiling runner securely to ceiling track in

accordance with manufacturer's instructions.

3. Partitions Terminating at Structure: Attach extended leg top runner to structure,

maintain clearance between top of studs and structure, and brace both flanges of

studs with continuous bridging.

D. Openings: Reinforce openings as required for weight of doors or operable panels, using

not less than double studs at jambs.

E. Standard Wall Furring: Install at concrete walls scheduled to receive gypsum board, not

more than 4 inches (100 mm) from floor and ceiling lines and abutting walls. Secure in

place on alternate channel flanges at maximum 24 inches (600 mm) on center.

F. Acoustic Furring: Install resilient channels at maximum 24 inches (600 mm) on center.

Locate joints over framing members.

G. Furring for Fire Ratings: Install as required for fire resistance ratings indicated and to

GA-600 requirements.

3.03 ACOUSTIC ACCESSORIES INSTALLATION

A. Acoustic Insulation: Place tightly within spaces, around cut openings, behind and around electrical and mechanical items within partitions, and tight to items passing through partitions. B. Acoustic Sealant: Install in accordance with manufacturer's instructions.

1. Place one bead continuously on substrate before installation of perimeter framing

members.

2. Place continuous bead at perimeter of each layer of gypsum board.

3. In non-fire-rated construction, seal around all penetrations by conduit, pipe, ducts,

and rough-in boxes.

3.04 BOARD INSTALLATION

A. Comply with ASTM C 840, GA-216, and manufacturer's instructions. Install to minimize

butt end joints, especially in highly visible locations.

B. Single-Layer Non-Rated: Install gypsum board in most economical direction, with ends

and edges occurring over firm bearing.

1. Exception: Tapered edges to receive joint treatment at right angles to framing.

C. Double-Layer Non-Rated: Use gypsum board for first layer, placed parallel to framing or

furring members, with ends and edges occurring over firm bearing. Use glass mat faced

gypsum board at exterior walls and at other locations as indicated. Place second layer

perpendicular to framing or furring members. Offset joints of second layer from joints

of first layer.

Page 268: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 7

D. Fire-Rated Construction: Install gypsum board in strict compliance with requirements of

assembly listing.

E. Exposed Gypsum Board in Interior Wet Areas: Seal joints, cut edges, and holes with

waterresistant sealant.

F. Exterior Sheathing: Comply with ASTM C1280. Install sheathing vertically, with edges

butted tight and ends occurring over firm bearing.

1. Seal joints, cut edges, and holes with water-resistant sealant.

2. Paper-Faced Sheathing: Immediately after installation, protect from weather by

application of water-resistive barrier.

G. Exterior Soffits: Install exterior soffit board perpendicular to framing, with staggered end

joints over framing members or other solid backing.

1. Seal joints, cut edges, and holes with water-resistant sealant.

H. Cementitious Backing Board: Install over steel framing members and plywood substrate

where indicated, in accordance with ANSI A108.11 and manufacturer's instructions.

I. Installation on Metal Framing: Use screws for attachment of all gypsum board except

face layer of non-rated double-layer assemblies, which may be installed by means of

adhesive lamination.

3.05 INSTALLATION OF TRIM AND ACCESSORIES

A. Control Joints: Place control joints consistent with lines of building spaces and as

indicated.

1. Not more than 30 feet (10 meters) apart on walls and ceilings over 50

feet (16 meters) long.

2. At exterior soffits, not more than 30 feet (10 meters) apart in both

directions. B. Corner Beads: Install at external corners, using longest

practical lengths.

C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials and as

indicated. D. Exterior Soffit Vents: Install according to manufacturer's written instructions

and in locations shown on the drawings. Provide vent area specified.

3.06 JOINT TREATMENT

A. Glass Mat Faced Gypsum Board and Exterior Glass Mat Faced Sheathing: Use fiberglass

joint tape, bedded and finished with chemical hardening type joint compound.

B. Paper Faced Gypsum Board: Use paper joint tape, bedded with ready-mixed vinyl-based

joint compound and finished with ready-mixed vinyl-based joint compound.

C. Finish gypsum board in accordance with levels defined in ASTM C840, as follows:

1. Level 5: Walls and ceilings to receive semi-gloss or gloss paint finish and other

areas specifically indicated.

D. Tape, fill, and sand exposed joints, edges, and corners to produce smooth surface ready to

receive finishes.

1. Feather coats of joint compound so that camber is maximum 1/32 inch (0.8 mm).

2. Taping, filling and sanding is not required at base layer of double layer

applications.

Page 269: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE GYPSUM BOARD ASSEMBLIES DESIGN GROUP 3, LLC 09 2116 - 8

E. Where Level 5 finish is indicated, spray apply high build drywall surfacer over entire

surface after joints have been properly treated; achieve a flat and tool mark-free finish.

F. Fill and finish joints and corners of cementitious backing board as recommended by

manufacturer.

3.7 TOLERANCES

A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in

10 feet (3 mm in 3 m) in any direction.

END OF SECTION

Page 270: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 1

SECTION 09 9000 - PAINTING AND COATING

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Surface preparation.

B. Field application of paints and other coatings.

C. Materials for backpriming woodwork.

D. Scope: Finish all interior surfaces exposed to view, unless fully factory-finished and

unless otherwise indicated.

E. Do Not Paint or Finish the Following Items:

1. Items fully factory-finished unless specifically so indicated; materials and products

having factory-applied primers are not considered factory finished.

2. Items indicated to receive other finishes.

3. Items indicated to remain unfinished.

4. Non-metallic roofing and flashing.

5. Stainless steel, anodized aluminum, bronze, terne, and lead items.

6. Marble, granite, slate, and other natural stones.

7. Glass.

1.02 RELATED REQUIREMENTS

A. Section 07 9005 – Joint Sealers

1.03 DEFINITIONS

A. Conform to ASTM D 16 for interpretation of terms used in this section.

1.04 REFERENCE STANDARDS

A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for

Architectural Coatings; U.S. Environmental Protection Agency; current edition.

B. ASTM D 16 - Standard Terminology for Paint, Related Coatings, Materials, and

Applications; 2007.

C. ASTM D 4442 - Standard Test Methods for Direct Moisture Content Measurement of

Wood and Wood-Base Materials; 1992 (Reapproved 2003).

D. SSPC (PMI) – Good Painting Practice; SSPC Painting Manual, Vol. 1; Society for

Protective Coatings; Fourth Edition.

1.05 SUBMITTALS

A. See Section 01 3000 - Administrative Requirements, for submittal procedures.

B. Product Data: Provide data on all finishing products and special coatings, including

VOC content.

Page 271: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 2

C. Samples: Submit two paper chip samples, 6 x 6 inch in size illustrating range of colors

and textures available for each surface finishing product scheduled.

D. Certification: By manufacturer that all paints and coatings comply with VOC limits

specified. E. Manufacturer's Instructions: Indicate special surface preparation

procedures and substrate conditions requiring special attention.

F. Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated

surfaces.

G. Maintenance Materials: Furnish the following for Owner's use in maintenance of project.

1. Extra Paint and Coatings: 1 gallon of each color, type, and surface texture; store

where directed.

2. Label each container with color, type, texture, and room locations in addition to the

manufacturer's label.

1.06 QUALITY ASSURANCE

A. Manufacturer Qualifications: Company specializing in manufacturing the products

specified, with minimum three years documented experience.

B. Applicator Qualifications: Company specializing in performing the type of work

specified with minimum five years experience.

1.07 MOCK-UP

A. Provide panel, 4 feet long, illustrating coating color, texture, and finish.

B. Locate where directed.

C. Mock-up may remain as part of the work.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.

B. Container Label: Include manufacturer's name, type of paint, brand name, lot number,

brand code, coverage, surface preparation, drying time, cleanup requirements, color

designation, and instructions for mixing and reducing.

C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum

of 90 degrees F, in ventilated area, and as required by manufacturer's instructions.

1.09 FIELD CONDITIONS

A. Do not apply materials when surface and ambient temperatures are outside the

temperature ranges required by the paint product manufacturer.

B. Follow manufacturer's recommended procedures for producing best results, including

testing of substrates, moisture in substrates, and humidity and temperature limitations.

C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside

the humidity ranges required by the paint product manufacturer.

Page 272: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 3

D. Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50

degrees F for exterior; unless required otherwise by manufacturer's instructions.

E. Minimum Application Temperature for Varnish Finishes: 65 degrees F for interior or

exterior, unless required otherwise by manufacturer's instructions.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Provide all paint and coating products from the same manufacturer to the greatest extent

possible.

B. Paints:

109. 1. Basis of Design: Sherwin Williams Company: www.sherwin-williams.com 2. Duron, Inc: www.duron.com

3. ICI Paints: www.icipaintsinna.com.

4. PPG Architectural Finishes, Inc: www.ppgaf.com.

2.02 PAINTS AND COATINGS - GENERAL

A. Paints and Coatings: Ready mixed.

1. Provide paints and coatings of a soft paste consistency, capable of being readily and

uniformly dispersed to a homogeneous coating, with good flow and brushing

properties, and capable of drying or curing free of streaks or sags.

2. Provide materials that are compatible with one another and the substrates indicated

under conditions of service and application, as demonstrated by manufacturer based

on testing and field experience.

3. For opaque finishes, tint each coat including primer coat and intermediate coats,

one-half shade lighter than succeeding coat, with final finish coat as base color.

4. Supply each coating material in quantity required to complete entire project's work

from a single production run.

5. Do not reduce, thin, or dilute coatings or add materials to coatings unless such

procedure is specifically described in manufacturer's product instructions.

B. Primers: Where the manufacturer offers options on primers for a particular

substrate, use primer categorized as "best" by the manufacturer. C. Volatile

Organic Compound (VOC) Content:

1. Provide coatings that comply with the most stringent requirements specified in the

following:

Page 273: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 4

a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission

Standards for Architectural Coatings.

b. Ozone Transport Commission (OTC) Model Rule, Architectural, Industrial,

and Maintenance Coatings; www.otcair.org; specifically:

1) Opaque, Flat: 100 g/L, maximum.

2) Opaque, Nonflat: 150 g/L, maximum.

3) Opaque, High Gloss: 250 g/L, maximum. 4) Varnishes: 350 g/L,

maximum.

c. Architectural coatings VOC limits of State in which the project is located.

d. USGBC LEED Rating System; for interior wall and ceiling finish (all coats),

anticorrosive paints on interior ferrous metal, clear wood stains and finishes,

sanding sealers, other sealers, shellac, and floor coatings.

2. Determination of VOC Content: Testing and calculation in accordance with 40

CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base

and water added at project site; or other method acceptable to authorities having

jurisdiction.

D. Chemical Content: The following compounds are prohibited: Used with LEED-CI

1. Aromatic Compounds: In excess of 1.0 percent by weight of total aromatic

compounds (hydrocarbon compounds containing one or more benzene rings).

2. Acrolein, acrylonitrile, antimony, benzene, butyl benzyl phthalate, cadmium, di

(2ethylhexyl) phthalate, di-n-butyl phthalate, di-n-octyl phthalate, 1,2-

dichlorobenzene, diethyl phthalate, dimethyl phthalate, ethylbenzene,

formaldehyde, hexavalent chromium, isophorone, lead, mercury, methyl ethyl

ketone, methyl isobutyl ketone, methylene chloride, naphthalene, toluene

(methylbenzene), 1,1,1-trichloroethane, vinyl chloride.

E. Flammability: Comply with International Building Code for surface burning

characteristics. F. Colors: To be selected from manufacturer's full range of

available colors.

1. Selection to be made by Architect after award of contract.

2. Allow for minimum of three colors for each system, unless otherwise indicated,

without additional cost to Owner.

3. Extend colors to surface edges; colors may change at any edge as directed by

Architect.

4. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the

wall/ceiling they are mounted on/under.

2.04 PAINT SYSTEMS – INTERIOR

A. Paint GI-OP-2L - Gypsum Board/Plaster, Latex, 2 Coat: 1. One coat of ProGreen™ 200 Interior Latex Primer, B28W600 Series primer sealer.

2. Eggshell: One coat of latex enamel; ProGreen™ 200 Interior Latex Eg-Shel,

B20W651

Page 274: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 5

3. Flat: One coat of latex enamel; ProGreen™ 200 Interior Latex Flat, B30W651.

2.05 ACCESSORY MATERIALS

A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths,

sanding materials, and clean-up materials required to achieve the finishes specified whether

specifically indicated or not; commercial quality. B. Patching Material: Latex filler.

C. Fastener Head Cover Material: Latex filler.

PART 3 EXECUTION 3.01 EXAMINATION

A. Do not begin application of coatings until substrates have been properly prepared.

B. Verify that surfaces are ready to receive work as instructed by the product

manufacturer. C. Examine surfaces scheduled to be finished prior to

commencement of work. Report any condition that may potentially affect proper

application.

D. If substrate preparation is the responsibility of another installer, notify Architect of

unsatisfactory preparation before proceeding.

E. Test shop-applied primer for compatibility with subsequent cover materials.

F. Measure moisture content of surfaces using an electronic moisture meter. Do not apply

finishes unless moisture content of surfaces are below the following maximums:

1. Masonry, Concrete, and Concrete Unit Masonry: 12 percent.

2. Exterior Wood: 15 percent, measured in accordance with ASTM D 4442.

3.02 PREPARATION

A. Clean surfaces thoroughly and correct defects prior to coating application.

B. Prepare surfaces using the methods recommended by the manufacturer for achieving the

best result for the substrate under the project conditions.

C. Remove or repair existing coatings that exhibit surface defects.

D. Remove surface appurtenances, including electrical plates, hardware, light fixture trim,

escutcheons, and fittings, prior to preparing surfaces or finishing.

E. Seal surfaces that might cause bleed through or staining of topcoat.

F. Remove mildew from impervious surfaces by scrubbing with solution of tetra-sodium

phosphate;

or tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry.

G. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt

or alkali powder, and other foreign matter. Remove oil and grease with a solution of

tri-sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering

Page 275: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 6

of corroding metals with a solution of sodium metasilicate after thoroughly wetting

with water. Allow to dry. H. Galvanized Surfaces to be Painted: Remove surface

contamination and oils and wash with solvent. Apply coat of etching primer.

I. Corroded Steel and Iron Surfaces to be Painted: Prepare using at least SSPC-PC 2 (hand

tool cleaning) or SSPC-SP 3 (power tool cleaning) followed by SSPC-SP 1 (solvent

cleaning).

J. Uncorroded Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale,

weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by

hand or power tool wire brushing or sandblasting; clean by washing with solvent.

Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are

similarly cleaned. Prime paint entire surface; spot prime after repairs.

K. Shop-Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose

primer and rust. Feather edges to make touch-up patches inconspicuous. Clean

surfaces with solvent. Prime bare steel surfaces. Re-prime entire shop-primed item.

L. Exterior Wood Surfaces to Receive Opaque Finish: Remove dust, grit, and foreign

matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior

calking compound after prime coat has been applied. Back prime concealed surfaces

before installation.

3.03 APPLICATION

A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and

electrical components and paint separately.

B. Exterior Wood to Receive Opaque Finish: If final painting must be delayed more than

2 weeks after installation of woodwork, apply primer within 2 weeks and final coating

within 4 weeks. C. Apply products in accordance with manufacturer's instructions.

D. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied.

E. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next

coat is applied.

F. Apply each coat to uniform appearance.

G. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply as

many coats as necessary for complete hide. Saturation free of skips and apparent

"roller" marks. H. Sand wood and metal surfaces lightly between coats to achieve

required finish.

I. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles

just prior to applying next coat.

3.04 CLEANING

A. Collect waste material that could constitute a fire hazard, place in closed metal

containers, and remove daily from site.

Page 276: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 7

3.05 PROTECTION

A. Protect finished coatings until completion of project.

B. Touch-up damaged coatings after Substantial Completion.

3.06 SCHEDULE - PAINT SYSTEMS

A. Concrete, Concrete Block, Brick Masonry: Finish all surfaces exposed to view.

1. Exterior: CE-OP-2L, flat.

B. Wood: Finish all surfaces exposed to view.

1. Exterior trim and frames: WE-

OP-2L, gloss C. Steel Doors and Frames:

Finish all surfaces.

1. Exterior: ME-OP-2L- semi-gloss

D. Steel Fabrications: Finish all surfaces exposed to view.

1. Exterior: ME-OP-2L, gloss; finish all surfaces, including concealed surfaces,

before installation.

E. Galvanized Steel: Finish all surfaces exposed to view.

1. Exterior: MgE-OP-3L – semi-gloss

F. Gypsum Board: Finish all surfaces exposed to view.

1. Exterior Soffits: GE-OP-2L, flat.

2. Interior Ceilings and Bulkheads: GI-OP-2L, flat.

3. Interior Walls: GI-OP-2L, Eg-shell. END OF SECTION

Page 277: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 8

SECTION 10 7113 - EXTERIOR SUN SHADES

PART 1 GENERAL 1.01 WORK INCLUDED

A. Furnish and install architectural aluminum curtain wall complete with integral exterior

sunshade device and related components as shown on drawings and specified in this

section.

1.02 RELATED WORK

A. Section 08 41 13 – Aluminum – Framed Entrances and Storefronts

B. Section 08 44 13 – Glazed Aluminum Curtain Walls

C. Section 08 80 00 – Glass and Glazing

1.03 PERFORMANCE REQUIREMENTS

A. Sunshade must be designed to resist:

1. 18 psf downward wind load.

2. 40 psf upward wind load.

3. 77 psf snow load

B. Sunshade must be designed to transfer these loads to the “point of attachment.”

Curtainwall system (specified elsewhere) must be designed to support full loads imposed

by sunshades, and must provide attachment points to accommodate sunshade application.

1.04 PROJECT CONDITIONS

A. Field Measurements: Verify actual locations of attachment points and other construction

contiguous with sunshades by field measurements before fabrication and indicate

measurements on Shop Drawings.

1.05 SUBMITTALS

A. Contractor shall submit shop drawings; finish samples, test reports, and warranties.

1. Samples of materials as may be requested without cost to owner, i.e., metal, glazing,

fasteners, anchors, frame sections, mullion section, corner section, etc.

B. Delegated Design: For installed products indicated to comply with design loads, include

structural analysis data signed and sealed by the qualified professional engineer,

registered in the state of Ohio, responsible for their preparation.

Page 278: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 9

1.06 WARRANTIES

A. Workmanship

1. The responsible contractor shall assume full responsibility and warrant for one (1)

year the satisfactory performance of the sunshade. This includes the glazing,

sunshade device anchorage and setting system, as per the specifications and approved

shop drawings.

2. Any deficiencies due to such elements not meeting the specifications shall be

corrected by the responsible contractor at their expense during the warranty period.

B. Window Material and Workmanship

1. Provide written guarantee against defects in material and workmanship for 3 years

from the date of final shipment.

2. Warranty period shall be for 20 years from the date of substantial completion.

3. Provide organic finish warranty based on AAMA standard 2605.

PART 2 PRODUCTS 2.01 MANUFACTURERS

A. In keeping with aesthetic design intent and project performance requirements,

provide fully engineered, custom sunshades from the following approved list of

manufacturers: B. 1. Architectural Grills and Sunshades (AGS, Inc.), Mokena, IL, www.agsshade.com

2. Bo-mar, Indianapolis, IN www.bo-marind.com

3. EFCO, Monett, MO www.efcocorp.com

4. Ruskin, Inc., Geneva, AL, www.ruskin.com

5. Sharchs, Ft. Worth, TX, www.sharchs.com

2.01 MATERIALS

A. Custom Sunshades: Architectural drawings display design intent for sunshade structures.

While system provider is responsible for selecting proper components to accommodate

load requirements, aesthetic intent is not to be modified to meet this goal without written

approval from the architect.

1. Extruded aluminum 2” x 5” tube front fascia

2. Extruded aluminum 6” airfoil blades (seven)

3. Tapered plate aluminum outriggers

4. Overhead stainless steel support rods with turnbuckle hardware

5. Plate aluminum attachment brackets

6. Extruded aluminum shall be 6063-T6 alloy and temper.

C. Anchors

1. Perimeter and floor line anchors shall be aluminum or steel. All steel anchors shall be

properly insulated from the aluminum.

Page 279: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 10

2.02 FABRICATION

A. General

1. All aluminum horizontal extrusions (blades) shall have a minimum wall thickness of

.063" (1.5 mm) to .125" (3 mm).

2. Sunshade and awning “arms” and mullion clips shall be extrusions with a nominal

wall thickness of .25” (6 mm).

3. Fabrication may be welded with all welds blended architecturally, or non-welded with

integral fastening and hair-line joints.

C. Finish

1. Finish for aluminum and/or stainless steel components shall be brushed, alumnum

components shall be brushed and clear anodized.

PART 3 EXECUTION 3.01 INSPECTION

A. Job Conditions

1. All openings shall be prepared by others to the proper size and shall be plumb, level,

and in the proper location and alignment as shown on the architect's drawings. Notify

project architect prior to installation regarding any substrate conditions not meeting

requirements, and

do not proceed with installation until all necessary corrections to substrate have been

completed.

2. Provide for manufacturer representation to conduct pre-installation site meeting.

3.02 INSTALLATION

A. Use only skilled tradesmen with work done in accordance with approved shop drawings

and established specifications, and erect all curtain wall components to all building bench

marks and column center lines.

B. Adequately anchor to maintain positions permanently when subjected to normal thermal

movement, building movement, and specified wind loads.

C. Furnish and apply sealants to provide a weather tight installation at all joints and

intersections and at opening perimeters. Wipe off excess material, leave all exposed

surfaces and joints clean and smooth.

3.03 ANCHORAGE

Page 280: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 11

A. Adequately anchor to maintain positions permanently when subjected to normal thermal

movement, specified building movement, and specified wind loads.

3.04 PROTECTION AND CLEANING

A. The general contractor shall protect the aluminum materials and finish against damage

from construction activities and harmful substances. The general contractor shall remove

any protective coatings as directed by the architect, and shall clean the aluminum surfaces

as recommended for the type of finish applied.

END OF SECTION

Page 281: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 12

SECTION VI

ATTACHMENTS

Page 282: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 13

ATTACHMENT I

GENERAL SAFETY RULES

Page 283: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 14

Greater Dayton Regional Transit Authority

GENERAL SAFETY RULES

1. ACCIDENTS or INJURIES, regardless of their nature, shall be reported to the supervisor

for immediate attention.

2. HARD HATS shall be worn at all times while on the construction site.

3. EXCAVATIONS and TRENCHES:

A. Inspection of the excavation or trench, adjacent areas, and protective systems

must be made by a competent person daily or as required by changing conditions

before employees are permitted to enter the excavation or trench.

B. No employee is to enter a trench that is five feet or more in depth unless it is in

stable rock or is protected by one of the following means: Sloped (laid back),

shored, sheeted, boxed, or by an engineered system designed to prevent cave-in.

C. An access/egress ladder will be placed in all trenches 4 or more feet in depth and

shall not be more than 25 feet from those employees working in the trench.

4. FALL PROTECTION is required when:

A. The walking-on or working surface is six (6) feet or more above the next lower

level.

B. Working above any hazardous equipment or machinery regardless of height.

5. FLOOR OPENINGS shall be:

A. Covered, secured and clearly marked as “Floor Opening”, or

B. Protected by a standard guardrail system.

6. CONFINED SPACE ENTRY is prohibited without the permission of your supervisor.

7. TOOLS shall be operated by authorized personnel, with guards furnished by the

manufacturer in place.

A. Electric Powered Tools: shall be plugged into a circuit that is positively grounded

or is protected by a ground fault circuit interrupter. Tools and cords are to be

inspected for damage prior to use.

D. Hand Tools: shall not be used for any other purpose than that intended, and all

damaged and worn parts are to be promptly repaired and/or replaced.

Page 284: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 15

E. Power Actuated Tools: shall be used by qualified personnel who have been

instructed and trained in their safe use.

8. GOOD HOUSEKEEPING shall be practiced on all projects. Walkways, stairways and

ladder accesses shall be kept clear of debris and rubbish.

9. NAILS shall be turned down or removed from lumber.

10. SAFETY GLASSES, GOGGLES OR FACE SHIELDS shall be worn on grinding,

chipping, welding, or other operations where eye injuries may result.

11. HEARING PROTECTION shall be worn when exposed to noise hazards.

12. SHOES shall be first grade, hard soles, and ankle high.

13. GLOVES shall be worn by those handling debris, old lumber, and rough or sharp edged

material.

14. CLOTHING shall be appropriate to duties being performed. Cuffed trousers, torn or

loose clothing is not recommended. Shorts or cutoffs, tennis shoes and working without

a shirt are prohibited.

15. ACCESS LADDERS shall have side rails extending three feet above the landing area and

shall be securely fastened. The ladder feet shall be placed on a substantial base. The area

around the top and bottom of the ladder shall be kept clear of debris and materials.

16. TAG LINES shall be used when raising or hoisting material or equipment.

17. FIGHTING, HORSEPLAY or PRACTICAL JOKES shall not be permitted on the job.

18. INTOXICATING BEVERAGES AND DRUG POSSESSION or use, before or during

working hours are strictly forbidden.

19. COMPRESSED GAS CYLINDERS must be stored upright, secured, capped and

separated.

20. HAZARDOUS MATERIALS: Information on specific hazardous materials used on this

project is available upon request. Material Safety Data Sheets will be maintained in the

job site offices or a designated location.

21. ASBESTOS REMOVAL is forbidden. If asbestos is encountered or is suspected, notify

your supervisor immediately.

22. HOISTING of PERSONNEL on heavy equipment by unapproved methods is prohibited.

Riding on a crane hook/ball or on a load will result in the dismissal of the rider and the

operator.

23. REPORT ANY VIOLATIONS of the safety rules to your immediate supervisor for

correction, including any hazards not specifically listed herein.

Page 285: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 16

24. SANITARY FACILITIES: Employees shall use proper restroom facilities.

25. ALL POSTED SAFETY RULES shall be obeyed and shall not be removed except by

management’s authorization.

Violation of any of the SAFETY WORK RULES and/or any other safety work rules may

be cause for immediate termination of any contractor.

Page 286: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 17

ATTACHMENT II

PRIME CONTRACTOR – REQUEST FOR INFORMATION

Page 287: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 18

PRIME CONTRACTOR – REQUEST FOR INFORMATION

RFI No.

Contractor

Date Subject

Architect/Owner Job No.

Contractor Job No. Spec. Section/Drawing No./Detail

Project

To: Consultant:

Involved:

Attn: Attn:

cc: Sent by:

To avoid a delay, reply requested by: Reply to:

Date:

By: Firm:

cc:

Page 288: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 19

ATTACHMENT III

REQUEST FOR SUBSTITUTION

Page 289: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 20

ATTACHMENT IV

PREVAILING WAGE RATE General Decision Number: OH170114 08/11/2017 OH114

Superseded General Decision Number: OH20160114

State: Ohio

Construction Type: Building

County: Montgomery County in Ohio.

BUILDING CONSTRUCTION PROJECTS (does not include single family

homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage

of $10.20 for calendar year 2017 applies to all contracts

subject to the Davis-Bacon Act for which the contract is

awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor

must pay all workers in any classification listed on this wage

determination at least $10.20 (or the applicable wage rate

listed on this wage determination, if it is higher) for all

hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional

information on contractor requirements and worker protections

under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 01/13/2017

2 02/03/2017

3 04/21/2017

4 05/12/2017

5 05/19/2017

6 06/02/2017

7 06/16/2017

8 07/21/2017

9 07/28/2017

10 08/11/2017

ASBE0008-010 03/01/2017

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR........................$ 29.10 15.97

----------------------------------------------------------------

BROH0022-005 06/01/2016

Rates Fringes

BRICKLAYER.......................$ 26.17 12.51

----------------------------------------------------------------

Page 290: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 21

BROH0022-011 07/01/2013

Rates Fringes

TILE FINISHER....................$ 22.42 5.41

----------------------------------------------------------------

ELEC0082-004 12/05/2016

Rates Fringes

ELECTRICIAN......................$ 29.05 18.21

----------------------------------------------------------------

ELEV0011-002 01/01/2017

Rates Fringes

ELEVATOR MECHANIC................$ 42.97 31.585+a+b

PAID HOLIDAYS:

a. New Year's Day, Memorial Day, Independence Day, Labor Day,

Vetern's Day, Thanksgiving Day, the Friday after

Thanksgiving, and Christmas Day.

b. Employer contributes 8% of regular hourly rate to vacation

pay credit for employee who has worked in business more

than 5 years; 6% for less than 5 years' service.

----------------------------------------------------------------

* ENGI0018-034 05/01/2017

Rates Fringes

POWER EQUIPMENT OPERATOR

Crane.......................$ 34.84 14.76

----------------------------------------------------------------

ENGI0066-045 06/01/2017

Rates Fringes

POWER EQUIPMENT OPERATOR

Forklift....................$ 28.87 19.66

Grader/Blade................$ 32.42 19.66

Mechanic....................$ 32.92 19.66

----------------------------------------------------------------

IRON0044-020 06/01/2017

Rates Fringes

IRONWORKER, ORNAMENTAL...........$ 26.97 20.70

----------------------------------------------------------------

IRON0290-006 06/01/2017

Rates Fringes

IRONWORKER (Reinforcing and

Structural)......................$ 27.50 21.48

Page 291: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 22

----------------------------------------------------------------

LABO1410-005 06/01/2017

Rates Fringes

LABORER

Asbestos Abatement

(Removal from Ceilings,

Floors, and Walls)..........$ 23.95 10.70

Mason Tender - Brick........$ 24.55 10.70

----------------------------------------------------------------

PAIN0249-005 07/01/2017

Rates Fringes

PAINTER (Brush and Roller).......$ 23.29 10.58

----------------------------------------------------------------

PAIN0387-002 11/01/2016

Rates Fringes

GLAZIER..........................$ 25.50 13.90

----------------------------------------------------------------

* PLUM0050-009 07/01/2017

Rates Fringes

PIPEFITTER (Excludes HVAC

Pipe Installation)...............$ 41.45 24.36

----------------------------------------------------------------

PLUM0162-008 06/01/2017

Rates Fringes

PLUMBER (HVAC Pipe

Installation Only)...............$ 29.25 21.52

----------------------------------------------------------------

ROOF0042-001 08/01/2016

Rates Fringes

ROOFER...........................$ 27.11 14.19

----------------------------------------------------------------

SFOH0669-009 04/01/2017

Rates Fringes

SPRINKLER FITTER (Fire

Sprinklers)......................$ 36.33 15.84

----------------------------------------------------------------

* UAVG-OH-0021 01/01/2017

Rates Fringes

OPERATOR: Oiler.................$ 26.24 15.43

----------------------------------------------------------------

* UAVG-OH-0025 01/01/2017

Page 292: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 23

Rates Fringes

SHEET METAL WORKER, Excludes

HVAC Duct and Unit

Installation.....................$ 27.56 21.91

----------------------------------------------------------------

* UAVG-OH-0031 01/01/2017

Rates Fringes

BRICKLAYER: TILE SETTER..........$ 25.33 12.05

----------------------------------------------------------------

SUOH2012-095 08/29/2014

Rates Fringes

CARPENTER........................$ 21.59 5.70

CEMENT MASON/CONCRETE FINISHER...$ 26.07 12.34

DRYWALL HANGER AND METAL STUD

INSTALLER........................$ 21.02 4.21

FORM WORKER......................$ 22.41 9.01

LABORER: Common or General......$ 20.87 5.92

LABORER: Mason Tender -

Cement/Concrete..................$ 22.95 8.60

LABORER: Pipelayer..............$ 23.98 8.58

OPERATOR:

Backhoe/Excavator/Trackhoe.......$ 33.36 6.13

OPERATOR: Bobcat/Skid

Steer/Skid Loader................$ 30.26 12.58

OPERATOR: Bulldozer.............$ 26.01 4.95

OPERATOR: Loader................$ 29.99 12.80

OPERATOR: Paver (Asphalt,

Aggregate, and Concrete).........$ 30.28 13.29

OPERATOR: Roller................$ 28.25 12.61

PAINTER: Spray..................$ 22.78 12.40

PLUMBER, Excludes HVAC Pipe

Installation.....................$ 26.21 12.51

SHEET METAL WORKER (HVAC Duct

and HVAC Unit Installation

Only)............................$ 24.28 10.50

Page 293: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 24

TRUCK DRIVER: Dump (All Types)...$ 22.08 11.51

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave

for Federal Contractors applies to all contracts subject to the

Davis-Bacon Act for which the contract is awarded (and any

solicitation was issued) on or after January 1, 2017. If this

contract is covered by the EO, the contractor must provide

employees with 1 hour of paid sick leave for every 30 hours

they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their

own illness, injury or other health-related needs, including

preventive care; to assist a family member (or person who is

like family to the employee) who is ill, injured, or has other

health-related needs, including preventive care; or for reasons

resulting from, or to assist a family member (or person who is

like family to the employee) who is a victim of, domestic

violence, sexual assault, or stalking. Additional information

on contractor requirements and worker protections under the EO

is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

determination. The classifications are listed in alphabetical

order of "identifiers" that indicate whether the particular

rate is a union rate (current union negotiated rate for local),

a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed

in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were

prevailing for that classification in the survey. Example:

PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of

the union which prevailed in the survey for this

classification, which in this example would be Plumbers. 0198

indicates the local union number or district council number

where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing

the wage determination. 07/01/2014 is the effective date of the

Page 294: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 25

most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate

changes in the collective bargaining agreement (CBA) governing

this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that

no one rate prevailed for this classification in the survey and

the published rate is derived by computing a weighted average

rate based on all the rates reported in the survey for that

classification. As this weighted average rate includes all

rates reported in the survey, it may include both union and

non-union rates. Example: SULA2012-007 5/13/2014. SU indicates

the rates are survey rates based on a weighted average

calculation of rates and are not majority rates. LA indicates

the State of Louisiana. 2012 is the year of survey on which

these classifications and rates are based. The next number, 007

in the example, is an internal number used in producing the

wage determination. 5/13/2014 indicates the survey completion

date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a

new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate

that no single majority rate prevailed for those

classifications; however, 100% of the data reported for the

classifications was union data. EXAMPLE: UAVG-OH-0010

08/29/2014. UAVG indicates that the rate is a weighted union

average rate. OH indicates the state. The next number, 0010 in

the example, is an internal number used in producing the wage

determination. 08/29/2014 indicates the survey completion date

for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of

each year, to reflect a weighted average of the current

negotiated/CBA rate of the union locals from which the rate is

based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can

be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

Page 295: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 26

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests

for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted

because those Regional Offices have responsibility for the

Davis-Bacon survey program. If the response from this initial

contact is not satisfactory, then the process described in 2.)

and 3.) should be followed.

With regard to any other matter not yet ripe for the formal

process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an

interested party (those affected by the action) can request

review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the

interested party's position and by any information (wage

payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an

interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 296: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 27

ATTACHMENT V

DRAWINGS

Page 297: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 28

Page 298: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 29

Page 299: CONSTRUCTION -- INVITATION FOR BID FOR WRIGHT STOP …proc.greaterdaytonrta.org/docs/17-28/IFB GD17-28...WRIGHT STOP PLAZA CONCOURSE FACADE RENOVATION CONTRACT BID NO. GD 17-28 PREPARED

GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 30