Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
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
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
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
-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
-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
-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
-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
-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
-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
-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
-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
-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
-1-
SECTION I
INVITATION FOR BID
-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.
-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
-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.
-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
-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)
-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
-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)
-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)
-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:
-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.
-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
-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)
-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)
-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)
-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)
-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)
-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)
-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
-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)
-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:
-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:
-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)
-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:
-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.
-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.
-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.
-28-
SECTION II
INSTRUCTIONS TO BIDDERS AND SPECIAL CONDITIONS
-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.
-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
-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
-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.
-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
-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
-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
-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.
-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
-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
-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)
-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.
-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
-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.
-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
-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
-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;
-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.
-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.
-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.
-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
-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.
-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);
-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.
-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.
-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
-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.
-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.
-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
-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.
-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
-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
-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:
-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
-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
-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.
-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
-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
-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.
-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
-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
-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
-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;
-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
-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
-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
-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.
-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
-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
-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.
-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
-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
-81-
equally qualified applicant who is a member of any racial or ethnic minority, female, an
individual with a disability, or former employee.
-82-
SECTION III
SPECIAL CONDITIONS
-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.
-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
-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.
-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.
-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.
-88-
SECTION IV
CONTRACT EXAMPLE
-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.
-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.
-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
-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
-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
-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
-95-
SECTION V
TECHNICAL SPECIFICATION
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
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
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
END OF SECTION
GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE LIST OF DRAWING SHEETS DESIGN GROUP 3, LLC 01 0115 - 1
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.
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.
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.
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
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.
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.
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.
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
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.
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.
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
GDRTA WRIGHT STOP CAMPUS RENOVATION OF CONCOURSE DESIGN GROUP 3, LLC
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.
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
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.
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.
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
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.
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
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
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.
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
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.
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.
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.
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.
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
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
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.
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.
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.
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,
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.
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.
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.
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.
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
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.
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
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
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.
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
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.
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
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
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.
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.
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.
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
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
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.
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.
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
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.
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.
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."
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
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
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
DESIGN GROUP 3, LLC
01 7419 - 2
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.
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.
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.
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
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.
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.
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.
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:
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.
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.
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
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
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.
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.
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
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
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:
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.
GDRTA WSC RENOVATION OF CONCOURSE DEMONSTRATION AND TRAINING DESIGN GROUP 3, LLC 01 7900 - 4
END OF SECTION
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.
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.
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.
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
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.
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
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.
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.
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.
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:
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
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.
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.
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.
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
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.
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:
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.
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.
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
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.
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.
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
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.
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
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.
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).
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.
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.
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
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.
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.
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
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.
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.
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
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.
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.
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.
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.
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.
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
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.
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:
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.
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.
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.
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.
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
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.
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.
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.
GDRTA WSC RENOVATION OF CONCOURSE JOINT SEALERS DESIGN GROUP 3, LLC 07 9005 - 4
END OF SECTION
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.
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.
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.
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.
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
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
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
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.
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.
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
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.
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
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.
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.
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
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.
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.
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
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.
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.
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.
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.
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
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.
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.
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
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.
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.
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:
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
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
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.
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
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.
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.
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
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
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 12
SECTION VI
ATTACHMENTS
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 13
ATTACHMENT I
GENERAL SAFETY RULES
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.
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.
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.
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 17
ATTACHMENT II
PRIME CONTRACTOR – REQUEST FOR INFORMATION
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:
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 19
ATTACHMENT III
REQUEST FOR SUBSTITUTION
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
----------------------------------------------------------------
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
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
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
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
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
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
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 27
ATTACHMENT V
DRAWINGS
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 28
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 29
GDRTA WSC RENOVATION OF CONCOURSE PAINTING AND COATING DESIGN GROUP 3, LLC 09 9000 - 30