dps 120003 addendum no 1 071513 · july 8, 2013 and shall become part of the contract documents for...

54
995 W. 3 rd Avenue, Columbus, OH 43121-3109 (614) 297-1020 telephone (614) 291-1020 fax FEINKNOPF MACIOCE SCHAPPA ARCHITECTS Addendum #1 July 16, 2013 DEPARTMENT OF PUBLIC SAFETY OHIO STATE HIGHWAY PATROL ACADEMY LEADERSHIP WING 740 E. 17 TH Avenue Columbus, Oh 43211 Project Number: DPS-120003 To All Bidders: This Addendum supplements and amends the original Drawings and Project Manual dated July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. Bidding Information ADD1.1 ELECTRONIC BIDDING The state has elected to receive bids for the project through the new electronic bidding system. This change affects the following specification sections: ADD1.1.A Reference Section 00 21 13 INSTRUCTIONS TO BIDDERS This section is reissued in its entirety, please see attachment. ADD1.1.B Reference Section 00 41 00 BID FORM Replace the first sentence at the top of the bid form with “Bids will be received by the Ohio Facilities Construction Commission at https://bidexpress.com for: ADD1.1.C Reference Section 01 10 00 SOLICITATION Replace the first sentence at the top of the bid form with “Bids will be received electronically by: Ohio Facilities Construction Commission at https://bidexpress.com ADD1.1.D Reference Section 01 10 00 SOLICITATION Add the following paragraphs to the Solicitation: In compliance with Section 153.08 of the Ohio Revised Code and Section 153:1-8-01 of the Ohio Administrative Code, Bids for this Project are being received, opened, and published through electronic means using the State’s electronic bidding service, Bid Express by Infotech. To access this Project through the electronic bidding service, you must first register at https://bidexpress.com by clicking on the “REGISTER FOR FREE” button and following the instructions. In order to bid, you must create and enable a digital ID within the service. This process requires the submission of notarized paperwork and may take up to five business days to complete. There are no fees to register, create and enable a digital ID, or to download bid documents. There is a small expense on a monthly or per bid basis to submit a bid. The electronic bidding service offers customer support that may be reached at 888.352.2439 or via email at [email protected].

Upload: others

Post on 11-Feb-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

995 W. 3rd Avenue, Columbus, OH 43121-3109 (614) 297-1020 telephone (614) 291-1020 fax

F E I N K N O P F M A C I O C E S C H A P P A A R C H I T E C T S

Addendum #1 – July 16, 2013 DEPARTMENT OF PUBLIC SAFETY OHIO STATE HIGHWAY PATROL ACADEMY LEADERSHIP WING 740 E. 17TH Avenue Columbus, Oh 43211 Project Number: DPS-120003 To All Bidders: This Addendum supplements and amends the original Drawings and Project Manual dated July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. Bidding Information ADD1.1 ELECTRONIC BIDDING The state has elected to receive bids for the project through the new electronic bidding system. This change affects the following specification sections:

ADD1.1.A Reference Section 00 21 13 INSTRUCTIONS TO BIDDERS This section is reissued in its entirety, please see attachment. ADD1.1.B Reference Section 00 41 00 BID FORM Replace the first sentence at the top of the bid form with “Bids will be received by the Ohio Facilities Construction Commission at https://bidexpress.com for: ADD1.1.C Reference Section 01 10 00 SOLICITATION Replace the first sentence at the top of the bid form with “Bids will be received electronically by: Ohio Facilities Construction Commission at https://bidexpress.com ADD1.1.D Reference Section 01 10 00 SOLICITATION Add the following paragraphs to the Solicitation: In compliance with Section 153.08 of the Ohio Revised Code and Section 153:1-8-01 of the Ohio Administrative Code, Bids for this Project are being received, opened, and published through electronic means using the State’s electronic bidding service, Bid Express by Infotech. To access this Project through the electronic bidding service, you must first register at https://bidexpress.com by clicking on the “REGISTER FOR FREE” button and following the instructions. In order to bid, you must create and enable a digital ID within the service. This process requires the submission of notarized paperwork and may take up to five business days to complete. There are no fees to register, create and enable a digital ID, or to download bid documents. There is a small expense on a monthly or per bid basis to submit a bid. The electronic bidding service offers customer support that may be reached at 888.352.2439 or via email at [email protected].

Page 2: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

995 W. 3rd Avenue, Columbus, OH 43121-3109 (614) 297-1020 telephone (614) 291-1020 fax

An instructional webinar on the State’s electronic bidding system will be conducted by Bid Express following the Pre-Bid Meeting scheduled on the next page. Since this is the fourth project for this system, prospective Bidders that attend the webinar will receive a coupon code that will permit them to submit a Bid at no cost. To request an invitation to the webinar, contact Bid Express customer support at 888.352.2439 or via email at [email protected]. The Contract Documents may be downloaded as electronic PDF files from the State’s electronic bidding service at https://bidexpress.com at no charge.

Drawing Changes ADD1.2 Reference Sheet P1-1 Revise note #1 to read “1/2" CW, 1/2" HW, 1-1/2" SAN & 1-1/2" VENT TO LAV. SEE DETAIL 1 ON SHEET P0-1”. ADD1.3 Reference Sheet E0-1 Revise the AIC ratings on panelboards ADP and AD1 from “10 KA” to “22 KA.” ADD1.4 Reference Sheet E0-3 Revise the wiring details A and B as shown in sketches E0-3-1 and E0-3-2. ADD1.5 Reference Sheet E1-1 Add emergency lighting to restrooms as shown in sketch E1-1-1. ADD1.6 Reference Sheet E1-2 Add floor box receptacles to the teacher pedestals as shown in sketch E1-2-1. ADD1.7 Reference Sheet E1-2 Add floor box receptacle to the auditorium floor as shown in sketch E1-2-2. Coordinate exact location in field with tech contractor. ADD1.8 Reference Sheet SU1-1 Revise coded note 10 from “(2) #10 conductors” to “(2) #8 conductors.” ADD1.9 Reference Sheet T0-1 Revise the details as shown in sketches T0-1-1. ADD1.10 Reference Sheet T0-3 Revise the notes on detail “C” as shown in sketches T0-3-1. ADD1.11 Reference Sheet T0-4 Revise details “B”, “C”, D” and “E” as shown in sketches T0-4-1 and T0-4-2. ADD1.12 Reference Sheet T0-6 Revise the details as shown in sketches T0-6-1 and T0-6-2. ADD1.13 Reference Sheet T0-8 Revise the details as shown in sketches T0-8-1 and T0-8-2. ADD1.14 Reference Sheet T0-8 Revise wiring plan for room 112 as shown in sketches T1-2-1, T1-1-2 and T1-2-3.

Page 3: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

995 W. 3rd Avenue, Columbus, OH 43121-3109 (614) 297-1020 telephone (614) 291-1020 fax

Specification Changes ADD1.15 Reference Section 08 14 16 FLUSH WOOD DOORS Add the following allowable equal manufacturer to 2.1.A: Graham Custom Grade Architectural Wood Doors. ADD1.16 Reference Section 08 33 30 ROLLING FIRE DOORS Add the following allowable equal manufacturer to 2.1.C: Fire King (available through Overhead Door). ADD1.17 Reference Section 08 71 00 DOOR HARDWARE Add the following allowable equal manufacturers to 2.1.C: McKinney for Butt Hinges, Securitron for Magnetic Locks. ADD1.18 Reference Section 23 05 16 EXPANSION FITTINGS AND LOOPS FOR HVAC PIPING This section is reissued in its entirety, please see attachment. ADD1.19 Reference Section 27 11 00 COMMUNICATIONS EQUIPMENT ROOM FITTINGS

 ADD1.19.A Revise section 2.3D to read: Design basis 7’ Relay Rack – Chatsworth 50120-X03, B-Line SB8361908429 or Middle Atlantic R4CN-4530B.  ADD1.19.B Delete section 2.4 ENCLOSED CABINETS ADD1.19.C Revise section 2.6C to read: Design Basis 6” Cable Ladder – Chatsworth 10250-706, Cooper B-Line SB17U06B or Hubbell HLS1006B. ADD1.19.D Revise section 2.6F to read: Design Basis Triangular Support Hubbell HLTSB06, Chatsworth 11746-706 or Cooper B-Line SB21306KFB. ADD1.19.E Revise section 2.6I to read: Design Basis 6” Radius Drops –Hubbell HLCD06, Cooper B-Line SB2129U06RB or Chatsworth 12100-706. ADD1.19.F Delete section 2.8 POWER DEVICES 2KVA/2.2KVA UPS SYSTEM

ADD1.20 Reference Section 27 13 00 COMMUNICATIONS BACKBONE CABLING This section is reissued in its entirety, please see attachment.

ADD1.21 Reference Section 27 15 00 COMMUNICATIONS HORIZONTAL CABLING

ADD1.21.A Add section 1.1.B3 to read: Division 27 Section “Administration and Labeling” associated with horizontal cable, equipment, and devices.

ADD1.21.B Revise section 2.2E to read: White cable shall be provided for all voice outlets, blue cable shall be provided for all data and control outlets, yellow cable for CCTV cameras (applicable for IP cameras only), and grey cable for USB and intra classroom Audio Video Outlets.

ADD1.21.C Revise section 2.3F to read: Orange cable shall be provided for all horizontal cable drops.

Page 4: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

995 W. 3rd Avenue, Columbus, OH 43121-3109 (614) 297-1020 telephone (614) 291-1020 fax

ADD1.21.D Revise section 2.4D to read: Cat-6 modular outlets shall be supplied in colors (White for Voice outlets, Blue for data/control outlets, Yellow for CCTV outlets (applicable for IP cameras only), and Grey for USB and intra classroom audio-video outlets. Color keyed icons and colored factory labeling strips are not acceptable.

ADD1.21.E Revise section 2.5D to read: Cat-6A modular outlets shall be supplied in colors, Orange for WAP outlets. Color keyed icons and colored factory labeling strips are not acceptable.

ADD1.21.F Revise section 2.7F to read: Design Basis: HDMI connectors-19 pin configuration supporting the HDMI 1.3 specification of 340MHz, 1080P and WQXGA across a single digital link. Provide connector and 1 unit bezel as required for A/V outlet. Approved HDMI connectors: Hubbell HDMIC1 with Hubbell IMBDS1** bezel, Leviton 41290-HD**, Ortronics OR-KSHDMI, or Panduit NKHDMI**. (** denotes color, color shall be white)

ADD1.21.G Delete sections 2.7D, 2.8D, 2.8E, 2.8H, and 3.2F.

ADD1.21.H Revise heading 3.7 to read: IDENTIFICATION (SEE 270510 ADMINISTRATION & LABELING)

ADD1.22  Reference Section 27 21 29 DATA COMMUNICATIONS DATA SWITCHES Delete this section in its entirety. ADD1.23  Reference Section 27 21 33 DATA COMMUNICATIONS WIRELESS ACCESS POINTS Delete this section in its entirety. ADD1.24 Reference Section 27 41 19 AUDITORIUM SOUND REINFORCEMENT SYSTEM: Revise section 2.2A to read: Main Equipment Rack: The main equipment rack(s) "AS-1" shall be located in the control room as shown on Drawings. Provide (1) Lowell LGR-4427 floor rack with perforated front door, vented rear doors, 1 pair side panels, 1 sets adjustable rails, 1 qty. caster bases, and 1qty. solid top panels. Provide vent and blank panels for all unused spaces in a finish consistent with the rack and the main equipment supplied. Equal product by Middle Atlantic MRK-4426-LRD series, Raxxess GAR series or Atlas Sound. Provide two 6RU locking storage drawers. End. Prepared by Ed Hohmann, AIA Project Manager

Page 5: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 - Instructions to Bidders (General Contract - Electronic Bid)

State of Ohio Standard Requirements for Public Facility Construction

M160-00 21 13.EBv0313 Page 1 of 15

TABLE OF CONTENTS

ARTICLE 1 - GENERAL INSTRUCTIONS......................................................................... 1 ARTICLE 2 - BIDDING PROCEDURES ............................................................................ 2 ARTICLE 3 - BID OPENING AND EVALUATION ............................................................. 6 ARTICLE 4 - WITHDRAWAL OF BID ................................................................................ 9 ARTICLE 5 - BID GUARANTY AND BOND .................................................................... 10 ARTICLE 6 - CONTRACT AWARD AND EXECUTION .................................................. 12 INDEX ............................................................................................................................... 14

ARTICLE 1 - GENERAL INSTRUCTIONS

1.1 Applicable Law and Forum

1.1.1 The rights of any Bidder or any party to a subsequent Contract shall be governed by the laws of the state of Ohio and only Ohio courts shall have jurisdiction over any action or proceeding related to the Bid or any subsequent Contract. The Bidder irrevocably consents to such jurisdiction.

1.2 Project Scheduling and Coordination

1.2.1 When the Contract Documents refer to a period of time by a number of days, it excludes the first day and includes the last day of the period. If the last day of the period falls on a Saturday, Sunday, or a legal holiday, that day shall be omitted and the period shall end on the next day which is not a Saturday, Sunday, or legal holiday.

1.2.2 The time for completion of the Project indicated on the electronic Bid Form is the time for Contract Completion applicable to the Bidder.

1.2.3 The State may assign all or any portion of its interest in a Contract with one or more of the successful Bidders to another successful Bidder as an agreed condition for an award of the Contract for the respective Bid. The assignment may include, without limitation, the duty to schedule, coordinate, and administer the Contract.

1.2.4 The Contractor is responsible for scheduling the Project, coordinating the Subcontractors, and providing other services identified in the Contract Documents.

1.2.5 By submitting its Bid, the Bidder indicates its understanding that the Contract Sum, based on its Bid and as amended by Change Orders, includes all costs that the Contracting Authority owes the Bidder.

1.3 Written Notice

1.3.1 Notice under the Contract Documents shall be validly given if:

1.3.1.1 delivered personally to a member of the organization for whom the notice is intended;

1.3.1.2 delivered, or sent by registered or certified mail, to the last known business address of the organization; or

1.3.1.3 sent by facsimile, email, or web-based project management software, provided the original signed document is delivered within 3 business days after the date of the electronic transmission.

1.3.2 Notices provided to one Project Participant from another shall be simultaneously copied to the prospective Bidders, the Owner, the Contracting Authority, and the A/E.

Page 6: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 2 of 15

ARTICLE 2 - BIDDING PROCEDURES

2.1 Examination of Contract Documents and the Site

2.1.1 Before submitting a Bid, the Bidder shall examine all Contract Documents, including, but not limited to, the Drawings, Specifications, and Addenda for all divisions of Work for the Project, noting in particular all requirements which may affect its Work in any way.

2.1.2 The Bidder’s failure to become acquainted with the extent and nature of Work required to complete any portion of the Work in conformity with the requirements of the Contract Documents, shall not be a basis for additional compensation.

2.1.3 Before submitting a Bid, the Bidder should not only examine and evaluate the Site and related Project conditions where the Work will be performed, but shall also consider when the Work will be performed including, but not limited to, the following:

2.1.3.1 the condition, layout, and nature of the Site and surrounding area;

2.1.3.2 the availability and cost of labor;

2.1.3.3 the availability and cost of materials, supplies, and equipment;

2.1.3.4 the cost of temporary utilities required in the Bid;

2.1.3.5 the cost of any permit or license required by a local or regional authority having jurisdiction over the Project;

2.1.3.6 the usual weather conditions of the Project location;

2.1.3.7 conditions bearing upon transportation, disposal, handling, and storage of equipment, materials, and waste; and

2.1.3.8 subsurface and concealed physical conditions and related information provided in the Contract Documents.

2.2 Pre-Bid Meeting

2.2.1 The Bidder is encouraged to attend the pre-bid meeting, where the A/E, the Contracting Authority, and the Owner will receive questions regarding the Contract Documents. If not given in Document 00 10 00 – “Solicitation,” the A/E shall issue notice of the time and place of any pre-bid meeting to each registered Plan Holder.

2.2.2 The A/E shall prepare minutes of the pre-bid meeting for the Project record. If questions raised by the prospective Bidders require changes to, or clarifications of, the Contract Documents, the A/E shall issue the changes by written Addendum, along with a list of pre-bid meeting attendees.

2.2.3 Additional compensation shall not be based upon the Bidder’s failure to attend the pre-bid meeting, which results in the Bidder’s incomplete knowledge and familiarity of the Project requirements.

2.3 Request for Interpretation

2.3.1 If the Bidder finds any perceived ambiguity, conflict, error, omission, or discrepancy within the Contract Documents, including the Drawings, Specifications, and Addenda, or between any of the Contract Documents and Applicable Law, the Bidder shall submit a written Request for Interpretation (“RFI”) to the A/E for an interpretation or clarification.

2.3.1.1 The Bidder is responsible for prompt delivery of the RFI.

2.3.1.2 The A/E shall respond to RFIs received more than 7 days before the bid opening.

2.3.2 The A/E shall issue Addenda in response to RFIs that modify or clarify the Contract Documents. Any Addenda issued within 72 hours before any bid opening (excluding Saturdays, Sundays, and legal holidays) shall extend the bid opening date by 7 days pursuant to Section 3.3.1.

Page 7: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 3 of 15

2.3.2.1 The Addenda may be delivered via the State’s electronic bidding system, facsimile or e-mail, posted to a web or FTP site, or otherwise furnished to each registered Plan Holder.

2.3.3 Any interpretation or clarification of the Contract Documents made by any Person other than the A/E, in any manner other than a written Addendum, shall not be binding, and the Bidder shall not rely upon the interpretation or clarification.

2.3.4 The successful Bidder shall not be compensated for a claim alleging insufficient data, incomplete, ambiguous, conflicting, or erroneous Contract Documents or proposed Contract Documents, or assumed conditions regarding the nature, extent, or character of the Work, if the Bidder did not submit a related RFI prior to the bid opening.

2.4 Basis of Design and Acceptable Components

2.4.1 The Contract Documents may list components produced by specific manufacturers to denote kind, quality, or performance requirements.

2.4.2 The component listed first is the Basis of Design Component.

2.4.3 Other listed components are Acceptable Components.

2.4.3.1 If the Bidder includes an Acceptable Component in its Bid, the Bidder is responsible for the costs of coordination and modification required.

2.5 Substitutions Prior to Bid Opening

2.5.1 If the Bidder proposes to use an article, device, material, equipment, form of construction, fixture, or item other than the Basis of Design or Acceptable Components named in the Specifications, the Bidder shall certify that the proposed item is equal in quality and all aspects of performance and appearance, to the item specified.

2.5.1.1 If approval of a Substitution requires changes to the Contract Documents or affects the work of other trades, the Bidder is responsible for the additional costs, including, but not limited to, changes to the design by the A/E.

2.5.2 The Bidder shall submit its request for Substitution to the A/E no later than 10 days prior to the bid opening, which must include:

2.5.2.1 the name and complete description of the proposed Substitution, including Drawings, performance and test data, and other information necessary for a complete evaluation; and

2.5.2.2 a statement setting forth any changes that the Proposed Substitution will require in the Contract Documents or the Project.

2.5.3 If the A/E approves the Proposed Substitution, the A/E shall issue an Addendum.

2.5.4 If the A/E does not approve the Proposed Substitution, the A/E shall inform the Bidder of its decision, which is final. The A/E may reject a proposed Substitution because the Bidder failed to provide sufficient information to enable the A/E to completely evaluate the Proposed Substitution without causing a delay in the bid deadline.

2.5.5 Proposed Substitutions received by the A/E less than 10 days prior to the bid deadline shall not be considered.

2.6 Electronic Bid Form

2.6.1 Each Bid shall be submitted on the electronic Bid Form through the State’s electronic bidding system.

2.6.1.1 All sections of the electronic Bid Form, including a completed “Bidder Affirmation and Disclosure” section acknowledging that the Bidder affirms, understands, and will abide by the requirements of Executive Order 2011-12K, and a completed “Commitment to Participate in the EDGE

Page 8: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 4 of 15

Business Assistance Program” page, shall be submitted with the Bid. Failure to do so may cause the Bid to be rejected as non-responsive.

.1 If the names, locations, and service locations of Subcontractors are not known at the time of the Bid deadline, the Bidder must provide the information requested with its Subcontractor and Material Supplier Declaration.

2.6.1.2 Unless the Bidder withdraws the Bid as provided in Article 4, the Bidder is required to comply with all requirements of the Contract Documents, regardless of whether the Bidder had actual knowledge of the requirements and regardless of any statement or omission made by the Bidder that might indicate a contrary intention.

2.6.2 The Bidder shall fill in all relevant spaces on the electronic Bid Form. The electronic bidding system will identify any incomplete required fields.

2.6.3 If the Bidder is a corporation, partnership, or sole proprietorship, an officer, partner or principal of the Bidder shall enter the legal name of the Bidder in the space provided on the electronic Bid Form. If the Bidder is a joint venture, an officer, partner or principal, as applicable, of each member of the joint venture shall enter the legal name of the applicable member in the space provided.

2.7 Allowances

2.7.1 If Allowances are provided on the electronic Bid Form, the amount of each Allowance shall be included in the Base Bid amount. Allowances shall be used solely for the purpose of determining the adjustment to the Contract Sum for the difference between the amount of the Allowance and the actual cost of the related Work provided.

2.8 Unit Prices

2.8.1 If Unit Prices are requested on the electronic Bid Form, the amount of the scheduled quantities shall be included in the Base Bid amount. Unit prices shall be used solely for the purpose of determining the adjustment to the Contract Sum for the difference between the estimated quantities on the electronic Bid Form and the actual quantities provided.

2.8.2 Unit Prices shall include all materials, equipment, labor, delivery, installation, overhead, profit, and any other cost or expense, in connection with, or incidental to, the performance of that portion of the Work. The Bidder shall submit Unit Prices for all items listed.

2.9 Alternates

2.9.1 If an Alternate is listed on the electronic Bid Form, the Bidder shall fill in the applicable space with a positive or negative bid amount as applicable. The Contracting Authority reserves the right to accept or reject any or all bid amounts for Alternates, in whole or in part, and in any order.

2.9.1.1 If no change in the bid amount is required, indicate “$0.”

2.9.1.2 Failure to make an entry on any Alternate shall cause the Bid to be rejected as non-responsive if that Alternate is selected.

2.9.1.3 Failure to indicate a negative number will indicate the Bidder’s intent to increase the Base Bid by the amount entered in the applicable space.

2.9.1.4 If an Alternate is not selected, an entry as listed in Section 2.9.1.2 on that Alternate shall not, by itself, render a Bid non-responsive.

Page 9: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 5 of 15

2.10 Submittals with Electronic Bid Form

2.10.1 The Contracting Authority shall reject a Bid as non-responsive if the Bidder fails to submit the following with the Bid:

2.10.1.1 An electronic facsimile of the Bid Guaranty as provided in Article 5, meeting the requirements of Ohio Revised Code (“ORC”) Sections 153.54 and 153.571.

2.10.1.2 The original unaltered Bid Guaranty shall be delivered to the Contracting Authority within 3 business days after the public bid opening as provided in Ohio Administrative Code (“OAC”) Section 153:1-8-01(H).

2.10.2 If the apparent low Bidder does not submit a valid Power of Attorney of the agent signing for the Surety with its Bid, the Contracting Authority shall direct the apparent low Bidder to deliver a valid and appropriate Power of Attorney to the Contracting Authority within a period determined by the Contracting Authority. The Contracting Authority shall not enter into a Contract without a valid Power of Attorney.

2.10.3 The Bidder is encouraged to submit background information with its Bid using the Bidder’s Qualifications form and including, but not limited to, the information listed in this Section 2.10. If the apparent low Bidder does not submit the Bidder's Qualifications form and related information attached to the electronic Bid Form, the Bidder shall provide it upon request in accordance with Section 3.5.4, including, but not limited to:

2.10.3.1 the overall experience of the Bidder, including number of years in business under present and former business names;

2.10.3.2 a complete listing of all the Bidder’s ongoing construction projects and a listing of construction projects which are similar in cost and type to the Project completed by the Bidder in the last 5 years. Include information of the scope of work and value of each contract, a description of Encouraging Diversity Growth and Equity (“EDGE”) participation and performance, and a project name/contact Person/address/phone number for the owner and the architect or engineer for each project;

2.10.3.3 a Certificate of Compliance with Affirmative Action Programs, issued pursuant to ORC Section 9.47, by the Equal Opportunity Coordinator of the Department of Administrative Services;

2.10.3.4 a complete listing of Affirmative Action and EDGE program violations in the last 5 years;

2.10.3.5 a complete listing of Prevailing Wage, EPA, OSHA, or other regulatory entity issues or violations in the last 5 years;

2.10.3.6 a complete listing of judgments, claims, arbitration proceedings or suits pending or outstanding in the last 5 years;

2.10.3.7 a complete listing of Drug-Free Workplace Program and Drug-Free Safety Program (“DFSP”) violations in the last 5 years;

2.10.3.8 upon request of the Contracting Authority, the apparent low Bidder shall submit the following information, which is not a public record under ORC Section 149.43; and shall remain confidential, except under proper order of a court:

.1 an annual financial statement prepared within the 12 months prior to the bid opening by an independent licensed accounting firm; and the name, address, contact Person, and phone number of the bank normally used by the Bidder for its primary banking; or

.2 a financial report generated within 30 days prior to the bid opening from Standard and Poor, Dun and Bradstreet or a similar company acceptable to the Contracting Authority documenting the financial condition of the Bidder; and the name, address, contact Person, and phone number of the bank normally used by the Bidder for its primary banking.

2.10.3.9 a description of the Bidder’s relevant facilities and major equipment, whether leased or owned;

Page 10: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 6 of 15

2.10.3.10 a description of the management experience of the Bidder’s project manager(s) and superintendent(s) and a comprehensive resume for each;

2.10.3.11 a description of the EDGE-certified Business Enterprises the Bidder proposes as Subcontractors and Material Suppliers for this Project by attaching a fully completed EDGE Affidavit for each EDGE-certified Business Enterprise;

2.10.3.12 to support a Bond, a current and signed Certificate of Compliance issued by the Ohio Department of Insurance, showing the Surety is licensed to do business as a surety in Ohio;

2.10.3.13 a current Ohio Workers' Compensation Certificate;

2.10.3.14 if the Bidder is a foreign corporation not incorporated under the laws of Ohio, a Certificate of Good Standing from the Ohio Secretary of State; or, if the Bidder is a foreign person or partnership, evidence that the Bidder filed, with the Ohio Secretary of State, a Power of Attorney designating the Ohio Secretary of State as the Bidder's agent for the purpose of accepting service of summons in any action brought under ORC Section 153.05 or under ORC Sections 4123.01 to 4123.94, inclusive;

2.10.3.15 evidence that the Bidder is enrolled in, and in good standing in, a DFSP approved by the Ohio Bureau of Workers’ Compensation (“OBWC”); and

2.10.3.16 any other data or information which the A/E may request concerning the responsibility of the Bidder, including a complete list of major Subcontractors with an estimated contract value of $200,000 or more, which the Bidder proposes to employ on the Project.

2.11 Changes in the Bid Amount

2.11.1 Any change to a previously submitted Bid shall be resubmitted through the State’s electronic bidding system prior to the deadline for submission of Bids.

ARTICLE 3 - BID OPENING AND EVALUATION

3.1 Delivery of Bid

3.1.1 The Bidder shall submit its Bid to the Contracting Authority prior to the time of the bid deadline.

3.1.2 Bids that are submitted after the time of the bid deadline shall not be considered.

3.2 Bid Opening

3.2.1 Electronic Bids shall be received until the time stated when all Bids shall be electronically opened and the Bid tabulation made public by posting on the State’s electronic bidding system.

3.2.2 The posting of Bid tabulations is for informational purposes only and is not to be construed as an acceptance or rejection of any Bid submitted.

3.2.3 The contents of the electronic Bid Form and its attachments are public records and shall be available for inspection, upon request, at any time after the bid deadline, except for any information that is not defined as a public record under Ohio law.

3.3 Bid Deadline Extension

3.3.1 If an Addendum is issued within 72 hours prior to the published time for the bid deadline, excluding Saturdays, Sundays and legal holidays, the bid deadline shall be extended 7 days. If the Contracting Authority approves, the bid deadline may be extended for more than 7 days, and consideration for additional advertising may be recommended.

3.3.2 As part of issuing any Addendum earlier than 72 hours prior to the published time for the bid deadline, excluding Saturdays, Sundays and legal holidays, only the Contracting Authority may approve a revised bid deadline or additional advertising.

Page 11: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 7 of 15

3.4 Bid Evaluation Criteria

3.4.1 The Contracting Authority reserves the right to accept or reject any or all Bids, in whole or in part, and reserves the right to award the Contract to any remaining Bidder the Contracting Authority determines, in its sole discretion, to have submitted the lowest responsive and responsible Bid.

3.4.2 The Contracting Authority reserves the right to accept or reject any or all Alternates. Alternates may be accepted or rejected in any order.

3.4.3 If any Bidder has engaged in collusive bidding, the Contracting Authority shall reject that Bidder’s Bid as non-responsible for the Contract. A collusive bidder may also be debarred from future State Contracts.

3.4.4 The Contracting Authority reserves the right to waive, or to allow any Bidder a reasonable opportunity to cure a minor irregularity or technical deficiency in a Bid, provided the irregularity or deficiency does not affect the bid amount, or otherwise give the Bidder a competitive advantage. Noncompliance with any material requirements of the Contract Documents shall cause a Bid to be rejected as non-responsive.

3.4.5 If, in the opinion of the Owner, the award of the Contract to the lowest Bidder is not in the best interest of the State, with the written consent of the Contracting Authority, the Owner may accept, in its discretion, another Bid so opened, or the Contracting Authority may reject all Bids and advertise for other Bids. The advertisement shall be for the period, in the form, and in the publications directed by the Contracting Authority.

3.5 Bid Evaluation Procedure

3.5.1 The Contract shall be awarded to the lowest responsive and responsible Bidder as determined in the discretion of the Contracting Authority, or all Bids may be rejected in accordance with Applicable Law.

3.5.1.1 In determining which Bid is the lowest, the Contracting Authority shall consider the Base Bid and the bid amounts for any Alternate, or Alternates, which the Owner decides, in its sole discretion, to accept.

3.5.1.2 The total of the bid amounts for the accepted Alternate(s) shall be added to, or deducted from, the Base Bid, as applicable, for determining the lowest Bidder.

3.5.1.3 If two Bidders submit the same bid amount and both are determined to be responsive and responsible, the Contracting Authority may select one Bidder by the flip of a coin, which shall be conducted in the presence of both Bidders and shall be final.

.1 If one of the Bidders refuses to participate in, or fails to be present at, the flip of a coin, the remaining Bidder shall be selected.

3.5.2 A Bidder for a Contract shall be considered responsive if the Bidder's Bid responds to the Contract Documents in all material respects and contains no irregularities or deviations from the Contract Documents that would affect the amount of the Bid or otherwise give the Bidder a competitive advantage.

3.5.2.1 A Bid shall be rejected as non-responsive if the Bid contains a Bid Guaranty executed by a Surety not licensed in Ohio or a Bid Guaranty that is otherwise determined to be insufficient by the Contracting Authority.

3.5.2.2 The Bidder may be subject to a Pre-Award Affirmative Action Compliance Review pursuant to OAC Section 123:2-5-01 including a review of the Bidder’s employment records and an on-site review.

.1 The Bidder must submit the information requested no later than 10 days after receipt of the request. Failure to timely respond to this request for records may result in the Bidder being found non-responsive.

3.5.2.3 If the lowest Bidder is non-responsive, the Bidder shall be notified according to Section 3.6.

3.5.3 In determining whether a Bidder is responsible, factors to be considered include, without limitation:

3.5.3.1 preferences required by law, where applicable;

Page 12: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 8 of 15

3.5.3.2 the experience of the Bidder;

3.5.3.3 the financial condition of the Bidder;

3.5.3.4 the conduct and performance of the Bidder on previous Contracts, including compliance with Equal Employment Opportunity in the Construction Industry Administrative Rules, OSHA and Prevailing Wage laws, and demonstration of good faith effort to participate in the EDGE Business Development program, or actual participation in the EDGE Business Development program, or both, as indicated in the ORC and the Ohio Administrative Code;

3.5.3.5 the facilities of the Bidder;

3.5.3.6 the management skills of the Bidder, including the capability of the Bidder to construct and manage the entire Project, including but not limited to the plumbing, fire protection, heating, ventilating and air conditioning, and electrical branches or classes of the Work; and

3.5.3.7 the Bidder’s ability to execute the Contract properly, including past performance of the Bidder and the Subcontractors that the Bidder proposes to use on the Project.

3.5.4 The A/E shall obtain from the lowest responsive Bidder any information the Contracting Authority determines appropriate to consideration of factors showing responsibility. If the lowest responsive Bidder is responsible, the Contract shall be awarded to that Bidder, unless all Bids are rejected. The Bidder shall provide all requested information within 3 days of a request from the A/E, or a longer period, if the Contracting Authority consents in writing.

3.5.5 If the lowest responsive Bidder is not responsible, the Contracting Authority shall evaluate the next lowest Bidder according to the procedures set forth in this Section 3.5 until the Contract is awarded, all Bids are rejected, or all responsive Bidders are determined to be not responsible.

3.6 Rejection of Bid

3.6.1 If the lowest Bidder is not responsive or responsible, the Contracting Authority shall reject the Bid and notify the Bidder in writing by Certified Mail of the finding and the reasons for the finding.

3.6.2 Ten Percent Rule.

3.6.2.1 If the lowest responsive and responsible Bid for the Contract, including the Base Bid and accepted Alternates if any, exceeds an amount 10 percent greater than the published Estimated Construction Cost for the Contract, the Contracting Authority shall reject all Bids.

3.6.3 A Bidder notified in accordance with Section 3.6.1 may object to its rejection by filing a written protest, which must be received by the Contracting Authority within 5 days of the notification provided pursuant to Section 3.6.1.

3.6.4 Upon receipt of a timely protest, the Contracting Authority shall meet with the protesting Bidder to hear its objections. ORC Chapter 119 administrative hearing requirements are not applicable to the bid protest meeting.

3.6.4.1 No Contract award shall become final until after the Contracting Authority has met with all Bidders who have timely filed protests and the award of the Contract is affirmed by the Contracting Authority.

3.6.4.2 If all protests are rejected, the Contract shall be awarded to the lowest responsive and responsible Bidder, or all Bids shall be rejected.

3.7 Notice of Intent to Award

3.7.1 The Contracting Authority shall notify the apparent successful Bidder that upon satisfactory compliance with all conditions precedent for execution of the Contract, within the time specified, the Bidder shall be awarded the Contract.

Page 13: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 9 of 15

3.7.2 The Contracting Authority reserves the right to rescind any Notice of Intent to Award if the Contracting Authority determines it issued the Notice of Intent to Award in error, or if the conditions precedent for execution of Contract set forth in Article 6 are not met.

ARTICLE 4 - WITHDRAWAL OF BID

4.1 Withdrawal prior to Bid Opening

4.1.1 A Bidder may withdraw a Bid after submitting the Bid through the State’s electronic bidding system, provided the Bidder submits its request through the State’s electronic bidding system prior to the bid deadline.

4.2 Withdrawal after Bid Opening

4.2.1 The Bid shall remain valid and open for acceptance for a period of 60 days after the bid opening; provided, however, a Bidder may withdraw a Bid from consideration after the bid opening if the bid amount was substantially lower than the amounts of other Bids, providing the Bid was submitted in good faith, and the reason for the bid amount being substantially lower was a clerical mistake, as opposed to a judgment mistake, and was actually due to an unintentional and substantial arithmetic error or an unintentional omission of a substantial quantity of Work, labor, or material made directly in the compilation of the bid amount.

4.2.1.1 Notice of a request to withdraw a Bid shall be made in writing filed with the Contracting Authority within 2 business days after the bid opening. The Contracting Authority reserves the right to request the Bidder to submit evidence substantiating the Bidder’s request to withdraw the Bid.

4.2.1.2 No Bid may be withdrawn under Section 4.2.1 which would result in awarding a Contract involving the same item on another Bid to the same Bidder.

4.2.2 If a Bidder withdraws its Bid under Section 4.2.1, the Contracting Authority may award the Contract to the next lowest responsive and responsible Bidder, or reject all Bids and advertise for other Bids. In the event the Contracting Authority advertises for other Bids, the withdrawing Bidder shall pay the costs, in connection with the re-bidding, of printing new Contract Documents, required advertising, and printing and mailing of notices to prospective Bidders, if the Contracting Authority finds that these costs would not have been incurred but for the withdrawal.

4.2.3 A Bidder may withdraw the Bidder’s Bid at any time after the 60-day period described in Section 4.2.1 by giving written notice to the Contracting Authority.

4.3 Refusal to Accept Withdrawal

4.3.1 If the Contracting Authority contests the right of a Bidder to withdraw a Bid pursuant to Section 4.2.1, a hearing shall be held within 10 days after the bid opening and the Contracting Authority shall issue an order allowing or denying the claim of this right within 5 days after the hearing is concluded. The Contracting Authority shall give the withdrawing Bidder timely notice of the time and place of the hearing.

4.3.1.1 The Contracting Authority shall make a stenographic record of all testimony, other evidence, and rulings on the admissibility of evidence presented at the hearing. The Bidder shall pay the costs of the hearing.

4.3.1.2 Pursuant to ORC Section 119.12, the Bidder may appeal the order of the Contracting Authority required by Section 4.3.1.

4.4 Refusal to Perform

4.4.1 In the event the Contracting Authority denies the request for withdrawal and the Bidder refuses to perform the Contract, the Contracting Authority may reject all Bids or award the Contract to the next lowest responsive and responsible Bidder.

Page 14: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 10 of 15

4.5 Effect of Withdrawal

4.5.1 A Bidder, who is permitted to withdraw a Bid under Section 4.2.1, shall not supply material or labor to, or perform a subcontract or other work for, the Person to whom the Contract is awarded; or otherwise benefit, directly or indirectly, from the performance of the Project for which the withdrawn Bid was submitted; without the Contracting Authority’s prior written consent.

ARTICLE 5 - BID GUARANTY AND BOND

5.1 Bid Guaranty

5.1.1 The Bidder shall submit a Bid Guaranty with the Bidder’s Bid, payable to the Contracting Authority, in the form of either:

5.1.1.1 the signed Document 00 43 13 - “Bid Security Form” contained in the Contract Documents for the amount of the Base Bid plus all additive Alternates; or

5.1.1.2 a certified check, cashier's check, or letter of credit, for 10 percent of the Base Bid, plus all additive Alternates – a letter of credit shall expressly provide that it is revocable only by the Contracting Authority.

5.1.2 The Bid Guaranty shall be in form and substance satisfactory to the Contracting Authority and shall serve as an assurance that upon acceptance of the Bid, the Bidder shall comply with all conditions precedent for Contract execution, within the time specified by the Contracting Authority.

5.1.3 If the blank line on the Bid Guaranty and Contract Bond is not filled in, the penal sum shall be the full amount of the Base Bid plus all additive Alternates. If the blank line is filled in, the amount shall not be less than the full amount of the Base Bid plus all additive Alternates, stated in dollars and cents. A percentage is not acceptable. In the event the blank line is filled in for an amount less than the full amount of the Base Bid plus all additive alternates, the Bid shall be rejected as non-responsive.

5.1.4 An authorized agent must sign the Bid Security Form, and the Bidder shall provide a Power of Attorney from the Surety. A Surety authorized by the Ohio Department of Insurance to transact business in Ohio must issue the Bid Security Form.

5.1.5 The requirements of ORC Section 3901.86 may be applicable requiring an Ohio resident agent countersign the Bid Guaranty and Contract Bond. The Bidder shall determine the applicability of this provision.

5.1.6 Bid Guaranties in the form of a certified check, cashier's check, or letter of credit shall be returned to unsuccessful Bidders 60 days after the bid opening. Bid Guaranties in the form of a certified check, cashier's check, or letter of credit shall be returned to the successful Bidder upon providing Document 00 61 13 - “Performance and Payment Bond Form” from a Surety satisfactory to the Contracting Authority.

5.2 Forfeiture of Bid Guaranty

5.2.1 If for any reason, other than as authorized by Section 4.2.1 or 5.3, the Bidder fails to execute the Agreement, and the Contracting Authority awards the Contract to another Bidder, which the Contracting Authority determines is the lowest responsive and responsible Bidder:

5.2.1.1 The Bidder who failed to execute the Agreement is liable to the State for the difference between its Bid and the Bid of the next lowest responsive and responsible Bidder, or for a penal sum not to exceed ten percent of the bid amount, whichever is less.

Page 15: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 11 of 15

5.2.2 If the Contracting Authority then awards a Contract to another Bidder, which the Contracting Authority determines is the lowest responsive and responsible Bidder and that Bidder fails or refuses to execute the Agreement:

5.2.2.1 The liability of the lowest responsive and responsible Bidder shall be the difference between the bid amount of the lowest responsive and responsible Bidder and another Bidder which the Contracting Authority determines is the lowest responsive and responsible Bidder, except as provided in Section 5.3, but not in excess of the liability specified in Section 4.2.2.

5.2.2.2 The liability on account of an award to the lowest responsive and responsible Bidder beyond the third lowest responsive and responsible Bidder shall be determined in like manner.

5.2.3 If the Contracting Authority does not award the Contract to another Bidder under Section 5.2.2, but submits the Project for re-bidding:

5.2.3.1 The Bidder failing or refusing to execute the Agreement is liable to the State for a penal sum not to exceed 10 percent of the Bidder's bid amount or the costs in connection with the resubmission of printing new Contract Documents, required advertising, and printing and mailing notices to prospective Bidders, whichever is less, except as provided in Section 5.3.

5.3 Exception to Forfeiture

5.3.1 A Bidder for a Contract with the State costing less than $500,000 may withdraw its Bid from consideration if its Bid for another Contract with the State for less than $500,000 has already been accepted if:

5.3.1.1 the Bidder certifies in good faith that the total amount of its current contracts is less than $500,000; and

5.3.1.2 the Bidder's Surety certifies in good faith that the Bidder is unable to perform the subsequent Contract because such performance would exceed the Bidder's bonding capacity.

5.3.2 If a Bid is withdrawn pursuant to Section 5.3.1:

5.3.2.1 the Contracting Authority may award the Contract to another Bidder which the Contracting Authority determines is the lowest responsive and responsible Bidder or reject all Bids and submit the Project for re-bidding; and

5.3.2.2 neither the withdrawing Bidder nor the Bidder's Surety shall be liable for the difference between the Bidder's Bid and that of the next lowest responsive and responsible Bidder for a penal sum, or for the costs of printing new Contract Documents, required advertising, and printing and mailing notices to prospective Bidders.

5.4 Bond

5.4.1 Prior to signing the Agreement, the Bidder shall provide the Bond required by law in form and substance satisfactory to the Contracting Authority, and from a Surety licensed to do business in the state of Ohio and satisfactory to the Contracting Authority.

5.4.1.1 If the Bidder provided Document 00 43 13 - “Bid Security Form,” described in Section 5.1.1.1, as its Bid Guaranty then that form shall be the Bond.

5.4.1.2 If the Bidder provided another form of Bid Guaranty, described in Section 5.1.1.2, then Document 00 61 13 - “Performance and Payment Bond Form,” described in Section 5.1.6, shall be the Bond.

5.4.1.3 The Bidder shall not be required to provide both forms described above.

5.4.2 The Bond must be in the full amount of the Contract to indemnify the State against all direct and consequential damages suffered by failure of the Contractor to perform according to the provisions of the Contract and in accordance with the Plans, Specifications, details, and bills of material therefore and pay all lawful claims of Subcontractors, Material Suppliers, and laborers for labor performed or materials furnished in performing and completing the Contract.

Page 16: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 12 of 15

ARTICLE 6 - CONTRACT AWARD AND EXECUTION

6.1 Conditions Precedent for Execution of Contract

6.1.1 The successful Bidder must submit the items in this Section 6.1 to the Contracting Authority before executing the Agreement.

6.1.2 Bond, and to support the Bond, a Certificate of Compliance issued by the Ohio Department of Insurance, showing the Surety is licensed to do business in the state of Ohio.

6.1.3 Ohio Workers' Compensation Certificate

6.1.4 Certificate of Compliance with Affirmative Action Programs, issued by the Equal Opportunity Coordinator. The form must be submitted through the Ohio Business Gateway: http://business.ohio.gov/efiling/.

6.1.5 Certificate of Insurance (ACORD form is acceptable) and copy of additional insured or loss payee endorsement. The Contracting Authority reserves the right to request and receive a certified copy of the Contractor's insurance policies.

6.1.6 If a Bidder is a foreign corporation (e.g., not incorporated under the laws of Ohio) it must submit a Certificate of Good Standing from the Ohio Secretary of State showing the right of the Bidder to do business in the state of Ohio.

6.1.7 If a Bidder is an individual or partnership, nonresident of the State, it must submit a Power of Attorney designating the Ohio Secretary of State as the Bidder's agent for accepting service of summons in any action brought under ORC Section 153.05 or under ORC Sections 4123.01 to 4123.94, inclusive.

6.1.8 If the Contract includes plumbing; electrical; hydronics; refrigeration; and heating, ventilating and air conditioning (“HVAC”) Work, the Contractor or its Subcontractors must submit proof of current licensing pursuant to Applicable Law.

6.1.9 Evidence that the Bidder is enrolled in, and in good standing in, a DFSP approved by the OBWC.

6.1.10 Required Notice of Unresolved Findings for Recovery.

6.1.10.1 By submitting its Bid, the Bidder warrants that it is not subject to an unresolved findings for recovery under ORC Section 9.24. ORC Section 9.24 prohibits the State from awarding a Contract to any Bidder against whom the Auditor of State has issued a finding for recovery if the finding for recovery is unresolved at the time of award. If the Contract is awarded to a Bidder subject to an unresolved finding for recovery under ORC Section 9.24, the Contract is void on its face and the Contractor shall immediately repay to the Owner any funds paid under the Contract.

6.1.11 EDGE Program – Supporting Documentation Required.

6.1.11.1 The Bidder shall provide evidence acceptable to the Contracting Authority of the Bidder’s participation in the EDGE Program by contracting with EDGE-certified Business Enterprise(s) for the Project by submitting a fully completed EDGE Affidavit for each EDGE-certified Business Enterprise, by requesting a waiver or partial waiver of the advertised EDGE Program participation goal for the Project on the Bidder’s company letterhead including full documentation of the Bidder’s good faith effort to contract with EDGE-certified Business Enterprise(s) for this Project, or both.

6.1.12 Registered Apprentices – Supporting Documentation Required.

6.1.12.1 The Bidder shall provide evidence acceptable to the Contracting Authority of the registration of all apprentices who the Bidder or its Subcontractors intend to employ on the Project pursuant to ORC Section 4115.05.

Page 17: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 13 of 15

6.2 Non-compliance with Conditions Precedent

6.2.1 The award of the Contract and execution of the Agreement require the Contractor to comply with:

6.2.1.1 all conditions precedent for execution of the Contract within 10 days of the date of the Notice of Intent to Award; and

6.2.1.2 the Bidder’s Qualifications form, including a fully completed EDGE Affidavit for each EDGE-certified Business Enterprise, not previously provided within 3 business days of receiving the Contracting Authority’s request.

6.2.2 Non-compliance with the conditions precedent for execution of the Contract as stated in Section 6.1 within the timelines stated in Section 6.2.1 following the date of the Notice of Intent to Award shall be sufficient cause to permit the Contracting Authority to cancel the Notice of Intent to Award, for the Bidder’s lack of responsibility and award the Contract to another Bidder, which the Contracting Authority determines is the lowest responsive and responsible Bidder; or the Contracting Authority may re-bid the Work at its sole discretion.

6.2.3 The Contracting Authority may extend the time for complying with the conditions precedent for execution of the Contract for good cause. The extension is not a waiver of the conditions precedent for execution of the Contract.

6.3 Time Limits

6.3.1 The Contracting Authority’s failure to award the Contract and execute the Agreement within 60 days of the bid opening invalidates the entire bid process and all Bids submitted, unless the time is extended by written consent of the apparent lowest responsive and responsible Bidder and the Contracting Authority.

6.3.1.1 If the Contracting Authority awards the Contract within 60 days of the bid opening, increases in material, labor, and subcontract costs shall be borne by the Bidder.

6.3.1.2 If failure to execute the Contract within 60 days of the bid opening is due to matters for which the State is solely responsible, the Contractor is entitled to a Change Order authorizing payment of verifiable increased costs in materials, labor, or subcontracts. This increase shall not exceed the difference in price between the successful Bidder and the price of the next lowest responsive and responsible Bidder.

6.3.1.3 If failure to execute the Contract within 60 days of the bid opening is due to matters for which the Contractor is responsible, the Contracting Authority shall not grant a request for increased costs.

6.4 Notice to Proceed

6.4.1 The Contracting Authority shall issue a Notice to Proceed to the Contractor, which establishes the date for commencement and the calendar days allocated for Contract Completion. Within 10 days of the date of the Notice to Proceed, or other period as mutually agreed by the Contractor and the Contracting Authority, the Contractor shall furnish the following submittals to the A/E:

6.4.1.1 Schedule of Values;

6.4.1.2 preliminary schedule of Shop Drawings and other Submittals;

6.4.1.3 Subcontractor and Material Supplier Declaration form, with completed Bidder Affirmation and Disclosure forms acknowledging that the Contractor affirms, understands, and will abide by the requirements of Executive Order 2011-12K for Subcontractors that were not identified in the electronic Bid Form;

6.4.1.4 qualifications of proposed project manager(s) and superintendent(s) and a comprehensive resume of each; and

6.4.1.5 evidence that an authorization agreement for automatic deposit of state warrants has been submitted to Ohio Shared Services using the electronic funds transfer form provided on the Internet at http://ohiosharedservices.ohio.gov/Vendors.aspx?Page=2.

Page 18: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 14 of 15

6.5 Prevailing Wage Rates

6.5.1 The Bidder shall base its Bid upon the prevailing rates of wages as ascertained by the Ohio Department of Commerce, Wage and Hour Bureau for the Project as provided in ORC Sections 4115.03 through 4115.14. Refer to Document 00 73 43 - “Wage Rate Requirements” for related information and the Project’s prevailing rates of wages with an appropriate ratio of registered apprentices.

6.5.2 The Bidder shall not be entitled to an increase in the Contract Sum on account of an increase in prevailing wage rates, except as otherwise provided by Applicable Law. The Bidder is responsible for compliance of its Subcontractors with prevailing wage requirements.

6.5.3 Within 10 days of the date of the Notice to Proceed, the Contractor shall provide the Contracting Authority’s Prevailing Wage Coordinator with a schedule of dates during the term of the Contract when the Contractor shall pay wages to its employees for the Project.

INDEX

Acceptable Components, 3 Addenda, 2, 3 Addendum, 2, 3, 6 Affirmative Action, 5, 7, 12 Agreement, 10, 11, 12, 13 Allowances, 4 Alternate, 4, 7, 8 Applicable Law, 2, 7, 12, 14 Architect/Engineer (“A/E”), 1, 2, 3, 6, 8, 13 award of the Contract, 1, 7, 8, 13

Base Bid, 4, 7, 8, 10 Basis of Design Component, 3 Bid, 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 14 Bid Form, 1, 3, 4, 5, 6 Bid Guaranty, 5, 7, 10, 11 Bidder, 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14 Bond, 6, 10, 11, 12

Change Order, 1, 13 Contract, 1, 4, 5, 7, 8, 9, 10, 11, 12, 13, 14 Contract Completion, 1, 13 Contract Documents, 1, 2, 3, 4, 7, 9, 10, 11 Contract Sum, 1, 4 Contracting Authority, 1, 2, 4, 5, 6, 7, 8, 9, 10, 11,

12, 13, 14

Drawings, 2, 3

Drug-Free Safety Program (“DFSP”), 5, 6, 12

E electronic bidding system, 3, 4, 6, 9 Encouraging Diversity Growth and Equity

(“EDGE”), 3, 5, 6, 8, 12, 13 Equal Employment Opportunity, 8 Equal Opportunity Coordinator, 5, 12 Estimated Construction Cost, 8

I insurance, 12

Material Supplier, 11, 13

Notice of Intent to Award, 9, 13 Notice to Proceed, 13, 14

Ohio Bureau of Workers’ Compensation (“OBWC”), 6, 12

Ohio Department of Commerce, 14 Ohio Department of Insurance, 6, 10, 12 Ohio Secretary of State, 6, 12 Owner, 1, 2, 7, 12

P Plan Holder, 2, 3 Prevailing Wage Rates, 14

Page 19: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

Document 00 21 13 Instructions to Bidders (General Contract - Electronic Bid)

M160-00 21 13.EBv0313 Page 15 of 15

Request for Interpretation, 2

S Schedule of Values, 13 Shop Drawings, 13 Specifications, 2, 3, 11 State, 1, 7, 10, 11, 12, 13 Subcontractor, 1, 4, 6, 8, 11, 12, 13, 14 Substitutions, 3 Surety, 5, 6, 7, 10, 11, 12

T Ten Percent Rule, 8

Unit Price, 4 unresolved findings for recovery, 12

Wage and Hour Bureau, 14

END OF DOCUMENT

Page 20: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 21: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 22: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 23: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 24: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 25: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 26: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 27: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 28: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 29: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 30: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 31: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 32: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 33: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 34: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 35: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents
Page 36: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 1 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

1

SECTION 23 05 16 - EXPANSION FITTINGS AND LOOPS FOR HVAC PIPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

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

1.2 SUMMARY

A. Section Includes

1. Flexible, ball-joint, packed expansion joints.

2. Slip-joint packed expansion joints.

3. Expansion-compensator packless expansion joints.

4. Flexible-hose packless expansion joints.

5. Metal-bellows packless expansion joints.

6. Rubber packless expansion joints.

7. Grooved-joint expansion joints.

8. Pipe loops and swing connections.

9. Alignment guides and anchors.

1.3 PERFORMANCE REQUIREMENTS

A. Compatibility: Products shall be suitable for piping service fluids, materials, working pressures, and temperatures.

B. Capability: Products to absorb 200 percent of maximum axial movement between anchors.

1.4 SUBMITTALS

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

B. Delegated-Design Submittal: For each anchor and alignment guide indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation.

1. Design Calculations: Calculate requirements for thermal expansion of piping systems and for selecting and designing expansion joints, loops, and swing connections.

2. Anchor Details: Detail fabrication of each anchor indicated. Show dimensions and methods of assembly and attachment to building structure.

3. Alignment Guide Details: Detail field assembly and attachment to building structure.

4. Schedule: Indicate type, manufacturer’s number, size, material, pressure rating, end connections, and location for each expansion joint.

C. Product Certificates: For each type of expansion joint, from manufacturer.

D. Maintenance Data: For expansion joints to include in maintenance manuals.

Page 37: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 2 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

2

1.5 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedures and personnel according to the following:

1. AWS D1.1/D1.1M, "Structural Welding Code - Steel."

2. ASME Boiler and Pressure Vessel Code: Section IX.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

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

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified.

2.2 PACKED EXPANSION JOINTS

A. Flexible, Ball-Joint, Packed Expansion Joints:

1. Available Manufacturers:

a. Advanced Thermal Systems, Inc.

b. Hyspan Precision Products, Inc.

2. Standards: ASME Boiler and Pressure Vessel Code: Section II, "Materials"; and ASME B31.9, "Building Services Piping," for materials and design of pressure-containing parts and bolting.

3. Material: Carbon-steel assembly with asbestos-free composition packing.

4. Design: For 360-degree rotation and angular deflection.

5. Minimum Pressure Rating: 250 psig at 400 deg F (1725 kPa at 204 deg C).

6. Angular Deflection for NPS 6 (DN 150) and Smaller: 30 degree minimum.

7. Angular Deflection for NPS 8 (DN 200) and Larger: 15 degree minimum. End Connections for NPS 2 (DN 50) and Smaller: Threaded.

8. End Connections for NPS 2-1/2 (DN 65) and Larger: Flanged.

B. Slip-Joint Packed Expansion Joints:

1. Available Manufacturers:

a. Adsco Manufacturing LLC.

b. Advanced Thermal Systems, Inc.

c. Hyspan Precision Products, Inc.

2. Standard: ASTM F 1007.

3. Material: Carbon steel with asbestos-free PTFE packing.

4. Design: With internal guide and injection device for repacking under pressure. Include drip connection if used for steam piping.

5. Configuration: Single joint with base and double joint with base class(es) unless otherwise indicated.

6. End Connections: Flanged or weld ends to match piping system.

Page 38: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 3 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

3

2.3 PACKLESS EXPANSION JOINTS

A. Metal, Expansion-Compensator Packless Expansion Joints:

1. Available Manufacturers:

a. Adsco Manufacturing LLC.

b. Flexicraft Industries.

c. Flex Pression Ltd.

d. Flex-Weld, Inc.

e. Hyspan Precision Products, Inc.

f. Metraflex, Inc.

2. Minimum Pressure Rating: 175 psig (1200 kPa) unless otherwise indicated.

3. Configuration for Copper Tubing: Two-ply, phosphor-bronze bellows with copper pipe ends.

a. End Connections for Copper Tubing NPS 2 (DN 50) and Smaller: Solder joint.

b. End Connections for Copper Tubing NPS 2-1/2 to NPS 4 (DN 65 to DN 100): Threaded.

4. Configuration for Steel Piping: Two-ply, stainless-steel bellows; steel-pipe end connections; and carbon-steel shroud.

a. End Connections for Steel Pipe NPS 2 (DN 50) and Smaller: Threaded.

b. End Connections for Steel Pipe NPS 2-1/2 to NPS 4 (DN 65 to DN 100): Weld.

c. SECTION 23 05 16 Page 3 P-370 Student Quarters (Phase 1) 04-10-2008 Quantico Ma-rine Corps Base

B. Rubber, Expansion-Compensator Packless Expansion Joints:

1. Available Manufacturers:

a. Amber/Booth Company, Inc.; a div. of Vibration Isolation Products of Texas, Inc.

b. Flex-Hose Co., Inc.

c. Flexicraft Industries.

d. General Rubber Corporation.

e. Mason Industries, Inc.; Mercer Rubber Co.

f. Proco Products, Inc.

2. Material: Twin reinforced-rubber spheres with external restraining cables.

3. Minimum Pressure Rating: 150 psig at 170 deg F (1035 kPa at 77 deg C) unless otherwise indicated.

C. Flexible-Hose Packless Expansion Joints:

1. Available Manufacturers:

a. Flex-Hose Co., Inc.

b. Flexicraft Industries.

c. Flex Pression Ltd.

d. Metraflex, Inc.

Page 39: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 4 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

4

e. Unisource Manufacturing, Inc.

2. Description: Manufactured assembly with inlet and outlet elbow fittings and two flexible-metal-hose legs joined by long-radius, 180-degree return bend or center section of flexible hose.

3. Flexible Hose: Corrugated-metal inner hoses and braided outer sheaths.

4. Expansion Joints for Copper Tubing NPS 2 (DN 50) and Smaller: Copper-alloy fittings with solder-joint end connections.

a. Bronze hoses and single-braid bronze sheaths with 450 psig at 70 deg F (3100 kPa at 21 deg C) and 340 psig at 450 deg F (2340 kPa at 232 deg C) ratings.

5. Expansion Joints for Copper Tubing NPS 2-1/2 to NPS 4 (DN 65 to DN 100): Copper-alloy fittings with threaded end connections.

a. Stainless-steel hoses and single-braid, stainless-steel sheaths with 300 psig at 70 deg F (2070 kPa at 21 deg C) and 225 psig at 450 deg F (1550 kPa at 232 deg C) ratings.

6. Expansion Joints for Steel Piping NPS 2 (DN 50) and Smaller: Carbon-steel fittings with threaded end connections.

a. Stainless-steel hoses and single-braid, stainless-steel sheaths with 450 psig at 70 deg F (3100 kPa at 21 deg C) and 325 psig at 600 deg F (2250 kPa at 315 deg C) ratings.

7. Expansion Joints for Steel Piping NPS 2-1/2 to NPS 6 (DN 65 to DN 150): Carbon-steel fittings with weld end connections.

D. Metal-Bellows Packless Expansion Joints:

1. Available Manufacturers:

a. Adsco Manufacturing LLC.

b. Expansion Joint Systems, Inc.

c. Flex-Hose Co., Inc.

d. Flexicraft Industries.

e. Flex Pression Ltd.

f. Flex-Weld, Inc.

g. Hyspan Precision Products, Inc.

h. Metraflex, Inc.

2. Standards: ASTM F 1120 and EJMA's "Standards of the Expansion Joint Manufacturers Association, Inc."

3. Type: Circular, corrugated bellows with external tie rods.

4. Minimum Pressure Rating: 175 psig (1200 kPa) unless otherwise indicated.

5. Configuration: Single joint with base and double joint with base class(es) unless otherwise indicated.

6. Expansion Joints for Copper Tubing: Single- or multi-ply phosphor-bronze bellows, copper pipe ends, and brass shrouds.

a. End Connections for Copper Tubing NPS 2 (DN 50) and Smaller: Solder joint.

b. End Connections for Copper Tubing NPS 2-1/2 to NPS 4 (DN 65 to DN 100): Solder joint or threaded.

Page 40: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 5 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

5

c. End Connections for Copper Tubing NPS 5 (DN 125) and Larger: Flanged.

7. Expansion Joints for Steel Piping: Single- or multi-ply stainless-steel bellows, steel pipe ends, and carbon-steel shroud.

a. End Connections for Steel Pipe NPS 2 (DN 50) and Smaller: Threaded.

b. End Connections for Steel Pipe NPS 2-1/2 (DN 65) and Larger: Weld.

E. Rubber Packless Expansion Joints:

1. Available Manufacturers:

a. Amber/Booth Company, Inc.; a div. of Vibration Isolation Products of Texas, Inc.

b. Flex-Hose Co., Inc.

c. Flexicraft Industries.

d. Flex-Weld, Inc.

e. Mason Industries, Inc.; Mercer Rubber Co.

f. Metraflex, Inc.

2. Standards: ASTM F 1123 and FSA's "Technical Handbook: Non-Metallic Expansion Joints and Flexible Pipe Connectors."

3. Material: Fabric-reinforced rubber complying with FSA-NMEJ-703.

4. Spherical Type: Single or multiple spheres with external control rods.

5. Minimum Pressure Rating for NPS 1-1/2 to NPS 4 (DN 40 to DN 100): 150 psig (1035 kPa) at 220 deg F (104 deg C).

6. Minimum Pressure Rating for NPS 5 and NPS 6 (DN 125 and DN 150): 140 psig (966 kPa) at 200 deg F (93 deg C).

7. Minimum Pressure Rating for NPS 8 to NPS 12 (DN 200 to DN 300): 140 psig (966 kPa) at 180 deg F (82 deg C).

8. Material for Fluids Containing Acids, Alkalies, or Chemicals: EPDM.

9. Material for Fluids Containing Gas, Hydrocarbons, or Oil: Buna-N.

10. Material for Water: EPDM.

11. End Connections: Full-faced, integral steel flanges with steel retaining rings.

2.4 GROOVED-JOINT EXPANSION JOINTS

A. Available Manufacturers:

1. Anvil International, Inc.

2. Shurjoint Piping Products.

3. Victaulic Company.

B. Description: Factory-assembled expansion joint made of several grooved-end pipe nipples, couplings, and grooved joints.

C. Standard: AWWA C606, for grooved joints.

D. Nipples: Galvanized, ASTM A 53/A 53M, Schedule 40, Type E or S, steel pipe with grooved ends.

E. Couplings: Five, flexible type for steel-pipe dimensions. Include ferrous housing sections, EPDM gasket suitable for cold and hot water, and bolts and nuts.

Page 41: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 6 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

6

2.5 ALIGNMENT GUIDES AND ANCHORS

A. Alignment Guides:

1. Available Manufacturers:

a. Adsco Manufacturing LLC.

b. Advanced Thermal Systems, Inc.

c. Engineered Flexible Products.

d. Flex-Hose Co., Inc.

e. Flexicraft Industries.

f. Flex-Weld, Inc.

g. Hyspan Precision Products, Inc.

h. Metraflex, Inc

2. Description: Steel, factory-fabricated alignment guide, with bolted two-section outer cylinder and base for attaching to structure; with two-section guiding spider for bolting to pipe.

B. Anchor Materials:

1. Steel Shapes and Plates: ASTM A 36/A 36M.

2. Bolts and Nuts: ASME B18.10 or ASTM A 183, steel hex head.

3. Washers: ASTM F 844, steel, plain, flat washers.

4. Mechanical Fasteners: Insert-wedge-type stud with expansion plug anchor for use in hardened Portland cement concrete, with tension and shear capacities appropriate for application.

a. Stud: Threaded, zinc-coated carbon steel.

b. Expansion Plug: Zinc-coated steel.

c. Washer and Nut: Zinc-coated steel.

5. Chemical Fasteners: Insert-type-stud, bonding-system anchor for use with hardened Portland cement concrete, with tension and shear capacities appropriate for application.

a. Bonding Material: ASTM C 881/C 881M, Type IV, Grade 3, two-component epoxy resin suitable for surface temperature of hardened concrete where fastener is to be installed.

b. Stud: ASTM A 307, zinc-coated carbon steel with continuous thread on stud unless otherwise indicated.

c. Washer and Nut: Zinc-coated steel

2.6 V-LOOP EXPANSION (THERMAL APPLICATIONS)

A. Available Manufacturers:

1. Engineered Flexible Products.

2. Flexicraft Industries.

3. The Metraflex Company

4. Motion Industries Inc.

5. Specialty Hose Corp.

6. Twin-City Hose.

Page 42: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 7 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

7

B. Provide flexible expansion loops of size and type noted on drawings. Flexible loops shall consist of two flexible sections of hose and braid, two 90° elbows, and a 180° return assembled in such a way that the piping does not change direction, but maintains its course along a single axis. Flexible loops shall have a factory supplied, center support nut located at the bottom of the 180° return, and a drain/air release plug. Flexible loops shall impart no thrust loads to system support anchors or building structure. Loops shall be installed in a neutral, pre-compressed or pre-extended condition as required for the application. For steam service, loops must be installed with flexible legs horizontal to prevent condensate buildup. Install and guide per manufacturer's recommendations. Materials of construction and end fitting type shall be consistent with pipe material and equipment/ pipe connection fittings of piping system application specified. For natural gas service, connectors shall be A.G.A. certified. For potable water service, connectors shall be UL classified in accordance with ANSI/NSF 61-1977 standards.

PART 3 - EXECUTION

3.1 EXPANSION-JOINT INSTALLATION

A. Install expansion joints of sizes matching sizes of piping in which they are installed.

B. Install packed-type expansion joints with packing suitable for fluid service.

C. Install metal-bellows expansion joints according to EJMA's "Standards of the Expansion Joint Manufacturers Association, Inc."

D. Install rubber pack less expansion joints according to FSA-NMEJ-702.

E. Install grooved-joint expansion joints to grooved-end steel piping

3.2 PIPE LOOP AND SWING CONNECTION INSTALLATION

A. Install pipe loops as required to partly absorb tension or compression produced during anticipated change in temperature.

B. Connect risers and branch connections to mains with at least five pipe fittings including tee in main.

C. Connect risers and branch connections to terminal units with at least four pipe fittings including tee in riser.

D. Connect mains and branch connections to terminal units with at least four pipe fittings including tee in main.

3.3 ALIGNMENT-GUIDE AND ANCHOR INSTALLATION

A. Install alignment guides to guide expansion and to avoid end-loading and torsional stress.

B. Install one guide(s) on each side of pipe expansion fittings and loops. Install guides nearest to expansion joint not more than four pipe diameters from expansion joint.

C. Attach guides to pipe and secure guides to building structure.

D. Install anchors at locations to prevent stresses from exceeding those permitted by ASME B31.9 and to prevent transfer of loading and stresses to connected equipment.

Page 43: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

EXPANSION FITTINGS & LOOPS FOR HVAC PIPING 23 05 16 - 8 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

8

E. Anchor Attachments:

1. Anchor Attachment to Steel Pipe: Attach by welding. Comply with ASME B31.9 and ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications."

2. Anchor Attachment to Copper Tubing: Attach with pipe hangers. Use MSS SP-69, Type 24, U-bolts bolted to anchor.

F. Fabricate and install steel anchors by welding steel shapes, plates, and bars. Comply with ASME B31.9 and AWS D1.1/D1.1M.

1. Anchor Attachment to Steel Structural Members: Attach by welding.

2. Anchor Attachment to Concrete Structural Members: Attach by fasteners. Follow fastener manufacturer's written instructions.

G. Use grout to form flat bearing surfaces for guides and anchors attached to concrete.

END OF SECTION 23 05 16

Page 44: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 1 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

SECTION 27 13 00 – COMMUNICATIONS BACKBONE CABLING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

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

B. Related Sections:

1. Division 27 Section "Communications Horizontal Cabling" for voice and data cabling associated with system panels and devices.

1.2 SUMMARY

A. This Section specifies communications backbone equipment including the following:

1. UTP cabling.

2. Optical Fiber cabling.

3. Coaxial cable.

4. Connecting hardware, patch panels, and cross-connects.

B. All work shall be performed by competent workmen and executed in a neat and workmanlike manner providing a thorough and complete installation. Work shall be properly protected during construction, including the shielding of soft or fragile materials.

C. At completion, the installation shall be thoroughly cleaned and all tools, equipment, obstructions, or debris present as a result of this portion of work shall be removed from the premises.

D. The Contractor must demonstrate to the Owner and Engineer that the systems are complete and complies with all operational requirements set forth in the plans and specifications.

E. The Contractor shall provide all miscellaneous items and accessories required to make the system operational whether or not such items are specifically mentioned in the plans and specifications.

F. It is the Contractor's responsibility to review the architectural, structural, mechanical, and electrical drawings, as well as the specifications, for any details that may impact the installation or provisioning of the system. Any discrepancies discovered shall be brought to the attention of the Engineer.

G. SCOPE OF WORK

1. The backbone cabling system shall consist of Cat-3 multi-pair copper cables, multimode and single mode fiber optic cables, between the Technology Control Center (ER) and the associated Technology Room (TR). A 6 strand multimode fiber optic cable shall extend from TR to the facilities existing GYM. Refer to the Backbone Schematic Detail on the project drawings.

2. Data and voice backbone cables shall be installed in the “J” hook cable support system and associated wall sleeves between the Technology Control Center (ER) and the associated Technology Room (TR).

1.3 DEFINITIONS

A. BICSI: Building Industry Consulting Service International.

Page 45: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 2 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

B. Cross-Connect: A facility enabling the termination of cable elements and their interconnection or cross-connection.

C. EMI: Electromagnetic interference.

D. IDC: Insulation displacement connector.

E. LAN: Local area network.

F. RCDD: Registered Communications Distribution Designer.

G. UTP: Unshielded twisted pair.

H. OTDR: Optical Time Domain Reflectometer

I. ER: Technology Equipment Room.

J. TR: Technology Room.

1.4 SUBMITTALS

Submittals shall be provided by the contractor prior to the purchasing and installation of the equipment described in this specification. Product submittals and Shop Drawing submittals shall be presented at the same time to the reviewing Engineer for evaluation. Product submittals shall be presented in a hard back binder with product data sheets in sequential order as described in Part 2.

A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for equipment racks and cabinets. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories.

B. Submit manufacturer’s data sheets on all system components. Data sheets shall be neatly bound with title page, index/bill of materials, and tab dividers for each major section. If multiple products or configurations are shown on the same product document, the product and or configuration to be supplied and installed on this project shall be highlighted.

1. For cables, include the following installation data for each type used:

a. Nominal OD.

b. Minimum bending radius.

c. Maximum pulling tension.

C. Submit as a separate section of the submittal book, resumes of the key staff assigned to this project, listing their experience and qualifications including a statement of the contractor’s qualifications and abilities. Provide detailed information showing how the contractor will provide engineering, CADD support, fabrication and testing of equipment prior to delivery to job site, and service after installation is complete.

D. The format and details for the submittals shall include the following:

1. A complete bill of materials listing the following:

a. Applicable section/paragraph number from the project specification.

b. Manufacturer’s name, model number (shall match spec sheet) and product description.

Page 46: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 3 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

2. Specification sheets for all equipment used on the project shall be inserted in the same chronological order as appearing in the specifications. Pages printed or copied from the web page or instruction manuals will not be accepted.

E. Shop Drawings:

The contractor shall provide AutoCAD drawings detailing the information described below:

1. System Labeling Schedules: Electronic copy of labeling schedules, in software and format selected by Owner.

2. System Labeling Schedules: Electronic copy of labeling schedules that are part of the cabling and asset identification system of the software.

3. Cabling administration drawings and printouts.

4. Wiring diagrams to show typical wiring schematics including the following:

a. Cross-connects.

b. Patch panels.

c. Patch cords.

5. Cross-connects and patch panels. Detail mounting assemblies, and show elevations and physical relationship between the installed components.

F. Shop Drawings: Submit AutoCAD layout drawings, detailing the pathway installation of all backbone cable types on 1/8” = 1’ scale floor plans 30”x42” (standard “E” size) sheets.

G. Provide a separate AutoCAD drawing showing an enlarged fiber optic interconnect center and the termination ports of the multimode and single mode fiber optic cables. Provide labeling scheme for each fiber optic cable type.

H. Provide a separate AutoCAD drawing showing an enlarged 110 termination wall field for each ER/TR’s showing the labeling format for each terminated pair.

I. Drawings shall show all interconnections between the building cabling, infrastructures, overall system connections, cable and connector types, cable labeling schemes, backboard layouts including cable pathways, all dimensions between termination blocks and equipment mounted to the backboard, and connections between major hardware components. Submit wiring diagrams showing typical connections for all equipment.

J. Drawings shall detail the product name and part number of the materials provided in the product cut sheets. Generic drawings will not be accepted.

K. Shop drawings shall be submitted together with product submittals as one complete submittal. Only complete submittals will be accepted for review and approval. Any partial submittals will be rejected.

L. Refer to Division 1 for any additional requirements.

1.5 QUALITY ASSURANCE

A. Installer Qualifications: Cabling Installer must have personnel certified by BICSI on staff.

1. Layout Responsibility: Preparation of Shop Drawings shall be under the direct supervision of an RCDD.

2. Installation Supervision: Installation shall be under the direct supervision of Level 2 Installer, who shall be present at all times when Work of this Section is performed at Project site.

Page 47: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 4 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

3. Field Inspector: Currently registered by BICSI as an RCDD to perform the on-site inspection.

B. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency.

1. Flame-Spread Index.

2. Smoke-Developed Index.

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

D. Telecommunications Pathways and Spaces: Comply with TIA/EIA-569-A.

E. Grounding: Comply with ANSI-J-STD-607-A.

1.6 COORDINATION

A. Coordinate layout and installation of telecommunications pathways and cabling with Owner's telecommunications and LAN equipment and service suppliers.

PART 2 - PRODUCTS

2.1 GENERAL

A. The following sections list materials and products acceptable for this project. Bidders may submit other products for consideration as equals by sending a request to the Engineer in writing no less than 10 days prior to the bid date. Include manufacturer cut sheets and any other information required to evaluate requested substitution. If the proposed substitution is accepted, it will be added by addendum, allowing all bidders the option to use that equipment. ITEMS NOT SPECIFICALLY ADDED BY ADDENDUM WILL NOT BE ACCEPTED.

2.2 UTP BACKBONE

A. CATEGORY-3 CABLE (D-Mark Extension)

1. At a minimum, the pair count shall be four pairs for each voice outlet provided, plus an additional 30% for future growth. Terminate four pairs per patch panel port and coil the 25

th pair.

2. Copper backbone cables shall be plenum rated and consist of 24-gauge, Category-3, twisted solid copper conductors individually insulated and sheathed and shall be used for backbone runs between TR rooms and the ER and from the service entrance to the ER. The minimum pair count to be installed is a 50-pair cable. Higher pair count cables can be used as long as the minimum pair count is provided.

3. Category-3 backbone cables shall be UL verified to meet all requirements of TIA/EIA 568-B.2.

4. At a minimum, the Category-3 backbone cables shall have the following electrical specifications:

a. DC Resistance: 9.38 ohm/km maximum.

b. Resistance Unbalance: 5% maximum.

c. Delay Skew: 45ns/100m maximum.

d. Maximum Attenuation @ 16 MHz: 13.1 dB/100m.

e. Minimum SLR @ 16 MHz: 10 dB/100m.

f. Characteristic Impedance: 100 ohms +/- 15 @ 1 to 1000 MHz.

Page 48: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 5 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

5. Approved Category-3 backbone cable manufacturers shall be a warranty partner for the structured cabling connectivity manufacturer provided in Section 271500 “Communications Horizontal Cabling”.

a. 25 pair Category 3, Plenum cable manufactures are Superior Essex 18-499-36, Mohawk Cable M56801 or General Cable 2131505

B. 110 WALL BLOCKS

1. Provide 300 pair 110 tower wall blocks as required for termination of all Category-3 backbone cables on the plywood backboard in the ER. [Design specific. May be (300 pair 110 tower wall blocks in the ER and each TR).]

2. Provide one 50 pair row on the 110 wall block per 25 pair to be terminated. Provide 300 pair 110 wall blocks in sufficient quantities to terminate all Category-3 backbones.

3. 300 pair 110 blocks shall be tested and verified to meet and exceed Category-5e ANSI/TIA/EIA 568-B.2 connecting hardware specifications to support both high-speed data and voice applications.

4. 110 wiring bases and blocks shall be made of fire-retardant plastic rated UL 94V-0.

5. 300 pair 110 tower wall blocks shall include mounting frame, vertical and horizontal cable management, four pair or five pair connector blocks as required, clear label holders, and white designation strips. 300 pair 110 tower wall blocks shall be securely mounted to plywood backboards.

6. Design Basis – 300 Pair 110 Tower Wall Blocks – Hubbell 110WMK (equipped with vertical management Hubbell 188BB). Equal products by Leviton 41MB2-3FT, Panduit P110KT3004Y, Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

2.3 OPTICAL FIBER BACKBONE

A. MULTIMODE BACKBONE FIBER OPTIC CABLING

1. All multi-mode fiber optic cabling shall be 24 strand minimum, 50/125um, plenum rated fiber providing minimum bandwidth of 500MHZKm at 850nm and 1300nm and shall be used for backbone runs between TR rooms and the ER.

2. All multimode fiber shall be aqua in color. The cable jackets shall be clearly marked from the factory indicating the fiber type and plenum rating. Tight buffered cable shall be used inside and loose buffer cable shall be used outside.

3. The 50 micron MM fiber shall support single-channel serial transmission, in both the building riser and campus backbones, to 10 gigabits per second (Gb/s) for a distance of 300 meters with 4 connections.

4. The 50 micron MM fiber shall be laser enhanced and support 10 Gigabit transmissions with a minimum bandwidth of 2000MHz-km at 850NM and 500 MHz-km.

5. The 50 micron fiber shall be backward compatible with legacy applications such as: Ethernet, Token Ring, FDDI, Fast Ethernet and Atm (for in-building network distances) ensuring a smooth migration path from 10Mb/s to 10 Gb/s using achievable technology.

6. Fiber shall support 10 Gb/s short wavelength (850 nm) emerging technology applications using vertical cavity surface emitting lasers (VCSELs)and low bit rate LED applications for legacy systems.

7. The 50 micron fiber shall be optimized to control differential mode delay (DMD) so that “pulse splitting” at 10 Gb/s is eliminated.

Page 49: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 6 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

8. The 50 micron fiber shall meet or exceed the following standards, as applicable, for OSP or Plenum cables: ICEA S-83-596, ISO/IEC-794, GR-409, EIA/TIA 455, EIA/TIA 492, EIA/TIA 568-B, ANSI-FDDI, IEEE 802, UL 910, OFNP classification as described in the National Electric Code (NEC2), OFN-LS Low Smoke Cables, CSA Certified (OFN FT4/FT6) and approved component industry standards.

9. The 50 micron multimode plenum building backbone fiber shall meet the following technical specifications.

Optical fiber 50 micron multimode (10 Gigabit) Fiber dimension 125 micron cladding

250 micron coating 900 micron buffering

Fiber proof stress 100 kpsi (689 N/mm2) Fiber core 50 µm (±2 µm) Core non-circularity < 6% Core/cladding concentricity error < 3.0 µm Numerical aperture 0.200 +0.015/-0.010 Cladding diameter 125 µm (± 1 µm) Cladding non-circularity < 2% Colored fiber diameter 250 µm (± 15 µm) Buffering diameter 890 mm (± 50 mm) Minimum tensile strength 100,000 psi Fiber minimum bending radius 0.75 inch (1.19 cm) Cable minimum bending radius 20 times cable diameter during installation

10 times cable diameter after installation Maximum fiber loss 3.5 dB/km at 850 nm

1.5 dB/km at 1300 nm Minimum Bandwidth

500 MHz-km at 850 nm (overfilled) 500 MHz-km at 1300 nm (overfilled) 2000 MHz-km at 850 nm (laser) 500 MHz-km at 1300 nm (laser)

Fiber identification Individually color coded buffering Buffer material Plenum – Low Smoke PVC Color Coded Jacket material Plenum – Low Smoke PVC Aqua Color Strength material Aramid yarn Operating temperature (0dB added) -4°F to + 158°F (-20°C to +70°C) Operating temperature (less than 1.0dB added) -40°F to + 185°F (-

40°C to +85°C) Storage temperature -40°F to + 158°F (-40°C to +70°C)

10. Approved 6 strand Multi-Mode Fiber Optic Cable Products: Superior Essex 44006BG01, Mohawk Cable M9C045 or General Cable BL0061PNU.

11. Approved 12 strand Multi-Mode Fiber Optic Cable Products: Superior Essex44012BG01, Mohawk M9C048, or General Cable BL0121PNU.

B. SINGLE-MODE BACKBONE FIBER OPTIC CABLING

1. All single-mode fiber optic cabling shall be 12-strand minimum, 8.3/125um, be plenum rated, and shall be used for backbone runs between TR rooms and the ER and from the service entrance to the ER. All single-mode fiber shall be yellow in color.

2. The cable jackets shall be clearly marked from the factory indicating the fiber type and plenum rating. Tight buffered cable shall be used inside and loose buffer cable shall be used outside.

3. The single mode plenum building backbone fiber shall meet the following physical specifications.

Page 50: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 7 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

Fiber Attribute (Depressed Cladding)

Cladding Diameter: 125.0 ± 1.0 µm

Cladding Non-Circularity: ≤ 1.0%

Colored Fiber Diameter: 250 ± 15 µm

Core Diameter: 8.3 µm

Core/Cladding Concentricity: ≤0.8 µm Minimum Proof Strength: .70 Gpa (100 kpsi) Fiber Curl: >2m

Fiber Macrobend (100 turns @ 32 mm diameter) ≥0.05 dB @ 1310 NM, ≥0.10 dB @ 1550 NM Fiber Macrobend (1 turn @ 32 mm diameter) 0.5dB @ 1550m

Coating Strip Force: 1.3 N ≤ F ≤ 8.9 N Dynamic Tensile Strength (Unaged):>55kpsi (3.8 Gpa) Dynamic Tensile Strength (aged):>440kpsi (3.0 Gpa) Dynamic Fatigue: >20 Static Fatigue: >20

4. The single mode plenum building backbone fiber shall meet the following optical specifications.

Index of Refraction: 0.37%

Mode Field Diameter: 8.8 ± 0.5 µm @ 1310 NM Attenuation: 0.4 dB/km @ 1310 NM; 0.3 dB/km @ 1550 nm Attenuation at Water Peak: 2.0 dB/km @ 1350nm Point Discontinuities: 0.1 dB

Zero-Dispersion Wavelength: 1310 ± 10 nm Zero-Dispersion Slope: 0.092 ps/m2-km Maximum Dispersion: 2.8 ps/NM-km, 1285 to 1330 NM

Fiber Cutoff Wavelength: ≥1150 NM. ≥1300 NM Cable Cutoff Wavelength: < 1260 nm

5. Approved 6 strand Single Mode Fiber Optic Cable Manufacturers: Superior Essex 440063101, Mohawk M9W045, or General Cable AP0061PNU.

C. FIBER OPTIC INTERCONNECT CENTERS

1. Fiber optic interconnect centers shall provide capacity for the termination of all fiber optic cable strands utilizing “6-pack” adapter panels. Provide 2 spare panel openings in each interconnect center for future growth.

2. Fiber optic interconnect centers shall allow for rear/side entry of backbone fiber for termination and front patching. Interconnect center shall contain a locking hinged Plexiglas front door with front and side cable openings for fiber patching extensions.

3. Splice trays compatible with heat shrink sleeve protectors shall be provided to house and protect all fusion splices.

4. Fiber Optic Splice Shelves shall be provided for the storage of all splice trays. Splice Trays shall not be installed in the Fiber Optic Interconnect Centers. Fiber Optic splice shelves shall provide sufficient capacity to support up to 6-12 port splice trays and provide internal routing of the fiber optic strands to the fiber optic interconnect center.

5. Snap in adapters with ST connectors shall be provided. High density adapters that accommodate more than six strands of fiber will not be accepted.

6. Blank modules shall be provided to fill all unused openings.

Page 51: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 8 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

7. Multi-mode connector shall be blue and single mode connectors shall be yellow.

8. Bend radius guides and looping brackets shall be provided concealed in rear of frames for management of fiber slack.

9. All single-mode fibers shall terminate in independent adapter modules from the multi-mode fiber adapters.

10. Approved 54 strand Rack Mount Interconnect Centers: Hubbell FCR350SP54R, Leviton 5R4UH-S12, Panduit FRME3. Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

11. Approved 36 strand Rack Mount Interconnect Centers: Hubbell FCR350SP36R, Leviton 5R2UH-S06, or Panduit FRME2U.

12. Approved 18 strand Rack Mount Interconnect Centers: Hubbell FCR350SP36R, Leviton 5R1UH-S03, or Panduit FRME1U.

13. Interconnect centers shall be supplied with the following accessories: Fiber cable management, cable strain relief mounting kits, fusion splice sleeves, and splice tray mounting hardware kit.

14. Approved Splice Shelf holding 4 to 6 splice trays: Hubbell FCR350SE, Leviton 5T000-00T, or Panduit. Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

15. Approved Splice Tray: Hubbell STRAY24F, Leviton T5PLS-12F, Panduit FST24. Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

16. Approved ST Adapter Modules: Hubbell FSPSTDY3 (Yellow) or FSPSTD3 (Blue), 5F100-3BC (Biege) and 5F100-3AC(Blue), or Panduit FAP3WBUDSTZ (blue) and FAP3WAQDSTZ (Aqua). Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

17. Design Basis for Blank Modules-Hubbell FSPB, Leviton 5F100-BPP, and Panduit FAPB.

D. FIBER OPTIC CONNECTORS

1. All fiber cables (Multimode and Single mode) shall terminate in "ST" type connectors utilizing fusion spliced factory pigtail termination kits. Provide dust covers for all connectors. Provide heat shrink sleeves for all fusion splices.

2. Multi-mode pigtails shall be 900 micron buffered, 3 meters in length and have a simplex ST connector. Multimode insertion loss: < 0.5dB (0.25dB typical). Multimode return loss: better than -25dB. Minimum 50/125µm laser optimized fiber effective mode bandwidth: 2000 MHz-km @ 850nm. Mating durability: 500 matings per FOTP-21. Operating/storage temperature: -40ºC to 75ºC.

3. Design Basis Multimode Pigtails – Hubbell FPSTE3MM. Equal products by Leviton 50PST-M03, Panduit F6B3-NM1Y. Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

4. Single mode pigtails shall be buffered, 3 meters in length and have a simplex ST connector. Singlemode insertion loss: < 0.35dB (0.15dB Typical). Singlemode return loss: better than -55dB. Mating durability: 500 matings per FOTP-21. Operating/storage temperature: -40ºC to 75ºC.

5. Design Basis Single Mode Pigtails – Hubbell FPSTS3SM. Equal products by Leviton UPPST-S03, Panduit F9B3-NM1Y. Manufacturer provided shall match the one provided in Section 271500 “Communications Horizontal Cabling”.

PART 3 - EXECUTION

3.1 WIRING METHODS

A. Install cables in raceways and cable trays except within consoles, cabinets, desks and counters. Conceal raceway and cables except in unfinished spaces.

Page 52: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 9 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

B. Conceal conductors and cables in accessible ceilings, walls, and floors where possible.

C. Bundle, lace, and train cables within cabinets, racks and enclosures. Connect to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars and distribution spools as required.

3.2 INSTALLATION OF CABLES

A. Comply with NECA 1.

B. General Requirements for Cabling:

1. Comply with TIA/EIA-568-B.1.

2. Install 110-style IDC termination hardware unless otherwise indicated.

3. Terminate all conductors; no cable shall contain unterminated elements unless noted specifically on the plans. Make terminations only at indicated outlets, terminals, cross-connects, and patch panels.

4. Cables may not be spliced. Secure and support cables at intervals not exceeding 48 inches and not more than 12 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals.

5. Install lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer.

6. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii. Use d-rings, j-hooks, lacing bars and distribution spools as required.

7. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable.

8. Cold-Weather Installation: Bring cable to room temperature before unreeling. Heat lamps shall not be used for heating.

9. In the technology equipment room (ER) and each technology room (TR), install a 20 foot long service loop on each end of cable. Service loop shall be stored in the cable tray installed along the perimeter of the room.

C. UTP Cable Installation:

1. Comply with TIA/EIA-568-B.2.

2. Do not untwist UTP cables more than 1/2 inch from the point of termination to maintain cable geometry.

D. Optical Fiber Cable Installation:

1. Comply with TIA/EIA-568-B.3.

2. Cable shall be terminated on connecting hardware that is rack or cabinet mounted.

E. Open-Cable Installation:

1. Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment.

2. Suspend UTP cable not in a wireway or pathway, a minimum of 6 inches above ceilings, by cable supports not more than 48 inches apart.

3. Cable shall not be run through structural members or in contact with pipes, ducts or other potentially damaging items.

Page 53: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 10 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

F. Separation from EMI Sources:

1. Comply with TIA/EIA-569-A recommendations for separating unshielded copper voice and data communication cable from potential EMI sources, including electrical power lines and equipment.

2. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment shall be as follows:

a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 6 inches.

b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 12 inches.

c. Electrical Equipment Rating More Than 5 kVA: A minimum of 24 inches.

3. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows:

a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 2-1/2 inches.

b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 6 inches.

c. Electrical Equipment Rating More Than 5 kVA: A minimum of 12 inches.

4. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows:

a. Electrical Equipment Rating Less Than 2 kVA: No requirement.

b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 3 inches.

c. Electrical Equipment Rating More Than 5 kVA: A minimum of 6 inches.

5. Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or HP and Larger: A minimum of 48 inches.

6. Separation between Communications Cables and Fluorescent Fixtures: A minimum of 6 inches.

3.3 FIRESTOPPING

A. Comply with requirements in Division 07 Section "Penetration Firestopping." Comply with TIA/EIA-569-A, Annex A, "Firestopping."

3.4 GROUNDING

A. Comply with ANSI-J-STD-607-A.

B. Bond metallic equipment to the grounding bus bar, using not smaller than No. 6 AWG equipment grounding conductor.

C. Refer to Section 270500 for additional grounding requirements.

3.5 IDENTIFICATION (REFER TO SPECIFICATION 270510 ADMINISTRATION & LABELING)

3.6 FIELD QUALITY CONTROL

A. Tests and Inspections:

1. Visually inspect UTP and optical fiber jacket materials for NRTL certification markings. Inspect cabling terminations in communications equipment rooms for compliance with color-coding for pin assignments, and inspect cabling connections for compliance with TIA/EIA-568-B.1.

Page 54: DPS 120003 Addendum No 1 071513 · July 8, 2013 and shall become part of the Contract Documents for Bid and Construction. ... create and enable a digital ID, or to download bid documents

COMMUNICATIONS BACKBONE CABLING 27 13 00 - 11 Department of Public Safety: Ohio State Highway Patrol Academy Leadership Wing Project Number: DPS-120003

2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components.

3. Test UTP copper cabling for DC loop resistance, shorts, opens, intermittent faults, and polarity between conductors. Test operation of shorting bars in connection blocks. Test cables after termination but not cross-connection.

a. Test instruments shall meet or exceed applicable requirements in TIA/EIA-568-B.2. Perform tests with a tester that complies with performance requirements in "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in "Measurement Accuracy (Informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration.

4. Optical Fiber Cable Tests:

a. Test instruments shall meet or exceed applicable requirements in TIA/EIA-568-B.1. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration.

b. Link End-to-End Attenuation Tests:

1) Multimode backbone link measurements: Test at 850 or 1300 nm in 1 direction according to TIA/EIA-526-14-A, Method B, One Reference Jumper.

2) Singe mode backbone link measurements: Test at 1310 or 1550 nm in 1 direction according to TIA/EIA-526-14-A, Method B, One Reference Jumper.

3) Attenuation test results for backbone links shall be less than 2.0 dB. Attenuation test results shall be less than that calculated according to equation in TIA/EIA-568-B.1.

B. Data for each measurement shall be documented. Data for submittals shall be printed in a summary report that is formatted similar to Table 10.1 in BICSI TDMM, or transferred from the instrument to the computer, saved as text files, and printed and submitted.

C. Remove and replace cabling where test results indicate that they do not comply with specified requirements.

D. End-to-end cabling will be considered defective if it does not pass tests and inspections.

E. Prepare test and inspection reports.

3.7 CLOSE OUT DOCUMENTATION

A. In addition to the requirements described in Section 27 01 00 Operations and Maintenance of Communication Systems, the installation contractor shall provide a separate tab identified as BACKBONE CABLING TEST RESULTS and a separate tab identified as MANUFACTURE WARRANTY. All backbone test results shall be presented for Engineer evaluation and included in the Manufacturer’s Application and Performance Warranty and Inspections.

B. Items mentioned in paragraph A above shall be presented with the contractor’s final as-built drawings as a complete package. Only complete packages will be reviewed. Partial packages will be rejected.

END OF SECTION 27 13 00